Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
Page 1 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE -“I”
CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS.
(Tenderers are requested to give certificate and/or put ( ) mark wherever applicable.)
1.0 Tenderer details: 1.1 Name of the Tenderer 1.2 Identification of Tenderer
i. In case of Partnership Firm: A copy of
Partnership deed with latest modifications of the
deed, if any, attested by any Gazetted Officer.
ii. In case of Consortium, JV or MOU: A copy of
either JV agreement attested by any Gazetted
Officer or MOU in original.
iii. In case of Company: A copy of Articles of
Association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of registration
/ Income tax/ PAN No. for filing returns attested
by any Gazetted Officer.
02 Particulars of DD/MR submitted towards cost of Tender
form.
03 Particulars of MR/BC/DD submitted towards EMD. 04 Engineering Organization in Annexure – “A” 05 List of Plants & Machinery in Annexure – “B” 06 List of works completed during the last three Financial
Years in Annexure – “C”
07 List of Works on Hand in Annexure – “D” 08 Attested copy of Experience Certificate in Annexure –
“E”
09 Attested copy of Certificate showing Contractual
amounts received during the last three Financial years
and Current Financial Year in Annexure – “F”
10 NEFT MANDATE FORM 11 Registration Number of APGST / APVAT 12 Any other information / certificates required as per
Tender document.
13 Total Number of Annexure submitted (Number of
Pages)
Address :
Phone No. : Signature of Tenderer/Contractor:
Page 2 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
TENDER NO.04/North/2016
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 of Eligibility Criteria in Page-
6 to 8 along with their Tender to establish their credentials shall be summarily rejected, even though
they are working contractors or contractors on approved list.
2. Tenderer may please observe the new conditions of the tender document in “Note to Tenderers” and
“Conditions of Tender” vide Sl.No.9 and 10 & Sl.No.25 to 31 respectively. For Attention of Tenderer
Modification of EMD, Performance Guarantee, Security deposit, Introduction of PVC and Token penalty
S.No. Details Reference
1 Modification of EMD Item No.7 Conditions of Tender
2 Modification of Performance Guarantee Item No.9
Special conditions of
Contract
3 Modification of Security Deposit Item No.10
4 Introduction of PVC Item No.11
5 Implementation of Building and other Construction
Workers Welfare Cess Act, 1996
Item 14
6 Token Penalty Item 8(b) Works Contract Clause-13
Name and address of Tenderer
Money Receipt/ D.D. No. & date for cost
of Tender form enclosed
SOUTH CENTRAL RAILWAY
WORKS CONTRACT; REGULATIONS OF TENDERS AND CONTRACTS;
CONDITIONS OF TENDER; TENDER AGREEMENT FORM
Open Tender Notice No. DRM/Works/BZA/02/2016 dt.25-01-2016
Last date for issue of tender forms by post 15-02-2016
Last date for issue of tender forms in person 26-02-2016 upto 18-00 hours
Date and time for submission of tenders 29-02-2016 upto 15.45 Hours
Date and time for opening of tenders 29-02-2016 at 16.00 Hours
Name of work:- SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading,
KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley
refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for
LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley
refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast
deck bridges and approaches of girder bridges & LCs where BCM cannot be done locations in
ADEN/TUNI Sub - division Similar nature of works:- Any Railway track work or track maintenance work Period of completion 03 (Three) months Approximate value Rs.1,48,80,194/- E.M.D. Rs.2,24,410/- Cost of Tender form Rs.5,000/-in person & Rs.5,500/- by Post
Page 3 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
NOTE TO TENDERERS
1) Tender forms in the prescribed form may be obtained from the office of the Divisional
Railway Manager, Works, S.C. Railway, Vijayawada, on production of cash receipt for
each tender form at the rates mentioned on the cover page and in the Tender Notice. If any
plan/drawing is attached with the tender form Rs.200/- for 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, Vijayawada, Guntur, Secunderabad, Hyderabad, Guntakal and
Nanded, 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, Vijayawada, while
submitting the Tender document.
2) The Tender forms are available for sale in the office of Divisional Railway Manager
(Works), S.C.Railway, Vijayawada and also in S.C.Railway Web site.
3) Tender conditions / other particulars are available in the Tender documents uploaded
along with the Tender Notice on our website at http://www.scr.indianrailways.gov.in” .
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) The Tender Notice is also displayed in the Notice Board located in the office of Divisional
Railway Manager (Works), S.C.Railway, Vijayawada which can be seen on all working
days.
6) The Railway reserves the right to cancel the tender without assigning any reason thereto.
7) Venue: Tender documents, duly completed in all respects shall be dropped in the Tender
Box kept for the purpose at Divisional Railway Manager’s Office (Works), South Central
Railway, Vijayawada, Krishna District (or) may be sent by post to Divisional Railway
Manager (Works), South Central Railway, Vijayawada, Krishna District(A.P.). Railway is
not responsible for any delay in transit (or) loss of Tender form sent/received by Post.
8) If the date of opening happens to be a holiday, the tenders will be opened on the next
working day.
9) The tenders will be opened on the date and time mentioned in the tender document
and in the presence of tenderers/their authorized representatives. Any tender received
after the stipulated time will be summarily rejected.
10) Tenderers’ representatives are advised to bring authorization letter from the
tenderer/firms for attending tender opening and when witnessing tender opening
should write their full name, contact number, agency / contractor that they are
representing and their address in the tender opening register.
Visit our site at “http://www.scr.indianrailways.gov.in
Page 4 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
SOUTH CENTRAL RAILWAY
STANDARD REGULATIONS FOR TENDERS AND CONTRACTS
Sl.
No.
Contents Page
No.
1 Instructions for submission of Tender documents by
downloading from Website
5
2 ELIGIBILITY CRITERIA with conditions and
connected Annexures
6
3 Annexure-I(a) – Tender 15
4 Annexure-II - Agreement of works 17
5 Regulations for tenders and contracts for guidance of
contractors for civil engineering works- meaning of
terms.
18
6 Conditions of Tender 21
7 Special conditions of Contract 25
8 Works Contract Clause -13 -Annexure – ‘III’ 34
9 Special Conditions Modification to Clause 63 & 64 of
General Conditions of Contract
39
10 Performance Guarantee 40
11 Schedule of items and quantities in respect of items
covered by SSR and items not cover by SSR
42
Page 5 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
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, Vijayawada or original money receipt obtained from Divisional
Cashier (Pay) S.C.Railway, Vijayawada, 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. 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 6 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
1. ELIGIBILITY CRITERIA:-
FOR THE WORKS WHOSE ADVERTISED TENDER VALUE IS COSTING ABOVE
RS.50 LAKHS SHALL SATISFY THE ELIGIBILITY CRITERIA AS DETAILED
BELOW BY SUBMITTING DOCUMENTS IN SUPPORT OF THEIR CLAIMS ALONG
WITH THE TENDER DOCUMENT ITSELF.
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** upto 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% of 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 undertakings for the work done for them or b) Audited balance sheet along with P& L A/C duly
certified by the Chartered Accountant as detailed in Tender
document.
NOTE: *Financial Year shall normally, be reckoned as 1st April to 31st March of the Next
Year. However, for Turnover Criteria, the Financial Year as applicable to the
Company/Tenderer is to be considered, if it defers from the above. **Current Financial year is reckoned as the incomplete Financial year in which the
date of tender submission falls. 2.0 Clarification on “Similar nature of work” and details to be furnished along with the
Tender Documents:
2.1 Similar nature of work:- Similar nature of work is detailed at Page-2 and Page-42
2.2 Similar Nature of works physically completed within the qualifying period i.e. the last 3
Financial years and the current financial year should only be considered in evaluating the
Minimum Eligibility criteria ( even though the work might have commenced before the
qualifying period).
2.2.1 The work executed by them for any Govt./Govt.bodies/PSUs shall only be considered for
eligibility for credential verification of similar naure 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.
Page 7 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
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.
2.2.3 The work experience certificate shall be in the name and style of the tenderer participating
or as per provisions under Clause 65.16 of GCC for JV Firm, if eligible to
participate. However, in case the tenderer is submitting the certificate issued to a JV firm
of which the Tenderer is a member, the credentials proportionate to his share in the JV
will be considered. The tenderer shall submit a copy of relevant JV Agreement attested by
any Gazetted Officer along with the Tender.
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
measurements 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 considered.
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.
Page 8 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
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 Tenderer can submit either Audited Balance Sheets
showing clearly the contractual/work receipts in the Profit & Loss account of the Balance
Sheet, duly supported by a Turnover Certificate from the Chartered Accountant as per
“Annexure-F” or
Certificate(s) in original issued by Executive are Nominated Authority of the Department
certifying the bill amounts paid Agreement-wise and Date-wise or photo copy of such
certificate attested by a Gazetted Officer. Such certificates will be accepted only from
Govt./Govt. bodies / PSUs by authorities mentioned at Para 2 above.
3.3 For the incomplete Financial Year i.e. the Current year and for any Un-Audited
Completed Financial Year, only certificate on contractual / work receipts in original
issued by Executives of the Govt./Govt. bodies / PSUs from whom the payments were
received or photo copy of such certificate attested by a Gazatted Officer, giving details of
receipts Agreement-wise and Date-wise will be accepted as proof of contractual Turnover
for the current year and that completed but un-audited Financial Year. Certificates issued
by Private Companies / Individuals will not be entertained.
4.0 Additional Documents to be submitted along with the Tender:-
4.1 List of personnel organization available on hand and proposed to be engaged for the
subject work. These two lists should be given separately and signed by 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,
Organisation 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 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.
Page 9 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
5.0 A checklist 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.
Page 10 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE-“A” PROFORMA
ENGINEERING ORGANISATION
1. ENGINEERING ORGANISATION AVAILABLE ON HAND.
Sl.
No.
Name & Designation of
Employee
Qualification Previous
Experience
Working
From To
01 02 03 04 05
A
B
C
Z
2. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK
FROM ABOVE.
Sl.
No.
Name & Designation of
Employee
Qualification Previous
Experience
Working
From To
01 02 03 04 05
A
B
C
Z
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 05
A
B
C
Z
SIGNATURE OF THE TENDERER (S):
NAME OF THE TENDERER(S):
Page 11 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE-“B”
PROFORMA
PLANT & MACHINERY
1. PLANT & MACHINERYAVAILABLE ON HAND.
Sl. No.
Particulars
of
machinery, Plant &
equipment
No. of
Units Kind
and
make
Capacity Age and
Condition Approx.
cost in Rs.
in lakhs
Purchase Bill No.
& Date and
Registration
particulars
01 02 03 04 05 06 07 08 A B C Z
2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE.
Sl. No.
Particulars
of
machinery, Plant &
equipment
No. of
Units Kind
and
make
Capacity Age and
Condition Approx.
cost in Rs. in
lakhs
Purchase Bill No.
& Date and
Registration
particulars
01 02 03 04 05 06 07 08 A B C Z
3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE.
Sl. No.
Particulars
of
machinery, Plant &
equipment
No. of
Units Kind
and
make
Capacity Age and
Condition Approx.
cost in Rs. in
lakhs
If to be purchased
give likely date of
receipt and
supplier’s Name.
01 02 03 04 05 06 07 08 A B C Z
SIGNATURE OF THE TENDERER (S):
NAME OF THE TENDERER(S):
Page 12 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE-“C”
LIST OF COMPLETED WORKS BY THE TENDERER
Sl.
No
.
Nam
e of
wo
rk
Ag
reem
ent
No
. an
d d
ate
Des
ignat
ion
and
ad
dre
ss
of
agre
emen
t
sig
nin
g
auth
ori
ty
Ag
reem
ent
val
ue
in l
akh
s
Co
mp
lete
d
val
ue
of
work
(in
lak
hs)
Dat
e of
com
pl-
etio
n
Rem
ark
s
Railway
works
A B C D E Z State Govt.
Works
A B C D E Z Public Sector
Undertaking
Works
A B C D E Z
SIGNATURE OF THE TENDERER (S):
NAME OF THE TENDERER(S):
Page 13 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANEXURE-“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
Railway works A B C D E Z
State Govt.
Works
A B C D E Z
Public Sector
Undertaking
Works
A B C D E Z
SIGNATURE OF THE TENDERER:
NAME OF THE TENDERER:
Page 14 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE-“E”
EXPERIENCE CERTIFICATE
Sl. No.
Work Details Details
01 Name of Work
02 Agreement Number, date and name of the Agency. 03 Agreement Value in Rupees ( in words and figures) 04 Due date of completion 05 Number of Extensions granted 06 Actual date of completion of work 07 Value of Final Bill if passed (in words) 08 Work completed but Final measurements not
recorded a) Amount paid so far as in CC Bill No.
09 Work completed, Final measurements recorded with
negative variation. a) Amount so far paid as in CC Bill No.
10 Work completed, if Final measurements recorded
with positive variation which is not sanctioned yet a) Original agreement value or last sanctioned
agreement value whichever is lower
Note: 1) This certificate in this proforma is to be issued only for physically
Completed work.
2) This certificate to be issued by an Officer not below the rank of JA
Grade or Bill Passing Officer in Railways and Bill Passing Officer /
Executive In-charge of work in other Govt. / Govt. bodies / Public Sector
Undertaking. 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 15 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANEXURE-“F”
CERTIFICATE FROM CHARTERED ACCOUNTANT IN THEIR LETTER HEAD
TO WHOMSOEVER CONCERNED
We________ are the Auditors for the Firm__________________________________ since last
________(many) years. On the strength of the above association, we are issuing this certificate
Firm on the Annual Contractual Turnover during the last three Audited Financial Years as per
Audited Balance Sheets.
It is further certified that advances or loans taken by the Firm in connection with execution of the
work is not reflected in the contractual receipts from Works Contracts indicated below:
Sl. No.
Financial
Year
Receipts reflected in
Audited Balance Sheets in
P&L account (Rs.)
Contractual receipts from
Works Contracts (Rs.)
