issued to ………………… - south central railway zone · web viewissued to...

119
ISSUED TO …………………. MR NO. Messrs./Sri. ………………………………… Date: ……………………………………………… Not transferable ……………………………………………… DRM/Works/NED 1.Contractor Contact No. i.e. Cell No. ____________________ 2. Contractor's PAN NO. ______________________ 3.Contractor's VAT No. ______________________ 4. Bank Account No. ______________________ SOUTH CENTRAL RAILWAY WORKS CONTRACT REGULATIONS FOR TENDERS AND CONTRACTS CONDITIONS OF TENDER TENDER AGREEMENT FORM Page 1 of 119

Upload: lamduong

Post on 21-May-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ISSUED TO …………………. MR NO.

Messrs./Sri. ………………………………… Date:

………………………………………………

Not transferable

………………………………………………

DRM/Works/NED

1.Contractor Contact No. i.e. Cell No. ____________________

2. Contractor's PAN NO. ______________________

3.Contractor's VAT No. ______________________

4. Bank Account No. ______________________

SOUTH CENTRAL RAILWAYWORKS CONTRACT

REGULATIONS FOR TENDERS AND CONTRACTSCONDITIONS OF TENDER

TENDER AGREEMENT FORM

TENDER NOTICE NO: 112 TO 122/ DRM/WORKS/NED/OT DATED 09.02.2015

TENDER NO.: 115/2014NAME OF WORK:-Nanded Division: Engg: Nagarsol, Lasur, Aurangabad, Parsoda, Tarur,Potul,Chikalthan, Kanjara, Daultabad, Rotegaon and Badnapur stations: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year

Approximate Value : Rs 61,27,320/-Earnest money to be deposited : Rs 1,22,550/-

Tender form cost : Rs 5325/-

Time and Date of closing : 19.03.2015 at 15.00 Hours

Time and Date of opening : 19.03.2015 at 15.30 Hours

Page 1 of 80

Page 2: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

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

1 Tenderer details:1.1 Name of the tenderer1.2 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 filling returns attested by any Gazetted officer.

2. Particulars to DD/MR Submitted towards cost of tender form.3. Particulars of DD/FDR submitted towards EMD. 4. Engineering Organization in Annexure ‘A’5. List of Plants and Machinery in Annexure ‘B’6. List of works completed during the last three Financial Years

Annexure ‘C’.7. List of work on hand in Annexure ‘D’8. Attested copy of Experience certificate in Annexure ‘E’9. Attested copy of certificate showing contractual amount

received during the last three financial year and current financial year Annexure ‘F’.

10. NEFT MANDATE FORM11. Registration number of APGST/APVAT.12. Any other information / Certificates required as per

Tender document.13. Total Number of Annexure submitted (Number of Pages)

Page 2 of 80

Page 3: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Instructions for submission of Tender documents by downloading from Website

1. Tender schedules are uploaded along with the Tender Notice and the same can be down loaded and used as tender document for submitting the offer. However, the cost of tender document as indicated on the cover page and in the Tender Notice has to be deposited by the Tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, S.C. Railway, Nanded or original money receipt obtained from Divisional Cashier (Pay) S.C.Railway, Nanded, Guntur, Secunderabad, Hyderabad, Vijayawada Guntakal, Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway along with the Tender document. This should be paid separately and not clubbed with the Earnest Money deposit. In case, tender documents are downloaded from website, the tenderers should enclose the requisite cost of tender form. If tenderers download tender document from Website and do not enclose proper money value towards the cost of tender form, their tender shall be considered as invalid.

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

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

4. The prospective tenderers are advised to visit website “http://www.scr.indianrailways .gov.in” three days before the date of tender opening to note any changes/corrigenda for any tender.

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

Page 3 of 80

Page 4: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ANNEXURE-I

Tender No.__________________________Name of the work:________________________________________________________

TENDERToThe President of India,Acting through the Senior Divisional Engineer/Divisional Engineer,South Central Railway, Nanded

1. I/We_______________________________________ have read the various conditions to tender attached hereto and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my / our “Earnest Money”. I/we offer to do the work for South Central Railway, at the rates quoted in the attached Schedule and hereby bind myself/ourselves to complete the work in all respects within ______months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the Indian Railway General Conditions of Contract 2011, with all correction slips 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 / Specification, Schedule of rate with all correction slips up to date for the present contract.

3. A sum of Rs._____________ is herewith forwarded as earnest money Deposit. Full value of the earnest Money shall stand forfeited without prejudice to any other right 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; andb) I/We do not commence the work within Fifteen days after receipt of orders to that

effect.

4. Until a format 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 on my / our offer for this work.

SIGNATURE OF TENDERERSIGNATURE OF WITNESS :

1. ________________________________2. ________________________________ Date :

Address of the Tenderer (s)

Page 4 of 80

Page 5: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ANNEXURE-I (Contd….)

TENDER (Second Sheet)1. Instructions to Tenderers and Conditions of Tender: The following documents form part of Tender/Contract:(a) Tender forms-First sheet and Second Sheet(b) Special Conditions/ Specifications (enclosed)(c) Schedule of approximate quantities (enclosed)(d) General Condition of Contract and standard specifications for materials and works of Indian Railway as amended/corrected up to latest correction slips, copies of which can be seen in the office of------------or obtained from the office of the Chief Engineer ---------railway on payment of prescriber charge. (e) schedule of rates as amended \ corrected up to latest correction slips copies of which can be seen in the office of -------------or obtained from the office of the chief engineer ---------------railway on payment of prescriber charges.

(f) all general and details drawing pertaining to this work which will be issued by the engineer or this reprehensive (from time to time) with all changes and modification 2 drawing for the work: the drawing for the work can be seen in the office of the___________and \or chief engineer ________ railway at any time during the office

hours drawing are only for the guidance of tenderer(s) detailed working drawing (if required) based generally on the drawing mentioned above will be given by the engineer or his reprehensive from time to time 3 the tenderer(s) shall quote his \there rates as a percentage above or below the schedule of rates of ________railway is applicable to _______division except where he they are required to quote item rates and must tender for all the item shown in the schedule of approximated only and are subject to variation according to the needs of railway. The railway does not guarantee work under each iteam of schedule. 4 tender containing erasures and / or alterations of tender document are liable to be rejected .any correction made by tender in his\there entries must be attested by him\them

5 the work are required to be completed within period of________months from the date of issue of acceptance letter 6 Earnest Money(a) the tender must be accompanied by a sum of Rs___________as earnest money

deposited in cash or any of the forms as mentioned in regulation our tenderers and corrects for the guidance of the engineers and contractors failing which the tender will not be considered. (b) the tenderer(s) shall keep the offer open for a minimum period of 90 days from the date of opening tender it is understood that the tender documents have been sold \issued to the tenderer (s)and the tenderer (s) is \are permitted to tender in consideration of the stipulation on his \there part that submitting his\there tender subject to the period being extended further if required by mutual agreements from time to time he will not resile from his offer or modify the terms are conditions there of in a manner not acceptable to the chief engineer of ___________railway should the tenderer fail to observe or comply with the fore going stipulation the amount deposited as earnest money for due performance of above stipulation, shall be fortined to the railway. (c) If the tender is accepted, the amount of earnest money will be retained and adjusted as security deposited for the due and faithful fulfillment of the contract. This amount security deposit shall be forfeited, if the tenderer(s) contractors fail to execute agreement bond within 7 days after receipt of notice issued by railway that such documents are ready or to commence the work within 15 days after receipt of the order to that effect.

Page 5 of 80

Page 6: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

(d) earnest money of the unsuccessfully tenderer(s) will save as here in before provited be returned to the unsuccessful tenderer(s) with in responsible time, but the railway shall not be responsible for any loss or description that may happen to the security for the due performance to the stipulation to keep the period specified in the tender document or to the earnest money while in their possession nor be liable to pay interest there on. 7 Rights of the railway to deal with tender: the authority for acceptance of the tender will rest with the railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender any do tenderers shall demand any explanation for the cause of rejection of his\their nor the railway to assign reasons for declining to consider or reject any particular tender. 8 if the tenderer(s) deliberately gives\give wrong information in his\their tender or creates\create circumstance for the acceptance of his\their tender, the railway reserves the right to reject such tender at any stage. 9 if the tenderer(s) expire after the submission of\their tender or after the acceptance of his their tende,the railway shall deem such tender cancelled if a partner of 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 character. 10 Income Tax clearance certificate: the tenderer(s) is\are required to produce along with his\there tender an authorized copy of the income tax clearance certificate or a sworn affidavit duly countersigned by the income tax officer to the effect that he has\they have no taxable income. 11 Tenderers credentials: Document testifying tenderers previous experience and financial status should be produced along with the tender or when desired by competent authority of railway. Tenderer(s) who has\have not carried out any work so far on____________railway and who is\ are not borne on the approved list of the contractors of__________railway should submit along with his\their tender credentials to established:1 his capacity to carry out the work satisfactorily.2 his financial status supported by bank reference and other documents 3. Certificate duly attested and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past. 12 tender must be closed in a sealed cover super scribed Tender no______and must be send be registered post to the addessb of ______________railway so as to reach his office not later then ____hours on the__________or deposited in the special box allotted for the purpose in the office of ____________railway. This special box will be sealed at_____hours on ___________the tender will be opened at _________hours on the same day. The tender papers will not sold after___________hours on______. 13 non compliance with any of the condition set forth therein above is liable to result in the tender being rejected. 14 executive of contract documents: the successful tenderer(s) shall be required to execute an agreement with the president of India acting through the railway____________ for carrying out the work according to general condition of contract special condition\specification annexed to the tender and specification for work and materials of railway as amended\correcte upto latest correction slips mentioned in tender from (first sheet)

15 Partnership Deeds, power of attorney Etc: the tenderer shall clearly specify wheher the tender is submitted on his or on behalf of a partnership concern. In the tender is submitted on behalf partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender document on behalf of partnership firm. if these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents the railway will not be found by any power of attorney granted by the

Page 6 of 80

Page 7: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

tender or by changes in the composition of the firm made subsequent to the execution of the contract. it may however recognize such power attorney and changes after obtained obtaining proper legal advice the cost of which will be chargeable to the contractor.

16 the tenderer, whether sole proprietor a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or a later stage a power of attorney duly stamped and authenticated by a notary public or by magistrate in favour of the specific person whether he\they be partners of the firm or any other person specifically authorizing him\them to submit the tender ,sign the agreement ,receive money, witness measurements, sign measurement books compromise settle relinquish any claims preferred by the firm and sign No claim certificate and refer all any disputes to arbitration. 17 Employment\partnership etc .of retired railway employees: (a) should a tenderer be a retired engineer of the gazette ranks or any other gazette officer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not in the engineering or any other department of any of the railway owned and administered by the president of India for the time being or should tenderer being partnership firm have as one of its partner a retired engineer or retired gazette officer as aforesaid or should a tenderer being an incorporated company have any such retired engineer or retired officer as a one of its directors or should a tenderer have any such retired engineer or retired officer as one of its directors or should a tenderer have in his employment any retired engineer or retired gazette officer as aforesaid, the full information as to the date of retirement of such engineer or gazette officer from the said service and in case where such engineer or officer had not retired from government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract or if the contractors be a partnership firm or an incorporated company to become a partner or director as the case may be or to take the employment under the contractor has been obtained by the tenderer or to engineer or officer as the case be form the president of India or any information above referred to or a statement to the effect that no such retired engineer or retired gazette officer is so associated with the tenderer as the case may be shall be rejected. (b) should a tenderer or contractor being an individual on the list of approved contractors have a relative or n the case of partnership firm or company of contractors one more of his shareholder or relative of the shareholder(s) employed in gazette capacity in the engineers or any other department of the __________railway, the authority inviting tenders shall be informed of the time of submission of tender failing which the tender may be disqualified\rejected or if such fact subsequently come to light the contract may be rescinded in according rescinded in accordance with the provision in clause 62 of the general condition of contact.

SIGNATURE OF TENDERER

SIGNATURE OF WITNESS :

1. ________________________________2. ________________________________ Date :

Address of the Tenderer (s)

Page 7 of 80

Page 8: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Tender Conditions:

1.0 Eligibility Criteria for Tenderers: (For Works Whose advertised Tender Value is coasting above Rs.50 Lakhs). : For Tenders of value more than Rs.10 Crore, Jv Firm is eligible for the tender Subject to fulfillment of Technical and Financial eligibility as per Clause 65 of GCC.

1.1 Similar nature of work physically completed during the last three Financial Years* and in the current Financial Year**

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

1.2 Total contract amount received during the last three financial years* and in the current financial year**.

Eligibility In terms of Turnover: The total contract amount received during the last three Financial Years and in the current Financial Year up to the date of Tender Opening should be a minimum of 150% Advertised Tender Value. a) Tenderer(s) should submit to this effect certificate in original or an attested certificate from the Govt./semi Govt./Public Sector undertaking for the work done for them orb) Audited balance sheet along with P&L A/C duly certified by the charted accountants as detailed in tender document.

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

2.0 Clarification on “Similar nature of work” and details to be furnished along with the Tender Documents:

2.1 Similar nature of work: “Welding of rail joints with AT/SKV process.” in the tender document.

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

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

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

Page 8 of 80

Page 9: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

2.2.3 The work Experience certificate shall be in the name and style of the tenderer Participating or as per Provisions under Clauses 65.16 Of GCC for GV Firm, if eligible to Participate. However, in case the tenderer is submitted the certificate issued to a JV firm of which tenderer is a member, the credentials proportionate to this share in the JV will be considered. The tenderer shall submit a copy of relevant JV agreement attested by any Gazetted officer along with the Tender.

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

2.2.5 In case the certificate/ Documents Produced are proved to be false and/or fabricated, the entire Earnest Money (EMD) will be Forfeited.

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

2.3 Value of similar work to be considered:-

2.3.1 The total value of similar nature of works completed during the qualifying period, and not the payments received within qualifying period alone, shall be considered.

2.3.2 In case, the final bill of similar nature of work has not been passed and final measurement have not been recorded, the paid amount including Statutory Deduction will be considered.

2.3.3 If final Measurements have been recorded and work has been completed with negative variation, then also the paid amount including Statutory Deduction will be concerned.

2.3.4 However, if final measurements have been recorded and work has been completed with positive variation but variation has not been Sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility.

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

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

3.0 Clarification On “Eligibility on Annual Contractual turnover and details to be furnished along with the Tender Documents”

3.1 The total contract amount received in the last three financial years and the current financial year up to the date of Tender Submission Shall be at least 150% of the Tender Value.

3.2 For the completed Financial years, the tendered can submit either Audited Balance Sheets Showing clearly the contractual/work receipts in the Profit & Loss account of the balance sheet, duly supported by a Turnover Certificate from the chartered Accountant as per Annexure-F

Or Certificate(S) in original issued by Executive or Nominated Authority of the Department

certifying the bill amount paid Agreement-wise and Date-wise or photo copy of such certificate attested by a Gazetted Officer. Such certificate will be accepted only from Govt./ Govt.Bodies/ PSUs by authorities mentioned at Para 2 above.

3.3 For the incomplete Financial year i.e. the current year and for any Unaudited Completed Financial Year, only certificate on contractual/work receipts in original issued by executives of

Page 9 of 80

Page 10: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

the Govt./Govt.bodies/PSUs from Whom the Payments were received or photo copy of such certificate attested by a Gazetted officer, giving details of receipts Agreement-wise and Date-wise will be accepted as proof of contractual Turnover for the current year and that completed but un-audited Financial Year. Certificate issued by private Companies/Individuals will not be entertained.

