156
DOWNLOADED FROM WEBSITE T.N Tenderer/tenderers WEST C KO ENGINEE (CONS (CONTRACT Two packe TEN (CO DEPUTY CHI DIVISIONAL RAILW WEST CEN TEL-0744-2467086, 074 (CORRIGENDUM DOCUMENT-2) No.Dy/CE/C/Kota/RMA-BPL/15-16/04 Dy. Chief Engineer (Co Executive Engineer (Const) CENTRAL RAILWAY OTA DIVISION ERING DEPARTMENT STRUCTION UNIT) GOVERENED BY USSR-201 et system of tenderin NDER FORM ORRIGENDUM DOCUMENT) OFFICE OF THE IEF ENGINEER (CONSTRUCTION) WAY MANAGER’S OFFICE COMPO NTRAL RAILWAY- KOTA-324002. 44-2467084, 0744-2467124, FAX-074 1 onst-II)/ )/WCR/Kota T 11) ng OUND 44-2467123

TENDER FORM - wcr.indianrailways.gov.in

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 1T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

WEST CENTRAL RAILWAY

KOTA DIVISION

ENGINEERING DEPARTMENT(CONSTRUCTION UNIT)

(CONTRACT GOVERENED BY USSR-2011)Two packet system of tendering

TENDER FORM(CORRIGENDUM DOCUMENT)

OFFICE OF THE

DEPUTY CHIEF ENGINEER (CONSTRUCTION)

DIVISIONAL RAILWAY MANAGER’S OFFICE COMPOUND

WEST CENTRAL RAILWAY- KOTA-324002.

TEL-0744-2467086, 0744-2467084, 0744-2467124, FAX-0744-2467123

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 1T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

WEST CENTRAL RAILWAY

KOTA DIVISION

ENGINEERING DEPARTMENT(CONSTRUCTION UNIT)

(CONTRACT GOVERENED BY USSR-2011)Two packet system of tendering

TENDER FORM(CORRIGENDUM DOCUMENT)

OFFICE OF THE

DEPUTY CHIEF ENGINEER (CONSTRUCTION)

DIVISIONAL RAILWAY MANAGER’S OFFICE COMPOUND

WEST CENTRAL RAILWAY- KOTA-324002.

TEL-0744-2467086, 0744-2467084, 0744-2467124, FAX-0744-2467123

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 1T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

WEST CENTRAL RAILWAY

KOTA DIVISION

ENGINEERING DEPARTMENT(CONSTRUCTION UNIT)

(CONTRACT GOVERENED BY USSR-2011)Two packet system of tendering

TENDER FORM(CORRIGENDUM DOCUMENT)

OFFICE OF THE

DEPUTY CHIEF ENGINEER (CONSTRUCTION)

DIVISIONAL RAILWAY MANAGER’S OFFICE COMPOUND

WEST CENTRAL RAILWAY- KOTA-324002.

TEL-0744-2467086, 0744-2467084, 0744-2467124, FAX-0744-2467123

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 2T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

TECHNICAL BID(FIRST ENVELOPE)

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 3T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

WEST CENTRAL RAILWAY

Tender Notice No: Dy. CE/C/Kota-11of 2015 Dated: 3 .8.2015Corrigendum No. Dy/CE/C/Kota- 11 of 2015 dated 9.9.2015

TENDER DOCUMENT

1. Name of work : Construction of tunnel and ancillary works includingEarthwork in formation and Construction of minorbridges from Km 57.00 to 61.00 between Jhalawar –Aklera in state of Rajasthan as part of Ramganj mandi –Bhopal New BG Rail line project

2. Approximate cost :` 24,04,51,000/-

3. Earnest Money :` 13,52,260/-

4. Completion Period :18 (EIGHTEEN) Months including monsoonperiod

5. Cost of tender document :` 10,000/-

6 Tender No Dy/CE/C/Kota/ RMA- BPL/15-16/04

Tender Closing date 30.9.2015 at 15.45 hoursTender Opening Date 30.9.2015 at 16.00 hours(Technical Bid)

NOT TRANSFERABLE

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

Issued to :

“THE TENDERERS ARE INSTRUCTED TO QUOTE ONLY SINGLE PERCENTAGE RATE (ABOVE ORBELOW) RAILWAY’S ESTIMATED RATE ON COMPLETE TENDER VALUE. IF SINGLE PERCENTAGEABOVE/BELOW RAILWAY’S ESTIMATED TENDER VALUE AS A WHOLE IS NOT QUOTED ORVARIOUS RATES AGAINST VARIOUS ITEMS/SCHEDULES ARE QUOTED THEN THE TENDER SHALLBE SUMMARILY REJECTED”

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 4T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

CHECK LISTBefore submitting the tender document in tender box please ensure that you have completedfollowing necessary formalities for consideration of your offer. Please also ensure that all documentssubmitted are signed by you or your authorised representative. Please note that this check list is onlyfor your convenience. For more details please go through the tender document:

Sr.No.

Particulars Complied YES or No Details of Supporting document

1 Requisite earnest money in validformat with details of bank.

2 Cost of tender document if downloaded from website.

3 Signature of tenderer/authorizedsignatory on all the pages of tenderdocument & supporting documentalong with address and phone no.for correspondence &communication.

4 Proof of authorization if the firm is apartnership firm/ limited company/HUF/ Joint Venture etc.

5 Copy of partner ship deed/Memorandum of association/Article of association/ Agreement ofHUF/ Joint venture agreement.

6 Proof of contractual turnover forminimum eligibility criteria.

7 Proof of similar nature of work forminimum eligibility criteria.

8 List of completed works as perproforma No. III .

9 List of work in progress as perproforma No-IV

10 List of tools & plats planned to bedeployed for the work.

11 Details of organization, Technicalemployees to be engaged on thiswork.

12 Rates have been filled in the offersheet in words as well as in figures.

13 Test certificates if any required asper tender document.

14 Method statement is signed byyou.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 5T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

I N D E XPart Description Page No.

TECHNICAL BID (First Envelope) 1-140

Part-I Tender Notice 6-9

Mandate Form 10

Mandatory details. 11

Method of submission of Bid Document 12

Part-II Important notes for intending tenderers 12

Part-III Tender form 14-15

Part-IV Instructions to the tenderers 16-42

Settlement of Disputes- Indian Railway Arbitration rules. 43-46

GCC Clause-65 47-48

Mobilization Advance 49

Appendix. 50

Safety Rules. 51-54

IRPWM/CS 55

Training of Supervisors 56

Special condition for issue of identity card by the contractor 57

Special condition for tenderer when downloading the tender

document from internet.

58

Price variation clause 59-62

Provident fund 63-64

Format for MOU for Joint Venture Agreement 65-67

Model form of Bank Guarantee 68-69

Acceptance of tender 70

Contract Agreement. 71

Supplementary agreement 72

Guide lines for participation of Joint venture 73

Proforma I to IX 74-84

Part-V Scope of work 85-97

Part-VI SPECIAL CONDITION 98-109

Part-VII Technical specification 110-140

FINANCIAL BID (Second Envelope) 143-156

Part-VIII Tender Schedule 143-155

Offer Sheet 156

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 6T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

1.0 Tender Notice Part- I

Tender Notice WEST CENTRAL RAILWAY Open tender

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

Tender No Descriptionof work

Approx.cost

EarnestMoney

Comp.Period

Date ofOpening

CostofTenderForm

Similarnature ofwork foreligibility

1 2 3 4 5 6 7 8Dy/CE/C/Kota/RMA- BPL/15-16/04

Construction

of tunnel and

ancillary

works

including

Earthwork in

formation and

Construction

of minor

bridges from

Km 57.00 to

61.00

between

Jhalawar –

Aklera in

state of

Rajasthan as

part of

Ramganj

mandi –

Bhopal New

BG Rail line

project

`.24,04,51,000/-

13,52,260/- 18months(includingmonsoon)

15.9.2015At 16.00hrs.(Now30.9.15)

`. 10000/-`..10500/-By post.

“Any

Tunneling

work for

Roads/

Railways/

Hydro-

Electric

Project/

Irrigation

Projects”

THE ABOVE MENTIONED TENDERS SHALL BE DEALT WITH AS TWO PACKET SYSTEM OFTENDERING.

Technical Bid and Price Bid must be submitted in two different sealed envelopes clearly super scribing on

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 7T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

each envelope type of bid i.e. Technical Bid or Price Bid along with the name of firm/ tenderer , TenderNotice No and Name of Work as per requirement given in the tender document.

The Joint Venture (JV) is permitted for the work as per the guidelines in the tender document. In case ofJoint Venture firms participating in the tender, all conditions mentioned in GCC Clause 65 {Guidelines forparticipation of joint venture (JV) Firms} are to be strictly adhered to, and all necessary documents shouldbe enclosed by JV Firm along with the technical bid, otherwise the offer shall not be considered for furtherevaluationMinimum Eligibility Criteria-Following criteria is required to be fulfilledThe tenderer, other than JV, should fulfill the Eligibility Criteria mentioned at para (A)and(B)below:

Tenderer shall fulfill following eligibility criteria regarding Turnover and “Similar nature of work” either as anindividual or Partnership firm, Company.

(A) Turn Over :-Total contract amount received during the last three financial years and in the current financial year should be aminimum of 150% of advertised tender value as per audited balance sheet duly certified by the charteredaccountant. For the last financial year ended and /or the current financial year if audited balance sheet notavailable contractual amount received duly certified by the chartered accountant should be submitted as a proofof turnover. Alternatively at least payment certificate from central Govt/State Govt/ central PSU’s and other Govt.agencies for minimum of 150% of advertised tender value may be submitted.

(B)Similar Nature of work.Should have physically completed in last three financial years (i.e. current year and three previous financial years)at least one work of “Similar Nature”, ( As mentioned in column 8 ) for a min. value of 35% of advertised tendervalue of work. In case the tenderer has completed a composite /combined work having element of ”Similar Work”the submission of documentary proof of having successfully completed separable, respective “Similar Nature”ofwork valuing minimum 35% of the advertised value in a composite/combined work shall be considered sufficient.The JV Firm should fulfill the Eligibility Criteria mentioned at para (C) and (D) below:(C) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in the last threeprevious financial years and the current financial year upto the date of opening of the tender, one similar singlework for a minimum of 35% of estimated value of the tender.Similar nature of work means: “As described in Column-8.

NOTEValue of a completed work done by a Member in an earlier JV Firm shall be reckoned only to the extent ofthe concerned member's share in that JV Firm for the purpose of satisfying his/her compliance to theabove mentioned technical eligibility criteria in the tender under consideration.

(D) The contractual payments received by the JV Firm or the arithmetic sum of contractual payments received byall the members of JV Firm in the previous three financial years and the current financial year up to the date ofopening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender.

NOTEContractual payment received by a Member in an earlier JV Firm shall be reckoned only to the extent ofthe concerned member's share in that JV Firm for the purpose of satisfying compliance of the abovementioned financial eligibility criteria in tender under consideration.

Documents to be submitted along with tender-The tenderer is required to submit the following documents along with the tender:1. Earnest money deposit in proper form.2. Power of attorney, if any.3. Tender document duly signed and complete in all respect.4. Partnership deed /association deed/as the case may be duly notarized/ registered.5. Audited balance sheet duly certified by the chartered accountant . For the last financial year ended and /orthe current financial year if audited balance sheet not available contractual amount received duly certified by the

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 8T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

chartered accountant should be submitted as a proof of turnover. Alternatively at least payment certificate fromcentral Govt./State Govt./central /PSU’s and other Govt. agencies for minimum of 150% of advertised tendervalue may be submitted.

In addition to above contractor will have to submit following documents along with the tender:(Technical Bid)(a) List of personnel organization available on hand and proposed to be engaged for the subject work.(b) List of plant & machinery available on hand (own) and proposed to be inducted (own and hired tobe given separately) for the subject work.(c) List of works completed in the last three financial years giving description of work, organization forwhom executed, approximate value of contract at the time of award, date of award and date of scheduledcompletion of work. Date of actual start, actual completion and final value of contract should also begiven.(d) List of works on hand indicating description of work, contract value, and approximate value ofbalance work yet to be done and date of award.

NOTE: (1) In case of items(c) & (d) above, supportive documents/certificates from the organizationswith which they worked/are working should be enclosed.

(2) Certificates from private individuals for whom such works are executed/beingexecuted should not be accepted.

All documents must be submitted along with tender document duly self attested by the tenderer.Only verification, clarification if required shall be got done after opening of the tender.Tender documents downloaded from internet.From 15 days prior to the specified date of opening, the tender forms are available on sale in the office ofDy CE/C, WC Rly Kota after remittance of the cost of tender form. The amount towards the cost of tenderform may be remitted to the Divisional cashier ( Pay ) , W.C. Railway, Kota, JBP, BPL or any stationmaster/ station superintendent on WC Railway and the money receipt obtained thereof should besubmitted to this with a requisition for issue of tender forms. The tender forms are not transferable andcost of tender form is not refundable. This office will not entertain direct payment.The tender notice is also available on Web site http://wcr.indianrailways.gov.in from 30 days prior to thespecified date of opening. The prospective tenderers are advised to regularly visit websitehttp://wcr.indianrailways.gov.in before the date of opening to note any changes /corrigenda for the tender.Tenderer(s) who are submitting downloaded ( from website ) tender document, must enclose with tenderform a demand draft/banker cheque issued by any nationalized bank in favor of Dy FA & CAO (C) ,WCRailway, Kota payable at Kota towards the cost of tender document. Money receipt obtained fromdivisional cashier or any station master / station superintendent of WC Railway towards the cost of tenderform is also acceptable. Tender offers, with downloaded tender form, not accompanying with the requisitecost of tender form in proper form will be summarily rejected.Earnest Money“ THE EARNEST MONEY SHOULD BE IN CASH OR BANKERS CHEQUES/ DEMAND DRAFTIN FAVOUR OF “DY.FA& CAO(C )WCR-KOTA” EXECUTED BY STATE BANK OF INDIA ORANY OF THE NATIONLISED BANKS OR BY A SCHEDULED BANK.”The earnest money wherever it is deposited in cash should be remitted to the Chief Cashier, WestCentral Railway-Jabalpur or to the Divisional Cashiers and the receipt obtained should be enclosedwith the tender as a proof of the deposit of requisite earnest money. The earnest money should notbe deposited at stations. Tenders unaccompanied with requisite Earnest Money or received inany other form than those mentioned above shall be summarily rejected.

Pre-bid meeting in connection with tendered work will be held 11.9.2015(Now 23.9.15) inoffice of Dy/CE/C-II/KotaThe Joint Venture firm shall be required to submit Earnest Money Deposit (EMD) alongwith the tender interms of the provisions contained in Para 5 (Earnest Money) of Part-I of GCC.

Cost of Tender form (Non refundable) : For each set of tender form by postal delivery, demanddraft/Bankers Cheque from any nationalised bank drawn in favour of Dy. FA & CAO(C ) W.C.Railway, Kota payable at Kota towards cost of tender form as per column 7 above should be

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 9T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

submitted. For Postal Delay Railway will not be responsible.

The tender box is kept in the office of Dy CE (Construction), WC Railway, Kota for dropping oftenders. The sealed tender document should be dropped on any working day during office hours inthe tender box upto 15.45 hrs on specified date of opening. Tender box will be closed at 15.45 hrson specified date of opening. Tenders received after closing of tender box will not be entertained.The closed tender box will be opened at 16.00 hrs on the same day. If any of the tenderer or hisauthorized representative want to be present at the time of opening of the tenders he may do so.Tender documents, duly filled in and sealed, may be sent to the office by Dy CE (Construction),W.C.Rly Kota by Post. However, tenderers are advised to post the tender well in advance so as toreach in time. Railway shall not be responsible for any delay in transit or loss whatsoever withregard to tender documents received by post. Tenderers are also advised to clearly mention thename of the work, tender notice no. and date of opening at the top of the envelope and it should beenclosed in another envelope to avoid opening inadvertently. Name of the work, tender notice noand date of opening should be mentioned on both the envelopes.In case it happens to be holiday on the date of opening, the tender will be opened on next workingday at same time of opening. The validity of the offer shall be 180 days from the date of opening ofthe tender.

Tender Notice No Dy.CE./C/Kota 11 of 2015 Dated 3 . 8.2015

Dy. Chief Engineer(C-II),West Central Railway, Kota

For & Behalf of the President of Union of India

Tender Notice WEST CENTRAL RAILWAY Open tender

CorrigendumCivil Engineering

The following tender is due for opening on 15.9.2015. Now the tenders will be opened on30-9-2015 with revised tender documents. The details of tenders are as under-Tender No Description of work Date of

OpeningDate of pre bidmeeting

1 2 6 9Dy/CE/C/Kota/ RMA-BPL/15-16/04

Construction of tunnel and ancillary worksincluding Earthwork in formation andConstruction of minor bridges from Km 57.00to 61.00 between Jhalawar – Aklera in state ofRajasthan as part of Ramganj mandi – BhopalNew BG Rail line project

30.9.2015At 16.00 hrs

23.09.15at 11.00 hrs.

Other terms and conditions of tender notice remains same.Pre bid meeting shall be held on 23.9.2015 in the chamber of Dy.Chief Engineer (Construction-II)Kota

Dy. Chief Engineer(C-II),West Central Railway, Kota

For & Behalf of the President of Union of India.

Tender Notice No Dy.CE./C/Kota 11 of 2015 Dated 9.9.2015

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 10T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

1.1 MANDATE FORM

TENDER NOTICE NO.:Dy/CE/C/Kota/11 of 2015 dated 3.8.2015Corrigendum dated 9.9.2015

1. PARTICULARS OF THE PARTY:

a) NAME:

b) ADDRESS:

c) PHONE NO.:MOBILE: FAX.No.:

d) I. TAX PANNo.: E.MAIL:

2. PARTICULARS OF BANK ACCOUNT:

a) BANK NAME:

b) BRANCH:

c) BANK ADDRESS:

d) BANK TEL No.: FAXNo.:

e) BANK MICR CODE(9DIGIT): BANK IFS CODE.:

f) BANK ACCOUNT No.:

g) ACCOUNT TYPE: SAVINGS/CURRENT/CASH CREDIT LEDGER F/NO.:

3. DECLARATIONBY THE PARTY:I hereby, declare that the particulars given above are correct and complete. If the transaction isdelayed or not effected at all for reasons of incomplete or incorrect information the User Institution,i.e. Dy.FA&CAO/C/WCR-Kota will not be held responsible. I have understood the scheme andagree to discharge the responsibility expected from me as a participant under the scheme. I alsoundertake to acknowledge/intimate the concerned Railway Administration (Dy.FA&CAO(C ) WCR-Kota on receipt of each payment from Railways.

One cancelled cheque/photo copy of the cheque duly carrying IFS Code is enclosed. Certifiedthat the particulars furnished above are correct as per our records.

.Signature of the tenderer

Name of signatory_

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 11T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

1.2 Mandatory details to be filled in by tenderer while submitting their offer:

1 Constitution of the firm/Concern(Tick as applicable)

Sole Proprietorship/ Partnership Firm /Company/JV/Society

2 Full name of SoleProprietorship/ Partnership firm/Company/ JV/ Society (as thecase maybe)

3 Year of formation/Incorporation

4 PAN NO.

5 Registered Office Address

6 Address on whichcorrespondence regarding thistender should be done

7 Names of the Proprietor/Partners/JVmembers etc

8 Details of EMD submitted.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 12T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

1.3 Method of submission of Bid Documents

The tender shall be submitted as per “two packet system” as described below:-

(1) The sealed envelope super scribed as Technical Bid must contain the Technical Bid documentsalong with the documents in support of fulfilling the eligibility criteria & other requirements asasked for this work duly signed on each page. The other sealed envelope as Price Bid mustcontain the Price Bid document along with quoted rate sheet duly signed on each page.

(2) Technical bid and Price Bid must be submitted in two different sealed envelopes clearly superscribing on each envelope type of Bid i.e. Technical Bid or Price Bid.

(3) If Technical Bid & Price Bid is submitted in one single envelope, unless they are in two differentsealed envelopes duly super scribed as detailed above, the tender shall be summarily rejected.

(4) If both the offers i.e. Technical Bid & Price Bid are not submitted simultaneously upto theprescribed time and date of opening, the tender offer shall summarily be rejected.

(5) The requisite EMD and cost of tender document must be submitted along with the TechnicalBid Documents in Technical Bid envelope only. Otherwise, the tender shall summarily be rejected.Tenders unaccompanied with requisite Earnest Money or received in any other form thanthose mentioned shall be summarily rejected.

(6) No document/reference connected with Price Bid shall be enclosed with Technical Bid documentsin Technical bid envelope. Otherwise, the tender will summarily be rejected. The offer of rates andPrice Bid document must be submitted in Price Bid envelope only.

(7) THE TENDERERS ARE INSTRUCTED TO QUOTE ONLY SINGLE PERCENTAGE RATE (ABOVE ORBELOW) RAILWAY’S ESTIMATED RATE ON COMPLETE TENDER VALUE IN THE PRICE BID ONLY. IFSINGLE PERCENTAGE ABOVE/BELOW RAILWAY’S ESTIMATED TENDER VALUE AS A WHOLE ISNOT QUOTED OR VARIOUS RATES AGAINST VARIOUS ITEMS/SCHEDULES ARE QUOTED THEN THETENDER SHALL BE SUMMARILY REJECTED.

(8) Tenderer(s) must give their complete postal address of correspondence correctly with Pin codein the “TOP SHEET” and “Mandate form” as provided in the technical bid of tender document.Railway shall not be responsible for any failure of dispatch of letter by the Postal Department.The tenderer or his authorized representatives m a y attend the opening of Technical Bid andPrice Bid on the specified dates & timings and place.

(9) The copies of the various letters/documentary proofs/statements etc. should be enclosed withTechnical Bid and shall be properly indexed.

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

(11) All documents must be submitted along with tender document duly self attested by thetenderer. No additional documents shall be entertained for evaluation of offer other thansubmitted along with the technical Bid. Only verification, clarification if required shall be gotdone after opening of the tender.

(12) Special conditions quoted by the tenderer-Normally the tenderer is not expected to quote any special condition. The railway reserves the rightnot to consider conditional tenders and reject the same without assigning any reason. Only thoseadditional conditions, which are explicitly accepted by Railway, shall form part of the contract.

(13). (As per Clause 7 of GCC )An affidavit is required to be submitted by all tenderers (as given inProforma ix). Based on this affidavit, Tender Committee will deliberate and decide eligibility oftenderers for first packet.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 13T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Part-II

2.0 MPORTANT NOTES FOR INTENDING TENDERERS2.1 Items to be ensured by tenderer:2.1.1 The offer page has been signed with full name, address, filling all the blanks and required columns.2.1.2 The validity prescribed by the Railway in Conditions of Tender is accepted.2.1.3 Tenderer should not quote special conditions of their own as they are likely to vitiate the tender and

make it prone to rejection.2.1.4. All pages are signed, corrections neatly scored out and initialed.2.1.5 Please do not leave any lapses which may lead to declaration of your offer as INVALID.2.1.6 The tenderers should please note that the item and rates of Master Schedule items are based UNIFIED-

SSR-2011 of WCR (WORKS AND MATERIALS) As such wherever it is shown and written as UNIFIED-SSR-2011 of WCR (WORKS AND MATERIALS) in the tender form, should be read as UNIFIED-SSR-2011 of WCR (WORKS AND MATERIALS) only.

2.1.7 All the documents submitted by the tenderer in support of his credentials/scheme etc Should be self attested.2.2. Documents to be enclosed along with the tender

The tenderer is/are required to produce following documents along with original tender papers duly filled in& signed on all pages.

(i) Earnest money in proper Form.(ii) Power of attorney if any.(iii) Tender document duly signed and complete in all respect.(iv) Partnership deed/association deed/Joint Venture as the case may be duly notarized/registered.(v) Statement showing contractual payment received by the firm during last three years and current financial

year up to date of opening of tender as per audited balance sheet duly certified by Chartered Accountantetc. or attested certificate from the employer/client/Chartered Accountant etc.

(vi) Certificate from the relevant controlling competent authority indicating value of work of similar naturecarried out by the firm during the last three years.

(vii) In addition to above contractor will have to submit following documents along with the tender.(a) List of Personnel, Organization available on hand and proposed to be engaged for the subject work.(b) List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be

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

executed, approximate value of contract at the time of award, date of award and date of scheduledcompletion of work. Date of actual start, actual completion and final value of contract should also begiven.

(d) List of works on hand indicating description of work, contract value, and approximate value of balancework yet to be done and date of award.Please note that –

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

Certificates from private individuals for whom such works are executed/being executed should not beaccepted.

2.2.1 Above details are to be furnished by tenderer in the Performa detailed below-Proforma No: I, II, III, IV, V A & B, VI & VII (attached herewith)Proforma No: I : Particulars of tenderer.Proforma No: II : Details of works activities similar to tendered work.Proforma No: III : Details of all Civil Engg. Works carried out during past 3 years.Proforma No: IV : Details of Civil Engineering works in hand.Proforma No: V-A : Details of Plant & Machinery owned by the Tenderer.Proforma No: V-B : Details of Plants and Machinery proposed to be hired for work.Proforma No V-C : Details of payments received during last 3 years.Proforma No: VI : Particulars of Technical staff to be employed on the work.Proforma No: VII : Particulars of site conditions.

2.3 Documents to be enclosed by the JV firm along with the tender (applicable for tenders costingmore than Rs. 10.00 crore)As per Joint venture GCC clause 65.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 14T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Part-III3.0 TENDER FORM

Tender No: Dy/CE/C/Kota/ RMA- BPL/15-16/4Name of work: Construction of tunnel and ancillary works including Earthwork in formation and

minor bridges from Km 57.00 to 61.00 between Jhalawar – Aklera in state ofRajasthan as part of Ramganj mandi – Bhopal New BG Rail line project

To,

The President of India,Acting throughDy.Chief Engineer (Construction-II)West Central Railway-Kota.

I/We . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . have read the various conditions to tenderattached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this offer openfor acceptance for a period of 180 days from the date fixed for opening the same.

I/We offer to do the work for of tender for “Construction of tunnel and ancillary works includingEarthwork in formation and minor bridges from Km 57.00 to 61.00 between Jhalawar – Aklera instate of Rajasthan as part of Ramganj mandi – Bhopal New BG Rail line project ”to complete thework 18 (Eighteen ) Months including monsoon period from the date of issue of acceptance letter.

3.1. I/We also hereby agree to abide by the General Conditions of Contract corrected up to date andto carryout the work according to the Special Conditions of Contract & Specifications of materialsand work as laid down by the Railway in the annexed Special Conditions, Specifications andStandard Schedule of rates corrected up to date.

3.2. A Sum of Rs. 13,52,260/- is herewith forwarded as Earnest Money. The total value of theearnest money shall stand forfeited without prejudice to any other rights or remedies in casemy/our Tender is accepted and if:

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

(c) I/We resile from my/our offer or modify the terms and conditions thereof in a manner notacceptable to the West central Railway during a period of 180 days from the date ofopening of the tender and;

(d) I/we do not submit a performance Guarantee (PG) in any of the form as prescribed in clause 7.2 of“ Special tender conditions and instructions to tenderer amounting to 5% of contract value as perthe Performa as prescribed by the Railways, within 30 (Thirty) days from the date of issue of letterof acceptance (LOA) or 60 (sixty) days, if the extension of time for submission of PG beyond 30days and up to 60 days is given by competent authority along with interest @ 15% per annum forthe delay beyond 30 days and up to 60 days from the date of issue of LOA. I/We shall also bedebarred from participating in re-tender of the above work, in case, I/We failed to submit the PG asstipulated above.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 15T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(e) The performance Guarantee shall be initially valid up to the stipulated date of completion plus 60days beyond that. In case, the time for completion of work gets extended, the contractor shall getvalidity of performance Guarantee extended to cover such extended time of work plus 60 days.Further in case during the course of execution of work, value of contract increases by more than25% of the contract value, an additional performance Guarantee amounting to 5% (five percent)for the excess over the original contract value shall be deposited by the contractor.

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

3.4. I/ We hereby certify that no retired Engineer/Gazetted officer of the Railway’s who has retiredwithin One years of date of submission of tender and has not obtained permission of competentauthority has been engaged by me/our firm. I/We also certify that none of my relative is engagedin Engineering Department in West Central Railway.

Signature of Witness Signature of Tenderer(s)

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

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

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 16T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Part-IV4.0 INSTRUCTIONS TO THE TENDERER-

4.1 DEFINITION:

4.1.1 MEANING OF TERMS:In these Regulations for Tenders and Contract the following terms shall have the definitions meanings

assigned hereunder except where the context otherwise required.

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

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

are concerned on his behalf.

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

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

Manager of the successor Railway.

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

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

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

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

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

successor Railway.

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

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

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

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

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

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

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

successor Railway.

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

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

assigns.

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

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

successor Railway.

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

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

successors and permitted assigns.

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

of Contractors with the Railway.

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

(l) Works shall mean the works contemplated in the drawings and schedules set forth in the tender forms

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 17T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

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

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

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

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

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

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

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

provided subsequently.

4.2 SINGULAR & PLURAL: Meaning of words4.2.1 Words imparting the singular number shall also include the plural and vice versa where the context

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

Contract which are referred to herein and shall be subject to modifications, additions or super session byspecial conditions of contract and/or special specifications if any, annexed to the Tender Forms.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 18T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

4.3 DETAILS OF WORK.Construction of tunnel and ancillary works including Earthwork in formation and minor bridgesfrom Km 57.00 to 61.00 between Jhalawar – Aklera in state of Rajasthan as part of Ramganj mandi– Bhopal New BG Rail line project.

Scope of work is given at page No.85-86 –Under Part-V

4.4 TENDER DOCUMENTS4.4.1 SUBMISSION OF TENDERS.4.4.1.1 The tender documents consist of (a) Tender form (First sheet) (b) Special Tender Conditions

and Instructions to tenderer/s (c) Special Conditions relating to site data and specifications (d)Schedule of Items, Rates, and Quantities. These must be submitted as directed in the coveringnote failing which the tender is liable to be rejected.

4.4.1.2 Tender documents can be had from the office of Dy. Chief Engineer/Const, West CentralRailway, Kota on any working day i.e.10.00 hrs 17.30 hrs. from 16.9.2015 to 29.9.2015 on cashpayment of Rs. 10000/- (Rupees Ten thousand only ) only per set, and Rs. 10500/- (Rupees Tenthousand five hundred only ) if required by post. The cost of tender documents is non refundableand tender document is not transferable. Request for tender by post must accompany demanddraft of Rs. 10500/--(Rupees Ten thousand Five hundred only) in favour of DyFA & CAO/Const.,West Central Railway, Kota

(a) Cost of Tender DocumentsTender documents are available on West Central Railway web site i.e.www.wcr.indianrailways.gov.inand the same can be downloaded and used as tender documentfor submitting the offer. This facility is available free of cost. However the cost of tenderdocuments as indicated above in para 4.4.1.2 will have to be deposited by the tenderer in theform of a bank draft payable in favour of DyFA&CAO/C, West Central Railway, Kota along withthe tender document. This should be paid separately not included in the Earnest Money. In case,tender is not accompanied with the cost of the tender documents as detailed above, tender will besummarily rejected.

4.4.1.3 These tender documents must be submitted duly completed in all respects, in a sealed coversuper scribed as tender form for the work “As on top sheet" and should be deposited in theTender Box in the office of Dy. Chief Engineer/Const, West Central Railway, Kota-on or before upto 15.45hrs. on 30.9.2015. The tenders will be opened at 16:00 hrs. Thereafter rates/ conditionsas applicable for mode of opening will be read out in the presence of tenderers. Tenders, whichare received after the time and date specified above, may not be considered. In case the intendeddate for opening of tenders is declared holiday, the tenders will be opened on the next workingday at the same time.

4.4.1.4. Tenders sealed and super scribed as aforesaid can also be sent by registered post addressed toDy. Chief Engineer/Constn, West Central Railway, Kota office so as to reach not later than dateand time specified above . tender which is received after the time and date specified in Clause4.4.1.3 above may not be considered. Any tender delivered or sent otherwise will be at the riskof the tenderer/s.

4.4.1.5 The time of closing of sale and closing of tender Box shall be reckoned as per the wall clockavailable in office of Dy.Chief Engineer (Const) Kota

4.5 SUBMISSION OF RATE4.5.1. “THE TENDERERS ARE INSTRUCTED TO QUOTE ONLY SINGLE PERCENTAGE RATE

(ABOVE OR BELOW) RAILWAY’S ESTIMATED RATE ON COMPLETE TENDER VALUE. IFSINGLE PERCENTAGE ABOVE/BELOW RAILWAY’S ESTIMATED TENDER VALUE AS AWHOLE IS NOT QUOTED OR VARIOUS RATES AGAINST VARIOUS ITEMS/SCHEDULESARE QUOTED THEN THE TENDER SHALL BE SUMMARILY REJECTED”

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 19T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

4.5.2. The rate should be quoted in figures as well as in words. If there is variation between the ratesquoted in figures and in words, the rate quoted in `words' shall be taken as correct. If more thanone or improper rates are tendered for the same item, the tender is liable to be rejected.

4.5.3 Each page of the tender papers is to be signed and dated by the tenderer/s or such person/s onhis/their behalf who is/are legally authorized to sign for him/them.

4.5.4 Tenders containing erasures and alterations of the tender documents are liable to be rejected. Anycorrections made by the tenderer/s in his/their entries should be in INK and must be attested byhim/them under full signature and date.

4.5.5. Additional conditions or stipulations if any must be made by the tenderer/s in a covering letter withthe tender. The Railway reserves the right not to consider conditional tenders and reject the samewithout assigning any reason. Only those additional conditions, which are explicitly accepted bythe Railway, shall form part of the contract.

4.6 CREDENTIALS TO BE SUBMITTED BY TENDERER/S ALONGWITH TENDER DOCUMENTS(APPLICABLE ONLY FOR WORKS COSTING MORE THAN Rs. 50.00 LACS).

4.6.1 Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorilycarried out works of the type involved in the construction of the work being tendered for. He/theyshould also produce proof to the satisfaction of the Railway of his/their technical ability andfinancial stability to undertake the work of the magnitude tendered for.

4.6.2 The tenderer/s shall submit with his/their tender a list of serviceable machinery, tools and plants,equipment’s and vehicles he/they has/have in hand for executing the work and those he/theyintends/intend to purchase.

4.6.3 The tenderer/s must submit, along with his/their tender: -

i) A Statement showing similar works executed by him/them.

ii) Certificates of successful completion of his/their work

iii) A statement of all payments received against all successfully completed work/works inprogress of all types (not necessarily similar in type of work in this tender) indicating theorganization/ units from which the payments have been received. Necessary certificates inthis regard, from the authorities, who made the payments for three preceding years shouldbe enclosed, duly attested

iv) A List of their Engineering Organization and equipment’s, construction Tools and Plantsavailable with them.

4.6.3 (A) Technical eligibility criteria

i) (a) “ As a proof of technical experience/competence, the tenderer should have completedsuccessfully at least one similar single work for a minimum value of 35% of advertisedtender value, including cost of cement and steel, in last Three Financial Years (i.e.Current year and Three Previous Financial Years) up to the date of opening of thetender.”

The Similar nature of work is defined as under:

“Any Tunneling work for Roads/ Railways/ Hydro- Electric Project/ IrrigationProjects”

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 20T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

4.6.3.(b) The following will be applicable for evaluating the eligibility.

(ii) Similar nature of work physically completed within the qualifying period, i.e. last three financialyears and current financial year (even though the work might have commenced before thequalifying period) should only be considered in evaluating the eligibility criteria.

(iii) The total value of similar nature of work completed during the qualifying period and not thepayment received within qualifying alone shall be considered. In case, the final bill of similarnature of work has not been passed and final measurements have not been recorded, the paidamount including statutory deductions shall be considered. If final measurements have beenrecorded and work has been completed with negative variation, then also the paid amountincluding statutory deductions shall be considered.

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

(iv) In case of composite works involving combination of different works, even separate completedworks of required value should be considered while evaluating the eligibility criteria.

For example, in a tender for bridge work where similar nature of work has been defined as bridgework with pile foundation and PSC superstructure, a tenderer, who had completed one bridgework with pile foundation of value at least equal to 35% of tender value and also had completedone bridge work with PSC superstructure of value at least equal to 35% of tender value should beconsidered as having fulfilled the eligibility criterion of having completed single similar nature ofwork.

4.6.3 (B) Financial Eligibility Criteria

i) As a proof of sufficient financial capacity and organizational resources, contractor should havereceived the total payments against satisfactory execution of all completed/ongoing works of alltypes (not confined to only similar works) during the last three financial years and in the currentfinancial year (up to the date of opening of the tender) of a value not less than 150% of theadvertised cost of work including the cost of cement and steel as per audited balance sheet dulycertified by charted Accountant

ii) “For judging the technical eligibility and financial capability. It should be noted that credentials forthe works executed for Private Organizations shall not be considered. For the last financial yearended and /or the current financial year if audited balance sheet not available contractual amountreceived duly certified by the chartered accountant should be submitted as a proof of turnover.

iii) The tenderer/s/contractor shall submit a statement of contractual payment received during thelast three financial years and current year on the prescribed Performa as detailed at Proforma V-C. The details shall be based on the form 16-A issued by employer i.e. the certificate of deductionof tax at a source under Section 203 of the Income Tax Act, 1961. The photocopies of the form16-A shall be enclosed duly attested by Notary public with seal and Notarial stamps thereon.

iv) If a tenderer has completed a work of similar nature where cement and steel was issued bydepartment free of cost, tenderer must submit the completion certificate indicating cost of thesematerials and total cost of work (including cost of cement/steel) shall be considered to decideeligibility or otherwise.

v) The overall financial soundness of the Tenderer/s will be evaluated based upon the volume of thework handled, Turn over, Balance sheet etc. Tenderer/s will accordingly furnish these particulars

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 21T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

for the last three years (i.e. current year and three previous financial years) duly supported bylatest Audited results/Balance sheets.

vi) Tenderer has to satisfy the eligibility criteria for technical capability and competence as well as forfinancial capacity and organizational resources.

vii) If the tenderer is a JV, each partner of JV should have good Credentials and the JV should meetthe Technical and Financial Eligibility Criteria as per the guide lines given in Annexure ‘K’ .

