annexure-i check list of documents to be submitted …

61
Signature of the Contractor 1 ANNEXURE-I CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS (Tenders are requested to give certificates and or put (√) mark where ever applicable) 1.0 Tenderer details: 1.1 Name of the tenderer: 1.2 Identification of tenderer: i. In case of Partnership Firm: A copy of partnership deed with latest modifications of the deed, if any, attested by any Gazetted Officer. ii. In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original. iii. In case of company: A copy of articles of association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of Registration/Income Tax/PAN No. for filing returns attested by any Gazetted Officer. 2 Particulars to DD/BC/MR submitted towards cost of tender form. 3 Particulars of FDR/DD/BC submitted towards EMD in favour of Sr.DFM/HYB of South Central Railway, Secunderabad executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank. 4 Engineering Organization in Annexure-‘A’. 5 List of Plants & Machinery in Annexure-‘B’. 6 List of works completed during the last 3 Financial Years in Annexure-‘C’. 7 List of works on hand in Annexure-‘D’. 8 Attested copy of Experience Certification in Annexure-‘E’. 9 Attested copy of certification showing contractual amount received during the last three Financial Year and current Financial Year in Annexure-‘F’. 10 NEFT MANDATE FORM TO BE ENCLOSED ALONG WITH TENDER DOCUMENT. (a) Bank Account No. (b) Name of the Bank/Address. (c) IFSC code. (d) PAN No. (e) VAT/TIN/TAN No. 11 Registration No. of APGST/APVAT 12 Any other information/Certificates required as per Tender document. 13 Total number of annexure submitted (Number of pages). Address: Phone No.:

Upload: others

Post on 17-Feb-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Signature of the Contractor 1

ANNEXURE-I

CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS (Tenders are requested to give certificates and or put (√) mark where ever applicable)

1.0 Tenderer details:

1.1 Name of the tenderer:

1.2 Identification of tenderer: i. In case of Partnership Firm: A copy of partnership deed

with latest modifications of the deed, if any, attested by any Gazetted Officer.

ii. In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original.

iii. In case of company: A copy of articles of association attested by any Gazetted Officer.

iv. In case of Proprietary Firm: A copy of Registration/Income Tax/PAN No. for filing returns attested by any Gazetted Officer.

2 Particulars to DD/BC/MR submitted towards cost of tender form.

3 Particulars of FDR/DD/BC submitted towards EMD in favour of Sr.DFM/HYB of South Central Railway, Secunderabad executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.

4 Engineering Organization in Annexure-‘A’.

5 List of Plants & Machinery in Annexure-‘B’.

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

7 List of works on hand in Annexure-‘D’.

8 Attested copy of Experience Certification in Annexure-‘E’.

9 Attested copy of certification showing contractual amount received during the last three Financial Year and current Financial Year in Annexure-‘F’.

10 NEFT MANDATE FORM TO BE ENCLOSED ALONG WITH TENDER DOCUMENT. (a) Bank Account No. (b) Name of the Bank/Address. (c) IFSC code. (d) PAN No. (e) VAT/TIN/TAN No.

11 Registration No. of APGST/APVAT

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

13 Total number of annexure submitted (Number of pages). Address: Phone No.:

Signature of the Contractor 2

SOUTH CENTRAL RAILWAYHYDERABAD DIVISION TENDER BOOKLET OF WORKS CONTRACT

OFFICE OF THE SENIOR DIVISIONAL SIGNAL & TELECOMMUNICATION ENGINEER, HYDERABAD DIVISION, SECUNDERABAD.

NAME OF THE WORK :Hyderabad Division: S&T arrangements in connection with (1) Janakampet - BDHN Section: Proposal widening of LC No: 18 JB to cater the increased road traffic- (2) Provision of Interlocked Sliding type booms stand by to Lifting barrier Booms at Traffic Interlocked LC gate Nos. 68 @ MQN & 182 @ BSX.(3) Improvements in reliability of LC gates by providing Interlocked Sliding booms at LC gates on Hyderabad Division (4) Improvements and Ancillary Works to the existing RUBs in Secunderabad – Mudkhed section.

TENDER NOTICE No. : Y/SG/36/2016-17/30 Dated: 15.11.2016

VALUE OF WORK : Rs.39,87,032/- DATE & TIME OF CLOSINGOF : 20.12.2016 at 15.00 hours TENDER BOX DATE & TIME OF OPENINGOF : 20.12.2016at 15.30 hours TENDER DOCUMENT COST OF TENDER BOOK : Rs.3,000/- (In the form of Railway CashReceipt/Banker Cheque/DD)

EARNEST MONEY DEPOSIT : Rs.79,750/- (THE COST OF TENDER BOOK & EARNEST MONEY DEPOSIT ARE TO BE DEPOSITED IN FAVOUR OF SENIOR DIVISIONAL FINANCE MANAGER, HYDERABAD DIVISION, SOUTH CENTRAL RAILWAY, SECUNDERABAD OF THE RAILWAY, EXECUTED BY STATE BANK OF INDIA OR ANY OF THE NATIONALIZED BANKS OR BY SCHEDULED BANK)

CONTENTS OF THE TENDER BOOKLET

1. CHECK LIST OF DOCUMENTS TO BE ANNEXURE-I SUBMITTED ALONG WITH TENDERS

2. TENDER FORM ANNEXURE-II 3. REGULATIONS FOR TENDER ANNEXURE-III 4. DOCUMNENTS TO BE SUBMITTED BY TENDERER ANNEXURE-IV UNDER CONDITIONS OF TENDER 5. SPECIAL CONDITIONS OF THE TENDER ANNEXURE-V 6. INDEMNITY BOND ANNEXURE-VI 7. AGREEMENT FORM ANNEXURE-VII 8. FORM OF PERFORMANCE GUARNATEE ANNEXURE-VIII 9. ABSTRACT SUMMARY AND TENDERS QUOTE SHEET ANNEXURE-IX 10. TENDER SCHEDULE ANNEXURE-X

Signature of the Contractor 3

ANNEXURE-II SOUTH CENTRAL RAILWAY

TENDER FORM Tender No. Y/SG/36/2016-17/30 Name of the work ______________________________________________________ To, THE PRESIDENT OF INDIA, ACTING THROUGH THE SENIOR DIVISIONAL SIGNAL & TELECOMMUNICATION ENGINEER, HYDERABAD DIVISION, SOUTH CENTRAL RAILWAY, SECUNDERABAD – 500 071.

I/We ……… have read the various conditions to tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this Tender open for acceptance for a period of ……… days from the date fixed for opening the same and in default thereof, I/We will be liable forfeiture of my/our “Earnest Money” I/We offer to do the work for “Hyderabad Division: S&T arrangements in connection with (1) Janakampet -BDHN Section: Proposal widening of LC No: 18 JB to cater the increased road traffic- (2) Provision of Interlocked Sliding type booms stand by to Lifting barrier Booms at Traffic Interlocked LC gate Nos. 68 @ MQN & 182 @ BSX.(3) Improvements in reliability of LC gates by providing Interlocked Sliding booms at LC gates on Hyderabad Division (4) Improvements and Ancillary Works to the existing RUBs in Secunderabad – Mudkhed section “railways at the rate quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 120 days (ONE HUNDERED AND TWENTY DAYS) from the date of issue of letter of acceptance. 2. I/We also hereby agree to abide by the Indian Railway Standard General Condition of Contract, with all correction slip up-to-date and to carry out the work according to the Special Conditions of Contract and Specifications of materials and works as laid down by Railway in the annexed Special Conditions/Specifications, Schedule of Rates with all correction slip up-to-date for the present contract. 3. A sum of Rs.79,750/- is herewith forwarded as Earnest Money. Full 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.

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract;

(a) I/We withdraw my/our offer within the validity date of my/our offer. (b) I/We fail to undertake the contract after acceptance of my/our offer.

5. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work. ________________________ Signature of Witnesses: Signature of Tenderer (s) (1) _________________________

Dated ________________ (2) _________________________ Address of the Tenderer (s)

Signature of the Contractor 4

ANNEXURE-III REGULATIONS FOR TENDER AND CONTRACT FOR THE GUIDANCE OF ENGINEERS AND

CONTRACTORS FOR SIGNALLING AND TELECOMMUNICATION WORK - MEANING OF

TERMS:

1. DEFINITIONS: In these Regulations for Tender, General Conditions and Special Conditions of Contract, the following terms shall have the 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 South Central Railway or the Successor Railway authorities to deal with any matters which these present are concerned on his behalf.

(b) "General Manager" shall mean the Officer in Administrative charge of the whole of Railway and shall mean and include the General Manager of the Successor Railway.

(c) "Chief Engineer" shall mean the Officer-in-charge of the Engineering Department of South Central Railway and shall also include the Chief Signal and Telecommunications Engineer of the Successor Railway.

(d) "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 South Central Railway i.e., the Deputy Chief Engineer/Chief Engineer, Chief Engineer (Construction), Senior Divisional Signal & Telecommunication Engineer, Hyderabad Division and shall mean and include the Engineers of the Successor Railway.

(e) "Engineer's Representative" shall mean the Assistant Engineer in direct charge of the works and shall include any Resident Engineer or Sub-Engineer of the Civil Engineering/Signal and Telecommunication Engineer Department appointed by the South Central Railway and shall mean and include the Engineer's representative of the Successor Railway.

(f) "Tenderer" shall mean the person, the firm or company whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall include their executors, administrators, successors and permitted assigns.

(g) "Limited Tenders" shall mean the Tenders invited from all or some of the Contractors on the approved list of Contractors with the Railway.

(h) "Open Tenders" shall mean the Tenders invited in open and public manner and with adequate notice.

(i) "Works" shall mean the works contemplated in the drawings and schedules set forth in tender forms and description of contract and required to be executed according to specifications.

(j) "Specifications" shall mean the specifications for materials and works, issued by South Central Railway under the authority of the Chief Engineer or as amplified, added to, or superseded by Special specifications, if any, appended to the Tender Forms.

(k) "Drawings" shall mean the drawings, plans and tracings or prints thereof annexed to the Tender Forms.

(l) "The General Conditions of Contract" will mean the General conditions of contract as amended and/or corrected from time to time, and obtaining at the time of acceptance of the tender or at the time of execution of the Agreement mentioned in Clause-14 under conditions of Tender. It shall be the responsibility of the Tenderer before submitting his Tender and again before entering into the said agreement to ascertain all amendments and/or corrections made to the said General conditions of the contract.

Signature of the Contractor 5

2. SINGULAR & PLURAL: Works importing the singular number shall also include the plural and vice versa where the context requires.

3. INTERPRETATION: 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 sessions by special conditions of contract and/or special specifications, if any, annexed to the Tender Forms.

4. CONTRACTORS CREDENTIALS: A Contractor who has not carried out any works so far on this Railway should furnish particulars regarding: a) His position as an independent contractor b) His capacity to undertake and carryout works satisfactorily, as vouched for by a

responsible official or firm. c) His previous experiences on works similar to that to be contracted work 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 investigation, 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. f) His financial position. g) His Income tax clearance certificates, an authorized copy of which should be sent along

with the Tender without which the Tender may not be considered.

5. OMISSIONS AND DISCREPANCIES: Should a Tenderer find discrepancies in, or omissions from the drawings or any of the Tender Forms or should be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written intimation to all Tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially effect the basis of the Tender and the successful Tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

6. EARNEST MONEY: (a) The tenderer shall be required to deposit Earnest Money with the tender for the due

performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The Earnest Money shall be 2% of the Estimated Tender Value i.e., Rs.79,750/- as indicated in the Tender Notice.

(b) It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is permitted to tender in consideration of 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 Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid EMD amount shall be liable to be forfeited to the Railway.

(c) If his tender is accepted, this earnest money mentioned in sub clause (a) above, will be retained as part of security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General conditions of contract. The Earnest money of other tenderers shall save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession nor be liable to pay interest thereon.

Signature of the Contractor 6

(d) The Earnest Money should be in Cash or in any of the following forms: -

(i) Fixed Deposit Receipt/Demand Draft/Banker Check to be Deposited in favor of (Sr.DFM/HYB) Senior Divisional Finance Manager, Hyderabad Division, South Central Railway, Secunderabad. These forms of Earnest Money could be either of the executed by State Bank of India or any of the Nationalized Banks or by Scheduled Bank only. No confirmatory advice from the Reserve Bank of India will be necessary.

7. CARE IN SUBMISSION OF TENDERS: (a) 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 the encountered during the execution of the work are taken into account and that the rates he entered in the Tender Forms are adequate and all inclusive to accord with the provisions of Clause 37 of the General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(b) When the work is tendered for by a firm or company or contractor, the Tender shall be signed by the individual legally authorized to enter into commitments on their behalf. 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 subsequent to the execution of the contract. It may however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

8. SUBMISSION OF TENDER DOCUMENTS DOWNLOADED FROM WEBSITE: Tenderer (s) who are submitting down loaded (from website):

(a) Tenderer must enclose with the tender form a Demand Draft /Banker Check to be Deposited in favor of (Sr.DFM/HYB) Senior Divisional Finance Manager of Hyderabad Division, South Central Railway/Secunderabad” towards the cost of tender documents. Tender offers not accompanying with the requisite tender fee as above shall summarily be rejected.

(b) Only the original computer print out of the Tender documents down loaded from the website must be submitted. Photo copies are not acceptable. Tenders submitted in photo copies of down loaded documents are liable to be rejected.

(c) If during the process of tender finalization it is detected that tenderer has submitted tender documents after making any changes/additions/deletions in the tender documents down loaded from website, his offer will be summarily rejected and the earnest money deposited by the tenderer shall be forfeited by the Railway.

9. OPENING OF TENDERS: At the advertisement time and place, Tenders received for contract shall be opened by Railway Authorities and where practicable, the names of Tenderers and the rate tendered by them read out in the presence of such of the intending contractors or their agents as may attend.

10. RIGHT OF RAILWAY TO DEAL WITH TENDERS: The Railway reserve the right of not to invite tenders for any work or works, or to invite open or limited tenders, 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.