Remarks
1 2 3 4 5
Signature :
Name of CA :
Address :
Office Seal :
Phone No. :
e.mail :
Date :
Page 16 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Annexure-I(a)
TENDER
To
The President of India
Acting through the Principal Chief Engineer,
Divisional Railway Manager,
Senior Divisional Engineer/Divisional Engineer
South Central Railway
I/We-------------------------------------------------------------------- have read the various conditions
to tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to
keep this tender open for acceptance for a period of 90 days from the date fixed for opening the
same and in default thereof, I/We will be liable for forfeiture of my / our Earnest Money”. I/ We
offer to do the work for South Central Railway, at the rates quoted in the attached schedule and
hereby bind myself /ourselves to complete the work in all respects within the time period
stipulated in the enclosed Schedule from the date of issue of letter of acceptance of the tender.
2. I / We also hereby agree to abide by the General Conditions of Contract corrected with the
latest printed/advance correction slips and to carry out the work according to the special
conditions of contract and specifications of materials and works as laid down by Railway in the
annexed Special Conditions / Specifications and the South Central Railway Works Hand Book
Part III corrected with the latest printed / advance correction slips, sanitary works Hand Book
corrected with the latest printed/advance correction slips, Schedule of Rates corrected with the
latest Printed/advance correction slips for the present contract.
3. A sum of rupees as notified in the Tender Notice and on the cover page of this Tender
booklet is herewith forwarded as earnest money deposit. The full value of earnest money
shall stand forfeited without prejudice to any other rights or remedies in case my/our
Tender is accepted and if :-
a) I/ we do not execute the contract documents within 7 (Seven) days after receipt of
notice issued by the Railway that such documents are ready, and
b) I /We do not commence the work within fifteen days after receipt of orders to that
effect.
4 Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between us
and indicated in the letter of acceptance of my/our offer for this work.
SIGNATURE OF WITNESSES
1.
2.
SIGNATURE OF TENDERER(S)
Date:
Address of the Tenderer (s)
Page 17 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
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 _ enhanced / diminished by
________ percent / at par in respect of schedule “A” and at the rates as entered in the
schedule__________.
DIVISIONAL RAILWAY MANAGER
DIVISIONAL ENGINEER / SENIOR DIVISIONAL ENGINEER
SOUTH CENTRAL RAILWAY
For and on behalf of the President of India.
Witness:
1.
Division_________________
Date:____________________
2.
FOR RAILWAY USE ONLY & TENDER(S) NOT
REQUIRED TO SIGN
Page 18 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Annexure-II SOUTH CENTRAL RAILWAY
AGREEMENT OF WORKS
1. Contract agreement No_____ dt._______ articles of agreement made this ________day of _______
between The President of India acting through the ____________ South Central Railway
Administration [herein after called the Railway which expression shall unless the context does not so
admit include his successors and assignees in office of the one part and ________ [herein after called
the contractor which expression shall unless excluded by the context includes his heirs, executors,
administrators, successors and assignees] of the other part.
2. Where as the contractor has agreed with the Railways for the work ______________ set forth in the
schedule hereto annexed up on the General Conditions of contract and the specifications of the South
Central Railway and the Special Conditions and Special Specifications, if any, and in conformity with
the drawings here to annexed, if any, and whereas the performance of the said work is an act in which
the public are interested.
3. Whereas the balance in the security deposit after adjustment of earnest money of Rs._______
originally paid by the contractor is at the instance of the contractor recovered at 10 percent of the value
of the running bills till the amount of security deposit of Rs.________ is fully recovered.
4. Whereas the contractor has furnished an irrevocable Bank Guarantee for Rs.____________(5% of
Contract value) towards Performance Guarantee valid upto _____________(valid up to the stipulated
date of completion plus 60 days beyond that).
5. Now this indenture witnesseth that in consideration of the payments to be made by the Railway the
contractor will duly perform the said works in the said schedules set forth and shall execute the same
with great promptness, care and accuracy in a workman like manner to the satisfaction of the
Railway and will complete the same in accordance with the said specifications and said drawings and
said conditions of contract on or before the _____________ date of ________ year and will be
maintain the said works for a period of _________calendar months from the certified date of the
completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be
deemed and taken to be part of this contract as if the same has been fully set forth herein), and the
Railway both hereby agree that if the contractor shall duly perform the said work in the manner
aforesaid and observe and keep said terms and conditions. The Railway will pay or cause to be paid to
the contractor for the said works on the final completion thereof, the amount due in respect thereof, at
the rates setforth in the USSR,2010 as corrected by and up to correction slip No ___ for Vijayawada
division, enhanced/diminished / “At par” ________ percent of Schedule ( items covered by SSR) and
the rates shown in the schedule _______ for items not covered by SSR.
6. It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract
which have been carefully read and understood by the contractor and schedule of rates, including the
general instructions contained in page _______ thereof shall be as binding up on the contractor and up
on the Railway Administration as if the same has been repeated herein and shall be read as part of
these presents.
Signature of the contractor
Name of the contractor
Address
Date:
Signature of witness with address to
Signature of contractor
Signature
Designation
For and on behalf of the President of India
South Central Railway
Date :
Witness
TO BE SIGNED AT THE TIME OF AGREEMENT ONLY
Page 19 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
(REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OF
CONTRACTORS FOR CIVIL ENGINEERING WORKS)
MEANING OF TERMS.
Definitions:
1. 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 South Central Railway or the successor Railway
authorized to invite tenders and enter into contracts for works on his behalf.
(b) General Manger shall mean the officer in Administrative charge of the
whole of South Central Railway and shall mean and include the General
Manger of the successor Railway.
(c) “Principal Chief Engineer” shall mean the officer in charge of the
Engineering department, South Central Railway.
(d) “Divisional Railway Manager” shall mean the administrative officer in
charge of the division of South Central Railway for the time being.
(e) “Divisional/Sr. Divisional Engineer” shall mean the officer in charge of the
division or district of South Central Railway.
(f) Tenderer shall mean the person/ the firm or the company who tenders for
the works with a view to secure the work on contract with the Railway and
shall include their personal representatives, successors and permitted
assignees.
(g) Limited tenders shall mean tender invited from all or some contractors from
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) The work shall mean the works contemplated in the drawings and schedules
set forth in the tender forms and description of contract and required to be
executed according to specifications.
(j) Specification shall mean the specifications, materials and works, South
Central Railway issued under the authority of the Principal Chief Engineer
or as amplified, added to or superceded by special specifications, if any,
appended to the tender forms.
(k) Schedule of rates, South Central 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 drawings, plans and tracing or prints thereof
annexed to the tender forms.
Singular and
plural:
2. Words imparting the singular number shall also include the plural and vice
versa where the context requires.
Page 20 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Inter-
pretations:
3. These regulations for tenders and contracts shall be read in
conjunction with the General Conditions of the Contract which are
referred to herein and shall be subject to modifications, additions,
super cessions by special conditions of contract and/ or special
specifications, if any, annexed to the tender forms
Contractors
credentials
4. A contractor who has not carried out any work so far on this Railway
should furnish 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 contracted
for, in proof of which original certificates or testimonials may be
called for and their genuineness verified, if need be, by reference
to the signatories thereof.
d. His knowledge, from, actual personal 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
5. Should a tenderer find discrepancies in, or omissions from the drawing
or any of the Discrepancies tender forms or should he be in doubt to
their meanings he should at once notify the authority inviting who may
send a written instruction to all tenderers. It shall be understood that
every endeavor has been made to avoid any error which can materially
affect the basis of the tender and the successful tenderer shall take upon
himself and provide for the risk of any error which may subsequently
be discovered and shall make no subsequent claim on account thereof.
Earnest
Money: 6 (a) The tenderer shall be required to deposit a sum of Rs.2,24,410/- as
Earnest money deposit for the due performance of the stipulation to
keep the offer open till such date as might be specified in the tender. It
shall be understood that the tender documents have been sold/issued to
the tenderer and the tenderer is permitted to tender in consideration of
the stipulation on his part, that after submitting his tender he will not
resile from his offer or modify the terms and conditions thereof in a
manner not acceptable to the Principal Chief Engineer, Divisional
Railway Manager, Divisional Engineer, Sr. Divisional Engineer of
South Central Railway. Should a tenderer fail to observe or comply
with the said stipulation, the aforesaid amount shall be liable to be
forfeited to the Railway.
6 (b) 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 money deposit of
the other tenderers shall, save as herein before provided, be returned to
them, but the Railway shall not be responsible for any loss or
depreciation that may happen thereto while in their possession nor be
liable to pay interest thereon.
Page 21 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Care in sub
mission 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 7(b) When work is tendered for by a firm or company of contractors, the
tender shall be signed by the individual legally authorised to enter into
commitments on their behalf.
The Railways will not be bound by any power of attorney granted by the
tenderer or by changes in the composition of the firm made subsequent to
the execution of the contract. It may, however, recognize such power of
attorney and changes after obtaining proper legal advice, the cost of
which will be chargeable to the contractor Right of
Railway
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
to deal with Tenders called, to accept a tender in whole or in part or
reject any tenders or all tenders without assigning reasons for any such
action
Execution of
Contract
9 The tenderer whose tender is accepted shall be required to appear at the
office of the General Manager, Principal Chief Engineer, Documents
Senior Divisional Engineer or Divisional Engineer, as the case may
be in person, or if a firm or corporation or a duly authorised
representative shall so appear and to execute the contract documents
within seven days after notice issued by Railway that such documents are
ready. Failure to do so shall constitute a breach of the agreement affected
by the acceptance of the tender in which case the full value of earnest
money accompanying the tender shall stand forfeited without prejudice to
any other rights or remedies.
In the event of any tenderer whose tender is accepted shall refuse to
execute the contract documents as herein-before provided the Railway
may determine that such tenderer has abandoned the contract and there
upon his tender and the acceptance thereof shall be treated as cancelled
and the Railway shall be entitled to forfeit the full amount of the earnest
money and to recover the performance guarantee as per clause No.9 of
Special Conditions of contract Form of
Contract
Document
10 Every contract shall be completed in respect of the documents it shall so
constitute. Not less than two copies of the contract documents shall be
signed by the competent authority and the contractor and one copy given
to the contractor. The contract documents required to be executed by the
tenderer whose tender is accepted shall be the agreement at
Annexure-II
Form of
Quotation
11 The Tender shall be submitted in the prescribed form annexed hereto.
Page 22 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
CONDITIONS OF TENDER
1. The drawings for the Works can be seen in the office of the Divisional Railway Manager
(Works), South Central Railway, Vijayawada 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, Vijayawada or had on payment at the rates fixed for each book from time to time.
3. The Tenderer/Tenderers shall quote percentage rates for items covered by Schedules (items
covered by S.S.R and items not covered by 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 the needs of the Railway. The Railway accepts no responsibility for their accuracy; the
Railway does not guarantee work under each item of the Schedule.
4. Tenders containing erasures and alterations of the tender documents are liable to be rejected.
Any corrections made by the tenderer/tenderers in his/their entries must be attested by
him/them.
5. The works are required to be completed within a period of Three Months from the date of
issue of the acceptance of tender
6. The tender must be accompanied by a sum of Rs.2,24,410/- 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.
7. The earnest money shall be as below on the estimated tender value as indicated in the Tender
Notice. The Earnest money shall be rounded to the nearest Rs.10 (Rupees Ten only). This
earnest money shall be applicable for all modes of tendering.
Sl.No. Value of work EMD
a For works with Estimated
Tender Value costing
upto Rs.1 Crore
2 % of the Estimated Tender Value
b For works with estimated
Tender Value to cost
more than Rs.1 Crore
Rs.2 lakhs plus 1/2 % (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:-
“The Earnest Money should be in cash or Banker’s Cheques / Demand Drafts executed by
State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.”
(i) Earnest Money Deposit in the form of cash paid to Divisional Cashier (Pay)
S.C.Railway, Vijayawada and the cash receipt in original should be submitted along
with the offer.Banker’s Cheque/ Demand Draft drawn in favour of Senior Divisional
Finance Manager/ S.C. Railway, Vijayawada should be submitted along with the offer
(Ref: FA&CAO/SC letter No.AFX/EMD/Policy/Vol.I dt 15-12-2014).
(ii) The Tenderers should furnish the Postal address, E.Mail address, FAX No. and Phone
No. of the Bank issuing the BC/DD towards EMD.
(iii) Any other form of EMD including Guarantee Bonds etc., other than Cash/BC/DD is
not acceptable
Page 23 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
If the tender is accepted, the amount of earnest deposit will be held as security deposit for the due
and faithful fulfillment of the contract. The earnest money of the unsuccessful tenderer will save as
herein before provided, be returned to the unsuccessful tenderers but the Railway shall not be
responsible for any loss or depreciation that may happen to the security for the due performance of
the stipulation to keep the offer open for the period specified in the tender documents or to the
earnest money while in their possession nor be liable to pay interest thereon.
8. The Standing Earnest Money Deposit, if any with the Railway will not be considered for the
purpose of this Tender.
9. 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.
10. 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.
11. 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
12. The earnest money for the due performance of the stipulation to keep the offer open till the
date specified in the tender will be refunded to the unsuccessful tenderer/ tenderers within a
reasonable time. The earnest money deposited by the successful tenderer/tenderers will be
retained towards the security deposit for the due and faithful fulfillment of the contract but
shall be forfeited if the contractor fails/contractors fail to execute the Agreement Bond or start
the work within a reasonable time (to be determined by the Engineer-in-charge) after
notification of the acceptance of his/their tender.
13. Tenders must be enclosed in sealed covers, super scribed “The Tender for
Tender No.04/North/2016 and must be sent by Registered Post to the address of
Divisional Railway Manager(Works), South Central Railway, Vijayawada so as to reach his
office not later than 15-45 hours. On the prescribed date of opening or deposited in the Special
Box allotted for the purpose in the office of the Divisional Railway Manager (Works)
Vijayawada. This will be sealed at 15-45 hours on the prescribed date of opening.
14. Non-compliance with any of the conditions set forth herein above is liable to result in the
tender being rejected.
15. The authority for acceptance of the tender does not bind himself to accept the lowest or any
other tender nor does he undertake to assign reasons for declining to consider any particular
tenderer / tenderers.
16. The Successful Tenderer/Tenderers shall be required to execute an agreement with the
President of India acting through the Principal Chief Engineer/Chief Engineer/ Engineer-in-
chief/Deputy Chief Engineer (Constructions), Divisional Railway Manager/ Divisional
Engineer/ Senior Divisional Engineer (Construction)of the Railway for carrying out the work
according to the General Conditions of the Contract and specifications for works and material
of South Central Railway including correction slips issued from time to time.