4.0 Additional Document to be submitted 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 Tenderer and are to be submitted in the Proforma given in the Annexure-‘A’

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

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

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

4.5 The tender floating Authority may incorporate, “any other detail of specific nature relevant and mandatory for Tender Finalization”.

5.0 A check list of documents to be Submitted at the time of tender submission is given as top Sheet in Annexure-I for easy guidance and compliance from prospective Tenderers.

6.0 Delayed/ Post Tender Submission of Documents/ information of Mandatory Nature linked to Eligibility Criteria called for at Tender Stage:-

6.1 The offer of tenderer(s) who do not enclose Experience Certificate and Turnover Certificate with requisite details and supporting documents as detailed under Para 2 & 3 above along with their Tender to establish their credentials shall be summarily rejected, even though they are working contractors or contractors on approved list.

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

(ii) Any certificate/Documents offered after the tender opening shall not be given any credit and shall not be considered.

(iii) Tenderer(s) shall note that conditional/ alternate offer will not be considered and will summarily be rejected, even though such condition makes them as the lowest tenderer.

(iv) Railway reserves the right to verify the authenticity of the documents/information furnished.

These Guidelines issued with the approval of PCE and concurrence of FA&CAO for implementation In all future works tenders of S.C.Railway.

All these guideline and clarification be brought in the Tender documents of works Tenders Verbatim without any changes except for taking appropriate action on matters/ issues indicated in italics by the tender floating authority.

Page 10 of 80

Page 11: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

1.0 PERFORMANCE GURANTEE:

a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (Thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a 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.

b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:

i) A deposit of cash:

ii) Irrevocable Bank Guarantee :

iii) Government Securities including State Loan Bonds at 5% below the market value :

iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;

v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks:

vi) A Deposit in the Post Office Saving Bank:

vii) A Deposit in the National Savings Certificates;viii) Twelve years National Defence Certificates;ix) Ten years Defence Deposits; x) National Defence Bonds and xi) Unit Trust Certificates at 5% below market Value or at the face value

whichever is less.Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted. NOTE : The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.

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

Page 11 of 80

Page 12: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

d) The value of PG to be submitted by the contractor will not change for variation up

to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional performance Guarantee amounting to 5% (Five Percent) for the excess value over the original contract value shall be deposited by the contractor.”

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

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

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

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

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

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

2.0 Conservancy Charges: As applicable from time to time to be levied (Cl.6 of GCC & C.S.No.5 to GCC)

3.0 The following Para is to be added under “Building and other construction workers (regulation of Employment and Conditions of Service) Act, 1996”

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 the State) Govt. and submit certificate of Registration issued form

Page 12 of 80

Page 13: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

the Registering Officer of the _____ (Name of the State) Govt. (Labour department). For enactment of this act, the tenderer shall be required to pay cess @1% of cost construction work to be deducted from each bill; Cost of material shall be outside the purview of the Cess, when supplied under a separate schedule item.

4.0 Partnership:4.1 Partnership firm is eligible if entered into and registered prior to tender notice.

Tenderer should enclosed/submit experience certificate in the same name and style as the tenderer & their credentials shall be considered fully to the extent of work executed by the partnership firm in the same name and style. (Experience of individual partners will not be considered)

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

4.3 PARTNERSHIP DEEDS, POWER OF ATTORNEY ETC.:-

In the case of Partnership firms, an attested copy (attested either by Notary or by Gazetted officer) of the partnership deed with latest modification of the deed should be submitted along with the Tender documents without fail.

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

5.0 Consortium Agreements, Joint Venture and MOU’s shall not be considered.

Page 13 of 80

Page 14: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Annexure – “A”

PROFORMAENGINEERING ORGANISATION

1. ENGINEERING ORGANIZATION AVAILABLE ON HAND

Sl No

Name & Designation of Employee

Qualification Previous Experience

WorkingFrom To

01 02 03 04 05ABCZ

2. 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 05ABCZ

3. 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 05ABCZ

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

Page 14 of 80

Page 15: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Annexure-‘B’

PROFORMAPLANT & MACHINERY

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 08ABCZ

2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FORM 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 08ABCZ

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 08ABCZ

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

Page 15 of 80

Page 16: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

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

01 02 03 04 05 06 07 08Railway WorksABCDEZState Govt. WorksABCDEZPublic Sector Undertaking WorksABCDEZ

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

Page 16 of 80

Page 17: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

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

Number of extensions taken

01 02 03 04 05 06 07 08Railway WorksABCDEZState Govt. WorksABCDEZPublic Sector Undertaking WorksABCDEZ

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

Page 17 of 80

Page 18: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Annexure-‘E’

EXPERIENCE CERTIFICATE

Date:…………..

Sl No Work Details Details1 Name of work2 Agreement Number, date and Name of the

agency

3 Agreement value in Rupees ( in words and figures)

4 Due date of completion5 Number of Extensions granted6 Actual date of completion of Work7 Value of Final Bill if passed (in words)8 Work completed but Final measurements not

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

9 Work completed, Final measurements recorded with negative variationa) Amount so far paid as in CC Bill No.

10 Work completed, if Final measurements recorded with positive variation which is not sanctioned yeta) 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 only by an officer not below the rank of JA Grade or bill passing officer in Railways and Bill passing Officer/Executive In-charge of work in other government department/Govt. bodies /public sector under taking. The certificate should bear the signature and seal of the issuing officer, name of the department etc.

Signature …………..:Name of Officer :…..…….Designation ……….…. :Address ………….. :Office Seal ………….. :

Phone/Fax No.: Date :

Page 18 of 80

Page 19: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ANNEXURE-‘F’

CERTIFICATE FROM CHATRTED ACCOUNTANT IN THEIR LETTER HEAD

To whom so ever concerned We_________,are the Auditors for the Firm____________________________, since last ___________(many) years. On the strength of the above association, we are issuing this certificate to the Firm on the Annual Contractual Turnover during the last three Audited Financial Years as per Audited Balance Sheets. It s further certified that advances or loans taken by the firm in connection with execution of works is not reflected in the contractual receipts from Woks Contracts indicated below.Sl Financial

YearReceipts reflected in Audited

Balance sheets in P&L account (Rs.)

Contractual Receipts from

Woks Contracts (Rs.)

Remarks (if any)

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

Signature :

Name of CA:

Address:

Office Seal:

Phone No:

E-mail:

Date:

Page 19 of 80

Page 20: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Coverage of contractors/ Extension of EPF & MP Act,1952 to the workers engaged through contractor regarding

SL No Name and

address of the

contractor with

telephone No.

Total cost of the

work allotted

Period of

contract

Whether

complying with

the provision of

EPF & MP Act

1952,if so the PF

code No. allotted

to

him/establishment

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

Page 20 of 80

Page 21: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ACCEPTANCE OF TENDER

I accept the tender and agree to pay the rates as per Standard Schedule of

Rates_____ as corrected by and up to Correction Slip No.________________ of

____________ 200_____ enhanced / diminished by_______________ percent / at par in

respect of Schedule ‘A’ and at the rates as entered in the

Schedule____________________.

DIVISIONAL RAILWAY MANAGER(WORKS)

SOUTH CENTRAL RAILWAY

For and on behalf of the President of India

Division: NANDED

Date_________________________

Witness:

1.

2.

FOR RAILWAY USE ONLY & TENDERER(S) NOT REQUIRED TO SIGN

Page 21 of 80

Page 22: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ANNEXURE-IV

SOUTH CENTRAL RAILWAY

CONTRACT AGREEMENT OF WORKS

Contract Agreement No.___________Dated___________20________

Articles of Agreement made this _________ day of ____________20___ between the President of India acting through the South Central Railway Administration hereafter called the ‘Railway’ of the one part and ________ herein after called the “Contractor” of other part.

WHEREAS the Contractor has agreed with the Railway for the performance of the Work“__________________________________________________________________________________________________________set forth in the schedule here to annexed upon the General Conditions of contract 2010 corrected up to latest Correction slips and the specification of __________________ South Central Railway corrected up to latest correction slips and the Schedule of rates of ______________Railway, corrected up to latest correction slips and the Special Conditions and Special Specifications, if any, and, in conformity with the drawings here-into annexed AND WHERAS the performance of the said works is an act in which the public are interested.

Now THIS INDENTURE WITNESSETH that in consideration to the payments to be made by the Railways, the Contractor will duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specification and said drawings and said conditions of contract on or before the _______ day of ________ 20___ and will maintain the said works for a period of _____________ calendar months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein), AND the Railway, both hereby agree that if the contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates specified in the Schedule hereto annexed.

Contractor _________________ (signature) Railway: Designation________________ (For President of India)Address__________________

Date ____________________ Signature of Witnesses (to signature of Witnesses:Contactor) with address: _____________________

____________________ _______________________

Page 22 of 80

Page 23: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

PART-I

(REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OF

CONTRACTORS FOR CIVIL ENGINEERING WOKS)MEANING OF TERMS

1.1 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 suppression by special condition of contract and/or special specification, if any, annexed to the Tender form.

1.2 Definitions: In these Regulations for Tenders and Contracts the following terms shall have the meaning assigned hereunder except where the context otherwise requires

a) “Railway” shall mean the President of the Republic of India or the Administrative Officer of the Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf.

b) “General Manager” shall mean the Officer-in-Charge of the general superintendence and control of the zonal railway/production units and shall also include the General Manager (construction) and shall mean and include their successors, of the successor Railway.

c) ‘Principal Chief Engineer’ shall mean the Officer-in-charge of the Engineering Department of the South Central Railway.

d) ‘Divisional Railway Manager’ shall mean the Officer-in-charge of a Division of the Zonal Railway and shall mean and include the Divisional Railway Manager of the Successor Railway.

e) Engineer’ shall mean the ‘Divisional/ Senior Divisional Engineer’ shall mean and include the Engineers of the Successors Railway.

f) Tenderer shall mean the Person, the firm/co-operative or company whether incorporated or not who tenders for the works with a view to execute the work on contract with the Railway and shall include their Personal representatives, successors and permitted assigns.

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

h) “Open Tenders” shall mean tenders invited in open and public manner and with adequate notice.

i) “Work” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be executed according to specifications.

j) “Specifications” shall mean the specifications for Materials & woks of the Railway as specified in Part-III of the works hand book issued under the authority of the Chief Engineer or as amplified, added to or superseded by special specifications if any appended to the Tender Forms

Page 23 of 80

Page 24: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

k) “Schedule of Rates of the Railway shall mean the Schedule of Rates issued under the authority of the Principal Chief Engineer from time to time.

l) ‘Drawings’ shall mean the Maps, Drawings, plans and tracings or prints thereof annexed to the tender forms.

CREDENTIALS OF CONTRACTOS

2. Application for registration:

2.1 Works of construction and of supply of material shall be entrusted for execution to contractors whose capabilities and financial status have been investigated and approved to the satisfaction of the Railway, for this purpose, list of approved contractors shall be maintained in the Railway. The said list be revised periodically once in a year or so by giving wide publicity through advertisements etc.

A contractor including a contractor who is already on the approve list shall apply to the nearest General Manager (Construction) .

Singular and plural

Words imparting the singular number shall also include the plural and vice versa where the on text requires.

Interpretation These Regulations for Tenders and contracts shall be read in conjunction with the General conditions of Contract which are referred to here in and shall be subject to modification, additions or supersession by special conditions of contract and/or special specifications, if any, annexed to the Tender Forms.

Contractors Credentials

A Contractor who has not carried out any work so far on this Railway should furnished particulars regarding

a) His position as an independent contractor.

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

c) His previous experience on works similar to that to be contractor for, in proof of which original Certificates or testimonials may be called for and their genuineness verified, if need be, by reference to the signatories thereof.

d) His knowledge, from actual personal 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.

Omissions Discrepancies

Should a tenderer find discrepancies in, or omissions from the drawing or any of the Tender forms or should he be in doubt to their meaning he should at

Page 24 of 80

Page 25: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

once notify the authority inviting who may send a written instruction to all tenderers, it shall be Understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

Earnest Money

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

(b) The tenderer shall also be required to deposit a sum of Rs…. /- towards earnest money with tender. The sum mentioned in (a) above constitutes the earnest money. If his tender is accepted this earnest money will be retained as part of security for due and faithful fulfillment of the contract in terms of clause 16 of the General Conditions of the Contract. The earnest monies of the other tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession nor be liable to pay interest thereon.

Care in submission of Tender

7(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 be encountered during the execution of the works, are taken into account and that the percentage/rates he enters in the tender forms is /are adequate and all inclusive to accord with the provisions in Clause 37 of the General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(b) When work is tendered for by a firm or company of contractors, the tenders shall be signed by the individual legally authorized to enter into commitments on their behalf

Right of Railway to deal with tenders

8 The Railway reserves the right of not to invite tenders for any work or works, to invite open or limited tenders, and when tenders are called, to accept a tender in whole or in part or reject any tenders or all tenders without assigning reasons for any such action

Execution of Contract Documents

9 The Tenderer whose tender is accepted shall be required to appear at this office of Divisional Railway Manager, Senior Divisional Engineer/Divisional Engineer, as the case may be in person, or if a firm or corporation, a duly authorized representative shall so appear and to execute the contract

Page 25 of 80

Page 26: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

documents within seven days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement effected by the acceptance of the tender in which case the full value of earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as herein-before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover the liquidated damages for such default.

Form of contract Document

10 Every contract shall be completed in respect of the documents it shall so constitute. Not less than 5 copies of the contract documents shall be signed by the competent authority and the contractor and one copy given to the contractor.

(a) For contracts for special works (valued at more than Rs. 10,000/-) the contract documents required to be executed by the tenderer whose tender is accepted shall be agreement at Page ________

Form of quotation

11(a) The Tender shall be submitted in the prescribed form annexed hereto at page ________ quoting a percentage above or below or at par the rates shown in printed schedule of Rates, South Central Railway_________ as corrected by and up to Correction slip No._______ of ________. The quotations will be subject to the general instructions contained in pages_________ of the Schedule of Rates to which the tenderer’s special attention is drawn. The percentage quoted must be clearly written in figures, and in words.

(b) Tenderers are not permitted to quote different percentages for different chapters or different items; and in the percentage quoted fraction is permitted. The percentage quoted MUST BE FIRM, PRECISE AND UNCONDITIONAL

(c) The Tenders should quoted rates in figures and in words, and every items of the schedules, wherever there is a difference between the rates quoted in figures and in words, the rates quoted in words will be taken as correct.

(d) if any item is excluded by the Tenderer in submitting his tender, the Divisional Railway Manager/Divisional Engineer/ Senior Divisional Engineer may reject the tender.

Place

Date Signature of tenderer

Page 26 of 80

Page 27: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Page 27 of 80

Page 28: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

CONDITIONS OF TENDER

1. The drawings for the works can be seen in the Office of Divisional Railway Manager (Works), South Central Railway, Nanded at any time during Office hours

2. General Conditions of Contract and Specifications for Materials and Works of South Central Railway, can be seen at the Office of Divisional Railway Manager (Works), South Central Railway, Nanded, or had on payment at the rates fixed for each book from time to time.

3. The Tenderer/Tenderers shall quote a percentage rate for items covered by Schedule A (items covered by U.S.S.R) and rate for each item given in Schedules (items not covered by U.S.S.R). The quantities shown in the attached schedules are given as a guide and are approximate only and are subject to variation according to he needs of the Railway. The Railway accepts no responsibility for their accuracy, the Railway does not guarantee work under each item of the Schedule

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

5. The works are required to be completed within a period of -------- from the date of issue of the acceptance of tender.