4.7 CONSTITUTION OF THE FIRM

4.7.1 The tenderer/s who are constituents of firm, company or society must necessarily enclose theattested copies of the constitution of their concern, partnership deed and power of attorney alongwith their tender. Tender documents in such cases are to be signed by such persons as may belegally competent to sign them on behalf of the firm, company, or society as the case may be.The Co-operative societies must likewise submit a attested copy of their certificate of registrationalongwith the documents as above mentioned.

The tenderer shall give full details of the constitution of the firm/JV/Company/Society etc in the“Top Sheet”

(A) Sole Proprietorship firm:

If the tender is submitted on behalf of a “Sole proprietorship “concern, the tenderer must submitalong with the tender, the notarized copy of the affidavit for the same.

(B) Partnership firm:

If the tender is submitted on behalf of a “Partnership firm/concern”, the tenderer must submitalong with the offer (1) Notary certified copy of the partnership Deed. The partnership firmshould be registered by registrar of firms either at the time of submission of tender or willget themselves registered before signing the contract agreement and (2) Notarized power ofattorney / Authorization , in original, infavour of the individual signing the tender.

(C) Joint Venture (JV):

If the tender is submitted on behalf of a JV, the tenderer must submit documents as mentioned inclause 65 of GCC,

(1) Original copy of MOU/JV agreement duly notarized in accordance with the annexure F to “SpecialTender Conditions and instructions to tenderers” of tender document, duly signed by the power ofAttorney (POA) holders/authorized signatories of all the constituents/members of the JV.

(2) Valid power of attorney/authorization by all JV constituents, in favour of the individual signing thetender document on behalf of the JV; and

(3) In addition, following documents must be enclosed by the JV firms along with the tender:-

(i) In case one or more of the members of the JV Firm is/are partnership firm(s), followingdocuments shall be submitted.

(a) Notary certified copy of the partnership deed.The Partnership Firm should be registered byRegistrar of Firms either at the time of submission of tender or will get themselvesregistered before signing the contract agreement.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 22T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper ofappropriate value (in original).

(c) Power of Attorney (duly registered or notarized as per prevailing law) in favour of one of thepartners of the partnership firm to sign the JV MOU/ Agreement on behalf of the partnership firmand create liability against the firm.

(ii) In case one or more members of JV is/are Proprietary Firm or HUF, the following documents shallbe enclosed:

Affidavit on Stamp Paper of appropriate value declaring that his/her concern is a Proprietaryconcern and he/she is sole proprietor of the concern OR he/she is in position of “Karta” of HinduUndivided Family (HUF) and he/she has the authority, power and consent given by other partnersto act on behalf of HUF.

(iii) In case one or more members of JV is/are limited companies, the following documents shall besubmitted:

(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company toenter into a JV agreement, authorizing MD or one of the Directors or Managers of the company tosign JV MOU/ Agreement and such other documents required to be signed on behalf of thecompany and enter into liability against the company and/or do any other act on behalf of thecompany.

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

(c) Power of Attorney (duly registered/notarized as per prevailing law) by the company authorizingthe person to do/act on behalf of the company as mentioned in the para (a) above.

(D)Company:

If the tender is submitted on behalf of a company registered under Companies Act-1956, thetenderer must submit along with the tender, (1) the copies of MOA (Memorandum of Association)& AOA (Article of Association) of the company; (2) POA (Power of Attorney) dulyregistered/notarized by the company (backed by the resolution of Board of Directors) in favour ofthe individual signing the tender on behalf of the company.

(E)Society :

If the tender is submitted on behalf of a society the tenderer must submit along with tender(1)the attested copy of the certificate of registration (2) Deed of formation (3) Power of Attorney infavour of the tender signatory.

4.7.2 If above mentioned documents (as applicable) are not enclosed along with tender documents; thetender shall be treated as having been submitted by the individual who has signed the tenderdocuments. After opening of the tender, any document pertaining to the constitution of thefirm/JV/Society (as applicable), shall neither be asked nor be entertained /considered under anycircumstances and no claim or representation whatsoever from the tenderer in this regard shallbe entertained.

No change in the constitution of the firm/JV/Company shall be permitted after opening of thetender except where necessitated due to the succession law. The “Power of Attorney” in favour ofthe individual signing the tender document may however be accepted subsequently, if acceptablereasons are furnished for the same.

4.7.2.(a) If the tenderer expires after the submission of his tender or after the acceptance of his tender,the Railway shall deem such tender/contract as cancelled, if a partner of firm expires after the

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 23T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

submission of their tender, the Railway shall deem such tender as cancelled unless the firm retainits character.

4.7.2(b) If the contractor’s firm is dissolved on account of death, retirement of any partners or for anyreason whatsoever before fully completing the whole work or any part of it, undertaken by theprincipal agreement the surviving partners shall remain jointly/severally and personally liable tocomplete the whole work to the satisfaction of the Railway and to pay compensation for lossessustained, if any by the Railway due to such dissolution. The amount of such compensation shallbe decided by Chief Engineer/Const. of the Railway and his decision in the matter shall be finaland binding on the contractor.

4.7.2. (c) The cancellation of any documents such as power of attorney, partnership deed etc., shall forthwith be communicated to the Railway in writing, failing which the Railway shall have noresponsibility or liability for any action taken on the strength of the said documents.

4.7.2. (d) The value of contract and the quantities given in the attached schedule of items, rates andquantities are approximate and are given only as a guide. These are subject tovariations/additions and or omission. The quantum of work to be actually carried out shall notform the basis of any dispute regarding the rates to be paid and shall not give rise to claim forcompensation on account of any increase or decrease either in the quantity or in the contractvalue.

4.8 INCOME TAX DEDUCTION

4.8.1 Under Section 194-C of the Income Tax Act 1961 deduction of 2% plus surcharge as applicableon Income Tax will be made for sums paid for carrying out the work under this contract. In case ofsupply contract for ballast, deduction of 2% (Two Percent) Income tax will be made for the sumspaid for labour portion only (i.e., loading, unloading, stacking, measurement and laying etc.)

5.0 EARNEST MONEY:

5.1 The tender must be accompanied by a sum of A sum of Rs. 13,52,260/- (Rupees Thirteen lakhFifty Two Thousand Two hundred Sixty only)(a) 2% for works estimated to cost upto Rs. 1crore) and (b) for works estimated to cost more than Rs. 1 crore – Rs. 2 lakhs plus ½% (halfpercent) of the excess of the estimated cost beyond Rs. 1 crore, subject to a maximum of Rs. 1crore, rounded off to nearest Rs. Ten as indicated in tender notice as earnest money in themanner prescribed in Clause 3.2. Failing which the tender shall be summarily rejected.

5.1.1 Labour Co-operative is required to deposit only 50% of the earnest money as referred to clause5.1 above.

5.1.2 The tenderer/s shall keep the offer open for a period of 180 days from the date of opening of thetender in which period tenderer/s cannot withdraw his/their offer subject to period being extendedfurther, if required, by mutual agreement from time to time. It is understood that the tenderdocuments have been sold/issued to the tenderer/s and tenderer/s is/are being permitted to inconsideration of stipulation on his/their part that after submitting his/their offer he/they will notresile from his/their offer or modify the terms and conditions thereof in a manner not acceptable toWest Central Railway should the tenderer/s fail to observe to comply with the foregoingstipulation or fail to undertake the contract after acceptance of his/their tender the entire amountdeposited as earnest money for the due performance of the stipulation and to keep the offeropen for the specified period, shall be forfeited to the Railway.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 24T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

If the tender is accepted, the amount of all earnest money will be held as initial security depositfor due and faithful fulfillment of the contract. The earnest money of unsuccessful tenderer/s will,save as herein before provided be returned to the unsuccessful tenderer/s within a reasonabletime, but Railway shall not be responsible for any loss or depreciation that happen to the earnestmoney for the due performance of the stipulation and to keep the offer open for the periodstipulated in the tender documents while in Railway possession nor will be liable to pay interestthereon.

5.2 The Earnest Money of the requisite amount referred to in Clause 5.1 above is required to bedeposited either in cash with the Chief Cashier, West Central Railway, JBP on any working daybefore 12.00 Hrs. on 29.9.2015 or in any of the following forms: -

(i) Banker’s cheque/ demand drafts. Executed by State bank of India or any of thenationalized bank or by a schedule Bank.

(ii) The above instruments should be pledged in favour of DyFA&CAO/Const, West CentralRailway Kota.

(iii) The official cash receipt having a mention of the firm/individual who has deposited thecash or the Banker’s cheque/ demand drafts as mentioned above, as the case may be, isto be attached with the tender, failing which, tender will be summarily rejected.

NOTE:1. Tenders submitted with Earnest money in any form other than those Specified above,

shall not be considered.2. Any request for recovery from outstanding bills for earnest money against present tender

will not, under any circumstances, be entertained.3. No interest will be payable upon the Earnest Money and Security Deposit or amount

payable to the contractor under the contract.6.0 ACCEPTANCE OF TENDER:

6.1 If the tenderer/s deliberately give/s a wrong information/whose credentials/documents in his/theirtender and thereby creates/create circumstances for the acceptance of his/their tender, Railwayreserves the right to reject such tender at any stage, besides, shall suspend the business for oneyear.

6.2 The authority for acceptance of tender rests with Chief Administrative officer/Const./ ChiefEngineer/Const. /Dy.Chief Engineer/Const./ as the case may be who does not undertake toassign reasons for declining to consider any particular tender or tenders. He also reserves theright to accept the tender in whole or in part or to divide the tender amongst more than one tenderif deemed necessary.

6.3 The successful tenderer/s shall be required to execute an agreement with the President of Indiaacting through the Chief Administrative Officer/Const./Chief Engineer/Const./Dy.ChiefEngineer/Const./Executive Engineer/Const. for carrying out of the work as per agreed conditions.

6.4 The contractors operation and proceedings in connection with the works shall at all times beconducted during the continuance of contract in accordance with the laws, ordinance, rules andregulations for the time being in force and the contractor shall further observe and comply withthe bye-laws and regulations of the Govt. of India, State Govt. and of Municipal & otherauthorities having jurisdiction in connection with the works or site over operations such as theseare carried out by the contractor/s and shall give all notice required by such bye-laws andregulations. The Hospital and medical regulations in force for the time being shall also becomplied with by the contractor/s and his workmen.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 25T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

6.5 The contractor shall be responsible for the observance of the rules and regulations under minesact and mineral rules and Indian Metallurgical rules and regulations of State/Central Govt.concerned as amended from time to time.

6.6 The contractor shall at all times keep the Railway administration indemnified against all penaltiesthat may be imposed by the Govt. of India or State Govt. for infringements or any of the clause ofthe mines act and rules made there under in respect of quarries from which the ballast for theseworks is procured.

6.7 The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates forreduction of rates. Such negotiations shall not amount to cancellation or withdrawals of theoriginal offer and rates originally quoted will be binding on the tenderer/s.

6.8 VARIATION IN QUANTITIES:

(As per Railway Boards L.No.2007/CE-1/CT/18/PtXII dated 31.12.10)6.8.1 Individual NS items in contract shall be operated with variation of plus or minus 25% and payment

would be made as per the agreement rate. For this no finance concurrence would be required.

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

(a)Operation of an item by more than 125% of the agreement quantity needs the approval of anofficer of the rank not less than SA Grade-(i)Quantity operated in excess of 125% but upto 140% of agreement quantity of the concerneditem 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 theconcerned 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 bepermitted only in exceptional unavoidable circumstances with the concurrence of associate financeand 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 thecontract and not on the overall Contract value.(c )Extension of quantities beyond 150% of the overall agreemental value should not be permittedand, if found necessary, should only be through fresh tenders or by negotiating with existingcontractor with prior personal concurrence of FA&CAO/ FA&CAO (C) and approval of GeneralManager.

6.8.3 In cases where decrease is involved during execution of contract:(a)The contract signing authority can decrease the items upto 25% of individual item withoutfinance concurrence.(b)For decrease beyond 25% for individual items or 25% of contract agreement value, theapproval of an officer not less than rank of S.A Grade may be taken, after obtaining “No ClaimCertificate” from the Contractor and with finance concurrence, giving detailed reasons for eachsuch decrease in the quantities.(c) It should be certified that the work proposed to be reduced will not be required in the samework.

6.8.4 limit for varying quantities for minor value items shall be 100% (as against 25% Prescribed for otheritems). A minor value item for this purpose is defined as an item whose original agreement value isless than 1% of the total original agreement value.

6.8.5 No such quantity variation limit shall apply for foundation items.6.8.6 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a

whole and not on individual SOR items. However, in case of NS items, the limit of 25% would applyon the individual items irrespective of the manner of quoting the rate (single percentage rate orindividual item rate).

6.8.7 For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 26T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

authority in whose powers revised value of the agreement lies.6.8.8 For the tenders accepted at General Manager, variations upto 125% of the original agreement value

may be accepted by the General Manager.6.8.9 For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original

agreement value may be accepted by General Manager.6.8.10 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 contractagreement) sanction of the Competent Authority as per single tender should be obtained.

7.0 SECURITY DEPOSIT AND PERFORMANCE GUARANTEE ON ACCEPTANCE OF TENDER

7.1 The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under-:

(a) The security deposit for each work will be 5% of the contract value,

(b) The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit isrecovered. The total security deposit recoverable from a contractor including the amount ofearnest money deposited with the tender as given in Clause above will not exceed the securityamount recoverable at the rate mentioned above.

(c) For works less than Rs.50 Crores, security deposit will be recovered from the running bills of the

contract and the other mode of collecting security deposit such as security deposit in the form of

instruments like bank Guarantee, Fixed deposit etc. shall not be accepted towards security

deposit. However, for woks of Rs. 50 Crores and above, irrevocable Bank Guarantee can also be

accepted as a mode of obtaining Security deposit. In case the contractor opts for submission of

Bank Guarantee initially at the time of award of contract, then this bank guarantee for 5% of the

contract value less the earnest money deposited shall be submitted by the successful bidder

after the letter of acceptance has been issued, but before signing the agreement. This bank

guarantee shall be initially valid up to stipulated date of completion + maintenance period + 60

days. In case the time for completion of work and/or maintenance gets extended, the contractor

shall get the validity of bank guarantee for security deposit extended to cover such extended time

and maintenance period + 60 days.

The total security deposit recoverable from a contractor including the amount of earnest money

deposited with the tender as given in Clause above will not exceed the security amount

recoverable at the rate mentioned above.The security deposit will be forfeited whenever the

contract is rescinded. The security deposit unless forfeited in whole or in part according to the

terms and conditions shall be released to the contractor only after the expiry of the maintenance

period and after passing the final bill based on ‘No claim certificate’. Thus before releasing the SD,

an unconditional and unequivocal no claim certificate from the contractor concerned should be

obtained. The competent authority should issue the certificate regarding the expiry of the

maintenance period and passing of the final bill based on ‘no claim certificate’. The competent

authority shall be the authority, who is competent to sign this contract. If the competent authority is

of the rank lower than JA grade, then a JA Grade Officer (concerned with the work) should issue

the certificate.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 27T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

NOTE: -

(i) After the work is physically completed, security deposit recovered from the running bills of acontract can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee forequivalent amount to be submitted by him.

(ii) In case of contracts of value Rs. 50 Crore and above, irrevocable Bank Guarantee can also beaccepted as a mode of obtaining security deposit.

7.2 Performance Guarantee:

(a) The successful bidder shall have to submit a performance guarantee (PG) within 30 (thirty) daysfrom the date of issue of letter of acceptance (LOA). Extension of time for submission of PGbeyond 30(thirty) days and upto 60 days from the date of issue of LOA may be given by theAuthority who is competent to sign the contract agreement. However, the penal interest of 15%per annum shall be charged for the delay beyond 30 (Thirty) days i.e. from 31st day after the dateof issue of LOA. In case the contractor fails of submit the requisite PG even after 60(sixty) daysfrom the date of issue of LOA, the contract shall be terminated by issuing notice under relevantprovisions of General Conditions of Contract duly forfeiting EMD and other dues, if any payableagainst that contract. The failed contractor shall be debarred from participating in re-tender forthis work.

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

(i) A deposit of cash;(ii) Irrevocable Bank Guarantee;’(iii) Government Securities including State Loan Bonds at 5% below the market value;(iv) Deposit Receipts, pay orders, Demand Drafts and Guarantee Bonds. These forms

of performance Guarantee could be either of the State Bank of India or of any of theNationalized Banks;

(v) Guarantee Bonds executed of deposits receipts tendered by all scheduled Banks;(vi) A Deposit in the post office saving Bank;(vii) A Deposit in the National savings Certificates;(viii) Twelve years National Defence Certificates;(ix) Ten years Defence Deposits;(x) National Defence bonds and(xi) Unit trust certificates at 5% below market value or at the face value whichever is less.

and(XII) FDR (free from any encumbrance).

Note: -(c)The instruments as listed above will also be acceptable for Guarantees in case of mobilizationadvance. All the instruments mentioned in (i) to (xii) above should be in favour ofDYFA&CAO/C/WCR/Kota and pledged in favour of DYFA&CAO/C/WCR /Kota

(i) The performance guarantee shall be submitted by the successful bidder after the letter ofacceptance has been issued , but before signing of the contract agreement. This P.G. shall beinitially valid upto the stipulated date of completion plus 60 days beyond that. In case, the timefor completion of work gets extended, the contractor shall get the validity of PG extended tocover such extended time for completion of work plus 60 days.

(ii) If railway PSUs are awarded contracts through competitive bidding (open tender, SpecialLimited tender etc.) the normal rule regarding submission of performance guarantee asapplicable to other tenderer/s shall be applicable to these PSUs.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 28T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(iii) Wherever the railway PSUs are awarded works contracts by Railways, on single tender basis,they are exempted from the requirement of submitting performance guarantee.

(iv) However, in the event of failure of the railway PSU to be successfully executing the contract asper terms and conditions laid down in the agreement, a penalty equivalent to 5% of the originalvalue of contract would be levied.

(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (eitherincrease or decrease). In case during the course of execution, value of the contract increases bymore than 25% of the original contact value, and additional performance guarantee amounting to5%( five percent) for the excess value over the original contract value shall be deposited by thecontractor.

(e) The performance guarantee shall be released after physical completion of the work based on‘Completion Certificate’ issued by the competent authority stating that the contractor hascompleted the work in all respects satisfactorily. The certificate, interalia, should mention that thework has been completed in all respects and that all the contractual obligations have been fulfilledby the contractor and that there is no due from the contractor to railways against the contractconcerned. The competent authority shall normally be the authority who is competent to sign thiscontract. If the competent authority is of the rank lower than JA grade, then a JA grade Officer(concerned with the work) should issue the certificate. The security Deposit shall, however, bereleased only after expiry of the maintenance period and after passing the final bill based on ‘NoClaim certificate’ from the contractor.

(f) Whenever the contract is rescinded, the security deposit shall be forfeited and the performanceguarantee shall be encashed. The balance work shall be got done independently without risk andcost of the failed contractor. The failed contractor shall be debarred from participating in thetender for executing the balance work. If the failed contractor is a JV or a partnership firm, theevery member/partner of such a firm shall be debarred from participating in the tender for thebalance work in his/her individual capacity or as a partner of any other JV/partnership firm.

(g) The engineer shall not make a claim under the performance guarantee except for amounts towhich the President of India is entitled under the contract (not withstanding and/or withoutprejudice to any other provisions in the contract agreement) in the event of:

i Failure by the contactor to extend the validity of the performance guarantee as described hereinabove, in which event the Engineer may claim the full amount of the performance guarantee

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

iii The contract being determined or rescinded under provision of the GCC. The performanceguarantee shall be forfeited in full and shall be absolutely at the disposal of the President ofIndia.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 29T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

7.3 EXEMPTION OF EARNEST MONEY & SECURITY DEPOSIT:

i) Public Sector Undertakings wholly owned by Railways like RITES, IRCON, Konkan RailwayCorporation Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing EarnestMoney & Security Deposit.

ii) Whenever the Railways PSUs are awarded works contracts by Railways, on single tender basis,they are exempted from the requirements of submitting performance guarantee.

iii) However, in the event of failure of the Railway PSU to successfully execute the contract as perterms and conditions laid down in the agreement, a penalty equivalent to 5% of the originalvalue of contract would be levied.

iv) If Railway PSUs are awarded contract through competitive bidding (open tender, special limitedtender etc.) the normal rules regarding submission performance bank guarantee as applicableto other tenderer/s shall be applicable to these PSUs.

8.0 CONDITIONS OF CONTRACT AND SPECIFICATIONS;

8.1 Except where specifically stated otherwise in the tender documents the entire work is to becarried in accordance with (i) West Central Railway General Conditions of contract regulationsand instructions for tenderer/s and standard form of contract 2013 amended from time to time &up to date (ii) West Central Railway Unified Standard Schedule of Rates (Works & Materials)-2011 amended from time to time & up to date and (iii) Indian Railway Unified StandardSpecifications (Works & Materials)-2011 Volume-I & Volume-II. Copies of all these publicationscan be obtained from the Dy/CE/C, West Central Railway, Kota on payment as under:-

I)General Conditions of Contract and regulations and instructionsto tenderer/s standard form of contract 1999

Rs. 100/-

ii) West Central Railway Unified StandardSchedule of Rates(Works & Materials)-2011

Rs. 1000/-

iii) Indian Railway Unified Standard Specifications (Works &Materials)-2011 Volume-I & Volume-II

Rs. 1000/-(EachVolume)

Demand for these publications from out station will be considered only if a sum of Rs. 50/- towardspostal charges is also sent with the cost of the books by money order.

8.2 The tender documents will govern the works done under this contract in addition to documentsreferred to in clause 8.1 above. Where there is any conflict between special tender conditionsregarding instructions to tenderer/s, Special conditions relating to site data and specifications and thestipulations contained in the schedule of rates and quantities on the one hand and the Indian RailwayUnified Standard Specifications (Works & Materials)-2011 Volume-I & Volume-II, the GeneralConditions of Contract July-2013 amended from time to time etc. and West Central Railway UnifiedStandard Schedule of Rates (Works & Materials)-2011 on the other hand the former shall prevail.

9.0 STUDY OF DRAWINGS AND LOCAL CONDITIONS;

9.1 The drawings for the works can be seen in the office of Dy. Chief Engineer/Const. West CentralRailway, Kota. It should be noted by tenderer/s that these drawings are meant for general guidanceonly and the railway may suitably modify them during the execution of the work according to thecircumstances without making the Railway liable for any claims on account of such changes.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 30T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

9.2 The tenderer/s is/are advised to visit the site of work and investigate actual conditions regardingnature and conditions of soil, difficulties involved due to inadequate stacking space, due to built uparea around the site, availability of materials water and labour probable sites for labour camps, stores,godowns, etc. They should also satisfy themselves as to the sources of supply and adequacy for theirrespective purpose of different materials referred in the specifications and indicated in the drawings.The extent of lead and lift involved in the execution of works and any difficulties involved in theexecution of work should also be examined before formulating the rates for complete items of worksdescribed in the schedule.

9.3. FENCING AT WORK

Contractor(s) while executing the work of gauge conversion/doubling, yard remodelling etc. shallprovide suitable fencing/barricading to protect/segregate the existing Railway line from any damageand un-toward incident, as per the directions or plan approved by Engineer-in-charge. The payment ofbarricading/fencing shall be paid under the relevant item as given in the Schedule. No work will bestarted till the fencing/barricading is provided and clearance in writing is issued by the Engineer-in-charge.

During execution of the work, contractors shall ensure that all safety precautions are taken by theirmen to protect themselves and site to prevent any untoward incident. In this regard contractor willensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band;rope ladders emergency light etc. are available at site before the work is actually started. The abovelist is only indicating and is not exhaustive and safety item will be arranged as per the requirement.Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall beentertained in this regard. Decision of the Engineer-in-charge will be final and binding upon thecontractor. The cost of all the safety gear is deemed to have been included in the rates quoted andnothing extra is payable under this contract.

9.4 SAFETY GEAR :

During execution of the work, contractors shall ensure that all safety precautions are taken by theirmen to protect themselves and site to prevent any untoward incident. In this regard contractor willensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band,rope; ladders emergency light etc. are available at site before the work is actually started. The abovelist is only indicating and is not exhaustive and safety item will be arranged as per the requirement.Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall beentertained in this regard. Decision of the Engineer-in-charge will be final and binding upon thecontractor. The cost of all the safety gear is deemed to have been included in the rates quoted andnothing extra is payable under this contract.

10.0 PERIOD OF COMPLETION

10.1. The entire work is required to be completed in all respects within Eighteen months from the date ofissue of the acceptance letter. Time is the essence of contract. The contractor/s will be required tomaintain speedy and required progress to the satisfactions of the Engineer to ensure that the work willbe completed in all respects within the stipulated period failing which action may be taken by theRailway Administration in terms of Clause 17 and/or clause 62 of the General Conditions ofContract,July2013.

10.2 The contractor/s shall arrange to execute the different items of works in close consultation with and asper directions of the Engineer so that other works being executed in the same area eitherdepartmentally or through another agency such as steel erection, P-way earthwork in formation, etc.are also progressed concurrently. It may be noted, however, that any delay in the execution of

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 31T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

departmental works, for whatsoever reason shall not be accepted as an excuse for non-performanceof the contract.

10.3 The contractor/s will be required to give Dy.Chief Engineer monthly progress report of the work doneduring the month on 4th of the following month. He will also give to the Dy. Chief Engineer theprogram of work to be done in coming month by 25th of the preceding month. The programme will besubject to alteration or modification at the direction of the CAO/Const/Chief Engineer/Const., Dy.ChiefEngineer/Const. who may discuss such modifications or alterations with the contractor as considerednecessary. Approval of any program shall not in any way relieve the contractor from any of hisobligations to complete the whole of work by the prescribed time or extended time, if any.

10.4 INCCENTIVE BONUS PAYAMENT CLAUSE (NOT APPLICABLE FOR THIS TENDER)

10.4.1 The Incentive Bonus payment Clause will apply to the contracts for through put enhancement relatingto “doubling “ & “Traffic Facilities” works only .The contracts which are for works covering plan headother than “doubling “ & “Traffic Facilities the incentive bonus clause shall not apply

The Incentive Bonus payment Clause will be regulated as follows;

1) This Incentive Bonus payable shall not be more than 1% of the initial contract value or revisedcontract value whichever is less for every one month of early completion ahead of the originalcompletion period

2) However the maximum Incentive Bonus shall not be more than 6% of the original contract or revisedcontract value whichever is less

3) Period less than one month shall not be reckoned for the Incentive Bonus calculation.

4) This Incentive Bonus shall not apply if extension to the original completion period is given irrespectiveof on whose account (Railways’ account or contractor’ account)

11.0 RATES FOR PAYMENT

11.1 The rates given in the attached schedule of rates tendered by the contractor and as accepted by theRailways will form the basis of payment for such items under this contract.

11.2 No material price variation or wages escalation on any account whatsoever the compensation for‘Force Majeure’ etc. shall be payable under this contract except price escalation clause payable asper price escalation clause if any, provided separately in the tender documents

11.3 The rates for any item work not included in the Schedule of items, Rates and quantities and which thecontractor my be called upon to do by Railway Administration shall be fixed by the supplementarywritten agreement between the contractor and the Railway before the particular item or items of workis/are executed. In the event of such agreement not being entered into and executed the Railway mayexecute these works by making alternative arrangements. Railways will not be responsible for anyloss or damages on this account.

11.3.1 The contractor shall work in close co-operation with the contractors departmental staff working in theadjacent sections of Railway and local authorities.

11.4 It should be specifically noted by the tenderer/s that no separate loading, unloading and leadingcharges for materials (which are supplied by the Railway) shall be paid for by the Railways and therates quoted by the tenderer/s shall be inclusive of all these charges.

11.5 The items Nos. description, units and rates given in schedule of rates are as per West CentralRailway Unified Standard Schedule of Rates (Works & Materials)-2011 and any discrepancy during

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 32T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

the execution of the work in the working rates, quantity and units etc. should be rectified by referenceto the printed schedule of rates which be treated as authority and will be binding on the contractor.

11.6 Should there arise any items which may be necessary for the completion of work but which does notappear in the Schedule of items, rates and Quantities attached with tenders, its rate will be fixed byanalysis of actual in puts of all types including labour and material or derived from the labour andmaterial rates given in the West Central Railway Unified Standard Schedule of Rates (Works &Materials)-2011. The rates for such items occurring during the course of construction shall be payablesubject to the approval of the competent authority.

No items of work requiring non-schedule rates will be carried out unless ordered to do so by theEngineer. The rates derived from the West Central Railway Unified Standard Schedule of Rates(Works & Materials)-2011 will be subject to percentage above/below/at par tendered by thecontractor.

11.7 Payment for the work done will be made to the contractor only when the formal agreement has beenexecuted between the parties.

11.8 SUPPLEMENTARY AGREEMENT

After the work is completed and taken over by the Railway as per terms and conditions of the contractagreement or otherwise concluded by the parties with mutual consent and full and final payment ismade by the Railway to the contractor for work done under the contract the parties shall execute thesupplementary agreement annexed here to as Annexure-‘J’.

11.9 MEASURES TO BE TAKEN IN CONSTRUCTION AND REPAIRS ON ROAD, EMBANKMENT ETC.

11.9.1 All borrow pits dug for and in connection with the construction and repairs of buildings, roads,embankments etc. shall be deep and connected with each other in the formation of drain directedtowards the lowest level and properly sloped for discharge into a river, stream, channel or drain andno person shall create any isolated borrow pit which is likely to cause accumulation of water whichmay breed mosquitoes.

11.9.2 Non fulfilment of the provision in 11.9.1 above shall be a breach of the contract and contractor/s shallbe liable to pay by way of agreed liquidated damages to the Railway at the rates of Rs. 100/- for eachbreach and in addition to that contractor further undertake to pay the amount incurred by the Railwayin getting the said job/s done at the risk and cost of the contractor. Besides this, the contractor willalso be held responsible for any laws for contravening them.

12.0 SETTING OUT WORKS

12.1 The contractor is to set out the whole of the work in consultation with the engineer or an official to bedeputed by the Engineer and during the progress of works to amend on the requisition of the Engineerany errors, which may arise there in and provide efficient and sufficient staff and labour thereon. Thecontractor shall also alter or amend any errors in the dimension lines on level to the satisfaction of theEngineer or his authorized representative without claiming any compensation for the same.

12.2 The contractor shall provide, fix and be responsible for maintenance of all stocks, templates, profiles,land marks, points, burjies, monuments, centre line pillars, reference pillars, etc. and shall take allnecessary precautions to prevent their being removed altered or disturbed and will be responsible forthe consequence of such removal, alterations or disturbances and for their efficient reinstatement.

12.3 The contractor shall protect and support, as may be required or as directed by the Engineer, building,fences, walls, towers, drains, road paths, waterways, foreshores banks, bridges, Railway ground and

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 33T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

overhead electric lighting, the telegraphs/telephones and crossing water service main pipes andcables and wire and altogether matters and things of whatever kind not otherwise herein specifiedother than those specified or directed to be removed or altered which may be interfered with or whichis likely to be affected disturbed or endanger by the execution completion of maintenance of the worksand shall support provided under this clause to such cases as directed by the Engineer. No paymentshall be made by the Railway to the contractor for these works on account of delay for re-arrangementof road traffic or in the contractor having to carry out the short lengths and in such places as perconditions and circumstances may warrant. These will not form the basis of any claim and or disputefor compensation of any kind.

13.0 DRAWING FOR WORKS:

13.1 The Railway Administration reserves the right to modify the plans and drawings as referred to in thespecial data and specifications as also the estimate and specifications without assigning any reasonsas and when considered necessary by the railway. The percentage rates quoted by the contractor asmay be accepted by the railways will, however, hold good irrespective of any changes, modifications,alterations, additions, omissions in the location of structures and detailed drawings, specificationsand/or the manner of executing the work.

13.2. It should be specifically noted that some of the detailed drawings may not have been finalized by theRailway and will, therefore, be supplied to the contractor as and when they are finalized on demand.No compensation whatsoever on this account shall be payable by the Railway Administration.

13.3 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of thework/s arising out delay in approval of drawings, changes, modifications, alterations additions,omission and the site layout plans or details drawings and design and or late supply of such materialas are required to be arranged by the Railway or due to any other factor on Railway Accounts.

14.0. SUPPLY OF MATERIAL BY THE RAILWAY

14.1 If at any time, material which the contractor/s should normally have to arrange himself/themselves,are supplied by the Railway either at the contractor/s request or in order to prevent any avoidabledelay in the execution of work due to the contractor’s inability to make adequate timely arrangementsfor supply thereof or for any other reason, recovery will be made from the contractor’s bill either at themarket rate prevailing at the time of supply or at the book rate whichever is greater, plus fixeddepartmental charges viz. freight at 5% (8.33% for items of iron and GI pipe steel) incidental chargesat 2% and added on total cost of supervision charges at 12-1/2%. No carriage or incidental chargeswill borne by the Railway. The contractor cannot, however, claim as a matter of right the issue of suchmaterial by the Railway which he/they is required to arrange himself/themselves in accordance withthe terms and conditions of this contract.

14.1.1 In the case, cement and/or steel is issued to the contractor/s free of cost or on cost to be recoveredfor use on the work, the supply thereof shall be made in stages limited to the quantity/quantitiescomputed by the Railway according to the prescribed specifications and approved drawings as perthe agreement. The cement and/or steel issued in excess of the requirements as above shall bereturned in perfectly good conditions by the contractor to the Railway immediately after completion ordetermination of the contract. If the contractor/s fail/s to return the said stores, then the cost of cementand/or steel issued in excess of the requirement computed by the Railway according to thespecifications and approved drawing will be recovered from the contractor/s @ twice the prevailingprocurement cost at the time of last issue viz. 2x (purchase price + 5% freight only). This will bewithout prejudice to the right of the Railway to take action against the contractor/s under theconditions of the contract for not doing/completing the work according to the prescribed specificationsand approved drawings. If it is discovered that the quantity of cement and steel used is less than the

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 34T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

quantity ascertained as herein before provided the cost of the cement and/or steel not so used shallbe recovered from the contractor/s on the basis of the above-stipulated formula.

14.1.2 The contractor shall be responsible for the safe transport custody and storage of all Railway materialsissued to him and he will be liable to make good the loss due to any cause whatsoever that may besuffered by the railway on this account. Special precautions should be taken in respect of cementwhile transporting cement, step should be taken to safeguard against cement becoming damp or wetdue to moisture or rain. The contractor will also be responsible for storing cement in damp proofcondition at site of work at his own cost in accordance with the standard specifications. The engineershall decide whether the cement stored in the godowns is fit for the work and his decision shall befinal and binding to the contractor/s..

15.0 SUPPLY OF MATERIALS BY THE CONTRACTOR/S15.1 Materials used in the work by the contractor shall conform to the Indian Railway Unified Standard

Specifications (Works & Materials)-2011 Volume-I & Volume-II and the relevant I.S/I.R.S.specifications, and should be approved by the engineer before utilizing them on works.

15.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains,storms, floods or any other cause whatsoever.

15.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will bepaid for the materials, tools and plants and tools arranged and brought by the contractor to the site ofwork.

16.0 SERVICE ROADS16.1 The contractor/s shall make his/their arrangements for service roads, paths etc. for carrying his/their

tools and plants, labour and materials etc. and will also allow the Railway use of such paths andservice roads etc. for plying its own vehicles free of cost. The tenderer/s will be deemed to haveincluded the cost of making any service roads, roads or paths, etc., that may be required by him/themfor plying his/their vehicles for the carriage of his/their men and materials, tools, plants and machineryfor successful completion of the work. Similarly, any other feeder road connecting any of the existingroads will be made by the contractor at his/their own cost including any compensation that may berequired to be paid for the temporary occupation or usage of Govt. and or private land without in anyway involving the Railway in any dispute for damage and /or compensation.

16.2 In case the Railway has its own paths, service roads, the contractor/s will be allowed to use of suchpaths or service roads free of cost. He / they shall, however, in no way involve the Railway in anyclaims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due totheir poor conditions and ;or maintenance or their being to be blocked and /or closed.

16.3 The rates quoted by the contractor as per Schedule of Items, Rates and Quantities shall form thebasis of ‘on account payment’ for the various items under this contract.

16.3.1 In the course of execution of various items of work under schedule of Items, Rates and Quantitiesrunning bills payment for partly completed works will be made to the contractor. The quantum of suchworks for payment shall be decided by the Engineer-in-charge whose decision shall be final andbinding on the contractor.

16.3.2 No ‘on account payment’ by the Railway shall protect the contractor/s against or prevent the Railwayfrom recovering from the contractor/s any over payment made to him/them.

16.3.3 Final payment of the balance amount due, exclusive of the security deposit, will be made aftercompletion of entire work and on the certification of the Engineer that work has been completed in allrespects and found satisfactory. The security deposit will be refunded after the date of completionaccording to clause 7.1 of these conditions.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 35T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

17.0 EMERGENCY WORK

17.1 In the event of any accident or failure occurring in or about the work of arising out for or in connectionwith the construction completion or maintenance of the work which in the opinion of the Engineerrequire immediate attention, the Railway may be with its own workmen or other agency execute orpartly execute the necessary work or carry out repairs if the Engineer considers that the contractors isnot in a position to do so in time and charge the cost thereof, as to be determined by the ChiefEngineer/Const. to the contractor.