17. The Tenderer shall keep the offer open for a minimum period of 90 days from the date of
opening of tender, within which period the tenderer cannot withdraw his offer subject to the
period being extended further if required by mutual agreement from time to time. Any
contravention of the above condition will make the tenderer liable for forfeiture of Earnest
Money Deposit for due performance of the foregoing stipulations.
Page 24 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
18. The Administration does not agree to pay Sales Tax in addition to the price quoted:
19. Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called for
negotiations should furnish the following form of declaration before commencement of
negotiations.
“I/we, ________________do declare that in the event of failure of the contemplated
negotiations relating to Tender No. ______opened on ____________my/our original tender shall
remain open for acceptance on its original terms and conditions.
I/we also declare that I/we am/are aware that during this negotiation, I/we cannot increase
the originally quoted rates against any of the individual items and that in the event of my/our doing
so, the same would not be considered at all i.e., reduction in rates during negotiation alone would be
considered and for some items if I/we increase the rates, the same would not be considered and in
lieu my/our originally quoted rates alone would be considered and my/our offer would be evaluated
accordingly. ”
20. Employment / Partnership etc. of Retired Railway Employees: a) 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 or any other 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, or should a tenderer being an
incorporated company have any such retired Engineer or retired officer as one of its directors or
should a tenderer in his employment any retired Engineer or retired Gazetted Officer as aforesaid,
the full information as to the date of retirement of such engineer or gazetted officer from the said
service and in case where such engineer or officer had not retired from Government Service at least
One year 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 take employment under the contractor, has been
obtained by the tenderer or the engineer or officer, as the case may be from the President of India or
any Officer, duly authorized by him in this behalf, shall be clearly stated in writing at the time of
submitting the tender. Tenders without the information above referred to or a statement to the effect
that no such retired Engineer or retired Gazetted officer is so associated with the tenderer, as the
case may be, shall be rejected.
b) Restriction on the employment of retired Engineers of Railway services within one year of their
retirement: The contractor shall not, if he is a retired Govt. Engineer of Gazetted rank, himself
engage in or employ or associate a retired Govt. Engineer of Gazetted rank, who has not completed
one year from the date of retirement, in connection with this contract in any manner whatsoever
without obtaining prior permission of the President of India and if the contractor is found to have
contravened this provision it will constitute a breach of contract and administration will be entitled
to terminate the contract and forfeit Earnest Money Deposit (EMD), Performance Guarantee (PG)
and Security Deposit (SD) of that contract.
c) At any time after the tender relating to the contract has been signed and submitted by the
contractor, being a partnership firm admit as one of its partners or employee under it or being an
incorporated company elect or nominate or allow to act as one of its directors or employee under it
in any capacity whatsoever any retire Engineer of the Gazetted rank or any other retired Gazetted
officer working before his retirement, whether in the executive or administrative capacity, or
whether holding any pensionable post or not, in the Railways for the time being owned and
administered by the President of India before the expiry of one year from the date of retirement
from the said service of such Engineer or Officer unless such Engineer or Officer has obtained
permission from the President of India or any Officer duly authorized by him in this behalf to
become a partner or a director or to take employment under the contract as the case may be (Ref:PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.19-02-2015).
Page 25 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
21. Should a tenderer or contractor being an individual on the list of approved contractors, have a
relative employed in Gazetted capacity in the Engineering department of the South Central Railway
or in the case of a partnership firm or company incorporated under the Indian company law, should
a partner or a relative of the partner or a SHARE HOLDER or a relative of a SHARE HOLDER be
employed in Gazetted capacity in the Engineering Department of the South Central Railway, the
authority inviting tenders shall be informed of the fact at the time of submission of tenders failing
which the tender may be rejected or if such fact subsequently comes to light the contract my be
rescinded in accordance with the provisions in Clause 62 of the General conditions of the contract.
22. CONSORTIUM AGREEMENTS, JOINT VENTURE AND MOUs SHALL NOT BE
CONSIDERED FOR THE TENDER VALUE OF WORKS LESS THAN Rs.10 Crores.
23. Partnership Firm:-
i. Partnership deed is eligible if entered into and registered prior to Tender Notice. Tenderer
should enclose/submit experience certificate in the same name and style as the tenderer and
their credentials shall be considered fully to the extent of work executed by the partnership
firm. (EXPERIENCE OF INDIVIDUAL PARTNERS WILL NOT BE CONSIDERED).
ii. Any change or modification in the constitution of tendering firms for whatever purpose or
intimation of any disputes by any of the partners in the firm making tendering firm ineligible,
during consideration of Tender after opening of the Tender, shall be deemed to be backing out of
the offer by the Tenderer.
24. 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.
25. The Tenderer shall quote rates as percentage “Above/Below/At par” for each schedule in the
respective Tender Schedule(s) only. Tenderer should sign below the rate quoted by him for
each schedule of Tender document.
26. The rate quoted anywhere, other than the respective Tender schedule shall not be considered. Any
corrections to the rate once quoted by the tenderer should be in INK and must be attested by
tenderer. However, if any tenderer wants to give discount offer prior to closing of tender box and
after submission of his tender offer, then the same is to be given in a separate sealed envelope duly
signed and stamped on letter head, prior to closing of tender i.e. sealing of the tender box. Tender
number, description of work etc., should be written on the sealed cover.
27. Where there is a discrepancy, between the rates quoted in figures and in words, the rate
quoted in words will be considered for evaluation of the tenderer offer.
28. Rates quoted without signature of tenderer will be considered as “Not Quoted” and/or if no
rate is quoted for any schedule, then the offer will be treated as incomplete offer and will not
be considered for award of work.
29. Rates quoted without prefix “Above/Below/At par” will be considered to be quoted as
“Above” the tender schedule rates.
30. No correspondence/representation from tenderer will b e considered for their failure to quote
the rates as above.
Page 26 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
31. Tenderers shall note that conditional/alternate offer will not be considered and will summarily
be rejected, even though such condition makes them as the lowest tenderer.
SPECIAL CONDITIONS OF CONTRACT
1. The rates include all lead and if the materials obtained by rail all freight charges including
loading charges.
2. Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial
Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be
used or supplied by the contractor will be payable by the contractor. The Railway will neither
pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him
by way of these taxes or duties.
Sales Tax at 4% on the materials portion of the contract will be deducted from each on account
bill where identifiable. Where the labour and material portion is not clearly identifiable, the
labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall
be deducted pro-rata from each “on account bill” towards Sales tax.
Seigniorage charges recoverable from bills:- Seigniorage charges for supply of earth, mooram, sand and other minerals 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 bills” and remitted
to the state government. The rates quoted by the Tenderer shall be inclusive of these charges.
Claims regarding revision of seigniorage charges and consequent enhancement of the accepted
rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the
bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes”
issued by State Govt. Officials in token of having paid seigniorage fee. In such cases, the
genuineness of such documentary evidence produced along with proof of payment of
seigniorage charges, shall be got verified by the Railway from the concerned Mining and
Geology Dept
3. WATER:- A charge of One percent will be made by the Railway for the supply by the
Railway of piped water from existing pipe lines and calculated on the amount of all items of
work (USSR/NS items) appearing in the bills payable to the contractor in respect of which
work such water has been issued to the Contractor and such charges should be deducted from
sums due or payable by the Railway to the Contractor from time to time.
4. In the event of water having to be brought by the Railway to the site of the work in traveling
tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any
demurrage that may be levied shall be payable by the Contractor and deducted from sums due
or payable by the Railways to the Contractor from time to time.
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 their laying including supervision charges will be paid by the
contractor or the contractor provides and lay his own piping at the discretion of Divisional
Engineer.
5. 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.
Page 27 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
6. If there arises any discrepancy between the printed Unified Standard Schedule of Rates 2010 as
amended by addendum and corrigendum slips issued from time to time upto date and the
schedule attached to the Tender pertaining to this work, the former shall be treated as
authentative and binding in all purposes.
7. Rubble masonry shall be first sum of Railways 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.
8. The Special conditions supplemented to the conditions of Tender and contracts the General
conditions of contract and the notes appearing under the relevant chapter and sub chapters of
the Unified Standard Schedule of Rates 2010 should be considered as part of the contract
papers where the provisions of these conditions are at variance with General Conditions of
Contract these special conditions.
9. Performance Guarantee (P.G.):-
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 (excluding the date of LOA
Ref: CE/Works/SC Lr.W.148/P/GCC/Vil.II, dt.30.05.2014). 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 (excluding the date 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 a Performance Guarantee (PG) in any of the
following forms, amounting to 5% of the contract value:-
(i) A deposit of Cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5 percent below the
market value
(iv) Deposit receipts, Pay 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 percent below market value or at the face value
whichever is less.
Page 28 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Also FDR in favour of Senior Divisional Finance Manager, S. C. Railway, Vijayawada
(free from any encumbrance) may be accepted.
1. 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.
1.0 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 should be deposited by the Contractor.
1.1 The Performance Guarantee (PG) shall be released after physical completion of the
work based on the ‘Completion Certificate’ issued by the competent authority stating
that the contractor has completed the work in all respects satisfactorily. The security
deposit, however, shall be released only after the expiry of the maintenance period
and after passing the final bill based on ‘No Claim Certificate’ from the contractor.
1.2 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 and 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 either in
his / her individual capacity or as a partner of any other JV / partnership firm.
1.3 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) and this shall be in the event of:
i) Failure of the contractor to extend the validity of the Performance Guarantee as
described herein above, in which event the Engineer may claim the full amount
of the Performance Guarantee.
ii) Failure of 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
Page 29 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
10. Security Deposit:-
The scale of Security Deposit that is to be recovered from the contractor shall be as follows.
i) Security Deposit should be 5% of the contract value.
ii) The rate of recovery will be at the rate of 10% of the bill amount till the
full Security Deposit is recovered.
iii) Security Deposit 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 Bank
Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit.
iv) Conversion of Security Deposit into FDR after recovery of full stipulated SD (FA& CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide
PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash
deposits in the form of security deposit may be allowed to be converted into FDRs
(in favour of respective Accounts Officers and on account of contractor), after full
recovery, at the discretion of the Railway, duly collecting necessary charges of
conversion by the Railway Administration.
The security deposit shall be released only after the expiry of the maintenance period and
after passing the final bill based on ‘No Claim Certificate’.
After the work is physically completed, security deposit recovered from the running bills of a
contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee
for equivalent amount to be submitted by him.
In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be
accepted as a mode of obtaining security deposit.
11. REVISED COMPREHENSIVE CLAUSE 46A OF GCC– PRICE VARIATION
CLAUSE: As per Railway Board Letter No.2007/CE-CT/18/Pt.19 dt.14.12.2012-Price
Variation Clause shall be applicable only for contracts of value (contract agreement
value) Rs.50 lakh and more, irrespective of the contract completion period and
Addendum & Corrigendum Slip (ACS) No.6 to GCC, July 2013; Amendment to Clause
46A.7 (a sub-clause of PVC) to GCC, communicated vide PCE/SC Lr.No.W.148/P/
G.C.C./Vol.II dt.05.06.2014. Amendment to Clause 46A1 (ACS No.2 to GCC, July-2014),
communicated vide PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.12.12.2014.
Clause 46A-Price Variation clause:
46A.1. Price Variation clause shall be applicable only for contracts of value as prescribed
by the Ministry of Railways through instructions/circulars issued from time to time
and irrespective of the contract completion period. Variation in quantities shall not
be taken into account for applicability of PVC in the contract. Materials supplied
free of cost by Railway to the contractors shall fall outside the purview of Price
Variation clause. If, in any case, accepted offer includes some specific payment to
be made to consultants or some materials supplied by Railway free or at fixed rate,
such payments shall be excluded from the gross value of the work for the purpose
of payment/recovery of price variation.
Applicability of PVC based on original contract value is illustrated as under:
“If estimated value of tender (NIT value) is Rs.55 lakhs; but value of the contract
as per contract agreement is Rs.45 laksh, then PVC shall not apply, even if the
actual final value is Rs.50 laksh or more due to variation in quantities during
execution of the contract. Thus, variation in quantities after signing of contract
agreement is not relevant for deciding whether PVC is applicable to a contract or
not”.
Page 30 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
46A.2. The Base Month for ‘Price Variation clause’ shall be taken as month of opening of
tender including extensions. If any, unless otherwise stated elsewhere. The quarter
for applicability of PVC shall commence from the month following the month of
opening of tender. The Price Variation shall be based on the average Price Index
of the quarter under consideration.
46A.3. Rates accepted by Railway Administration shall hold good till completion of work
and no additional individual claim shall be admissible on account of fluctuations
in market rates, increase in taxes/any other levies/tolls etc., except that
payment/recovery for overall market situation shall be made as per Price Variation
Clause given hereunder.
46A.4. Adjustment for variation in prices of material, labour, fuel, explosives detonators,
steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be
determined in the manner prescribed.
46A.5. Components of various items in a contract on which variation in prices be
admissible , shall be Material, Labour, Fuel, Explosives, Detonators, Steel,
Cement, concreting, Ferrous, Non-ferrous, Insulator, Zinc, erection etc., However,
for fixed components, no price variation shall be admissible.
46A.6. The percentages of labour component, material component, fuel component etc.,
in various types of Engineering Works shall be as under:
Component Percentage Component Percentage
A) Earthwork contracts: Labour
component 50% Other material
components 15%
Fuel
component 20% Fixed
component* 15%
B) Ballast and Quarry Products contracts Labour
component 55% Other material
components 15%
Fuel
component 15% Fixed
component* 15%
C) Tunnelling Contracts Labour
component 45% Detonators
component 5%
Fuel
component 15% Other material
components 5%
Explosive
component 15% Fixed
component* 15%
D) Other Works Contracts Labour
component 30% Fuel component 15%
Material
component 40% Fixed
component* 15%
*it shall not be considered for any price variation.