6. The tender must be accompanied by a sum of Rs. ------------- as earnest money deposited in cash or in any of the forms mentioned below failing which the tender will not be considered and will be summarily rejected.

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

Sl. No.

Value of work EMD

01. For works with Estimated Tender value costing upto Rs. 1 crore

2% of the Estimated Tender Value

02. For works with Estimated Tender value to cost more than Rs. 1 crore

Rs. 2 lakh plus ½ % (half percent) of the excess of estimated cost of work beyond Rs. 1 Crore subject to a maximum of Rs. 1 Crore.

The Earnest Money should be in any of the following forms :

i) In cash paid to the Divisional Cashier (Pay) / Nanded.

ii) By Banker’s Cheque, demand drafts. These forms of earnest money could be either of the State Bank of India or of any of the nationalized banks. No confirmatory advice from the Reserve Bank of India will be necessary,

iii) Demand Drafts/Banker’s Cheque executed by the Scheduled Banks (other than the State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for this purpose. The Railways will not, accept, Demand Drafts/Banker’s Cheque without getting in writing the concurrence of the Reserve Bank of India.

Page 28 of 80

Page 29: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

NOTE: (1) Cash, Demand Drafts will not be accepted by the Divisional Cashier

(Pay), Nanded after 12.00 hours on ----

(2) Cheques, War Bonds and Government promissory notes will not be accepted towards 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 resale from his offer or modify the terms and conditions therefore in a manner not acceptable to Divisional Railway Manager, South Central Railway, Nanded. 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 as Security Deposit for the due and faithful fulfillment of the contract. The earnest money of the 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 of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon.

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

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

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

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

6. Documents testifying to the Tenderer/Tenderers previous experience and financial status should be produced when desired by the Railway.

7. Tenders must be enclosed in sealed covers super scribed “ Tender for ---- and must be sent by Registered post to the address of DRM (Works), South Central Railway, Nanded so as to reach his office not later than 15.00 hrs. on------- or deposited in the Special Box allotted for the purpose in the office of the Divisional Railway Manager(Works), Nanded. This will be sealed at 15.00 hours on the prescribed date of opening.

Page 29 of 80

Page 30: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

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

tender being rejected.

9. The authority for acceptance of the tender will rest with the Divisional Railway Manager, South Central Railway, Nanded 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 tenderer or tenderers.

10. The successful Tenderer/Tenderers shall be required to execute an agreement with the President of India acting through the Divisional Railway Manager/Divisional Engineer/Senior Divisional Engineer of the Railway for carrying out the work according to the General conditions of Contract and specifications for works and material of South Central Railway including correction slips issued from time to time.

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

12. The Administration does not agree to pay Sales tax in addition to the price quoted.

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

I/We _____________________ do declare that in the event of failure of the contemplated negotiations relating to Tender No.____________ opened on __________, my/our original tender shall remain open for acceptance on its original terms and conditions.

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

14. Should a tenderer be a retired engineer of the gazetted rank or any other gazetted officer working before his retirement, whether in the executive/or administrative capacity or whether holding a pensionable post or not, in the Engineering Department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or a retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such engineer or gazetted officer from the said service and in cases where such engineer or officer has not retired from Government service at least two years prior to the date of the submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership Firm or an incorporated company, to become a partner or director as the case may be or to make employment under the contractor has been obtained by the tenderer or the engineer or the officer as the case may be from the President of India or any Officer duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender/s without information above referred to

Page 30 of 80

Page 31: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

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.

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

16.

CONTRACTOR SENIOR DIVISIONAL ENGINEERSOUTH CENTRAL RAILWAY

Page 31 of 80

Page 32: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

SPECIAL CONDITIONS OF CONTRACT

1. The rates include all lead and if the material obtained by rail all freight charges including loading Charges.

2. (i) Sales tax/VAT, royalties and octroi duties, if any that may be payable under any provincial Government sales tax Act or local bodies Act or rules as fixed by such authorities and as revised from time to time on any of the materials that may be used or supplied by the tenderer will be payable by the tenderer. The rates quoted includes all such taxes payable and no additional payment, whatsoever will be made towards these taxes or their revision during the period of execution of work. The administration does not agree to pay Sales Tax/VAT as the case may be in addition to the price quoted. The tenderers should quote their rates inclusive of Sales Tax/VAT component as the case may be. Each tenderers has to submit a copy of registration certificate/registration number of APGST/VAT as the case may be from the concerned authority at the time of tendering for works. (ii) Seigniorage charges for supply of earth, moorum, sand and other materials as fixed by the state Government and payable to them as revised from time to time during the currency of contract will be recovered by railway from the contractors on account and final bill and remitted to the state government. The rates quoted by he tenderer shall be inclusive of these charges. Claims regarding revision of seigniorage and consequent enhancement of accepted rate will not be entertained.

3. Water: a charge of one percent will be made by the Railway for the supply of railways piped water from existing pipe line and calculated on the amount of all items of work appearing in the bills payable to the contractor in respect of which work such water has been used by the contractor and such charges should be deducted from sums due or payable by the Railway to the contractor from time to time. In the event water having to be brought by the Railway to the site of the work in traveling tanks, the actual freight at public tariff rate and all other charges incurred therein including any demurrage that may be levied shall be payable by the contractor and deducted from sums due or payable by the railway to the contractor from time to time.

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

5. Cement shall conform to IS 269-1976 or IS 12269 or IS 8112. The agency executing the work should submit at least a test certificate for standard properties of cement. Cement shall be from the approved manufacturers and the Divisional Engineer shall approve the brand or cement to be used. The safe custody of cement brought to the site shall be the sole responsibility of the contractor. The payment will be made for the actual quantity of cement used for the work done of as per the standard requirements as shown in the schedule of rates (for different items) which ever is less. In this regard (i.e., contractors own cement), the guidelines given in the Technical circular No.1/94 dated 27.01.94 and any further instructions given in this regard from time to time are to be observed.

Page 32 of 80

Page 33: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

6. The Railway does not guarantee work under each items of the master schedule. For

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

7. If there arises any discrepancy between the printed Unified schedules of rates 2010 as amended by addendum and corrigendum slips issued from time to time up to _____ and the schedule attached to the tender pertaining to this work, the former shall be treated as authentic and binding in all purposes.

8. Rubble masonry shall be first sum of Railway specification no. 503 according to South Central Railway Specification for materials and works, contractors attention is particularly invited to dressing of stone as laid down in the Railway's Specification.

9. Coursed Rubble masonry shall be second sort of railways specifications No.504 appearing in south Central Railways Specifications for materials and works, contractors attention is particularly invited to dressing of stone as laid down in the railway specifications.

10. The special conditions supplemented to the conditions of tender and contract the general conditions of contract and the notes appearing under the relevant chapter and sub chapter of the standard schedule or rates should be considered as part of the contract papers where the provision of these conditions are at variance with general conditions of contract these special conditions shall prevail.

11. Conservancy Cess charges. Conservancy Cess charges will be recovered from contractor as per Rly. Board's Lr. no. F(X)I-95/1/1 dt.31/05/06. (Conservancy charges as applicable and as modified from time to time will be recovered from Contractor’s running bills.)

12. Cess @1% on cost of Construction work as per Railway Board’s letter no. 2008/CE-I/CT/6 dt. 09.07.08 will be recovered from contractor.

13.SECURITY DEPOSIT

Unless otherwise specified in the special conditions, if any, the Security Deposit/ Rate of recovery/Mode of recovery shall be as under.

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

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

(c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

After the work is physically completed as certified by the Competent Authority, Security Deposit can be returned to the contractor if he so desires, in lieu of FDR/ irrevocable Bank Guarantee for equivalent amount to be submitted by him. The Competent Authority shall

Page 33 of 80

Page 34: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade. Then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate to be issued after expiry of the maintenance period, should, inter alia, 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 unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

If a lump sum deposit of Rs. 1,00,000/- or 50,000 or Rs/- 10,000/- as the case may be has been deposited by the contractor as standing earnest money, that amount would not be adjustable towards security deposit.

PRODUCTION OF PERFORMANCE GUARANTEE (P.G)

The procedure for obtaining Performance Guarantee is outlined below. (Ref. Railway Board lr No 2007/CE-1/CT/18 Pt. XII dated 31-12-2010.)

a. The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (Thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a 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.

b. The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:

(i) A deposit of cash:

(ii) Irrevocable Bank Guarantee :

(iii) Government Securities including State Loan Bonds at 5% below the market value :

(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered

Page 34 of 80

Page 35: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

by all Scheduled Banks:

(vi) A Deposit in the Post Office Saving Bank:

(vii) A Deposit in the National Savings Certificates;

(viii) Twelve years National Defence Certificates;

(ix) Ten years Defence Deposits;

(x) National Defence Bonds and

(xi) Unit Trust Certificates at 5% below market Value or at the face value whichever is less.

Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.

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

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

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

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

f. Whenever the contract is rescinded, the Security Deposit shall be forfeited and the performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every

Page 35 of 80

Page 36: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

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

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

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

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

Deduction of income tax at source

A. in terms of new section 194-c inserted by the finance act 1972, in the income tax act, 1961, the railway shall at the time of arranging payment to the contractor and/ or sub-contractor (in the case of Sub- contractor only when the railway is responsible for payment of consideration to him under the contract) for carrying out any work (including supply of labour for carrying out any work) under the contract be entitled to deduct income tax at source on income comprised in the sum of such payments.

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

C. No income tax will be deducted by the railway on payments made for supply of materials where such value of supply portion is distinct and ascertainable such as supply of timber, tiles, bricks, ballast including track ballast etc., the deduction towards income tax to be made at source from the payment due to non-resident shall continue to be governed by section 195 of the income tax act. 1961.

INCOME TAX: Where the amount of labour charges is not separately indicated, income tax at rate of 2% will be recovered on the entire value of the contact. However, where lobour portion is separately indicated the income tax will be recovered at 2% on the value of the labour portion only.

Page 36 of 80

Page 37: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

SALE TAX: Sale tax at 4% on the materials of the contract will be deducted on each on account bill "where the labour and materials portion in not clearly identifiable the labour element will be taken as 30% and on the balance 70% of the value of the work, 4% will be deducted prorate for each on account bill towards sale tax

Page 37 of 80

Page 38: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ANNEXURE – ‘B’

WORKS CONTRACT-CLAUSE-13

01 In case cement, Steel, A.C. sheet with or without accessories, GI sheets with or without accessories, glasses or any other materials/items are issued to the contractor(s) either free of cost or on cost to be recovered for use on the work as stipulated in the agreement, the supply there of shall be made in stages depending on the progress of the work, limited to the quantity/quantities computed by the Railway, according to the prescribed specification and approved drawings as per agreement.

The materials supplied should conform to Railway’s Specification in all respects and should be in accordance with approved sample.

All such materials supplied to the contractor(s) for the work either free of charge or on payment as the case may be will be issued to contractor(s) at the Railway depot/go down/goods shed at ____________ and will have to be transported by the contractor to the site of work at his cost. All such materials shall be used by the Contractor for the work in such quantities as are indicated in the schedule or in the relevant specifications or drawings or as approved by the Engineer, whose decision there on shall be final. Wastage or damages of such materials in any manner shall be totally avoided. The contractor(s) shall be liable for the accountal for all such materials issued by Railway, either free of cost or on payment excluding the permissible wastage which in case of steel materials should not in any case exceed 1% of the total quantity required for the work as per the approved drawings. No wastage under other items is permissible. Short lengths of rods should also be utilized to the extent possible by overlapping joints.

The Cement, Steel, A.C. Sheets with or without accessories, G.I. sheets with or without accessories, glasses or any other materials issued in excess of the requirement(s) as above, shall be returned in perfectly good condition by the contractor(s) to the Railway at the Railway depot/ Godown/Goods shed at ______ immediately after completion or termination of the contract. If the contractor fails to return the said materials then the cost of such materials issued in excess of the requirement as computed by Railway according to the specification and approved drawings will be recovered from the contractor(s) at twice the prevailing procurement cost at the time of last issue viz, 2 x(purchase price + 5% freight only). This will be without prejudice to the right of Railway to take action against the contractor(s) under the conditions of the contract for not doing/completing the work according to the prescribed specification and approved drawings.

If it is discovered that the quantity of cement, steel or any other material used is less than the quantity computed by the Railway, according to specifications and approved drawings, the cost of materials not returned will be recovered at the same rates as applicable to excess issue of materials, indicated in the preceding para.

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

Page 38 of 80

Page 39: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

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

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

04 For any other items not specially shown in the schedule of rates appended to the tender document, the Divisional Engineer will offer rates as shown for the _______________ zone in the South Central Railway’s printed Unified schedule of rates 2010 subject to the same percentage adjustment accepted in the contract being applicable to the additional items.

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

06 VARIATION OF COSTS: Labour and material (Escalation clause). Clause 60 general conditions of contract viz. variation of costs, labour and material shall not be applicable to this contract.

Time is essence of contract.

07 PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced contractor should be able to complete the work in all respects in --------- months from the date of letter of acceptance of the Tender. Each contractor must, however, fill in the appropriate place on page __ of the Tender Document the period within which he undertakes to complete the work.

08 MAINTENANCE PERIOD: The following maintenance period will be applicable from the certified date of completion of the work. (a) One year for all wood works, and /Or(b) Six months or one monsoon period whichever is later for all other items of the work. (Other than wood work). The contractor has to fulfill and keep all the conditions, provision and specification mentioned in the agreement, during this period. If any defects are found by railway administration during this period the same should be rectified by the contractor at his own cost.

Page 39 of 80

Page 40: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

09 It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed

of all corrections, and amendments of the said general conditions of contract made up to the date of the execution of these presents and no objection shall be taken by the contractor on the ground that he was not aware of such amendments and corrections of the said general conditions of contract or to any of them.

10 SPECIAL CONDITIONS OF CONTRACT VARIATIONS IN QUANTITIES

The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts: (Ref : Railway Board’s letter no. 2007/CE-I/CT/18 Pt.XII, dated 31.12.2010)

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

2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following condition:

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

(i) Quantities operated in excess of 125% but upto 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 upto 150% of the agreement quantity of the concerned item, shall be paid at 96% of the rate awarded for that item in that particular tender;

(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;

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

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

3. In cases where decrease is involved during execution of contract:

(a) The contract signing authority can decrease the item upto 25% of individual item without finance concurrence.

Page 40 of 80

Page 41: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

(b) For decrease beyond 25% for individual item or 25% of contract agreement value, the

approval of an officer not less than rank of S.A. Grade may be taken, after obtaining ‘No claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work.

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

5. No such quantity variation limit shall apply foundation items.

6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items, However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual items rate).

7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

8. For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may by accepted by General Manager.

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

11 WORKS CONTRACT PROCEDURE FOR SETTING OF DISPUTES OF CONTRACTORS (Arbitration) :

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

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

Page 41 of 80

Page 42: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

c. These special conditions shall prevail over the existing clause of 63 and 64 of General

Conditions of contract.

12 Employment of Civil Engineering Graduates/Diploma holders by Tenderers for Civil Engineering Works as per Rly.Board Lr.No.2012/CE-I/CTE/0/20, dt.10.05.2013.

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

i) One Graduate Engineer when the cost of the work to be executed is Rs.200 lakhs and above.

ii) One qualified diploma holder (Overseer) when the cost of the work to be executed is more than Rs.35 lakhs but less than Rs.200 lakhs.