11. EXECUTION OF THE CONTRACT DOCUMENTS: The Tenderer/whose tender is accepted shall be required to appear at the office of the General Manager/Chief Engineer/Regional Engineer/Division/District Engineer, as the case may be in person, or if a firm or corporation, duly authorized representative shall appear to execute the contract documents within seven days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach agreement affected 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. In the event of any Tenderer

Signature of the Contractor 7

whose tender is accepted shall refuse to execute the contract as herein before provided, the Railway may determine that such Tenderer has abandoned the contract and thereupon his tender and the acceptance thereby 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.

12. FORMS OF CONTRACT DOCUMENT:: The documents required to be executed by the tenderer whose tender is accepted shall be to

the prescribed form annexed hereto as `AGREEMENT FORM` (Annexure-VII) .

13. FORM OF QUOTATION: The tender shall be submitted in the prescribed form annexed hereto as `SCHEDULE OF WORKS` (Annexure-X) quoting value ion percentage basis-excess/below/at par for supply and labour portions of the schedule annexed hereto. The rate quoted must be clearly written in figures and in words.

14. CONDITIONS OF TENDER: 14.1 The drawings other than the drawing supplied with the Tender for the works can be seen at

the office of the Senior Divisional Signal and Telecommunication Engineer Hyderabad Division, South Central Railway, DRM's Compound, Secunderabad.

14.2 General Conditions of Contract and Specifications for materials and works can be seen at the office of the Senior Divisional Signal and Telecommunication Engineer Hyderabad Division, South Central Railway, DRM's Compound, Secunderabad.

14.3 The Tenderer/Tenderers shall quote rates as required in the Abstract Summary and Tender Quoted Sheet given in (Annexure-IX). The description of items is given as a guide and approximately only and is subject to variation according to the needs of the Railways. The Railways do not guarantee work under each item of schedule.

14.4 No erasure or alteration in the Test of the Tender paper is permitted and any such erasure or any alteration may either be disregarded or render the whole tender void at the option of the Railway. Any corrections made by the Tenderer must be attested by him.

14.5 The works are required to be completed within a period of 120 days from the date of issue

of the letter of acceptance.

14.6 The tender must be accompanied with 2% of the Estimated Tender Value as Earnest Money i.e., Rs.79,750/- in any of the form mentioned below, failing which, the tender will not be considered and will be summarily rejected.

i) In cash, paid to the Sr. Divisional Cashier (Pay) Hyderabad division, South Central Railway, Secunderabad or

ii) By Bank instruments as mentioned in Para 8 (a) of regulations for tenders and contracts.

NOTE: - Cash remittances will not be accepted by Senior Divisional Cashier/Pay after 15-30 hrs on 19.12.2016.

Cheques, War Bonds and government Promissory Notes will not be accepted towards the earnest money. No interest shall be allowed on the earnest money.

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 resole from his offer or modify the terms and conditions thereof in a manner not acceptable to the Senior Divisional Signal & Telecommunication Engineer, Hyderabad division, South Central Railway, Secunderabad.

Signature of the Contractor 8

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

14.7 The Tenderer shall hold the offer open for acceptance by the Railway for a period of 90 days from the date of opening of the Tender, subject to the period being extended if required by mutual agreement from time to time. It is understood that the tender documents have been sold/issued to the Tenderer is being permitted to tender in consideration of the stipulations 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, South Central Railway. Should a 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 to the Railway. If the tender is accepted the amount of Earnest Money will be held as the security deposit for the due and faithful fulfillment of the contract.

The earnest moneys of the unsuccessful Tenderers will as herein before provided be returned to the unsuccessful Tenderers but the Railway shall not be responsible for any loss or depreciation that may happen to the security for the performance of the stipulation to keep the offer open for the period specified above or to the earnest money while in their possession, nor be liable to pay interest thereon.

14.8 Authority for acceptance of tender will rest with the competent authority of the South Central Railway on behalf of the President of India who does not bind himself to accept the lowest or any other Tender nor does he undertake to assign reasons for declining to consider any particular tender or tenders.

14.9 If a Tenderer deliberately gives wrong information in his Tender or creates circumstances for the acceptances of his Tender, the Railway reserve the right to reject such Tender at any state.

14.10 If a Tenderer expires after the submission of his Tender or after the acceptance of his Tender, the Railway shall deem such Tender as cancelled. If a partner of a firm expires after the submission of their Tender or after the acceptance of their Tender, the Railway shall deem such tender as cancelled unless the firm retains its character.

14.11 Eligibility Criteria: - The value of tender is less than Rs.50 lakhs, hence no eligibility criteria has been stipulated for the work.

14.12 Submission of Tender: A. The tender shall be submitted in the form enclosed as `TENDER` complete with enclosures

specified below namely 1.0 Schedule of rates in the form given in `SCHEDULE OF WORKS with this tender.

2.0 A receipt for having deposited the earnest money.

3.0 The following documents shall be submitted along with tender to fulfill minimum eligibility criteria stipulated under Para No 14.11.

3.1 Tenderer should submit an attested copy of certificate obtained from at least Jr.Administrative grade officer of Signal and Telecommunication department of railways/Superintendent engineer of State Government or equivalent Grade Officer in Quasi government/Public sector Undertakings in Central government to establish the eligibility criteria. Description of work, Organization for whom executed, value contract at the time of award, date of award, date of scheduled completion of work, date of

Signature of the Contractor 9

actual start, actual completion and final value of contract shall be furnished. If the work is completed but final bill not paid, details as required in Annexure `C` shall be made available. The certificates for works executed for Government/Quasi Government/Public Sector Undertakings only will be considered. The certificates for works executed for Private Organizations/Individuals shall not be considered.

3.2 Attested copy of certificate from Jr.Administrative grade officer of Signal & Telecommunication department of railways/Superintendent Engineer of state Government or equivalent grade office in quasi government department/public government or equivalent grade office in quasi government department/public sector undertakings in Central Government showing agreement wise contract bill amount received during the last 3 financial years and in the current financial year. Audited balance sheet indicating agreement wise contract bills received during the last 3 financial years duly signed and certified by the chartered accountant also can be enclosed.

3.3 List of works on hand indicating name of work, contract value, bill amount paid so far, due date of completion etc., to be furnished by contractor in Annexure ‘D’ and this certificate to be signed by contractor.

3.4 The onus of establishing credentials lies with the tenderer and hence railway shall evaluate the offer only from the certificate/documents submitted along with the tender offer.

3.5 Any certificate’s, documents submitted after tender opening shall not be given any credit and shall be considered.

3.6 The offer of tender(s) do not enclose experience certificate, turnover certificate and list of works in hand as in 1.1 to 1.4 along with their tender to establish credentials shall be summarily rejected though they are working contractors or contractor of approved list.

4.0 The following further documents may be submitted along with the tender.

4.1 List of personnel organization available on hand and proposed to be engaged for the subject work. These two lists should be given separately and signed by the tenderer. To be submitted in the proforma given in Annexure ‘A’.

4.2 List of plant and machinery available on hand (own and proposed to be inducted) (own and hired to be given separately) for the subject work and this list shall be signed by tenderer. To be submitted in the proforma given in the Annexure ‘B’.

4.3 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.

4.4 If tenderer down load tender documents from website and do not enclose proper value towards the cost of tender form, their tender shall be considered as invalid.

5.0 If any certificate or details enclosed by tenderer are found to be fake/bogus/ tampered, such of those agencies shall not be awarded any work in S.C.Railway for a period of 5 years from the date of opening of tender, joint ventures or partnership firms of any other nature of firms in which such agencies are a party shall also not be awarded any work for this period of 5 years.

6.0 The successful bidder may give Performance guarantee amounting to 5% of the contract value in any of the following forms:

6.1 A deposit of cash. 6.2 Irrevocable bank guarantee 6.3 Government securities including State loan bonds at 5% below the market value. 6.4 Deposit receipts, pay orders, demand drafts and Guarantee bond. These forms of

Performance guarantee could be either if the State Bank of India or of any of the nationalized bank.

Signature of the Contractor 10

6.5 Guarantee bonds executed of Deposit receipts tendered by all Scheduled banks 6.6 A deposit in the Post Office Savings Bank. 6.7 A deposit in the national Savings Certificates 6.8 Twelve years national Defense certificates. 6.9 Ten years Defense deposits 6.10 National Defense bonds: and 6.11 Unit trust certificates at 5% below market value or at the value or at the face value

whichever is less. Also, FDR (free from encumbrance) in favour of Senior Divisional Finance Manager/Hyderabad Division, S.C.Railway, Secunderabad (free from any encumbrance) may be accepted.

7.0 Time period for submission of Performance Guarantee: The performance guarantee should be furnished by the successful contractor within 30 days from the date of issue of letter of acceptance, but before signing of the agreement and should be valid up to expiry of the maintenance period. Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement.

However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e., from 31st day after the date of issue of LOA. IN case, the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

7.1 Performance guarantee shall be released after satisfactory completion of the work. 8.0 Conservancy charges: As applicable from time to time to be levied (Clause 6 of GCC &

C.S.No5 to GCC) and should be valid up to expiry of the maintenance period.

B. Tender along with enclosures mentioned above should be sent in sealed covers endorsed as follows: Tender Notice No. Y/SG/36/2016-17/30, dated: 15.11.2016 Date of opening 20.12.2016 Time of opening 15.30hrs

The cover should be addressed to the Senior Divisional Signal & Telecommunication Engineer, Hyderabad Division, South Central Railway, DRM's Compound, Secunderabad-500 071, so as to reach him not later than 15.00 Hrs. on 20.12.2016.

Tenders sent by post should be sent by "Registered Post with acknowledgement due". Tenders submitted by hand delivery should be deposited personally in the Tender box provided for this purpose in the Tender Hall, DRM/HYB compound and in the presence of the official of the Signal and Telecommunications Department.

Apart from the original tender to be submitted as detailed above, copies should not be sent to any other official of Railway or else where.

All tenders should be made in the Tender form as stated above. Tenderers may enclose with their tender any other documents containing explanatory memorandum etc., should they so desire.

The offers received will be opened at 15.30 Hrs. on 20.12.2016 in public in the presence of such of the Tenderers representatives as may like to be present.

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

The successful Tenderer/Tenderers shall be required to execute an agreement with the President of India acting through the Senior Divisional Signal and Telecommunication Engineer, Hyderabad division, South Central Railway, Secunderabad, for carrying out the work according to the General Conditions of the contract and specifications of contract including the correction slips issued from time to time.

Signature of the Contractor 11

Should a Tenderer be a retired Engineer of the Gazetted rank or any other Gazetted Officer working before his retirement, whether in the Executive of Administrative capacity or whether holding a pension able post or not in the Engineering Department or any of the Railways owned and administered by the President of India for the time being or should a Tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid the full information as to the date of retirement of such Engineer or retired Officer from the said service and in case where such Engineer or Officer has not retired from Government service at least two years prior to the date of submission of the Tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to take employment under 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 authorised by him in this behalf 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 the Tenderer, as the case may be shall be rejected.

Should a Tenderer or a Contractor have a relative or relatives or in the case of a Firm or Company of Contractors one or more of its share holders employed in Gazetted capacity in the Signal and Telecommunication Engineering Department of the Railway the authority inviting tenders should be informed of such fact of the time of submission of tender, failing which the tender may be disqualified or if such facts subsequently comes to light, the contract may be rescinded in accordance with the provisions in Clause 62 of the General Conditions of Contract.

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

The Earnest Money for the due performance of the stipulation to keep the offer open till the date specified in the tender will be refunded to the unsuccessful Tender/Tenderers within a reasonable time. The earnest money deposited by the successful Tenderer will be retained towards the security deposit for the due and faithful fulfillment of the contract but shall be forfeited if the contractor fails to execute the agreement bond or start the work within the reasonable time. (To be determined by the Engineer-in-charge) after notification of the acceptance of his/their tender.

The administration does not agree to pay Sales Tax in addition to the price quote.

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. Tenderer shall not increase their quoted rates in case the railway administration negotiates for reduction in rates. Such negotiation shall not amount to cancellation or withdrawal of the original offer and the rates originally quoted will be binding on the tenderers.

The tenderer for carrying out any construction work in ………. (name of the state) must get themselves registered from the Registering Officer under section-7 of the Building and Other Construction workers Act 1996 and rules made thereto by the ……(name of state) Govt and submit certificate of Registration issued from the Registering Officer of the …………..(name of state) Govt. (labour deptt). For enactment of this act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.

SENIOR DIVISIONAL SIGNAL & TELECOM ENGINEER,

(HYDERABAD DIVISION), SOUTH CENTRAL RAILWAY. For & on Behalf of the President of India.

Signature of the Contractor 12

ANNEXURE-IV

ANNEXURE-A

PROFORMA ENGINEERING ORGANISATION AVAILABLE ON HAND.

Sl. No.

Name & Designation of Employee Qualification Previous

Experience Working

From To 01 02 03 04 05 A

B

C

Z

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

Sl. No.

Name & Designation of Employee Qualification Previous

Experience Remarks

01 02 03 04 05 A

B

C

Z

ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM OUTSIDE.

(A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSON SHOULD BE OBTAINED AND ENCLOSED)

Sl. No.

Name & Designation of Employee Qualification Previous

Experience Remarks

01 02 03 04 05 A

B

C

Z

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER:

Signature of the Contractor 13

ANNEXURE-B

1. PLANT & MACHINERY AVAILABLE ON HAND.

Sl. No.

Particulars of machinery,

Plant & equipment

No. of Units

Kind and

make Capacity

Age and Condition

Approx. cost in Rs. in lakhs

Purchase Bill No. & Date and

Registration particulars

01 02 03 04 05 06 07 08 A B C Z

2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE.

Sl. No.

Particulars of machinery,

Plant & equipment

No. of Units

Kind and

make Capacity

Age and Condition

Approx. cost in Rs. in lakhs

Purchase Bill No. & Date and

Registration particulars

01 02 03 04 05 06 07 08 A B C Z

3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE.

Sl. No.

Particulars of machinery,

Plant & equipment

No. of Units

Kind and

make Capacity

Age and Condition

Approx. cost in Rs. in lakhs

If to be purchased give likely date of receipt and

supplier’s Name. 01 02 03 04 05 06 07 08 A B C Z

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER:

Signature of the Contractor 14

ANNEXURE-C

LIST OF COMPLETED WORKS BY THE TENDERER

Sl. No.