17.2 In terms of Clause 32 of GCC of July 2013, the materials & plants brought by the contractor on thesite or land occupied by the contractor in connection with the works and intended to be used forexecution thereof shall immediately, they are brought upon the sites of this said land be deemed to bethe property of the Railway. Vehicles, equipments, plant and machinery of the contractor can bedemanded by the Railway Administration at their discretion in case of accidents, natural calamitiesinvolving human lives, breaches, stoppage of the train operations or any contingencies which requiresuch requisitioning as essential. The decision in this regard of the Engineer In charge or his superiorsi.e. Sr. Engineer Executive Engineer/Dy.Chief Engineer etc. shall be final and beyond the ambit ofarbitration clauses.

17.3 In terms of the clause 2.2.1 ,tenderer is required to submit the list of equipment, machinery, andconstruction tools and plants available/deployed at site. The successful tenderer on receipt ofacceptance letter and conveying their consent, shall submit name, addresses, telephone number/E-mail address of the persons to be contacted for requisitioning the above items as detailed in forgoingclause 17.2 and notify from time to time if any change in the list of equipment/machinery or theaddresses/individuals to the Engineer In-charge in writing. The name and address, telephonenumbers and the contractor officials name shall also be displayed at the site of work.

17.4 The man-power, consumable items and maintenance of the above tools & plants when requisitionedshall be the responsibility of the tenderer/contractor so that the equipments, machinery, tools & plantsshall be available for effective utilization at the accident sites, natural calamities, breaches sites etc.

17.5 The hire charges per annum shall be calculated at the following rates on the purchase cost of theplant as under:-

Depreciation charges at the following rates:a) Light plant 16% per annum.b) Heavy plant 10% per annum.c) Special plant 6% per annumIn additional 10% on the total of (1) above to meet contingencies10% contractor profit on total cost as detailed (i) to (ii).The hire charges per day shall be arrived at dividing the annual hire charges of total of (i) to (iii) aboveby 250, which shall be the assumed number of working days in year for this purpose. These highercharges will be payable from the date the plant is handed over to the Railway to date on which it isreturned to the contractor by Railway.

The contractor manpower charge shall be payable @ minimum wages as notified by the StateGovt/Local bodies/Labour Department as the case may be for highly skilled, semi-skilled personneldrafted for operating the plant & machinery.

The payment for the fuel cost shall be paid on the basis of the actual expenditure incurred by thecontractor for purchases + 10% contractor’s profit thereof which will be the payments towards hismiscellaneous expenses too.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 36T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

18.0 NIGHT WORK

18.1 If the Engineer is satisfied that the work is not likely to be completed in time except by resorting tonight work, he may order without confirming any right on the contractor for claiming any extra paymentfor the same.

19.0 DISPOSAL OR SURPLUS EXCAVATED MATERIALS

19.1 The contractor shall at all time keep the site free from all surplus earth, surplus materials, and allrubbish which shall arise from the works and should dispose of the surplus excavated materials asordered by the Engineer failing which it will be done at the cost of contractor and cost will be deductedfrom his dues.

19.2 The contractor shall within 15 days of completion of entire works remove all unused and surplusmaterials tools and plants staging and refuge or other materials produced by his operations and shallleave the site in a clear and tidy conditions

20.0 SITE INSPECTION REGISTER

20.1 A site inspection register will be maintained by the Engineer or his representative in which thecontractor will be bound to sign day to day entries made by the Engineer or his representative. Thecontractor is required to take note of the instructions given to him through the site inspection registerand should comply with the same within a reasonable time. The contractor will also arrange to receiveall the letters etc. issued to him at the site of works.

20.2 The contractor shall from time to time (before the surface of any portion or the site is interfered with orthe work thereon begun) take such levels as the Engineer may direct in his presence or any personauthorized by him in writing. Such levels approved and checked by him or such authorized personsshall be recorded in writing and signed by the contractor and shall form the basis of themeasurements. Immediately before any portion of the work, below water level is started the existingwater levels are to be taken and recorded in a similar manner.

20.3.3 The contractor shall have to make and maintain at his own cost suitable approach road and path etc.for proper inspection of the various works. He shall also provide all facilities as required by theEngineer such as ladder and other appliances for satisfactory inspection of the works and placeswhere materials for the work are stored or prepared.

21.0 OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST:

Should the Engineer or any representative consider it necessary for the purpose of enablinginspection of tests analysis to be made to verify or ascertain the quality of any part of the works or ofany materials, the contractor shall as and when required by the Engineer or his representatives openup the work or materials for inspection or test or analysis, pull down or cut into any part of the work tomake such openings, into under or through any part of the works as may be directed and shall/provideall things facilities which in the opinion of the Engineer or his representative are necessary andessential for the purpose of inspection or test or analysis of the works or of any part thereof or thematerials, or of workmanship and the contractor shall close up, cover, rebuild and made good thewhole at his own cost, as and when directed by and to the satisfaction of Engineer provided alwaysthat of the work in the opinion of the Engineer is found to his satisfaction and in accordance with thecontract. The excess expenditure in such examination, inspection or test shall, upon the certificate ofthe Engineer, be borne by the Railways.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 37T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

22.0 GENERAL22.1 PROVISION OF LIGHT SIGNALS ETC.

The contractor/s shall make such provision for lighting the works, materials and plant and provide allsuch marks and lights, signals and other appliances as may be necessary or as may be required bythe Engineer or other responsible authorities during the execution completion and maintenance of thework and shall provide all labour, stores, etc. required for their efficient working and use at any time ofday or night. He/They shall also provide all arrangement of every description of watching andmaintenance required in connection with the fore-going and all other services for protection of anysecuring all dangerous places whether to the contractor's work men or to other persons and orvehicular traffic until the work is certified by the engineer to have been completed and taken over inaccordance with the contract.

22.2 The contractor/s will provide upon the works to the satisfaction of the Engineer and at such, places ashe may nominate, proper and sufficient life saving, fire fighting and first aid appliances which shall atall times be available for use.

22.3 LABOUR CAMPSLand for setting up a workshop by the contractor or for his labour camp or for any other purpose, shallhave to be arranged by the contractor at his own cost and under his own arrangements. Thecontractor, however, will be permitted to make use of the Railway land to the extent that can be madeavailable to him free of cost, by the railway in the vicinity of the site of works. The contractor/s shall atall times be responsible for any damage or trespass committed by his agent and workmen for carryingout the work.

22.4 The Railway Administration may recommend to the concerned authorities the issue of necessarytransport permits for the work. The contractor shall, however, furnish full justification for the abovefacilities, to enable the Railway Administration to address the State Government or other authorities inthis connection. The contractor shall also maintain regular log book of receipts and issue of thematerials to work, if so required by the Civil Authorities. No claim would, however, be entertained bythe non-issue of any priority permits or owing to any interruption in supply.

22.5 No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly noclaim shall be entertained for business loss or any such loss.

23.0 LEVY OF TOKEN PENALTY

23.1 Attention is invited to Clause 17(B) of the G.C.C. according to which time is the essence of thecontract. The competent authority while granting extension to the currency of contract under 17 (B) ofG. C. C. may also levy Token Penalty as deemed fit.

24.0 SALES TAX/TURN OVER/LOCAL TAX, etc.The contractor shall be governed by the Taxes applicable at the place of actual execution of work.

24.1 Sales Tax including turn over tax on works contract, octroi, royalty, toll tax, local tax on materials aswell as services and any other tax levied by Central Govt /State Govt. or local bodies shall be borneby the tenderer. No part of such taxes on contractor’s labour/material or any other account will be paidby the Railways. Therefore, the contractor must ascertain the various taxes levied by the concernedGovt or local bodies at the place of execution of work and take into account for the same whilequoting the rates. This should be kept in view before tendering.

24.2 If there is any increase/decrease/imposition of new tax/removal of existing tax by Central Govt/StateGovt/Local bodies in respect to any of the tax mentioned above, the same shall be borne by thecontractor and neither any additional payment will be made, nor any recovery will be made on thisaccount. This should also be kept in view before tendering, as no subsequent changes will be made inthe rates payable to the contractor on this account.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 38T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

24.3 Railways will deduct the sales tax or any other tax specified by the concerned Central Govt./StateGovt./Local bodies if required to be deducted at source under the relevant laws as applicable on thedate of making the payment. Railway will issue a certificate regarding tax so deducted. It will beresponsibility of the contractor to make further correspondence with concerned Govt. or local bodiesto ensure full deposition of the tax or for claiming a refund, if due, as is done in case of income tax.

24.4 In case any tax is notified to be deducted at source from a specified date and certain payments havealready been made in the period that lapsed between the date of applicability of tax and the actualdate of implementation of the same, tax required to be deducted at source for this period will berecovered from the subsequent payment.

25.0 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

25.1 “The tenderer for carrying out any construction work get themselves registered from the RegisteringOfficer under Section-7 of the Building and other Construction Workers Act, 1996 and rules madethereto and submit certificate of Registration issued from the Registering Officer of the Govt. (LabourDeptt.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of the cost ofconstruction work to be deducted from each bill. Cost of material shall be outside the purview of cess,when supplied under a separate schedule item.”

25.2 All payments in respect of the contract during the currency of the contract shall be made throughNational electronic Fund transfer (NEFT) or Real Time Gross Saving (RTGS). The successfultenderer on award of contract must submit RTGS/NEFT Mandate Form complete in all respects asgiven in the tender document. However, if the facility of RTGS/NEFT is not available at a particularlocation, the payment shall be made by Cheque. In such case the successful tenderer on award ofcontract will have to furnish contractor’s Bank Account Number and Name of the Bank against whichall payments in respect of the contract during the currency of contract shall be made.

26.0 DAMANGE TO THE RAILWAY PROPERTYContractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gaugeconversion, yard remodeling etc. will take all care for avoiding any damage to the underground/OHservices such as S&T cables, electric cables/wires, pipelines/sewer lines etc. They must ensure thatthe work is started after obtaining clearance in writing from the Engineer-in-charge regarding the routefor signaling/ Electrical cables/water supply/ sewer lines etc. However, if any damage occurs duringexecution, he will immediately report the same to the Engineer-in-charge and stop the work further tillclearance for restarting the work is given by the Engineer-in-charge. It may be further noted that if it isproved that damage is occurred due to the negligence on the part of the contractor, the cost of thedamage will be recovered from him/them. The decision of Engineer-in-charge will be final and bindingupon the contractor(s).

27.0 APPLICATION FOR TENDER DOCUMENTS DOWNLOADED FROM INTERNET27.1 Tenderer/s is free to download tender documents at their own risk and cost, for the purpose

of perusal as well as for using the same as tender document for submitting their offer.Master copy of the tender document will be available in the office of Dy CE/C, WC Rly,Kota. After award of work, an agreement will be drawn up. The agreement shall be preparedbased on the master copy available in the office of Dy CE/C, WC Rly Kota, and not basedon the tender documents submitted by the tenderer.In case of any discrepancy between the tender documents downloaded from Internet andthe master copy, latter shall prevail and will be binding on the tenderer. No claim on thisaccount will be entertained.

28.0 MAINTENANCE OF WORKSThe contractor shall satisfactorily maintain the work completed by him for the following period from thedate of Completion certificate-

(a) Supply of material - NIL

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 39T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(b) All repairs & maintenance work - 6 Months (Except Track works)(c) All new work (except earth work) - 6 Months(d) Earth work - The contractor shall maintain the cutting and /or embankment for a minimum period of six

months which shall include one full monsoon i.e. July to October.29.0 EMPLOYMENT /PARTNER SHIP , ETC. OF RETIRED RAILWAY EMPLOYEE.

29.1. Should a tenderer be retired Engineer of the Gazetted rank or any other Gazetted officer workingbefore his retirement, whether in the executive/or administrative capacity or whether holding apension able post or not in the Engineering Department of any of the Railway owned andadministered by the President of India for the time being, or should a tenderer being partnershipfirm have as one of its partners a retired Engineer or a retired Gazetted officer as aforesaid orshould a tenderer being as incorporated company have any such retired Engineer or retiredofficer as one of its directors or should a tenderer have in his employment any retired Engineer orretired gazetted officer as aforesaid the full information as to the date of retirement of suchEngineer or gazetted officer from the said service and in cases where such Engineer or Officerhad not retired from Government service at least ONE years prior to the date of the submission ofthe tender as to whether permission for taking such contract, if the contractor be a partnershipfirm or an incorporated company to become a partner or director as the case may be or to takeemployment under the contractor has been obtained by the tenderer or the Engineer or the officeras the case may be from the President of India or any officer duly authorized by him in this behalfshall be clearly stated in writing at the time of submitting the tender Tenders without theinformation above referred to or a statement to the effect that no such retired Engineer or retiredGazetted Officer is so associated with Tenderer, as the case may be, shall be rejected.

29.2. Should a Tenderer or Contractor being an individual on the list of approved Contractors have arelative employed in gazetted capacity in the Engineering Department of West Central Railway orin the case of a partnership firm or company incorporated under the India Company Law should apartner or a relative or the partner or a share holder or a relative of a share holder be employed ingazetted capacity in the Engineering Department of the West Central Railway, the authorityinviting tenders shall be informed of the fact at the time of submission of tenders, failing which thetender may be rejected, or if such fact subsequently comes to light, the contract may be rescindedin accordance with the provisions in Clause-62 of the General Conditions of Contract.Tenderers may carefully note that their Contract Agreement for this work is liable to be terminated atany time later, in case any of the information furnished by them is found to be untrue or any adversepoint comes to light subsequently. The decision of Railway in this regard shall be final and binding.

30.0 PROCEDURE FOR FORFEITURE OF PERFORMANCE GUARANTEE & SECURITY DEPOSIT.(i) After signing of the agreement and submission of performance guarantee, the work has commenced

and the contractor abandons the work without completing, it then performance guarantee shall beencashed and security deposit recovered so far shall b e forfeited. Balance Security Deposit shall berecovered from his unpaid dues of the existing contract. If there is still some balance left, it should berecovered from his other ongoing contracts with this railway/other railways/other Governmentdepartments.

(ii) The agreement is signed and the performance guarantee submitted, thereafter, the contractor doesnot commence the work. In such a case, the performance guarantee shall be en-cashed and theamount equal to security deposit shall be recovered from the on going contract of the contractors.Further, if the contractor is not the working contractor of the railway, then action would be taken forrecovery of these dues from other railways /Govt. department.

(iii) After the issue of letter of acceptance, the contractor does not come forward to sign the agreementand does not submit the performance guarantee within the stipulated time. In such a case, the amountequivalent to performance guarantee shall be recovered from his on going contracts. If the contractor

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 40T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

is not a working contractor of this Railway or required amount is not available with WCR then actionwill be taken for recovery of these dues from his ongoing contracts with other Railways/Govt. deptt.

(iv) The tenderer withdraws his offer before expiry of validity period of his offer or issue of acceptanceletter, whichever is earlier , then in such a case , his EMD shall be forfeited, In case ,L-1 withdraws hisoffer, then, tender should also be discharged as per extant instructions.

(v) In all the above cases, the failed contractor/tenderer who has withdrawn the offer shall be debarredfrom participating in the tender for executing the work /balance work. If the failed contractor/tendererwho has withdrawn the offer, is JV or a a partnership firm then every member/partner of such firmshall be debarred from participating in the tender for the balance work either in his individual capacityor as a partner of a JV/Partnership firm.

31.0 HANDING OVER OF SITE:Contractor should start the work within 7 days from the date of issue of acceptance letter. The site willbe handed over to the contractor/authorized representative after reporting from the contractor's side.It will not be binding on the Railway to hand over full site at a time in the starting to the contractor, butthe site will be handed over to the contractor commensurate with the progress of the work. A note ofhanding over of site to the contractor in addition to entry in the site order book will be prepared dulysigned by the Railway and Contractor’s representative and submitted to the Engineer-in-charge.

32.0 SUPPLY OF WATER AND ELECTRICITY:32.1 The contractor shall make his own arrangements for water supply. Wherever it is convenient to the

Railway Administration, the water from piped supply may be made available to the contractor,provided the contractor shall arrange at his own expense to effect the connections and lay additionalpipe lines and accessories to the site of work and that the contractor shall not be entitled to anycompensation for interruption or failure of the water supply. The contractor will have to pay for suchwater supply from Railway well or tube wells at a rate of one percent (1%) on the amount of all itemsor work appearing in the bills payable to the contractor in respect of which work such water has beenused by the contractor and such charges shall be deducted from sums due or payable by the Railwayto the contractor from time to time. Water connection to labour camps will not be permitted contractorhas to make his own arrangement for water supply to the labour camps.

32.2 The contractor shall make his own arrangements for the operation of mechanical equipments requiredfor the execution of work and/or for the purpose of lighting for working during day/night time.Wherever, it is convenient to the Railway Administration, the electric supply may be made available tothe contractor provided the contractor shall arrange at his own expense to effect the connections andlay additional wiring, provide meter and other accessories on the site. Such work of laying wiring etc.shall be done under supervision of a qualified staff and a certificate shall be required to be submittedto the effect that the work of wiring has been done as per rules or the work shall have to be got donethrough Railway organization and the charges for the same shall have to be borne by the contractoras per extant rules.

32.3 The contractor shall not be entitled to any compensation for interruption or failure of the electricsupply. The contractor will have to pay for such electric supply from Railway at a rate agreed tobetween contractor and Railway Administration and such charges shall be deducted from the sumsdue or payable by the Railway to the contractor from time to time.Water available locally in wells, creeks or nallahs may be brackish water at some locations. It shouldbe noted that no sea or brackish water shall be used in all classes of masonry, reinforced, massconcrete work and curing of work. In addition, water used for the above works shall be free fromearthy, vegetable or organic matter, oils, acids and alkaline substance in solutions or in suspensionand impurities and shall be fit for drinking.

32.4 SHIFTING OF ELECTRICAL/TELEGRAPH WIRES/CABLES ETC.In some stretches, high tension grid towers/electric/ telegraph/telephone wires or posts etc. mayrequire shifting. It is expected that the electric lines/towers will be shifted in good time, but in case

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 41T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

there is any delay on this account suitable extension in period of completion will be considered andgiven to the contractor for only the affected portion and no compensation whatsoever in this respect ordue to the delay thus caused will be payable and contractor has to adopt such methods of executionso as not to cause any damage to existing structures, lines etc.

32.5 PRESERVATION OF WORK:Contractor should take all precautions to preserve the work until taken over by the Railway in goodcondition. Contractor is responsible for handing over of work to the Railway as per scope of contract.

32.6 MODIFICATIONS TO CONTRACT TO BE IN WRITING:32.6.1 In the event of any of the provisions of contract requiring to be modified, after the Contract documents

have been signed, the modifications shall be made in writing & signed by the Railways and thecontractor, and no work shall proceed under such modifications unless this has been done. Anyverbal or written arrangement abandoning modifying extending, reducing or supplementing thecontract or any of the terms thereof shall be deemed conditional and shall no be binding on theRailway unless and until the same is incorporated in formal agreement and signed by the Railway andthe contractor, and till then the Railway shall have the right to repudiate such arrangement.

32.6.2 The Engineer on behalf of the Railway shall be entitled to order in writing to enlarge extend, diminishor reduce the works or make any alterations in their design, character, position, site quantities,dimensions or in the method of their execution or in the combination and to order any additional worksto done or any works not be done and the contractor will not be entitled to any compensation for anyincrease /reduction in the quantities of work but will be paid only for the actual amount of work done.

32.7. LEGAL CHARGESA fee of Rs:200/- per legal document like partnership deed or power of attorney executed before orafter the execution of the contract will be recovered from the contractor for obtaining legal advice ofthe Law officer.

32.8 CARE OF STAFFNo quarters will be provided by the Railway for accommodation of the contractor or any of his staffemployed on the work. The contractor may be allowed to erect any labour camps for housing thelabour at or near the site of work on available Railway land. The contractor shall at his own cost makeall necessary and adequate arrangements for the importation, feeding and preservation of the hygieneof his staff. The contractor shall permit inspection at all times of all sanitary arrangements made byhim, by the Engineer or his assistant or the Medical staff of the Railway. If the contractor fails to makeadequate medical and sanitary arrangements these will be provided by the Railway and the costthereof, will be recovered from the contractor.

32.9. FIRST-AIDThe contractor shall maintain in a readily accessible place first-aid appliance including adequatesupply of sterilized dressing and sterilized cotton wool. The appliances shall be placed under thecharge of responsible person who shall be readily available during working hours.

32.10 FORCE MAJEURE CLAUSE:If at any time during the continuance of this contract the performance in whole or in part by eitherparty of any obligation under this contract shall be prevented or delayed by reason of any war,hostility, acts of public enmity, civil commotion, sabotage, serious loss or damage by fire, explosions,epidemics, strikes, lockouts or acts of God (hereinafter referred to ‘events’) provided, notice of thehappening of any such event is given by either party to the other within 21 (Twenty one) days from thedate of occurrence thereof, neither party shall by reason of such event, be entitled to terminate thiscontract nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance, and works under the contract shall be resumed as soon aspracticable after such event has come to an end or ceased to exist. The works/completion period shallbe extended by the Railway Administration for this period without any penalty.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 42T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

32.11 DAMAGE, ACCIDENTS OR FLOODS OR TIDESThe contractor shall take all precautions against damages from accidents, floods or tide. Nocompensation will be allowed to the contractor for his tools, plants, materials, machines and otherequipment lost or damaged by any cause whatsoever. The contractor shall be liable to make good thedamages to any structure or part of a structure, plant or material of every description belonging to theRailway Administration, lost or damaged by any cause during the course of contractor's work.The Railway Administration will not be liable to pay to the contractor any charges for rectification orrepairs to any damage which may have occurred from any cause whatsoever, to any part of the newstructures during construction. No claims in this regard will be arbitrable.

32.12 TRESS PASSThe contractor shall at all times be responsible for any damages or trespass committed by his agentsand workmen in carrying out the work, unless such trespass is authorized by the Engineer.

32.13 FOREIGN EXCHANGEAny demand of foreign exchange for importing of equipments & materials will not be accepted.

33.0 PROVISION OF PAYMENT OF WAGES ACT & CONTRACT LABOUR (REGULATION &ABOLITION ACT)

33.1 The contractor shall comply with the provisions of the payment of Wages Act-1923 and the rulesmade there under in respect of all employees directly or through petty contractor, sub-contractoremployed by him in the works and the Contract Labour (Regulation and Abolition) Act-1970 and theContract Labour (Regulation and Abolition) Central Rules-1971 as modified from time to time,wherever applicable and shall also indemnify the Railway from and against any claim under theaforesaid Acts and the Rules.

33.2 The contractor shall obtain valid license under the aforesaid Act as modified from time to time beforethe commencement of the work and continue to have a valid licence until the completion of the work.Any failure to fulfill this requirement shall attract the penal provisions of the contract arising out of theresultant non-execution of the work.

33.3 The contractor shall pay to labour employed by him directly or through sub-contractors the wages asper provisions of the aforesaid Act and the Rules wherever applicable. The contractors shall not with-standing the provisions of the contract to the contrary, cause to be paid the wages to labour indirectlyengaged on the work including any engaged by his sub-contractors in connection with the said work,as if the labour had been immediately employed by him.

33.4 In respect of all labour directly or indirectly employed in the work for performance of the contractor'spart of the contract, the contractor shall comply with or cause to be complied with the provisions ofthe aforesaid Act and the Rules wherever applicable.

33.5 In every case in which by virtue of the provisions of the aforesaid Act or the Rules the Railway isobliged to pay any amount of wages to a workman employed by the contractor or his sub-contractorin execution of the work or to incur any expenditure in providing welfare and health amenitiesrequired to be provided under the aforesaid Act and the Rules or to incur any expenditure on accountof the contingency liability of the Railway due to the contractor's failure to fulfill his statutoryobligations under the aforesaid Act or the Rules and Railway will recover from the contractor theamount of wages so paid or the amount of expenditure so incurred and without prejudice to the rightsof the Railway under Section-20 Sub-section-2 and Section-21 Sub-section-4 of aforesaid Act theRailway shall be at liberty to recover such amount or part thereof by deducting it from the securitydeposit and/or from any sum due by the Railway to the contractor whether under the contract orotherwise. The Railway shall not be bound to contest any claim made against it under sub-section-1of Section-20 and Sub-section-4 of Section-21 of the aforesaid Act except on the written request ofthe contractor and upon his giving to the Railway full security for all cost for which the Railway mightbecome liable in contesting such claim. The decision of the Railway regarding the amount actuallyrecoverable from the contractor as stated above, shall be final and binding on the contractor.

33.6 If the contractor is a co-operative labour contract, Society/Vendor Co-operative Society, there shall beno element of contractor or ex-contractors in that Society in any capacity nor there do any close

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 43T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

relative of the Contractor or ex-contractor associating with the Society as an office bearer . TheRailway administration reserve the right to terminate the contract of the Society at any time withoutany reason after giving notice of calendar month, in case of breach of the above clause.

34.0 CLAIMS34.1 The contractor shall put up his claim as per clause 43 of the General Conditions of Contract during the

progress of work and not after completion of the work. All such claims shall be settled promptly duringthe progress of the work.

34.2 The contractor shall not be entitled to make any claim whatsoever against the Railway under or byvirtue of or arising out of this contract, nor shall the Railway entertain or consider any such claim, ifmade by the contractor after he have signed a `No Claim Certificate' in favour of the Railway, in suchform as shall be required by the Railway after the works is finally measured. The Contractor shall bedebarred from disputing the correctness of the items covered by "No Claim Certificate" or demandinga reference to arbitration in respect thereof.

Clause 43(1) Monthly statement of Claims: The contractor shall prepare and furnish to theEngineer once in every month an account giving full detailed particulars of all claims for any additionalexpenses to which the Contractor may consider himself entitled to and of all extra or additional worksordered by the Engineer which he has executed during the preceding month and no claim for paymentfor any such work will be considered which has not been included in such particulars.In pursuance of above contractor are requested to submit their monthly statement of claimsas described in the said clause for the works executed during the preceding month, latest bythe 7th of the every month. If they fail to submit the monthly statement of claims by due date, itshall be deemed that contractor have no claim for that month and therefore, no claim will beentertained by the Railway at any subsequent stage.”Any item of works carried out by the contractor on the instructions of the Engineer which is notincluded in the accepted Schedule of Rates shall be executed at the rate set forth in unified Scheduleof Rates-2011 (West Central Railway) modified by the tender percentage and where such items is notcontained in the latter work will be done at the rates agreed upon between the Engineer and theContractor before the execution of such items of work and the contractor shall be bound to notify theEngineer at least seven days before the necessity arises for the execution of such items of work thatthe accepted schedule of rates does not include a rate or rates for the extra work involved.The rates payable for such items shall be decided at the meeting to be held between the Engineerand the contractor in as short period as possible after the need for the special items has come to thenotice. In case the contractor fails to attend the meeting after being notified to do so or in the event ofno settlement being arrived at the Railway shall be entitled to execute the extra works by other meansand the contractor shall have no claims or loss or damage that may result from such procedure.Provided always that if the contractor shall commence work or incurs any expenditure in regard there-to-before the rates shall be determined as lastly here-on-to for-mentioned, then and in such a casethe contractor shall only be entitled to be paid in respect of the work carried out or expenditureincurred by him prior to the date of determination as aforesaid according to rates as shall be fixed bythe Engineer. However if the contractor is not satisfied with the decision of the Engineer in thisrespect he may appeal to the Chief Engineer within 30 days of getting the decision of the Engineersupported by analysis of the rates claimed. The Chief Engineer's decision after hearing both theparties in the matter would be final and binding on the contractor and the Railway.

35.0 EXCEPTED MATTERAll measurements, methods or measurements meaning and intent of specifications and Interpretationof special conditions of contract, given and also made by the Railway or by the Engineer on behalf ofthe Railways shall be final and binding and shall be considered “Excepted matters” in terms ofcondition of the General Condition of Contract and will strictly stay outside purview of any arbitrationslimit and will not be arbitrable.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 44T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

36 SETTLEMENT OF DISPUTES-INDIAN RAILWAY ARBITRATION RULES:36.1 The settlement of disputes and differences arising out of contract shall be done as per clauses 63 and

64 of General Conditions of Contract-1999 amended up to date.36.2 Claims to be restricted to 20% of contract value - The provision of Clauses 63 & 64 of General

Conditions of Contract will be applicable only for settlement of claims or disputes between the partiesfor value less than or equal to 20% of the value of the contract and when claims of disputes IS ofvalue more than 20% of the value of the contract, provision of clause 63 & 64 and other relevantclause of the General Conditions of Contract will not be applicable and arbitration will not be a remedyfor settlement of such disputes.

36.3 Excepted matters not to be referred to arbitration.36.4 In terms of clause 63 of General Conditions of Contract-1999 amended up to date, the disputes and

differences, for which provision has been made in following clauses of General Conditions of thecontract of the contract, shall be deemed as 'Excepted matters' and decisions of the Railway authoritythereon shall be final and binding on the contractor and these 'Excepted matter' shall standspecifically excluded from the purview of the arbitration clause and not referred to arbitration.Clause-8 Assistance by the Railway for the Stores to be obtained by the Contractor.Clause-18(1) Illegal Gratification.Clause-18(2) Monetary dealings with any employee of the Railway.Clause-22(5) Meaning and intent of specification and drawings.Clause-39(1) Rates for extra items of works.Clause-39(2) Payment to the Contractor for work executed before determination of rates.Clause-43(2) Signing of "No Claim" Certificate.Clause-45(a) Objections to recorded measurements within 7 days.Clause-55 Provisions of payments of Wages Act.Clause-55A(5) Recovery from Contractor Wages paid to Contractor's labour.Clause-57 Provision of Workmen's Compensation Act.Clause-57A Provision of Mines Act.Clause-61(1) Right of Railway to determine the contract.Clause-61(2) Payment on determination of contract.Clause-62(1) to (xiii)(B) Determination of contract owing to default of Contractor.

36.5 In terms of clause 63 of General Conditions of Contract-1999 the disputes and differences for whichprovision has been made in "Special Conditions of Contract" included in tender documents, shallalso be deemed as 'Excepted matters' and decisions of the Railway authority thereon shall be finaland binding on the contractor and these 'Excepted matter' shall stand specifically excluded from thepurview of the arbitration clause and not referred to arbitration.

36.6 Arbitrators to be appointed only by General Manager of Railways-The Arbitration Tribunal shallconsist of working Gazetted officers of Railway and such tribunal shall be appointed only by theGeneral Manager of the Railways.

36.7 The Claimant Contractor shall seek reference to Arbitration to settle the disputes only within the ambitof conditions as mentioned above.64(1) (i) DEMAND FOR ARBITRATION:In the event of any dispute or difference between the parties hereto as to the construction or operationof this contract, or the respective rights and liabilities of the parties on any matter in question, disputeor difference on any account or as to the withholding by the Railway of any certificate to which thecontractor may claim to be entitled to, or if the Railway fails to make a decision within 120 days, thenand in any such case, but except in any of the ‘expected matters’ referred to in Clause 63 of theseconditions, the contractor, after 120 days but within 180 days of his presenting his final claim ondisputed matters shall demand in writing that the dispute or difference be referred to arbitration.64(1) (ii):The demand for arbitration shall specify the matters which IS in question or subject of the dispute ordifference as also the amount of claim item wise. Only such dispute(s) or difference(s) in respect of

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 45T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

which the demand has been made together with counter claims or set off shall be referred toarbitration and other matters shall not be included in the reference.

(a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and validdemand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating the facts supporting the claims along with all the relevantdocuments and the relief or remedy sought against each claim within a period of 30 days from thedate of appointment of the Arbitral Tribunal.

(c) The Railway shall submit its defense statement and counter claim(s) if any within a period of 60 daysof receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted byTribunal.

(d) The place of arbitration would be within the geographical limits of the division of the Railway wherethe cause of action arose or the Headquarters of the concerned Railway or any other place with thewritten consent of both the party.64(1) (iii):No new claim shall be added during proceedings by either party. However, a party may amend orsupplement the original claim or defense thereof during the course of arbitration proceedings subjectto acceptance by Tribunal having due regard to the delay in making it.64(1) (iv):If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a period of 90days of receiving the intimation from the Railways that the final bill is ready for payment, he/they willbe deemed to have waived his/their claim(s) and the Railway shall be discharged and released of allliabilities under the contract in respect of these claims.64(2):OBLIGATION DURING PENDANCY OF ARBITRATION: Work under the contract shall, unlessotherwise directed by the Engineer, continue during the arbitration proceedings, and no payment dueor payable by the Railway shall be withheld on account of such proceedings, provided, however, itshall be open for Arbitral Tribunal to consider and decide whether or not such work should continueduring arbitration proceedings.64(3) (a) (i):In cases where the total value of all claims in question added together does not exceedRs.10,00,000/- (Rupees Ten Lakhs only), the Arbitral Tribunal shall consist of a sole arbitrator whoshall be a Gazetted Officer of Railway not below JA Grade, nominated by the General Manager. Thesole arbitrator shall be appointed within 60 days from the day when a written and valid demand forarbitration is received by GM.64(3) (a) (ii):In cases not covered by Clause 64(3)(a)(i) the Arbitral Tribunal shall consist of a panel of threeGazetted Rly. Officers not below JA Grade or 2 Railway Gazetted Officers not below JA Grade and aretired Railway Officer, retired not below the rank of SAG Officer, as the arbitrators. For this purposethe Railway will send a panel of more than 3 names of Gazetted Rly. Officers of one or moredepartments of the Railway. Which may also include the name(s) of retired Railway Officer(s)empanelled to work as Railway Arbitrator to the contractor within 60 days from the day when a writtenand valid demand for arbitration is received by the GM. Contractor will be asked to suggest to GeneralManager at least 2 names out of the panel for appointment as contractor’s nominee within 30 daysfrom the date of dispatch of the request by Railway. The General Manager shall appoint at least oneout of them as the contractor’s nominee and will, also simultaneously appoint the balance number ofarbitrators either from the panel or from outside the panel, duly indicating the ‘presiding arbitrator’from amongst the 3 arbitrators so appointed. GM shall complete this exercise of appointing theArbitrator Tribunal within 30 days from the receipt of the names of contractor’s nominees. Whilenominating the arbitrators it will be necessary to ensure that one of them is from the AccountsDepartment. An officer of Selection Grade of the Accounts Department shall be considered of equal

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 46T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

status to the officers in SA Grade of other departments of the Railways for the purpose of appointmentof arbitrators.64(3) (a) (iii):If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from hisoffice as arbitrator, or vacates his/their office/offices or is/IS unable or unwilling to perform hisfunctions as arbitrator for any reason whatsoever or dies or in the opinion of the General Managerfails to act without undue delay, the General Manager shall appoint new arbitrator/arbitrators to act inhis/their place in the same manner in which the earlier arbitrator/arbitrators had been appointed. Suchre-constituted tribunal may at its discretion, proceed with the reference from the stage at which it wasleft by the previous arbitrator(s).64(3) (a) (iv):The arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise asthe Arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause tobe done all such things as may be necessary to enable the Arbitral Tribunal to make the awardwithout any delay. The Arbitral Tribunal should record day-to-day proceedings. The proceedings shallnormally be conducted on the basis of documents and written statements.64(3) (a) (v):While appointing arbitrator(s) under sub-clause (i), (ii) & (iii) above, due cIS shall be taken that he/theyis/IS not the one/those who had an opportunity to deal with the matters to which the contract relates orwho in the course of his/their duties as Railway servant(s) expressed views on all or any of thematters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made bysuch Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in thecourse of his service, opportunity to deal with the matters to which the contract relates or who in thecourse of his/their duties expressed views on all or any of the matters under dispute.64(3) (b) (i):The arbitral award shall state item wise, the sum and reasons upon which it is based. The analysisand reasons shall be detailed enough so that the award could be inferred there from.64(3) (b) (ii):A party may apply for corrections of any computational errors, any typographical or clerical errors orany other error of similar nature occurring in the award of tribunal within 60 days of receipt of theaward.64(3) (b) (iii):A party may apply to tribunal within 60 days of receipt of award to make an additional award as toclaims presented in the arbitral proceedings but omitted from the arbitral award.64.4:In case of the Tribunal, comprising of three Members, any ruling or award shall be made by a majorityof Members of Tribunal. In the absence of such a majority, the views of the Presiding Arbitrator shallprevail.64.5:Where the arbitral award is for the payment of money, no interest shall be payable on whole or anypart of the money for any period till the date on which the award is made.64.6:The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fee ofthe arbitrator(s) as per the rates fixed by the Railway Board from time to time and the fee shall beborne equally by both the parties. Further, the fee payable to the arbitrator(s) would be governed bythe instructions issued on the subject by Railway Board from time to time irrespective of the factwhether the arbitrator(s) is/IS appointed by the Railway Administration or by the court of law unlessspecifically directed by Hon'ble court otherwise on the matter.64.7:Subject to the provisions of the aforesaid Arbitration and Conciliation Act-1996 and the rulesthere under and any statutory modification thereof shall apply to the arbitration proceedings under thisclause.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 47T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

GCC Clause 65-JOINT VENTURE CLAUSE.

37.0 This clause shall be applicable for works tenders of value more than Rs 10 Crores.

However, for not allowing participation of the JV firm in the tenders valuing more than Rs.10 crore orfor allowing participation of the JV Firm in tenders valuing less than Rs. 10 crore, approval of theHAG officer shall be necessary on case to case basis; alongwith the concurrence of AssociateFinance based upon merit/justification for the individual case. This decision shall invariably becommunicated through the Notice Inviting Tender (NIT).