Page 31 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
46A.7. The Amount of variation in prices in several components (labour material etc., )
shall be worked out by the following formulae:
i) L= W x (LQ-LB) x LC
LB 100
ii) M = W x (MQ-MB) x MC
MB 100
iii) F = W x (FQ-FB) x FC
FB 100
iv) E = W x (EQ-EB) x EC
EB 100
v) D = W x (DQ-DB) x DC
DB 100
vi) S = SW x (SQ-SB) [ vii) C = CV x (CQ-CB)/CB
For Railway Electrification works:
viii) T = {(CS – CO) /CO X 0.4136} X Tc
ix) R = { (RT – RO) / RO + ( ZT - ZO ) / ZO x 0.06 } x Rc
x) N = { (PT – PO ) / PO } x Nc
xi) Z = { ( ZT – ZO ) / ZO } x Zc
xii) I = { ( IT – IO ) / IT } x 85
Where
L Amount of price variation in labour
M Amount of price variation in Materials
F Amount of price variation in fuel
E Amount of price variation in Explosives
D Amount of price variation in Detonators
S Amount of price variation in Steel
C Amount of price variation in Cement
T Amount of price variation in Concreting
R Amount of price variation in Ferrous Items
N Amount of price variation in Non-Ferrous Items
Z Amount of price variation in Zinc
I Amount of price variation in Insulator
LC % of Labour component
MC % of Material component
FC % of Fuel component
Page 32 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
EC % of Explosive component
DC % of Detonators component
Tc % of Concreting Component
Rc % of Ferrous Component
Nc % of Non-Ferrous Component
Zc % of Zinc Component
W Gross value of work done by contractor as per on-account bill(s), excluding cost of
materials supplied by Railway at fixed price, minus the price values of cement and
steel. This will also exclude specific payment, if any, to be made to the consultants
engaged by contractors (such payment shall be indicated in the contractor’s offer)
LB
Consumer Price Index Number for Industrial Workers- All India- Published in RBI
Bulletin for the base period.
LQ Consumer Price Index Number for Industrial Workers- All India-Published in RBI
Bulletin for the average price index of the 3 months of the quarter under consideration.
MB Index Number of Wholesale Prices- By Groups and sub-Groups-All commodities- as
published in the RBI Bulletin for the base period.
MQ Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as
published in the RBI Bulletin for the average Price index of the 3 months of the quarter
under consideration.
FB Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel and Power as
published in the RBI Bulletin for the base period.
FQ Index Number of Wholesale Prices- By groups and sub-groups for Fuel and Power as
published in the RBI Bulletin for the average price index of the 3 months of the quarter
under consideration.
EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from
whom purchases of explosives are made by the contractor for the base period.
EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from
whom purchases of explosives are made by the contractor for the average price index
of the 3 months of the quarter under consideration
DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from
whom purchases of detonators are made by the contractor for the base period.
DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from
whom purchases of detonators are made by the contractor for the average price index
of the 3 months of the quarter under consideration.
SW Weight of steel in tonne supplied by the contractor as per the ‘on-account’ bill for the
month under consideration
SQ SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (In
rupees per tone) for the relevant category of steel supplied by the contractor as
prevailing on the first day of the month in which the steel was purchased by the
contractor (or) as prevailing on the first day of the month in which steel was brought to
the site by the contractor whichever is lower.
SB SAILs ex-works price plus Excise Duty thereof ( in Rs. Per tonne) for the relevant
category of steel supplied by the contractor as prevailing on the first day of the month
in which the tender was opened.
CV Value of cement supplied by contractor as per ‘on account’ bill in the quarter under
consideration.
CB Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI
Bulletin for the base period.
Page 33 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
CQ Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI
Bulletin for the average price index of the 3 months of the quarter under consideration.
Cs RBI Wholesale Price index for cement and lime for the month which is six months
prior to date of casting of foundation.
Co RBI Wholesale Price index for cement and lime for the month which is one month
prior to date of opening of tender.
RT IEEMA Price index for Iron & Steel for the month which is two months prior to date
of inspection of material.
Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of
opening of tender.
PT IEEMA Price for Copper wire bar for the month which is two months prior to date of
inspection of material.
Po IEEMA Price for Copper wire bar for the month which is one month prior to date of
opening of tender.
ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of
material.
Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of
tender.
IT RBI Wholesale Price index for structural clay products for the month which is two
months prior to date of inspection of material.
Io RBI Wholesale Price index for structural clay products for the month which is one
month prior to date of opening of tender.
46A,
8.
The demands for escalation of cost shall be allowed on the basis of provisional
indices made available by Reserve Bank of India. Any adjustment needed to be done
based on the finally published indices shall be made as and when they became
available.
46A.
9.
Relevant categories of steel for the purpose of operating Price Variation formula, as
mentioned in this clause, based on Sails Ex-Works Price Plus Excise Duty thereof,
shall be as under:
Sl.
No.
Category of Steel supplied in Railway
work
Category of Steel produced by SAIL Whose Ex-
works Price Plus Excise Duty would be adopted
to determine Price Variation.
1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500
2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK
3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK
4. All Types and sizes of channels and joists Channels 200x75mm IS 2062 E250A SK
5. Any other section of steel not covered in
the above categories and excluding HTS
Average of price for the 3 categories covered
under SL 1, 2, & 3 above.
46A.10 Price variation During Extended Period of contract.
The price adjustment as worked out above, ie., either increase or decrease shall be applicable up to
the stipulated date of completion of work including the extended period of completion where such
extension has been granted under Clause 17-1 Of the General Conditions of Contract. However,
where extension of time has been granted due to contractors failure under Clause-17B of the
General conditions of Contract, price adjustments shall be done as follows:
Page 34 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
a) In case the indices increase above the indices applicable to the last month of original
completion period or the extended period under clause 17-A, the price adjustment for the
period of extension granted under Clause 17-B shall be limited to the amount payable as per the
Indices applicable to the last month of the original completion period or the extended period
under clause 17-A of the General conditions of contract; as the case may be.
b) In case the indices fall below the indices applicable to the last month of original/extended
period of completion under clause 17-A, as the case may be; then the lower indices shall be
adopted for the price adjustment for the period of extension under clause 17-B of the General
Conditions of Contract.
12. DEDUCTION OF INCOME TAX AT SOURCE
In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961
the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in
the case of sub contractor only when the Railway is responsible for payment of consideration
to him under the contract) for carrying out any work (including supply of labour for carrying
out any work) under the contract be entitled to deduct income tax at source on Income
comprised in the sum of such payments.
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.
No Income Tax will be deducted by the Railway on payments made for supply of materials
where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles,
bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at
source from the payment due to non/residents shall continue to be governed by Section 195 of
the Income Tax Act 1961.
13. LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS
DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT
OR NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at
site for Technical Supervision of the work. This Engineer-in-charge will be responsible for
safety of the traffic. The work shall be executed by the contractor in a workman like manner to
the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the
instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site
and it is established during the departmental enquiry by the Railway or by Statutory enquiry of
CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on
the part of the contractor or his labour in not adhering to the instructions of the engineer-in-
charge, the contractor shall render himself liable for damages and also legal prosecution if loss
of life is involved.
14. Implementation of – the Building and other construction Workers (RECS) Act, 1996
and the Building and other Construction Workers Welfare Cess Act, 1996 in Railway
Contracts. “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must
get themselves registered from the Registering Officer under Section-7 of the Building and
other Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of
State)Government and submit certificate of registration issued from the Registering Officer of
the Andhra Pradesh(name of the State) Government (Labour Department). For enactment of
this act, the Tenderer shall be required to pay cess @ 1% of cost of construction work to be
deducted from each bill, Cost of material shall be outside the purview of cess, when supplied
under a separate schedule item.”
Page 35 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE- “III”
WORKS CONTRACT CLAUSE-13
1. In case cement, Steel, AC sheet with or without accessories, GI sheets with or without
accessories, glasses or any other materials/items are issued to the contractor(s) either free of
cost or on cost to be recovered for use on the work as stipulated in the agreement the supply
thereof shall be made in stages depending on the progress of the work, limited to the quantity
/quantities computed by the Railway, according to the prescribed specification and approved
drawings as per agreement.
The materials supplied should conform to Railway’s Specification in all respects should be
in accordance with approved sample.
All such materials supplied to the contractor(s) for the work either free of charge or on
payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods
shed and will have to be transported by the contractor to the site of work at his cost. All such
materials shall be used by the Contractor for the work in such quantities as are indicated in the
schedule or in the relevant specifications or drawings or as approved by the Engineer, whose
decision thereon shall be final. Wastage or damages of such materials in any manner shall be
totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued
by Railway either free of cost or on payment excluding the permissible wastage which incase
of steel materials should not in any case exceed 1% of the total quantity required for the work
as per the approved drawings. No wastage under other items is permissible. Short lengths of
rods should also be utilized to the extent possible by overlapping joints.
The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without
accessories glasses or any other materials issued in excess of the requirement(s) as above, shall
be returned in perfectly good condition by the contractor(s) to the Railway at the Railway
depot/Godown/Goods shed at________immediately after completion or termination of the
contract. If the contractor fails to return the said materials then the cost of such materials issued
in excess of the requirement as computed by Railway according to the specification and
approved drawings will be recovered from the contractor(s) at twice the prevailing procurement
cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without
prejudice to the right of Railway to take action against the contractors under the condition of
the contract for not doing/completing the work according to the prescribed specification and
approved drawings. If it is discovered that the quantity of cement, steel or any other material
used is less than the quantity computed by the Railway, according to specifications and
approved drawings the cost of materials not returned will be recovered at the same rates as
applicable to excess issue of materials, indicated in the preceding para.
2. It shall be the responsibility of the contractor to keep in safe custody any Railway material
plant or equipment issued for the work. The contractor shall at his own expense provide
suitable temporary shed/sheds for this purpose on the Railway land made available by the
Railway free of rent and shall remove the shed/sheds when no longer required in terms of
clause 30 of General conditions of contract.
Page 36 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
3. If due to any reason the Railway is not in a position to make available the Railway land the
Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost
shed/sheds or secure private accommodation outside the Railway premises. In such a case the
contractor may be permitted to take the Railway material required for the works outside the
railway premises and to store in the Shed so erected or private accommodation so secured. It
shall be the responsibility of the contractor to keep the railway material in safe custody and the
same should be kept entire separate from the contractors material and the Railway shall have
liberty to inspect the same from time to time.
4. The code Nos. description and rates given in the schedule are based on the printed USSR -
2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the
working rates quantity of cement etc. should be rectified by reference to the printed schedule,
which shall be treated as authoritative and binding on the contract. The relevant notes
applicable to the respective sub chapters will apply to the items of the Tender schedule and
should be considered as having been incorporated in the contract agreement and binding on the
Contractor.
5. For any other items not specially shown in the schedule of rates appended to the tender
document, the Divisional/Executive Engineer will offer rates as shown for the_________ zone
in the South central railway printed USSR - 2010, of S.C.Railway subject to the same
percentage adjustment accepted in the contract being applicable to the additional items.
6. Railway shall not supply from its own quota to the contractors controlled or imported
commodities. Assistance will, however given by recommending to appropriate authorities.
Contractor applications for issue of import licenses and release of controlled commodities if the
Engineer is satisfied that this material is actually required by contractor for carrying out the
work and is not available in the country.
7. VARIATION OF COSTS
Price variation clause is not applicable for contract agreement value upto Rs.50 lakhs.
Time is the essence of contract
8. (a) PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced
contractor should be able to complete the work in all respects within the period as
specified in the Tender Notice and in the Schedule where items of work are
furnished from the date of letter of acceptance of the Tender
(b) Extension of time of completion will be governed by clause 17 of General Conditions
of Contract. However, while granting the extension of time under clause 17(B) of
GCC, a token penalty as deemed fit based on the circumstances of the case can be
imposed on the contractor without prejudice to other rights of Railway
Administration as provided under GCC.
9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as
specified in the Schedule where items of work are furnished by the contractor and he shall
make good any defects, imperfections, shrinkages or faults which may appear at his own cost.
10. 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.
Page 37 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
11. VARIATION IN CONTRACT QUANTITIES:-
The procedure as detailed below shall be adopted for dealing with variations in quantities
during execution of works contracts:
a) The Railway reserves the right to alter the designs and drawings. If due to change of
drawing or design or any other reasons, there be variations, either increase or decrease in
quantities, payment will be made only for the actual quantities executed at the accepted
rates. If there be sufficient cause the Railway may grant extension of the date of
completion suitably. Such circumstances shall in no way affect or vitiate the contract or
alter the character thereof, or entitle the contractor to damages or compensation thereof
except as provided for in this contract.
b) The quantities of each item of work furnished in the Schedule are approximate and are
intended for the guidance of Tenderer/Contractor. In actual execution of work there may
be some increase in the quantities specified. Such variation upto 25% shall in no degree
affect the validity of the contract and it shall be performed by the contractor as provided
therein and be subjected to the same conditions, stipulations and obligations originally
and expressly included and provided for in specifications and drawings and the amount
to be paid there for shall be calculated in accordance with accepted schedule rates.
(1) Prior Finance concurrence is necessary for varying the individual quantities
beyond 25% or where the gross agreement value exceeds 25% of the agreement
value.
(2) Individual NS items in contracts shall be operated with variations of plus or minus
25% and payment would be made as per the agreement rate. For this, no Finance
concurrence would be required.
(3) 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 (100% i.e. the original quantity +25% i.e. quantity
over and above the original quantity) subject to the following conditions.
a) Operation of an item by more than 125% of the agreement quantity needs
the approval of an officer of the rank not less than S.A. Grade:
i) Quantities operated in excess of 125% but 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 agreement 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.
Page 38 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
4. The limit for varying quantities for minor value items shall be 100% (as against
25% prescribed for other items). A minor value item for this purpose is defined as
an item whose original agreement value is less than 1% of the total original
agreement value.
5. No such quantity variation limit shall apply for foundation items.
6. As far as SSR/SOR items are concerned, the limit of 25% would apply to the
value of SSR/SOR schedule as a whole and not on individual SSR/SOR items.
However, in case of NS items, the limit of 25% would apply on the individual
items irrespective of the manner of quoting the rate (single percentage rate or
individual item rate).
7. For the tenders accepted at the 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 be 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. In cases where decrease is involved during execution of contract:
a. The contract signing authority can decrease the items upto 25% of
individual item without finance concurrence.
b. For decrease beyond 25% for individual items or 25% of contract
agreement value, the approval of an officer not less than rank of S.A.