Technical staff should be available at site whenever required by the Engineer-in-charge to take instructions. In case the successful tenderer fails to employ the technical staff as aforesaid, he should be liable to pay a reasonable amount of a sum of Rs.40,000/- (Rupees Forty thousand only) for each month of default in case of graduate Engineer and Rs.25,000/- (Rupees Twenty Five thousand only) for each month of default in case of Diploma holder (Overseer).

The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the successful tenderer to be deducted on this account shall be final and binding on the successful tenderer.

(The above clause is not applicable for contracts exclusively for Welding of Rail Joints in terms of CTE/SC Lr. No.W. 509/P/Vol.X dt. 06.04.2006)

13 SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE

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

(i) Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6m from the center of the nearest track. For plying of road vehicles during night hours, adequate measures to be communicated in writing along with a site sketch to the contractor/contractor’s representative and controlling engineers/supervisors in-charge of the work including officers and the in-charge of the sections”

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

Page 42 of 80

Page 43: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

(iii) The vehicles shall play 6m clear of track. Any movement/ work at less then 6m and

up to minimum 3.5m clear of track center, shall be done only in the presence of railway employee authorised by the Engineer-in-charge. No part of the road vehicle will be allowed at less than 3.5m from track c3ntre. Cost of such railway employee shall be borne by the Railway.

(iv)The Contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear cost of all damages to this equipment and men and also damages to railway and its passengers.

(v) Engineer-in-charge may impose any other conditions necessary for a particular work or site.

14 LIABILITY OF CONTRACTOR(S) FOR ANY DAMAGE SUSTAINED BY RAILWAYS DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT OR NEGLIGENCE

Railway will post an Engineer-in-charge who may be Section Engineer/P.Way of any grade at site for Technical Supervision of the work. This Engineer-in-charge will be responsible for the safety of traffic. The work shall be executed by the contractor in a workman like manner to the satisfaction of the Engineer-in-charge. The contractor and his labour shall be guided by the instructions of the Engineer-in-charge. In the event of any accident occurring at the work spot and it is established during the departmental enquiry by the Railway or by Statutory enquiry of CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on the part of the contractor or his labour in not adhering to the instructions of the Engineer-in-charge the contractor shall render himself liable for damages and also legal prosecution if loss of life is involved.

15 USE OF MATERIALS SECURED WITH GOVERNEMENT ASSISTANCE:

Where any raw materials for the execution of the contract are procured with the assistance of Government either by issue from Government stock or purchased under arrangements made on permit(s) on license(s) issued by the Government the contractor shall hold the said materials as trustee for the Government and use such materials economically and solely for the purpose of the contract against which they are issued and not to dispose off them without the permission of the Government and return if required by the purchaser all surplus cum-serviceable materials that may be left with him after the completion of contract, or its termination for the reasons whatever on his being paid such the price as Government may fix with due regard to the conditions of materials. The freight charges for the return of the materials according to the direction of the purchaser shall be borne by the contractor in the event of the contract being cancelled for any default on his part. The decision of Government shall be final and conclusive.

In the event of a breach of the above said conditions the contract shall in addition to throwing himself open to action for contraventions of terms of the license(s) on or their permit(s) and or for criminal breach of trust be liable to account to Government for all delays advantages or profits resulting on which the usual course should have resulted to him by reasons of such breach.

16 Materials supplied by the Railway at its own cost left over on completion of the work will be the property of the Railway and should be returned to the depot or other godown as

Page 43 of 80

Page 44: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

directed by the Engineer-in-charge. In case, it is noticed that on completion or termination of the work the consumption of the materials has been found to be in excess of the quantities laid down or the contractor is unable to account fully the materials issued either due to negligence on the safe custody or for other reasons, the cost of such quantity of the materials shall be recovered at twice the purchase rates and freight. The purchase rate and 5% freight the rate would be the prevailing time of last issue of the materials concerned.

17 Cleaning and leveling the site before and after the execution of the work are to be done by the contractor for which no additional payment will be made.

18 If any other items of works included in the unified schedule of rates 2010 are required to be carried out, they shall also be carried out at the rates as the negotiated percentage as accepted for this work.

19 The location of work shown in the site plan is tentative.

20 The contractor may be asked to execute the work at any alternative site as directed by the Engineer-in-charge of the above station/stations.

21 The tender schedule provides for the execution of the work with ordinary foundations. Depending upon the site Engineer-in-charge may change the design of foundation and adopt any type of foundation to suit the soil conditions. The contractor is bound to execute the foundation according to revised design at the accepted rate under this agreement. Payment will be made by operating suitable standard schedule of rates, items and the rates only enhanced or diminished by the same percentage as accepted for the work.

22 OBSERVATION OF BONDED LABOUR SYSTEM (ABOLITION)

The bonded labour system (abolition ordinance 1975) would apply to the present contract. The contractor shall duly observe the provision thereof.

23 The observance of contract act. The contract (Regularization and application) Act-1988, the General condition 1971 would apply to the present contract. The contractors shall only observe the provision thereof.

24 The Contractor shall be responsible for anti drawl work at his cost during progress of work as may be prescribed by the Engineer-in-Charge, the advice of the Railway Medical authority and where use of insecticides is involved, it shall be done in accordance with the provision of the act and rules this behalf at the cost of the Contractor who shall also be solely responsible for any acts of commission under the provision of the aforesaid rules.

25 The execution of all works under this tender shall conform to the specifications and codes of practice mentioned below as awarded from time to time.

i. South central Railway Standard Specifications for materials and work – 2010 as amended up to date.

Page 44 of 80

Page 45: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ii. Rates in South Central Railway Unified Schedule of Rates 2010

iii. IS 456-2000 code of practice of plain and reinforced concrete.

26 If bailing of water is found necessary during the execution on work, the contractor shall do the same at his own cost using his own pumps, consumables and labour.

27 The Railway Administration will not be responsible for the safety of labour engaged by the contractor and contractor should indemnify the Railway for any compensation to be paid for the loss of human life or injury sustained by his labour.

CONTRACTORSR DIVISIONAL ENGINEER

S.C.RAILWAY,NANDED For and on behalf of the President of India

Page 45 of 80

Page 46: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

CONSERVANCY CESS CHARGES

Sr. DEN/DENs should ensure that necessary facilities are provided by the contractors for their labour in terms of clause 59(4) of the general conditions of contract, and where they fail to do so, notice should be given to the contractors that the same will be provided by the Railway at their cost & recovery should be made from their bills in the following manner:a) If the Contractors labour are employed at station and colonies

where Rly. Sanitary facilities do exist recoveries should be made at the rates stipulated in the circular.(Annexure to Board’s letter No.F(X)I-95/1/1 dt.31/05/06)

Railway Contractors Average No. of labourers or Workmen employed per day

Proposed Conservancy Cess charges to be recovered PER MONTH

Engg. Works Contractors (Engg., Elec., Mech., Signal etc.)

1 to 5 Rs.64/-6 to 10 Rs.126/-11 to 25 Rs.317/-

b) In respect of contractors labour working between stations are at isolated places where Railway sanitary facilities do not exist, recovery should not be made at the fixed rates stipulated in this circular by the Railway may provide these facilities at the cost of the contractor, after giving him due notice as stated above

c) CMS/MSs/DMOs should inspect such sanitary arrangements of contractors independently and if not satisfactory, report officially in writing to the DEN and DRM concerned

d) Supply contractors may be exempted from the purview of recovery of cess charges, since their labours enter in the Railway premises only to load or unload the materials

e) No cess charges are recoverable from contractors engaged in construction work on new lines, away from open line. This will apply only until the line is opened for traffic partially or wholly. However, if safaiwallahs are engaged by Railways on construction work on new lines, necessary recoveries will have to be made from contractors

f) No conservancy cess charges need be recovered from the contractors who are engaged for removal of night soil and rubbish from the railway colonies as already advised in CMOs circular letter of even No.dt.18/04/1959

g) Where only “indirect Sanitary services are rendered, the conservancy cess charges should only be 20% of the above charges. The principle of recovery of cess charges on the basis of Direct/Indirect services will be applicable to categories Nos.III, IV, VI, VII, IX to XVI and XIX and in all other categories i.e I, II, V & VII, XVII & XVIII the cess charges will be recoverable at the rate of direct Services only

Page 46 of 80

Page 47: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

The definition of direct and indirect Sanitary services is given below for information and guidanceDirect Services: are those where the conservancy staff undertake to clean regularly the inside of the premises rented/licensed to the above mentioned partiesIndirect Services: will be those where no such direct services are provided. Levy service charges are only when services direct or indirect

No changes are recoverable wherever no services are provided. However, facts of such services rendered should be certified by the Chief Medical Supdt, Medical Supdt./Divisional Medical Officer, concerned

EPF & MP ACT, 1952

The tenderer/contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number from the concerned authorities whenever workmen employed by him are 20 or more. He shall also indemnify Railways from and against any claim, penalties, recoveries under the above Act and Rules. Contractors are supposed to get the code number under the EPF so as to enable the PF Commissioners to extend the social security benefits to the workmen engaged by the Railway contractors. The first month’s bill will bw released ionly after the code number is taken from the PF office and a copy of coverage intimation produced. Subsequently for each month, bills will be released only on submission of challans & 12 A, monthly return copy in proof of remittance of PF dues for previous month.

BUILDING AND OTHER CONSTRUCTION WORKERS ACT, 1966

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,1966 and rules made thereto by the ------------(name of state) govt. and submit certificate of Registration issued from the Registering Officer of the -------(name of the state)Govt.(Labour Deptt).For enactment of this act, the tender shall be required to pay cess @ 1% of construction work to be deducted from each bill. Cost of material shall be outside the preview of cess, when supplied under a separate schedule item.

CONTRACTORSR DIVISIONAL ENGINEER

S.C.RAILWAY,NANDED For and on behalf of the President of India

Page 47 of 80

Page 48: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

SPECIAL CONDITION FOR SUPPLY OF MATERIAL

(ONLY CLAUSES 10 TO 20 EXCLUSIVE)

MEASUREMENT AND PAYMENT

Materials supplied by the contractor under the terms of the contract (not being materials used in connection with any work done under terms of this contract) shall be of good quality and in all respects comply with specifications of the same as mentioned in said Schedule. Such materials shall (if deemed to be measured and subject to Clause 42 here of payment made on account there for as far as possible once a month after deduction of any pervious payment made in respect of materials included in the materials so measured and on the completion of the work or the termination of this contract, final measurements will be made and account/adjusted accordingly.

SUSPENSION OF SUPPLY

All works of supplying, ballast moorum, sand or stone ballast at quarry or depot to cease while the running out of the materials from the quarry or Depot is in progress by ballast train.

SITE OF STACKING

Measurements in respect of materials supplied as aforesaid and stacked for measurement will be taken only for these stacks that are on leveled ground and on sites that have been previously selected by the Engineer. Completed stacks only will be measured and under no circumstances will measurements be made for uncompleted stacks.

HEIGHT Stacks less than 1 meter in height will not be accepted unless specially sanctioned in writing by the Engineer.

PENALTY CLAUSE

i) The quarterly (3 months) supply schedule of ballast shall be drawn and specified in the tender schedule by the Divisional Engineer considering the periods of monsoon that may interfere.

ii) When the supply of ballast for any quarterly period is less than the quantity that should have been supplied at the stipulated quarterly rate as mentioned in the tender schedule a penalty of Rs.60/- (Rupees Sixty only) per each quarter per 10 Cum. (Ten Cubic meters) for the quantities supplied short shall be levied unless the short fall is on Railway’s account.

iii) The levy of penalty or otherwise shall be decided on each occasion when on ‘On account’ or ‘Final Bill’ is prepared taking into account the factors leading to the short supply such as short supply of ballast by the contractor interruption due to ballast train not working or limited stacking space offered by the Railways, etc. The levy or waival of penalty by the Divisional Engineer shall be final and binding. In case the penalty is waived, the Contractor shall arrange to make good the short supply in the subsequent quarterly periods as per

Page 48 of 80

Page 49: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

the quarterly supply schedule redrawn by the Divisional Engineer, and the Contractor shall be liable to supply ballast according to the revised schedule.

iv) The penalty shall take into account the shortage of the actual quantity supplied from the date of the last measurement as compared to the quantity that should have been supplied during the intervening period at the stipulated quarterly rate. In case the penalty is levied and the Contractor does not make up the short supply during subsequent quarter, the penalty shall be continued to be levied till such time the total short supply is made good.

v) Notwithstanding the above, the Railway at its option shall be entitled to purchase elsewhere at the risk of the Contractor the quantity of ballast, which the Contractor failed to supply within the period or periods, mentioned in the contractor.

vi) Levy of penalty as afore said does not amount to waiver of the right of administration to take action under different clauses of GCC.

PERMIT OR PERWANA

The Contractor will at his own expense obtain such permit or parwana for quarrying or for any other purpose as may be necessary to enable him to perform his part of the contract. The President will not under any circumstances be liable to contain any permit or parwana whatsoever.

MINES CLAUSENote: The Tenderer must carefully study the Provisions of the Mines Act. On such of the quarries declared as “Mines under the Mines Act, the Contractor will be responsible for implementing the provision. Under the Act at his own cost and the Railway will not be held responsible for infringement of any of the Clauses provided in this Mines Act,In case of quarries owned by the Railways, the Railway may arrange to provide amenities required under the Act, the Contractor will, however, have to pay a rent as fixed by the Railway to the Railway for making use of these facilities. The Contractor will also have to vacate and peacefully give possession of these facilities to the Railway Representative within seven days of conclusion of this Contract

CONTRACTORSR DIVISIONAL ENGINEER

S.C.RAILWAY,NANDED For and on behalf of the President of India

ENGINEERING DEPARTMENT

Page 49 of 80

Page 50: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

GENERAL CONDITIONS FOR CONSTRUCTION /BRIDGES /BUILDINGS WORKS

01.. All items of work which are not provided for in the schedule quantities and rates for which no rates exist must be executed only with the prior permission of the Railway and at rates and on conditions to be mutually agreed upon and incorporated in a supplementary agreement.02. Tools, plants and other accessories like ladder, scaffolding, shuttering, concrete mixing materials etc., required for the work will be provided by the contractor.03.. Though specific sections of rails have been mentioned in the Drawing nearest available section on rails will be issued if the specified section is not available. All cutting of rails/ drilling holes etc., laying and placing in position of all rails shall be done by the contractor at his own cost.04.The contractor shall provide all the shuttering required for all RCC works and dismantle them when done with his own cost.05. The tenderer shall submit nine samples of bricks before commencement of work and the bricks used for the work shall be as per samples obtained and accepted.06..The contractor shall use 16 SWG wire for binding reinforcement for all RCC works at his own cost.07. Although the type plan shows 20 cms. and 10 cms. thick brick walls the contractor should construct 23 cms and

11 cm thick walls respectively in superstructure.08. Stone masonry walls if specified shall be on 38 cms minimum thick.09. Concrete for all reinforcement concrete work should be machine mixed and the contractor may be required to use machine mix concrete for other works also at the discretion of the Engineer. The Railway may supply a concrete mixer if asked for by the contractor, Hire charges shall be fixed by the Railway before the actual supply.10. No allowance towards wastage of cement on account of dropping of cement bags during conveyance and handling will be allowed.