Name of work

Agreement No. and

date

Designation and address of agreement

signing authority

Agreement value in lakhs

Completed value of work

(in lakhs)

Date of completion

Remarks

RAILWAY WORKS

A

B

C

D

E

Z

STATE GOVERNMENT WORKS

A

B

C

D

E

Z

PUBLIC SECTOR UNDERTAKING WORKS

A

B

C

D

E

Z

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER:

Signature of the Contractor 15

ANNEXURE-D

LIST OF WORKS ON HAND WITH THE TENDERER

Sl. No.

Name of work

Agreement No. and

date

Designation and address of

agreement signing authority

Agreement value in lakhs

Bill amount paid so far in

lakhs

Due date of

completion Remarks

RAILWAY WORKS

A

B

C

D

E

Z

STATE GOVERNMENT WORKS

A

B

C

D

E

Z

PUBLIC SECTOR UNDERTAKING WORKS

A

B

C

D

E

Z

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER:

Signature of the Contractor 16

ANNEXURE-E

EXPERIENCE CERTIFICATE

Sl. No.

Work details Details

1. Name of work

2. Agreement No., date and Name of the Agency

3. Agreement value in Rupees (in words and figures)

4. Due date of completion

5. Number of extensions granted

6. Actual date of completion of work

7. Value of final bill if passed (in words)

8. Work completed but Final measurement not

recorded

a) Amount paid so far as in CC Bill No.

9. Work completed, Final measurements recorded

with negative variation.

a) Amount so far paid as in CC Bill No.

10. Work completed, if Final measurements recorded

with positive variation which is not sanctioned yet.

a) Original agreement value or last sanctioned

agreement value whichever is lower.

NOTE: 1. This certificate in this proforma is to be issued only for physically Completed work.

2. This certificate to be issued by an officer not below the rank of JA Grade or bill passing officer in Railways and bill passing officer/Executive In-charge of work in other Government department/Government bodies/Public sector under taking. The certificate should bear the signature and seal of the issuing officer, name of the department etc.

Signature :

Name of officer :

Designation :

Address :

Office seal :

Phone/Fax No. :

Date :

Signature of the Contractor 17

ANNEXURE-F

CERTIFICATE FROM CHARTERED ACCOUNTANT IN THEIR LETTER HEAD TO WHOM SO EVER CONCERNED

We ____________________, are the Auditor for the Firm __________________________,

since last __________________(many) years. On the strength of the above association, we are

issuing this Certificate to the Firm on the Annual Contractual Turnover during the last three

Audited Financial Years as per Audited Balance Sheets.

It is further certified that advance or loans taken by the firm in connection with

execution of works is not reflected in the contractual receipts from Works Contracts

indicated below.

Sl. No.

Financial year Receipts reflected in Audited

Balance Sheets in P&L account (Rs.)

Contractual Receipts from Works Contracts

(Rs.)

Remarks (if any)

01 02 03 04 05

Signature :

Name of CA :

Address :

Office seal :

Phone/Fax No. :

E-mail :

Date :

Signature of the Contractor 18

GENERAL CONDITIONS OF CONTRACT The General Conditions of Contract governing the performance of the works covered

by this tender are the “General conditions of Contract” of the Engineering Department of the

South Central Railway, as amended from time to time up to date. A copy of the book-let

incorporating the above “General Conditions of Contract” may be perused in the office of the

Senior Divisional Signal & Telecommunication Engineer, Hyderabad division, South Central

Railway, Secunderabad.

In submitting his tender it would be deemed that the tenderer has kept himself fully

Informed of the provision of the General Conditions of contract including all corrections and

Amendments issued up to date.

Signature of the Contractor 19

ANNEXURE-V SPECIAL CONDITIONS OF THE CONTRACT

(WHEREVER APPLICABLE)

1.1 The special conditions of contract quoted herein in the Tender shall be supplement to the General Conditions. In the event of any conflict or inconsistency between them the special conditions of the contract, contained herein shall prevail.

1.2 The standard general conditions of the contract for use in connection with Civil Engineering works of South Central Railway as amended up to date will form part of the contract agreement and for all purposes shall be treated as if the same have been incorporated herein. The contractor can obtain a copy of the General Conditions of the contract for Civil Engineering works from the Chief Administrative Officer (Construction), South Central Railway, Secunderabad or any other Railway Civil Engineer dealing with contracts.

2.0 SCOPE OF WORK:

The scope of work is “Hyderabad Division: S&T arrangements in connection with (1) Janakampet -BDHN Section: Proposal widening of LC No: 18 JB to cater the increased road traffic- (2) Provision of Interlocked Sliding type booms stand by to Lifting barrier Booms at Traffic Interlocked LC gate Nos. 68 @ MQN & 182 @ BSX.(3) Improvements in reliability of LC gates by providing Interlocked Sliding booms at LC gates on Hyderabad Division (4) Improvements and Ancillary Works to the existing RUBs in Secunderabad – Mudkhed section.”

2.1 The contractor should supply the materials as per schedule at the time of installation as required by the various items of the schedules and the rates quoted by the tenderer should be inclusive of the cost of these materials.

2.2 Materials that are to be supplied by the contractor for the execution of work are detailed under the supply portion of the schedule with relevant specifications/drawing reference mentioned therein.

2.3 The work to be executed in the labour portion as per the tender schedule Annexure-X with technical specifications of this tender.

2.4 The railway reserves the right to supply its own materials if the contractor fails to supply within a reasonable period and the contractor will execute the labour portion as directed by the Engineer. Liquidity damages will be imposed for non supply of material. Thus, if the material is used from Railway stocks due to non supply from contractor, a deduction of 21.5% of the contracted amount for the corresponding item for quantity used for the work but defaulted by the contractor as applicable at the time of execution will be made from contractor’ bills. The engineer’s interpretation regarding quantities used is final.

2.5 The Senior Divisional Finance Manager, Hyderabad Division, South Central Railway, Secunderabad (Sr.DFM/HYB) will be the bill passing authority.

2.6 The Railway reserves the right to supply its own materials if the contractor fails to supply within a reasonable period and the contractor will execute the labour portion as directed by the Engineer. Liquidity damages will be imposed for not supply.

2.7 The contractor has to quote their rates including the consumable items required for carrying out the labour portion of the schedule.

2.8 The contractor will have to procure all the tools required for executing the labour portion of the work made before the actual commencement of the work, the contractor will satisfy the Engineer that he has procured all the necessary tools required of good quality.

2.9 The rates quoted by the Tenderer against the estimated cost (given in Annexure-VIII) relates to the supply and labour portion of the contract. All Signaling/Telecom materials to be supplied by contractor shall be subject to inspection by Railway Nominee as per Clause-26 of Special conditions of contract.

Signature of the Contractor 20

2.10 All the materials and equipments to be supplied and used for the execution of work shall be to I.R.S. specification where available or to ISS if IRS is not available. In case of materials for which neither IRS nor ISS is available, the materials should be supplied with the approval of Railway Administration.

3.0 EXECUTIVE AUTHORITY IN CHARGE OF THE WORK AND CLARIFICATIONS TO BE OBTAINED:

3.1 The Senior Divisional Signal & Telecom. Engineer, Hyderabad Division, South Central Railway, Secunderabad, will be the Executive-in-charge of this work and in the day-to-day execution of the work any clarifications or instructions given by the said Engineer shall be final and binding on the contractor.

3.2 Regarding alterations to the contents of the contract or any other matter connected with the contract, the Senior Divisional signal & Telecom Engineer, Hyderabad division, South Central Railway, Secunderabad, will be the final authority and his decision shall be final and binding on the contractor.

3.3 Senior Divisional Finance Manager/Hyderabad Division, South Central Railway, Secunderabad will be the Accounts Officer-in- charge of payment etc., under this contract.

4.0 DISCREPANCIES IN DRAWINGS AND OTHER DOCUMENTS: 4.1 The contractor shall carry out at his expense any alterations of the works due to any

discrepancies, errors or omissions in the drawings or other particulars. Any approval given by the Railway for this purpose shall in no way absolve the contractor from any or all responsibilities for the correct functioning of the equipment. In this regard the responsibility rests with the contractor in all respects.

4.2 The quantities required to complete the work are estimated roughly and if any extra quantities are found to be necessary, the same shall be supplied by the contractor at Railway's cost.

4.3 Whatever has been supplied by the contractor according to their quotation, even if found in excess shall remain the property of the Railways.

4.4 QUANTITY OF WORK: It will not be binding for the Railway Administration to give all the items of works at the station on contract and Railway Administration may decide to do any or all the items of supply/execution involved at the station departmentally without assigning any reason for the same. Also the Administration may give for some items of work at the same station to different Tenderers without assigning reasons.

4.5 ALL DOCUMENTS TO BE IN ENGLISH: All documents to be submitted in connection with this contract shall be written in English, preferably.

4.6 ADOPTION OF METRIC SYSTEM: Dimensions, weight etc., shall be quoted in metric system.

4.7 DRAWING AND SPECIFICATIONS: 4.7.1 The required cable route plan and other plans for the station is available in Senior Divisional

Signal and Telecom Engineer Hyderabad Division SC's office. The tentative location of signal and telecom are indicated in the route plan. For any reference the Tenderer may obtain from the above office during office working days.

4.7.2 Copies of IRS drawing and specifications according to which the works are to be executed, have to be obtained by the Tenderer direct from the Director General, RDSO, S&T wing, Alambagh, Lucknow-5.

4.7.3 The specification for the materials to be supplied by the Railway shall be as per Tender document.

4.8 CLARIFICATION REQUIRED BY THE TENDERER:

Signature of the Contractor 21

Any clarification required by the Tenderer may be obtained from Senior Divisional Signal and Telecom Engineer Hyderabad division, South Central Railway, Secunderabad-500 071.

4.9 INTERPRETATION: With this tender, the Tenderer shall submit a note stating his interpretation of the specification wherever the desires to clarify any aspect of his offer. In respect of matters and issues not covered by this note, it shall be presumed that the quotation confirms to the specification laid down in the tender document. The interpretation of this Railway where such interpretation is found necessary shall be final and binding on the contractor.

4.10 FUTURE DEVELOPMENTS: If during the period of contract, there have been any developments resulting in improvements or advancements, technical or mechanical in regard to the equipments to be installed, erected, its designs, or fabrications, the contractor shall make available to the Railway all information bearing on the same, in the light of such information the Railway may modify the orders to its advantage of these developments on the basis of mutually agreed terms.

5.0 FORCE MAJEURE: 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 reasons of any war, Hostility, Acts of the public enemy, Civil Commotion, Sabotage, Fire, Floods, Earthquake, Explosions, Epidemics, Quarantine restrictions, Strikes, Lockouts, any statutory rules, regulations, order of requisition issued by any Government Department or competent authority or Acts of God (hereinafter referred to as event) then, provided notice of happening of any such event is given by either party to the other within twenty one days from the date of occurrence there of neither party shall by reason of such event to entitled to terminate this contract nor shall either party have any claim for damage against the other in respect of such non-performance or delay in performance and the obligations under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reason of any such event beyond a period as agreed to by the Railways and the contractor after any event or 68 days in the absence of such an agreement whichever more either party may as its option terminate the contract, provided also that if the contract is so terminated under this clause the Railway may at the time of such termination take over from the contractor all works executed or works under execution.

6.0 EXECUTION OF WORK: 6.1 The work shall be started by the Contractor within one week of the receipt of the letter of

acceptance. Orders on various manufacturers shall be placed immediately, for supply of materials as per schedules.

6.2 Materials to be supplied by the Contractor for use in the work shall be got inspected by the nominated inspecting authority of the Railway. The contractor is required to submit to this office, names and photographs of the agent so employed by him for the work, for the issue of Identity Cards to enable them to move about in Railway premises to take delivery of the materials from Stores depots at Lallaguda, Secunderabad or at site. Necessary intimation shall be given in advance for the issue of a new Identity Card in case there is a change of the Artisan staff/agents and the validity of the Identity Cards shall be limited to the contract under execution.

6.3 The contractor shall be responsible for checking before taking delivery whether the materials given to him are in good condition.

6.4 The materials that shall be handed over to the Contractor at any time for execution of work shall depend upon the particular item of work in the schedule to be done at a particular time and also the progress of work. The contractor shall furnish indemnity Bond for a sum of equal to the cost of materials proposed to be taken by him. The quantity of materials that shall be given by the Railway at any time shall not exceed the value of Indemnity Bond that is furnished by the Contractor.

Signature of the Contractor 22

6.5 Materials issued to the contractor shall be used solely and economically for the purpose of

work covered by this contract only. The materials shall be used in such quantities and proportions as are indicated in Schedule or in the relevant specification or drawings or as approved by the Engineer whose decision thereon shall be final. Wastage or damage to such materials in any manner shall be avoided.

6.6 The contractor shall be liable to render full account for all the materials issued by the Railway. If any quantity of Railway materials is consumed in excess or wasted or damaged or lost or otherwise not satisfactorily accounted for, recovery shall be made from the contractor at twice the issued rate prevailing at the time of last issue of the materials consumed in excess or wasted or damaged or lost or not satisfactorily accounted for.

6.7 If at any time any materials which the contractor would normally have to arrange for himself is supplied by the Railway either at the contractor's request or sue motto in order to prevent possible delay in the execution of the work due to contractor Inability to make adequate arrangements for the supply therefore or otherwise, such materials will be made available to the contractor in Railways Stores Depot at Chilkalguda as required for work. All handing, subsequent there of will be at the contractors responsibility. Recovery of the cost of such supply will be made from the Contractor's bills, as per extant rules of the Railway. Any demurrage or other charges due on account of detention of wagon, in loading or unloading will also be recovered from the contractor.

6.8 If the materials mentioned in Schedules, however are not available or Railway decides not to supply the same, whatever be the reason, the Railway shall not be bound to arrange for the supply nor will this fact be accepted as an excuse for delay in the execution of the work by the contractor.

6.9 The quantities indicated in the schedules are approximate and will only support to convey to the contractor an idea of the magnitude of the work. The rates mentioned in Schedules are deemed to hold good for any increase in quantities upto 25%. The description of items is given as a guide and approximately only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy. Further, the Railway does not guarantee work under each item of the Schedule.