Grade may be taken, after obtaining ‘No claim certificate’ from the
contractor and with finance concurrence giving detailed reasons for each
such decrease in the quantities.
c. It should be certified that the quantities proposed to be reduced will not be
required in the same work at a later stage
d. In the event of any reduction in the quantity to be executed for any reasons
whatsoever, the contractor shall not be entitled to any compensation but
shall be paid only for the actual amount of work done.
e. The contractor is bound to notify the Engineer at least seven days before the
necessity arises for the execution of any item in excess of 25% of the over
all value of the agreement.
12. In case the contractor fails to attend the meeting after being notified to do so or in
the event of no settlement being arrived at, the Railway shall be entitled to execute
the extra works by other means and the contractor shall have no claim for loss or
damage that result from such procedure
Page 39 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
12. Employment of Civil Engineering Graduates/Diploma-holders:
The contractor 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.2 Crores and
above.
ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is
more than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at
site whenever required by the Engineer-in-charge to take instructions. In case the
contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a
reasonable amount not exceeding a sum of Rs.40,000/- (forty thousand only) for each
month of default in case of graduate engineer and Rs.25,000/- (twenty five thousand
only) for each month of default in case of diploma holder (over-seer)
(Modification of Cl.26 and introduction of new Cl.26A to IR’s GCC Ref: Rly. Bd.
Lr.No.2012/CE-I/CT/0/20, dt.10.05.2013.)
The decision of the Engineer-in-charge as to the period for which the required technical staff
was not employed by the contractor and as to the reasonableness of the amount to be deducted
on this account shall be final and binding on the contractor.
iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also
be considered as qualified Diploma holder Engineers and contractors for track contract
works can employ such individuals at their worksite on Indian Railways.
(Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.12.07.2013.)
Note: The above clause is not applicable for contracts for Welding of Rail joints.
13. Railway Contractors / Extension of Provident Fund Act to the Employees working under
Railway Contractors:-
The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code
number from the concerned authorities whenever workmen employed by him are 20 or more.
He shall also indemnify Railways from and against any claim, penalties, recoveries under the
above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF
Commissioners to extend the social security benefits to the workmen engaged by the Railway
contractors. The first month’s bill will be released only after code number is taken from the PF
Office and a copy of coverage intimation produced. Subsequently for each month, bills will be
released only on submission of challans & 12 A monthly return copy in proof of remittance of
PF dues for previous month.”
14. Conservancy charges as applicable and as modified from time to time will be recovered
from Contractor’s running bills.
Page 40 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
SPECIAL CONDITIONS
MODIFICATION TO CLAUSE 63 & 64 OF
GENERAL CONDITIONS OF CONTRACT
1. The Provision of Clause 63 and 64 of the General Conditions of Contract will be applicable
only for settlement of claims /disputes, for values less than or equal to 20% of the original
value (excluding the cost of materials supplied free by Railway) of the contract or 20% of
the actual value of the work done (excluding the value of the work rejected) under the
contract whichever is less. When claims/disputes are of value more than 20% of the value
of the original contract or 20% of the value of the actual work done under the contract,
whichever is less, the contractor will not be entitled to seek such disputes/claims for
reference to arbitration and the provisions of Clause No; 63 &64 of the General Conditions
of Contract will not be applicable for referring the disputes to be settled through arbitration
2. The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of
General Conditions of Contract. But the Contractor should seek reference to arbitration to
settle the disputes only once, subject to the conditions as per Para 1
3. The Special conditions shall prevail over the existing Clause 63 & 64 of General
Conditions of contract
PERFORMANCE GUARANTEE
In consideration of the President of India (hereinafter called “the Government”)
having agreed to exempt-------------------- ( hereinafter called “ the said Contractor(s)”)
from the demand, under the terms and conditions of an Agreement dated -------------- made
between -------------- and ---------------------------- for ------------------------- (hereinafter
called “the said Agreement”), of Security deposit for the due fulfillment by the said
contractor(s) of the terms and conditions contained in the said Agreement, on production of
a Bank Guarantee for Rs-----------------------(Rupees-------------------------only).
We -------------------------------------------------- (indicate the name of the Bank) (hereinafter
referred to as the Bank) at the request of --------------------------- (Contractor(s) do hereby
undertake to pay to the Government an amount not exceeding Rs --------------- against any
loss / damage caused to or suffered or would be caused to or suffered by the Government
by reasons of any breach by the said contractor(s) of any of the terms or conditions
contained in the said Agreement.
2. We ---------------------------------(indicate the name of the Bank) do hereby undertake
to pay the amounts due and payable under this guarantee without any demur, merely on a
demand from the Government stating that the amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the Government by reason of
breach by the said contractor(s) of any of the terms or conditions contained in the said
Agreement or by reason of the contactor(s) failure to perform the said Agreement. Any
such demand made on the bank shall be conclusive as regards the amount due and payable
by the Bank under this guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs ------------------.
Page 41 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
3. We undertake to pay to the Government any money so demanded
notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suite
or proceeding pending before any court or Tribunal relating thereto our liability under this
present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our
liability for payment thereunder and the contractor(s) / supplier(s) shall have no claim
against us for making such payment.
4. We, -------------------------------(indicate the name of bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that
would be taken for the performance of the said Agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said Agreement
have been fully paid and its claims satisfied or discharged or till -------------------------
Office/Department) Ministry of ----------------------- certifies that the terms and conditions
of the said Agreement have been fully and properly carried out by the said Contractor(s)
and accordingly discharges this guarantee. Unless a demand or claim under this guarantee
is made on us in writing on or before the --------------------------- we shall be discharged
from all liability under this guarantee thereafter.
5. We, ---------------------(indicate the name of the Bank) further agree with the
Government that the Government shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said Agreement or to extend time of performance by the said
contractor(s) from time to time or to postpone for any time or from time to time any of the
powers exercisable by the Government against the said Contractor(s) and to forbear or
enforce any of the terms and conditions relating to the said agreement and we shall not be
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 thing whatsoever which under the law relating to the sureties would, but for this
provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of
the bank or the Contractor(s) / Supplier(s).
7. We, ----------------------(indicate the name of the bank) lastly under take not to
revoke this guarantee during its currency except with the previous consent of the
Government in writing.
Dated: the---------------- day of --------------- 200
For -----------------------------------
(indicate the name of the bank)
Page 42 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Tender No.04/North/2016
Name of Work : SW-1 UP Keeping and tyding of P.Way brightening works for
LC Gates barricading, KM/Gradient posts, bridges, Land
boundary pillars and trolley refuges etc and repairs to trolley
refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and
tyding of P.Way brightening works for LC Gates barricading,
KM/Gradient posts, bridges, Land boundary pillars and repairs
to trolley refuges, Providing rail barricading at LC no.
475,476A & 478 and Deep screening (manual) on ballast deck
bridges and approaches of girder bridges & LCs where BCM
cannot be done locations in ADEN/TUNI Sub - division.
Similar nature of work :- Any Railway track work or track maintenance work.
Appx. Value : Rs. 1,48,80,194/-
Estimate Sanctioned No. & date Allocation Amount
1. B/W.506/XIII/1829/Plg, Dt: 10.12.2015 04-221-32 Rs 79,03,587/
2. B/W.506/XIII/1828/Plg, Dt: 10.12.2015 04-221-32 Rs 69,76,607/-
Completion Period (03) Three months
Maintenance Period (06) Six months
Name of the
Tenderer/Contractor:-
Page 43 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-A
The List of items of works that are covered by USSR (works & materials) 2010, of S.C.Railway, Vijayawada Division
Sl.No. USSR Item Description of work SW-I SW-II Total Qty Rate Unit
Amount in Rs.
TDD RJY TUNI AKP
1 011010 011011
Earth work in excavation as per approved drawings and dumping at embankment site or soil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap; the lift to be measured from the natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications - in (011011) All kinds of soils
25.74 25.38 39.847 30.915 121.88 100.28 Cum 12222
2 121050 121052
Painting with synthetic enamel paintof approved brand and manufacture to give an even shade ( 121052) One or more coats on old work.
2842.08 2131.56 3374.97 1598.67 9947.28 30.76 Sqm 305978
3 081070 Erecting rails in posts, platform wall copings etc. including necessary cutting and drilling Note : Deduct from item No. when ever Rlys steel is used.
204.67 159.41 168.32 326.40 858.80 80.36 Quintal 69013
Page 44 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-A
The List of items of works that are covered by USSR (works & materials) 2010, of S.C.Railway, Vijayawada Division
Sl.No. USSR Item Description of work SW-I SW-II Total Qty Rate Unit
Amount in Rs.
TDD RJY TUNI AKP
4 031010 031012
Providing and laying in position cement concrete of specified proportion excluding cost of cement, centering and shutterig - All works upto Plinth level (031012) 1:3:6 (1 cement:3 sand: 6 graded stone aggregate 40mm nominal size)
25.74 25.38 39.847 30.915 121.88 1865.68 Cum 227393
5 '014090 Earth work in embankment from Railway land for repairing of cess/formation/level crossing, rain cuts etc. to make the surface to the desired level and slope to the entire satisfaction of Engineer - in - charge. The rate will include free lead upto 200M, all lifts, descends, ascends, crossing of track/road/nallah etc., including breaking of clods etc and compaction by rollers/rammers/tamping rods etc. Note - This item is only to be paid when specially orderen in writing.
0 0 1560 1176 2736 87.49 Cum 239373
6 081080 Rivetting including reaming holes where necessary for every 5mm dia or part thereof
0 0 220 440 660 129.13 100 Rivets
852
(Items Six only) Total of Schedule-A 854832
Percentage rate to be quoted in ‘Figures’
Percentage rate to be quoted in ‘Words’
Page 45 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-A-I
The List of items of works that are covered by USSR (works & materials) 2010, of S.C.Railway, Vijayawada Division
Sl.No. USSR Item Description of work SW-I SW-II Total
Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
1 033062 OPC 53 Grade cement 5.58 5.66 8.770 6.800 26.81 4600 Tonne 123323
(Item One only) Total of Schedule-
A-I 123323
Percentage rate to be quoted in ‘Figures’
Percentage rate to be quoted in ‘Words’
Page 46 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-A-II
The List of items of works that are covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division
Sl.No. P.Way
SSR Item Description of work
SW-I SW-II Total Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
1 18060400 Manufacturing at any Railway nominated place, supplying and fixing pre cast cement concrete of M20 grade with reinforcement as per drawing no: DRM(W) SC/R-121/02 for KM/Gradient and Hectometre post, including engraving the letters, figures on both the faces of the post, and applying two coats of white washing and painting the engraved letters and figures with black enamel paint including transporting them to the nominated locations and fixing the same as shown in drawing including leading, loading, transporting and including crossing of track wherever necessary and unloading with all contractor's materials, labour, tools, plants and consumables etc., including all lead and lift as directed by Engineer-in- charge at site.
80.00 60.00 30 30 200 245 Each 49000
NOTE: 1. Proper mix and bending to be ensured.
2. Approved quality of paint and lime to be used.
3. Minimum curing for 21days to be done.
4. If any crack on any post the same will be rejected.
5. KM number, amount of gradient with rise/fall . These details will be given by Engineer - in - charge at site for casting the posts.
6. For Hectometer post numbering will be given by Engineer - in - charge.
7. These posts to be properly fixed along the track at nominated places either on cess/middle of track etc., as directed by Engineer - in - charge.
(Item One only) Total of Schedule-A-II 49000
Percentage rate to be quoted in ‘Figures’
Percentage rate to be quoted in ‘Words’
Page 47 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B
The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II Total
Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
1 NS-1 Painting the 1 in 16/1 in 12/1 in 8.5 turn out /trap swithces particulars on rail web with two coats of yellow paint (enamel) to required length by cleaning the surface free from dust and other organic matter and writing the letters to required height with black paint on yellow painted surface as station number laid on and type particulars for each turnout with all contractor's labour, paint, brushes, tools with all lead and lifts etc., complete as per specifications and as directed by the Engineer - in - charge. Note : Unit each turnout consists of painting and writing the letters to required number of stations as directed for each turnout.
113.0 107.0 69 66 355 249.39 Each turnout
88533
2 NS-2 Painting the curve particulars on rail web by painting with two coats of yellow paint enamel to required length by cleaning the surface free from dirt and dust and writing letters to required height with black paint enamel on yellow painted surface which include station number, super elevation and versine at each station with all contractor's labour, tools,paint brushes with all lead and lifts etc., complete as per specifications and as directed by the Engineer - in - charge.
1735.0 2419.0 1592 1339 7085 24.43 Each station
173087
Page 48 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B
The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II Total
Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
3 NS-3 Erecting Railways Rail posts for SEJs, reference pillars, creep reference posts at every KM as well as at point and crossings, detonator fixing indication pillars for L.C gates including cutting the rail piece to required length varying from 1M to 1.5M, leading the rail pieces from the nearest station/depot to the site of work, erecting the rail post by making the pit of 300 x 300 x 500mm size and filling with all contractor’s labour, tools, plant, conveyance, lead, lift, crossing of tracks etc. and as directed by Engineer-in-charge.
572.0 564.0 764 406 2306 327.76 Each 755815
4 NS-4 Painting of numbers on the end of PSC sleepers duly cleaning the surface on every 5th sleeper serially (1, 5 , 10, 15 …1540/1660…) km wise on RH side in the direction of traffic with black letters of size 40 to 60mm on yellow back ground of suitable size using contractor's enamel paint of approved quality, brushes, tools, plants under traffic conditions, including crossing of tracks with all lead and lift and complete as directed by Engineer-in-Charge.
27224.0 21248.0 31540 23088 103100 4.46 Each 459826
Page 49 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B
The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II Total
Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
5 NS-5 Removal of jungle /bushes clearing of earth lowering of high cess etc., along side the track between up and down line obstructing drainage of rain water, clearing of bushes obstructing visibility at curves and LCs with all lead and lift etc., complete , by JCB as directed by the Engineer - in - charge (all labour, tools, plants, consumables, stores with are to be supplied by the contractor's own risk)
400.0 400.0 800 720 2320 837.76 Per hour
1943603
Note : While operating the above item the instructions laid down in special conditions of JCB should be strictly adhered.
6 NS-6 Painting of boundary stones provided with PSC sleepers with saffron/hanuman red enamel in single coat on top upto 150mm with white band with serial No. in black and lettering SCR of size 150mmx75mm to be painted with white enamel in one coat facing towards track with all contractor's own labour, materials, tools,plant, lead,lift, transportation trucking, and crossing of tracks etc., complete and as directed by the Engineer - in - charge.