37.1 Separate identity/ name shall be given to the Joint Venture Firm.37.2 Number of members in a JV Firm shall not be more than three, if the work involves only one

department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the workinvolves more than one department.

37.3 A member of JV Firm shall not be permitted to participate either in individual capacity or as a memberof another JV Firm in the same tender.

37.4 The tender form shall be purchased and submitted only in the name of the JV firm And not in thename of any constituent member.

37.5 Normally EMD shall be submitted only in the name of the JV firm and not in thename of constituent member. However, in exceptional cases EMD in the name of Lead Member canbe accepted subject to submission of specific request letter from Lead Member stating the reasons fornot submitting EMD in the name of JV firm and giving written confirmation from JV members to theeffect that EMD submitted by the Lead Member may be deemed as EMD submitted by JV firm.

37.6 One of the members of the JV Firm shall be its Lead Member who shall have a majority (at least51%) share of interest in the JV Firm and also, must have satisfactorily completed in the last threeprevious financial years and the current financial year upto the date of opening of the tender, onesimilar single work for a minimum value of 35% of advertised tender value. The other members shallhave a share of not less than 20% each in case of JV Firms with upto three members and not lessthan 10% each in case of JV Firms with more than three members. In case of JV Firm with foreignmember(s), the Lead Member has to be an Indian Firm with a minimum share of 51%.

37.7 A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submittedby the JV Firm along with the tender. The complete details of the members of the JV Firm, their shareand responsibility in the JV Firm etc. particularly with reference to financial, technical and otherobligations shall be furnished in the MOU. (The MOU format for this purpose is enclosed asAnnexure-‘F’ in this document).

37.8 Once the tender is submitted, the MOU shall not be modified / altered / terminated during the validityof the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest MoneyDeposit (EMD) shall be liable to be forfeited.

37.9 Approval for change of constitution of JV firm shall be at the sole discretion of the Employer(Railways). The constitution of the JV Firm shall not be allowed to be modified after submission of thetender bid by the JV Firm, except when modification becomes inevitable due to succession lawsetc. and in any case the minimum eligibility criteria should not get vitiated. However, the LeadMember shall continue to be the Lead Member of the JV Firm. Failure to observe this requirementwould render the offer invalid.

37.10 Similarly, after the contract is awarded, the constitution of JV Firm shall not be allowed to be alteredduring the currency of contract except when modification become inevitable due to succession lawsetc. and in any case the minimum eligibility criteria should not get vitiated. Failure to observe thisstipulation shall bedeemed to be a breach of contract with all consequential penal action as per contract conditions.

37.11 On award of contract to a JV Firm, a single Performance Guarantee shall be submitted by the JV firmas per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee forMobilization Advance, Machinery Advance etc. shall be accepted only in the name of the JV Firm andno splitting of guarantees amongst the members of the JV Firm shall be permitted.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 48T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

37.12 On issue of LOA (Letter Of Acceptance), an agreement among the members of the JV Firm (to whomthe work has been awarded) shall be executed and got registered before the Registrar of theCompanies under Companies Act or before the Registrar/ Sub-Registrar under the Registration Act,1908. This JVAgreement shall be submitted by the JV Firm to the Railways before signing the contract agreementfor the work. In case the tenderer fails to observe/comply with this stipulation, the full Earnest MoneyDeposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JVand the JV. This Joint Venture Agreement shall have, inter-alia, following Clauses :

37.13 Joint and Several Liability – Members of the JV Firm to which the contract is awarded, shall be jointlyand severally liable to the Employer (Railways) for execution of the project in accordance withGeneral and Special Conditions of Contract. The JV members shall also be liable jointly and severallyfor the loss, damages caused to the Railways during the course of execution of the contract or due tonon-execution of the contract or part thereof.

37.14 Duration of the Joint Venture Agreement – It shall be valid during the entire currency of the contractincluding the period of extension, if any and the maintenance period after the work is completed.

37.15 Governing Laws – The Joint Venture Agreement shall in all respect be governed by and interpreted inaccordance with Indian Laws.

37.16 Authorized Member – Joint Venture members shall authorize one of the members on behalf of theJoint Venture Firm to deal with the tender, sign the agreement or enter into contract in respect of thesaid tender, to receive payment, to witness joint measurement of work done, to sign measurementbooks and similar such action in respect of the said tender/contract. All notices/correspondences withrespect to the contract would be sent only to this authorized member of the JV firm.

37.17 No member of the Joint Venture Firm shall have the right to assign or transfer the interest right orliability in the contract without the written consent of the other members and that of the employer(Railways) in respect of the said tender/contract.

37.18 Documents to be enclosed by the JV Firm along with the tender.

37.19 In case one or more of the members of the JV Firm is/are partnership firm(s), following documentsshall be submitted.

(a) Notary certified copy of the Partnership Deed.(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate

value (in original).(c) Power of Attorney (duly registered as per prevailing law) in favor of one of the partners of the

partnership firm to sign the JV Agreement on behalf of the partnership firm and create liability againstthe firm.

37.20 In case one or more members is/are Proprietary Firm or HUF, the following documents shall beenclosed. Affidavit on Stamp Paper of appropriate value declaring that his/her concern is a ProprietaryConcern and he/she is sole proprietor of the Concern OR he/she is in position of “KARTA” of HinduUndivided Family (HUF) and he/she has the authority, power and consent given by other partners toact on behalf of HUF.

37.21 In case one or more members is/are limited companies, the following documents shall be submitted :(a) Notary Certified copy of resolutions passed by Board of Directors of the Company, permitting the

company to enter into a JV agreement, authorizing MD or one of the Directors or Mangers of theCompany to sign JV Agreement, such other documents required to be signed on behalf of the Companyand enter into liability against the company and/or do any other act on behalf of the company.

(b) Copy of Memorandum and Articles of Association of the Company.(c) Power of Attorney (duly registered as per prevailing law) by the Company Authorizing the person to

do/act mentioned in the Para (a) above.37.22 All the Members of JV shall certify that they are not black listed or debarred by Railways or any other

Ministry/Department / PSU (Public Sector Undertaking) of the Govt. of India/ State Govt. fromparticipation in tenders/contracts on the date of opening of bids either in their individual capacity or asa member of the JV or the JV Firm in which they were/are members.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 49T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

38.0 MOBILIZATION ADVANCE (For Contract Value Rs. 25 Crores and Above):-

38.1 This shall be limited to 10% of the contract value and payable in 2 stages as indicated below:-

Stage-I: - 5% of Contract Value on signing of the contract agreement.

Stage-II: - 5% on mobilization of site-establishment, setting up offices, bringing in equipment andactual commencement of work.

The two stages of advances shall be payable immediately after signing of contract documents and atthe time of mobilization, respectively.

38.2 The rate of interest on ‘Mobilization Advance’ is @ 4.5% per annum above the Base Rate of StateBank of India as effective on the date of approval of payment of Mobilization Advance by theCompetent Authority.

38.3 The Mobilization Advance Clause shall be restricted only for high value tenders of Rs. 25 crore andabove.

38.4. The Mobilization Advance shall be against an irrevocable Bank Guarantee of value 110% of thesanctioned advance amount. The Bank Guarantee shall be from a Nationalised Bank in India or StateBank of India, all scheduled Banks in India, National Savings Certificate etc.

38.5 Method of Recovery of Interest:“Interest will be recovered on the advance outstanding for the period commencing from the date of thepayment of advance till date of particular on account bill (through which recovery of principal iseffected) and adjusted fully against on account bill along with pro-rate principal recovery. In the eventof the any shortfall the same will be carried forward to the next on account bill and will attract interest@ 4.5% per annum above the Base Rate of State Bank of India as effective on the date of approval ofpayment of mobilization advance by the Competent Authority.

38.6. Stage Payment on supply of steel in the Works Contract (For contract value Rs. 15.00 crores&above) :-

Stage payment for steel physically brought by the contractor to the site (even before its actual use inwork) can be made subjected to following conditions:-

(a) The material shall be strictly in accordance with the contract specifications.

(b) The material shall be delivered a site and properly stored under covered sheds in measurable stacks.

(a) The quantities of materials shall be brought to the site only in such installments that would facilitatesmooth progress of work and consumed in reasonable time.

(b) Proper accountal in the material register to be maintained in the prescribed format at the site for thereceipt and use of the material.

(c) Ownership of such material shall be deemed to rest with the Railways for which the contractor shouldsubmit an indemnity bond in prescribed format.

(d) Before releasing the stage payment, the contractor shall insure the material at his own cost in favourof Railways against theft, damages, fire etc.

(e) Stage payment in all such cases shall not be more than 75% of the rate of steel awarded in thecontract. The balance payment shall be released only after the material is actually consumed in thework.

(f) The price variation claim for steel would continue to be governed as per extant PV clause and withreference to delivery at site.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 50T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

39.0 APPENDICES:The following appendices as a part of special condition of contract are enclosed herewith.(i) Safety rules as per Appendix-A.(ii) Special condition for issue of identity card by the contractor as per Appendix-B.(iii) Special condition for Tenderer when down load the tender document from website as per

Appendix-C.(iv) Price Variation Clause as per Appendix-D.(v) Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952-Appendix-E(vi) Format for MOU for JOINT VENTURE AGREEMENT for works tenders of value more than

Rs. 10.00 crore. Appendix-F(vii) Model form of Bank Guarantee Bond. Appendix- G(viii) Acceptance of Tender. Appendix-H(ix) Contract Agreement . Appendix-I(x) Supplementary agreement Appendix –J(xi) Guidelines for participation of joint ventures – Appendix K

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 51T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX-ASAFETY RULES (A)

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the

ground or from solid construction except such short period work as can be done safely from ladders.

When a ladder is used an extra laborers shall be engaged for holding the ladder and if the ladder is

used for carrying materials as will, suitable foot-holds and hand holds shall be provided on the ladder

and the ladder shall be given an inclination not steeper than one horizontal to four vertical.

2. Scaffolding or staging more than 3.5m above the ground or floor swung or suspended from an

overhead support or erected with stationary support shall have a guard rail properly attached bolted,

braced and otherwise secured above the floor or platform of such scaffolding or staging and extending

along the entire length thereof with only such opening as may be necessary for the delivery of

materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the

building or structure.

3. Working platform gangways and stairways should be so constructed that they should not sag unduly

or unequally, and where the height of the platform or the gangway or the stairway is more than 3.5m

above ground level or floor level, they should be closely boarded, should have adequate width and

should be suitably fastened as described in the Para above.

4. Safe means of access shall be provided to all working platforms and other working places. Every

ladder shall be securely fixed. No portable single ladder shall be over 10m in length while the width

between side rails in swung ladder shall in no case be less than 300mm for ladder up to and including

3.5m in length. For longer ladders this width should be increased by at least 20 mm for each

additional meter of length. Uniform steps spacing shall not exceed 300mm. Adequate precautions

shall be taken to prevent danger from electrical equipment. No materials on any of the sides of work

shall be so stacked or placed as to cause danger for inconvenience to any persons or the public.

The contractor shall provide all necessary fencing and lights to protect the public from accident, and

shall be bound to bear the expenses of defense of every suit action or other proceedings at law that

may be brought by any persons for injury sustained owing to neglect of the above precautions and to

pay any damages and cost which may be awarded in any such suit action or proceedings to any such

persons or which may with the consent of the contractor be paid to compromise any claim by any

such person.

5. Before any demolition work is commenced and also during the process of the work:

(a) For Demolition provision of IRWM 2000 corrected up to date shall be followed.

(b) All roads and open areas adjacent to the work site shall either be closed or suitably protected.

(c) No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus used

by the operator shall remain electrically charged.

(d) All practical steps shall be taken to prevent danger to persons employed from risk or fire or explosion

of flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials

as to render it unsafe.

6. All necessary personal safety equipment as considered adequate by the Engineer in-charge should

be kept available for the use of the persons employed on the site and maintained in a condition

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 52T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

suitable for immediate use and the contractor should take adequate steps to ensure proper use of

equipment by these concerned.

(a) Workers employed on mixing asphalt materials, cement and live mortar shall be provided with

protective goggles.

(b) These engaged in white washing and mixing or attacking of cement bags or any material is which is

injurious to the eyes shall be provided with protective goggles.

(c) Those engaged in welding works shall be provided with welder's protective eye sight lids.

(d) Stone breakers shall be provided with protective goggle and protective clothing and seated at

sufficiently safe intervals.

6a The Rly. Administration will be sole judge in the absolute discretion, of the fact that it is necessary to

post any staff, that which of the staff will be suitable for the purpose, that what should be the wages

and other allowance payable by the contractor for staff posted for the purpose. The Rly.

Administration will have a right without prejudice to other remedies to deduct the wages etc. of such

staff from the bills of the contractor in respect of this contract of from any moneys or the contractor

whatsoever available with the Railway Administration. The contractor will be liable for any over

payments under Workman Compensation Act on account of any injury sustained to Railway servant

during that period.

7. When the work is done near any place where there is risk of drowning all necessary equipment should

be provided and kept ready for use and all necessary steps taken for prompt rescue of any persons in

danger and adequate provision should be made for prompt first aid treatment of all injuries likely to be

sustained during the course of the work.

8. Use of hoisting machines and tackle including their attachment anchorage and supports shall confirm

the following standards or conditions:

(a) (i) These shall be of good mechanical construction, sound materials and adequate strength and free

from patent defect and shall be kept in good repair and in good working order.

(ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable

quality and adequate strength and free from patent defects.

(b) Every Crane Driver or hoisting appliances operator shall be properly qualified and no person under

the age of 21 years shall be in-charge of any hoisting machine including any scaffolding.

(c) In case of every hoisting machine and of every cabin ring, shackle, swivel and pulley block used in

hoisting or as means of suspension safe working load shall be ascertained by adequate means. Every

hoisting machine and all gear referred to above shall be plainly marked within the safe working load.

In case of a hoisting machine having a variable safe working load, each safe working load of the

conditions under which it is applicable shall be clearly indicated. No part of any machinery or any gear

referred to above in this paragraph shall be loaded beyond the safe working load except for the

purpose of testing.

(d) In case of departmental machine the safe working load shall be notified by the Electrical Engineer-in-

charge. As regards contractor's machines the contractor shall notify safe working load of the machine

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 53T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

to the Engineer in-charge whenever he brings any machinery to site of work get it verified by the

Electrical Engineer concerned.

9. Motors, gearing transmission, electric wiring and the dangerous part of hoisting appliances should be

provided with efficient safe guards, hoisting appliances should be provided with such means will as

reduce to the minimum the risk of accidental descent of the load, adequate precautions should be

taken to reduce to the minimum the risk of any part of a suspended load becoming accidentally

displaced. When workers are employed on electrical installations which are already energized

insulating mats, wearing apparel, such as gloves, sleeves and both as may be necessary should be

provided. The workers should not wear any rings, watches and carry keys or other materials which

are good conductors of electricity.

10. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in

safe condition and no scaffold ladder or equipment shall be altered or removed while it is use.

Adequate washing facilities should be provided at or near places of work.

11. USE OF EXPLOSIVE

Explosive shall not be used on the work or brought to the site by the contractor without the written

permission of the Engineer. After such permission is given, the explosives will be stored and used as

per extant explosive rules of the Government of India/State Government.

12. These safety provisions should be brought to the notice of all concerned, display on a notice board at

a prominent place at the work spot. The persons responsible for compliance of the safety code shall

be named herein by the contractor.

13. To ensure effective endorsement of the rules and regulations relating to safety precautions, the

arrangements made by the contractor shall be opened to inspection by Labour officer/Engineer in-

charge of the Department or their representative.

Precautions while working in the vicinity of track:

(a) When the work is required to be done along or near existing Railway track, the contractors shall take

steps as are necessary for the safety of the track, labour working at site. He/They will also be required

to programme his/their working so as not to interfere with movement of trains. No extra payment shall

be allowed for these precautions. It should be ensured that the ballast of the track is not spoiled or

mixed with earth.

(b) In addition to the precautions taken by the contractors for the safety of the track and labour, it may be

necessary to post flagmen in some locations as additional safety measure. The contractor(s) shall be

fully responsible for any damage to or trespass caused by his/their men to surrounding structure, Rly.

bears no liability whatsoever on this account.

(c) The contractor shall erect suitable barricading made of his own bamboos/ballies/tie bars etc. between

running track and work site. He shall ensure the stability of such barricading and it should not infringe

the Schedule of Dimension at any stage. No extra will be payable for the barricading.

14. Disaster Management:

“Tenderers should note that their vehicles and equipments can be drafted by the Railway

administration in case of accidents/natural calamities involving human lives”.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 54T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Not withstanding the above clause from (1) to (14) there is nothing in these to exempt the contract or

the operation of any other act or Rule in force in the Republic of India.

15 MOVEMENT OF VEHICLE ALONGWITH THE RAILWAY'S TRACK

The Contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply in Railway

land next to the running line. If for execution of certain works viz. earthwork for parallel Railway line

and supply of ballast for new or existing rail line gauge conversion etc. road vehicles are necessary to

be used in Railway land next to the Railway line, the contractor shall apply to the engineer in-charge

for permission giving the type & no. of individual vehicles, names & license particulars of the drivers,

location, duration & timings for such work/ movement. The engineer-in-charge or his authorized

representative will personally counsel, examine & certify, the road vehicle drivers, contractor's

flagmen & supervisor and will give written permission giving names of road vehicles drivers,

contractor's flagmen and supervisor to be deployed on the work, location, period and timing of the

work. This permission will be subject to the following obligatory conditions.

(i) The road vehicles will ply only between sunrise & sunset.

(ii) Nominated vehicles & drivers will be utilized for work in the presence of at least one flagman & one

supervisor certified for such work.

(iii) The vehicles shall ply 6 m clear of track. Any movement/work at less than 6 m and up to minimum

3.5m clear of track centre shall be done only in the presence of railway employee authorized by the

Engineer in-charge. No part of the road vehicle will be allowed at less than 3.5m from track centre.

Cost of such Railway employee shall be borne by the Railway.

(iv) The contractor shall remain fully responsible for ensuring safety & in case of any accident, shall bear

cost of all damages to this equipment & men and also damages to Railway & its passengers.

(v) The contractor shall erect suitable barricading made of bamboos/ballies/tie bars etc. between running

track and work site. He shall ensure the stability of such barricading and it should not infringe the

Schedule of Dimension at any stage. No extra will be payable for the barricading.

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

16. PRECAUTIONS TO BE OBSERVED DURING CONSTRUCTION:

16.1 The work will have to be carried out in such a manner as to cause least obstruction to the Railway's

traffic. The work also must be carried out in such a manner so as not to jeopardize the safety and/or

movements of trains. Contractor will have to arrange proper barricading of GI in frame railway may

provide drawing for the same so as to align them in align as a wall to shield the work in a closed

fashion and to protect the site from running traffic cost of barricading will be provided in separate NS

item. The tenderers will be required to make good at his cost any damage caused to the Railway

property or travelling public arising out of his work at site.

16.2 The work should be so planned as not to cause any infringement of the moving dimensions laid down

in the Standard Schedule of Dimensions for BG-2004 with up to date Correction Slip during any stage

of construction.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 55T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX-A1

IRPWM C/S NO. 69 DT. 23.5.2001

(Authority RB letter No.98/CE-II/PRA/32, dated 23.5.2001)

A new Para No.826 be added to Chapter VIII of the IRPWM, 1986 to read as under:

826. Safe working of contractors – A large number of men and machinery are deployed by thecontractors for track renewals, gauge conversions, doublings, bridge rebuilding etc. It is thereforeessential that adequate safety measures are taken for safety of the trains as well as the work force.The following measures should invariably be adopted.

i) The contractor shall not start any work without the presence of railway supervisor at site.

ii) Wherever the road vehicles and/ or machinery are required to work in the close vicinity of railway line,the work shall be so carried out that there is no infringement to the Railways schedule of dimensions.For this purpose, the area where road vehicles and / or machinery are required to ply, shall bedemarcated and acknowledged by the contractor. Special care shall be taken for turning / reversal ofroad vehicles / machinery without infringing the running track Barricading shall be provided whereverjustified and feasible as per site conditions.

iii) The look out and whistle caution orders shall be issued to the trains and speed restrictions imposedwhere considered necessary. Suitable flagmen / detonators shall be provided where necessary forprotection of trains.

iv) The supervisor / workmen should be counselled about safety measures. A competency certificate tothe contractor’s as per Performa annexed shall be issued by AEN, which will be valid only for the workfor which it has been issued.

v) The unloaded ballast / rails/ sleepers/ other P.Way materials after unloading along track should bekept clear off moving dimensions and stacked as per the specified heights and distance from therunning track.

vi) Supplementary site specific instructions, wherever considered necessary shall be issued by theEngineer in charge.

Competency Certificate.

Certified that Sh.______________________. P. Way supervisor of M/s.___________________ hasbeen examined regarding P. Way working on ______________________ work. His knowledge hasbeen found satisfactory and he is capable of supervising the work safety.

Asstt: Executive Engineer

Signature of the tenderers

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 56T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX- A2

Special conditions of contract

Training to Supervisors and Operators of the Contractor

The Supervisors and Operators of the Contractor proposed to be deployed at work site, which is closeto the running track, shall be imparted mandatory training by the Railway about the safety measuresto be adopted while working in the vicinity of running track. Engineer in charge of the work shalldecide the scale, extent & adequacy of training. In case training is imparted at a recognized Railwaytraining institute, the charges for the same, as decided by Railway shall be recovered from contractor.A competency certificate to this effect to the individual Supervisor / Operator shall be issued as givenbelow, by a Railway Officer not below the rank of Assistant level. No Supervisor / Operator of theContractor shall work or allowed to work in the vicinity of running track who is not in possession ofvalid competency certificate.

All the labour, materials, tools, plants etc, required for ensuring safe running of trains shall beprovided by Contractor at his own cost.

Competency Certificate

Certified that Shri.__________________________ Supervisor/ Operator ofM/s____________________ has been trained and examined in safety measures to be followed whileworking in the vicinity of running Railway track for the work _____________________. His knowledgehas been found satisfactory and he is capable of supervising the work safely.

This certificate is valid only for the work mentioned in this certificate only.

Signature of the tenderer/s. Signature and designation of the Officer

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 57T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX-BSPECIAL CONDITIONS OR ISSUE OF IDENTITY CARDS BY CONTRACTORS

(i) The contractor is bound to issue identity card to each and every person employed by him anddeployed for execution of the contract work as per the prescribed format provided in the tenderdocument at his cost. Failure on the part of the contractor to issue identity cards to their employeeswill be treated as breach of contract conditions and therefore will be dealt as per clause No-62(VII) ofGCC.

(ii) It is mandatory on the part of every employee, deployed by the contractors to keep in his possession,the identity card, issued by the contractor through out the execution of the work. Failure to possesssuch identity will be treated as unauthorized presence in the Railway premises; such persons shall beliable for prosecution as per law.

(iii) It is mandatory for the contractor to submit the list of the employees issued with the identity cards anddeployed for execution of the particular; contract to the Railway's Engineer at site beforecommencement of the work and also for any subsequent changes made during the execution of thework.

(iv) No claims whatsoever arising out of implementation of special conditions pertaining to issue of identitycards shall be admissible.

FORMAT OF IDENTITY CARD

Identity Card Sr. No:

Date of issue:

Contract Agreement No:

Name of the contractor & Address:

Particulars:

1. Name of the employee :

2. Date of Birth/Age :

3. Personal Identification Mark :

4. Permanent Address :

(Signature of Contractor) (Signature/Thumb Impression ofemployee)

(The person who signed the originalTender document or the contractAgreement) -------

(Authority: GM(W)CSTM's L.No:W.187.R.A.1.Special Conditions Dtd:29.6.01Circulated vide CE(C)CSTM'sL.No: EW.187.R.465.V dtd.11.7.2001)

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 58T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX-CSPECIAL CONDITION FOR TENDERER WHEN DOWNLOAD THE TENDER DOCUMENT FROM WEBSITE

The following procedure is laid down:1. Tenderer can download the tender document from web site www.wcr.indianrailw.gov.in. Tenderer

submitting the offer on the tender document downloaded from website should enclose requisite costof tender document along with their offer, failing which offer will be summarily rejected. In casedrawing is referred to in the website the cost of the drawing will be the part of the tender cost.

2. Tenderer using the tender document downloaded from the website should keep watch on the websiteday to day for the corrigendum/addendum to the NIT/tender document and there will not be anyseparate individual communication for the same. In complete downloaded loaded shall be liable to berejected.

3. Tenderer submitting the offer on the tender document downloaded from website should sign theDeclaration by the Tenderer regarding tender form downloaded from website without fail. If thedeclaration is not signed by the tenderer, the offer will be summarily rejected.

4. The tenderers/firms who are found to be indulging in changing/adding or deleting, the content of thetender documents will be liable to face necessary action as per extant instructions which could beremoval from the approved list, banning, suspension of business dealing. Such tenders shall besummarily rejected.

5. Declaration by the tenderer for the tender document download.We hereby declare that we have downloaded the tender document from websitewww.wcr.indianrail.gov.in and printed the same. We have verified the content of the printed documentfrom the website and there is no addition, no deletion and or no alteration to the content of the tenderdocument.

6. In case of any dispute, the hard office copy of tender document shall be considered as final.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 59T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX-DPRICE VARIATION

(Authority-Railway Boards L.No.2007/CE/-1/CT/18 Pt.19 dated 14.12.12,7.5.13, 2.5.14 & 15.10.14)

1. Price Variation Clause (PVC) shall be applicable only for Contracts of value (Contract AgreementValue)Rs. 50 lakh and more, irrespective of the contract completion period.

2. If required, the percentages of various components, as detailed in Para 46/A.5 of Price VariationClause in GCC may be varied by the concerned SA Grade Officer in consultation with the concernedFA&CAO, keeping in view the special features and complexities of the work involved.

3. Clause 46A- Price Variation Clause to the General Conditions of Contract, along with associatedinstructions mentioned herein, shall be applicable with prospective effect.

46A-1 Price variation clause (PVC) shall be applicable only for Contracts of value as prescribed by theMinistry of Railways through instructions/ circulars issued from time to time and irrespective of thecontract completion period. Variation in quantities shall not be taken into account forapplicability of PVC in the contract. Materials supplied free of cost by Railway to the contractorsshall fall out side the purview of price variation clause. If, in any case, accepted offer includes somespecific payment to be made to consultants or some materials supplied by Railway free or at fixedrate, such payments shall be excluded from the gross value of the work for the purpose ofpayment/recovery of price variation.

An authority competent to accept the tender or Sr. Admin Grade (SAG) officer of executivedepartment, which ever is higher, may decide that PVC shall not apply to a particular contract even ifthe contract agreement value of the works out to be Rs. 50.00 lakh or more Or that PVC shall applyeven if the contract Agreement value works out to be less than Rs. 50.00 lakh. Such a decision shallbe taken with concurrence of associate finance and reasons shall be recorded in writing.Such a decision shall be taken before issuance of NIT (Notice inviting tender) and it shall beincorporated as special condition(in tender document and contract Agreement).Applicability of PVC based on original contract value is illustrated as under-“If estimated value of a tender (NIT value) is Rs. 55 lakh, but value of the contract as per contractagreement is Rs. 45.00 lakh, then PVC shall not apply, even if the actual final value is Rs. 50.00 lakhor more due to variation in quantities during execution of the contract. Thus, variation in quantitiesafter signing of contract agreement is not relevant for deciding whether PVC is applicable to acontract or not.”

46A-2 The base month for price variation clause shall be taken as month of opening of tender includingextensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shallcommence from the month following the month of opening of tender. The price variation shall bebased 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 additionalindividual claim shall be admissible on account of fluctuations in market rates, increase in taxes/anyother levies/tolls etc. except that payment/recovery for overall market situation shall be made as perprice 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. invarious 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 :

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 60T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Labour component 55 % Other material components 15 %Fuel Component 15 % Fixed component * 15 %

(C) Tunneling contractsLabour component 45 % Detonators component 05 %

Fuel Component 15 % Other material components 05 %Explosive component 15 % Fixed component * 15 %

(D) Other works contracts :Labour component 30 % Fuel component 15 %

Material Component 40 % Fixed component * 15 %(For this tender price variation shall be paid as per the component given for “Tunneling contracts”.)

* It shall not be considered for any price variation.46 A.7 The amount of variation in prices in several components (labour, material etc.) shall be

worked out by the following formula :(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 85Where :L Amount of price variation in LabourM Amount of price variation in MaterialF Amount of price variation in FuelE Amount of price variation in ExplosivesD Amount of price variation in DetonatorsS Amount of price variation in SteelC Amount of price variation in CementT Amount of price variation in ConcretingR Amount of price variation in Ferrous itemsN Amount of price variation in Non ferrous items

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 61T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Z Amount of price variation in ZincI Amount of price variation in InsulatorLC % of labour componentMC % of material componentFC % of fuel componentEC % of explosive componentDC % of detonators componentTC % of concreting componentRC % of ferrous componentNc % of non ferrous componentZC % of zinc componentW Gross value of work done by the 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 excludespecific payment, if any, to be made to the consultants engaged by the contractors (such paymentshall be indicated in the contractor’s offer).

LB Consumer price index number for industrial workers – All India : Published in RBIbulletin for the base period.

LQ Consumer price index number for industrial workers – All India : published in RBIbulletin for the overage price index of the 3 months of the quarter under consideration.

MB Index number of wholesale prices – By Groups and sub groups : All commodities aspublished in the RBI bulletin for the base period.

MQ Index number of wholesale prices – By Groups and sub groups : All commodities aspublished in the RBI bulletin for the average price index of the 3 months of the quarter underconsideration.

FB Index number of wholesale prices – By Groups and sub groups for fuel & power as published in theRBI bulletin for the base period.

FQ Index number of wholesale prices – By Groups and sub groups for fuel & power as published in theRBI 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 purchasesof 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 purchasesof explosives are made by the contractor for the average price index of the 3 months of the quarterunder consideration.

DB Cost of detonators, as fixed by DGS&D in the relevant rate contract of the firm from whom purchasesof 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 purchasesof detonators are made by the contractor for the average price index of the 3 months of the quarterunder consideration.

SW Weight of steel in tone, supplied by the contractor as per the ‘on account’ bill for the month underconsideration.

SQ SAIL’s (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 themonth in which the steel was purchased by the contractor (or) as prevailing on the first day of themonth in which steel was brought to the site by the contractor, whichever is lower.

SB SAIL’s ex-works price plus Excise duty thereof (in Rs. Per tone) for the relevant category of steelsupplied by the contractor as prevailing on the first day of the month in which the tender wasopened.

CV Value of cement supplied by contractor as per on account bill in the quarter under consideration.CB Index number of wholesale price of sub group (of cement &lime ) as published in RBI bulletin for the

base period.CQ Index number 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 considerationCS RBI wholesale price index for cement & lime for the month which is six months prior to date of

casting of foundation.CO RBI wholesale price index for cement & lime for the month which is one month prior to date of

opening of tender.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 62T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

RT IEEMA price index for Iron & Steel for the month which is two months prior to date of inspection ofmaterial.

RO IEEMA price index for Iron & Steel for the month which is one month prior to date of opening oftender.

PT IEEMA price index for Copper wire bar for the month which is two month prior to date of inspection ofmaterial.

PO IEEMA price index for Copper wire bar for the month which is one month prior to date of opening oftender.

ZT IEEMA price index for Zinc for the month which is two month prior to date of inspection of material.ZO IEEMA price index 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 whole sale 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 indicesshall be made as and when they become available.

46A-9 Relevant categories of steel for the purpose of operating price variation formula, as mentioned in thisclause, based on SAIL’s ex works price plus excise duty thereof, shall be as under :-

Sl. No. Category of steel suppliedin Railway work.

Category of steel produced by SAIL whoseEx-works price plus excise duty would be

adopted to determine price variation.1 Reinforcement bars and other

rounds.TMT 8 mm IS 1786 Fe 415/Fe 500

2 All types and sizes of angles. Angle 65 x 65 x 6 mm IS 2062 E 250 A SK

3 All types and sizes of plates. PM plates above 10-20 mm IS 2062 E 250 A SK

4 All types and sizes of channelsand joists.

Channels 200 x 75 mm IS 2062 E 250 A SK

5 Any other section of steel notcovered in the above categoriesand excluding HTS.

Average of price for the 3 categories covered under Sl.1, 2, & 3 above.

46A-10 Price variation during extended period of Contract.

The price adjustment as worked out above, i.e. either increase or decrease shall be applicable up tothe stipulated date of completion of work including the extended period of completion where suchextension has been granted under clause 17-A of the General conditions of contract. However, whereextension of time has been granted due to contractor’s failure under clause 17-B of the Generalconditions of contract, price adjustment shall be done as follows :

(a) In case the indices increase above the indices applicable to the last month of original completionperiod or the extended period under clause 17-A, the price adjustment for the period of extensiongranted under clause 17-B shall be limited to the amount payable as per the indices applicable to thelast month of the original completion period or the extended period under clause 17-A of the Generalconditions 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 ofcompletion under clause 17-A, as the case may be, then the lower indices shall be adopted for theprice adjustment for the period of extension under clause 17-B of the General conditions of contract.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 63T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Appendix-E

(Authority Railway Boards L.No.2012/CE-I/0/22 dated 14.12.12)

Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952.Clause 55-B of GCC

The contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme,1952; Para 3 & 4 of Employees Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit LinkedInsurance Scheme, 1976; as modified from time to time through enactment of “Employees Provident Fund &Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the Railway from andagainst any claims under the aforesaid act and the rules.”Employees Provident Fund Scheme, 1952 :

Payment of Contributions :

The employer shall, in the first instance, pay both the contribution payable byhimself (in this scheme referred to as the employer’s contribution) and also, on behalf of the memberemployed by him directly or by or through a contractor, the contribution payable by such member (in thisscheme referred to as the member’s contribution).

In respect of employees employed by or through a contractor, the contractor shall recover thecontribution payable by such employee (in this scheme referred to as the member’scontribution) and shall pay to the principal employer the amount of member’s contribution sodeducted together with an equal amount of contribution (in this scheme referred to as theemployer’s contribution) and also administrative charges.

It shall be the responsibility of the principal employer to pay both the contribution payable byhimself in respect of the employees directly employed by him and also in respect of theemployees employed by or through a contractor and also administrative charges.

(Explanation :- For the purpose of this paragraph, the expression “administrative charges” means suchpercentage of the pay (basic wages, dearness allowance, retaining allowance, if any and cash value of foodconcessions admissible thereon) for the time being payable to the employees other than an excludedemployee, and in respect of which provident fund contribution are payable as the Central Government may, inconsultation with the Central Board and having regard to the resources of the fund for meeting its normaladministrative expenses fix.)Duties of Contractors :Every contractor shall, within seven days of the close of every month, submit tothe principal employer a statement showing the recoveries of contributions in respect of employees employedby or through him and shall also furnish to him such information as the principal employer is required to furnishunder the provisions of the scheme to the Commissioner.Employees Pension Scheme, 1995 :From and out of the contributions payable by the employer in each month undersection 6 of the ‘Act” or under the rules of the provident fund of the establishment which is exempted eitherunder clauses (a) & (b) of sub section (1) of section 17 of the act or whose employees are exempted undereither paragraph 27 or paragraph 27-A of the Employees Provident Fund Scheme, 1952, a part of contributionrepresenting 8.33 percent of the employee’s pay shall be remitted by the employer to the Employee’s PensionFund within 15 days of the close of every month by a separate bank draft or cheque on account of theEmployee’s pension Fund contribution in such manner as may be specified in this behalf by theCommissioner. The cost of the remittance, if any, shall be borne by the employer.The Central Government shall also contribute at the rate of 1.16 percent of thepay of the members of the Employee’s Pension Scheme and credit the contribution to the Employee’s PensionFund.Provided that where the pay of the member exceeds Rs 6,500 (Rupees Six thousands and five hundred) permonth, the contribution payable by the employer and the Central Government be limited to the amountpayable on his pay of Rs 6,500 (Rupees Six thousands and fine hundred) only.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 64T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Payment of Contribution :

The employer shall pay the contribution payable to the Employee’s PensionFund in respect of each member employed by him directly or by or through a contractor.

It shall be the responsibility of the principal employer to pay the contributionspayable to the Employee’s Pension Fund by himself in respect of the employees directly employed by him andalso in respect of the employees employed by or through a contractor.

Employees Deposit Linked Insurance Scheme, 1976 :

Contribution :The contribution payable by the employer and the Central Government undersub section (2) and sub section (3) of section 6-C of the Act, shall be calculated on the basis of the basicwages, dearness allowance (including the cash value of any food concession) and retaining allowance , if any,actually drawn during the whole month whether paid on daily, weekly, fortnightly or monthly basis.

Provided that where the monthly pay of an employee exceeds six thousand fivehundred rupees, the contribution payable in respect of him by the employer and the Central Government shallbe limited to the amounts payable on a monthly pay of six thousand five hundred rupees including dearnessallowance, retaining allowance (if any) and cash value of food concession.Mode of payment of Contribution :

The contribution by the employer shall be remitted by him together with administrative chargesat such rate as the Central Government may fix from time to time under sub section 4 ofsection 6-C of the Act, to the Insurance Fund within fifteen days of the close of every month bya separate bank draft of cheque or by remittance in cash in such manner as may be specified inthis behalf by the Commissioner. The cost of remittance, if any, shall be borne by the employer.

It shall be the responsibility of the employer to pay the contribution payable by him self in respect of theemployees directly employed by him and also in respect of the employees employed by or through acontractor.