6.10 VARIATION: (1) The variation of quantity upto 25% shall in no degree affect the validity of the contract

and it shall be performed by the contractor as provided therein and be subject to the same conditions, stipulations and obligations originally included and approved for in specification and drawing and the amounts to be paid therefore, shall be calculated in accordance with the accepted rates of the schedule.

(2) In the event of any reduction in the quantity to be supplied/work to be executed for any reason whatsoever the contractor shall not be entitled to any compensation but shall be paid only for the actual amount of work done or quantity of supply made in the accordance with accepted rates of schedule.

(3) The contractor is bound to notify the Engineer at least 7 days before the necessity arises for the execution of any item in excess of 25% of the quantity provided in the Agreement.

(4) Prior finance concurrence is necessary varying the individual quantitiesbeyond 25% or where the gross agreement value exceeds 25% of theagreement value.

(5) Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would made as per the agreement rate. For this no finance concurrence would be required.

(6) In case an increase in quantity of an individual item by more than 25% ofthe agreement quantity is considered unavoidable, the same shall be gotexecuted by floating a fresh tender. If floating fresh tender for operatingthat item is considered not practicable, quantity of that item may beoperated in excess of 125% of the agreement quantity (100%

Signature of the Contractor 23

i.e., the original quantity + 25% i.e. quantity over and above the original quantity) subject to the following conditions:-

(7) Operation of an item by more than 125% of the agreement quantity needsthe approval of an officer of the rank not less than S.A.Grade.

i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

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

iii) 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.

iv) 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.

v) Execution of quantities beyond 150% of the overall agreement value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with the existing contractor, with prior personal concurrence of FA&CAO / FA&CAO/C and approval of General Manager.

(8) 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.

(9) No such quantity variation limit shall apply for foundation items. (10) As far SSR/SOR items are concerned the limit of 25% would apply to the value of

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

(11) For the tenders accepted at the Zonal railway level, the variation in quantities will be approved by the authority in whose powers the revised value of the agreement lies.

(12) For orders accepted by General Manager, variation up to 125% of the original agreement value even if the revised agreement value is beyond GM`s competence to accept tenders) may be accepted by General Manager.

(13) For tenders accepted by Board Member and Railway Ministers, variation upto 110% of the original agreement value may be accepted by General Manager.

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

(15) In zonal contracts the variation in the contract should not exceed 25% of the contract value or One Lakh, whichever is higher.

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

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

Vitiation: If vitiation occurs on account of variations in quantities, the amount payable will be restricted to the overall lowest value quoted in all the acceptable offers for this tender calculated on quantities of various schedules as actually executed. In order to keep control over the vitiation, checking of vitiating should be started when the 75% of the bills is paid and continued thereafter, on every bill so that recoveries can be made in each of on account bills.

Signature of the Contractor 24

6.11 The contractor shall return any cut pieces of wire cables that may be left back and also any surplus materials from the work and empty cable drums and other packing materials delivered to him. They shall be handed over to the Railway at Railway's nominated Stores Depot through Signal/Telecom Inspector-in-charge of the work.

Empty Cement bags shall be returned to Railways. An amount of `.150/- per every 100 empty cement bags will be recovered from the bills payable to the Contractor for non-return of cement bags.

The Empty cable drums should be returned in good condition in case the drums are not returned following recoveries shall be made from the contractor payment.

(a) Up to 12 core capacity cable drum `.400 per drum (b) From 12 core to 30 core capacity `.800 per drum (c) For empty power cable drum `.200 per drum

6.12 The contractor shall return the left over/unused materials to the nominated Stores certified by Inspector in charge of the work.

6.13 During the execution of the works the contractor or his representative shall not leave the site where the works are being carried out. At the site of work, the contractor shall always make available. One representative who shall be approved by the Railway Administration and who shall be invested with adequate powers by the contractor so that orders or instructions given to the said Representative by the Railway Administration in writing could be considered as duly given or conveyed to the contractor himself. Representatives of the Railway will check up the work from time-to-time.

6.14 The contractor shall take proper written acknowledgement from the Engineer's representative for all the materials required by him, at the respective Stores Depot through the Inspector-in-charge of the works.

6.15 When the work is required to be carried out on the track itself or as close to the track as may pose a hazard to rail traffic, the work shall be carried out under the supervision of an authorized Railway representative, Signal/Telecom Inspector or Chief Signal/Telecom Inspector.

6.16 All the tools that are required by the contractor for the purpose of transportation of materials, digging, concreting, erection of signal post etc., shall include spare parts, fuel and consumable stores. The rates quoted by the contractor shall be deemed to be inclusive of labour required to ensure efficient and methodical execution of work. Sand/ballast and any other items as per materials statement vide Clause 2.5 shall be arranged by the contractor at the site at his own expenses.

7.0 ATTENDING DEFECTS: 7.1 The contractor shall rectify defects that may arise in the work done by him noticed for a

period of one month after completion of work whether such defects are due to bad workmanship on the part of the contractor or otherwise. Should any dispute arise as to the correctness of the defects pointed out, the Engineer’s decision in this regard shall be final and binding.

8.0 INSURANCE: The contractor shall take out and keep in force a policy or policies of insurance against all liabilities of the contractor or the Railway at common law or under any statute in respect of accidents to persons who shall be employed by the contractor for the purpose of carrying out the contract works at site. The contractor shall insure against all recognized risks to the office accommodation and storage for which he is liable. Such insurance shall in all respects to be to the approval of the Railway. The contractor shall also arrange insurance of all materials supplied to him till the time of handing over to the Railway the completed works.

9.0 TAXES - CENTRAL, STATE, LOCAL: All rates mentioned in Schedules are deemed to be inclusive of all Taxes, inclusive of Sales Tax and Excise Duty, Royalty, Octroi, etc., payable by the contractor to the Government or

Signature of the Contractor 25

any other authority. However necessary 'D' Form will be issued by the Railway Administration for supply of materials where Central Sales Tax is livable. The Tenderers may take this consideration into account while quoting the rates.

10.0 MODAVAT CLAUSE: The price to be quoted by the Tenderers should take into account the availed on inputs under the MODAVAT Scheme introduced with effect from 1st March 1986. The Tenderers should given declaration that any sets off in respect of duties on inputs as admissible under law is being totally and unconditionally passed on to the purchaser in the price quoted by him.

11.0 ESCALATION CLAUSES:

11.1 WAGE ESCALATION: Railway is not agreeable to any wage escalation.

11.2 MATERIAL PRICE ESCALATION: Railway is not agreeable to any material price escalation.

12.0 SAFETY PROVISION OF CARRYING OUT WORKS - PROTECTION TO WORKERS: The contractor shall take all precautionary measures in order to ensure protection of his own personnel moving about or working on the Railway premises and shall have to conform to the rules and Regulations of the Railway. If and when, while the work under the contract is in progress, there is likely to be any danger to the persons employed by the Contractor due to running of traffic or while working on the Railway premises, the contractor shall apply in writing to the Railway to provide flagmen or lookout men for protection. The Railway will, however, decide as to whether it is necessary to post such Flagmen and lookout men for various types of works and also the number of such men required to protect the contractor' staff working at site. The flagmen and lookout men will be Railway servants and no expenses on this account will be recovered from the contractor. In spite of these precautions, if any unforeseen accident or injury happens, the contractor will be solely responsible for the same.

12.1 The contractor should abide by all the Railway regulations and also ensure that the same are followed by his representatives, agents, servants or workmen. He is, therefore, bound under these clauses to give notice to them about the provisions of this clause and the consequent liability of the contractor under the agreement.

12.2 Within the station premises, and specially on passenger platforms the contractor shall ensure sufficient free space for movement of passenger traffic. He must cover and protect the excavations carried out in such areas with a view to avoid any accidents.

12.3 The works must be carried out most carefully in such a way that they do not hinder the Railway operation excepts as agreed to by the Railway.

12.4 The contractor's employees and workers shall not for any reason operate any appliances or installations of the Railway concerning the safety of train movements, but, they should whenever necessary notify to the qualified Railway staff who will then take necessary steps.

12.5 The contractor shall abide by the Indian Electricity Act and the Indian Electricity Rules as amended from time to time.

12.6 Suitable ladders for climbing the posts and slings for supporting men on the post shall be used. Ropes as required shall be used for erection of the poles. The size of the rope shall be adequate. The contractor shall take necessary precautions for working near the power lines. If at any time the Railway finds the safety arrangements are inadequate or insufficient, the contractor shall immediately take corrective action as directed by the Railway's Representative at site. However, it is not obligatory on the part of the Railway to give such directions. The issue or non-issue of any direction in the matter by the Railway shall in no way absolve the contractor of his sole responsibility to adopt safe working methods.

12.7 The stonebreakers, if employed shall be provided with protective goggles and protective clothing and sealed at sufficiently safe intervals.

Signature of the Contractor 26

12.8 Necessary personnel safety equipment as considered adequate by the Engineer-in-charge should be kept available by the contractor 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.

12.9 When not in use, no electrical apparatus which is liable to be a source of danger shall remain electrically charged.

12.10 No paint containing lead or lead products shall be used except in the form of paste or ready mixed paint.

12.11 Suitable facemasks should be supplied by the contractor for use by the workers when paint is applied in the form of spray.

12.12 Whenever trackside works are undertaken by the contractors, areas for unloading of bulk materials should be clearly demarcated and barricades provided if necessary with the consent of the Signal Inspector/Telecommunication Inspector in change of the work. Suitable steps shall also be taken to prevent transport vehicles and such other machinery gaining access near the track so as to threaten the safety to running trains. That whenever it becomes inescapable to allow transport vehicles or mobile machinery to operate in close proximity to the running lines the maximum moving dimensions for the said lines shall be adequately protected by fencing or such other suitable measures. The contractor shall at his own cost arrange to post watchmen at the site till such time materials not required are returned to the Railway Administration.

13.0 STEPS TO BE TAKEN IN ORDER TO AVOID DAMAGE TOINSTALLATIONS: The contractor shall see that no damage is caused to Railway signalling and transmission wires existing cables, station installations, communication lines, electric devices, trains or any kind, fencing as well as any rolling stock and in general to all Railway installations and equipments.

If any damage is caused to or suffered to any Railway property by or as a consequence of the acts or unlawful omissions of the contractor, its employees and workmen or other person connected with it, the necessary repairs or replacements, shall be effected by the Railway at the risk and cost of the contractor. The said expenses shall be recovered from the amounts due and payable to the contractor or by other appropriate process.

14.0 CONTRACTOR'S LIABILITY TOWARDS COSTS, DAMAGES ETC., All costs, damages and expenses which the Railway may have incurred or suffered and which are recoverable from the contractor under the terms of this contract or the relevant law may in the discretion of the Railways be recovered by deducting the requisite amounts from any amounts due and payable or refundable to the contractor on any account whatsoever by legal proceedings.

14.1 The Railway also reserves the right and shall be entitled to withhold or retain, by way of lien payments due to the contractor under this contract or any other railway or any other department of Central Government and to set off the same against all claims whether arising out of this contract or out of any other transaction whatsoever with the contractor.

15.0 CONTRACTORS DRAWINGS: Any work done by the contractor prior to approval of the contractor's drawings will be done at the risk of the contractor unless previously authorized in writing by the Railway.

The Tenderer shall be responsible for the correctness of the drawings furnished by him. The contractor shall carry out any alteration of works due to any discrepancies, error or omission in the drawing or other particulars submitted by him. Any approval given by the Railway for this purpose shall in no way absolve the Tenderer from his responsibilities.

After the contract is awarded, the contractor shall furnish to the Railway as required prints of contractor's drawings that form as essential part thereof. No change shall be made in any approved drawing without written consent of the Railway.

Signature of the Contractor 27

After the completion of the execution of the contract the contractor shall submit to the Railway corrected Linen/Polyester Tracings of drawings furnished by him and six sets of copies of final drawings as per provisions of schedule.

15.1 In the event of any breach of the aforesaid condition the contractor shall, in addition to throwing himself open to action for contravention of terms the agreement; and/or for criminal breach of trust, be liable to account to the Railway for all moneys, advantages or profits resulting or which in the usual course would have resulted by reason of such breach.

16.0 SITE FACILITIES: 16.1 The Railway will provide free access to the Contractor's workmen into the Railway premises

during the course of the execution of the work. In case the contractor's workmen have to stay on the Railway premises, necessary charges as ascertained from the concerned DEN of the Engineering Department of this Railway will be collected from the contractor for such stay. The decision of the Engineer of this Railway in this regard shall be final and binding on the contractor.

16.2 The land that can be made available by the Railway free of charge for the use of contractor for his field offices, stacking yard, stores depot and workshops may be ascertained by the contractor by inspecting of site.

16.3 Land required for contractor's labour camps, staff colony or for any purpose other than those mentioned in Par 15.1 above will have to be arranged by the contractor at his own cost.

16.4 The contractor shall made his own arrangements for arranging electric power supply, as may be required for the work. Railway may, however, assist in recommending his application to the electricity Authority for the power supply. In case power supply is made available by Railways, the contractor has to pay energy as per tariff prescribed by Railways.

16.5 The railway may allow the use of the Railway materials, trolleys etc., in case of emergency and difficulties, on payment as per rules of the Railway in force subject to availability of the same.

16.6 No vehicle will normally be permitted to ply adjacent to the running lines. The contractor will be responsible for the safety of hired trucks and men etc., working at the site. He will also be responsible for any damage caused to the Railway property, staff and passengers traveling on the line on account of his truck/vehicles having been allowed to ply on the bank. In case of an accident of any nature, the contractor will indemnify for any losses caused by him as a result of the accident.

17.0 STORAGE OF PETROLEUM: No petroleum spirit within the meaning of the Indian Petroleum Act shall be stores at site or adjacent land until the approval of the Railway and necessary license under the Act has been obtained by the contractor.

18.0 SERVICE ROADS: The contractor will be permitted to make use of existing service roads free of cost subject to clause of the General Conditions of contract. New service roads required by the contractor in connection with the work whether within or outside Railway land for carriage of materials or for any other purpose whatsoever will have to be constructed and maintained by the contractor at his own cost. Permission for the purpose of construction of service roads on Railway land will be given to the Contractor at Railway's discretion free of any charges.If any land other than Railway's land is necessary to be acquired or to be entered upon for the purpose, then such land will have to be arranged for the contractor at his own cost. The contractor shall indemnify the Railway against claims for any damages whatsoever on this account. Railway, however, reserves the right to make use of such service roads laid by contractor without any damage.