1342.0 2000.0 917 954 5213 127.65 Each stone
665439
Page 50 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B
The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II Total
Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
7 NS-7 Painting of trolley refusees provided along side the track with red lead and white enamel paint as designated by the adminstration with all contractor's own labour, materials, tools,plant, lead, lift, transportation, trucking and crossing of tracks etc., complete and as directed by the Engineer - in - charge.
831.0 300.0 424 246 1801 293.8 Each refugee
529134
8 NS-8 Repairs to up keeping Km stones, gradient posts, Bridge tablets, fouling marks, boundary pillars etc., with two coats of unable paint including lettering as per the existing/standard colour pattern as directed by the engineer - in - charge with all contractor labour, tools,plant, transportation, consumables, lead,lift, carrying of tracks and as directed by the engineer - in - charge
180.0 152.0 210 150 692 113.96 Sqm 78860
9 NS-9 Repairs to up keeping of bridge by way of application of water proofing cement paint like snowcem of approved brand in 2 coats on top of coping slabs, ballast retainers, etc., with all contractors labour, tools, plant, transportation, consumables, lead,lift, carrying of trucks and as directed by the Engineer - in - charge.
2480.0 1140.0 3060 1940 8620 28.17 Sqm 242825
Page 51 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B
The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II Total
Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
10 NS-10 Repairs to up keeping of track markers like Km stones, gradient posts, gand jurisdiction details boards, Keyman, Patrol man boards, Br.Name boards etc., by way of removal of grass/jungle all round marker for about 1 sqm and providing /making proper available railway ballast to 100mm - 200mm thick around marker and applying good quality water proofing cement like snowcem for the complete 1sqm surface on the ballast and on the surface of concrete pedastal base is available with all contractors labour, tools, plant, transportation, consumables, lead, lift, carrying of trucks etc., complete and as directed by the Engineer - in -charge.
206.0 158.0 213 200 777 111.77 Each track
marker
86845
11 NS-11 Repair to up keeping of LC Gates by way of painting white enamel boardering on road edges by applying enamel paint of 10cm width between LC Gate board in 2 coats etc., with all contractors labour, tools, plant, transportation, consumables, lead,lift , crossing of tracks etc., complete and as directed by the Engineer - in - charge
160.0 120.0 190 90 560 23.27 Sqm 13031
Page 52 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B
The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II
Total Qty Rate Unit Amount
in Rs. TDD RJY TUNI AKP
12 NS-12 Removal of grass, creepers, weeds and bushes in the ballast section and on either side of track for a width of 50cm from the toe of ballast including removal of only bushes for balance width of cess for a maximum of 1.0m, if available with all contractors labour, tools, plant with all lead and lift etc complete and as directed by the Engineer - in - charge
82000.0 64000.0 32500 20000 198500 11.17 TRM 2217245
NOTE: 1. SSE/SE/P.Way shall obtain specific approval of Sr.DEN/North (location wise thrugh ADEN for operating of this item 2. No. of men engaged by the contractor shall be recorded in the site order book. 3. 50% of the work shall be test checked by the ADEN. 4.The progress of the work should be entered in the gang chart. 5. Wherever Up and Down tracks are situated close by and if the ballast section of both the tracks meet and where no cess is available, only
80% of the quoted rate will be paid.
6. The track at the indicated locations is situated in a trespassing area and where track is used for nature calls making the track absolutely unhygienic and filthy with dirty smell etc. for which extra payment of 25% over the quoted rate will be made as indicated against each location.
7. The disturbed portion of the ballast section shall be made good after removal of grass and weeds etc.
Page 53 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II Total
Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
13 NS-13 Boxing and sectioning of ballast in LWR/CWR track including deweeding if any over the ballast and on cess duly filling the ballast wherever deficiency noticed in cribs and shoulders by elading excess ballast on cess and between tracks, extra ballast on out side curve and completing the profile same as IRPWM with all contractor's labour, tools, plant, consumables , stores etc., complete and as directed by the Engineer - in - charge
82000.0 64000.0 48900 23000 217900 19.39 TRM 4225081
NOTE: (1) This item and SSR (P.Way) item No. 18061000 for carring out pre and post tamping works sholud not be carried out simultaneously.
(2) SSE/SE/P.Way shall obtain specific approval of Sr.DEN/South (location wise) through ADEN for operating of this item duly indicating reasons.
(3) No. of men engaged by the contractor shall be recorded in the site order book.
(4) 50% of the work shall be test checked by the ADEN.
Page 54 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II Total
Qty Rate Unit
Amount in Rs. TDD RJY TUNI AKP
14 NS-14 Providing and fixing reflective pavement markers (Road sluds) make of plastic body moulded from HIPS (High Impact Polistylene) or AHS or ASA (Acry lio strene acrylonrine) and reflective panels shall consist of no of lenses containing single or dual prismatic cubes capable of providing the pavement reflective of the light entering the less face and containing to ASTMIBS and complying to guide lines issued by most circular number RW/NH - 33023/10/97.DO 111 of 11.06.1997. The height and width shall not exceed 20mm, 130mm and the area of each retroreflecting surface shall not be less than 13sqm and the slope of retro reflecting surface shall preferable be 33-45 degree to base. Fixing will be with out nails reflective marker shall be fixed to road surface using the adhesive and the procedure recommended by manufacture or as per para 6.2 of the MOST circular including cost of material, conveyance of all materials, equipment, mechinery, and labour with all lead and lift, ,loading , unloading charges, site clearance etc., complete and as directed by the Engineer - in - charge.
1088.0 816.0 1156.000 612.000 3672 374 Each 1373328
Page 55 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II
Total Qty Rate Unit Amount
in Rs. TDD RJY TUNI AKP 15 NS-15 Deep screening on bridge with approaches
under traffic with restricted working space on bridge, removing and screening of ballast in track by way of removing the entire stone ballast including muck lying on the track below and between sleeprs and on the shoulders up to deck bottom and full width of deck and providing clean cushion 300mm by lifting of track 10-15cm in stages duly supporting the track temporarily with wooden blocks for passing trains at a restricted speed of non stop 20KMPH when work is in progress and putting back screened clean ballast on track shifting of sleepers to correct spacing removal and re - fixing of of fittings and taking care to see that required cross levels are maintained , aligning, gauging, lifting, surfacing, with all contractor's labour, tools, all lead and lift complete and as directed by the Engineer - in - charge.
0.0 0.0 1203.68 838.60 2042.28 139.65 LM 285204
Page 56 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II
Total Qty Rate Unit Amount
in Rs. TDD RJY TUNI AKP 16 NS-16 Packing of plain track including lifting of track
to the required longitudinal profile after deep screening by BCM/Manual below the bottom of the PSC sleepers and surrounding with crow bars/ beaters to have two rounds of packing to bring the track to 30/50KMPH speed including gauging, aligning, squaring of sleepers adn sectioning of ballast to the required profile wherever required with contractor's labour, tools, etc., complete and as directed by the Engineer - in - charge.
i) First round of packing 0.0 0.0 1203.68 838.60 2042.28 20.24 TRM 41336
ii) second round of packing 0.0 0.0 1203.68 838.60 2042.28 18.2 TRM 37169
Page 57 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II
Total Qty Rate Unit Amount
in Rs. TDD RJY TUNI AKP 17 NS-17 Repairs to up keeping of LC Gate approaches,
major bridge approaches model tracks by section the ballast profile and keeping the ballast stores continuously dipper in good quality water proofing cement paint like snowcem, along the ridge, toe of the ballast section making 'X' mark at the ends of out side sleepers for 3/5 rails length on either side for LC & bridge approaches and 6 rail length for model tracks loading and application of alternate white and brick red colour for top surface of PSC sleepers for the same length including raking proper ballast profile for about 90cm from the toe of the ballast section removal of jungle/bushes up to the edge of formation with all contractors labour,tools, plant, transportation, consumables, lead, lift , carrying of trucks and as directed by the Engineer - in - charge.
0.0 0.0 1482 650 2132 47.7 RM 101696
Page 58 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II
Total Qty Rate Unit Amount
in Rs. TDD RJY TUNI AKP 18 NS-18 Carrying out works required for design mode
tamping where track machine is to be deployed twice or more in continuation to get the designed lift and alignment duly adjusting the existing ballast available near by with the T.P and closing finally after completing the design mode tamping with in the nominated traffic block as and when allotted and in the similar way for the following locations. 1) in rear of BCM, which repairs subsequent tamping to relax caution orders. 2) in the bad bank/yeilding formation locations where the frequency of tamping is once in four months/once in six months with all contractors labour, tools, lead and lift etc., complete including crossing of tracks whenever necessary and as directed by the Engineer - in - charge.
0.0 0.0 38500 29000 67500 5.04 TRM 340200
Page 59 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP Keeping and tyding of P.Way brightening works for LC Gates
barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges and approaches of girder
bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Schedule-B The List of items of works that are not covered by P.Way SSR - 2004 of S.C.Railway, Vijayawada Division.
Sl.No. NS Item Description of work SW-I SW-II
Total Qty Rate Unit Amount
in Rs. TDD RJY TUNI AKP 19 NS-19 picking of rags such as plastic cups,plastic
water bottles, water sachets and any other materials thrown by the travelling pulic etc., on the railway track and in the mid section including in between the tracks, embankment slopes , cess and one meter from the toe of the embankment if required on either side of the up and down lines/ full width of cuttings including their slopes duly following all safety precautions of their work men and disposal of rags away from the railway boundary complete with all the labour, tools, materials, all lead , and lift and including crossing of tracks etc., complete and as directed by the Engineer - in - charge.
0.0 0.0 821100 268886 1089986 17.87 100 Sqm
194780
NOTE: 1.The scope of the work excludes all station yard premises i.e. Up home to Dn home signals.
2 .Specific prior approval of Sr.DEN/South shall be obtained by SSE/P.Way through ADEN, duly indicating the locations with area along with the date of last rag picking done.
(Items Nineteen only) Total of Schedule-B
13853040
Percentage rate to be quoted in ‘Figures’
Percentage rate to be quoted in ‘Words’
Page 60 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
GENERAL CONDITIONS
1. The Tenderers are required to quote uniform percentage rate above/below/at par on
the items of the Schedule- A, A-I, A-II & B separately both in figures and words. If
there is any variation in between the uniform percentage rate quoted in words and
figures, the uniform percentage rate quoted in words will be taken as correct and
final.
2. The quantities shown in the tender schedule are approximate and shall be operated in
full or part at the discretion of the Engineer in charge.
3. Payment will be made based on the actual quantities operated/executed.
4. The Railway administration will not be responsible for the safety of contractor’s
Labour engaged for this work.
5. The lead for transportation of P-Way materials shall reckoned based on the shortest
Railway route/Road route
6. The contractor shall make his own arrangements for men, materials, tools,
consumables etc., required for the work at his own cost and shall be responsible for
safe working of trains at a restricted speed of 20 Kmph on work spot.
7. Conservancy charges as applicable and as modified from time to time will be
recovered from Contractor’s running bills.
8. In the event of any accident at the work site and it is established during the
departmental enquiry by the Railways that the accident occurred wholly or partly
due to any act of tentamounting to negligence on the part of the Contractor or his
labour in not adhering to the instructions of the Engineer-in-charge. The Contractor
shall himself be liable for damage and also legal prosecution if loss of life is
involved.
9. The contractor is primarily responsible for safety of traffic and also that of his staff
working on track. No compensation what so ever towards damage to men, material
of the contractor will be paid by railways it is essential that adequate safety measures
are taken for safety of the trains as well as the work force.
10. The look out and whistle caution orders shall be issued to the trains and speed
restrictions imposed where considered necessary. Suitable flagmen/detonators shall
be provided where necessary for protection of trains.
11. The unloaded ballast/rails/sleepers/other P.Way materials after unloading along track
should be kept clear off moving dimensions and stacked as per the specified heights
and distance from the running track.
12. Supplementary site-specific instructions, wherever considered necessary, shall be
issued by the Engineer in Charge.
Page 61 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
13. If any other items of works covered by Unified SSR 2010 are required to be carried
out for the same percentage shown there in enhanced/ diminished/ at par as the case
may be at the same percentage as tendered/accepted for this work.
14. The items included in the tender schedule should be carried out in accordance with
the S. C. Railway standard specifications for materials and works 2010 with the up
to date correction slip there to of S.C.Railway
15. The contractor is responsible for safe passage of trains. All trains will be allowed
with the specific approval of SSE/SE/P.Way-in-charge in the portion of track under
repairs by the Contractor. Any variation in this regard, the Contractor will be held
responsible for all damages caused out of negligence manipulated by his staff.
16. The work to be carried out under traffic conditions. It is the responsibility of the
Contractor to see that there is no detention or interruption to the movement of trains
and ‘No Claim’ will be admissible towards loss of time/wastage of labour employed
etc., that may be incurred by the contractor due to movement of trains. The rate
quoted should cover all such contingencies.
17. The contractor should engage qualified engineer/retired P.Way Inspector conversant
with P.Way work to supervise at his cost. Work should be taken up only in the
presence of the Engineer nominated for this work.
18. Fittings such as composite liners, pandrol clips etc., required for the work will be
handed over to the contractor at SSE Stores and the contractor has to transport them
to the site of work with his own cost and he shall be responsible for any loss or
deficiency during execution of work.
19. The existing sleeper fittings shall be neatly removed with utmost care to avoid any
damage to the sleepers and fittings. All released fittings shall be handed over to
SSE/P.Way/Concerned at his depot without any shortage/loss and stacking neatly
classification wise and material wise. Cost will be recovered from the contractor bill
for any loss/change/damage for the released as well as new material.
20. It is the responsibility of the contractor to arrange for watchman to guard against
theft etc., till that times the released materials is handed over to Engineer – in -
charge.
21. This work shall be completed within 03 (Three) months from the date of issue of
acceptance letter
Page 62 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
22. Special Condition for earth work: When earth work in bank or cutting is done
abutting the running line, the contractor shall take adequate precautions to avoid
accidents/damages to running trains or to any other property of the railways or the
lines, persons or property of others, from what so ever cause in connection with the
work. The zone of activities for execution of work close to the track shall be clearly
demarcated at site by the contractor as directed by Engineer. The demarcation of the
area shall be done by the contractor by providing temporary rope barricades with
bamboos bullies at his cost. Railway will arrange to provide flagmen to give
indication of the running trains and directions to ensure that the work does not
interfere with running trains. The contractor as per the directions given to him
without infringing the moving dimensions shall execute the work. No vehicle should
beyond the rope carried infringing schedule of dimensions.