.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 65T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX – F

(Authority CE(G ) WCR/JBP’s L.No.W-HQ/WG/JV/26 dated 15.10.2008)

FORMAT FOR MOU FOR JOINT VENTURE AGREEMENT FOR WORKS TENDERS OF VALUE

MORE THAN Rs. 10.00 crores.

This joint venture agreement made and executed on this day ………….by and between/amongst

1. M/s. ABC a company incorporated under companies act/a partnership firm/a proprietary concern(as the case may me) having its registered office at……… represented by……….

AND2. M/s. DEF a company incorporated under companies act/a partnership firm/a proprietary concern (asthe case may me) having its registered office at……… represented by………..

AND3. M/s. GHI a company incorporated under companies act/ a partnership firm/a proprietary concern(as the case may me) having its registered office at …….. represented……………

(ABC, DEF and GHI are hereafter collectively referred to as “Members” and individually a “Member”which expression unless repugnant to the context shall mean and include their successors, andpermitted assigns as the case may be)

to form a joint venture to execute and carry out the work connected with the following tender

notification of West Central Railway-

Tender No……………………………………………………………………….…

Name of Work……………………………………………………………………..

Now it is hereby agreed by and between the parties as follows –

1. That, the name of the joint venture shall be……………………, having its office at-

………………………….

2. That, …………………………… shall be the lead member of the joint venture who shall have

…………..% (at least 51%) share of interest in the JV firm. The other member ………………(name)

shall have ………………..% share of interest and the member ………………(name) shall have a

share of interest…………………%

3. That, the technical and financial responsibilities/obligations of the members of Joint Venture shall be

as under : ( details of the responsibilities of each member of JV firm should also be

given)………………………………………………………..

……………………………………………………………………………………………

4. That, we the member of joint venture shall be jointly and severely be liable to the railway for the

execution of the project in accordance with General and special condition of the contract. We all the

member of the JV firm shall also be liable jointly and severely for the loss damage cause to the

Railway during the course of execution of the contract or due to non execution of the contract or part

thereof.

5. That, EMD shall be submitted in the name of JV firm…………………………… (However in exceptional

cases, EMD in the name of lead partner can be submitted subject to acceptance of specific request

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 66T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

letter from lead partner stating the reasons for not submitting the EMD in the name of JV and giving

written confirmation from the JV partners to the effect that the EMD submitted by the lead partner may

be deemed as EMD submitted by JV firm by railway).

6. That, none of the member associated in JV firm has participated either in individual capacity or as a

member of another JV firm in the same tender.

7. That, we, the associated member have carried out various similar works on railway department to the

best satisfaction of railways.

S.No.

Nam

e of

wor

k

Nam

e of

Con

tract

or

CA

No.

& D

ate

Dep

artm

ent f

orw

hich

wor

k ha

sbe

en c

arrie

d ou

t

Valu

e of

wor

k

Dat

e of

com

men

cem

ent

Dat

e of

com

plet

ion

as p

er C

A

Actu

al d

ate

ofco

mpl

etio

n

Rea

son

for

exte

nsio

n

8. That, We, the associated members also agreed to carry out the work on the required manner andwithin the time limit specified in the said tender.

9. That, the agreement of joint venture will remain in full force till the entire work is completed in all

respect satisfactorily and also till the maintenance period is over or till all the contractual liabilities are

discharged/completed.

10. That, once the tender is submitted, the MOU shall not be modified/altered/ terminated during the

validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest

Money Deposit (EMD) shall be forfeited. In case of allotment of the said work to the JV firm, the

validity of this MOU shall be extended till the currency of the contract expires.

11. That, the constitution of the JV firm shall not be allowed to be modified after submission of the tender

bid by the JV firm and/or during the currency of contract except when such modification becomes

inevitable due to succession law etc. and in any case the minimum eligibility criteria will not get vitiated

and the lead member should continue to be the lead member of joint venture.

12. That, we all the members of JV agrees that we have no right to assign or transfer the interest, right,

liability in the contract without the written consent of the other party and that of employer in respect of

Tender No………………………….

13. That, all the members mutually agrees to authorize one of the members M/s

Sh……………………….on behalf of the Joint Venture firm to deal with the tender, sign the agreement

the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint

measurement of work done, to sign measurement books and similar such action in respect of the said

tender/contract. All notices/correspondence with respect to the contract would be sent only to this

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 67T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

authorised member of the JV firm in favour of JV firm.

14. That, for all the terms and conditions, account in the name of JV firm shall be operated. Accordingly,

all the payments received shall be credited to the account of JV firm.

15. That, the JV agreement shall in all suspects be governed by and interpreted in accordance with Indian

law.

16. That, the agreement among the members of the JV firm has been registered before the registrar of the

companies under companies act or before the registrar/sub-registrar under the registration act, 1908

(as the case may me).

17. That, we all the members of the JV certified that we have not been black listed or debarred by

Railways or any other Ministry/Department of the Govt. of India/State Govt. from participation in

tenders/contract on the date of opening either in their individual capacity or the JV firm or partnership

firm in which they were members/ partners.

18. That, we all the members hereto undertake that whatever the machineries, instruments, labour force

including skilled, inspectors, engineers etc. they posess at the time of entering in to joint venture

agreement or which subsequently shall come in our possession and if such machinery, instruments,

labour force and required for speedy and efficient execution of work, all members of Joint Venture

having the control over the said machinery, instruments, labour force etc. without having any regard to

our share of profit or loss agreed to between the parties in the Joint venture Agreement shall hand

over the same at the disposal of the party who is actually executing the work for purpose of execution

of the contract without any hindrance and obstacle.

Witnesses Signature of members of JV

1. 1.

2. 2.

3.

4.

5.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 68T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX –G

MODEL FORM OF BANK GUARANTEE BOND

(Authority FA&CAO /JBP L.No. HQ/AC/EXP/Bank Guarantee/2011-11 dated 10.12.2011)

1. In consideration of the President of India (hereinafter called “the Government”) having agreed toexempt --------------(hereinafter called “the said Contractor(s)” from the demand, under the terms andconditions of an Agreement dated -------- made between ---------- and ------------ for ----------- (hereinaftercalled “the said Agreement”), of security deposit for the due fulfillment by the said Contractor(s) of theterms and conditions contained in the said Agreement, on production of a bank Guarantee for Rs.-------(Rupees------------------only) we, ----------------------- (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 or damage caused to or suffered or would be caused to or suffered by theGovernment by reason of any breach by the said Contractor(s) of any of the terms or conditionscontained in the said Agreement.

2. We--------------------------------------------(indicate the name of the bank) and our local branch at Jaipur i.e.………………………………………. (name, address and branch code of local branch at Jaipur) dohereby undertake to pay the amounts due and payable under this guarantee without any demur, merelyon a demand from the Government stating that the amount claimed is due by way of loss or damagecaused to or would be caused to or suffered by the Government by reason of breach by the saidcontractor(s) of any of the terms of conditions contained in the said Agreement or by reason of thecontractor(s) failure to perform the said Agreement. Any such demand made on the bank shall beconclusive as regards the amount due and payable by the Bank under this guarantee. However, ourliability under this guarantee shall be restricted to an amount not exceeding Rs. -------------

3. We under-take to pay to the Government any money so demanded notwithstanding any dispute ordisputes raised by the contractor(s)/supplier (s) in any suite or proceeding pending before any court orTribunal 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) and our local branch at Jaipur i.e.………………………………………. (name, address and branch code of local branch at Jaipur) furtheragreed with the guarantee herein contained shall remain in full force and effect during the period thatwould be taken for the performance/of the said Agreement and that it shall continue to be enforceabletill all the dues of the Government under or by virtue of the said Agreement have been fully paid and itsclaims satisfied or discharged or till --------- (office/Department) Ministry of ------------ certifies that theterms and conditions of the said Agreement have been fully and properly carried out by the saidContractor(s) and accordingly discharges this guarantee. Unless a demand or claim under thisguarantee is made on in writing on or before the ------------ we shall be discharged from all liability underthis guarantee thereafter.

5. We………………………………………..(indicate the name of bank) and our local branch at Jaipur i.e.………………………………………. (name, address and branch code of local branch at Jaipur) furtheragree with the government that the Government shall have the fullest liberty without our consent andwithout affecting in any manner our obligations hereunder to vary any of the terms and conditions of thesaid Agreement or to extend time of performance by the said contractor(s) from time to time or to postopens for any time or from time to time any of the powers exercisable by the Government against thesaid, Contractor(s) and to further or enforce ay of the terms and conditions relating to the saidagreement and we shall not be relieved from our liability by reason of any such variation, or extensionbeing granted to the said Contractor(s) or for any forbearance, act or commission on the part of theGovernment or any indulgence by the Government to the said Contractor(s) or any such matter or thingwhatsoever which under the law relating to sureties would, but for this provision, have effect of so

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 69T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

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 bank) and our local branch i.e.

………………………………………. (Name, address and branch code of local branch ) lastly undertakenot to revoke this guarantee during its currency except with the previous consent of the Government inwriting.Dated the----------- day of ---------2015For ____________________________(indicate the name of bank) and our local branch i.e.………………………………………. (Name, address and branch code of local branch )

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 70T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Appendix- H(Annexure V of General conditions of contract)

ACCEPTANCE OF TENDER

I accept the tender on reverse and agree to pay the rate as entered in the schedule of rates andquantities at . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . percent (%) Above/Below/At Par with theschedule of rates and quantities for MS Items and at rates indicated below for NS items.

Chief Engineer (Const)Chief Project Manager

Deputy Chief Engineer (Const)Executive Engineer (Const)West Central Railway

For and on behalf of the President of IndiaDivision . . . . . . . . . . . . . . . . . . . . . . . . . . . . .Date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Contractor/s:

Witnesses:

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

(2) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 71T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX-I(Annexure V of General conditions of contract)

AGREEMENT FOR WORKS

Contract Agreement No. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Dated . . . . . . . . . . . . . . . . .

Articles of agreement made this . . . . . . . . . . . . day of . . . . . . . . . . . . . . . .2015 between the Presidentof India acting through the Railway Administration hereinafter called the "Railway" of the one part and . . .. . . . . . . . . . . . . . . . . . . . . . Herein after called the "Contractors" of the other part.

Whereas the Contractor has agreed with the Railway for the performance of the work“---------------------------------------------------------------------------------------------------------------------------------------------------------------------

Set-forth in the schedule hereto annexed upon the General Conditions of Contract and the Specificationsof the West Central Railway and the special conditions and special specifications if any and in conformitywith the drawings hereunto annexed and whereas the performance of the said work is an act in which thepublic are interested.

NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by theRailway, the Contractor will duly perform the said works in the said schedule set-forth and shall executethe same with great promptness, care and accuracy in a workman like manner to the satisfaction of theRailway and will complete the same in accordance with the said specifications and said drawings andconditions of contract on or before the . . . . . . . day of . . . . . . . . . . . 200 . . . . and will maintain the saidworks ------------------------------------------------------------ from the certified date of their completion and willobserve, fulfil and keep all the conditions therein mentioned (which shall be deemed and taken to be partof this contract as if the same had been fully set-forth herein) and the Railway both hereby agree that ifthe contractor shall duly perform the said works in the manner aforesaid and observe and keep the saidterms and conditions, the Railway will pay or cause to be paid to the contractor for the said works on thefinal completion thereof the amount due in respect thereof at the rates specified in the schedule heretoannexed.

Contractors Chief Engineer (Construction)/Chief Project Manager/Dy. Chief Engineer (Construction)/

Address: Executive Engineer (Construction)West Central Railway

For & On behalf of the President of IndiaDate . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . . . . . .

Signature of witnesses with address

1 . . . . . . . . . . . . . . . . . . . . . . . . . . .

2 . . . . . . . . . . . . . . . . . . . . . . . . . . .

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 72T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX-J

SUPPLEMENTARY AGREEMENT

Articles of agreement made this day _______ in the year Two thousand and Fifteen between the Hon’blePresident of India, acting through the ___________________ West Central Railway Administration having hisoffice at __________________ herein after called the Railway of the one part and_____________________________________ of the second part.

Whereas the party hereto of the other part executed an agreement with the party hereto of the first part beingagreement Number _____________dated __________for the performance____________________________________________________________________________________________________________________________herein after called the ‘Principal Agreement’.

And whereas it was agree by and between the parties hereto that the works would be completed by the partyhereto of the second part on ______________date last extended’ and whereas the party hereto of the secondpart has executed the work to the entire satisfaction of the party hereto of the first part. And whereas the partyhereto of the first part already made payment of the party hereto of the second part diverse sums from time totime aggregating to Rs._______________ including the final bill bearing voucher No.______________ dated___________( the receipt of which is hereby acknowledged by the party hereto of the second part in full andfinal settlement of all his /its claims under the principal agreement.

And whereas the party hereto of the second part have received further sum of Rs._____________ through thefinal bill bearing voucher No.____________ dated ______________(the receipt of which is herebyacknowledged by the party thereto of the second part) from the party hereto the first part in full and finalsettlement of all his/its disputed claims under principal agreement.

Now, it is hereby agreed by and between the parties in the consideration of sums already paid (by the partyhereto of the first part to the party hereto of the second part against all outstanding dues and claims for, allworks done under the aforesaid principal agreement including/excluding the security deposit the party heretoof the second part have no further dues of claims against the party hereto the first part under the said PrincipalAgreement. It is further agreed by and between the parties that the party hereto of the second part hasaccepted the said sums mentioned above in full and final satisfaction of all its dues and claims under the saidPrincipal Agreement.

It is further agreed and understood by and between the parties that in consideration of the payment alreadymade, under the agreement, the said Principal Agreement shall stand finally discharged and rescinded all theterms and conditions including the arbitration clause.

It is further agreed and understood by and between the parties that the arbitration clause contained in the saidprincipal agreement shall cease to have any effect and/or shall be deemed to be non-existence for allpurposes.

Signature of the contractor/s for and on behalf of the Hon’ble President of India

Witness

1 _______________________

2. _______________________

ADDRESS:

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 73T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

APPENDIX-KGUIDELINES FOR PARTICIPATION OF JOINT VENTURE (JV) FIRMS,

(The JV firms are allowed to participate only in the tenders of value more than Rs. 10 crores).

1. All points mentioned in GCC Clause 65 will be guiding factor for Joint venture. In thetender document GCC Clause 65 is reproduced under item No. 37 on page 46-47

2.0 Credentials & Qualifying criteria: Technical and financial eligibility of the JV Firm shall beadjudged based on satisfactory fulfillment of the following criteria.

2.1 Technical Eligibility Criteria:Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in thelast three previous financial years and the current financial year upto the date of opening of thetender, one similar single work for a minimum value of 35% of advertised value of the tender.

OR

In case of composite works involving combination of different works, even separatecompleted works of required value should be considered while evaluating theeligibility criteria.

For example, in a tender for bridge work where similar nature of work has beendefined as bridge work with pile foundation and PSC superstructure, a tenderer, whohad completed one bridge work with pile foundation of value at least equal to 35% oftender value and also had completed one bridge work with PSC superstructure ofvalue at least equal to 35% of tender value should be considered as having fulfilledthe eligibility criterion of having completed single similar nature of work.

NOTE: Value of a completed work done by a Member in an earlier JV Firm shall be reckonedonly to the extent of the concerned member’s share in that JV Firm for the purpose ofsatisfying his/her compliance to the above mentioned technical eligibility criteria in thetender under consideration.

2.2Financial eligibility Criteria: The contractual payments received by the JV Firm or thearithmetic sum of contractual payments received by all the members of JV firm in theprevious three financial years and the current financial year upto the date of opening oftender shall be at least 150% of the estimated value of the work as mentioned in thetender.NOTE: Contractual payment received by a Member in an earlier JV Firm shall bereckoned only to the extent of the concerned member’s share in that JV Firm for thepurpose of satisfying compliance of the above mentioned financial eligibility criteria intender under consideration

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 74T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma-1WEST CENTRAL RAILWAY

5.1 (ENGINEERING/CONSTRUCTION DEPARTMENT)(Particulars of Tenderer)

1. Full name of contractor/Construction firmand year of establishment.

:

2. Registered Head Office & PostalAddressed.Telephone Nos. with STD No.

:

3. Branch Office address, if any.Telephone Nos. with STD No.

:

4. Constitution of firm (give full detailsincluding names of Partners/Executives/Power of Attorney holders, etc.)

:

5. Particulars of Registration withGovernment/ Semi-Govt. Organization,Public Sector, Undertaking & LocalBodies etc.

:

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 75T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma-II

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

DETAILS OF WORKS EXECUTED SIMILAR TO TENDERED WORK

(Works of at least 35% value of present tender completed during last 3 years to be given)

Sr.No.

Descrip-tion ofwork

Contractawardingauthority

Agree-ment No.& Date

Costof

Work

Date ofcommen-cement of

work

Date ofcomple-

tion as peragreement

Actualdate ofcomple-

tion

Whetherarbitrationdemanded

or not

Note: Certificate from authority concerned/employer to be attached.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 76T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma-III

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

DETAILS OF ALL CIVIL ENGINEERING WORKS CARRIED OUT DURING PAST THREE YEARS

Sr.No.

Descrip-tion ofwork

Contractawardingauthority

Agree-ment No.& Date

Costof

Work

Date ofcommen-cement of

work

Date ofcomple-

tion as peragreement

Actualdate ofcomple-

tion

Whetherarbitrationdemanded

or not

Total turnover during preceding three years from the date of opening of tender.

Note: Certificate from authority concerned/employer to be attached.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 77T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma-IVWEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

DETAILS OF CIVIL ENGINEERING WORKS IN HAND

Sr.No.

Descrip-tion ofwork

ContractAwardingauthority

Agree-ment No. &

Date

Cost ofwork

In Hand

Date ofCommen-cement of

work

Date ofCompletion as per

agreement

%ageprogress of

work

Whether

arbitration

demanded ornot

Note: Certificate from authority concerned/employer to be attached.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 78T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma-V-AWEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)A.DETAILS OF PLANTS & MACHINERY OWNED BY TENDERER

Sr.No.

Particularsof

equipments

No. /Unit

Kind /Make

Capa-city

Ageand

Condi-tion

Details ofwork wheremachineryis in use at

present

Details ofmachinery ishypothecatedto any bank or

institution

Remarks

B. DETAILS OF PLANTS & MACHINERY PROPOSED TO BE HIRED FOR WORK

Sr.No.

Particulars ofequipments

No./ Unit Kind/ Make Capacity R e m a r k s

Note: Supporting documents should be attached.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 79T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma –V-C

Detail of contractual payment received in last three financial year and current financial year.

SN Name of work Name of employer Detail ofpayment

For the financialyear

Total contract amountreceived

1 2 3 4 5 6

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 80T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma-VI

WEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

PARTICULARS OF TECHNICAL STAFF TO BE EMPLOYED ON THE WORK

Sr.No.

Name &Designation

Qualification ProfessionalExperience

R e m a r k s

Note: Supporting documents should be attached.

I hereby certify that no retired Engineer/Gazetted Officer of the Railways who has retired within 1years of date of submission of tender and has not obtained permission of competent authority has beenengaged by me/our firm. I also certify that none of my relative is engaged in Engineering Department in WestCentral Railway.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 81T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma-VIIWEST CENTRAL RAILWAY

(ENGINEERING/CONSTRUCTION DEPARTMENT)

(Particulars of site –conditions)

I/We hereby solemnly declare that I/We visited the site of work personally and have made myself/ourselvesfully conversant of the conditions therein and in particulars the following.

1. Topography of the area :

2. Soil strata at site of work :

3. Sources and availability of construction materials :

4. Rates for construction materials, water and electricity :including all local taxes, royalties, octroi etc.

5. Availability of local labour (both skilled and unskilled) :and relevant labour rates and labour laws.

6. Existing roads and approaches to site of work :

7. Availability and rates of private land, etc. required by :me/us for various purposes.

8. Climatic conditions and availability of working days :

I/We have quoted my/our rates for various items in the tender schedule taking into account all theabove factors also.

Signature of Tenderer(s)

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 82T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Proforma-VIII

Declaration by tenderers downloading tender document from websiteDECLARATION

(A) I/We declare that the information/Tender form downloaded is original and in the event of this beingdifferent from original Tender document, my tender form may be rejected by RailwayAdministration.

(B)Declaration by the tenderer for the tender document downloadI/We hereby declare that I/We have downloaded the tendered document from West CentralRailway's website www.wcr.indianrail.gov.in and printed the same. I/We have verified the content ofthe printed document from the website and there is no addition, no deletion and or no alteration tothe content of the tender document. I also declare that I have seen the web site till the date ofopening of the tender and have down loaded the corrigendum (if any) from the web site. In the eventof my tender document not being in consonance with uploaded tender document /corrigendumtender document my tender shall be liable to be rejected.".

Signature & Seal of Tenderer NameCapacity / Authority to sign

Full Address

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 83T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

“Proforma “IX”

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY TENDERER ALONGWITH THE TENDERDOCUMENTS

(To be executed in presence of Public Notary on non-judicial stamp paper of the value of Rs. 100/- . Thestamp paper has to be in the name of the tenderer)**

I …………………………………... (Name and designation)** appointed as the attorney/authorized signatoryof the tenderer (including its constituents), M/s. ______________________ (hereinafter called thetenderer) for the purpose of the Tender documents for the work of ______________ as per the TenderNo.______________ of West Central Railway, do hereby solemnly affirm and state on behalf of thetenderer including its constituents as under:

1. I/We the tenderer (s), am/are signing this document after carefully reading the contents.

2. I/We the tenderer (s) also accept all the conditions of the tender and have signed all the pages inconfirmation thereof.

3. I/We hereby declare that I/We have downloaded the tender document from west Central Railwaywebsite www.wcr.indianrailway.gov.in and printed the same. I/We have verified the content of theprinted document from the website and there is no addition, no deletion or no alteration to thecontent of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation oftenders, execution of work or final payment of the contract, the master copy available with theRailway Administration shall be final and binding upon me/us.

4. I/We declare and certify that I/we have not made any misleading or false representation in the forms,statements and attachments in proof of the qualification requirements.

5. I/We declare that the information and documents submitted along with the tender by me/us arecorrect and I/we are fully responsible for the correctness of the information and documents,submitted by us.

6. I/We understand that if the certificates regarding eligibility criteria submitted by us are found to beforged at any time during process for evaluation of tenders, it shall lead to forfeiture of the tenderEMD. Further, I/we [insert name of the tenderer]**_______ and all my/our constituents understandthat my/our offer shall be summarily rejected.

7. I/We also understand that if the certificates submitted by us are found to be false at any time afterthe award of the contract, it will lead to termination of the contract, along with forfeiture of EMD/SDand Performance Guarantee.

DEPONENT

SEAL AND SIGNATURE

OF THE TENDERER

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 84T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

VERIFICATION

I/We above named tenderer do hereby solemnly affirm and verify that the contents of my/our aboveaffidavit are true and correct. Nothing has been concealed and no part of it is false.

DEPONENT

SEAL AND SIGNATURE

OF THE TENDERER

Place :-

Dated:-

** The contents in Italics are only for guidance purpose.

Details as appropriate, are to be filled in suitably by tenderer.

Attestation before Magistrate/ Notary Public.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 85T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Part-V5.0 (A)SCOPE OF WORK:-

Construction of tunnel and ancillary works including Earthwork in formation and minor bridgesfrom Km 57.00 to 61.00 between Jhalawar – Aklera in state of Rajasthan as part of Ramganjmandi – Bhopal New BG Rail line project

5.1 Scope of work in this particular contract section includes execution of following elements

(i) Earthwork in formation in Km 57 to 58 and km 59.2 to 61 as per approved project sheet.(II) Earthwork in cutting in Km 58 to 59.2 Cross section of cutting to be adopted is indicated in tender

document.(iii) Tunnel in Km 58.5 to 59 ( Approximate length 360 m)(iv) Tentative base design section of tunnel to be constructed is enclosed with tender document.

Agency will carry out geological survey and design the tunnel section for approval from Railway.

(iv) construction of 4 nos of minor bridgesBr 86 -----------1x4x4 RCC Box at ch 57493mBr 87-------------1x5x3 RCC Box at ch59650mBr 88--------------1x5x5 RCC Box at ch 60660Br 89--------------1x3x3 RCC Box at Ch 60900

Chainages and sizes shown are tentative and these may vary as per site condition.

Construction of tunnel will be done by drill and blast technique. Exact methodology to be adopted fortunneling will be submitted by agency on the basis of geological survey for approval of Railways.

Payment for tunnel excavation will be made under item of underground excavation

Tunnel will be constructed in D shape. Structural design of tunnel section from reputed consultant dulyproof checked from IIT/NIT/CEERI- New Delhi, SCRC Chennai will be provided by contractor. For thispayment will be made under relevant item. Contractor will be required to engage full time QualifiedKey personnel for tunnel construction as indicated in tender document.

Tunnel design should conform to parameters range prescribed in GE-17 for conventional method basedon RQD.

Base/ tentative base design sketch is indicated in the tender document. Need for shotcreating, rockbolting, ribs and concrete lining will depend on strata qualities and will be decided as per design inconformity with RDSO parameters.

Following activities in part or full will be involved in tunneling-Earthwork in open excavation in all kind of soils and rock etc., Underground excavation for tunnel includingtemporary provision at the portal etc.

Supply, drilling, installation and grouting of SN type rock bolt(Store Norfors) etc.,., Supply, drilling andinstallation and grouting of self drilling bolts etc.,

Making up reinforcement bars of specified dia including cutting, hooking, threading etc., Making of steelreinforcement of grade Fe 500 etc.

Fabrication and erection of structural ribs and all accessories etc.

Placing welded wire fabric of specified dimensions of Fe 500 as reinforcement in primary lining etc.

Shotcreting with designed mix cement concrete M 25 etc

Providing and installing PVC pipes etc, Providing and installing of perforated PVC pipes etc., Providing andinstalling of precast cover of drainage gutter in tunnel etc., Providing and laying of pipe etc., Providing andlaying of perforated pipe etc,

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 86T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Drilling of 50mm dia holes in shotcrete lining etc., Drilliing of 50 mm dia drainage boreholes in rock etc.,

Grouting (cement) for ground improvement of filling of voids etc.

This list is only indicative and not exhaustive one. Contractor will be required to execute various items oftender schedule as per requirement of section , in accordance with GCC.

Contractor will finish entire work in completion period as given in the tender . However contractor will berequired to make progress as given below during currency of agreement

Milestone Target

Bridge no 86 and earthwork in km 57 to 58 --------------- D+9months

Bridge no 87 and earthwork in km 59 to60 -------------- D+12months

Bridge no88 & 89 and earthwork in km 60 to 61 ---------- D+15 monthsTunnel and earthwork in km 58 to 59 --------------------- D+16 monthsFinal finishing activities------------------------------------------ D+18 months

Where D is month of Acceptance letter

NOTE- Tenderer are requested to keep the above mile stones in mind during execution of work, andmust adhere to the same strictly. Failure to achieve the mile stone will lead to levy of penalty @ Rs.50000/-PM per milestone ( Fifty thousand per month per milestone) of default and this will beadded cumulatively for every month of default for every milestone . However Penalty so recoveredmay be refunded to contractor if he succeeds in completing the entire work in stipulated period ofcontract with approval of chief engineer of the project

5.2 Brief of Working Area -- This work is to be carried out between Jhalawar and Aklera cities as part ofNew Rail line project between Ramganj mandi and Bhopal. Entire stretch of proposed tender comes understate Of Rajasthan. Working conditions are normal. Site is approachable from NH-12.

5.3 Engagement of Technical Staff-

The contractor shall employ the following minimum key personnel during the execution of the Contractedwork.

EstimatedValue

Position Minimumno. of

Personnel

Qualification Experience in Similar Works

Rs.24.04 Crs. TunnelEngineer

1 Graduate/Diploma in Civil

Engineer

5 years for Graduate & 10 Years forDiploma out of which min. 50% intunnel works

Geologist 1 Post Graduate/Graduate in

Geology/AppliedGeology

5 years for Post Graduate & 10Years for Graduate out of which min.50% in tunnel works

QualityControl

Engineer

1 Graduate/Diploma in Civil

Engineer

2 years for Graduate & 5 years forDiploma holder.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 87T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

The Biodata (Name, Qualification, Years of experience etc.) of the key personnel as mentioned above,who are proposed to be deployed, shall be furnished in the tender offer. It will be essential to retain thesame key personnel for continuity of the project. However in case a situation arises to replace the keypersonnel for whatever reason, the same will be done in consultation with the Railways.

The key personnel should be available at site whenever required by the Engineer to take instructions. Incase the Contractor fails to employ the aforesaid key personnel, he shall be liable to pay a reasonableamount not exceeding a sum of Rs. 25000/- for each month of default in case of Graduate Engineersand Rs. 15000/- for each month of default in case of Diploma Engineers.

The decision of the engineer as to the period for which the required key personnel were not employed bythe Contractor and as to the reasonableness of the amount to be deducted on this account shall be finaland binding on the Contractor.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 88T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Tentative/Base Design

section

of tunnel to be adopted

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 89T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 90T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

CROSS SECTIONOF CUTTING

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 91T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 92T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Geological report

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 93T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 94T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 95T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 96T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Support Recommendations for Tunnels in Rock (6 m to 12 mdiam)

based on RQD (after Deere et al.1970)

Alternative Support SystemsRock Quality Tunneling

MethodSteel sets3 Rockbolts

3Shotcrete

Excellent1

RQD>90Boringmachine

None to ocassional lightset.Rock load (0.0–.2)B

None toocassional

None to ocassionallocal application

Conventional None to ocassional lightset.Rock load (0.0–0.3)B

None toocassional

None to ocassionallocal application 2to 3 in.

Good1

75<RQD<90Boringmachine

Ocational light sets topattern on 5 to 6 ftcenter.Rock load (0.0 to 0.4)B

Ocassionalto patternon 5 to 6ftcenters

None to ocassionallocal application 2to 3 in.

ConventionalLight sets 5 to 6 ftcenter.Rock load(0.3 to 0.6)B

Pattern, 5to 6 ftcenters

Ocassional localapplication 2 to3in.

Fair50<RQD<75

Boringmachine

Light to medium sets,5 to 6 ft center.Rock load (0.4 to 1.0)B

Pattern, 4to 6 ftcenters

2 to 4 in. crown

ConventionalLight to medium sets,4 to 5 ft center.Rock load (0.6 to 1.3)B

Pattern, 3to 5 ftcenters

4 in. or morecrown and sides

Poor2

25<RQD<50Boringmachine

Medium circular sets on3 to 4 ft center. Rockload (1.0 to 1.6) B

Pattern,3 to 5 ftcenter

4 to 6 in. on crownand sides.Combinewithbolts.

Conventional Medium to heavycircular sets, 2 to 4 ftcenter.Rock load (1.3 to 2.0)B

Pattern, 2to 4 ftcenter

6 in. or more oncrown and sides.Combine withbolts.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 97T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Very poor3

RQD<25(Excludingsqueezing or

Boringmachine

Medium to heavycircular sets on 2 ftcenter.Rock load (1.6 to 2.2)B

Pattern,2 to 3 ftcenter

6 in. or more onwhole selection.Combine withmedium sets.

swellingground)

Conventional Heavy circular sets on2 ft center.Rock load (1.6 to 2.2)B

Pattern,3 ft center

6 in. or more onwhole selection.Combine withmedium sets.

Very poor3

(squeezing orswelling)

Boringmachine

Very heavy circular setson 2 ft center.Rock load up to 250 ft.

Pattern,2 to 3 ftcenter

6 in. or more onwhole section.Combine withheavy sets.

Conventional Very heavy circular setson 2 ft center. Rockload up to 250 ft.

Pattern,2 to 3 ftcenter

6 in. or more onwhole section.Combine withheavy sets.

Notes:-

1In good and excelent rock, the support requirement will be, in general, minimalbut will be dependent upon joint geometry, tunnel diameter, and relativeorientations of joints and tunnel.

2Lagging requirements will usually be zero in excellent and will range from up to25 percent in good rock to 100 percent in very poor rock.

3Mesh requirements usually will be zero in excellent rock and will range fromocassional mesh (or strip) in good rock to 100 percent mesh in very poorrock.

4B = tunnel width.

The major use of the RQD in modern tunnel design is as a major factor inthe Q or RMR rock mass classification systems.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 98T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Part-VISPECIAL CONDITIONS

6.0 PREAMBLE:

The scope of work as detailed herein after is an outline of the work expected from the contractor. It isnot the intent to specify all the minute details of work expected. All items which are required forexecution of the above mentioned work are deemed to be included in the scope and details of thework whether explicitly mentioned or not. The contractors are expected to render all necessary andcomplete services required in every respect to ensure smooth & timely planning and execution of thework.

6.1 Contractors are required to go through the tender document carefully covering all the terms andconditions of contract, the schedule of quantities and rates and the special notes as given in theaforementioned schedule of quantities and rates.

6.2 Contractors are advised to visit the site of work to assess the site condition prior to tendering.

6.3 General features of the tender.

Work will have to be executed as per detailed Drawings which will be approved by the RailwayEngineer or his representative from time to time. Certain minor changes in the drawing dependingupon the site conditions, if required shall be done during the execution of the work, Contractor isbound to do the work as per changed drawing and no claim or dispute will be entertained by theRailway on this account.The contract work envisages execution of all items of works as shown in the contract drawings orincidental there to, complete construction of the above-mentioned work, as covered under the variousitems of works detailed in the Tender Schedule.The detailed description of work to be executed shall be governed by following-

(a) Earth work in Bank as per RDSO Guide line GE: G: 1/G14.(b) Earth work in cutting in Soil/Soft Rock/hard rock as per RDSO Guide line GE:G:2/

approved drawing of Railway.(c) Blanketting material as per RDSO Guide lines.G-1/G-7.(d) Construction of minor bridges & Tunnel work as per approved drawing.(e) Execution of any other items which are part or connected with the works covered in this

tender.(f) Construction of Tunnel as per approved drawing & scheme.

6.4 Schedules of the tenderTender for the work consists of five Schedules, Schedule - ‘A’ consists of USSR items (Earth work )based on USSR –2011 of West Central Railway , Schedule - ‘B’ consists of USSR items (Earthwork incutting items) Schedule ‘C’ consists of USSR items (Earthwork in cutting in rock) Sch D Bridge workand ancillary items ) Sch. E (NS items). Tenderer/s will have to quote his/their single rate in %(Percentage) above/below/at par.

6.5 Reference Codes and Manuals:The work shall be carried out as per the provisions of various codes and manuals with their respectivelatest amendment as indicated below, contractor should also arrange to produce respective Codes forready reference at site (with amended up to date).

S.No Code(i) IS 5878 (various parts) - Codes of Practices relating to Tunneling and Underground

Excavations(ii) IS: 4081 – 1967-Safety Code of Blasting and related Drilling Operations.(iii) IS: 4576 – 1978-Safety Code of practice for Tunneling.(iv) IS: 9103 Admixtures for Concrete.(v) IS: 9012 Recommended practice for Shotcreting.(vi) IS: 3764-Safety Code for excavation work.(vii) IS: 7293-Safety Code for working with construction machinery

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 99T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(viii) IS: 2062 Structural Steel Codes.(ix) IS: 823 Manual Metal Arc Welding Codes.(x) IS: 456 Code of Practice for Plain and Reinforced Concrete 2000.(xi) IS: 1893 Criteria for Earthquake Resistant Design of Structures.(xii) IS: 800 Code of Practice for use of Structural Steel.(xiii) IS: 2720 Code of Practice for Soil Investigation (All parts).(xiv) IS:1343 code of practice for pre-stressed concrete(xv) BS-14: Durability of Concrete, RDSO publication.(xvi) IS: 456 (Latest edition): Code of Practice for plain and reinforced concrete(xvii) IS: 800- (Latest edition): Code of Practice of use of structural steel in general building(xviii) construction (Revised Eighth Re-print April-1977 (incorporation amendments No: 1&

2).(xix) IS: 432 Part-I: Code of Practice for Mild steel and medium tensile steel bars.(xx) IS: 383(Latest edition): Specification for coarse and fine aggregates from natural

sources for concrete (second revision).(xxi) IS: 516-(Latest edition): Method of test for strength of concrete(xxiii) IS: 1199-(Latest edition): Method of sampling and analysis of concrete.(xxiv) IS: 1904-( latest version): Code of practice for design and construction of foundations

in soils:(xxv) General requirements (third revision).(xxvi) IS: 2386-(Latest edition): Methods of test for aggregates for concrete.(xxvii) IS: 2502-(Latest edition): Code of practice for bending and fixing of bars for concrete

reinforcement.(xxviii) IS: 3025 Methods of sampling and test (Physical and chemical) for water and waste

water.(xxix) IS: 8112-(Latest edition): Specification for 43 Grade OPC (First revision).(xxx) IS: 12269-(Latest edition): Specification for 53 Grade OPC.(xxxi) IS: 9103-(Latest edition): Specification for admixtures for concrete (first revision).(xxxii) IS: 2505-(Latest edition): Concrete Vibrators-Immersion type-General requirements(xxxiii) IS: 4656-(Latest edition): Specification for form vibrators for concrete.(xxxiv) IS: 3764-(Latest edition): Code of safety for excavation of work (First revision).(xxxv) IS: 73-(Latest edition): Paving Bitumen-Specification (Second revision).(xxxvi) IS: 10262-(Latest edition): Guide lines for concrete mix design.(xxxvii) Various IS codes of testing for soils.(xxxviii) IS: 1786-1985(Latest edition): Code of practice for cold twisted bars for concrete

reinforcement.(xxxix) IS: 875-1964(Latest edition): Code of practice for structural safety of buildings and

loading standards.(xxxx) IRC code for items not specifically covered by any other Railway codes or provisions

mentioned in these documents.( xxxxi ) IS: 961(Latest edition) Structural steel (High Tensile).