19.0 ROYALTIES AND PATENT RIGHTS: The contractor shall defray the cost of the Royalties fees and other payment in respect of patents, patent rights and licenses, which may be payable to patentee, licenser or other person

Signature of the Contractor 28

or corporation and shall obtain all necessary licensees. In case of any breach (whether willfully or inadvertently) by the contractor on this provision, the contractor shall indemnify the Railway and their officers, servants, representatives, against all claims, proceedings, damages, cost charges, expenses, loss and liability which they or any of them may sustain, incur or be put to by reason or by consequence directly or indirectly of any such breach and against payment of any royalties, damages or other moneys which the Railway may have to make to any person or holder entitled to patent rights in respect of the users of any machine, instruments, process, articles, matter of thing, constructed, manufactured, supplied or delivered by the contractor or to his order under this contract.

20.0 TIME LIMITATION: Subject to any requirement in the contract as to completion of any portion or portions of the work before completion of the whole, the contractor shall fully and finally complete the whole of the work comprised, in the contract by the date entered in the contract, provided that if any modifications have been ordered which, in the opinion of the Railway's Engineer, have materially increased the magnitude of the work, such extension of the contracted date of completion may be granted as shall appear to the Railway's Engineer to be reasonable in the circumstances provided moreover that the contractor shall be responsible for requesting such extension of the date as he may consider necessary as soon as a case thereof shall and in any case not less than one month before the expiry of the original date fixed for completion of the work.

21.0 DELAYS AND EXTENSION OF TIME: If the contract be delayed at any time in the progress of the work by any act of neglect of the Railway's employee or by any other contractor employed by the Railway or by strike, lockouts, fire unusual delay in transportation, unavoidable casualties or any cause beyond the contractor's control, or any delay authorized by the Railway Engineer decide to justify the time of completion of the work may be extended for such reasonable time as the Railway Engineer on behalf of the Railway Administration may decide.

22.0 EXTENSION OF TIME ON RAILWAY ACCOUNT: In the event of any failure or delay by the Railway to hand over to the contractor possession of the lands necessary for the execution of the works or to provide the necessary drawings or instructions or any other delay caused by the Railway due to any other case whatsoever, then such failure or delay shall in no way affect or vitiate the contract or alter the character thereof or entitle the contractor to damage or compensation thereof but in any such case, the Railway may grant such extension of the completion date as may be considered reasonable.

23.0 TIME IS THE ESSENCE OF THE CONTRACT: The time for completion of the work by the date or extended date fixed for completion shall be deemed to be the essence of the contract and if the contractor shall fail to complete the work within the time prescribed, the Railway shall, if satisfied that the work can be completed by the contractor within reasonably short time thereafter be entitled without prejudice to any other right or remedy available on the behalf to recover by way of ascertained and liquidated damages a sum equivalent to one half of one percent of the contract value of the work for each week or part of week the contractor is in default and allow the contractor such further extension of time as the Railway Engineer may decide. If the Railway is not satisfied that the work can be completed by the contractor to complete the work within the further extension of time allowed as aforesaid, the Railway shall be entitled without prejudice to any other contract under Clause 61 of General Conditions of the contract whether or not actual damage is caused by such default.

24.0 TIME OF COMPLETION: Time is the essence of the contract. The work shall be completed within 120 days from the date of issue of letter of acceptance.

Signature of the Contractor 29

25.0 NIGHT WORKS: The provision in Clause 23 of the General Conditions of the contract should be noted regarding execution of work between sun set and sun rise. If the Railway is, however, satisfied that the work is not likely to be completed in time except by resorting to work in the nights by special order the contractor would be required to carryout the work even at night, without conferring any right on the contractor for claiming for extra payment for introducing work in the night time.

26.0 PAYMENTS: 26.1 WHERE ONLY SUPPLY OF MATERIAL IS INVOLVED:

Only 90% of the value of materials shall be paid on receipt of materials where only supply at the Railway Stores at SSE/Sig/CKLorat other nominated site and on production of Inspecting Report of the materials by RDSO/RITES/Railways representative as laid down in the Inspection Clause. The contractor will have to furnish an indemnity bond as per Annexure-VI before the payment is claimed indemnifying the Railway Administration until the completion of work. The remaining 10% of the cost of the materials will be paid after execution of work on the certification by Engineer-in-charge that the equipments/materials so supplied are in good working condition.

26.2 FOR LABOUR PORTION: The contractor shall be entitled to be paid from time to time by way of "On Account" payments only for such works as in the opinion of the Engineer he has executed in terms of the contract, provided that the work under each item is carried out to the specified standards. Subsequent "On Account" payments shall be made appropriate to the progress of works. All payments due on the Engineer's representative certificate of measurements shall be subject to any deductions, which may be under these provisions.

26.3 'On Account' payments made to the contractor shall be without prejudice to the final making up of the accounts (except where measurements are specifically noted In the measurement book is Final measurements and such have been signed by the contractor) and shall in no respect be considered or used as if evidence of any particular quantity, of work having been executed nor of the manner of its execution being satisfactory.

26.4 "The Contractor shall supply the materials to consignee i.e., SSE/Sig/CKLor any other Depot, nominated by Railways and shall complete the work within 120 days as per Item No.24 of Special Conditions.

Liquidated damages will be levied on the belated supply of materials and execution of work in the event of failure on the part of the contractor to complete the supplies and execution of work within the stipulated period as stated.

27.0 SETTLEMENT OF CLAIMS/DIPUTES OF CONTRACTORS: 27.1 The provision of clause 63 & 64 of the General conditions of contract will be applicable only

for settlement of claims/disputes for values less than or equal to 20% of the original value (excluding the cost of material supplied free by Rly) of the contract or 20% of the actual value of the work done (excluding the value of the work rejected) under the contract, whichever is less. When claims/disputes are of value more than 20% of the value of the original contract or 20% of the value more than 20% of the value of the original contract or 20% of the value of the actual work done under the contract whichever is less, the contractor will not be entitled to seek such disputes/claims for reference to arbitration and the provision of clause a63 a& 64 of the General conditions of contract will not be applicable for referring the disputes to be settled through arbitration.

27.2 The contractor shall furnish his monthly statement of claims as per clause 42(1) of General conditions of contract. But, the contractor should seek reference to arbitration to settle the disputes only once, subject to the conditions as per para-1.

27.3 These special conditions shall prevail over the existing clause 63 & 64 of General conditions of contract.

Signature of the Contractor 30

28.0 EXTENSION OF PF ACT TO THE EMPLOYEES WORKING UNDER RAILWAY CONTRACTORS.

All employees under railway contractors should be covered and code number allotted to them for complying under EPF and PM act 1952. Any contractor employing 20 or more than 20 employees stand to be covered from the day the employees strength reaches 20. Any contractor having the employment strength of less than 20 has and option of volunteering for coverage. In this regard it may be noted that whereas the Code number is given upon the employment strength reaching 20 strength fall below 20 at a later date.

29.0 INSPECTION OF MATERIALS: 29.1 All Electrical and power equipments should be procured from RDSO approved firms to

approved IRS specifications and should be inspected by RDSO. Further, items which do not have RDSO specification or for which RDSO has not approved any supplies, the inspection shall be carried out by RDSO/Authorized Railway representative. The RDSO approved firms shall be from the part-I list only. Where there is no party existing on part-I list Railways specific approval shall be obtained before procuring the material from firms in part-II list. The Railways decisions in all such matters shall be final and binding.

29.2 For the Signaling/Telecom materials to be inspected by the RDSO/RITES, the contractor shall pay directly to RDSO their inspection charges at the rate of 1% of the rate accepted under the agreement.

29.3 FACILITIES FOR TEST AND EXAMINATION: The contractor shall provide without extra charge all materials, equipments, tools and labour of every kind which RDSO/RITES may consider necessary for any test and examinations which they shall require to be made on the Contractor's premises and shall pay all costs attended thereupon.

The contractor shall also provide and delivery free of charge at such places as the RDSO/RITES may nominate such materials, as they require. The cost of any such materials as they require. The cost of any such test will be defrayed by the Railway unless it is stated in the specification that is to be paid by the contractor.

The contractor may be required to produce test certificate from the manufacturer wherever called for by the Engineer-in-charge.

If a product upon arrival at destination, does not meet the requirement of the specification, it may be rejected.

29.4 CERTIFICATE OF INSPECTION AND APPROVAL: No stores will be considered ready for delivery until RDSO/RITES have certified in writing they have been inspected and approved by them.

The contractor must give facilities to the Railway or their nominee for inspection of stores, manufacturer and fabrication.

30.0 MAINTENANCE PERIOD: - 30.1 All the equipments supplied and installed are required to be warranted for a period of ONE

YEAR from the date of commissioning of the system.

30.2 The contractor should replace the faulty equipment at free of cost for the period of ONE YEAR.

31.0 G U A R A N T E E : 31.1 The contractor shall guarantee satisfactory working of the installation erected by him for a

period of ONE YEAR beginning from the date of issue of completion certificate as stated in the clause 47 of the general conditions of contract.

31.2 During this period the contractor shall provide all materials/tools and other required equipments available and shall carryout at his own expense all modifications, additions and substitutions that may be considered for satisfactory working of the contract work done or equipments supplied by him. Final decision in respect of unsatisfactory work or equipment or fault use of design or workmanship etc., shall rest with the Senior Divisional Signal &Telecom

Signature of the Contractor 31

Engineer, Hyderabad Division, South Central Railway, Secunderabad, and the same shall be binding on the contractor.

31.3 During the aforesaid period of guarantee, the contractor shall be liable at his own cost for all repairs or replacements of any part that may be found defective of the contract work or equipment supplied by them irrespective of whether any defect arose as a result of faulty design, material, workmanship, installation or otherwise provided that such defective parts as not repaired at site, are promptly removed to the contractor works for repairs if so required by him and such defective parts should be replaced by him by new ones in order to remove the defects at his own expense. In case the Railway at site carries out minor repairs, the cost of such repairs plus the departmental charges shall be borne by the contractor.

31.4 In support of this guarantee, the Security Deposit furnished in the form of Bank Guarantee as prescribed in Clause 16 of the General Conditions of contract; the same Bank Guarantee shall also cover a period of guarantee for ONE YEAR from the date of issue of completion certificate. If the security deposit is paid in cash or in the form of Govt. Securities, the same shall be paid to the contractor after the expiry of the period of Guarantee as specified.

32.0 COMPLIANCE OF LABOUR LAWS: 32.1 The contractor shall not employ labour below the age of 18 years.

32.2 The contractor shall abide by the Rules and Regulations of the Contract Labour (Regulation and Abolition) Act, 1970 with General Rules, 1975, amended up-to- date.

32.3 The unit is registered as a Principal Employer for contractual works vide Registration No.7/97, dated 27-3-97 of the Assistant Labour Commissioner (Central), ATI campus, Vidyanager, Hyderabad-500007 (A.P) and therefore, it is obligatory on the contractor to submit the number of workmen working etc., as per Item 28.2 above within 7 days from the date of issue of letter of acceptance.

32.4 The wages for workmen engaged by the contractor shall be paid directly without the intervention of any Jamadar or The kedar and that no amount by way of commission otherwise is deducted or recovered by any person from the wages of the workmen.

32.5 All the provision of relevant labour laws shall be strictly observed by the contractor. Nonobservance of any such provisions or denials of rights and benefits to which they are normally entitled shall be viewed seriously and action shall be taken against defaulting contractor.

32.6 The contractor is required to comply with the provision of EPF & M&P Act 1952 and obtain code number from the concerned authorities whenever workmen employed by him are 20 or more. He shall also indemnity railways from the against any claim, penalties, recoveries under the above act and rules. Contractors should get the code number under EPF so as to enable the PF commissioners to extend the social security benefits to the workmen engaged by the railway contractors.

33.0 DEDUCTION OF INCOME TAX AT SOURCE: 33.1 In terms new section 194-C inserted by the Finance Act 1972, in the Income Tax Act 1961, the

Railway shall at the time of arranging payments to the contractor for carrying out any work (including supply of labour for carrying out any work) under the contract, be entitled to deduct Income Tax at source on Income comprised in the sum of each payments.

33.2 The deductions towards Income Tax to be made at source from the payments due to nonresidents shall continue to be governed by Section 195 of I.T. Act 1961.

34.0 SPECIFICATIONS OF CONTRACT: 34.1 The alignment of cable path, location of signals, location boxes will be decided by the

Railways.

34.2 Contractor shall strictly adhere to the drawings, instructions and specifications in regard to any extra clearance in the Railway yards, distance from the center of the track diversion of cable, extra depth required for foundation etc.

Signature of the Contractor 32

34.3 Technical conditions for various works contemplated in the contract, are enclosed for reference.

34.4 The Railway reserve the right to alter the drawings. If due to change in drawings or design or any other reason, there by variations either increase or decrease in quantities, payment will be made only for the actual quantities executed at the accepted rates. If there be sufficient cause, the Railway may grant extension of the date of completion suitably. Such circumstances shall, in no way, affect or vitiate the contract or alter the character thereof or entitle the contractor to damage or compensation therefore.

35.0 TECHNICAL PERSONNEL: 35.1 For signaling works, a supervisor mentioned in Clause 26 of General Conditions of contract

shall be as experienced person/Engineer/Ex-Signal/Telecom Inspector of the Railway with 5 to 6 years experience in Railway signaling installation.

35.2 A supervisor shall be an Ex-Railway Chief signal Inspector or a graduate Engineer with the experience of minimum 3 years in execution of Railway Signaling works when the cost of the work is more than `.50 lakhs and less than `.2 crore. If the value of the work is `.2 crore and above, two graduate engineers with a similar experience shall be deployed. One additional graduate with the same experience for works exceeding `.5 crores.

35.3 Diploma holder can also be engaged in lieu of graduate engineers at two diploma holders for each graduate Engineer. They should have similar experience as for graduate engineers.

35.4 If the cost of the work is less than `.50 Lakhs and above `.20 Lakhs, one diploma holder with the above experience shall be engaged.