It should be ensured that flagmen are posted at all work sites to give an
indication of the running trains and vehicles direction to ensure that the contractor’s
workmen/vehicles do not infringe the moving dimensions.
Seignior age charges for supply of earth, moorum , sand and other minerals as fixed
by 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 bills and remitted to the state government. The rates quoted by the
Tenderer shall be inclusive of these charges. Claims regarding revision of Seignior
age charges and consequent enhancement of the accepted rate will not be
entertained.
Page 63 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE
1.1. 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, supply of ballast for new or existing railway line etc. road vehicles are
necessarily to be used in railway land next to the railway line, the contractor shall apply to
the Engineer-in-charge for granting permission giving the type and number of individual
vehicles, names and license particulars and permanent addresses of drivers, location,
duration and timings for such work/movement. The Engineer-in-charge or his authorized
representative will personally counsel, examine and certify the road vehicle drivers,
contractor’s flagmen and his supervisors to be deployed on the work, location, period and
timing of the work.
This permission will be subject to the following obligatory conditions:-
i) The Road vehicle will ply only between sunrise and sunset.
ii) Nominated vehicles and drivers will be utilized for work in the presence of at least
one flagmen and one supervisor or his representative certified for such work.
iii) The vehicles shall ply 6 Meters (from Centre of Track) away from track. Any
movement /work at less than 6 Meters and up to minimum 3.5 Meters clear of track
center shall only be done in presence of railway employees authorized by the
Engineer-in-charge . No part of road vehicle will be allowed at less than 3.5 Meters
from track center.
iv) The Contractor shall remain fully responsible for ensuring safety and in case of
accident, shall bear the cost of all damages to the equipments and men and also
damages to railway and its passengers.
v) Engineer-in-charge may impose any other condition necessary for a particular work
or site.
1.2.1. The Contractor at all times shall adopt safe working methods to ensure safety of structures,
equipments and labour at site of works.
1.2.2. The contractor shall not start any work without the presence of Railway supervisor or his
representative authorized by ADEN-in-charge and Contractor’s supervisor at site.
1.2.3. The methodology proposed to be adopted by the Contractor is to be approved by Engineer-
in-charge with a view to ensure of safety of trains, passengers and workers and he shall also
ensure that the methods and arrangements are actually available at site before start of the
work and the contractor’s supervisors and the workers have clearly understood the safety
aspects and requirements to be adopted / followed while executing the work.
1.2.4. There shall be an assurance Register kept at each site, which will have to be signed by both,
i.e., Railway Supervisor or his representative as well as the contractor’s supervisor as a
token of their having understood the safety precautions to be observed at site.
1.2.5. Survey of site by Supervisor of contractor and Railway’s Supervisor is to be done to assess
precautions to be taken at site for working of trains and materials required for protection.
1.2.6. The list of permissible / sanctioned infringements to moving dimensions for the section shall
be made available where work is to be done to execute the works without infringing the
moving dimensions.
Page 64 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
1.2.7. Competency certificate issued by ADEN-in-charge with the Contractor’s supervisor at site should
be available in the format given in Annexure-I.
1.2.8. The detailed plans for safe execution of works, duly approved by the Division should be available
for undertaking execution of such works which have bearing on moving dimensions, especially
those works close to the running lines and fixed structures on brides, inside tunnels etc.,
1.2.9 Look-out caution, speed restrictions as well as traffic block shall be ensured where necessary for
execution of works affecting running lines.
1.2.10 Mobile phones or Walky-Talkie sets where necessary should be provided at work sites.
1.3. Precautionary measures to be taken at work site away from the track:-
1.3.1. Trenches and foundation pits should be adequately and securely fenced, provided with proper
caution signs and marked with red lights at suitable intervals during night to avoid accidents.
Adequate protective measures should be taken to see that the excavation operations do not affect
or damage adjoining existing buildings.
1.3.2. Proper precautions should be taken for safety of persons and adjoining property before
undertaking any blasting operation. Red flags should be prominently displayed around the area to
be blasted. All the people on the work except those, who actually light the fuses, should be
withdrawn to a safe distance of not less than 300 meters from the blasting site. Recommendations
given in I.S. 4081:1986 should be followed for safety during various operations involved in the
process of blasting.
1.3.3. Suitable scaffold should be provided for workman for all works that cannot be safely done from
the ground or from solid constructions except such works which can be done safely from ladders
for a short period. When a ladder is used, extra labour should be engaged for holding the ladder
and if the ladder is used for carrying materials as well, suitable foot holds and handholds should
be provided on the ladder and ladder should be given an inclination not steeper than 4 to 1 ( Four
vertical to one Horizontal).
1.3.4. Workers employed on mixing asphalt materials, cement and lime mortars should be provided
with protective hand and footwear and protective goggles.
1.3.5. Workers employed in white washing and stacking of cement bags or any materials which are
injurious to the eyes should be provided with protective goggles.
1.3.6. Workers engaged in welding works should be provided with welder protective eye-shields, single
piece cotton cloth and shoes.
1.3.7. Stone breakers should be provided with protective goggles, leg-guards and protective clothing
and they should be seated at sufficiently safe distance from each other.
1.3.8. A fully equipped First-Aid Box should be maintained at site by the Agency with at least one
person fully trained to give First-Aid.
1.3.9. Inflammable articles such as Petrol, oil etc., should be stored separately from other materials and
all prescribed precautions as per the Indian Explosive Act should be taken.
1.3.10. In the Bridge work, Track works, repairs to tunnel and demolition of structures through
contractual Agency, the safe working and ensuring safety of workman employed should be
specifically laid down in the contract itself.
1.4. Precautionary measures to be taken at work site in vicinity of track:-
1.4.1. Drivers of trains must be served with caution order to look out for any obstruction at the place of
work.
1.4.2. Arrangements should be made to protect the track in case of emergency at work site.
1.4.3. Before the start of the work, the land strip adjacent to the running track where road vehicle /
machinery is to ply for the work shall be demarcated by lime in advance at the appropriate
distance from the centre of existing track in consultation with the Railway Supervisor[Annexure-
IV(A)]. Sketch showing the location of marking and barricading along the full length of the work
area should be done as per the sketch given in [Annexure-IV (B)]. This will enable the workmen
posted at the site and also the lorry drivers to have clear guidelines on the movement of vehicles.
Page 65 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
1.4.4. Movement of Lorries near the track should be prohibited during night. In case it is
unavoidable adequate protective measures including lighting must be ensured in the
complete work area for the safety of the Public and Passengers. Also additional staff shall be
posted as necessary for night working.
1.4.5. Work should not be allowed to progress without the prior approval of the Engineer-in-
charge in case movement of vehicles close to the track is involved.
1.4.6. Machines and vehicles should ply 6 meters (from Track centre) in case movement at less
than 6 meters away from the track is inescapable, it should be permitted in the presence of
Railway employee authorized by the Engineer-in-charge.
1.4.7. Contractor’s representative should be issued a certificate by ADEN to the effect that they
have acquired sufficient knowledge about the safety precautions that are needed to be
followed while working near the track.
1.4.8. The worksite shall be suitably demarcated to keep public and passengers away from work
area. Necessary sign boards such as Work in progress etc. shall be provided at appropriate
locations to warn the Public / passengers.
1.4.9. Check lists given in Annexure-II and III shall be used to ensure that all the requisite
measures have been taken before start of work and work in progress.
1.4.10. All temporary arrangements required to be made during execution of work shall be made in
such a manner that moving dimensions do not infringe. Necessary checks shall be exercised
by Site in-charge from time to time.
Page 66 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
WORKING OF CONTRACTOR’S VEHICLES AT SITE
a. When the contractor’s vehicles are to be worked closer to 6m but not less than 3.5m from
center line of the running track (Annexure-VA) i) Drivers of vehicle shall be briefed about safety and precautions to be taken while
moving/working close to traffic.
ii) Demarcation of the land shall be done by bright coloured red ribbon/nylon rope of
12mm thick suspended on 75cm high wooden/bamboo posts at a distance of 3.5m
from center line of nearest running track as shown in (Annexure-IVC)
iii) Contractor shall ensure the road vehicle/Machinery ply in a way so that these do not
infringe the line of demarcation.
iv) Presence of an authorized Railways representative shall be ensured before plying of
vehicles or working machinery.
v) Railway supervisor shall issue suitable caution order to drivers of approaching train
about road vehicles plying or machinery working close to running tracks. The train
drivers shall be advised to whistle freely to warn about the approaching train.
Whistle boards shall be provided wherever considered necessary.
vi) Lookout men shall be posted along the track at a distance of 800m from such
locations, which will carry red flag and whistles to warn to the road
vehicles/machinery users about the approaching trains.
vii) On curves where visibility is poor, additional lookout men shall be posted.
viii) In unusual circumstances, where operator apprehends infringement to track while
working truck/machinery near running track, following action shall be taken:
a) The contractor /supervisor/vehicle operator immediately advise the situation to Railway
official and assist him in protecting the track.
b) Protection shall be done for other emergencies.
2. When the contractor’s vehicles are to be worked close to 3.5m from center line of running
track:
i) Plying of vehicle or working of machinery closer to 3.5m of running track shall be
done under protection of track. Traffic block shall be imposed wherever considered
necessary. The site shall be protected as per the sketch given in (Annexure-VB) and the
provisions of Para No. 806 & 807 of P-way Manual as the case may be.
ii) Presence of a Railway supervisor shall be ensured at work site.
iii) Railway supervisor shall issue suitable caution order to drivers of approaching train about
road vehicles plying or machinery working close to running tracks. The train drivers shall
whistle freely to warn about the approaching train.
3. Parking of vehicles or construction machinery:
i) No vehicle or construction machinery shall be parked in unmanned condition on a
gradient sloping towards running track.
ii) Even on level ground or gradients sloping away from the track, vehicles or construction
machinery shall be parked in unmanned conditions at a minimum distance of 6m from
nearest track center in fully braked condition. In addition to brakes, suitable wedges shall
also be applied on all the wheels.
4. TRAINING
Training in safe working methods for both along and on the track should be imparted to
supervisors /operators of the work executing agencies. Such training may be imparted at
zonal/divisional training schools for required duration as deemed fit, with a view to ensure that
the field staff engaged in such works get acquainted with the safety precautions that are needed to
be taken while executing the works.
Page 67 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE - I
COMPETENCY CERTIFICATE
Certified that Shri………………………………………………….
P.Way supervisor of M/s. …………………………… has been
Examined regarding P.Way working on ………………………….
Work. His knowledge has been found satisfactory and he is capable of
Supervising the work safely.
ASSISTANT ENGINEER
Page 68 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE – II
CHECK LIST
(BEFORE STARTING THE WORK)
Name of the work : ………………………………………………………………………………
Location …………………………………………………………………………………………
Duration of the work : From …………………………… To …………………………………
Sl.
No Details Yes No
1 Contractor’s supervisor identified / Selected. Who is going to be
site in-charge?
2 Training imparted to contractors supervisor & Certificate issued?
3 Work site inspected by Constructions supervisor / other
department’s supervisors along with contractor’s supervisor?
4 Precautions to be taken identified and listed?
5 Plan of work, drawn out by contractor’s supervisor in
consultation with Railway’s supervisor?
6 Plan of work, brought to the knowledge of open line AEN/IOW
& PWI?
7 Before start of the work, proper lime marking / barricading had
done at site of work?
8 Men deputed for protection of track along with safety
equipments?
9 Caution order issued for the train drivers in case work is being
done within 6mts of centre of running track?
10 Drivers of vehicles/machinery being used have been identified?
11 Drivers of vehicles/machinery briefed about the safe working?
12 Sufficient lighting provided at site of work for night working?
13 Infringements checked?
14 Sectional (Open line) AEN/PWI/IOW have satisfied themselves
regarding safety arrangements?
15 Availability of Walkie –Talkie sets for communication?
Signature of construction/
Other departments Supervisor
Date: Signature of Open line’s Supervisor.
Page 69 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE – III
CHECK LIST
(WHILE WORK IN PROGRESS )
Name of the work : ………………………………………………………………………………
Location …………………………………………………………………………………………
Duration of the work: From …………………………… To …………………………………
Date of inspection ……………………………………………………
Sl.N
o Details Yes No
1 Does the contractor’s supervisor have the certificate?
2 Does the knowledge of contractor’s supervisor on safety of
track & work site is up to the mark?
3 Is the Railway’s supervisor of Construction
Organization/other departments available at site?
4 Is knowledge of Railway’s supervisor O.K.?
5 Is lime marking/barricading done?
6 Are adequate safety precaution taken?
7 Are communication facility (Walkie – Talkie sets)
available at site?
8 Are only identified drivers driving the vehicles/machinery?
9 Is whole work site safe for working of men/vehicles &
trains?
10 Are adequate lighting arrangements done at site?
11 Are adequate protection equipment available at site?
12 Is caution order to trains being issued?
13 Are train drivers following the enforced temporary speed
restriction?
14 Has work permit been taken for working in Electrified
territory/Station yards (P &C areas)
Signature of inspecting officer Designation
Page 70 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE – IV
(A)Marking of Line with Lime
3500mm
150 mm wide white line with lime
Vehicle / trucks can ply in this` area
(B) Provision of Barricading
3500mm
Barricading
Luminous tape/Red Colour Nylon Rope 12 mm thick
Post (Bamboo / Steel / Concrete)
1200mm
3500mm 3500mm 3500 mm
C) Elevation of Barricading
Page 71 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
ANNEXURE –V
A) Plying of Vehicles/Machinery between 3.5 mts. to 6.0 mts from centre of track
3500mm
Contractor’s supervisor Railway’s supervisor
150 mm wide white line with lime
6000mm
B) Plying of Vehicles / Machinery within 3.5 mts from center of track
DN LINE
Banner flag in day time / HS lamps in night
detonators
UP LINE
1200 metres
3500mm
detonators
Contractor’s supervisor Railway’s supervisor
Page 72 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
SPECIAL CONDITIONS (INDIAN RAILWAYS - TRACK WORKS)
1. The sleepers, rails and fastenings will be supplied by the Railways at for
carrying out the work
2. All the released materials as per the inventory taken by the ADEN/PWI
has to truck out the materials and hand over to the department depot by the contractor,
if any loss or damage occurred for the released materials, the cost of the same which
will recovered from the contractor’s bills as per the extent rules and certificate in the
bill has to be furnished by the ADEN/PWI stating that all the released materials are
returned and accounted for the relevant register duly giving page No and date.