Specifications and criteria laid down for the Indian Railway Unified StandardSpecifications (Works and Materials) Volume – I & II with all correction slips. regardingthe quality of raw material, workmanship, execution and finishing etc.

(xxxxii) Indian Railway Schedule of Dimension for Broad Gauge 2004 with latest correctionslip.

(xxxxiii) Indian Railway Unified Standard Specifications (Works and Materials) Volume – I & IIwith all correction slips.

(xxxxiv) Any other relevant Indian Railway Standards Indian Standard specification and IndianRoad Congress standard.

(xxxxv) For any item not covered by the code of practice-Standard specifications indicatedhere in above the relevant provisions from IS Standards and code of practice shallapply.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 100T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(xxxxvi) IS: 455-(Latest edition): Specification for Portland slag cement.(xxxxvii) IS: 1489-(Latest edition): Specification for Port land Pozzalana Cement.(xxxxviii) Engineering Code of Railway.(xxxxix) Indian Railway Works Mannual-2000 with all correction slips.

Wherever any reference to Code, Specifications etc., is made in this document, it shall betaken as a reference to the latest version thereof including all amendments and correctionsetc.In the event of any difference of opinion in regard to any item of work not explicitly covered byspecifications or Codes in or in regard to the interpretation of specifications including codes,the directions and decisions of the Chief Engineer(Construction), in-charge shall be final andbinding on the successful tenderer.

Priority wise references:In case of any discrepancy of disagreement between different specifications to be followed forany item of work, the following reference shall be adopted in the order of precedence as theyappear below:

(i) Provision in Tender schedule –(ii) Provision in Technical specification(iii) Provision of IRS Codes viz-Concrete bridge code, sub structure and foundation code,and

RDSO guidelines.(iv) IS Codes.(iv) Indian Roads Congress specifications.(v) British Standard Specifications.(vi) American Standard Specifications.(vii) Provisions of any other relevant Codes decision of Chief Engineer(Construction) for the

application of any other codes shall be final and binding.

Specification and/or the relevant Indian Standard Code of Practice and/or relevant IRC code, MOSTspecifications and/or manufacturers recommended specifications, as appropriate and decided by theEngineer whose decision in this regard shall be final and conclusive.

6.6 APPROVED RAILWAY DRAWINGS(i) The work shall be carried out as per approved railway drawings. The copies of the approved plan and

additional information as required by the tenderers may be obtained (subject to availability) from theoffice of the concerned Dy.Chief Engineer/C, during office hours on any working day by priorappointment.

(ii) In addition to the drawings, if any, enumerated above, copies of various drawings may be supplied onapplication by the contractor at the under noted rates as applicable, subject to availability:

(a) Copies of standard West Central Railway type plans as prepared for the work @ Rs. 50.00 per copy.(b) Copies of plans prepared specially for project of major works like major building, L-sections,

longitudinal plan etc. @ Rs. 75.00 Per copy.(c) All plans which are prepared specially on account of contractor’s request like copies of cross section

etc. @ Rs. 150.00 per copy.(iii) Additional information as required by tenderers may be obtained from the office of Chief

administrative Officer/construction or concerned Dy. Chief Engineer/ Construction, during office hourson any working day by prior appointment.

(iv) The Chief Engineer/Const., shall have full power to make any alteration in the drawings and to givesuch further instructions and directions as may appear to him necessary or proper for the guidance ofcontractor and for the efficient execution, completion and maintenance of the work. The contractorshould plan the execution of various works in close co-ordination with the engineer or his authorizedrepresentative.

(v) The design of foundations including depth of foundations below the bed level as well other drawingsmay have to be varied during the progress of the work according to actual site conditions. Thedrawings already prepared and which may be prepared afterwards are not to be taken as final orbinding on the Railway in any respect. The contractor shall have no claim on Railway, if any change ismade in the approved drawings. Also his inability to make timely arrangement for necessary plant and

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 101T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

machinery due to any such change which the Engineer may make, will not be taken as an excuse forslow performance or non performance of the work.

(vi) Mode of approval-GAD will be approved by Chief Engineer (Construction) Jabalpur and structuraldesign/drawing will be approved by Dy.Chief Engineer of Design Engineer at Bhopal.

(vii) Structural design & drawing shall be got proof checked by contractor from IIT/NIIT/CEERI- NewDelhi/SERC Chennai.

(viii) Contractor will submit drawing duly proof checked from consultant with 1.5 month of commencementof work

6.7 SUPPLY OF CEMENT:Ordinary Portland Cement of 43 grade/53 grade confirming to IS: 8112 & IS: 12269respectively will normally be used. However, whenever permissible & provided in theschedule of items, the PPC conforming to IS 1489 may also be used.

Cement shall be procured by the contractor from the main producers or their authoriseddealer of approved make such as L & T, Ambuja, Grasim, A.C.C., JK cement & Birlacement or any other reputed make as approved by Engineer in charge.

To improve the workability of concrete and cement grout, admixture conforming to IS-6925and BIS-9103 (Admixture of make MBT, SIKA, FOSROC, CICO, PROTECT) may bepermitted as directed & approved by Engineer-in-charge subject to satisfactory proven use,manufacturer’s certificate and laboratory tests as applicable. The decision of Engineer-in-charge shall be final in this regard. Admixtures generating hydrogen, nitrogen etc. shall notbe permitted.

6.8 STRUCTURAL STEEL FOR SUPER STRUCTURE OF RAILWAY BRIDGES/ROBs/RUBs/FOBs:(i) The Structural steel for above works is to be procured from primary producers having integrated steel

plants namely SAIL, TISCO, RINL, JINDAL, ESSAR,NMDC, IISCO or as per latest RDSOguidelines and shall conform to stipulated BIS /IRS Specifications applicable.

(ii) Steel from secondary producers (mini steel plants) or re-rollers who are having valid & approvedlicense from BIS for manufacture of specific product (i.e. angles, I-sections, channels and plates etc.)on the date of steel supply shall also be acceptable if they posses valid licence from BIS. Validity oflicence to be checked as per web site “www.bis.org.in or from BIS office.

(iii) Steel of only those BIS approved re-rollers who have system of traceability from transfer of cast mark(from ingots, billets and blooms to the finished produces) will be accepted /is also permitted subject touse of ingots/blooms/billets from integrated steel plants accompanied by identification marks/castmarks which are required to be transferred to finished product even in case of small quantity. Theseprovisions should be ensured by Contractor at the time of offering the steel for passing”. In case ofany dispute, the decision of Chief Engineer/Const. will be final.

(iv) Before use, contractor/s will be required to get the test certificate from the manufacturer pertaining tothe various quality tests on steel reinforcement as specified in the relevant BIS Code.

(v) In addition, Railway will also take sample during the course of work at requisite frequency and get thesteel tested to ascertain its conformity to the laid down Specifications at contractor’s cost. Frequencyof testing shall be as prescribed by the relevant Code.

(vi) For Railway Bridge Steel super structure, the Quality Assurance Plan (QAP) and Welding ProcedureSpecification Sheet (WPSS) shall have to be got approved from RDSO before starting the work.However, for ROB/RUB/FOB steel superstructure, the QAP & WPSS will be got approved fromRailway. All welds shall be done by SAW process (automatic/semi-automatic). MIG welding orMMAW may be done only for welds of very short run or of minor importance or where the access ofthe locations of welds does not permit automatic /semi-automatic welding.

(vii) In drawing whenever Fe410/B or E250-0B is mentioned, it shall be treated as E250-QB0 as perIS2062.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 102T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

6.9 REINFORCEMENT STEEL:(i) For Bridge works of major bridges the reinforcement steel for use in the work shall be procured by the

contractor only from the primary producers (namely SAIL/TISCO/RINL/Jindal)/their authorizeddealers/ authorized stockyard, which should conform to latest relevant, BIS specifications. However,for other works (not covered in above categories), the reputed BIS approved brands namelyKamdhenu, Rathi, Goyal, Amba, or as approved by Dy. CE/C will also be permitted.

(ii) Reinforcement steel bars shall normally be the TMT Steel bars or cold twisted deformed bars.Reinforcement bars shall be of Fe 500 in all the steel items NS or SOR items.

(iii) Before use, contractor/s will be required to get the test certificate from the manufacturer pertaining tothe various quality tests on steel reinforcement as specified in the relevant BIS Code (IS: 1786).

(iv) In addition, Railway will also take sample during the course of work at requisite frequency and get thesteel tested to ascertain its conformity to the BIS Specification at contractor’s cost. Frequency oftesting shall be as prescribed by the relevant BIS Code.

6.10 USE OF RMC (Ready Mixed Concrete):(i) For the items of RCC/CC/PSC/MCC, the use of RMC shall be mandatory in Works of “Important

Bridges” or in works of “Group of Major Bridges located in close vicinity, as well as in works of “Majorstructures/buildings concentrated in one location”( such as work of mega terminals/multi-storeybuildings/washable aprons/platform surface/circulating area etc.)provided the total quantity ofRCC/PSC/CC/MCC involved in the contract is significant (say 15000 cum or more). In such contracts,the contractor shall preferably set up his own RMC plant at site or shall make suitable exclusivearrangement close to the site to ensure high quality RMC supply. The RMC plant shall be inspectedand approved by Dy. CE/Cs. The accepted rates of items of RCC/PSC/CC in such contracts shall bedeemed to be for RMC. Nothing extra shall be payable for RMC in above category of works.However, if RMC is not feasible in certain isolated portions of work, then conventional concreting canbe allowed by Engineer-in-charge in such isolated locations/portions.

(ii) Use of RMC shall also be mandatory in Works where substantial quantity (say 500 cum or more) ofRCC/PSC/MCC is involved and the work site is located in urban areas and RMC Plants are readilyavailable nearby (where transit time is less than 120 minutes). Some such types of works includeROBs with PSC/RCC girders, RUBs with RCC Box, multistoried buildings, washable aprons, platformsurface/circulating area and vacuum dewatered concrete floors of workshops etc. located in urbanareas. The accepted rates of items of RCC/PSC/MCC in such contracts shall be deemed to be forRMC. Nothing extra shall be payable for RMC for above category of works.

(iii) The specifications of RMC shall conform to IS: 4926-2003. The RMC plant shall be got inspected andapproved by the Dy. CE/C concerned.

6.11 CONTRACTOR’S RESPONSIBILITY FOR TEMPORARYWORKS/MATERIALS, SITE OFFICE ANDFIELD LABORATORY.

(i) For the works costing more than Rs. 8.00 Crores, the Contractor should construct the temporary siteoffices & toilets for the proper working of Railway staff at required location, of appropriate sizecommensurate with the magnitude of work but not less than 15 sqm. & not more than 50 Sqm. & alsoprovide all necessary furniture, almirah, clock, display boards, phones, curtains, computer, printers,electricity, fans, AC etc. for the use of Railway staff, within 03 months of acceptance. However, thisoffice will be the property of contractor and he can take back the released material after completion ofwork. Failure to provide site office shall attract a penalty of Rs. 25000/- per month, recoverable fromrunning bill.

(ii) The Engineer shall be at liberty to modify any or all of the drawings submitted by the contractor inconnection with any of the aforesaid temporary works and the execution of such temporary worksshall not be commenced until the said drawings or modified drawings have been approved. Butexamination by the Engineer of the contractor’s drawings or any approval expressed by him withregard to the rate, or to the materials, thereof or therefore either with or without modification shall notabsolve or relieve the contractor from any of his liabilities in connection there with under the contract.

(iii) The contractor shall before handing over the works or any part thereof to Railway, dismantle andremove all temporary works and temporary materials but such removal shall not be effected withoutthe previous written approval of the Engineer and the contractor shall comply with the directions, ifany, given by him as to the method of removal and/or disposal.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 103T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

6.12 SETTING UP OF FIELD LABORATORY

For works costing above Rs. 5.00 crores, the Contractor shall be required to set up a well equippedfield laboratory of suitable size in proportion to the magnitude of work and to suit the nature of work, athis own cost at the work site which shall be open for use and inspection by the Railway at any time.The laboratory shall be equipped with necessary equipments as directed by Engineer, to carry out thevarious tests required based on nature of work involved & their conforming to relevant codalprovisions and specifications. All the pressure gauge, machines, equipments and other measuringequipments of the laboratory shall be of BIS approved makes and will be got checked / calibratedregularly as directed by the Engineer and necessary certificate furnished to the Engineer by thecontractor. The contractor shall render all reasonable assistance and help in carrying out the checksand tests.All the equipments, machinery etc. shall be kept in good working conditions. The cost of setting up thelaboratory, equipping and maintaining the same including the cost of Electricity/lights & conducting oftests on materials and cubes shall be borne by the contractor.Failure to provide Field Laboratory within 3 months of commencement of work shall attract a penaltyof Rs. 25000.00 per month, recoverable from the running bill.

6.13 List of equipment for field lab- General:

Balance:(a) 7 Kg to 10 Kg capacity semi-self indication : 1 No.

Type-accuracy 1 gm. Electronic.(b) Pan balance 5 Kg capacity Accuracy 0.5 gm. : 1 No.

Ovens electrically operated, thermostatically controlled:(a) From 1000 C to 2200 sensitivity 10 C : 1 No Sieves : as per IS:460-1962:

1 I.S. Sieve sets 450mm internal dia as per IS of : 1 Setrequired sieve sizes complete with lid and pan.

2. (I.S. Sieve sets 450mm internal dia (brass frame : 1 Setand steel or brass wire cloth mesh) of requiredsieve sizes complete with lid and pan.

3. Sieve shaker capable of taking 200mm and : 1 No450 mm dia sieves electrically operated withtime switch assembly (As per IS)

4. Concrete Cube testing machine : 1 No5. Stop watches 1/5 sec. Accuracy : 1 No6. GlasswIS comprising beakers, pipettes, : As required

dishes, measuring cylinders (100 to 1000 cccapacity) glass rods and funnels, glass thermo-meters range 00 C to 1000 C and metallicthermometers range up to 3000 C.

7. Hot plates 200mm dia (1500 Watt) : 1 No.8. Enamel Trays:

600mm x 450mm x 50mm : 1 No.450mm x 300mm x 40mm : 1 No.300mm x 250mm x 40mm : 1 No.Circular plates of 250mm dia : 1 No.

For measuring the thickness of galvanizing(i) Alcometer (Electronic) : 1 No.

For cement, Cement concrete and Materials:(i) Water distill : 1 No(ii) Vicat needle apparatus for setting time with : 1 No

plungers, as Per IS:269-1967.(iii) Aggregate crushing value IS-2386 : 1 No(iv) Moulds:

Cubical 150 x 150 x 150mm : 12 Nos(v) High frequency mortar cube vibrator for cement : 1 No

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 104T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

testing.(vi) Concrete mixer power driven 1 cu.ft. capacity : 1 No(vii) Flakiness index test apparatus : 1 No.(viii) Aggregate IMPACT test apparatus as per : 1 No.IS:2386(part 4) 1963.(ix) Flow table as per IS: 712-1973 : 1 No.(x) Equipment for slump test : 1 No.(xi) Equipment for determination of specific : 1 No.gravity for fine and coarse aggregate as per IS:2386 (Part-3) 1963.(xii) Flexural attachment to compression testing machine: 1 No.(xiii) Needle vibrator : 1 No(xiv) Vibrating hammer as per B.S. specification : 1 No(xv) Air entertainment meter. : 1 No(xvi) 0.5Cft. 1 Cft cylinder for checking bulk density : As requiredof aggregate with tamping rod.(xvii) Soundness testing apparatus for cement : 1 SetFor control of profile and surface evenness:

(xvii) 3-meter straight edge and measuring wedge : 1 Set(xviii) Steel tape: (a) 10m long : 1 Set(b) 30m long : 1 Set.(xix) Rapid moisture meter : 1 Nos.

Note: The above list of equipments is indicative only. The same may vary as per the actual requirement asdecided by the Engineer-in-Charge

6.14 APPROVED BRANDS (Except Cement & Steel)The contractor shall use the items of approved makes only.

6.15 ROUTINE TESTS AND ADDITIONAL TESTSRoutine tests on various materials shall be carried out as per the “IR Unified Standards Specificationsfor works & materials” or the relevant BIS/IRS Codes. In addition to the tests required under clausesthereof, the Engineer or his representative may order tests to be carried out by an independentperson appointed by him at such place or in such laboratory as he may determine in accordance withthe appropriate clauses of relevant Standard Specifications and the cost of such tests shall be borneby the contractor.

6.16 INSPECTION OF MATERIALS(i) Whenever the Engineer or his representative gives notice to the contractor that materials are to be

inspected at the site, the contractor shall having regard to the inspection, test or examination required,give to the Engineer or his representative sufficient notice of such materials being ready forinspection.

(ii) Delay to works arising from the late submission of such notice will not be acceptable as reason fordelay in the completion of the works.

6.17 REJECTION OF MATERIALS(i) Factory made material shall have to be tested before leaving the manufacturer’s premises. However,

appropriate materials may also be tested on the site and they may be rejected if found not suitable ornot in accordance with the specifications, notwithstanding the result of tests at manufacturer’s worksor elsewhere or test certificate.

(ii) The Engineer or his representative shall have the right to order, at any time, that any constructionmaterials which do not meet with his approval shall not be used in the works. Such rejected materialsshall be removed from the site by the contractor at his own expenses, not withstanding any priorapproval, which might have been given earlier. Once a particular material is rejected by Engineer, anentry to that effect should be made in material passing register

(iii) The instructions to the contractor to remove the rejected material within reasonable time as given bythe Engineer should be complied by the contractor/s at his own cost.

(iv) In case of default on the part of the contractor in removing rejected materials within the time specifiedin notice, the Engineer shall be at liberty to have them removed by other means at the cost of thecontractor. In addition, a penalty of upto Rs. 50,000/- per case for above default may also be leviedon contractor.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 105T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

6.18 MISCELLANEOUSThe railway shall not be responsible for any loss or damage to the contractor/s men, materials,equipment, tools and plants etc. from any cause whatsoever. No claim for idle labour, idle machineryand plant etc., on any account will be entertained. Similarly, no claim shall be entertained forbusiness loss or any such loss.

(a) TIMELY NOTICE FOR INSPECTION OF FOUNDATIONS ON WORKS TO BE COVEREDUP:

The contractor shall give notice to the Engineer when and as soon as the excavation of anyportion of site for obtaining foundation or bottom, whether above or below water, has reachedthe depth and width shown on the drawings. The contractor shall also give further notice tothe Engineer, whenever any foundation or bottom is ready for inspection and whenever it isnecessary to cover up a work in respect of which previous inspection is desired by theEngineer, so that the engineer may inspect the same before it is covered up. No foundationor bottom of work shall be covered up or filled or built upon without the previous consent inwriting of the engineer. In default of such notice and consent in writing aforesaid, thefoundation or bottom of work shall on the order in writing of the Engineer, be uncovered andany filling put in or work built thereon be removed or pulled down by the contractor at his owncost.

(b) GENERAL

(i) The Railway shall not be responsible for any loss or damage to contractor’s men, material, equipment,tools and plants etc. due to any cause what so ever.

(ii) If any work (whether temporary or permanent) or materials, the value of which has been included inan on account bill is destroyed or damaged or has/have, for any other reasons, to be replaced orrestored by the contractor, the value of the work or other materials as destroyed may be recovered bythe railway administration from any payment due to the contractor or may be recovered at any timefrom the contractor as debit due to the contractor and no payment made by the Railway to thecontractor after the aforesaid amount becomes due and recoverable shall in any way prejudiceRailway’s right for lawful recovery.

(iii) The contractor will ensure that if minimum water way of the bridge is blocked during the course ofconstruction then such blockage is removed by him at his own cost before the middle of June everyear or as directed by the Engineer. Any damage to the bridge on this account will be the contractor’sresponsibility.

(iv) In any case, in which by virtue of section 20(a) and 21(4) of the Contract Labour Regulation andAbolition act, 1970, the Railway is obliged to provide amenities and/or pay wages to labour employedby the contractor directly or through petty contractor/s or sub contractor/s under this contract, then thecontractor shall indemnify the Railway fully and the Railway shall be entitled to recover from thecontractor, the expenditure incurred on providing the said amenities and/or wages so paid bydeducting it from the security deposit or from any sum due to the contractor provided that if anydispute arises as to the expenditure incurred by the Railway or provision of the said amenities, thedecision of the Engineer thereof shall be final and binding.

(v) The contractor shall arrange for effective technical supervision of the work and shall be representedby the authorized representative at the site of work during the currency of the contract. He will arrangeto receive all the correspondences at the site of work during execution of work.

(vi) No claim for extra payment shall be entertained on account of interruption to work due to rain, floodsor due to delay in acquisition of land in some portion, delay in arranging closure of water channels etc.

(vii) The pathways for the piers in water and elsewhere will have to be made and maintained by thecontractor and nothing extra shall be payable on this account.

(viii) There may be a water supply/sewerage/any other underground/overhead line passing at the site ofwork and any delay in its shifting/adjusting will not entitle the contractor to any claim whatsoever.

(ix) Work will have to be done in close co-operation with the other departments/agencies if any.(x) Contractor shall protect the site of work right from start at all times by means of wooden

bamboo/ballies and duly painted M.S. sheets. The height should not be less than 1.8 metre and shallbe strong enough to prevent un-authorised entry etc.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 106T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(c) NOTICES TO PUBLIC BODIESThe contractor/s shall give to the municipality, police and other authorities, all notices that may berequired by law and obtain all requisite licenses for temporary obstructions, enclosures and pay allfees, taxes and charges, which may be levied on account of his operations while executing thecontract. He should make good any damage to adjoining premises whether public or private andsupply and maintain any lights etc. required at night. Nothing extra shall be payable on any suchaccount and accepted rates of various items in the schedule of items, rates and quantities shall bedeemed to cover any such aspect.

(d) SAFETY MEASURES/PRECAUTIONS AND PENALTIES FOR VIOLATIONS(i) Contractor shall take all precautionary measures in order to ensure the protection of his own

personnel, machinery and equipment moving about or working on the railway yard/premises and shallhave to conform to the rules and regulations of the Railway. If any unforeseen accident or injuryhappens at site of work, the contractor shall be solely responsible for the same. If and when in thecourse of the work, there is likely to be any danger to persons in the employment of the contractor dueto running traffic while working in the railway yard/premises, the contractor shall apply in writing to theRailway to provide flagmen or lookout men for protection of such persons. The Railway will howeverdecide as to whether it is necessary to post such flagmen for various types of work and also thenumber of such men required to protect the gang or gangs of the contractor/s working at site. TheRailway shall remain indemnified by the contractor in the event of any accident occurring in thenormal course of work, arising out of the failure of contractor or his men to exercise reasonableprecautions at all places of work whether or not the Railway decides to post flagmen at any particularsite of work. Notwithstanding the above provision, it should be clearly understood that the safety ofmen and material at the worksite will be the sole responsibility of the contractor.

(ii) The contractor shall abide by the railway regulations in force for the time being and ensure that thesame are followed by his representatives, agents or sub contractors or workmen. He shall give duenotices and training to his employees and workers about provision of the above para.

(iii) While working within station limits especially on passenger platforms, the contractors shall ensure thatat all time sufficient space is left for free movement of passenger traffic. He must cover and/orbarricade the excavations carried out in such areas and continue to maintain these till the work iscompleted with a view to avoid any accident to public or to railway staff or his own workmen,machinery and equipment.

(iv) The work must be carried out most carefully without any infringement of the Indian Railway Act or theGeneral and Subsidiary Rules in force on the Railway in such a way that they do not hinder to railwayoperation or affect the proper functioning or damage any railway equipment structure or rolling stockexcept as agreed to by the Railway provided that all damages and disfiguration caused by thecontractor to any railway property must be made good by the contractor at his own cost failing whichcost of such repairs shall be recovered from the contractor. The work must be carried out in the yardwithout any infringement to the Schedule of Dimension applicable for BG as issued by the RailwayBoard. It will be responsibility of the contractor to ensure that there is no infringement to the trackwhich will affect the smooth and efficient running of traffic.

(v) Moreover, if at any time the works to be carried out directly concern the safety to trains & locos, thecontractor’s staff must comply fully with the railway regulations given to him by authorised railwaystaff. The contractor’s employee and workers may for no reasons operate an installation concerningtrain safety or train movement. They shall notify the authorised representative of the Railway who willtake all necessary steps in this regard. Special attention of contractor/s is drawn to relevant clause ofGeneral conditions of Contract, July 2013 and advised to take all precautions for the safety of public,railway staff, property and his own personnel.

(vi) If the work is to be executed in proximity of the running railway track, the contractor will be required tofollow all precautions and carry out all works that may be necessary to ensure the safety of therunning track/trains, without imposition of any speed restriction thereon as may be directed by theEngineer or his authorized representative. No claim whatsoever will be entertained for either anyinconvenience or interruption caused to the contractor or for the rescheduling of the operations or forany other reasons on this account.

(vii) The contractor shall be responsible for safe custody of tools and for the safety of his labour. Heshould ensure that labour on work removes their tools clear of the track on theapproach of any trains.After the day’s work, the contractor should ensure that the tools are deposited in proper toolboxbefore the labourers proceed for their home. Tool issued should not be allowed to fall in unwanted

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 107T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

hands who can tamper with the railway track. The contractor shall employ suitable supervisor tosupervise the work at site. Though all the work relating to the safety of running trains shall beexecuted under railway supervisor, presence of qualified supervisor from the contractor’s side is amust at the site of work.

(Viii) In case of failure to adhere to above provisions or if unsafe practices/ safety violation by contractor/hisstaff are noticed at the site of work, the contractor shall be levied with a penalty of Rs. 20,000/- for the1st incident, Rs. 50,000/- for the 2nd incident and Rs. 1,00,000/- for subsequent such incident.Repeated safety violations shall become a valid ground for initiating the contract terminationproceedings under clause-62 of GCC-July-2013

(ix) In the event of occurrence of an accident at the work site, a departmental enquiry shall be held and incase it is established that the accident has occurred on account of contractor’s negligence or thenegligence of his men, penalties up to an upper limit of 10% of the total cost of the work shall beimposed on the contractor. Further, the railway administration reserves the right to terminate thecontract with immediate effect if the contractor is found responsible for causing an accident aftergiving “show cause notice/notices” to the contractor in addition to lodging of criminal case underRailway Act/IPC.

(x) In the event of contractor not completing the work or leaving if unsafe at the end of day’s work,warranting speed restrictions to be imposed, track shall be attended by the Railway immediately at thecontractor’s cost without any further notice. In addition to the labour cost recoverable from thecontractor, supervision charges @ 12 ½% and train detention charges @ Rs. 5000/- every half hour ofdelay or part thereof shall also be recovered.

(xi) In case of any damage to OFC/Cable occurred due to fault of contractor, a flat penalty of Rupees OneLac will be imposed.

(e) RECORDS OF CONSTRUCTION WORK:(i) The contractor is required to take and supply to Engineer-in-charge, coloured photographs and films

on construction activities including the one prior to the work.(ii) The coloured photographs shall be taken by the contractor of all the construction activities pertaining

to the work at regular intervals as directed by Engineer-in-charge. Three sets of 5” x 7” prints of eachsnap shall be supplied. Out of the above, the contractor shall be required to supply, as directed byEngineer-in-charge, blow up size colour prints of upto 36” x 36” size upto 5 photographs of eachimportant site (minimum 03 copies of each). The negatives of all the photographs taken shall also besupplied to the Engineer-in-charge. The contractor shall show extreme promptness in taking,supplying of the photographs on directions of Engineer-in-charge.

(iii) All the cost of reels, taking and recording, developing and printing etc., shall be deemed to have beenincluded in rates quoted against various items and nothing extra shall be paid for the items of workunder this clause as above.

(iv) The Railways shall have full ownership and copy right of all these photographs and the contractor/tenderer shall indemnify the Railways against any claim of any sort. The contractor shall maintainaccurate plans and charts showing the dates and progress of all main operations and the Engineershall have access to this information at all reasonable times. Records of tests shall be handed over tothe Engineer’s representative after carrying out the tests.

(f) SITE REGISTERS:The following registers will be maintained at site by the contractor/s:

(i) Site Order register:The contractor shall promptly sign orders given therein by the Engineer or his representative or hissuperior officers and comply with them. The compliance shall be reported by the contractor to theEngineer in reasonable time so that it can be checked / verified.

(ii) Cement register:This register will be maintained to record daily receipt and issue of cement, thus indicating thebalance quantity. The quantum of work done for the cement issued on particular date will also bementioned.

iii Steel register:This register will be maintained to record the receipts of steel items and details of reinforcement andmembers wherever steel is used.

iv. Labour register:This register will be maintained to show daily strength of labour in different categories employed bythe contractor.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 108T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

v. Plant and machinery register:This register will record daily particulars of machinery with the contractor and will be signed jointly bythe Engineer’s representative and the contractor.

vi. Compaction register (for Earthwork in filling)vii. Soil samples test register (for Earthwork in filling)viii. Quality control register/Material passing register for various materialsix. Cube testing register.x. Daily progress register.xi. Hindrance register:

This register will maintain the number of days when, Work could not progress / remained suspendedand reason thereof. The list given above is not exhaustive, contractor may be asked to maintainadditional registers, if required by Engineer-in-charge.

6.19 METHOD STATEMENTMethod statement for execution planning of the work including quality assurance plan QAP shall be

submitted by contractor for approval of Dy.CE/Cbefore execution of work and followed strictly.The contractor should identify the various major activities required for successful completion of thework and submit the method statement for each major activity before start of activity for approval ofRailway. The method statement shall be submitted activity wise and should broadly contain thefollowing:

1. Purpose2. Scope3. List of references used for preparation of method statement and that required during

execution of activity.4. The responsibilities of its staff involved in execution.5. The detailed methodology of execution for the activity including its sub activities

step by step along with sketches/drawings/photographs/other relevant details, as Required.6. List of various equipments/tools/plants, their capacity and numbers required.7. List of technical persons to be deployed for supervision.8. List of type of other staff along with their numbers.9. Tests required/to be carried out, if any, before start of activity, during activities or after

completion of activity, if any, duly referring to various IS, IRS, IRC, other codes as applicablealong with acceptance criteria for various tests.

10. Quality Assurance Plan with Quality Control measures.11. Various Performa’s required for recording of data/tests results/observations during the activity

for ensuring proper Quality Control.12. Check list to be observed at various stages of activity as applicable.13. Safety measures to be adopted at site.14. Any other details as considered necessary for specific activity.

Contractor should submit method statement well in advance of likely start of activity. Contractor shallnot have any clam for extension of time of completion due to delay in approval of method statement.

6.20 DRAWINGS FOR CONSTRUCTION OF TUNNELS BY UNDERGROUND EXCAVATIONS:

6.20.1 Trolley refuges and man refuges shall be as per requirements of Indian Railway Permanent WayManual and as per approved Railway drawings. The cross-section of the tunnels in any portion shallbe as per the clearance laid down in the “Schedule of Dimensions” for single line broad gaugeelectrified section. The construction of tunnel shall be as per Railway drawings.

6.20.2 The Railway Administration reserves the right to modify the plans and drawings as referred to in thespecial data and specifications without assigning any reasons as and when considered necessaryby the Railway. The rates quoted and accepted against the Schedule of Rates shall hold goodirrespective of any changes, modifications, alterations, additions & in the locations of structures anddetailed drawings, specifications and / or manner of executing the work.

6.20.3 It should be specifically noted that, if any additional drawings not included in the tender papers are

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 109T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

required during execution of the work, the same will be supplied to the contractor on demand. Nocompensation, whatsoever, on this account, shall be payable by the Railway Administration.

6.20.4 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of theworks arising out of delay in approval of drawings, changes, modifications, alterations, additions & oAll the safety precautions for open and underground excavation as per relevant ISI codes as well as‘Safety Manual’ published by National Hydroelectric Power Corporation, Delhi shall be observed bythe contractor / tenderer.missions & the site layout plans or detailed drawings.

6.21 Safety For Tunnel work.

6.21.1 Contractor at his at own cost shall provide upon the works to the satisfaction of Engineer in chargeand at such places as he may nominate, proper and sufficient life saving, fire fighting and first aidappliances which shall at all times be available for use.

6.21.2 All the safety precautions for open and underground excavation as per relevant ISI codes as well as‘Safety Manual’ published by National Hydroelectric Power Corporation, Delhi shall be observed bythe contractor / tenderer.

6.21.3 Besides above the contractor/tenderer shall be bound to carry out the other instructions of Engineer-in-charge which the Engineer-in-charge may deem necessary for safety arrangements.

6.21.4 The contractor’s responsibility for safe working shall not be conditioned by any instructions as may begiven to him by Engineer-in-charge and the contractor/ tenderer shall on his ascertain and adopt allnecessary precautions.

6.21.5 The cost of all safety arrangements including cost of all labour and material, tools and plants andshuttering/ scaffolding/ shoring wherever required is deemed to have been included in various ratesquoted in schedule of items, rates and quantities and nothing extra is payable under this contract.

6.21.6 High tension lines and Sources Electro Magnetic Radiation: Work in vicinity of High Tension Linesand Sources Electro Magnetic Radiation: Special precaution are necessary, specially so whenblasting is to be carried out, in the vicinity of high tension electric lines and sources of electromagnetic radiation. All rules and procedures laid down by Electricity Authority in this regard shall bestrictly followed.

6.21.7 VENTILATION: The whole of the tunnel shall be properly ventilated by artificial ventilations so as tokeep reasonable dust free conditions and supply of fresh air during the period of work inside thetunnel. Contractor shall provide and operate necessary equipment at his own cost.

6.21.8 LIGHTING: The whole of the approaches, tunnel face and inside the tunnel where plants andmachinery is operational and where labourers are working shall be adequately lighted by Electric lightby the Contractor at his own cost.

6.21.9 COMMUNICATION FACILITIES: -The contractor shall install and maintain communication facilities in good working order at all timesduring the period of the work at or near the working face of the tunnel shaft etc., and other points soas to afford prompt communications over such telephone. The contractor shall also install, maintainand operate such other communication and signal facilities as may be necessary for safe and efficientexecution of the work. All such facilities shall be subject to the approval of the Engineer-in-charge.Authorized employees of Government shall have free use of such communication and signal facilities.The entire cost of providing and maintaining such a communication and signal system shall bedeemed to have been included in the unit rates tendered for underground works in schedule of itemrates and quantities.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 110T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Part-VII7.0 TECHNICAL SPECIFICATIONS

7.1 For Activities other than tunneling7.1.1 The specification given herein under given reference to the item number in schedule of quantities and

Rates of the tender. This specification shall be in addition to the Standard Specifications and shallsupersede the Standard Specifications in case of any conflict between these Specifications on onehand and Standard Specifications on the other .For USSOR items, Standard specifications 2011 willbe applicable. Standard specifications and other specifications along with drawings may be seen inoffice of DyCE/C/Kota office

7.1.2 All the material used should be of best quality of IS standard and should be got approvedfromAXEN/XEN incharge before start the work. If any material rejected by AXEN/XEN incharge, thesame should be removed from site at once and nothing will be paid.

7.1.3 For NS/1-Blanket Layer- This item is for providing blanket layer at the top of formation. Scope of itemincludes supply and spreading of blanket material of desired specification with all lead and lift over theformation . Thickness of this layer will be decided by site engineer. Layered material will becompacted by suitable type of contractor`s roller to achieve desired degree of compaction Executionof this item will be done in accordance with RDSO guidelines for blanket (G-7).Mode of payment-Payment unit for this item is cum.

7.1.4 For NS/2 – Placing boulders/stones behind abutments– This item is for filling of contractor`sboulders/stones behind wing wall, return wall, retaining wall etc. with hand packed boulders andcobbles with smaller size boulder s towards the back including all lead, lift, labour, material & otherincidential charges. Execution of work should be complete in all respect as per instruction ofEngineer-in-charge. Rate is inclusive of all lead, lift, taxes, royalties.Mode of payment-Payment unit for this item is cum.

7.1.5 For NS/3 –– 200 mm thick rubble soling – This item is for using contractor`s suitable rubble assoiling in flooring along with filling of spalls in between the voids of the boulders used as soling .Rate are inclusive of all lead, lift, taxes, royalties etc.Mode of payment- Payment unit for this item is sqm

7.1.6 For NS/4 ––. Rolling and compacting top surface –This item is for rolling of cut spoils led to bankas per instructions of Engineer in charge including of all lead, lift, taxes, royalties, roller etc.Thickness of layer and degree of compaction to the satisfaction of Engineer incharge.Mode of payment- Payment unit for this item is sqm

7.2 Technical specification for Tunnel

7.2.1 UNDERGROUND EXCAVATION AND SUPPORTS:

Tunneling by Underground excavation will be done where adequate cushion / cover isavailable. The decision of Site in Charge in this regard shall be final and binding.

7.2.2 Underground excavation shall generally include but not limited to following items /operations as per approved drawings and or as directed by the Engineer-in-charge:

7.2.3 The underground excavations will also include the following categories:i) Boring in any type of soil/rock.

ii) Subsequent enlargement of fully excavated section.

iii) Excavation by controlled blasting, line drilling, pre-splitting, multiple drift etc.

iv) Excavation by heading and benching etc.

v) Drilling and Controlled Blasting (if required) in all types of strata actually met with.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 111T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

vi) Drilling by drilling jumbos where directed by Engineer-in-charge to reduce the cycle time.

vii) Where blasting is prohibited by Engineer-in-charge, drilling and excavating by mechanical

excavators.

viii) Removal, conveyance and disposal of the excavated materials as and when directed by the

Engineer-in-charge.