35.5 The certificate of experience shall be from a Railway Officer not less than a J.A grade.

35.6 Technical staff stated above should be available at site to supervise the work and to take instructions from engineer in-charge with the necessary experience.

35.7 In case the contractor fails to deploy Technical staff as afore said, a sum of `.15,000/- for each month of default in case of graduate Engineer and `.8,000/- in case of diploma Holders will be recovered from the bills.

35.8 The period of deployment of technical staff covers from the date of issue of letter of acceptance till completed works handed over to railways.

36.0 PROGRAMME OF WORK: 36.1 The Contractor shall have necessary resource to execute the work so that subject works are

completed within stipulated period from the date of issue of letter of acceptance of Tender.

36.2 The contractor on his part will have to employ labour in full strength commensurate with the working. He will also arrange matching materials and equipment to complete the job most expeditiously so as to ensure that the work is completed within the stipulated period.

36.3 The contractor should nominate a Competent Supervisor/Engineer in accordance with Clause 31.1 of Special Conditions of contract as his representative on the works who will be authorized to receive and acknowledge materials issued by the Railways and take all orders issued by the Inspecting Officer of the Railway.

36.4 To keep down the number of days of non-interlocking, it is necessary to keep ready all the works. Which can be completed before taking up non-interlocking without interfering with working of the existing signals, point machines and track circuits. All the tenderers while quoting their rates should take note of the above requirements as one of the absolute essentials to carry out the above work.

37.0 SECURITY DEPOSIT: 37.1 The security deposit, rate of recovery/mode of recovery shall be as under.

(a) The SD for each work should be 5% of the contract value. (b) The rate of recovery will be at the rate of 10% of the bill amount till the full SD is

recovered.

Signature of the Contractor 33

(c) SD will be recovered from the running bills of the contractor and no other mode collecting SD such as SD in the form of instruments like BG, FDR etc., shall be accepted towards SD.

38.0 REFUND OF SECURITIES: PERFORMANCE GUARANTEE: Performance guarantee shall be returned to the contractor after the physical completion of the work as certified by the competent authority shall normally be the authority who is competent to sign the contract. If this competent authority is of the rank lower than JA grade, the 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 respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to railways against the contract concerned. Before releasing the SD, an un conditional and equivocal no claim certificate from the contractor concerned should be obtained.

38.1 SECURITY DEPOSIT (S.D): SD will be released after satisfactory completion of the maintenance period. The procedure for releasing should be same as for PG. whenever the contracts are rescinded, the performance guarantee should be forfeited and the PG shall be encashed and the balance work should be get done separately.

38.2 CONVERSION OF SD IN TO FDR AFTER RECOVERY OF FULL STIPULATED SD If the contractor desires, the cash deposits in the form of Security Deposit will be converted in FDRs (in favour of the Sr.DFM/HYB and on account of contractor), after full recovery, at the discretion of the Railway, duly collecting necessary charges of conversion by the Railway Administration.

39.0 CLAIMING OF ON ACCOUNT/FINAL BILLS BY THE CONTRACTORS: 39.1. The contractor shall submit bills/gate passes for the materials purchased by them to supply

the same to Railways at the time of supplying the materials to nominated Railway Stores Depot.

39.2. For claiming on account bill the contractor shall make a formal written request to the concerned Official/Officer-in-charge of the works clearly mentioning the quantity executed.

39.3 Each on account bill/Final Bill shall invariably accompany the contractor's material statement (materials drawn from the stores vs. material utilized at site on the work for which materials have been drawn from Railway stores.

39.4 The excess Class-I materials drawn from Railway Stores shall be returned as Class-1 only. Damages occurred during handling/stack and transportation by the Contractor will be charged to the Contractor and the cost will be recovered from the Contractor.

39.5 At the time of drawing materials from Railway Stores, the contractor shall check and ensure the correctness of quantity, Description and condition of the materials.

39.6 The Contractor while submitting requisition for drawl of stores shall indicate the quantity of material as per the schedule and the quantity already drawn and the quantity now required with remarks.

40.0 SAFETY PROVISIONS FOR CARRYING OUT WORKS IN RAILWAY PREMISES: 40.1 The Contractor shall not start any work that can have a bearing on safety of Trains, Railway

passengers, Railway employees or any Railway assets without the presence of Railway supervisor/Official at site.

40.2 Precautions during trenching/cable laying:

40.3 Trenching and Cable laying shall be started only after joint; cable route marking between Engineer’s representative and the contractor’s supervisor. Whenever the cable route is very near or over the embankment due to non-availability of space, the route marking shall be given in consultation with Railway Civil Engineering Officials. In these stretches the contractor shall complete the work in minimum possible time.

Signature of the Contractor 34

The progress of trenching, availability of cable, bricks, pipes etc. shall be closely coordinated to ensure that the trenches remain open for minimum possible time.

Whenever the track crossing is to be done, the same shall be done in least possible time in the presence of Railway Civil Engineering representative.

Use of earth moving machinery such as Poclainer/JCBs for trenching is prohibited except in mid section.

Whenever works such as erection of Signals/lifting barriers/Point gears or their dismantling is done which can effect train movements or the track the same shall be done after ensuring that there are no train movements.

Suitable steps shall also be taken to prevent transport vehicles and such other machinery gaining access so near the track as to threaten the safety to running trains. If it becomes inescapable to allow transport vehicles or mobile machinery to operate in close proximity to the running lines the maximum moving dimensions for the said lines shall be adequately protected by suitable measures as per site conditions.

Road vehicle shall ply six meters (6 Mtr.) clear of center of tracks. All Vehicle movements at a distance less than 6 Mtr. and more than 3.5 Mtr. shall be done under the supervision of Railway Employee nominated by the Engineer in charge. Cost of such supervision shall be at Railway’s cost. No vehicle/machinery can be allowed to work closer than 3.5 Mtrs. From track center except under traffic block.

Special care should be taken while turning or reversing of the Road vehicles so that they do not infringe moving Dimensions even momentarily. Night working of vehicles where in escapable shall be according to the measures specifically communicated by Railway Engineer.

The Lookout and Whistle caution orders shall be issued to the trains and speed restrictions imposed where considered necessary. Suitable flagmen/detonators etc. shall be provided where necessary for protection of trains.

Whenever track side works are undertaken by the contractor, areas for unloading and storage of bulk materials such as Signaling posts, Cable Drums, Point machines, LC Gate material etc. should be clearly demarcated such that during and after the loading/unloading the moving Dimensions are not infringed Barricade for same to be provided if necessary to demarcate the identified areas with the consent of S&T Inspector in-charge of the work. The stacking also shall be done in a manner that the materials do not slide and obstruct the moving Dimensions even at a letter date.

40.4 Within the station premises and especially on passenger platforms the contractor shall ensure sufficient free space for movement of passenger traffic. He must cover and protect the excavations carried out in such areas with a view to avoid any accidents.

40.5 The works must be carried out most carefully in such a way that they do not hinder the Railway operation except as agreed to by the Railway.

40.6 The contractor shall take all precautionary measures in order to ensure protection of his own personnel and Railway asset’s, passengers, general public and trains. The contractor should abide by all Railway regulations and also ensure that the same are followed by his representatives, agents, servants or workmen. He is therefore, bound under these clauses to given notice to them about the provision of this clause and the consequent liability of the contractor under the agreement.

40.7 The Contractor’s employee and workers shall not for any reasons operate any appliances or installations of the Railway concerning the safety of train movements, but they should whenever necessary notify to the qualified Railway staff who will then take necessary steps.

40.8 The contractor shall abide by the Indian Electricity Act and the Indian Electricity Rules as amended from time to time. When not in use, no electrical apparatus which is liable to be a source of danger shall remain electrically charged.

Signature of the Contractor 35

40.9 The contractor shall take necessary precautions for working near the power lines. If at any time the Railway finds the safety arrangements are inadequate or insufficient, the contractor shall take immediate corrective action as directed by the Railway’s representative at site. However, it is not obligatory on the part of the Railway to give such directions.

40.10 The issue or non-issue of any direction in the matter by the Railway shall in no way absolve the contractor of his sole responsibility to adopt safe working methods.

40.11 Necessary, personnel safety equipment such as gloves, face masks, goggles, helmets, safety belts, safety shoes etc. should be kept available by the contractor and the contractor and the contracts should take adequate steps to ensure proper use of equipment by those concerned.

40.12 No paint containing lead or lead products shall be used except in the form of paste or ready mixed paint.

40.13 In spite of these precautions, if any unforeseen accident or injury/damage happens his Employees, Railway assets, passengers or other members of public the contractor will be solely responsible for the same.

40.14 The Engineer in charge or the Supervisor directly working under him shall personally advise all he site-supervisors and other workmen regarding safety himself that they have understood the same. A Competency Certificate shall be issued in favour of the Counseled Contractor Supervisor (S) (valid for the work only) by the SE/SSE and the same countersigned by the ADSTE/Sr.DSTE in charge of the work as per the following Performa:

_ _ _ __ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ CERTIFICATE OF COMPETENCY

Certified that Shri____________ Signalling/Telecom. Works Supervisor of M/s._______ has been examined regarding Safe Working in Railway areas in connection with work under Contract Agreement No.(S) ________. His knowledge has been found satisfactory and he is capable of supervising the work safely.

Issued by (Railway Supervisor’s Signature, Name and designation)

Countersigned by (Name and Signature of ADSTE/Sr.DSTE with stamp) ___________________________________________________________________________

40.15 Supplementary site-specific instructions may be issued by the Engineer-in-charge as and when felt necessary and the same shall be complied with by Contractor’s personnel.

40.16 The provision of Clause 63 and 64 of the General Conditions of contract will be applicable only for settlement of claims/disputes, for values less than or equal to 20% of the original value (excluding the cost of materials supplied free by Rly.) of the contract of 20% of the actual value of the work done (excluding the value of the work rejected) under the contract, whichever is less. When claims/disputes are of clause more than 20% of the value of the actual work done under the contract whichever is less, the contractor will not be entitled to seek such disputes/claims for reference to arbitration and the provisions of Clause 63 and 64 of the General Conditions of Contract will not be applicable for referring the disputes to be settled through arbitration.

40.17 The contractor shall furnish his monthly statement of claims as per Clause 43 (1) of General of Contract. But, the contractor should seek reference to arbitration to settle the disputes only once, subject to the condition as per para-1.

These Special Conditions shall prevail over the existing Clause of 63 and 64 of General Conditions of Contract.

41.0 DISASTER MANAGEMENT Clause. In case of accidents/natural calamities involving human lives, all the vehicles and equipments of contractors of Track related works can be drafted by Railway Administration (vide Rly Board Lr. No.2003/CE-I/Misc./3 dt.15.07.2003).

Signature of the Contractor 36

ANNEXURE-VI INDEMNITY BOND

FOR SUPPLY OF MATERIALS (TO THE CONTRACTOR)

We ………………………… hereby undertake that we hold in our custody for and on behalf of the President of India acting in the premises through the Senior Divisional Signal & Telecommunication Engineer, Hyderabad Division, South Central Railway, Secunderabad (here in after referred to as the Purchaser) and as his property in trust of him all imported and indigenous materials which have been handed over to us against the contract of for: ……………………… on South Central Railway vide letter of acceptance …………………….. such as ………………………… handed over to us by the Purchaser for the purpose of execution of the said contract, until such time the materials are duly erected or otherwise handed over to him. We shall entirely be responsible for the safe custody and protection of the said materials against all risk till they are duly delivered as erected equipment to the purchaser or against any loss, damage or deterioration what so ever in respect of the said materials which in our possession and against disposal of surplus materials. The said materials shall at all time be open to inspection by any Officer authorized by the Senior Divisional Signal & Telecommunication Engineer, Hyderabad division, South Central Railway, Secunderabad. Should any loss, damage or deterioration of materials occur or surplus materials disposed off and refund becomes due to the purchaser shall be entitled to recover from us the full cost and compensation determined in terms of the contract for such loss, damage or deterioration, if any along with the amount to be refunded, without prejudice any other remedies available to him, by deduction from any sum due/any sum which at any time hereafter becomes due to us under the said or any other contracts. In the event of any loss, damage or deterioration as aforesaid the assessment of such loss or damage and the assessment of such compensation therefore would be made by the President of India or his authorized nominee and the said assessments shall be final and binding upon us. Dated this the …………………………… day ……………………… 2016. For & on behalf of the Contractor. Signature of Witness: 1. 2. (Names of the witnesses in Block Letters)

Signature of the Contractor 37

ANNEXURE-VII

CONTRACT AGREEMENT NO. ………..….………………… Dated ……………………. ARTICLES OF AGREEMENT made this …………….. day of …………….. between the President of India acting through Senior Divisional Signal & Telecommunication Engineer, Hyderabad division, South Central Railway, Secunderabad (here in after called the “Railway”) of the one part and ………………. Their successor interest and/or their accredited agents (herein after called the “Contractor”) on the other part. 2. WHEREAS the Contractor has agreed with Railway for carrying out work on the South Central Railway as set forth in the Schedules of Supply and Labour Portions hereto annexed upon the General Conditions of the Contract and the Special Conditions and whereas the performances of the said work is and act in which the public are interested. 3. AND WHEREAS the Contractor has deposited a sum of `……… towards the Earnest Money, which amount has been adjusted towards the Security Deposit of `……….. the balance having been agreed to, to be recovered at 10% from his running bills. The security deposit now fixed is as per rules in force, subject to alteration according to increase or decrease in force subject to alterations according to increase or decrease in the value of the agreement as determined from time to time. 4. NOW THIS indenture witness that in consideration of the payment to be made by the Railway, he Contractor will duly perform the above said work and shall execute the same with great promptness, care and accuracy in a work man like manner to the satisfactions of the Railway and will complete the same in accordance with said specifications and said conditions of contract the satisfactory working of contract and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been full 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 he rates specified in the Scheduled hereto annexed. 5. IT IS HEREBY agreed and declared that all the provisions to the said specifications, conditions of contractor, which have been carefully read and understood by the Contract shall be as binding upon the Contractor and upon the Railway Administration as if the same had been repeated herein and shall be read as part of these presents. 6. IN WITNESS WHERE OF ……… Senior Divisional Signal & Telecommunication Engineer, Hyderabad division, South Central Railway, Secunderabad for and on behalf of the President of India and …………… for and on behalf of M/s. …………. have hereunto set their respective hands. CONTRACTOR: SENIOR DIVISIONAL SIGNAL & TELECOM. ENGINEER,

HYDERABAD DIVISION, SOUTH CENTRAL RAILWAY, SECUNDERABAD-500 071.