SPECIFICATIONS:1.0 The execution of all works under this contract shall conform to the specifications and codes of practice

mentioned below as amended from time to time till the date of opening of the tender.i) South central Railway specifications for materials and works 1970.ii) South Central Railway Standard Schedule of Rates 2002 (printed latest edition).iii) IS:269 of 1989iv) IS:8112;v) IS:12269 vi) Indian Railway Permanent Way Manual.vii) Indian Railway Works Manual.viii) IS:456 of 2000ix) IS:1786 of 1990x) IS:432 of 1989xi) All other relevant IRS/IS codes.

NOTE: i) All the codes mentioned above should be followed with latest edition/latest correction slip if any.

a) All the specifications of IRS codes will govern. In case some specification is not available in IRS code IS code can be referred for that with approval of Railways.

2.0. The railway reserves the right to reject or alter any part of the work executed by the contractor, which in the judgment of the railway does not conform to the specifications. The decision of the railway shall be final and conclusive for all purposes. Contractor can not put forth any claim on this account.

3.0 CONCRETE WORKS:3.1 Concrete required for all works shall be CONTROLLED CONCRETE (design mix) machine mixed only.

Hand mixing will not be permitted. Only weigh batching is permitted. The concrete must also be properly vibrated with mechanical vibrator. The concreting for CC shall be as per relevant IS code/ specifications. The mix design should be got approved by Railways. Contractor should submit the mix design for each grade of concrete with sealed samples of coarse aggregate and fine aggregate. The mix design should be as per specification and criteria issued by railways.

3.2 The materials proposed to be used for the work should pass tests/analysis as prescribed by the specifications. Any approval given by the Railway is consequence of such tests or analysis shall in no way limit absolute right of the Railway to reject the whole or portions of such works which in the judgment of

Page 50 of 80

Page 51: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

the Railway do not comply with the specifications. The decision of the Railway in this regard shall be final and conclusive for all purposes.

3.3 The contractor should prepare at his own cost standard cubes of concrete as per rules/specifications during concreting operations under the supervision of the Engineer or his representative. The cement required for casting cubes shall be supplied by the contractor at his own cost.

3.4 All the concrete mixes specified in the schedule of items for various works shall be designed by conducting tests on raw materials such as aggregate sand and cement as per specifications. This design mixes shall be approved by the Engineer-in-charge before commencement of concrete works.

3.5 The contractor shall along with the bill of purchase of cement should also obtain test certificate issued by the manufacturer and shall submit the copies of the same to the Railway for verification and records.

3.6 The Railway reserves the right to inspect the storage accommodation of the contractor and to reject in the event of any clotted/damaged cement is noticed or any other cement which is not suitable for usage in works and not confirm to specifications.

3.7 The contractor shall ensure the consumption of cement specified for each item of work correctly. No substandard work on this account will be permitted. If for any item of work at any stage, if Railway finds that the less consumption were affected such item of work will be rejected and cost of removal of such items of work shall be to the contractors account, the decision of Engineer-in-charge shall be final and binding on the contractor. No claims will be entertained on this account.

3.8 All concrete for C.C and R.C.C works shall be mixed by approved mechanical mixer and consolidated by approved mechanical vibrator.

3.9 All exposed surfaces of these works shall be finished neatly and smoothly on removal of shuttering without any extra cost. The rate quoted shall be inclusive of this also.

3.10 Necessary slump test should be frequently carried out during concreting.3.11 The concrete shall be vibrated properly by using surface/needle vibratos as per the instructions of Engg-

in-charge. While carrying out the concreting/viberating necessary arrangements will be made by the contractor as per the instructions of Engg-in-charge at site.

4.0 STEEL4.1 The contractor is required to safeguard the steel and to use the same on the work in accordance

with the actual requirements as approved by the Engineer as may be indicated in the relevant drawings or specifications.

4.2 The Railway reserves the right to inspect the storage yard of the contractor where the steel materials are stored and take samples wherever considered necessary, get them tested by any agency and the same if found unsuitable or not as per specifications as specified shall be rejected. The contractor cannot claim in such event, the losses, damages expenditure incurred by him and Railway shall not entertain any claim on this account.

4.3 The contractor shall along with the bills of purchase of steel should also obtain the test certificate issued by the manufacturer/authorized agency and shall submit the copy of the same to Railway for verification and record.

4.4 The payment for steel will be as per the reinforcement actually utilized in the work. Prior approval should be taken when actual use exceeds by more than 5% of the quantity required as per approved drawing issued for the work. No extra will be payable for wastages or for cut rods. Cut rods, if any would be the property of the completion of the work, will be have to be disposed off by the contractor and can not be taken over by the Railways.

4.5 Price Variation for supply of steel by contractors will be applicable as per instruction laid by Railway Board lr. No. 85/W-I/CT/7/Pt. I dt. 09.05.2008 and as modified from time to time.

4.6 Price Variation clause will be applicable for the tender value exceeded Rs. 50 lakh. (Ref. Railway Board Lr. No. 2008/CE.1/CT/Con/7(PCE/GM) dt. 15.12.2008.

5.0 SITE FACILITIES5.1 The quoted rates would be deemed to include charges for any and all site facilities that are considered

necessary for execution of the work unless otherwise indicated in the contract. In this connection specific attention is drawn to stipulations in clause 19(1) of the General conditions of contract and intending tenders are advised to acquaint themselves well with site conditions.

SPECIAL CONDITIONS FOR THE SUPPLY OF CEMENT

Page 51 of 80

Page 52: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

1. For Concrete/masonry and other works involving using of cement (excluding RCC jali work) under

scheduled will have to be done with Contractor’s own cement. The cement shall conform to the specifications of ordinary Portland cement to IS specification IS 269 of 1989. However, the rate for Cement involving items (excluding RCC jali) shall exclude the cost of Cement and separate rate is to be quoted against the relevant items for supply of cement.

2. The contractor shall, along with the bill of purchase of Cement, also obtain a test certificate issued by the manufacturer and shall submit the copies of the same to the railway for verification and record.

3. The contractor shall make his own arrangements for storage of cement to see that no damage will take place during storage period. The storage of cement should conform to standard heights in a column to avoid damage during storage. The contractor shall take all precautions effectively to safe guard the cement between the period of procurement and the period of use.

4. The Railway reserves the right to inspect the storage accommodation of the contractor, and to reject in the event of any clotted cement is noticed or any other cement which is not suitable for usage in works and not conforming to the specifications.

5. The contractor shall ensure the consumption of cement specified under each item of work correctly. No substandard work on this account will be permitted. In any item of work at any stage, if Railway finds that less consumption were effected, such item of work and redoing the same shall be at the contractor’s account. The decision of the Engineer-in-charge shall be final and binding on the contractor. No claims will be entertained on this account.

Place:Date:

Signature of the Tenderer/Contractor

Annexure –‘C’

Page 52 of 80

Page 53: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

1.0 SPECIAL CONDITION FOR EARTH WORK:1.1 JUNGLE CLEARANCE: Before the work is started, the contractor shall clear the area between

the toes of the new bank of all the jungle, grass, shrubs, trees, including roots etc. In case the new bank is to be made in contact with the slope of the existing bank, slopes of the existing bank coming in contact with the new earthwork shall be cleared of all jungles, bushes, trees etc. No extra payment will be made for clearance of the jungle, shrubs, bushes, trees etc. The jungle and trees so cleared will be given to the contractor free of cost except trees having girth of more than 30 cm. which will be the property of Railways. The rates provided for earthwork are deemed to be including of charges for clearance of jungle, shrubs, trees etc.

1.2.0 WIDENING OF EXISTING EMBANKMENT:1.2.1 The earth work in widening the existing bank/new embankment to BG standards to be done with

earth obtained from outside railway land by carting from contractors own borrowed areas, with contractor’s vehicles except as provided as under:

1.2.2 The earth work is widening of the existing formation to BG standards to be done with contractor’s own earth obtained from outside railway limits, Widening can be done with locally available earth other than organic clays, silt and peat. Widening is to be carried out after clearing the jungle on the slopes and uprooting the same completely, and after benching of slopes as per specifications. Widening should normally be done on both sides of the Bank as directed the Engineer-in-charge. Where ever required the engineer will advise the contractor to carry out the widening only on one side.

1.2.3 The earth work in widening the formation has to be built up from bottom in layers of 300mm thick and consolidated by mechanically operated or mobile vibratory rollers. The compaction achieved should be adequate as per specifications.

1.2.4 The earthwork in widening the existing bank has to be done abutting the running line and contactor has to take all necessary precautions to avoid accidents. The contactor will have to provide a rope/bamboo barricade along the track if required at his cost as directed by the site engineer.

1.2.5 The execution of the earthwork in widening on both sides of existing bank or on one side of a top width not exceeding 2M may involve re-handling even when done by carting vehicles may not be able to come near the track and directly unload at the location required. However for widening of bank on one side for a top width of 2 M and more, the earth can directly be dumped at the desired location by the vehicles. The work may also involve crossing of nallahs and crossing of the existing track. The rates adopted for earthwork are deemed to include benching of the existing embankment, jungle clearance, re-handling and crossing of nallahs and the existing track, wherever required. Benching and widening to be done as per sketch enclosed.

1.2.6 Earth work with Rly. Borrow pit shall be as per specifications and the location of borrow pit within the Railway limit shall be decided by the Engineer-in-charge.

2.0 COMPACTION:2.1 The earth work in widening the embankment/new embankment is to be done in 300mm thick layers

compacted with mechanically operated/ vibratory rollers to achieve the desired compaction. In case the contactor fails to use Mechanical rollers for compaction of soil/moorum layers and is unable to satisfy the Engineer-in-charge for the compaction done, it will be deemed that the earth work done is without compaction and deduction for subsidence will be made as per specification. The decision of the Engineer- in-charge of the project in this regard is final.

2.2 The formation is to be done to the required level and slope on the date of completion of the agreement, the formation shall be made to profile duly rectifying the slopes and top surface to the satisfaction of Engineer-in-charge. No additional payment will be made for making good slopes and surface.

3.0 PAYMENT FOR EARTHWORK:

Page 53 of 80

Page 54: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

3.1 Quantity of earth work done for payment will be arrived by deducting subsidence allowance of

7.5% of the gross quantity. (For widening of existing bank without any compaction)3.2 Quantity of earth work done for payment will be arrived by deducting subsidence allowance of

2.5% of the height of embankment done by consolidation. Subject to a maximum of 20cm in case of dry rolling (Without OMC)

3.3 The quantities for the earth work done by O.M.C., for payment will be arrived based on the cross sections of the compacted bank with out any deduction .

4.0 HANDING OVER OF BANK:4.1 The bank shall be handed over to the railway on the date of completion of Agreement (including

extension agreed to if any) duly finishing to the profile including rectification of the slopes and top surfaces to the satisfaction of Engineer-in-charge. No additional payment will be made for such rectification of slopes and surfaces.

5.0 EARTH WORK IN CUTTING:5.1 The cutting shall be carried out as per specification of South central Railway Standard

Specifications for materials and work and as per guidelines for execution of earthwork in embankment and cuttings of new construction doublings and conversion projects issued by RDSO and approved by Railway Board.

5.2 The earthwork in widening the existing cutting to BG standards may have to be done to the required width on both the sides of the existing cutting on one side of the existing cutting. The cutting work is to be done adjacent to the existing MG line and every care shall be taken by the contactor while doing the cutting work either by excavation or by blasting.

5.3 The description of three classifications of earthwork in cutting mentioned in the schedule are as follows:-Soil, soft moorum including all ordinary soils like black cotton soils, ordinary earth soils like organic soils, made up ground, coal as filling, loam or sand, hard moorum which comprises of moorum, stiff clay, gravel and material which is so hard that it cannot be excavated without the use of the crow bars and picks, soils containing stone or boulders measuring under 0.03 cum will also be included under this head.Rock not requiring blasting, shall comprise of soft rock which can be excavated by means of bars and picks. Under this class will also be included detached masses of rock measuring more than 0.03 cum and up to 0.40 cum which can be completely and properly removed without blasting and all fissures stones will also be included in this class.Rock requiring blasting will comprise of soft rock which requires blasting for excavation. This also includes disintegrated varieties or rock which after blasting are likely to breakdown into small pieces.Rock requiring blasting is to be carried out in close proximity to the existing track. Rock may have to be excavated manually by chiseling or by using pavement breakers etc, where blasting of rock is not permitted.The classification of earthwork shall be done as the work progressed by the DEN/DY.CE in the presence of the contractor who will be given notice in writing requiring his presence. In the event of the contractor not being present, the Engineer or his representative shall reserve the right to proceed with the work of classification experts and the contractor will have no claim for reclassification on grounds of his absence during the classification. With regard to the nature and proportions of different categories of soils, the engineer’s judgment and decision shall be accepted as final and binding on the contractor. However, the chief Engineer (construction), south Central Railway, reserves the right to order review of classifications made by the engineer if it comes to his notice that the classification made by the engineer is grossly varying from the actual at site.Cut spoils shall be stacked on the top of cutting or at designated spoil dumps by leading by head loads. The cut spoils when not used for embankment shall generally be lead away from the cutting and nearer to the boundary and the cut spoils dumped shall be neatly dressed for work completed.

Page 54 of 80

Page 55: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Even if dumped initially nearer to the track, the contactor has to ultimately take to near the boundary. Pending this, only 80% of the payment under this will be allowed. The cut spoils, not suitable for embankment may not be lead to the banks and of its suitability for bank will decide by concerned DY.CE/ DEN of the project.To be composed of such soil/soils only as stands/stand exposed on slopes of the finished cutting depending upon whether the cuttings are through or one lead on transverse sloping round. The percentage of each type of soil thus standing exposed in cross-section will be the same as that obtained by computing the area of strip formed by joining the points which form the Extremities of occurrences of the particular soil on the existing and finished side slopes of the cutting by straight line/straight lines and working out as percentage obtained shall be the percentage or each type of soil in question. In the cross section concerned, the cross –sections will be recorded at intervals of 25m or less as decided by the Engineer.

Where it is not possible to take cross-section for computing the rock excavated by blasting, payment for such item will be made by stack measurement duly deducting for voids as per specifications.

In regard to blasting and storage of explosives, the contractor shall execute the work in accordance with the provision of S.C.Railway specifications No.205 Blasting operations should be carried out in accordance with the directions of the Engineer. Special attention is also drawn to clause 35 and 57 (a) of the general conditions of contract specifying the responsibility and liabilities of the contractor while carrying out the blasting operations, blasting operations by the side of the railway line will be carried out only with the permission under the direction of the engineer with full regard to safety of persons, property existing structure and traffic on the existing line, flagman will be provided by the railway free of cost whenever the blasting operations very near the track are carried out. The contractor will have to advise the organization regarding the number of flagmen required and also the time and duration of their period. Blasting should be done only under line block while blasting in the vicinity of existing railway line.

The contractor shall have no claims for damages or loss due to any delays, established or claimed to have occurred, to the progress of the work as a result of taking great precautions as may have been ordered by the engineer. The accepted rates for rock requiring blasting would be deemed include besides direct charges including the work for ensuring safety of men and property, the contractor shall make his own arrangements for procurement and storage of explosives in accordance with the extent rules and regulations.

6.0 LEVELS AND CROSS SECTIONS:6.1 It shall be the responsibility of the contractor to ensure that no work on the embankment is

commenced until the existing ground levels at different cross –sections have been taken and recorded and such records of levels have been jointly signed and dated by the contractor and the Engineer or their authorized representatives. Cross – the contractor and the Engineer shall also jointly sign sectional profiles plotted on the basis of the observed ground levels. The contractor may bring to the notice of the Engineer such additional cross –sections that in opinion should be taken or proper assessment of quantities. Such representations, however, should be made well before the commencement of any earth work. The Engineer’s decision there on shall, however, be final and binding on the contractor.