3. No plant or machinery will be supplied by the Railway for this work. It is the
contractor’s responsibility to supply at his own cost, any materials and plant,
machinery required for this work.
4. Sales tax Royalty fees, and control duties if any be payable under State Government
sales Tax Act or Local bodies Act or rules on any of the materials that may be used or
supplied by the Contractor will be payable by the contractor. The Railway will
neither pay the taxes nor duties not be bound to compensate the contractor for any
amounts paid by way of these taxes or duties.
5. For any items of work in the event of these being any conflict in the working or
drawing referred to in the schedule and specifications of work, ;the former shall
prevail. The decision of Engineer-in-charge will be final in all such matters.
6. Use of raw materials secured with Government assistance where any raw materials for
the executing of the contract are procured with the assistance of Government either by
issue from Government stocks or purchased under arrangements made on permits of
license issued by the Government, the contractor shall hold the said materials as
trustee for Government and use such materials economically and solely for the
purpose of the contract against which they are issued and not disposed them without
the permission of Government and returned if required by the purchaser all surplus of
unserviceable materials that may be left with him after completion of the contract as
Government may fix the due regard to the condition of the materials The freight
charges for the return if the materials according to the direction of the purchase shall
be borned by the Contractor, in the event of the decision of Government shall be final
and conclusive. In the event of any breach of the afore said condition, ;the contractor
shall in addition to the owing himself open action for contravention of terms of the
licenses, the permit and for any reason whatsoever on his being paid such price or for
original breach of trust be liable for account to government for all money
advantageous or profit resulting of which is in the usual course and would have
resulted him by reason of breach.
7. The work shall be maintained by the contractor after certified date of completion for a
period of Six months and he will make good any defects imperfections, shrinkage or
faults which may appear during the period of maintenance at his own cost.
8. 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 out side the Railway
premises. In such a case, the contractor may be permitted to take the Railway
materials required for the work out side the Railway premises and to store in the shed
so erected or private accommodation, so secured. It shall be the responsibility of the
contractor to keep the entirely separate from the Contractor’s materials and the
Railway shall be at liberty to inspect the same time to time.
Page 73 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
9. SPEED RESTRICTIONS
9.1 Speed restrictions as required for safety of traffic will be arranged by the Engineer-in-
charge. No work on the track should be completed until the permanent way Inspector
of the Railway has imposed the speed restrictions are erected speed indicators.
9.2 After a speed restriction is imposed, the contractor shall progress with work in a
systematic manner.
9.3 Long length of track under speed restrictions should avoided.
9.4 If the contractor fails to employs adequate labour for attention to the track so as to
permit the train to go at restricted speed, the Railway will take action to employ such
labour as it is necessary at the risk and cost of the contractor to attend to track and
make it fit for passage if trains at the prescribed speed.
9.5 Caution watchman as necessary during day and night would be arranged for free by
the Railway.
9.6 The work should be executed in a work man like manner to the satisfaction of the
Engineer-in-charge. In the event of any accident at the work spot departmental
enquiry will be held by the Railway or enquiry by CRS will be held. If it is
established that the accident occurred wholly or partly due to any act tentamounting to
negligence on the part of the contractor or his labour, the contractor shall render
himself liable for all damage and also legal prosecution if loss of life is involved.
10. Contractor’s supervision.
10.1 The Contractor shall employ and post at site a technical supervisor who should be
adequately qualified and well experienced in execution of Permanent Way Works.
The name, particulars of technical qualifications and record of experience of the
supervisor employed should be advised to the Engineer-in-charge. If in the opinion of
the Engineer-in-charge the supervisor is not fit to be in-charge of the work should be
forth with replaced. In this matter, the opinion of the Engineer-in-charge will be final
and binding on the contract.
10.2 No work on the track should done unless and until the PWI, Contractor’s technical
supervisor is present at site.
11. The completion period for the entire work is the essence of the contract and suitable
arrangements should be made for the progressive execution of the work so that the
entire work is completed within months from the date of issue of letter of
acceptance of the tender.
12. The minimum progress for the complete track renewals and through sleeper renewals
and the penalties for slow progress is as under vide this office letter No. B/w.496/I/4
dated 17-2-1988.
i) For CTR and TSR works 3 (three) kms per month.
ii) For TRR and Deep screening work 4 (four) kms per month
iii) For every lineal metre of shortage, recovery of the following rates should be
made from the contractor’s bills.
Complete track renewals Rs.10/- per metre of shortage.
a) Through sleeper renewals Rs.8/- per metre of shortage
b) Deep screening Rs.6/- per metre of shortage
c) Through rail renewals Rs.4/- per metre of shortage
13. The quantities shown in the tender schedule are approximate and will be operated in
full or part at the discretion of the Engineer-in-charge.
14. Payment will be made based on actual quantity/items operated.
Page 74 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
15. The existing rails, sleepers and fastenings from the track shall be removed including
excavation, etc., with utmost care to avoid any damage to the rails, sleepers, and
fastenings, etc., shall be neatly removed re-laid and balance of released materials
should be handed over to the PWI concerned at his depot.
16. The contractor shall carry out the work in such a manner to avoid any inconvenience and
disturbance to Railway working and to the public using the railway premises and will
adjusts the program of the work accordingly in consultation with the engineer-in-charge.
17. The Railway administration will not be responsible for the safety of contractor’s labour
engaged for their work and should be ensured that all the labour are medically fit with good
eye sight so that they can safe guard themselves.
18. The work must be supervised by PWI. No work is carried out by the contractor unless PWI
in charge of the work is at site. It is necessary that safety of the track is ensured by the
PWI in-charge supervising the work.
19. At any stage during the execution of work, if contractor fails to employ adequate labour to
complete the works in traffic blocks to raise the speed by rear packing and restore traffic
etc., as decided by the Engineer in charge such work will be carried out by deploying
departmental labour at the cost of contractor, without prejudice to action as per GCC in
clause 62 and recovery of cost of such labour shall be made from contractor’s bill as per
extent rules.
20. Vehicles and equipment of contractors can be drafted by Railway administration in case of
accidents/natural calamities involving human lives. However, the number of hours, the
equipment put to use is to be compensated as per prevailing rtes inclusive of fuel charges
on actual basis.
SPECIFICATIONS AND SPECIAL CONDITIONS OF CONTRACT FOR DEEP
SCREENING OF BALLAST
1.0 Scope of Work
1.1 Deep screening of ballast below the bottom of the sleepers up to formation level and
putting back the screened ballast, lifting of track to provide the specified cushion, initial,
alignment, lifting and leveling the track to proper longitudinal profile, initial packing and
additional packing of track as directed by the Engineer or his representative completed
with disposal of much spoils within a lead of 100 m including all lifts/descends.
1.2 Spreading and boxing of ballast to standard profile
1.3 Bringing the cess to the correct level to relation to the final rail level as directed by
Engineer in charge.
2.0 Special conditions of contract
2.1 The work of deep screening should be carried out in accordance with the provisions given
under Para 238 © to (g) of Indian Railway Permanent way manual, 1986 and Para 6.3.1 of
manual of instructions of long welded rails, 1996.
2.2 The screening should be taken up to cover full width of ballast section. The ballast above
the formation should be taken up for screening. Any deficiency in ballast cushion should
be made good by lifting the track to the longitudinal level decided after proper survey. No
extra payment will be paid for such subsequent lift involved to achieve the required clean
cushion.
2.3 Before deep screening work is started, longitudinal profile of track will taken and final
profile marked at 30 m interval on pegs, duly taking into account formation/cess level and
the required ballast cushion. This will be done by the Railways Engineer in charge. The
contractor shall maintain the rail level after deep screening to the level as indicated on the
peg or as directed by the Engineer in charge.
Page 75 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
2.4 The work of deep screening will include removing ballast including the core below the
sleeper and excavating below the bottom of sleeper up to the formation level as directed
by the Engineer in charge. The ballast so removed should be screened by using portable
inclined ballast screened with 20 mm openings. The use of wire baskets for screening is
not permissible. Muck/spoils should disposed off as directed by the Engineer in charge.
2.5 Deep screening work must be organized with independent screening, reclaiming the
finishing partial each of adequate strength
2.6 Use of wooden blocks is a must as soon as the crib ballast is opened out. Full use must be
made of regular wooden blocks as well as tapered wedges.
2.7 In embankments for screening of ballast inclined screens should positioned at the edge of
the formation with inclined leg resting on the slope so that the muck is thrown on the slope
and the screened ballast is collected on the cess. In cuttings, much from the screened
ballast should collect in cane baskets, properly gunny lined and disposed beyond the reach
of the cutting. Care should be taken that the muck does not get mixed with cleaned
ballast. The muck should not be dumped on slopes of cuttings, inside of drains and catch
water drains.
2.8 Proper drainage of deep screened formation should be ensured by sloping the formation
towards from the center of the formation to a slope of 1 in 40
2.9 No ballast is to be wasted in slopes and in cuttings, while carrying out the above
operations.
2.10 The contractor should carry out digging screening, leveling the track and rough packing
underneath with the screened ballast adequately so as to pass the trains at 20 kmph, these
works shall be complete on the first day for the length taken up for screening.
2.11 The rate for deep screening will include shifting and squaring of sleepers to the correct
spacing as marked by the Engineer in charge. This will also include removal/ renewal of
fitting and refixing of fittings and also repacking.
2.12 Payment for leading ballast will be in the basis of measurements of ballast stacks that has
been led and dumped.
2.13 The quoted rate for each item of the schedule is all inclusive
3.0 Speed Restrictions and Safety
3.1 Speed restrictions as required for the safety of trains traffic will arranged by the Engineer in
charge. No work on the track should commence until the permanent way Engineer of the
Railway has imposed the necessary speed restrictions and erected the speed indicators. No
work should be done by the contractor without the presence of Railway Supervisor
nominated by the Engineer in charge for supervising the work.
3.2 After the speed restriction is imposed the contractor shall commence the work immediately
and progress with work in a systematic manner. Long length of track under speed
restrictions should avoided.
3.3 If the contractor fails to employs adequate labour for attention to the track so as to permit the
train to go at restricted speed, the Railway will take action to employ such labour as it is
necessary at the risk and cost of the contractor to attend to track and make it fit for passage
of trains at the prescribed speed.
3.4 The work should be executed in a workman like manner to the satisfaction of the Engineer-
in-charge. In the event of any accident at the work spot departmental enquiry will be held by
the Railway or enquiry by CRS will be held. If it is established that the accident occurred
wholly or partly due to any act tentamounting to negligence on the part of the contractor or
his labour, the contractor shall render himself liable for all damage and also legal
prosecution if loss of life is involved.
4.0 Track Standards
4.1 The track parameters which shall be attended after deep screening and final packing should be
within the following tolerances.
Page 76 of 76 Tender No.04/North/2016
Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No 04/North2016 invited vide Open Tender No.DRM/Works/BZA/02/2016 dt. 25.01.2016, date of opening on 29.02.2016 for the work of “SW-1 UP Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient
posts, bridges, Land boundary pillars and trolley refuges etc and repairs to trolley refuges in ADEN/RJY Sub– division SW- 2) UP
Keeping and tyding of P.Way brightening works for LC Gates barricading, KM/Gradient posts, bridges, Land boundary pillars and repairs to trolley refuges, Providing rail barricading at LC no. 475,476A & 478 and Deep screening (manual) on ballast deck bridges
and approaches of girder bridges & LCs where BCM cannot be done locations in ADEN/TUNI Sub - division
Sl No. Parameter Details Limiting value
a Gauge Sleeper to sleeper variation + or – 2 mm
b Joints Low joints Not permitted
High joints Not over + or –20 mm
Square ness of joints for
straights
+ or –10 mm
c Spacing of
sleepers
With respect to the critical
spacing
+ or –10 mm
d Cross level To be recorded on every
forth sleeper
+ or –3 mm
e Packing To be checked canne
aboule
No more than 20% loose
f alignment i) on straight (10
mm chord)
ii) on curves (20
mm chord)
+2mm
--2 mm
Station to station versine
variation
Shall not exceed 20 mm or 20% of
the average versine in circular portion
which ever is more.
4.2 At intermediate stages of speed relaxation the above standards may be attained to the extent feasible.
The decision in this regard of engineer in charge shall be final
5.0 Tools and equipment
5.1 The following essential tools and equipments required for the execution of the work will have to be
arranged for by the contractor at his own cost.
1.Screens with 20 mm size openings.
2.Gauge cum level.
3. wooden squares.
4.Cane baskets properly gunny lines
5. Wooden blocks and tapered wedges.
6. Mallets/hammers
7. Crow bars.
8. Beaters.
9. Shovels and wire claws.
5.2 The Contractor has to make his own arrangements to bring tools and other equipments if any
required for the work at his own cost as per the site conditions
6.0 Supervision
6.1 The contractor shall employ and post at site a technical who is adequately qualified and well
experience in execution of P.Way works. The name technical qualifications particulars of
experience of the Supervisor employed should be advised to the Engineer I charge, If in the
opinion of the Engineer in charge, that the supervisor is not fit to be in charge of the work, he
should be replaced immediately. In this matter, the opinion of the Engineer in charge will be
final and binding on the contractor.
6.2 No work on the track should done unless and until the PWI, Contractor’s technical supervisor
is present at site.
7.0 Progress of Work
7.1 The completion period for the entire work is the essence of the contract and suitable arrangements
should be made for the progressive execution of the work so that the entire work is completed
within Three months from the date of issue of letter of acceptance of the tender.
7.2 A minimum progress of 4 kms, per month with a proportionate progress of 1 km per week should
be achieved A penalty of Rs.6/- per running metre per month shall be levied for the short fall in
the monthly progress if the short fall in progress is on contractor’s account only. The decision of
the engineer in charge shall be final in this matter.