ANNEXURE-VIII

Signature of the Contractor 38

MODEL FORM OF PERFORMANCE GUARANTEE

To,

Senior Divisional Finance Manager, Hyderabad division, South Central Railway.

In consideration of the President of India acting through Senior Divisional Signal & Telecom Engineer/Hyderabad division, South Central Railway (herein after called “ the Government”) having awarded to (M/s………) {herein after called the said contractor(s)} the contract No……….. dated valued at Rs…….. for the work of “……………” (herein after called as the “Agreement” and the contractor having agreed to provide a Performance Guarantee for the faithful performance of the contract equivalent to 5% of the value of the contract i.e., for Rs……….. (Rupees……….only) to the Government. 2) We………(indicate the name of the bank) hereafter referred to as “the bank” at the request of…………..(Contractor(s)) do hereby under take to pay the Government an amount not exceeding Rs………(in words Rs…….) against any loss of damage caused to suffered or would be caused suffered by the Government reason of any breach by the said contractors of any of the terms or conditions contained in the said agreement. 3) We undertake to keep the performance guarantee in force till the satisfactory completion of the work and maintenance period is over i.e., (mention date…) adding contract period + maintenance period).

We,……(name of the bank) do hereby, undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms and conditions contained in the said agreement or by reason of the contractor(s) failure to perform the said contract. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee is restricted to an amount not exceeding `…….. 4) We undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal. 5) We,……..(name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of contract and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and it claims satisfied or discharged or till Senior Divisional signal & Telecom Engineer Hyderabad Division. South Central Railway, Secunderabad. Ministry of Railways certifies that the terms and conditions of the said contract have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the … (date), we shall be discharged from our liability under this guarantee thereafter.

Signature of the Contractor 39

6) We…….(name of the bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said contractor(s) or for any forbearance act or omission on the part of the Government or any indulgenced by the Government to the said contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. This guarantee will not be discharged due to the change in the constitution of the bank or the contractor(s) supplier(s) 7) We,….(name of the bank), lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing. Dated: the……..date……….of…..2016. For…………………..(Bank) Witness: ………………… …………………..

Signature of the Contractor 40

ANNEXURE-IX SOUTH CENTRAL RAILWAY

ABSTRACT SUMMARY AND TENDER QUOTE SHEET

Name of the Work : Hyderabad Division: S&T arrangements in connection with (1) Janakampet - BDHN Section: Proposal widening of LC No: 18 JB to cater the increased road traffic- (2) Provision of Interlocked Sliding type booms stand by to Lifting barrier Booms at Traffic Interlocked LC gate Nos. 68 @ MQN & 182 @ BSX.(3) Improvements in reliability of LC gates by providing Interlocked Sliding booms at LC gates on Hyderabad Division (4) Improvements and Ancillary Works to the existing RUBs in Secunderabad – Mudkhed section.

Tender Notice No: Y/SG/36/2016-17/30 Dated:15.11.2016

Tenderer’s Offer on AT PAR /EXCESS/LESS % in figures & Words.

Supply Portion: `̀̀̀.20,90,799/-

Sch

In Figures

In Words

Labour Portion: `̀̀̀.18,96,233/-

Sch

In Figures

In Words

Total Estimated Value: `̀̀̀.39,87,032/-

Tenderer to Note:- (1) Contractors are requested to quote only Percentage in comparison with the estimated

amount. (2) Contractors should not quote individual item wise rates. (3) Each and every page of this booklet should be signed by the contractor and be dropped in

original in tender box. (4) The tenderers are requested to give the following information without fail.

a. Bank account No. b. Name of the bank/Address c. IFSC code d. PAN No. e. VAT No. f. Name of authorized person signing the document with authorization letter

Signature of the Contractor Example: (1) If the contractor intended to quote his rates ON PAR with the estimated rates he has to

quote RATE ON PAR. (2) If the contractor intended to quote his rates ABOVE with the estimated rates he has to quote

(+) Plus %. (3) If the contractor intended to quote his rates BELOW with the estimated rates he has to quote

(-) Minus %.

SENIOR DIVISIONAL SIGNAL & TELECOM. ENGINEER, HYDERABAD DIVISION @ SECUNDERABAD.

Signature of the Contractor 41

ANNEXURE-X T E N D E R S C H E D U L E

Name of the work: Hyderabad Division: S&T arrangements in connection with (1) Janakampet -BDHN Section: Proposal widening of LC No: 18 JB to cater the increased road traffic- (2) Provision of Interlocked Sliding type booms stand by to Lifting barrier Booms at Traffic Interlocked LC gate Nos. 68 @ MQN & 182 @ BSX.(3) Improvements in reliability of LC gates by providing Interlocked Sliding booms at LC gates on Hyderabad Division (4) Improvements and Ancillary Works to the existing RUBs in Secunderabad – Mudkhed section.

Sl No

Description Quantity Unit Rate in

Rs. Total in Rs.

Inspection

Work 1

Work 2

Work 3

Work 4

Total

A Supply Portion (A)

1 Supply of Point rodding - Solid 33 mm Dia, to Drg No. S 3635/A or latest.

12 0 0 0 12 Nos. 678 8136 Consignee

2 Fabrication and Supply of Split Pins suitable for Bottom Roller trestle and as per railway standards

300 0 0 0 300 Nos. 5 1500 Consignee

3 Supply of Adjustable crank 12"x18" to drg No SA-3416/M

20 0 0 0 20 Nos. 2175 43500 Consignee

4 Supply of D/W vertical one way.

20 0 0 0 20 Nos. 805 16100 Consignee

5 Supply of top rollers as per spec IRS S97-2000.

50 0 0 0 50 Nos. 64 3200 Consignee

6 Supply of top rollers pins to suit above.

300 0 0 0 300 Nos. 28 8400 Consignee

7 Supply of rollers trestle 2 way as per Drg No.S 3534 /M.

50 0 0 0 50 Nos. 438 21900 Consignee

8 Supply of Bottom rollers as per Drg No.S-3539/M.

50 0 0 0 50 Nos. 118 5900 Consignee

9 Supply of Inverter 110V DC/110V AC, 0.5KVA as per RDSO Spec. No. IRS-S-82/92 or latest.

2 0 0 0 2 Nos. 31980 63960 RDSO

10 Supply of screw joint C/E 33 mm dia SA 3623/M

25 0 0 0 25 Nos. 240 6000 Consignee

11 Supply of Arm type circuit controller 4 way, as per Drg No. SA.20267 (Adv.) or latest

15 0 0 0 15 Nos. 3587 53805 Consignee

Signature of the Contractor 42

12 Supply of wire rope steel galvanised 6/19, 26 SWG for double wire signalling to specn. No. IRS. S11-62

100 0 0 0 100 Kg. 81 8100 Consignee

13 Supply of Fail safe Electronic flasher 12-24V DC 10 amps, as per RDSO Specn. No. RDSO /SPN/173/2002. (Amendmnet.1)

10 0 0 0 10 Nos. 2984 29840 RDSO

14 Supply of desk type 2 wire, 12 way DTMF selective calling group telephone complete as per specification IRS. TC. 80-2000, Amendment-2 or latest.

4 0 0 0 4 Set 4257 17028 Consignee

15 Supply of Yellow coloured higher intensity grade Retro reflective stickers as per the Railway standards and instructions of site incharge.

50 20 140 0 210 Sq.M 2480 520800 Consignee

16 Supply of Cement Portland/Ordinary, confirming to ISS: 269/76. (To be supplied at site as per requirement and as per instruction of site engineer).

1 1 7 0 9 M. Ton

4027 36243 Consignee

17 Supply of VACO analog Earth tester along with test kit and leather case OR similar.

0 0 0 1 1 No. 4016 4016 Consignee

18 Supply of Clip On Meter MECO 2700 Model or equivalent with similar features. Approval to be obtained.

0 0 0 1 1 No. 4691 4691 Consignee

Signature of the Contractor 43

19 Supply of analog insulation tester Meco model No MC 941- 500V/ 1000M. Ohms or similar.

0 0 0 1 1 No. 3482 3482 Consignee

20 Supply of portable true RMS multi meter with AC + DC measurements RISH 18S, IR model with 43/4 digital display automatic terminal blocks system auto power off automatic date hold true RMS should have the following specifications.

0 0 0 1

1 No. 13570 13570 Consignee

AC and DC voltage: Up to 1000 volts

AC and DC current: Up to 10 Amps

Input impedance: 10m ohms (approx.)

Resistance: 30m ohms (with lead resistance)

Frequency: 100 k Hz

capacitance: 10000 micro farad

db measurement exit counting stop watch facility.

AC+DC measurements high accuracy 1 second response/time off beeper, over load warning/low voltage battery indicator, continuity test facility with sound signal capable of reads with the following spares.

Test probe set installed dry batteries-2 No. A1.5v alkaline batteries installed fuse 5A, 100V rMS copy of for used manual in

Signature of the Contractor 44

English, test with neat rubber holster with tilt stand and carrier strap, warranty card, 1 set of extra fuses.

21 Supply of Resin similar to C Compound (250gms.) with Hardener (50 gms.)

0 0 0 8 8 50 grams

429 3432 Consignee

22 Supply of M.S.Pipe 65 mm dia (10 Mtrs length) of thick ness 3.65 mm as per specn IS:1239.

0 40 280 0 320 Mtrs 581.20 185984 Consignee

23 Supply of MS 'C' channel of size150mm X 75mm X 7.8mm thickness (2.4 Mtrs length) as per BIS (Bureau of Indian Standard) and as per specn IS: 2062

0 640 4480 0 5120 Kgs 58.12 297574 Consignee

24 Supply of MS 'C' channel of size150mm X 75mm X 7.8mm thickness (2 Mtrs length) as per BIS (Bureau of Indian Standard) and as per specn IS: 2062.

0 120 840 0 960 Kgs 58.12 55795 Consignee

25 Supply of MS 'C' channel of size 75mm X 37.5mm X 6mm thickness (10 Mtrs length) as per BIS (Bureau of Indian Standard) and as per specn IS: 2062.

0 474 3318 0 3792 Kgs 58.12 220391 Consignee

26 Supply of M.S.Plate 6mm thickness (0.5 mtr (length) X 0.5 Mtr (breadth) as per BIS (Bureau of Indian Standard) and as per specification IS: 2062.

0 50 350 0 400 Kgs 63.93 25572 Consignee

Signature of the Contractor 45

27 Supply of M.S.Plate 6mm thickness (0.36 Mtr length X 0.3 m breadth) as per BIS (Bureau of Indian Standard) and as per specn IS: 2062.

0 12 84 0 96 Kgs 63.93 6137 Consignee

28 Supply of M.S.Flats for frames (37.5mm (W) X 37.5mm (B) X 5mm (thickness) with 0.25Mtrs length as per BIS (Bureau of Indian Standard) and as per specn IS: 2062.

0 16 112 0 128 Kgs 58.12 7439 Consignee

29 Supply of M.S.Angles 65mmX65mmX6mm (0.254) as per BIS (Bureau of Indian Standard) and as per specn IS: 2062.

0 40 280 0 320 Kgs 56.96 18227 Consignee

30 Supply of M.S. Sheet 1mm thickness (0.5mtrX0.5mtr) as per BIS (Bureau of Indian Standard) and as per specn IS: 2062.

0 20 140 0 160 Kgs 63.93 10229 Consignee

31 Supply of M.S.Sheet box size 500 mm X 500 mm with suitable depth to accommodate 'E' type locks with locking arrangement as required at site and sufficient length of chain. Necessary instructions will be given by site incharge.MS sheet shall confirm to (Bureau of Indian Standard) and as per specn IS: 2062.

0 4 28 0 32 Nos 1743.60 55795 Consignee

32 Supply of Pad locks of 40mm Navtal lock with duplicate keys and key chain with label as required at site.

0 6 42 0 48 Nos 203.42 9764 Consignee

Signature of the Contractor 46

33 Supply of Hard ware MS Bolts & Nuts as required with washers as required and instructions of site in charge. MS Bolts and nuts shall confirm to specn IS:1363 and Spring washers shall confirm to IS 3036.

0 25 175 0 200 Kgs 139.49 27898 Consignee

34 Supply of box made of teak wood with glass fronted door as per drawing 03/91 with decolum sheet on all exposed surfaces and fix with RKT inside the box with a micro-push switch with 2NO+2NC contracts and veeder counter non-reset type and wire them as per the approved circuit diagram, clamp and terminate the cable in the cable termination box in ASM office and in the relay room and bunching and lacing with lacing threaded (twine) and interlock the RKT key with crank-handle by Nickel coated dog chain. The box should have hinges and pad locking arrangement with one no. 40mm Navtal lock with duplicate keys and key chain with label (All materials except RKT are to be supplied by the contractor). The size of the box will be as per instructions of site incharge.

0 2 14 0 16 Nos 3254.72 52076 Consignee

Signature of the Contractor 47

35 Supply of MS Rollers with smooth finishing as per the instructions of site in charge with bearings (ball/roller) with deep groove make SKF/CIF along with Chain with sufficient length (the specification and size of bearing and roller will be given by site in charge) necessary bushes brass if required to be provided.

0 2 14 0 16 LS 2906 46496 Consignee

36 Supply of `E' type locks of different wards as per requirement with key per E-type lock to Drg No. SA. 3376/M/ Latest and RDSO Specn. No. IRS. S.30/64. (To be procured from RDSO approved firms).

0 14 98 0 112 No. 560 62720 Consignee

37 Supply of key chains with ring with plastic name plate of 60mmx20mmx3 mm duly engraving station name on one side and key particulars on one side as specified by the site incharge.

0 6 42 0 48 No. 23 1104 Consignee

38 Supply of LED holders with LED's of size 5 mm with 0.5 Watt resistance, to be supplied as per requirement of site in-charge.