7.0 EARTH WORK EXCAVATION FOR FOUNDATIONS:

7.1 The earth work excavation for foundation should be carried out with the most precautions in both for new work/widening and for jacketing the foundations, without causing disturbance to the structure and without endangering the safety of running trains. As the excavation is being done necessary shoring and buttressing to be continued to the existing formation around the foundation pit preventing the slippage of formation. No extra payment will be made for all such, precautions and the rate will be inclusive of all charges. The quantity of earth work done for foundation will be arrived by only plan area of foundation concreting and no extra allowance will be made for the

Page 55 of 80

Page 56: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

work carried out to accommodate the shoring, working space for operation of drilling equipment for fixing the bond roads to the existing structure in foundation of jacketing etc.

The excavation must also be kept free from water at all times during the progress of the works by means of bailing or pumping or otherwise, forming bends channels, for leading water away from excavation as well as diversion of water in the river to prevent its ingression into foundation till the work below bed/ground level is completed in all respects.

Page 56 of 80

Page 57: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ANNEXURE-‘D’

1.0 SPECIAL SPECIFICATIONS FOR PROVIDING MOORUM BLANKETTING

1.1 Moorum proposed to be used for blanketing shall be as per specifications mentioned in Clause 10.0 of this specification. During the course of supply, each lot will be subject to necessary physical, technical tests and only those which pass such tests will be accepted. If on the basis of such tests, it is found that a percentage of sand will have to be admixed with moorum to bring the sample to conform to the specification, this must be done by the Contractor and no extra cost on this account will be payable. In other words, the rate quoted against moorum blanketting should cover for full supply according to specifications either with or without admixture with sand.

1.2 Before moorum blanketting is provided, the top surface of embankment should be dressed giving a cross slope of 1 in 30 in both sides from the center and compacted with a roller weighing not less than 8 tonnes or a vibratory roller which give equivalent compaction. Any undulations or pot holes should be filled up with earth and rolled. Generally, the major part of the embankment should have undergone consolidation in one monsoon before moorum blanketing is provided.

1.3 The blanketing shall be laid over the formation in layers of compacted thickness of 15cm each (about 20cm while loose). Care shall be taken to screen off coarse materials of size exceeding 25mm. The blanket should generally cover the entire width of the formation from shoulder to shoulder except, that in case of sand or similar erodable material, it should be confined within berms of width 60 to 75 cm. The depth of blanket should be 1000mm.

1.4 Moisture content in the blanketing material shall be predetermined before rolling. The deviation of moisture content from the optimum moisture content shall not exceed 2 %. If water is to be added, it shall be done after spreading the blanketing materials, on the formation and quantity of water to be added shall be arrived at in liters for every strip of 5 metres of the formation. Strict control shall be exercised in adding the water. The water shall be sprinkled with rose can on the surface uniformly. If the blanketting material contains excessive moisture, the rolling shall be commenced only after the materials are allowed to dry and the moisture content is brought down to permissible limit.

1.5 The density of the rolled blanketting layer shall be checked as frequently as possible to see that the density achieved is 98 % of the maximum dry density as per IS 2720 (Part VIII). The density to be checked by Railway at its cost.

1.6 The compaction effort in terms of number of passes of the roller available shall be determined by trials to attain the density specified above and the field supervisory staff ensures that this is adhered to.

1.7 The densities of the finished blanketing work shall be checked at every 25 metres length of the formation and records maintained. Wherever the density is falling short of the minimum specified density, the surface shall be re compacted to attain the desired density.

The blanketing layer shall be graded to a transverse slope of 1 in 30 away from the centre line.

Places inaccessible to rolling equipment shall be compacted by hand tampers.

Blanket material should have the following properties.

Page 57 of 80

Page 58: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

For sand, quarry grit, gravel and other non-cohesive materials.Should be coarse and granular.If the material contains plastic fines, the percentage of fines, i.e., particles up to 75 microns should not exceed 5 %. If fines are non-plastics, these can be allowed up to a maximum of 12 %.The material should be properly graded and its particle size distribution curve should lie within the enveloping curves shown in the Sketch A.

For moorumThe liquid limit should not exceed 35. The plasticity index should be below 10.

The uniformity co-efficient i.e., D 60/D 10 shall be 7 or above (where suitable moorum with this uniformity co-efficient is not available in proximity, above 4 can be permitted with the approval of the accepting authority of the tender).

2(D.30)The co-efficient of curvature i.e., --------------- should be between 1and 3. D.60 x D.10

Note: When moorum is used as blanketing material, it should be compacted in suitable layers at or near the optimum moisture content, so as to achieve not less than 98 % of the maximum dry density as determined using heavy compaction as per IS -2720 (Part VIII) 1983 followed by field trials as per IS 10379-1982.

Page 58 of 80

Page 59: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

SPECIAL CONDITIONS FOR TRACK RELATD WORKS

1. SAFE WORKING METHODS

1.1 The contractor shall at all times adopt such safe methods of work as will ensure safety of structures, equipment and labour. If at any time the Railway finds that the safety arrangements made are inadequate or unsafe the contractor shall take immediate corrective action as directed by the Railway representatives at site. Any deviation in the matter shall in no way absolve the contractor of his sole responsibility to adopt safe working methods.

1.2 While working along the existing running line, the contractor shall take adequate precautions to avoid damages to running trains or to property of the Railway or to any other persons or property of other from whatsoever cause in connection with the works. The zone of activities for execution of work close to the track shall be clearly demarcated at site by the contractor as directed by the Engineer. The contractor will have to arrange two Flagmen at his own cost who will give indication of the running trains and directions to ensure that the work does not interfere with running of trains. The works should be executed by the contractor as per the directions given to him, without infringing the moving dimensions.

1.3 While working close to or along side existing railway tracks the contractor shall be responsible for ensuring that no obstruction to safe running of trains or interference with the signaling or electric wires etc., are caused at any time. He shall also made adequate arrangements to keep sufficient men to lookout for trains approaching from either direction and warn the workman, vehicles etc., well in advance.

1.4 While working near to or along side the existing power line crossings or telephone/ telegraph line crossings, the contractor shall be responsible for ensuring that no interference/obstruction is caused by their men or machinery under any circumstances. He shall ensure safety to life of his men and machinery duly maintaining adequate distance from power line crossings.

1.5 Any damage caused to the railway property on account of contractor's men/machinery will be on contractor's account.

2. SAFETY PRECAUTIONS TO BE TAKEN WHEN CONTRACTOR's VEHICLES /MACHINERY HAVE TO WORK CLOSER TO THE RUNNING TRACK

2.1 When the vehicle is to be worked closure to 6m but not less than 3.5 M from centre line of the running track/if a road vehicle or machinery is to work closer to 6.0 M due to site conditions or requirement of work, following precautions shall be observed.

In no case the road vehicle shall run or machinery shall work at a distance less than 3.5 M centre line of the track.

2.2 Demarcation of the land shall be done by bright colored rigbboin/nylon chord suspended on 75cm high wooden/bamboo posts at a distance of 3.5 m from centerline of nearest track.

Page 59 of 80

Page 60: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

2.3 Presence of an authorized Railways representative shall be ensured before plying of

vehicles or working of machinery.

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

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

2.6 On curves where visibility is poor, additional lookout men shall be posted.

When the vehicle is to be worked closure to 3.5m from centre line of running track.

2.7 Plying of vehicle or working of machinery closer to 3.5m of running track shall be done only under protection of track. Traffic block shall be imposed wherever considered necessary. The site shall be protected as per provisions of para No.806 & 807 of P.way Manual as the case may be.

2.8 Presence of a Railway supervisor shall be ensured at work site.

Railway supervisor shall issue suitable caution order to drivers of approaching train about road vehicles plying or machineries working close to running track. The train drivers shall be whistle freely to warn about the approaching train.

3. SAFE WORKING OF CONTRACTORS :

3.1 A large number of men and machinery are deployed by the contractors for track renewals. Gauge conversions, Doublings, Bridge rebuilding etc. It is therefore essential that adequate safety measures are taken for safety of the trains as well as the work force. The following measures should invariably be adopted.

3.2 The contractor shall not start any work without the presence of Railway supervisor at site.

Wherever the road vehicles and/or machinery are required to work in the close vicinity of Railway line, the work shall be so carried out that there is no infringement to Railway's schedule of dimensions. For this purpose the area where road vehicles and/or machinery are required to ply, shall be demarcated and acknowledge by the contractor. Special case shall be taken for running/reversal road vehicles/machinery without infringing the running track. Barricading shall be provided wherever justified and feasible as per site conditions.

3.3 The lookout and whistle caution orders shall be issued to the trains and speed restrictions imposed where considered necessary. Suitable flagmen/ demarcators shall be provided wherever necessary for protection of trains.

3.4 The supervisor/workmen should be counseled about safety measures. A competency certificate to the contractor's supervisor as per proforma annexed shall be issued by AEN which will be valid only for the work for which it has been issued.

Page 60 of 80

Page 61: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

3.5 The unloaded ballast/rails/sleepers/other p.way materials after unloading along the track

should be kept clear off moving dimensions and stacked as per the specified heights and distance from the running track.

3.6 Supplementary site-specific instructions, wherever considered necessary, shall be issued by the Engineer-in-charge.

3.7 Accidents, if any, at work spot due to negligence of contractor's men, moving vehicles and contractor's labour with train or otherwise, the contractor shall be fully responsible for loss of Railway labour /Railway employee etc. Railway will not be responsible for any damage or compensation. Contractor will be fully responsible for all losses for not taking adequate case at work spot.

4. CONCRETE WORKS

4.1 Concrete required for all works shall be machine mixed only. Hand mixing will not be permitted. The Concrete must also be properly vibrated with mechanical vibrators.

4.2 While executing all concrete works below subsoil water level, the foundation pit must be kept free of all seepage water by bailing or pumping or any other manner, payment will be made separately for dewatering while laying concrete under the relevant item.

4.3 The materials proposed to be used for the work should pass tests/analysis as prescribed by the specifications. Any approval given by the Railway in consequence of such tests or analysis shall in no way limit or interfere such tests absolute right of the Railway to reject the whole or portions of such materials supplied which in the judgment of the Railway do not comply with the specifications. The decision of the Railway in this regard shall be final and conclusive for all purposes.

4.4 All materials for concrete works such as stone metal, sand etc., except sand permitted to be collected within the Railway boundary from the river beds as per Clause 1.2 of Special Conditions should be collected from outside the Railway land.

4.5 The Contractor should prepare at his own cost standard cubes of concrete as per IRC 18-1985 during concreting operations under the supervision of the Engineer or his representative and submit the same to the Railway for testing. The testing will be arranged by the Railway at its own cost including freight charges for transporting the test cubes to the place of test.

4.6 The rate for reinforcement is inclusive of the cost of charges for cutting bending and binding, with the contractor’s galvanized binding wire as per the drawings.

4.7 The rates for mass concrete for abutments, wing walls and conjunction walls would be deemed to include provision of weep holes as required with contractor’s earthen ware/Ac pipes. No extra on this account will be payable but no deductions for the holes will be made.

4.8 All the concrete mixes except nominal mixes specified in the schedule of items for various works shall be designed by conducting tests on raw materials, such as aggregate, sand and cement on strength criteria only. The designed concrete mix shall contain minimum

Page 61 of 80

Page 62: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

quantity of cement specified in the Schedule-A. These design mixes shall be approved by the Engineer-in-charge before commencement of concrete works.

4.9 The cement required for concrete works (except PSC) under Schedule ‘A’ NS items will have to be done with contractor’s cement. The cement shall conform to the specifications of ordinary port land cement to IS No. 8112 &12269. The rates for cement concrete items are inclusive of the cost of cement also.

4.10 The contractor along with the bill of purchase of cement shall also obtain test certificate for the cement purchased issued by the manufacture for each batch of cement and shall submit the copy of the same to the Railway for verification and records.

4.11 The contractor shall make his own arrangements for storage of cement and see that no damage will take place during the storage period. The storage of cement should conform to the standard height in each column to avoid damage during the storage. The contractor shall take all precautions to efficiently safeguard the cement between the period of procurement and usage. Cement if damaged due to any reason shall not be used for the works and no compensation will be made for the loss if any sustained by contractor on this account.

4.12 The Railway reserves the right to inspect the storage accommodation of the contractor and to reject in the event of any clodded /damaged cement is noticed or any other cement which is not suitable for usage in works and not to confirm to the specifications. The contractor shall maintain the ledger showing the quantities of cement procured, data wise consumption and balance available at site. These ledgers are to be jointly signed by the contractor and the Engineer-in-charge at site and it will form part and parcel of the register to be maintained by the Engineer-in-charge.

4.13 The Contractor should ensure the consumption of cement specified for each item of work correctly. No sub-standard work on this account will be permitted. If for any item of work at any stage the Railway finds less consumption, such item of work will be rejected and cost of removing such item of work and re-doing the same shall be to the contractor’s account. The decision of Engineer-in-charge in this regard is final and binding to the Contractor. No claims will be entertained on this account.

5. LINKING WORKS

5.1 Before dismantling the existing track inventory of the existing P.Way materials should be taken jointly by the contractor and Permanent way Inspector. The contractor should sign on the inventory as token of his acceptance. While dismantling existing BG track including points and crossings, the contractor has to take care of P.Way materials without causing any damage to the materials. The contractor is responsible with him until they are handed over to the Railway as per inventory.

5.2 Leveling the existing ballast including the ballast dumped in advance either by head loads or by BG is to be spread suitable for BG/MG track to standard profile of BG/MG track. After spreading of ballast, it should be rolled with 8/10 MT power roller after dismantling the existing BG track.

Page 62 of 80

Page 63: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

5.3 The PSC sleepers/CST-9/ST sleepers are available within the yard limits. The contractor

has to move the sleepers onto leveled ballast surface and laid to the correct centerline of the track given and correct spacing to M+7/M+4 sleeper density.

5.4 The contractor has to lead the 52 Kg/90 R free rails available within yard limits onto already laid PSC sleepers/CST-9/ST sleepers. The rails should be connected by fish plates and bolts duly lubricating the same with contractor’s grease, graphite and oil with his labour and tools. The linking shall be done to correct gaps.

5.5 Paint marks shall be made on the rails with contractor’s paint as directed by the Engineer-in-charge to indicate the spacing of sleepers to be adopted.

5.6 The contractor has to handle the P.Way materials carefully while trucking out. Any loss or damage/storage involved while handling will have to be borne by the contractor at the rate fixed by the Railways and the materials/damaged/made out of use will be the Railways property.

5.7 The newly linked track has to be brought to the standard/tolerance as specified in Para 2.0 below for BG by attending to the track as required.

5.8 After linking the BG track, the track is to be lifted up to total cushion of 200 mm with Railway’s 50 mm size stone ballast including doing kutcha packing including three rounds of packing after completion of final stage of lift, complete as detailed under para 22 of IRPWM and after packing the sleepers shall be checked with connoboule for looseness and the loosely packed sleepers if any should be repacked.

5.9 If the contractor fails to deploy adequate labour during the course of execution of work at any stage the Railway will take action be employ such labour as necessary or got the work done by fixing up an agency even on single tender basis at the risk and cost of the contractor. The decision of the Engineer or his representative is final and binding.

5.10 Laying and linking of BG track on loop lines with 90 R/52 Kg/75 R free rails on any type of sleepers. The contractor has to transport the fitting like fish plates, fish bolts and any type of sleeper fittings from Railway’s nominated stores depot to site of work. The adopted rate is inclusive of all these operations.