X ix) Lighting and ventilation arrangements required for construction arrangement and including

their safe operations.

11. x) Providing communication facilities required for successful completion of the tunnel work.

xi) Providing necessary arrangements and facilities for inspection and measurements atany time as and when required by the Engineer-in-charge.

xii) Providing all tools, plants, labour and material necessary and ancillary works thereto forsatisfactory completion of the work.

xiii) Construction and maintenance of all haul roads, ramps etc. for mucking.

xiv) Any steel structure required for drilling and other operation etc.

xv) Any other connected work in connection with above.

No extra payment shall be given to temporary spreading finer materials (obtained byexcavation) in the invert floor to form approximate level surface for track and for use asworking floors.

The nature and character of soil / rock likely to be met within the undergroundexcavations is indicated in the tender document. The Railway does not, however, takeany responsibility for any variations that may be detected in actual excavations.

7.3 SETTING OUT: -

7.3.1 Setting Out of the tunnel shall be done strictly as per IS: 5878 (Part I) –1971 with up todate amendments. Suitable permanent bench marks shall be established near theportals and adits of tunnels and shafts and cut and cover etc. as the work progress,center line, marks shall be made on pegs inserted into the roof of tunnels, cut and coverand other hollow cuts at convenient intervals to the satisfaction of the Engineer-in-charge for checking alignment, grades levels etc. and also the dimensions of the“minimum excavation lines”. The contractor shall at all times remain responsible for thesufficiency and accuracy of all such bench marks, central line pegs and reference points.The cost of these shall be deemed to have been included in the rates tendered for work.

7.3.2 ACCURACY OF ALIGNMENT, GRADES, and LEVELS ETC: -

Railway shall establish bench marks and fixed reference points, with the value of thelevels and the co-ordinates, or at least two reference points on the alignment at eitherportal or a benchmark in working area and supply plans showing the position co-ordinates and levels of the salient points the various underground works to thecontractor. The contractors shall make arrangements to protect and safe guard suchpoints/benchmarks and preserve same up to completion of work. The contractor shallprovide free of cost all facilities like labour and latest instruments etc. and all facilities tothe Engineer-in-charge to check the alignment, grades levels etc. whenever and anytimethey are asked for. Such checking by the Engineer-in-charge shall not absolve thecontractor from his responsibility of maintaining the accuracy of the work. Anydiscrepancy or error detected during the course of excavations and/or at the end of thework when the faces meet shall be set right by the contractor at his own cost in amanner satisfactory to the Engineer-in-charge. The department will have the right todemand at the site from the contractor at his cost, all instruments considered necessaryfor proper control of line and level like electronic total station, automatic levels, laser

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 112T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

distos, theodolites etc.7.3.3 The contractor shall provide suitable rig and make all necessary arrangements to the

satisfaction of the Engineer-in-charge for moving the rig along the alignment and gradeof the tunnel, shaft etc. to check the dimensions of minimum excavation lines, lining etc.as and when required by the Engineer-in-charge.

7.3.4 DRILLING AND BLASTING: - Contractor shall comply with all statutory rules andregulations in regard to procuring, transporting, storing and using explosive that may berequired for this work. Utmost care will be taken to ensure safety of all labour/staff orgeneral public while handling the explosives.

11.. The drilling and blasting shall be generally as per provision of I.S: 5878 (Part –II) 1979.7.3.5 The contractor shall submit proposed method of drilling and blasting for underground

excavation. This shall consist of the scheme of excavation, the pattern and type of holesto be drilled, quantity of explosives to be used and fixing method etc. No undergroundexcavation shall commence without prior approval of the Engineer.

7.3.6 Approval by Engineer of any schemes etc., above does not absolve the contractor ofhis responsibility in any way.

7.3.7 Controlled Drilling and Blasting: Wherever in the opinion of the Engineerit is considerednecessary to adopt controlled blasting the same shall be resorted to and no extrapayment shall be made.

7.3.8 The Contractor shall make the arrangement for supply, transport, storage and safecustody of the explosives at his own cost. Railway will only give assistance by issuingthe necessary certificates/letters as required by the concerned government departmentfor giving license for the use of explosives and its supply.

7.4 VENTILATION, LIGHTING, MUCKING AND DEWATERING:

7.4.1 Contractor shall make arrangement for Ventilation, Lighting, Mucking and Dewatering aslaid down in IS: 5878 (Part II/Sec2) –1971. Adequate Safety requirements, in regard toventilation, lighting, mucking and dewatering of tunnel, shall be taken as specified in IS:4756 – 1968.

7.4.2 The capacity of the ventilation plant should be adequate enough to allow starting ofmucking operation, commensurate with the schedule progress of work. The cost offurnishing, installing, maintaining and operation of the ventilation, lighting, mucking anddewatering system & arrangement for measuring the concentration of the poisonousgases shall be deemed to have been included in the unit rates tendered in the Scheduleof Rates for the underground excavation.

7.5 DRAINAGE AND PUMPING:

7.5.1 All water from the underground excavation shall be satisfactorily drained away andpumped out if necessary. In case, any underground springs are met with, the water fromthem shall be so led away as not to damage or endanger any work. The pumps to beused shall be operated either by compressed air or electric motor, and not by any type ofinternal combustion engine unless specifically permitted. Drainage of all tunnels, shaftsetc, excavated will be by gravity preferably. The cost of drainage by gravity duringconstruction will be considered included in the rate accepted for the various items in theSchedule of Rates for the underground excavation. If a channel has to be excavatedoutside the lines of excavations shown, the contractor may excavate such channel withthe approval of the Engineer-in-charge. This channel has to be filled back by thecontractor with concrete as specified for the back filling of tunnels. The excavation andback filling of such channel carried out by the contractor shall be at his cost. When,however, the water has to be pumped out, the contractor shall install the necessary

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 113T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

pumps and pipes as may be approved by the Engineer-in-charge in writing the cost forwhich will be paid separately through the items provided in schedule of works. Thechannels or the pumping unit shall be maintained satisfactorily till 21 days after concreteback fill is laid.

7.5.2 The underground and the water emanating from the construction sites required to bepumped out may be contaminated with dust, cement, slurry, dirt, sand etc. The pumpingarrangements to be provided shall be suitable for such drainage work. It shall be seenthat at no location there is pooling of water, which has the potential to obstruct the work.The contractor must also take all precautions essential to prevent water from the openarea flowing into the tunnels so as to keep the work sites including the face of the tunnelfree from water during all seasons of the year.

7.6 EXCAVATION LINES AND RATES:

7.6.1 The tunnels, shafts, etc, shall be excavated to the lines and grades shown in thedrawings, or as directed by the Engineer-in-charge. The ‘Excavation Lines’ indicated onthe drawings are, minimum excavation lines, within which no unexcavated material ofany kind shall be allowed to remain, The ‘Payment Lines’ are the outside limits up towhich the contractor will be paid regardless of the fact whether the limits of actualexcavation fall inside or outside these lines except in the case of natural cleavages etc.in rock unless specifically provided herein below. Unless specifically mentionedotherwise the ‘Payment Lines’ will be taken normally or radially to the centerline as thecase may be 150mm beyond the ‘minimum’ excavation lines.

7.6.2 Any enlargement beyond the ‘Payment Line’ considered necessary by the contractor forthe convenience of his work may be done by him with the prior approval of the Engineer-in-charge. This shall be filled back with concrete of class similar to the backfill concrete.All works carried out for such enlargement including the backfill will be purely at thecontractor’s cost.

7.6.3 OVERBREAK:

Any excavation carried out or which takes place inadvertently beyond the ‘Payment Line’shall be deemed to be an ‘OVERBREAK’. In case cavity and chimney formation occurduring the pendency of the contract, they shall be deemed to be covered in this definitionof the ‘OVERBREAK’.

7.6.4 GEOLOGICAL OVER BREAK:

“GEOLOGICAL OVERBREAK” consists of that portion of the over break outside a lineparallel to and 300mm beyond the “Payment Line”, the occurrence of which, as per thedecision of Engineer-in-charge, is an unavoidable result of adverse geological conditionsdue to concealed joints, faults and other structural defects in rock and not due to lack ofreasonable care and skill in excavation on the part of the contractor. This definition of‘GEOLOGICAL OVERBREAK’ shall be applicable for the term “GEOLOGICALOVERBREAK” used elsewhere in this document.

7.6.5 Reporting of GEOLOGICAL OVER BREAK:

An occurrence report of ‘OVERBREAK’ extending outside a line parallel to and 300mmbeyond the “Payment Line” shall be prepared and forwarded by contractor immediatelyafter its occurrence to Engineer-in-charge so that Engineer-in-charge may evaluate thecause of such OVERBREAK and decide if such OVERBREAK shall be defined as“GEOLOGICAL OVERBREAK”.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 114T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

7.7 MEASUREMENT & PAYMENT:

Except as otherwise provided herein, no OVERBREAK beyond “Payment Line” shall bemeasured for payment.

Measurement for payment of “GEOLOGICAL OVERBREAK” will be made of the volumeof rock removed between a line parallel to and 300mm beyond the ‘Payment Line” andthe actual excavated rock profile.

7.7.1 Payment for “GEOLOGICAL OVERBREAK” shall be made at 30% (Thirty percent) of thebasic rates for tunnel excavation.

7.7.2 When the excavation of tunnel is in progress, if directed by Engineer-in-charge,contractor shall backfill portions of “OVER BREAK” and “GEOLOGICAL OVER BREAK”as defined in para 17.7 and 17.8 by concrete of suitable quality as approved byEngineer-in-charge. Measurement and payment of such a backfill concrete shall beregulated in accordance with relevant provisions made under item of concrete.

7.7.3 Cavity and chimney formation, if occurred during execution of work, shall be dealt as perprovisions applicable to “OVER BREAK” and “GEOLOGICAL OVER BREAK” dependingupon which portion of cavity and chimney formation lies in areas of “OVER BREAK” andwhich portion lies in areas of “GEOLOGICAL OVER BREAK”.

7.7.4 The contractor shall use every precaution to avoid excavation beyond the payment linesmarked on the drawings. All drilling and blasting shall be carefully and skillfullyperformed so that the material beyond the required lines is not shattered. No blastingthat might damage the rock shall be permitted and any damage done in the rock byblasting shall be repaired by and at the expense of the contractor and in a mannersatisfactory to the Engineer-in-charge.

7.8 SUBSEQUENT INCREASSE OR REDUCTION IN DIMENSIONS: -

7.8.1

7.8.2

If during the progress of excavation of any particular element of the work it is required toincrease or reduce the cross – sectional dimensions of the excavations from thoseshown in the typical cross- sections on the drawings, the contractor shall on being sodirected by the Engineer-in-charge, excavate the further portion to such increased orreduced dimensions at the same unit rate as tendered for the particular work. TheEngineer-in-charge will establish fresh, minimum, excavation line and the ‘Payment Line’shall be 150mm beyond such fresh ‘minimum’ excavation line. The excavation alreadydone shall also be enlarged to the increased dimensions if so ordered by the Engineer-in-charge. The quantity measured under this item will be between the original PaymentLine and the new Payment Line, which will be fixed by Engineer-in-charge. The quantitypaid for GEOLOGICAL OVER BREAKS due to natural cleavages etc. will, however, beexcluded. This will not, however, apply to the excavation of soft layers of rock alreadyexcavated and intended to be plugged back with concrete. The payment covered underthis clause shall be governed by relevant item of Schedule of Rates.

All excavation shall be so done that the rock around the periphery of the excavated finalsection shall not be shattered, loosened or otherwise weakened. Large over-breaks willbe avoided by suitable means such as light charges, ream holes or similar measures.The cost of this measure shall be considered as included in the accepted rate ofexcavation. In a special location, where specifically indicated or ordered by the Engineer-in-charge in writing, the use of explosives shall be discontinued and the rock excavatedby line drilling, broaching, barring, chiseling, wedging etc., as may be approved anddirected by the Engineer-in-charge. The payment of such excavation will be made under

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 115T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

relevant item of Schedule of Rates and no separate rate is admissible for purpose ofcalculating the quantity to be paid thus the depth of excavation shall be taken as 300mm(three hundred millimeters) from minimum excavation line.

7.9 SCALING OF ROCK: -

After face is blasted, gases removed and the face ventilated, all loose, or loosened rockfrom the top and side shall be removed by approved methods to avoid danger toworkmen and equipment. Later, if any loose or loosened rock is noticed anywhere in theexcavation, it shall be removed expeditiously. As the excavation advances trimming ofrock surface remaining within the excavations lines shall be undertaken simultaneously.In no case shall trimming be postponed and left to be tackled last. This work if left to bedone later takes lot of time and may involve avoidable delay resulting in postponementof completion dates. The cost of such scaling and removal of loose or loosened rock,trimming etc., shall be considered as included in the unit rate for excavation.

7.10 ADITS AND SHAFTS: -

If for adhering to the prescribed time schedule, additional faces are to be opened andadits are found necessary, the contractor may arrange to execute the work accordinglyafter obtaining the written approval of Engineer. In such cases the basic rate forexcavation for adit as also the tunnel excavation carried out through the adit will be thesame.

If provision of a vertical shaft is found necessary, the basic rate admissible for tunnelexcavation will be enhanced as under:

i For tunnel excavation involved in sinking thevertical or near vertical shaft.

50% Extra over basic rate ofexcavation in tunnel

ii For excavation of main tunnel through the shaft 0% (i.e. no enhancement)

7.11

7.11.1

TEMPORARY SUPPORTS: -

By temporary supports it is meant support whether of timber or steel required tosupport the underground excavated section during excavation but which can beremoved before or during the concrete lining. Contractor shall erect temporarysupports, when so desired by the Engineer-in-charge. It shall be the contractor’sresponsibility to bring in writing to the notice of the Engineer-in-charge location wherethe contractor may consider the provision of temporary supports necessary.Consequence, if any for his failure to do so in good time, shall be the soleresponsibility of the contractor.

The methods, the extent of supporting, sizes and spacing of supports etc., shall beapproved by the Engineer-in-charge.

7.11.2 The supports may be of steel or timber and shall be removed before placing theconcrete lining. No payment whatsoever will be made for temporary supports and thisitem is to be catered for in the rates quoted. If, however, some steel supports areallowed to be left embedded in concrete, they will be paid at the rate applicable forpermanent supports instead of temporary supports. Such supports shall not, however,be left in place unless on specific direction of the Engineer-in charge in writing. Incase temporary supports of timber and other materials except steel is allowed to be leftembedded in concrete, neither extra payment on that account for the same ordeduction in volume of concrete on that account shall be made.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 116T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

7.12 IMMEDIATE SHOTCRETING7.12.1 DESCRIPTION: -

Work consists of the production and application of Shot Crete with or without steel fibreto the specified thickness at the locations required, using wet Shot Crete machine withrequired materials, equipment, tools and labour necessary to perform the preparation,application and the clean up pertaining thereto.

7.12.2 DEFINITION: -

Shot Crete, for this work, shall be defined as spraying premixed Portland cementconcrete as per approved design with admixtures including Silica fumes if required andadditives (i.e. water reducing agents, thixotropic agent. accelerators etc.) from a spraynozzle by means of compressed air using wet Shot Crete machine with Robotarm/manually as per specification and site reequirement. Shot Crete shall be applied inaccordance with relevant ACI/ASTM/EFNARC specifications/guidelines.

7.12.3 Rebound is defined as the constituents of Shot Crete that rebound from surface duringthe application of Shotcrete.

7.12.4 MATERIALS:

Ingredients of ShotCrete (i) Cement, (ii) Aggregate, (iii) Admixtures, (iv) Silica Fumeand. Specifications of ingredients are given below:

i) Cement: Cement (OPC Gr. 43/53) or as directed by Engineer-in-charge shallbe used.

ii) Aggregate: Aggregate shall conform to the requirements of relevant IS code oras directed by Engineer-in-charge. The aggregate size shall not exceed 10mm. The grain size distribution of aggregate shall be as under:

Sieve size (mm) Percentage passing through sieve

Minimum % Maximum %

10 100 100

8 90 100

4 73 100

2 55 90

1 37 72

0.5 22 50

0.25 11 26

0.125 4 12

The aggregate shall be well graded and no fraction shall constitute more than 30% of the totalmass.

iii) Admixtures:-Only proven admixtures which meet the requirement of thespecification on field trials and satisfactory performance on other projectsalready constructed in India and elsewhere shall be used to ensure a

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 117T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

homogeneous mix and better dispersions of various constituents of ShotCrete.A two-component system to control the consistency shall be used to ensuregood workability and low rebound. The admixture system shall produce slumpkilling effect and thixotropic consistency thus adhering in thick layers withouttrickling and subsequently reducing the fibre rebound. The contractor shallsubmit along with the design a certificate for satisfactory performance ofadmixtures and chemical compatibility between two components from userdepartment and manufacturer.

Admixture shall consist of following:

a) Water reducing/thixotropic agents: This shall be added at the batchingplant/concrete mixture to keep the Shotcrete /SFRS mix workable duringtransportation and to ensure pumpability at an acceptable low W/C ratio. Thechloride contents shall not exceed 0.1% by weight.

b) Accelerators: Accelerator shall meet the following requirements: -

i) Only liquid accelerator shall be used.

ii) Water glass (sodium silicate) shall not be used unless in a modifiedpolymer based form approved by the Engineer-in-charge.

iii) Only the minimum quantity of the accelerator necessary shall be permittedin normal shotcreting operations subject to maximum dosage of 5% byweight of cementitious material.

iv) Accelerator should have pH value less than 12.

v) Accelerator shall be selected such that at the chosen dosage for use in theworks, the decrease in strength at 28 days compared with the baseconcrete without any accelerators shall not exceed 20%. There shall beno further reduction in strength of the shotcrete mix between 28 and 90days.

vi) Accelerator shall have the property to provoke sharp slump loss andshotcrete should have thixotropic consistency as it hits the substrate toreduce the fibre rebound.

iv) Microsilica (Silica Fumes):

Microsilica produced / manufactured by only approved supplier as approved byEngineer in charge shall be used for the work. It should be as perspecifications of the supplier confirming to relevant ASTM/Canadian Standards.The doze of silica fumes shall be 5 to 7% of cement weight subject to siteconditions. Silica fumes shall have bulk density between 500 to 700 Kg. PerCum. Few important requirements of Canadian code are reproduced below forguidance:

A CHEMICAL REQUIREMENT

SN Description/ Property Specification Frequency of Test

1 Content of SiO2 More than 85% Lot or 100 MT (or as directedby engineer in charge)

2 Content of SiO3 Less than 1% Lot or 100 MT (or as directedby engineer in charge)

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 118T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

3 Loss on Ignition Less than 6% Lot or 100 MT (or as directedby engineer in charge)

B PHYSICAL REQUIREMENT

1 Accelerated PozzolonicActivity index withPortland Cement at 7days (Min % age ofcontrol)

More than 85% Lot or 100 MT (or as directedby engineer in charge)

2 Increase in dryingshrinkage of MortarBars at 28 days (Max%age joints)

5% Lot or 100 MT (or as directedby engineer in charge)

3 Reactivity with cementreduction of mortarexpansion at 14 days(Min % age)

80% Lot or 100 MT (or as directedby engineer in charge)

C. METHOD OF TESTS

N Chemical Tests Reference Standards

1 Silica (SiO2) ASTMC 114

2 Sulphur trioxide CSCAN 3A5

3 Moisture content ASTMC 311

4 Loss in ignition. ASTMC 311

5 Pozzolonic Activity Index 7 days ASTMC 311 (Section 29 – 32)

6 Pozzolonic Activity Index 28days

ASTMC 311 (Section 29 – 32)

7 Slag Activity Index ASTMC 311 Clause 6

8 Soundness ASTMC 311 (Section 25)

9 Drying shrinkage ASTMC 311 (Section 22-24) (except thatfor testing silica fume use 500 g. ofPortland cement 50 gm. of silica fumeand 1325 gm. of sand in test mixture)

10 Reactivity with cement alkalis ASTMC 441

11 Fineness CSN CAN 3-A5

12 Relative density ASTMC 311 (Section 20)

13 Uniformity of air content ASTMC 311 (Section 27 & 28)

The contractor shall submit test certificate from a reputed laboratory / supplier certificatefor all ingredients brought and intended to be used in Shot Crete / SFRS by him.Engineer-in-charge may however get the samples of these materials testedindependently at contractor’s own cost. The cost of such test shall be deemed to beincluded in the quoted rates.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 119T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

vi STRENGTH CRITERIA:

The final product shall meet the strength criteria as per relevant EFNARC / ACIstandards. The frequency of testing shall be as specified in the codes or asdirected by Engineer in charge. The strength requirements for SFRS/PlainShotCrete are given below:

B. Plain Wet Concrete

The mix shall be designed to give the following strength requirements.

SN Description Days after whichtesting done

Required Strength(MPA)

1 Compressive Strength onCylindrical Cores

3 10

2 Compressive Strength onCylindrical Cores

28 20

3 Flexural Strength 28 3

12.5 MIX DESIGN:The contractor shall submit mix design to meet the strength as specified for prior

approval of Engineer inCharge prior to commencement of Shot Crete / SFRS. Mix design should give following details:

a Ordinary portland cement Kg.

b Micro silica Kg.

c Natural fine aggregate Kg.

d Crushed coarse aggregate Kg.

e Crushed fine aggregate Kg.

f Steel fibres Kg.

g Water reducer/thixotropic agent Kg.

h Accelerator Kg.

i W/C ratio

j Slump

k Density (Wet)

l Compressive strength on

on cylindrical cores.

3 days/7 days/28 days

m Equivalent cubes strength 28 days

n Flexural strength 28 days

o Toughness 28 days

7.12.5 TEST PROCEDURE:

Tests of Shotcrete shall be done as per relevant ASTM / JSCE / EFNARC standard oras directed by Engineer-in-charge. All equipment for testing shall be arranged by thecontractor at his own cost. Some of the tests of the Shot Crete are given below forguidance:

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 120T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

7.12.6 COMPRESSIVE STRENGTH:

The specimen cylindrical cores measuring minimum 75 mm dia or as directed byEngineer-in-charge or concrete cubes 100 mm size, shall be drilled / sawn / extractedout of prepared test panels. Panels for testing shall be at least 600 X 600 mm in sizeand shall be of thickness as per design. The panel shall be prepared by Shotcretinginto vertical moulds, which shall be constructed of steel or other non-water absorbentmaterial and shall have side splayed out moulds at 15 degree to prevent theentrapment of rebound.

7.12.7 FLEXIBLE STRENGTH AND TOUGHNESS PROPERTIES:

Flexural strengths and toughness properties shall be measured in accordance withJapanese standard JSCE/ASTM standards. The beam shall be cut out from splayedpanels. The beam shall be stored in water for a minimum of 3 days after sawing andimmediately before testing and kept moist during testing.

7.12.8 PLACING EQUIPMENT:

Contractor should have wet Shot Crete machine with Robot arm/ manually as perspecification and site requirement, which can do Shotcreting efficiently without anywastage of working hours. The machine should be able to place the Shot Crete &SFRS as per design mix.

The air supply system shall be capable of supplying air at the pressure and volumesneeded for the efficient operation of the machine. No air supply system shall be usedthat delivers air contaminated by oil or that is incapable of maintaining constantpressure.

In addition, a separate air hose and blowpipe shall be available to remove dust &rebound during Shot Crete application.

7.12.9 METHOD OF APPLICATION: -

Only wet mix method shall be used for the purpose spraying Shotcrete/SFRS.

Water cement ratio shall be 0.45 (maximum) by weight of cementations material.

The workability shall be measured by slump test and should be between 10 to 15cms. The slump shall also be checked after interval of 15 minutes, which shouldwithin prescribed limits. The Shot Crete older than 2 hours and having slump notwithin prescribed limits shall not be used unless treated with hydration controladditives.

The required workability shall be ensured before transporting the mix for execution atbatching plants / transit mixer itself.

Surface shall be suitably prepared by scaling followed by cleaning with compressedair and water under pressure through nozzle. All surfaces shall be wet and clean atthe time of applying Shotcrete.

Before filling the mix in the hopper of the Shot Crete machine, slurry shall be mixedand put into the concrete hose.

The application procedure of Shot Crete shall be developed in the field to giveminimum rebound, minimum shrinkage to the satisfaction of Engineer-in-charge.

The nozzle shall be held at a predetermined distance approximately one metre but inno case greater than 1.5 metre from the surface to the covered, and positioned so

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 121T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

that the stream of flowing material shall be applied as early as possible at right anglesto the surface to be covered. Nozzle shall be held in steady motion so that the ShotCrete is applied uniformly to build up the required thickness of layer. Acceptable ShotCrete shall consist of dense and uniform concrete without rebound, inclusions,segregation or discernible weakness of bond between layers. The nozzlemen shallapply shotcrete with a uniform consistency in order to minimize binding cohesion anddensity, minimize rebound and segregation and present sagging of applied ShotCrete.

Shot Crete shall always be started from the bottom to avoid rebound material gettinglocked in.

All applied Shotcrete shall be kept wet for at least 7 days to ensure proper curing ofthe Shot Crete. Sufficient air shall be added to the nozzle to get good compactionand higher compressive strength.

All necessary precautions shall be taken to ensure that there is no damage to theinstrument installed in rock and the drainage holes do not get plugged.

7.12.10 PROFICIENCY OF WORKMEN:

Nozzleman shall have previous experience in the application of shotcrete on atleasttwo projects of comparable nature and shall work under immediate supervision of aforeman or instructor with at least five years of experience. Proficiency of workmenwill be checked by Engineer-in-charge before allowing them to work.

7.12.11 CONTROL OF WATER:

Water flow and seepage shall be controlled in such a manner that detrimental effectsare completely and permanently eliminated. The contractor may drain such water bypipes chases or other appropriate methods approved by the Engineer-in-charge.

7.12.12 SAFETY MEASURES:

Alkali hydroxides and other chemicals contained in Shot Crete admixtures aremoderately toxic and can cause skin and respiratory irritation unless adequate safetymeasures are undertaken. In applying Shot Crete containing toxic admixtures, thenozzlemen should have air to breathe, which shall be free of toxic or objectionablematerial. Gloves and necessary protective clothing shall be worn to protect againstdermatitis.

7.12.13 MEASUREMENT AND PAYMENT:

i Measurement for payment of Shot Crete/SFRS shall be made of volume incubic metres of Shot Crete placed computed by multiplying the payment areaby the specified (i.e. the design) thickness. The payment area shall be definedas under: -

ii When excavated profile does not extend to portion of ‘GEOLOGICALOVERBREAK’ as defined above, payment area shall be projection of irregulararea on to the Payment Line as defined in above i.e. Payment Line perimetermultiplied by length along the tunnel.

iii When excavated profile extends to portion of ‘GEOLOGICAL OVERBREAK’as defined in para 6.13, an imaginary line parallel to ‘Payment Line’ shall bedrawn in such a way that it depicts average line of the actual excavation. Incase perimeter of such an imaginary line is less than or equal to the perimeter

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 122T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

of a line parallel to and 300mm beyond ‘Payment Line’ the payment area shallbe calculated by considering perimeter of Payment Line only as described inpara (ii) above. However, in case perimeter of such an imaginary line is morethan the perimeter of a line parallel to and 300mm beyond ‘Payment Line’, thePayment area shall be calculated by multiplying the perimeter of such animaginary line with length along the tunnel.

iv Where Shot Crete is used only for filling of local depressions, measurementand payment of Shot Crete shall be made on the basis of actual volume ofconcrete deposited to obtain the required thickness of Shot Crete.

v Shot Crete placed by the contractor in excess of thickness shown on theDrawings or as specified by Engineer-in-charge shall not be measured forpayment.

vi Rates being quoted for Shotcrete should include cost of all materials excludingcost of cement but including & providing and incorporating admixtures or otheradditives in Shot Crete.

vii Wire mesh as per specifications shall be arranged by contractor will be paid inrelevant schedule of items , rates and quantities.

viii No separate payment shall be made for Shot Crete consumed in rebound andor wasted Shotcrete. The cost of various ingredients of rebound / wastage isdeemed to be included in the unit price of Shotcrete.

7.12.14 SUPPORTING BOLTS: -

Where, in the opinion of the Engineer-in-charge blocks of rock are likely to get looseand fall down, the contractor shall arrange and install supporting bolts. Suchsupporting bolts are expected to be needed mostly in the roofs only. It shall howeverbe the sole responsibility of the contractor to bring in writing to the notice of theEngineer-in-charge, the location where the contractor may consider it necessary toprovide supporting bolts. The final decision about installation of supporting bolts at anylocation and the total quantity thereof shall however, vest with the Engineer-in-charge.

Specification for rock bolts are detailed below: -

7.12.15 ROCK BOLTING:

Where in the opinion of the Engineer-in-charge the rock is highly jointed and blocks ofrock are likely to get loose and fall down, the contractor shall install supporting rockbolts. Such rock bolts are expected to be needed mostly in the roof & side walls. Thelocation and number of such bolts may be determined after discussion and jointinspection with the Engineer-in-charge. It shall, however, be the sole responsibility ofthe contractor to bring in writing to the notice of the Engineer-in-charge the locationwhere contractor may consider it necessary to provide supporting bolts.

Geological conditions and fractured nature of rock shall be the main determining factorfor establishing necessary lengths of bolts, the pattern, spacing and the area to bebolted. Systematic pattern of bolting will be as shown on the drawing. However, thepattern of bolting is subject to change at the discretion of Engineer in charge.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 123T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

7.12.16 INSTALLATION OF ROCK BOLTS :-

The contractor shall drill 38mm to 45mm diameter holes in roof or the sides of theexcavation at locations and to depths as directed or approved by the Engineer-in-charge. These would vary in different situations and locations. The rock bolts shall befabricated as per approved drawings. The contractor shall carry out drilling and fixingincluding grouting of rock bolts with approved grout mix using cement, sand andadmixtures for quick setting of grout. The admixtures shall be conforming to relevantcodes and as approved by Engineer-in-Charge. Admixtures shall be provided by thecontractor at his own cost, which shall be deemed to be included in the quoted rates.

Prior to installation of rock bolts, holes shall be flushed out until the return water is clear.The contractor then shall pour / inject sufficient cement grout into the hole such thatwhen the bolt / dowel is fully inserted into the hole, it will displace the grout, leaving theannulus completely filled with grout. When necessary, due to inclination of hole,contractor shall place the grout in the hole using perforated metal sleeves acceptable toEngineer – in - Charge. The grout mix to be used shall have following properties:

i Maximum water cement ratio to be limited to 0.4 to ensure barrier against corrosionand other aggressive agents and stress. The grout shall be workable 1:1 cement /sand mix.

ii Thixotropic consistency to make grouts suitable for vertical holes.

iii Minimum strength development of 12 MPa in 24 hours. 28 days strength of grout mixshall not be less than 30 MPa.

iv It should have enough workability for easy pumping and placement.

The bolt / dowel shall be protected against disturbance for a minimum time of48 hours after installation or more as required by Engineer-in-charge.

After the grout has gained adequate strength, washer plates shall tighten against the rockface, so as to induce positive compression in rock mass around the bolts.

Alternatively the contractor may be permitted to use commercial epoxy grouts manufacturedby reputed manufacturers of construction chemicals, if it substantially reduces the setting timefor the grout and expedites work.

The contractor shall maintain on site a reserve supply of rock bolts/dowels complete withaccessories.

All bolts within 10m of a blasting operation shall be checked within 6 hours of blasting and re-tightened.

7.12.17 PULL OUT TEST ON INSTALLED ROCK BOLTS:

The contractor shall perform pull out tests on rock bolts selected by the Engineer-in-charge. The number of such pull out tests shall not exceed 1 in every 100 bolts. Thebolts shall resist a pull out tension satisfying design requirements. If any rock bolt failsdue to improper workmanship or material defect, the Engineer-in-charge may order atest for all adjacent rock bolts, and all rock bolts so failing shall be replaced and re-tested at the contractor’s expense. The design requirement for 25mm dia rock boltsshall be 9 tonnes pull or higher at failure unless otherwise specified.

The contractor shall supply testing apparatus and necessary operator and labourers tooperate it. The testing apparatus shall be equipped with a gauge which shall give the

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 124T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

applied load at all times during the testing operation. All testing shall be done in thepresence of Engineer-in-charge or his representative. The cost of the testing shall beincluded in the quoted rates. The Engineer-in-charge reserves the right to ask for pullout tests in any location where he deems it necessary.

7.12.18 MEASUREMENTS AND PAYMENT:

Payment for furnishing and installing rock bolts shall be made as per linear length ofthe steel rod installed inside the drilled holes and not per meter of drilling and the ratetendered shall include the cost of fabrication of rock bolt, drilling of hole, grouting,materials etc., tightening the bolts to the required torque and also the temporary timbersupports and all other works in connection therewith. Any bolt furnished and installedof a length less than 3.0m deep at the direction of the Engineer - in - Charge shall bepaid for as actual length inside the rock.

Rock Bolts which because of blockage, caving or loose cannot serve their intendedpurpose shall not be paid for.

7.13 PERMANENT SUPPORTS:

7.13.1 Permanent tunnel supports are those supports erected during the excavation of thetunnel and shaft which will be left permanently in the tunnel and shafts forming part ofthe finished tunnel. At the discretion of the railway the method of providing permanentsteel supports in the tunnel may be altered or deleted.

7.14.1 FABRICATION OF PERMANENT TUNNEL SUPPORTS:

I The main members in the permanent steel supports for tunnel shall normally be sawnto exact lengths and holes drilled to template. The butt and footplates may be shearedto sizes and shall be carefully cut and holes accurately drilled, so that when themembers are in position the holes shall be truly concentric.

ii Rolled steel joists shall be cold bent to radius indicated in the drawing and the butt andfootplates shall then be welded in. When finished, the support shall be true to profileand free from all kinds of twists and open joints and the material shall not be defectiveor strained in any manner.

iii No bolthole shall be more than 1/16” larger than the diameter of the bolt. Sizes of thebolts used shall be in accordance with drawing.

iv Fabrication of the steel support shall be done in accordance with the drawings.Workmanship and finish shall be comparable to the best general practice in modernsteel fabrication shop. All ring beam segment shall be fabricated in such a manner thatrequired number of segment selected at random might be easily assembled and boltedtogether to form a complete support of specified dimensions. Finished diameters of theholes in the beams, butt plates splice plate or wall plates joints etc. shall not be lessthan that shown in the drawing which is more by 1.5mm than normal diameter of thebolt. The holes will be drilled and reamed with the parts to be bolted in assembledposition.

V All welding work carried out in the fabrication of steel supports shall conform to IS: 823-1964 (Code of Procedure for Manual Metal Arc Welding of Mild Steel) as amendedfrom time to time.

vi Welding shall be by the electric arc welding process using a method, which excludesthe atmosphere from the molten metal. Welding shall conform to the applicableprovision of IS: 816-1956 “Code of practice for use of Metal Arc Welding for general

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 125T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

construction in Mild Steel”. Inspection of Weld shall be done as per IS: 822 – 1970.

vii Surface to be welded shall be free from loose scales, slag rust, grease, paint and anyother foreign material except that mild scale, which withstands, a vigorous wirebrushing, may remain. Joint surface shall be free from fines and tears, preparation ofedge by gas cutting shall whenever practicable be done with a mechanically guidedtorch.

viii All welding shall be structurally safe. Only qualified welders shall be allowed to weld.For this purpose, the Engineer-in-charge or his authorized agent shall periodically testthe welders. A welder shall be allowed to do fillet weld only on such locations for whichhe is qualified. For the above test IS 817-1967 “Code of practice for Training andTesting of Metal Arch. Welder” shall be applicable.

7.14.2 The dimensions and number of the foot blocks, lagging, spreaders, wedges andblocking, where not shown on the drawings shall, in all cases, be as necessary toserve their functions and for safety. The material used for foot block, lagging, blockingand spreader shall be of Contractor’s steel, payment for which will be made in therelevant item of Schedule of Rates. All equipment including welding material shall bearranged and provided by the contractor at his own cost and nothing extra shall bepaid.

7.14.3 The contractor shall assemble, complete set of steel supports in a horizontal positionbefore dispatch from the work, any of the support as may be required by the Railwayfor the purpose of checking.

7.14.4 No painting of any sort is to be carried out on the steel support.

7.14.5 ERECTION OF SUPPORTS: The section and spacing to which supports shallgenerally be erected is shown in approved drawing. Actual section and spacing atwhich arch ribs and posts are to be erected will be decided by the Engineer as thework is in progress to suit ground conditions. The decision of the Engineer-in-chargewill be final and binding on the contractor.

7.14.6 When the break out is affected in two portions as aforesaid the wall plate on bothsides shall first be erected correct to line and level and secured in position on timberpacking. The length of wall plates will depend upon the “SAFE BRIDGE ACTIONPERIOD OF THE ROCK” i.e. the time that can be allowed to elapse after blasting andbefore the steel support are erected, the cycle of operations and the advance to beobtained in one cycle. Wall plates laid on either side shall be connected loose to thepreviously laid wall plates by means of gusset plates and bolts. Arch rib shall then beguyed up and lined and leveled & connected to the previously erected arch rib bymeans of the tie rods and nuts at both ends.

7.14.7 In case of “OVER BREAK” that are judged as due to defective workmanship of thecontractor, no payment will be made for any new steel work erected by the contractorfor rectification of the damaged supports and no compensation will be paid on thisaccount. Any extra steel required for rectification / replacement of damagedpermanent supports shall be arranged by the Contractor at his own cost.

7.14.8 Any protective measure required for preventing / damage to support already carriedout should be done by the contractor at his cost or the work has to be carried withcontrolled blasting in order to avoid such damages. The contractor will not be entitled

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 126T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

for any compensation on this account.