0 20 140 0 160 No 12 1920 Consignee

39 Supply of Solid State Buzzers with different frequencies in metallic/ plastic casing working on 12V-24V-60 Volts.

0 4 28 0 32 No 204 6528 Consignee

Signature of the Contractor 48

40 Supply of 2 N/2R Micro switch, L&T or Siemens make.

0 4 28 0 32 No. 378 12096 Consignee

41 Supply of 24 volts impulse counter 6 digits. (Keltron or Gujral make).

0 4 28 0 32 No. 938 30016 Consignee

42 Supply of Digital clamp meter, DCM 10A of Motwane make or similar

0 0 0 2 2 No. 26000 52000 Consignee

43 Supply of tool kit as under

0 0 0 1 1 Set 31434 31434 Consignee

(1)Standard Tool Bag (CANAVAS) - 1 No.

(2) Soldering Iron (Make "Soldern/ Philips) - 60W/230V (to be kept at equipment room) - 1 No

(3)Multi meter (Digital PHILIPS/FLUKE/18S Rishi B) Upto 20M.ohms 10A, 5KHZ, 2mV to 750V AC, 200V DC -1 No.TRUE RMS METER

(4) Screw Driver set of 6 pieces (Taparia Make) - 1 No

(5) Cutting plier 6" (Taparia ) - 1 No.

(6) Side Cutter (wire cutter) 6" (Taparia ) - 1 No.

(7) Nose plier 6" (Taparia) - 1 No.

(8) Wire stripper (Taparia ) - 1 No.

(9) Fiber tape 3 meters - 1 No

(10) Scale 6" (for tongue rail opening) -1 No (S.S.material)

(11) Pop spanner wrench 6mm to 22mm (auto adjustable

Signature of the Contractor 49

spanner) Taparia make -1 No

(12) Pop spanner wrench 10 mm to 30 mm (auto adjustable spanner) Taparia make -1 No

(13) Pop spanner wrench 15mm to 41mm (auto adjustable spanner) Taparia make -1 No

(14) Hacksaw frame with blade 6", 4" width (for cutting cable) - 1 No.

(15) Hammer 3.0 lbs 1 No.

(16) Chisel 6" (for cutting bond wire) - 1 No.

(17) Poker 8" (for removing bond wire, bond pin )- 1 No.

(18) Screw Driver Heavy duty 12" with plastic handle (for opening of detector contacts (Taparia ) - 1No.

(19) Test piece (Pt wedge piece) - 2 No.

(20) Multi colour torch light ( preferable LED rechargeable type) - 1 No.

(21) Universal key - 1 No.

(22) Box spanner for 6 way terminals (13mm) (for opening ARA terminals) - 1 No.

(23) Nylon brush (for cleaning purpose) - 1 No.

(24) sealing Plier - 1 No.

Signature of the Contractor 50

(25) Crimping Tool (1.5 to 16 Sq.mm) - 1 No.

(26) Feeler guage - 1 Set

(27) TSR Meter (for testing condition of track circuit) - 1 No.

(28) Wooden Block (60mm x 60mm) (for providing between Tongue rail & Stock rail during maintenance) - 1 No.

(29) Track shorting clips - 1 No.

(30) Tester - 1 No.

(31) Flat file 12" length x 1" width - 1 No.

Total (A) : 2090799

B Labour Portion

1 Excavation of trench to a depth of 1200mm and width of 300m at bottom in all types of soil (Normal soil/soft soil/sandy soil except in hard morum/ rocky soils/bridges/ level crossings/track crossings /coil pits) as per RDSO Sketch No. SDO/CABLE LAYING/ 003 including marking of cable alignment, clearing of jungle, bushes, trial pits if required, refilling with excavated soil, ramming and consolidation after laying of cables complete to the finished item of work as directed by supervisor in-charge.

0.1 0.06 0.42 0.5 1.08 RKM 51912 56065

Signature of the Contractor 51

2 Excavation of trench to a depth of 1200mm and width of 300m at bottom in hard morum soil as per RDSO Sketch No. SDO/ CABLE LAYING/ 003 including marking of cable alignment, clearing of jungle, bushes, trial pits if required, refilling with excavated soil, ramming and consolidation after laying of cables complete to the finished item of work as directed by supervisor in-charge.

0.1 0 0 0.1 0.2 RKM 67092 13418

3 Supply & filling sand in the trench as per instructions of site in charge

50 60 420 0 530 RMT 19 10070

4 Supply & placing of one row of fully burnt country bricks (B Class of size 220mm X 100mm X 60mm approx.) horizontally breadth wise above the cables in 0.3m width trench without gap. Size of brick can vary subject to approval of site officer.

50 0 0 0 50 RMT 41 2050

5 Laying different type cables in the trench. Termination covered elsewhere.

150 100 700 1000 1950 RMT 5 9750

6 Cable termination including fixing terminals, fuses, LDs etc,. Meggering the cables and recording the readings.

50 100 700 0 850 per cond

7 5950

Signature of the Contractor 52

7 Trenching under Rails for crossing the track (Track crossing) and refilling of trenches as per RDSO Drg No. SDO/CABLE LAYING/ 009. The track crossing shall be done at right angles. The depth of cable trench shall be 1.2 Mtr. below the rail flange. The depth between top cable and the level of rail flange of the rail shall never be less than 1.0 Mtr. The ballast shall be Stored separately while making the trench and the earth soil shall be stored separately. While re-filling the trench, the earth soil has to be filled first to the ground level and the ballast has to be properly put in the track. this work has to be done under supervision of supervisor of S&T and supervisor of P.Way

20 0 0 20 RMT 141 2820

8 Breaking of metal/tar road and refilling after laying the cables as per Drg No. SDO/CABLE LAYING/010. The surface of the road shall be concreted to match with the old surface.

20 0 0 0 20 RMT 142 2840

9 Earthing and soldering of cable armour.

5 0 0 0 5 Per cable

21 105

10 Foundation, erection, wiring, painting testing and commissioning of

4 0 0 0 4 Nos. 3783 15132

Signature of the Contractor 53

Colour Light Signal 2/3/4 aspects including dependent shunt signal as per drawings of Drg No. SC/N/CN/62/A. Implantation distance writing for foundation 1 cement: 3 sand : 6 aggregate shall be used. Size of metal aggregate not more than 40mm and river sand to be used. Work to be done as per prescribed drawings above. (All the material, cement, sand aggregate paint including nuts, bolts, washers required are to be arranged by the contractor).

11 Concreting foundation for Pedestal lifting barrier (electrical/mechanical) as per instructions of site in charge and as per Drg No. SK/SC/CN/ 33/85 (all materials viz., cement, metal stone, sand and foundation bolts are to be supplied by the Contractor).

2 0 0 0 2 Nos. 4350 8700

12 Excavation of of a pit and concreting foundation for 2 No. of lifting barrier gate meeting posts, using anchor bolts of size 20 X 450mm as per Tech Specn. (All materials except cement to be arranged by the Contractor).

1 0 0 0 1 Set 1216 1216

Signature of the Contractor 54

13 Excavation of pit and casting foundation for one lever frame with cement concrete in the proportion of 1:2:3 with approx, 40mm graded stone and river sand, using 4Nos of 18/34 bolts.(all materials viz., cement, metal stone, sand and foundation bolts are to be supplied by the Contractor).

1 0 0 0 1 No. 2346 2346

14 Excavation of a pit and concreting foundation for 1 No. of lifting barrier gate winch using anchor bolts of size 20 X 450mm. Concrete ratio is 1:3:6 (cement will be supplied by the Railways).All other materials are to be arranged by the contractor)

1 0 0 0 1 No. 1373 1373

15 Assembling and erection of complete lifting barrier 2 No. pedestal 1 which, 2 boom stops complete wire transmission and testing. This includes turnout wheel foundation etc., (cement will be supplied by Railways).

1 0 0 0 1 Set 5902 5902

16 Carrying out lifting barrier boom locking arrangements complete with foundations, fixing of lever frame etc., Excavation of pit at a given location, concreting the foundation for the single/double/three

1 0 0 0 1 LS 5700 5700

Signature of the Contractor 55

lever frame as per Drg No. SC/ W/CN/65. (This includes provision of winch handle locking arrangement by cutting suitable groove on the pinion end suitably expending the 'E' type lock plunger, triple lock arrangement and connecting rodding to GF and boom locking mechanism, testing and commissioning (Cement will be supplied by Railways)

17 Assembling of roller trestles 2/4 way with roller stands, bottom and top roller, MS pin for top roller, split pin. Excavation of pit to suit 2/4 way trestle, placing it at intervals of not more than 2 meters. Filling up earth after keeping trestles in the pit.

25 0 0 0 25 Nos. 106 2650

18 Foundation & fixing of Diversion Wheel/cranks as per instructions of site incharge

8 0 0 0 8 Nos. 488 3904

19 Laying of point rodding 33mm dia on the roller trestle assembly already fixed coupling the rods together leveling aligning. Twist/bends in the point rodding is to be removed and rods straightened by the contractor before laying on trestles. All the materials except bolts and nuts and the

60 0 0 0 60 RMT 12 720

Signature of the Contractor 56

tools will be supplied by the Railways.

20 Supply of paint black enamel of approved quality and painting of Cranks/GF in 2 coats. Painting the function number on the arm with while enamel paint (40mm letters), and brush for the work are to be arranged by the contractor.

6 0 0 0 6 Nos. 63 378

21 Supply of paint of approved quality and painting of point rodding already run on trestles, using paint red oxide in 2 coats leaving 300mm on either side of the top roller on trestles, the connecting rod to be crank/compensator is to be painted for a length of 600mm from it using paint black enamel in 2 coats. All materials and tools required to the work shall be arranged by the contractor.

30 0 0 0 30 Per Mtr.

6 180

22 Forge welding of point rodding 33mm dia with smooth finish of surface after taking measurements and connecting the welded rod and either end to coupling end/ junction/ crank. All material such as coal is to be arranged by the contractor.

6 0 0 0 6 per weld

105 630

23 Supply & fixing of 'AHUJA' make horn type loud speaker 15W 8 ohms impedance.

10 0 0 0 10 Nos. 937 9370

Signature of the Contractor 57

24 Supply & fixing of Electronic Hooter unit 24 /110 DC of approved design/ make able to drive 2 No. of Speakers of 8 ohms 15W.

2 0 0 0 2 Nos. 1820 3640

25 Painting of gate protection diagram.

1 0 0 0 1 No. 280 280

26 Fixing of arm type circuit controller on boom.

1 0 0 0 1 No. 307 307

27 Supply of paint & painting of lifting barrier complete.

1 0 0 0 1 Set 2000 2000

28 Fixing of HP/'E' type lock and connecting rodding to GF and boom lock mechanism.

2 0 0 0 2 Nos. 250 500

29 Releasing of lifting barrier gate.

1 0 0 0 1 No. 665 665

30 Releasing of colour light signal 1/2/3/4 way complete.

4 0 0 0 4 Nos. 532 2128

31 Excavation of earth and providing earth pipe of size 50mm dia, 3.5mm thick 2.0 m. long GI pipe with masonry tub constructed around at earth locations as specified by site Engineer. Alternate layers of 30kgs-chrcoal and 30kgs-common salt to be filled in the pit while closing. The pipe perforation etc., to be carried out as per Drg No. G/SG/09/2002. The earth pipe to be connected to the function with cable as supplied by Railways.

4 0 0 2 6 Nos. 1406 8436

The reading should be painted on the

0 0

Signature of the Contractor 58

masonry tub. The masonry tub of 300X300X300mm should be covered with cement slab. (All materials to be supplied by the contractor except cable.)

32 Final location survey of cable route and final preparation of cable route plan as per technical specification.

0 0 0 50 50 RKM 994 49700

33 Straight through/ derivation with/ without transformer joints: Installation Thermo shrinkable jointing kits for straight through/ derivation joints for LC gate, pump houses etc where VF transformers are not required and derivatin joint by using 2T trasformer (to be housed in the joint). This includes tapping of nominated Quad at a specific location shown by the Railway Engineer at site to the jelly field cable already laid. All material including valco tapes except thermo shrinkable jointing kit shall be supplied by the contractor. (Refer Annexure for instructions on cable jointing).

0 0 0 6 6 Joint 979 5874

34 Digging out the existing thermoshrinkabe joint made for derivation

0 0 6 6 Nos. 600 3600

Signature of the Contractor 59

from the ground & cable, opening the joint cleaning the cable ends, making the cable loose by removing the loops made in the ground.

35 Fabrication charges 0 1600 11200 0 12800 Per Kg

17.44 223232

36 Milling, cutting, grinding welding, drilling holesand assembling charges.

0 2 14 0 16 LS 5812 92992

37 Levelling of ground, errection, casting foundation & errection of plateform for accommodating booms including supply of concreteing material.

0 20 140 0 160 Nos 879.30 140688

38 Fixing of 'E' type locks for boom locking arrangement

0 14 98 0 112 Nos 1172.40 131309

39 Fixiing of booms 0 4 28 0 32 Nos 2344.80 75034

40 Circuit wiring & alterations at Gate lodge and testing the circuit and commissioning.

0 2 14 0 16 LS 4689.60 75034

41 Manufacturing, supply & fixing of stop board disc (600mm dia) with higher intencity grade retro reflective.

0 4 28 0 32 Nos. 1175 37600

42 Preparation of auto cad drawings in A-2 size such as contact analysis, Rack perticulars and panel termination perticulars Ect.

0 16 112 0 128 per sheet

400 51200

43 Providing crank handle box, wiring, testing as per instructions of site incharge including concealed wiring in

0 4 28 0 32 No. 3848 123136

Signature of the Contractor 60

the wall. 44 Supply and painting

the S&T gadgets with standard quality of different colours of enamel paints at various locations as per the instructions of JE/SE/ SSE in-charge of site.

0 120 840 0 960 Sq.M 78 74880

45 Transportation of materials from any Stores to site and vice-versa including loading and unloading - Lead upto 50 Kms

0 2000 14000 0 16000 PTPK 7.31 116960

46 Transportation of materials from any Stores to site and vice-versa including loading and unloading - Lead above 50 Kms

2000 7000 49000 0 58000 PTPK 4.8 278400

47 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.

0 180 1260 0 1440 Cu.M 164.84 237370

Signature of the Contractor 61

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.

Total (B) : 1896233

Grand Total (A+B) ; 3987032

*************