5.11 After linking the BG track in loop lines the track is to be lifted up to an extent of 250 mm. In convenient stages with Railways 50mm stone ballast. After completion of final stage of lift, the track is to be packed with two rounds of through packing including spacing, squaring, gauging, aligning, leveling etc.,

5.12 The pre-assembled turnouts/trap switches are to be inserted on to new BG track by making necessary temporary arrangements, lifting and packing the same after insertion to the required level including three rounds of through packing. Wherever space is not available for assembling points and crossings, the same to be assembled at near by place in all respects complete and the same to be dismantled and kept near the location where insertion of points and crossings to be done in – situ.

5.13 While inserting the BG PSC turnout for main line under line block manually with contractor’s labour the contractor has to arrange sufficient labour to complete the work well within block period. The line block will be arranged by the Railway as soon as the

Page 63 of 80

Page 64: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

block is permitted the contractor has to complete the work well in advance without failing the block period. Idling of labour if any on account of getting the line block will not be considered and the contractor will have no claim whatsoever in this regard.

5.14 While dumping the ballast into the newly linked BG track the existing ballast should be cleared, without leaving any amount of ballast. If any ballast left over in the stacks such stacks will not be paid.

5.15 The turnouts for loop lines are to be dismantled from existing BG track and relaying the same under line blocks, the contractor has to arrange sufficient labour for doing this work within the block period.

5.16 While opening the level crossing road portion the contractor should take utmost care without causing disturbance to the road traffic. The contractor should take all precautionary methods for safe running of road traffic by providing necessary barricading and diversion of traffic.

6. SPECIFICATIONS FOR FINISHED WORK:

6.1 The track should be brought to under mentioned standards after completing work under items.

Alignment – Alignment should be straight as verified by sighting. On curve alignment correct versines shall be provided as directed by the Inspector-in-charge. However, not more than a variation of 20% will be permitted at any of the location over the prescribed versines. The alignment shall not deviate by more than:

On straights 10 m chord +/- 2 mm for BG and 0-3 m on 7.20 m base.

On curves more than 600m of radius on 20m chord the variation over theoretical versines shall not exceed 5mm.

On curves of radius less than 600m on 20 m chord the variation over the theoretical versine shall not exceed 10mm.

Expansion gaps – over average gap worked by recording 20 successive gaps +/- 2 mm.

Joints – low joints not permitted high joints not more than +/- 2 mm squaring of joints +/- 10 mm.

Unevenness – measured on 3.60 m chord + 5 mm, upto 3 m or 2.74 m chord.

Sleeper spacing – with respect to theoretical spacing +/- 20 mm.

Squaring of joints +/- 10 mm. Not greater than 2 mm.

6.2 Gauge: Gauge shall be checked with standard gauge and should be 1676 mm on straight and curves up to 4 Deg. Permissible variations from sleeper to sleeper shall not exceed 2 mm.

Page 64 of 80

Page 65: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

6.3 Levels: Levels shall be checked by level board and spirit level. Track should be free from

snags and low joints. Permissible variation of cross level being 3 mm at every 4 th sleeper but not exceeding 1 mm between any two consecutive sleepers.

6.4 Unevenness: On 8.6m chord base (track should be free from sags and low joints +/- 5 mm.

Track should be brought to final stage after rolling the track with Railway’s light engine supplied by Railway free of cost with crew and consumables. The contractor shall provide his own labour for testing of track.

7. SPECIAL CONDITIONS:

7.1 The work of laying of BG track with PSC sleepers is to be carried out in between two tracks. The contractor has to arrange adequate number of men to carry out the work and complete before the targeted date, as per the programme fixed.

7.2 All the tools required for the work will have to be arranged by the contractor and no tools will be supplied by the Railway.

7.3 The fittings required for BG track i.e., fish plates, bolts, rubber pads, liners and elastic rails clips, tie-bars, or any sleepers, fittings will be issued to the contractor at the nominated depot which are to be transported by his vehicles to the site of work.

7.4 No loss of fittings will be permitted in case of 52 Kg. Fish plates, bolts, elastic rail clips, rubber pads and liners. The cost of the material not accounted for will be recovered from the contractor.

7.5 The contractor must ensure safety of labour engaged by him while working on the track during the course of execution of this work. The Railway will not be responsible for any injury or damages sustained by the contractor’s labourers. The work has to be carried out observing all safety precautions.

7.6 The work should be carried out without any interference to the normal working of the track and structures. The contractor will be responsible for any loss of damage to Railway and public property if it occurred during the course of execution and the Railway reserves right to have the damages made good by the contractor.

7.7 If the contractor’s vehicles or in persons are involved in any accident it would be the responsibility of the contractor and Railway will not be responsible for any damage or compensation thereof.

7.8 The contractor shall permit carriage of Railway representative free of charge in his lorry while transporting Railway materials from loading point to unloading point.

7.9 The work should be executed in workman like manner to the satisfaction of the Engineer-in-charge.

7.10 The contractor should provide necessary barricade while executing the works at level crossing for safety of road users and the works at level crossings should be completed expeditiously to avoid inconvenience to the road users.

7.11 The contractors are requested to inspect the site and availability of road for transportation of P.Way materials. The adopted rates are cater for extra leads involved.

Page 65 of 80

Page 66: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

7.12 The contractor should make his own arrangements for the required trucks/tractor/trailers for the

expeditious transport of rails, sleepers and other P.Way materials and work the vehicles at his own cost with fuels consumable and sufficient men.

7.13 While transporting the P.Way materials the contractor has to take care of materials without causing any loss/damage. The cost will be recovered from the contractor’s bills for any loss/damages/shortage of the materials at the rate fixed by the Railway.

7.14 The weight of the class II/released materials used for, the work will be arrived based on theoretical weight less 5% for wear and tear.

7.15 One track running metre for the purpose of payment is measured on the centre line of the track which includes rails on either side with sleepers and fittings.

8. ACCURACY OF CUTTING OF RAILS.

8.1 Cutting of rails by contractor is to be done with his tools, plant and labour etc., and the cutting must be square in section, the cut pieces left over are the property of the Railways and they should be handed over to the Railway’s depot at DSK depot at Purna or as directed by the Engineer-in-charge. The quoted rate is inclusive of all such operations.

8.2 The contractor should arrange for required number of hacksaw blades or rail cutting machinery and labour crew for cutting or operating the machines at his own cost. Petrol or other consumable stores required for the above should also be arranged by him at his own cost. The contractor should arrange to his cost ratchet, drill bits, labour etc., for drilling fish holes.

9. ACCURACY OF DRILLING HOLES ON RAILS:

The contractor/tenderer should note the accuracy of the dimension of the holes to be drilled for each rail should conform to the dimensions mentioned in the Railway’s manuals and to be checked by actually fixing 52Kg/90 R fish plates on both sides of the rails with fish bolts with nuts, should be perpendicular to the axis of the rails. There should be no burrs and if required reaming and chamfering should be done. The rates quoted should include the above verifications also. If any holes is drilled wrongly the contractor will have to cut the ends of the rails as directed at his own cost and penalty of Rs.50/- (Fifty only) per each hole drilled wrongly the contractor will be imposed. No payment shall be made for the holes drilled wrongly or for cutting the ends of the rails for drilling fresh holes. The cut pieces of the rails shall be the property of the Railways and should be handed over to the Railway. If the cut pieces of the rails are not handed over to Railways the cost of the same will be recovered from contractor at twice the normal rate would be Railways procurement rate prevailing at the time of last receipt of the rails plus 5% towards freight charges.

10. ACCURACY OF SQUARING OF JOINTS:

Rails supplied by Railway are likely to have slight variation in length. The contractor has to ensure the correctness of pairing already done before starting the leading and linking of rails for track work to ensure. Correct squaring of joints within permissible limits of 10mm. No extra shall be paid on this account.

Page 66 of 80

Page 67: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

11. SUPPLY OF MATERIALS BY RAILWAY:

11.1 The permanent way fittings will be supplied by the Railway free of cost at the Railways nominated depots. These materials will have to be lead by the contractor from depot to the site of work. The rates adopted are inclusive of all charges for conveyance, loading, unloading etc., and cover all charges for finished work. No extra payment will be made for any reason over the rate quoted/accepted for the item of the schedule. Rails and sleepers will be supplied along the alignment on cess and the rate inclusive leading/dragging of rails/sleepers.

11.2 The Railway materials will be issued on specified P.Way materials requisition by the contractor and as per requirements by the consistent with the progress of the work. The materials will have to be lead by the contractor to the site of work at his own cost. No claim will be entertained on account of crossing of track if any and the rate quoted should be inclusive of all lead, handling and also cover all precautions to life and property as are considered necessary during the course of execution.

11.3 The materials issued by the Railway shall be used solely and economically for the purpose of the works covered by this contract only. The materials shall be used in such quantities and preparations, as specified in the items of work and as are indicated in the schedule or in the relevant specifications or drawings or as approved by the Engineer, whose decision there to shall be final. Wastage or damage such materials in any manner shall be totally avoided.

11.4 Any BG materials left over P.Way fittings as surplus out of the materials supplied by the Railway free of cost should be returned to the same Railway’s nominated depots. Surplus materials should be returned in good and whose condition.

11.5 The contractor will be liable to render full amount for all the materials issued by Railway free of cost. If any quantity of Railway materials issued free of cost is consumed in excess or wasted or damage or lost or not satisfactorily accounted for, recovery shall be made from the contractor at twice the issue rate. The issue rate will be Railway’s procurement rate at the time of last issue of materials concerned plus 5% freight charges.

12. P.Way Tools etc:-

12.1 The contractor shall make his own arrangements for P.Way tools and instruments etc., and the Railway will not supply any tools or instruments of any other appliances required for this work.

12.2 All consumable stores like graphite, grease, oil, paint, coal tar, cotton waste etc., required for the work shall be arranged by the contractor at his own cost.

13. INDEMNITY BOND FOR ISSUE OF P.WAY MATERIALS:

The contractor shall furnish an indemnity bond for Rs.2 lakhs for the P.way materials issued to the contractor either daily or at longer intervals depending upon the progress of work.

Page 67 of 80

Page 68: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

14. CONSUMABLE STORES:

All consumable stores like graphite, grease, oil, paint, coal tar, cotton waste, required for the work shall be arranged by the contractor at his own cost.

15. LOSS/DAMAGE TO RAILWAY PROPERTY:

The contractor will be held responsible for any loss or damage that may occur to the prestressed concrete sleepers while leading and unloading when they are in custody of contractor and the cost of such damage or loss will be recovered from him as per the rules in force.

Entire cost of sleeper will be recovered from contractors on account bills if the sleeper is damaged to such as extent that it becomes unfit for use in track. If any small damage (like breaking of corners, edges etc.,) occurs appropriate penalty will be levied on contractor for damages as deemed by Railway. Contractor can not have any objection on penalty levied by Railway and the decision of the Railway is final and binding on contractor.

16. SPECIAL CONDITIONS FOR TRANSPORTATION

The contractor should inspect the site for loading/ unloading and trucking out PSC sleepers to be under taken and sleepers/ rails to be transported and stacked and also the facilities available for carrying out the work before tendering for work.

16.1 The contractor should accommodate in lorry free of charges one or two Railway employees as escorts in drivers cabin if the Railway choose to send an escort with the Rails.

16.2 The contractor will be held responsible for any loss or damage that may occur to the prestressed concrete sleepers / Rails while loading into vehicles, leading, unloading and shacking etc., when they re in custody of contractor and the cost of such damage or loss will be recovered from him as per the rules in force.

16.3 Each broad gauge prestressed concrete sleeper weight about 280 Kgs. The weight may vary up to 10%, which is to be taken into consideration while quoting the rates.

16.4 Break down to transportation vehicles, if any will be on contractors account.

16.5 Accident if any to his vehicles or to persons would be the responsibility of the contractor and the Railway will not be responsible for damage or compensation thereof.

16.6 While working near to or along side the existing power line crossings or telephone / telegraph line crossing, the contractor shall be responsible for ensuring that no interference of construction is caused by their men or machinery under any circumstances. He shall ensure safety to life of his men and machinery duly maintaining adequate distance from power line crossings.

16.7 While unloading and stacking or before loading on to vehicles. If the labour are required to cross the tracks, no extra payment will be made.

Page 68 of 80

Page 69: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

16.8 The sleepers / Rails should be unloaded and stacked at locations and quantities are

directed by Engineer-in-charge. Before unloading of sleepers/ Rails the existing ground should be leveled for which no extra payment will be made.

16.9 The contractor should mobilize adequate labour capable of doing this work at short notice.

16.10 Idling of the contractors' labour/ lorry/ trucks. If any on account of delay in placement of vehicles will not be considered and contractor will have no claim whatsoever in this regard.

16.11 The contractor will be permitted to make use of existing service road free of cost. For the purpose of construction of service roads on Railway land permission will be given free of hire charges. New service roads required in connection with the transportation works will have to be constructed and maintained by the contractor at his own cost.

16.12 The contractor shall make his own arrangements for tools required for loading, unloading and transportation works.

The sleepers/ rails are to be transported by the contractor by any mean by ay convenient route. Payment for lead will be calculated by track kilometer.

Page 69 of 80

Page 70: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

1.0 PRICE VARIATION CLAUSE: (Applicable for the works of Agreement value more the 50 LAKH)

Railway Board's Letter no 2007/CE-I/CT/18 Pt. 19, Doted 14.12.2012 & 02.05.2014 Annexure – A

Addendum & Corr igendum Sl ip (ACS) to Indian Rai lways Genera l Condi t ions o f Contract (GCC)

C l a u s e 4 6 A . - P r i c e V a r i a t i o n C l a u s e :46A.1Price Variat ion Clause (PVC) shall be applicable only for contracts of value as prescribed by the

Ministry of Railways through instructions/circulars issued from t ime to t ime and irrespective of the contract completion period. Variat ion in quantit ies shall not be taken into account for applicabil i ty of PVC in the contract.

Materials supplied free of cost by Railway to the contractors shall fal l outside the purview of Price Variat ion Clause. I f , in any case, accepted offer includes some specif ic payment to be made to consultants or some materials supplied by Railway free or at f ixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variat ion.

46A.2 The Base Month for 'Price Variat ion Clause' shall be taken as month of opening of tenderincluding extensions, i f any, unless otherwise stated elsewhere. The quarter for applicabil i ty of PVC shall commence from the month fol lowing the month of opening of tender. The Price Variat ion shall be based on the average Price Index of the quarter under consideration.

46A.3 Rates accepted by Railway Administrat ion shall hold good t i l l completion of work and no

addit ional individual claim shall be admissible on account of f luctuations in market rates, increase in taxes/any other levies/tol ls etc. except that payment/recovery for overal l market situation shall be made as per Price Variat ion Clause given hereunder.

46A.4Adjustment for var iat ion in pr ices of mater ia l , labour, fuel , explos ives, detonators, s tee l ,concret ing, ferrous, non-fer rous, insu lators , z inc and cement shal l be determined in the manner prescr ibed.

46A.5 Components of var ious i tems in a contract on which var iat ion in pr ices be admissible , shal l be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, Concreting, Ferrous, Nonferrous, Insu lator , Z inc, Erect ion e tc . However , for f ixed components, no pr ice var ia t ion shall be admissible.

46A.6 The percentages of labour component, mater ia l component, fuel component etc. in var ious types

of Engineer ing Works shall be as underComponent Percentage j Component PercentageEarthwork Contracts :Labour Component 50% Other Material Components 1

5Fuel Component 20% Fixed Component * 15( B ) B a l l a s t a n d Q u a r r y P r o d u c t s C o n t r a c t s :

Labour Component 55% Other Material Components 15%

Fuel Component 15% Fixed Component * 15%( C ) T u n n e l l i n g C o n t r a c t s :

Labour Component 45% Detonators Component 5%Fuel Component 15% Other Material Components 5%Explosive Component 15% Fixed Component * 15%

( D ) O t h e r W o r k s C o n t r a c t s :Labour Component 30% Fuel Component 15%Material Component 40% Fixed Component * 15%

* I t shal l not be considered for any pr ice var ia t ion .

Clause 46A. Price Variation Clouse To GCC Page 1 of 4

Page 70 of 80

Page 71: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Page 71 of 80

Page 72: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Page 72 of 80

Page 73: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Note1 : Vide Railway Board’s lr. No. 2007/CE-I/CT/18/Pt.19 dt. 07.05.2013, The value of ‘R’ in Clause 46A.7 of GCC has been modified as under :The Value of ‘R’ – Gross value of work done by contractor as per on-account bill(s) excluded cost of materials supplied by Railway at fixed price minus the price values of cement & steel. This will also exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment will be indicated in the contractor’s offer.

Page 73 of 80

Page 74: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Annexure -F

CERTIFICATE OF FAMILIARISATION

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

Topography of the area.Soil conditions at the site of work.Sources and availability of construction materials.Rates for construction materials.Availability of local labour, both skilled and unskilled and the prevailing labour rates.Availability of water and electricity.The existing Roads and access to the site of workAvailability of space for putting labour camps, office, stores godown, Engineering yard etc.Any other matter that may have bearing on work.

Signature of Tenderer/Contractor

Page 74 of 80

Page 75: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

ANNEXURE

SOUTH CENTRAL RAILWAYTENDER HALL ENTRY PASS

1. Pass No. :2. Tender Notice No and Date : dated:3. Name of the work : _____________________________

_____________________________ ____________________________

4. Due Date and Time of opening :5. Name of Authorised : 6. Signature: ___________ Representative Attested:__________

7. Name of Tenderer : 8. Signature: ___________9. Pass issuing Authority: Signature: ___________

Name : ___________Office of DRM/Works/ Designation:S.C.RLY/NANDED- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

INSTRUCTIONS TO TENDERER (S)

1. On PRODUCING THIS PASS AT THE ENTRANCE OF THE Tender Hall premises, the tenderer or his Authorised Representative will be permitted to enter the premises along with Driver and their vehicle.

2. In case the tenderer himself is not attending for submitting the tender schedule, he shall fill in the name of the Representative authorized by him at Sl.No.5. The Representative will sign against Sl.No.6.

3. At the entrance this pass shall be surrendered and in lieu a green entry permit will be issued by RPF duly taking signatures of the Tenderer or his Authorised Representative mentioning the Car/Vehicle No. etc., with this authorization, the tenderer or his Representative will be permitted to remain within the premises of the Tender Hall till the tenders are opened and read out.

INSTRUCTIONS FOR OFFICIALS ISSUING TENDER SCHEDULE

1. Information at Sl.No.1,2,3,4,7&9 shall be filled up while issuing the tender schedule.2. Pass No. at Sl.No.1 will be same as registered in the tender issuing register.3. The name, signature and designation shall be recorded at Sl.No.9 while issuing the tender

schedule.4. At Sl.No.9, the relevant information shall be in the form of DRM against office of

Page 75 of 80

Page 76: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Proforma of Performance guarantee to be submitted by contractors as per new clause added in the General Conditions of Contract by Railway Board vide letter No.2003/CE-I/CT/4/PT.1 dated 12/16-05-2006

To,Sr.DFM/NED,S.C. Railway, Nanded

In consideration of the President of India (hereinafter call “the Government”) having agreed to exempt ____________________________ (hereinafter called “the said Contractor/s”) from the demand, under the terms and conditions of Tender No._____ opened on _____________ for the work “______________________________________ _______________________________________________________________________” awarded to M/s ____________________________ vide acceptance letter No._________ ______________ dt.________________ hereinafter called the said Contract, of performance guarantee for due fulfillment by the said contractors of the terms and conditions contained in the said contract, on production of irrevocable bank guarantee amounting to 5% of contract value i.e., for Rs.__________/- (Rupees _______________ only).

We __________________ (indicate the name of the Bank) “hereinafter referred to as “the Bank” at the request of ________________ (Contractor(s)) do hereby undertake to pay to the government an amount not exceeding Rs. _________________ (in words Rs._________) against any loss or damage caused to or suffered or would be caused or suffered by the government by reasons of any breach by the said contractors of any of the terms or conditions contained in the said contract.

We undertake to keep this performance guarantee in force till the satisfactory completion of the work and maintenance period is over.

We, __________ (name of the bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reasons of breach by the said contractor(s) of any of the terms and conditions contained in the said contract 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 shall be restricted to an amount not exceeding Rs._______________.

We undertake to pay to the government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

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 the said contract and that it shall continue to be enforceable till all the dues of the government under

Page 76 of 80

Page 77: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

or by virtue of the said contract have been fully paid and its claims satisfied or discharged or till ___________________ (office/department), Ministry of _______________ certifies that the terms and conditions of the said contract have been fully and properly carried out 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.

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 contract or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said contract 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 indulgence by the government to the said contractor(s) or any such matter or things 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).

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 __________ day of ________20__

For _______________ (Bank)

Witness:

1.____________________

2.____________________

Page 77 of 80

Page 78: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

FOR IMMEDIATE PUBLICATION

SOUTH CENTRAL RAILWAY-NANDED DIVISION-ENGINEERING BRANCH TENDER NOTICE NO. 112 TO 122/ DRM/WORKS/NED/OT DATED 09.02.2015

1. The undersigned invites Open Tenders in sealed covers for the following works up to 15.00 hours on 19. 03. 2015 (Ninet een day of March’ 2015).

Sl. No

Tender No

Authority

Tender value in Rs.

Earnest money

Completion period

Description of the work Cost of tender form

01 112-14 North East

` 2,13,98,050/- ` 2,57,000/- Twelve Months

NED Division: KNW - AK (MG) (SL) Section: CTR works including Transportation, loading & unloading of rails, sleeper, and other fittings between KNW - AK Section Km: 644/0 - 662/0 = 18 km, 698/0-701/3 = 3.3 Km, 717/9-725/0 =7.1 Km = (28.40 Km) .

` 10650/-

02 113 -14 North East

` 1,08,99,690/- ` 2,04,500- Twelve months

Nanded Division-Engineering: SW-I) Akola-Khandwa Section: Proposed SKV Welding of 52 kg for a length of 18.50 Km under ADEN/Akola Jurisdiction. SW-II) Welding of avoidable joints in Akola-Khandwa section. SW-III) Welding of avoidable joints in ADEN/Nanded section

` 5325/-

03 114 -14 West ` 49,53,030/- ` 99,070/- Twelve months

Nanded Division: Engg: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year to Jalna, Partur ,Selu,Manvat Road ,Badnapur, Sarvadi, KODI, Ranjani ,Usmanpur, Satuna ,Davalgaon Avchar ,Pergaon & Denglipimpalgaon stations.

` 3195/-

04 115 -14 West ` 61,27,320/- ` 1,22,550/- Twelve months

Nanded Division: Engg: Nagarsol, Lasur, Aurangabad, Parsoda, Tarur,Potul,Chikalthan, Kanjara, Daultabad, Rotegaon and Badnapur stations: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year to.

` 5325/-

05 116 -14 Co-ord

` 13,15,560/- ` 26,320/- Twelve months

Nanded Division: Engg: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year to Nanded stations.

` 2130/-

06 117 -14 Co-ord

` 14,16,760/- ` 28,350/- Twelve months

Nanded Division: Engg: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year to Nanded Divisional office complex, Nanded

` 2130/-

07 118 -14 Co-ord

` 39,39,485/- ` 78,800/- Twelve months

Nanded Division: Engg: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year to Purna,Parbhani, Pokhrni Narshima,Gangakhed,Marsul,Basmat,Chudwa,Sirli,Bolda, Nandapur,Dhamini,Hingoli,Navalgaon and Malsailu station.

` 3195/-

08 119-14 North-East

` 28,22,561/- ` 56,460/- Twelve months

Nanded Division: Engg: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year to Mudkhed, Bhokar, Hemiyatnagar, Dhonara, Bodhadi Bujurug, Kinvat, Adilabad, Limbagaon, Maltekadi, Mugat, Hadgaon Road, Sahasrakund, & Ambari (Deccan) Stations.

` 3195/-

09 120-14 North-East

` 27,87,290/- 55,750/- Twelve months

Nanded Division: Engg: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year to Akola(Jn), Sivni Shivpur, Kataroad, Penganga, Kekatumar, Barsitakli, Lohagad, Amanwadi, Jaluka, & Kannargaonnaka Stations.

` 3195/-

10 121-14 North-East

28,48,980/- 56,990/- Twelve months

Nanded Division: Engg: Supply and transportation of drinking water through road tankers by private agency including pumping into Railway OH tanks, for a period of one year to Mordar, Tukaithad, Amalakhurd (H), Adgaon Buzurg, Patsul, Dhulghat, Hiwarkhed, Ugwe, TAKL, Gurhi, Gandhi Smark Stations.

` 3195/-

11 122-14 Co-ord

` 1,11,56,210/- 2,05,790/- Eleven months

Nanded Division: Engg: SW-I- Parbhani: Improvements to Circulating area and Provision of separate exit and entry gate. SW-II Purna & Parbhani: Improvements and maintenance of quarters at Purna and Parbhani. SW-III: Purna: Replacement of Corroded Water supply Pipeline.

5325/-

Total-Eleven (11) works only. The following works are considered similar works for this purpose:-

Item No. Similar nature of work (for costing above 50.00 Lakhs) 01 Any Railway track work or track maintenance work.02 Welding of rail joints with AT/SKV process.04 Any Civil Engineering work11 Any building or RCC apron or pit line work or RCC COP or RCC/PSC bridge or Platform works or Compound/Boundary wall works

or RCC Cover over Platform or Zonal maintenance works or Repair to Buildings or CC/RCC/masonry works or Earthwork and Bridges or industrial flooring in workshop or goods shed or cement concrete flooring

NOTE : Tender Box is placed in DRM/Works/Nanded Office, and sealed tender document duly indicating the Tender No. and date of opening on the envelop in bold letters can be dropped in concerned Tender Box. Date and time for submission of tender 19.03.2015 up to15.00HrsDate and time for opening of tenders 19.03.2015 at 15.30 HrsLast date for issue of Tender forms in person 12.03.2015 up to17.45Hrs

Page 78 of 80

Page 79: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Last date for issue of Tender forms by postNote: Extra Rs. 500/- has to be paid for sending the blank tender document with schedule by post to the contractor’s address. The tenderer has to if any plan/drawing is attached with the tender form, Rs. 200/- per plan/drawing will be enclosed in addition to the cost of tender form.

02.03.2015 up to 17.45 Hours

Tender Conditions

1.0 Tender forms in the prescribed form may be obtained from the office of the Divisional Railway Manager, Works, S.C. Railway, Nanded, on production of cash receipt for each tender form at the rates mentioned above, if the tender form is obtained in person and if any tender form is to be sent by Registered post, additional postal expenses @ Rs.500/- per tender form will be charged extra, and if any plan/drawing is attached with the tender form Rs.200/-per plan/drawing will be levied extra. The amount towards the cost of tender form may be remitted to the Divisional Cashier (Pay) S.C.Railway, Nanded, Guntur, Secunderabad, Hyderabad, Guntakal and Vijayawada, Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway and the receipt obtained thereof should be submitted to this office with a requisition for issue of tender form. Money Orders, Postal Orders, etc, will not be considered for issue of tender forms. The tender forms are not transferable and the cost of the tender form is not refundable. This office will not entertain direct payment. Tender Number, Description of the work, etc. should be written on the sealed cover addressed to the Divisional Railway Manager (Works), S.C.Railway, Nanded. The Tender forms are available for sale in the office of Divisional Railway Manager (Works), S.C.Railway, Nanded and also in S.C.Railway Web site immediately after issue of this notification.

Banker’s Cheques /Demand Draft. These forms of earnest money could be either of the State Bank of India or of any of the nationalized banks. No confirmatory advice from the Reserve Bank of India will be necessary.

i) Banker’s Cheques /Demand Draft executed by the Scheduled Banks (other than the State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for this purpose. The Railways will not, however, accept Banker’s Cheques /Demand Draft without getting in writing the concurrence of the Reserve Bank of India.

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

iii) The Tenderers should furnish the Postal address, E.Mail address; FAX No. and Phone No. on Tender Booklet.2.0 Any other form of EMD other than Cash/DD/Banker’s Cheques is not acceptable.3.0 Tenders without such EMD shall be summarily rejected.

4.0 The Standing Earnest Money Deposit (SEMD), if any with the Railway will not be considered for the above Tenders.5.0 Venue:- Tender documents duly completed in all respects shall be dropped in the tender box kept for the purpose in the

Divisional Railway Manager's Works Office , South Central Railway, Nanded, 6.0 Tender schedule with tender booklet with necessary documents may be sent by post to Divisional Railway Manager (Works),

South Central Railway, Nanded- (MS) on or before 19.03.2015 by 14.45 Hrs . Railway is not responsible for any delay in transit (or) loss of tender form sent/received by post.

7.0 If the date of opening happens to be a holiday, the tenders will be opened on the next working day.8.0 Tender schedules are also available on web site as an attachment to the Tender Notice and the same can be down loaded and

used as tender document for submitting the offer. However, the cost of tender document as indicated above has to be deposited by the Tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, S.C. Railway, Nanded or original money receipt obtained from Divisional Cashier (Pay) S.C.Railway, Nanded, Guntur, Secunderabad, Hyderabad, Guntakal, Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway along with the Tender document. This should be paid separately and not clubbed with the Earnest Money deposit. If tenderers down load tender documents from Website and do not enclose proper value towards the cost of tender form, their tender shall be considered as invalid.

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

10.0 The prospective tenderers are advised to visit website ‘Visit Indian Government Tender Portal at "www.scr.indianrailway.gov.in” before one week to the date of tender opening to note any changes/corrigenda for any tender.

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

12. The Railway reserves the right to cancel the tender without assigning any reason thereto.

Page 79 of 80

Other details of tender conditions including tender booklet and schedule are available in web site. Visit South Central Railway website at “ www.scr.indianrailways.gov.in”

Page 80: ISSUED TO ………………… - South Central Railway zone · Web viewISSUED TO …………………. MR NO. Messrs./Sri. Date: Not transferable DRM/Works/NED 1.Contractor Contact

Divisional Railway Manager (Works), Nanded

Nanded Division, S.C. Railway, Nanded.For and on behalf of the President of India

NATIONAL ELECTRONIC FUNDS TRANSFERMANDATE FORM

1. Name of City

2. Bank Code No

3. Bank’s Name

4. Branch Address

5. Branch Telephone / FaxNo

6. Contractor’s Account No

7. Type of Account (Current Account only)

8. IFSC Code for NEFT

9. IFSC Code for RTGS

10 Name of Accountant (Account should be in the name of contractor only)

11 Telephone No. of Contractor

12 Contractor’s E-mail ID

13 PAN No. to Income Tax Dept.

14 TIN No.of Commercial Dept.

I certify that the information furnished above is correct to the best of my knowledge and belief.

Signature of Contractor(s) with Stamp & Address

Page 80 of 80