7.14.8 Repair / Replacement of the support if necessary due to negligence on the part of thecontractor will be done entirely at the cost of the contractor. Nothing contained in thispara shall prevent the contractor from erecting, at his own expenses permanentsupports heavier than approved by the Engineer-in-charge, nor shall it be construed torelieve the contractor from the sole responsibility for the safety of the excavation or theliability for injuries of deaths of persons or damage to property.

7.14.9 The materials, bolts, nuts and washer will conform to the relevant IS specification forthe intended use and shall be arranged and provided by contractor at his own cost.The sequence and method of excavation shall be selected so as to enable theinstallation, of the necessary supports, before the BRIDGE ACTION PERIOD for theexcavated profile has expired. The quantity for this substantially depends upon thestrata encountered during the excavation. The contractor will not be entitled for anyclaim for such variations. The tentative spacing and number of support are shown inthe approved drawing. The detailed plan will be supplied to the contractor from time totime for different types of rock encountered and contractor will be required to providethe support as per these drawings.

7.14.10 The steel support shall be installed with proper workmanship, true to the line andgrade and as directed by the Engineer-in-charge and shall be maintained by thecontractor in proper condition and alignment until the concrete lining is placed againstthem.

7.14.11 The contractor shall correct improper installation of supports within 48 hours after thedefects are brought to his attention.

7.14.12 In supported sections of the tunnel, the contractor shall securely brace the supportwith spreader, blocking and wedges as per approved drawing or as directed byEngineer at site

Where it is7.14.13 Due to insufficient or improper support in certain rock condition the load and side

pressures may increase due to gradual subsidence of rock and if support initiallyprovided are found inadequate substantially due to such increase in load it shall be theresponsibility of the contractor to take appropriate and prompt measures to strengthenthe supports and package material (cement concrete block, stone boulder etc.) behindthe support and grout the back packing material later after the lining has been placedor any other measures as approved by the Engineer-in-charge . The additional steelprovided by way of strengthening shall be measured for payment as a steel supportagainst relevant item of schedule rates and quantities. The back packing materialsshall form part of the first stage concrete of lining and therefore, will not be paid forseparately.

7.15 CEMENT CONCRETE: -

7.15.1 The work covered by this section consists of furnishing all materials equipment andlabour for the manufacture, transport, placing finishing and curing of concrete in theportal structures, lagging and back fill concrete behind R.C.C. lagging and forconstruction of mass CC / RCC work in construction tunnels and shafts. The item ofconcrete is split up into several items according to the class of concrete to be usedand its location and will be measured and paid for accordingly.

7.15.2 All concrete works whether Plain or RCC should conform to IS 456 - 2000 and the

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 127T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

relevant India Standards Specifications as directed by the Engineer. Payment ofCEMENT CONCRETE and RCC will be made under relevant schedule of items, ratesand quantities.

7.15.3 All concrete shall be mixed in an approved concrete mixing machine and such cementconcrete should be vibrated by use of mechanical vibrator and nothing extra over anabove the quoted rates for mass concrete will be payable for these operation unlessmentioned specifically.

7.15.4 The contractor will have to arrange the material required for providing weep holes orother drainage holes at his cost. The cost should include supplying and fixing of 75mm AC or PVC pipes as per approved drawings. No deduction of volume of weepholes / drainage holes for the purpose of calculations of volume of concrete payableshall be done.

7.15.5 Butt joints are to be provided at places at the direction of the Engineer. 12mm thickmud plaster will be done on one of the surfaces of the concrete. No extra payment forthis plaster or any deduction in the quantities of concrete will be made and the ratesfor mass cement concrete will be inclusive of this plaster.

7.15.6 Welding of reinforcement will not generally be permitted except in specialcircumstances under the written approval of the Engineer in accordance with therelevant I.S codes.

7.15.7 The exposed surface of mass cement concrete and RCC work shall be renderedsmooth and even. Nothing extra will be payable for rendering the exposed surfacesmooth, the cost of which will be considered as having been included in the ratesquoted for mass CC/RCC items.

7.15.8 PROPORTIONING OF CONCRETE: -

The exact proportions in which the different ingredients are to be used for differentparts of the work shall be as per mix design as approved by the Engineer-in-charge.

7.15.9 BATCHING AND MIXING EQUIPMENT: -

All aggregates shall be batched by weight. The contractor shall have to installbatching plant of the requisite capacity to maintain the required progress on differentitems of work. The batching plant shall be capable of determining accurately by directweighing the prescribed amounts of the various ingredients including water, cement,admixtures etc. and each individual size aggregate entering the concrete andcombining them to give them a uniform mix within the prescribed time and dischargingthe mix without segregation. The equipment and its operation shall at all the times aresubject to the approval of the Engineer-in-charge.

7.15.10 HANDLING: -

The measured materials leaving the batches must be properly and carefully handledso that batches reaching the mixers will be as uniform and complete as and whenreleased by the measuring equipment. This is particularly important when dry batchesare transported by truck or otherwise to portable mixers near the work. The handlingequipment shall be subject to the approval of the Engineer-in-charge. Loss ofmaterials during transferring batches from truck to mixer should be avoided so alsoincomplete discharge from trucks resulting in deficiency in that batch and loss ofcement due to dusting and scattering.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 128T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

7.15.11 MIXING: -

All concrete shall be thoroughly mixed in the batching plant in a tilt batch mixer ofapproved type, size and design so as to positively ensure uniform distribution of thecomponents throughout the mass during the mixing operations. In no case shall themixing be done for less than two minutes. Each mixer and its operation shall besubjected to the approval of the Engineer-in-charge and if, at any time, producesunsatisfactory results, the same shall be promptly repaired or replaced to thesatisfaction of the Engineer-in-charge.

Each mixer shall be equipped by the contractor with a mechanically operated timingand signalling (or looking), device, satisfactory to the Engineer-in-charge for indicatingand measuring the completion of the required mixing period. Arrangement shall alsobe made to the check revolutions of the mixer. Dust and other undesirablesubstances shall be completely excluded. The mixers shall not ordinarily be loadedbeyond their rated capacity or operated in excess of the speed recommended by themanufacturer.

It is particularly important in charging the mixer that the ingredients (cement, sand andcoarse aggregate) shall be arranged in the charging hopper in such a manner thatproportional amounts of each will be in all parts of the stream as it flows into the mixerand that the period of flow of each is about the same.

The mixer should be capable of ready discharge of concrete of the lowest slump,which can be consolidated by vibration. Separation of coarse aggregate from mortar(which commonly results when the concrete is discharged from the moist mixers) shallbe avoided by proper arrangement of the discharge so that the concrete will fallvertically not diagonally into whatever container is to receive it.

The mixing plant shall be capable of being easily modified to add air entraining orother admixtures. If necessary each mixer shall be equipped with suitable means forindicating and recording concrete consistency. The sensitivity of the meter shall besuch that the effect of a change in steps of 25mm (one inch) shall be readilydiscernible. The consistency meters operating on the principles of measuring theelectrical input at the mixer motors shall not be acceptable.

7.15.12 CONVEYING :-

Concrete shall be conveyed from mixer to form as rapidly as practicable by methods,which will prevent segregation and/or loss of ingredients. In case such separationoccurs inadvertently, concrete shall be remixed before being laid in place. Thedistance between the mixer and the place of concreting as also mode of transport ofconcrete shall be subject to the prior approval of the Engineer-in-charge. It shall bedeposited in its final position as early as practicable but always within a period of 30minutes after mixing. When the initial set has taken place in a batch of concretebefore it is placed in position, such concrete shall be rejected and taken away from thesite to a distance and disposed off as ordered by the Engineer-in-charge. No claim inthis respect shall be entertained.

Methods of conveying concrete to any part of the structures wherein the concrete isloaded into chutes, belt conveyor or other similar equipment and carried in a thincontinuously exposed flow to the form will not be permitted except for very limited orisolated sections of the work and only when approved in writing by the Engineer-in-charge. The conveyance of concrete shall preferably be done by Agitator Cars/Transit

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 129T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Mixer.

During hot or cold weather, concrete shall be transported in deep containers (the deepcontainers, on account of their lower ratio of area to mass reduce the ratio of loss ofwater by evaporation during hot weather and loss of heat in cold weather).

7.15.13 FORM FOR CONCRETE: -

Forms to confine the concrete and shape it to the required lines shall be usedwherever necessary. All exposed concrete surface having slopes 1 to 1 or steeper,shall be formed unless otherwise directed where the character of the natural materialcut in, to receive concrete is such that it can be trimmed to the prescribed lines, theuse of forms will not be required.

The forms shall have sufficient strength and rigidity to hold the concrete and towithstand the necessary pressure ramming and vibration without deflection from theprescribed lines. In all cases formwork shall be approved by the Engineer-in-chargebefore the concrete is poured but the contractor shall at all times be solely responsiblefor its sufficiency, strength and stability. The surface of all forms in contact with theconcrete shall be clean, rigid, tight and smooth.

Suitable devices shall be used to hold corners, adjacent ends, and edges of panels orother forms together in accurate alignment. The forms and their joints should be tightenough to obviate any danger of loss of mortar, which may result in honey combing, orloss of water that may cause the streaking.

Immediately before any concreting is commenced, all forms shall be carefullyexamined to see that all wood, shavings, sand dust and other refuge have beenremoved by brushing or by washing with a hose, and all traps and temporary doorsare made good.

7.15.14 MATERIALS: -

Forms shall be of wood, steel or other approved material except that the sheeting forall exposed surfaces where lining is not specified shall unless otherwise permitted ordirected be of tongue and groove lumber of uniform width unless otherwise specificallyauthorised. Forms of like character shall be used for similar exposed surfaces in orderto produce a uniform appearance. The type, size, shape, quality and strength of allmaterials from which forms are made and design of the forms shall be the soleresponsibility of the contractor but subject to the approval of the Engineer-in-charge.

In general, forms for permanently exposed surfaces shall consist of or shall be linedwith matched or dressed edge grain lumber of appropriate thickness free from loose orcracked knot.

Where lumber forms are used, the laying shall be in the direction, which will blendarchitecturally into the lines of the structures as decided by the Engineer-in-charge.

Metal forms or metal lined forms will be permitted for permanently exposed surfaceonly when an entire surface is to be built completely with such forms.

Curved and special forms shall be of a character that will result in smooth concretesurface. They shall be designed and constructed so that they will not warp or springup during erection or placing concrete.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 130T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Forms to be used more than once shall be maintained in a serviceable condition andshall be thoroughly cleaned and smoothened before being reused. When metalsheets are used for lining forms, the sheets shall be placed and maintained on theforms with the minimum amount of wrinkles, humps or other imperfection, the use ofsheet metal to cover imperfections in the lining of lumber faced forms for surfaces thatwill be permanently exposed to view shall not be permitted. Where plywood orhardboard is used for form lining, the joints between the sheets shall be smooth andas perfect as practicable and no patching of the plywood or hardboard would bepermitted for permanently exposed surfaces. Minor imperfection in the plywood maybe corrected by the use of plastic wood secured firmly in place and sand paperedsmooth.

7.15.15 TIES: -

The use of stay wires, metal rods or other similar devices embedded in the concretefor holding forms will be permitted if the ends of the rods are so arranged as couldsubsequently be removed to a depth of not less than 50 mm (two inches) from thesurface of the concrete without injury to the concrete provided that for walls to besubjected to water pressure on one side and to be water tight. The rods shall not becontinuous throughout the wall. Complete removal of the embedded rods will not bepermitted. Removal of embedded fasteners or the rods shall be such as to leaveholes of regular shapes for reaming. All holes left by removal of fastens from the endsof rods shall be immediately reamed with suitable toothed reamers so as to leave thesurface of the holes clean and rough and complete filled with dry patching mortar andthe surface finished to match the adjacent concrete. Wire ties will be permitted whenspecifically approved and shall be cut off flush with the surface of the concrete afterthe forms are removed. Wire ties shall not be used when permanently exposedfinished surfaces are required.

7.15.16 ERECTION AND REMOVAL: -

Shortly before placing concrete the surface of all form shall be oiled with a suitablenon-staining oil, not harmful to concrete, so as to prevent sticking of concrete andfacilitate removal of forms. Forms for unexposed surfaces may be thoroughly wettedin lieu of oiling, immediately before placing the concrete.

For use of wood forms, the oil should be capable of penetrating the wood andremaining sufficiently oily to eliminate sticking and of preventing absorption of waterand consequent warping. Almost any of the light colored and light oiled straightpetroleum oils, are acceptable for use on wood.

Compounded oils composed essentially of petroleum oils and other oils and animal orvegetable origin and gums or resin which are heavier in body and frequently darkerthan straight petroleum oils will be used in the case of steel lining forms. The oilsshould be applied by brush, spray or swab and the forms should be covered fully andevenly without excess of drip. Care should be taken to prevent oil from getting in thesurface of construction joints or on the reinforcing bars. Special care should be takento oil thoroughly the form strips for narrow groove seats, window doors and elsewhereso as to prevent swelling of the forms and consequent damage to concrete prior toremoval of forms.

Immediately before concrete is placed, precaution shall be taken to see that all formsare in proper alignment and that forms anchor and ties are thoroughly secure and

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 131T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

light. Where forms of continuous surfaces are placed in successive units, the formshall sit tightly over the surface so as to prevent leakage from the concrete and tomaintain accurate alignment of the surface.

The contractor shall strengthen or modify the formwork, when the Engineer-in-charge,considers it necessary and as directed by him. Forms should be left in place until theirremoval is authorised and shall be removed with care so as to avoid any injury to theconcrete. All forms shall be entirely removed from a pour to permit, inspection beforebeing reset for their next lift. Unless authorised, suitable mouldings shall be placed tolevel all exposed edges, at construction joints, and any other edges shown on thedrawings or as required by the Engineer-in-charge. The final detailed drawings willshow any formed recesses, slots, block outs and similar construction details, whichhave to be taken into account in fixing the form work cost of forming the recess shallbe deemed to have been included in the overall rate of the item.

The contractor shall take into account all the cost of formwork while quoting for therates of the concrete work items, and separate payment shall be due to the contractorfor the erection etc. of the formwork to the specification herein detailed.

7.15.17 PLACING CONCRETE: -

No mortar or concrete shall be placed except in the presence of the Engineer-in-charge or his duly authorized subordinate. Concrete shall be placed only in locationswhere authorized and no concrete or mortar shall be placed until the form work,installation of embedded parts, preparation or surface and necessary clean up havebeen done and checked and certified by the Engineer-in-charge or his authorisedrepresentative as being in conformity with specifications and drawings. Earthfoundations on which concrete is to be laid shall be firm, drained soil, free of any softmud or other objectionable and on which there is no standing or running water.

Rock surface or rigid masonry or concrete surface upon or against which concrete isto be placed shall be fresh, clean, solid and free from oil, mud, rock, loose, semidetached or unsound fragments, objectionable quoting and debris and sufficientlyrough to assure satisfactory bond with the concrete.

Immediately before placing concrete all such surfaces shall be thoroughly cleaned bythe use of high velocity air or water jets, sand blasting, steel brooms, picks or othereffective means satisfactory to the Engineer-in-charge.

All pools of water from the surface on which concrete is to be placed shall be cleanedto ensure proper bonding of fresh concrete with the rock surface. The method ofdisposal of water employed in working site shall be subject to the approval of theEngineer-in-charge. All concrete placing, equipment and methods be subject to theapproval of the Engineer-in-charge.

Continuous adequate telephone communication shall be provided by the contractorbetween the concrete mixing plant and placement location during the placement of allconcrete.

Sufficient mixing and placing capacity should be provided so that the work may bekept alive and free from cold joints. Formed concrete should be placed in thehorizontal layer not deeper than 0.30 m avoiding inclined layers and constructionjoints.

To get a monolithic placement, it is important that each layer be shallow enough sothat previous layer is still soft and the two layers be vibrated together. Concrete shall

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 132T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

not be allowed or caused to flow horizontally or on slope in the forms. Concreteplacing on slope should begin at the lower end of the slope and progress upward,thereby increasing compaction of concrete. Pneumatic placement of the concreteshall be avoided unless usual high velocity discharge is used to appoint where noseparation and scattering of the concrete occur.

The most important consideration of handling and placing concrete is that of avoidingseparation of coarse aggregate from the concrete. Obvious groups and clusters ofseparated coarse aggregates are objectionable. They should be removed before theconcrete is placed over them, otherwise they may cause serious imperfection in thefinished work. Hence, particular attention should be paid to the tendency forobjectionable separation to occur at the point of discharge so that uniformity andhomogeneity of concrete placement and good workmanship will be ensured.

Concrete shall not be dropped from excessive heights. The concrete shall dropvertically into the centre of whatever container receives it. To protect these rods,spacers and embedded features from damage and to prevent displacement ofreinforcement, concrete fall in forms should be confined in a suitable drop chute.

7.15.18 CONSTRUCTION JOINTS:

The position of construction joints shall be subject to the approval of the Engineer-in-charge. The concrete of the earlier pour shall be hacked to produce rough surface orgreen cut with air water jet after the concrete has hardened sufficiently (4 to 6 hoursafter vibration) as directed by the Engineer-in-charge. Before placing new concrete,the surface should be restored to the condition existing immediately, after hacking orgreen cutting by means of another washing with air water jet, vigorous brushing etc.

The contractor to the satisfaction of the Engineer-in-charge shall clean all the joints.All intersection of construction joints with concrete faces that will be exposed to viewshall be made straight, level and plumb. All exposed construction joints shall besubjected to the approval of the Engineer-in-charge. Surfaces of the constructionjoints of which have been permitted to dry by reason of the succeeding layer notplaced within the specified moist during period, shall be kept moist for at least 72hours prior to placing the succeeding layers.

When the work has to be resumed on a surface which has hardened, such surfacesshall be roughened and new concrete placed after taking all measures mentioned inthe para below:

Disturbance of surface concrete at the joint shall be avoided during the earlyhardening period. Before placing the succeeding layer, the surface of the concrete ofthe construction joints shall be thoroughly cleaned and loose defective or fracturedconcrete shall be removed satisfactorily.

7.15.19 WATER DISPOSAL: -

The method used for disposing of the water from washing the surfaces shall be suchas would not stain discolor or otherwise affect exposed surface.

7.15.20 DEPOSITION OF CONCRETE:

The method and equipment used for placing concrete shall be such as will permit thedelivery of concrete of the required consistency into the work without objectionabledelay, segregation, porosity or loss of workability.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 133T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

All surfaces of forms and metal work including reinforcement bars that has becomeencrusted with dried mortar or grout from concrete previously placed, shall be cleanedof all such mortar or grout before the surrounding or adjacent concrete is placed.Concrete shall be deposited in continuous horizontal layers varying in thickness ofapproximately 300 mm (12”).

7.15.21 In reinforced concrete work the thickness of the layers shall be reduced to 150mm to300 mm (6” to 12”) or as directed. In congested parts care shall be taken to see thatall the bars are properly embedded and no voids are left. On flat, horizontal surfaces,however, the congestion of steel near the forms makes concrete placing difficult, amortar of the same cement and sand ratio as is used in the concrete shall be firstdeposited to cover the forms.

7.15.22 After the surfaces having been prepared to the satisfaction of the Engineer-in-charge,all approximately horizontal surfaces of rock and construction joints shall be cast withcement slurry of water cement ratio approximately of 0.60 by weight or less asspecified, it shall then be covered with layers of mortar approximately 50 mm (2”) to 75mm (3”) thick for rock surface and approximately 15mm thick for construction joints.The mortar shall have the same property of cement and sand and the water cementratio as the regular concrete mixtures unless otherwise prescribed by the Engineer- incharge. The consistency shall be suitable for placing and working in the mannerherein after specified. The mortar shall be spread uniformly and thoroughly with stiffbrooms into all irregularities of the surfaces. Concrete shall then be immediately laidupon the fresh mortar.

7.15.23 No concrete shall be placed in running water or during high winds, dust, storms,excessive heat and similar condition without prior approval of the Engineer-in–charge.The Engineer-in-charge shall further, have the right to disallow the placing of concreteduring such conditions and the contractor shall comply with such directions. No claimsshall lie against Railways on account of such action by the Engineer-in-charge in thisbehalf.

7.15.24 RATE OF PLACING: -

Concreting shall be continued without avoidable interruption until the structure ofsection is completed or until a satisfactory construction joint can be made. Concreteshall not be placed faster than the placing crew can compact it properly. In placing thinmembers and columns, precautions should be taken against rapid placement, whichmay result in movement or failure of the form due to excessive lateral pressure. Aninterval of at least 24 hours unless otherwise approved or directed by the Engineer-in-charge, should elapse between the completion of columns and walls and the placingof slabs, beams or girders supported by them.

The rate of deposition shall be such so as to have no objectionable effect onplacement of concrete, particularly near the forms and in and around embeddedequipment where the rate shall not exceed the limit placed by the Engineer-in-charge.

The contractor shall be entitled to no additional payments over the tendered rates byreasons of any such limitations on the placing of concrete.

7.15.25 CONSOLIDATION: -

i Consolidation of newly placed concrete shall ordinarily be done with internalvibrators. The equipment for vibrations should have adequate power and shall beof high frequency, rugged and reliable. Operators should be experienced,

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 134T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

competent dependable and energetic. Ample standby units and parts as well assystematic servicing should be provided. Vibrators should not be used to causeconcrete to move more than a short distance laterally, otherwise fine materialruns ahead and separates from the coarse aggregate.

ii Re-vibration shall be resorted to only after specific instructions are given by theEngineer-in-charge.

iii Where vibrations is used to full advantage of consolidation or newly placedconcrete, no supplementary roddings or other working of concrete is necessary.At corners, obstructions, block outs, locations with congested reinforcement,special care shall be taken to attend to these places with ample, properly appliedadditional vibration or rodding as the case may be.

iv Succeeding layers of concrete shall not be placed until the previously placedlayer is thoroughly compacted as lift, the coarse particles of the aggregate in thesurface shall be embedded while the concrete is being vibrated but the surfacesleft with the desired degree of roughness. Disturbance of the surface concrete atconstruction joint during early stages of hardening shall be avoided. Necessarytraffic on new concrete shall be on timber walkways constructed so as not tocause injury to the concrete.

v When smooth surfaces are required, for all surfaces, which will be permanentlyexposed to the weather, and for all surfaces next to embedded metal workaround which it is desired to prevent leakage, the adjacent concrete shall beproperly vibrated, spaded or tamped. For formed concrete surfaces to beexposed to high velocities of water, special precautions shall be taken to preventor to minimize surface pitting without resorting to cover manipulation of theconcrete.

7.15.26 REMOVAL OF DEFECTIVE CONCRETE: -

Concrete which is not placed and compacted in accordance with these specificationsand is found to have lower strength, density etc., than specified, as determined fromtest samples or core samples, shall be removed and replaced by the contractor at hiscost. The entire cost of removing and replacing such rejected concrete shall be borneby the contractor including the cost of all materials required in the replacement. Cost ofcement for rejected concrete shall be recovered from the contractor.

7.15.27 REMOVAL OF FORMS: -

The length of time that the forms should remain in place shall be as per relevant codalprovision or as decided by the Engineer-in-charge, with reference to weatherconditions, shape and position of the structure or structural members and the natureand amount of dead and live loads. The following minimum intervals of time shall,generally be allowed between placing concrete and stripping of forms but the periodshall be increased in case of wet weather and also at the option of the Engineer-in-charge.

For normal Portland cement: -

i Beams side walls, columns (unloaded) 3 daysii Slabs and arches (props left under) 4 daysiii Props to slabs and arches 10 daysiv Beams soffits (props left under) 8 days

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 135T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

v Props beams 21 daysvi Mass concrete 2 days

These minimum periods, are by experience known to be safe and no claims shall be entertainedagainst the project authority for damage caused owing to the periods not being sufficient. Thecontractor, may where he so desires, extend the above to longer intervals. This shall not, however,constitute any reason for any claim or extension of time.

If the contractor desires to remove the forms earlier than the period stated above by addition ofcement and/or suitable admixtures in the concrete, so as to gain early strength without affecting longterm strength, the question will be examined by the Engineer-in-charge in each case and hisdecision in the matter shall be final and binding. The cost of all such additions and admixtures shallbe on contractor’s account.

In no case should forms be removed until there is assurance that removal can be accomplishedwithout dipping, or defacing the concrete surface. Further more heavy live loads should not bepermitted until after the concrete has reached its design strength. The exact period shall be fixed bythe Engineer-in-charge and shall be binding on the contractor. The forms should be removed withgreat caution and without jarring the structure or throwing heavy forms upon the floor. In order toachieve this and wedges and clamps shall be used whenever practicable instead of nails.

In order to avoid excessive stress in the concrete that might result from dwelling of the forms, woodforms for wall openings shall be loosened as soon as this can be accomplished without damage tothe concrete. Forms for the openings shall be constructed so as to facilitate such loosening.

The contractor shall be solely responsible for any damage that may be caused by negligence,lack of proper precautions etc. in the matter of removal of forms and shall make the same good athis own cost to the satisfaction of the Engineer-in-charge.

7.15.28 REPAIR OF CONCRETE: -

Repairs of concrete shall be performed by skilled workmen and in the presence ofthe Engineer-in-charge or his responsible representative. The contractor shallcorrect all imperfection on the concrete surfaces as necessary to produce surfacesthat shall conform to the required standards. All materials procedures andoperations used in the repair of concrete shall be subject to approval by theEngineer-in-charge.

Surfaces of concrete finished against forms shall be smooth and free fromprojections. Immediately upon the removal of forms and within 24 hours thereof,wherever practicable, all unsightly re-digest or fins shall be removed and any localbulging on exposed surfaces shall be remedied by tooling and rubbing. All holes leftby the removal of fasteners from the tie rods, shall after being reamed with atoothed reamer, be neatly filled with dry patching mortar.

All honey-combed, porous, fractured or otherwise defective concrete and surfaceconcrete in which, in the opinion of the Engineer-in-charge additions, are required tobring it to the prescribed lines shall be removed by chipping concrete. The chippedopenings shall be sharp edge and keyed, and shall be filled to the required lineswith fresh concrete or as found suitable.

Where concrete is used for filling, so mentioned above, the defective concrete isremoved and good concrete exposed but in no case less than 100mm (4”) in depthand the concrete will be reinforced if and as directed by the Engineer-in-charge.Concrete filling shall also be used, for all holes passing entirely through concretesections.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 136T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Dry patching mortar shall consist of one part of cement to 2 parts of sand by volumeand just enough water so that the mortar as used will stick together on being moldedinto a bell by slight pressure of the hands and will not free water when so pressedbut will leave the hands damp. The mortar shall be fresh when placed, and anymortar that is not used within 30 minutes, after preparation shall be removed at thecontractor’s cost.

The mortar shall be placed in layers not more than 25mm (1”) thickness after beingcompacted and each layer shall be thoroughly tamped to the satisfaction of theEngineer-in-charge. Each layer except the last shall be roughened thoroughly toprovide an effective bond with the succeeding layers. The last of finishing layer shallbe smoothened to form a surface continuous with the surrounding concrete.Patching mortar shall be used for filling behind reinforcement for filling holes thatextend completely through a concrete section. Guniting shall be used for holes toowide for dry patch mortar filling and too shallow for concrete filling.

All patches shall be bonded thoroughly to the surface of the chipped openings andshall be sound and free from shrinkage cracks and trummy areas.

7.15.29 CURING AND PROTECTIONS: -

All concrete shall be protected against injury until final acceptance. Exposedfinished surfaces of concrete shall be protected from the direct rays of the sun for atleast 72 hours after placement. Fresh exposed concrete shall also be protected fromthe action of the rains flowing water and mechanical injury. No fire shall be permittedin direct contact with concrete at any time. Concrete in which Portland cement isused shall be kept continuously moist for not less than 14 days for normal concreteand 21 days for concrete containing pozzolonas by covering with water saturatedmaterials or a system of perforated pipes mechanical sprinklers or porous hose orby any other approved method. Curing period where special cement may be usedshall be specified by the Engineer-in-charge. Construction joints shall be cured inthe same way as the other concrete and shall also if practicable be kept moist for atleast 72 hours prior to the placing of additional concrete upon the joint. Horizontalsurfaces shall be cured by sprinkling water or by covering with damp sand or maybe cured by the use of wet quilts or mutts, which will satisfactorily supply therequired curing water. If damp sand or quilt is used fur curing, it shall later becompletely removed. The time of applying damp sand shall be specified by theEngineer-in-charge before which curing will be carried out by other approvedmethods.

The methods of keeping formed concrete surface moist shall be continuous,sprinkling or spraying of water as may necessary to prevent any portion of thesurface from drying the specified period.

The water and other methods of curing shall be so handled as not to stain concretesurfaces, which shall be exposed.

The actual methods of curing adopted shall be subject to the approval of theEngineer-in-charge. The contractor shall have on hand and ready to install beforeactual concrete placement is started, all equipment needed for adequate curing andprotection at all locations of concrete placement.

7.15.30 In limited areas and for special purposes the use of an approved and properly

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 137T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

applied compound may be permitted at the discretion of the Engineer-in-charge torestrict the evaporation of the mixing water. Such curing compound shall be of thesurface membrane type, which will thoroughly seal the surface. Curing compoundshall not be used on joints where bonding is required.

The curing compound shall be used as directed by the Engineer-in-charge. The costof curing compound and all operations involved in its use shall be on contractorsaccount.

7.15.31 Finished concrete surface shall be protected from stains and surfaces or edgeslikely to be injured during the construction period shall be kept properly protected byleading forms in place or erecting protective covering to the satisfaction of theEngineer-in-charge.

7.15.32 In case the curing operations are inadequate or unsatisfactory, the Engineer-in-charge shall be entitled to take such steps as he may deem necessary to makegood to deficiencies and defects at the contractor’s risk and cost.

7.15.33 DAMAGED OR DEFECTIVE CONCRETE: -

Concrete damaged from any cause and any concrete which shall be found defectiveby reason of the contractor’s operations at any time before the completion and finalacceptance of the work shall if and where he directed be removed and replaced bythe contractor with acceptable concrete as directed by the Engineer-in-charge andall the risk and cost of such operations including the cost of such removed concreteshall be borne by the contractor.

Record of Concreting Operations

A systematic joint record in the form as approved by the Engineer-in-charge shallbe maintained to record the details regarding use of cement, number of units andlocation in which concrete or mortar is used etc. This record shall be signed by theEngineer-in-charge or his authorized representative at the site in token of havingscrutinized and verified the correctness of the entries made in the joint record. If thecontractor fails to scrutinize and verify the entries and sign, the joint record asscrutinized, the entries verified and signed by the Engineer-in-charge or hisrepresentative shall be taken as final and binding on the contractor.

7.15.34 MEASUREMENTS AND PAYMENT: -

Measurement and payment shall be made on the basis of the actual volume of theconcrete placed but limited to the quantity upto the payment line indicated indrawings. No deduction shall be made for the space occupied by reinforcement andother metal work, electric conduit lines etc. The quantities of all holes and passagesand embedded parts greater than 0.05 Sqm in cross-section shall however bededucted from the total quantity to arrive at the concrete work for payment. TheOver Break / Cavity due to contractors fault formed beyond the Pay Line shall befilled up by the contractor with back fill concrete and no payment for such extraconcrete will be made. In case of “Geological Overbreak” the concreting will be paidat the tendered rate.

No payment will, however, be made for embedding fixtures or providing otherinstallations, electric conduits etc. All labour materials, plants, etc., involved inproviding cement slurry and mortar on rock surface and construction joints shall bedeemed to be included in the unit rate to be paid for concrete.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 138T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

7.15.35 TESTS: -

i) The Contractor shall set up at his cost a fully equipped concrete testing laboratory,where facilities and equipment for concrete mix design, cube testing, setting time ofcement etc. are available.

ii) Concrete samples and cement samples shall be tested in this laboratory as andwhen required at no extra cost in the presence of Engineer –in – charge or hisauthorized representative at such frequent intervals and as such specimens of workas stipulated by the engineer – in – charge. The results of such tests should bemade available to the Engineer – in – charge as and when done. However, if thecontractor fails to get the above tests done at his cost, the engineer-in-charge mayorder to get these tests done at Rly. laboratory or any other approved laboratory atContractor’s cost and recover the cost including supervision and incidental chargesfrom contractor’s on account bills.

iii) Test cubes required as per the code shall be manufactured and supplied free of costby the contractor and shall submit a mix design for verification and approval beforethe work is taken up.

iv) The contractor shall provide all necessary facilities materials and labour for thesetests as the Engineer-in-charge may consider necessary for which no separatepayment shall be made.

7.16 REINFORCEMENTS: -

7.16.1 The Contractor shall supply the reinforcing steel rates for which will be paid as perSchedule of Rates. Steel reinforcement bars shall be placed in the concretewherever shown in the drawings or where directed by the Engineer-in-charge.

7.16.2 If more than one grade of reinforcing bar is furnished, the contractor shall takeproper precautions satisfactory to the Engineer-in-charge to obviate the use ofwrong grade or reinforcing bars in any part of the work. For any mistakes, thecontractors shall be solely responsible and shall make good mistake at his own riskand cost.

7.16.3 Before steel reinforcement is placed in position the surface of the reinforcement shallbe cleaned of rust, scale, dirt, grease or other objectionable foreign substances.Every flaky rust all mill scale that can be removed by firm rubbing with burlap orequivalent treatment is considered objectionable. In storing bars of the same size,length, shape and grade shall be assembled in racks and marked distinctively.

7.16.4 Before the reinforcement bars are fixed in position, it shall be verified that they are ofthe specified sizes, cut and bent in accordance with the drawings and specifications.They shall be accurately placed and secured in position by means of concreteblocks, metallic chairs, hangers, spacers of other suitable approved devices atsufficiently close intervals, so that they will not either sag between support or bedisplaced during the placing of the concrete or by any operation on the work.

Special care shall be exercised to prevent any disturbance, which may be caused tothe reinforcement that has already been placed in position. The reinforcement afterbeing placed in position shall be maintained in a clean condition until it is completelyembedded in concrete.

7.16.5 Metal reinforcement shall not be straightened or bent in a manner that will injure orweaken the materials; bars with kinks or bends not shown on the plans shall not beused. Bars shall be bent cold to the shape and dimensions shown in the drawing oras directed using a bar bender operated by hand or power to attain the properradius of bends as per relevant codal provisions.

7.16.6 Heating of reinforcement bars to facilitate bending shall not be used without priorapproval of the Engineer –in-charge.

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 139T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

7.16.7 The longitudinal bars shall be straight and fixed parallel to each other and to thesides of the form as shown or directed. The ties links and stirrups connected to thebars shall be neatly drawn so that the bars are properly braced. The inside of theircurved parts shall be in actual contact with the bars around which they are neededto fix and their position shall be exactly as shown in the drawings or directed by theEngineer-in-charge.

7.16.8 Wire for tying reinforcement shall be of soft annealed steel of approved quality.Metal bars supports and spacers should not be placed in concrete in intimateproximity with each other nor be joined by a conductor especially in the continuedpresence of moisture, unless it is known that no galvanic action will result.

7.16.9 Reinforcement may be fixed in position by means of another rods or supporting andhanger rods as approved by the Engineer-in-charge. In difficult locations, tackwelding of bars at isolated spots may be permitted to keep these bars in position.

7.16.10 Bar splices as indicated in the drawings will be used, unless modifications thereinare approved by the Engineer-in-charge. Splices in points of maximum stress shall,however, be avoided. Splices in adjacent bars should be staggered as directed bythe Engineer-in-charge. Lap length of bars shall be as specified in the relevant I.S.Code. This length may be changed by the Engineer-in-charge in special locations.

7.16.11 Sufficient concrete coverage as indicated in the drawings, should be provided toprotect reinforcement from corrosion. All protruding bars from concrete or masonryto which other bars are to be attached and which will be exposed to action of theweather for an indefinite period should be protected from rusting by a thin coat ofneat cement grout. Accurate record shall be kept at all the times of the number,size lengths and weights, of bars placed in position for different parts of the work.

7.16.12 PAYMENT: -

i) Before starting concreting, the contractor shall make certain that the measurementof the reinforcements placed in has been recorded and that the Engineer-in-chargehas certified to the correctness of reinforcement used. Failure to do so might meanno payment or payment (full or partial or Nil) at the discretion of the Engineer-in-charge for the reinforcement concerned.

ii) Unit weights to be used in determining weight of steel computed shall be as perstandard weight of the bar / section given in I.S Codes.

6.23.13 WELDING OF REINFORCEMENT BARS: -

i) Wherever the Engineer-in-charge shall so direct or wherever the contractorproposes to adopt welding for joints in reinforcement in place of lapping, thecontractor shall prepare at least three samples of butt welds as directed byEngineer-in-charge. These specimens shall be got tested in a recognizedlaboratory by the Engineer-in-charge. If the results are satisfactory the Engineer-in-charge may allow welding in place of lap joints. The decision of the Engineer-in-charge in this regard will be final and binding on the contractor. The joints shall bebutt-welded by electric arc method. The ends of the bars shall be cleaned of allloose scale, rust, grease or other foreign materials and all welding of reinforcementbars used in reinforced concrete construction or as directed by the engineer-in-charge.

ii) Weld will be considered unsatisfactory if it fails to sustain tensile stress of at least90% of the tensile strength of the bar in which the weld has been made. Thecontractor shall make all necessary arrangements at his cost for carrying out thetests as directed by the Engineer-in-charge.

iii) Anchors in rocks, wherever indicated on the drawings or directed by the Engineer-in-charge, holes shall be drilled into rock to receive anchors for anchoring to therock, concrete or masonry structures or parts, thereof. The type of dimensions of the

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 140T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

anchor bars, locations, diameter and depths of anchor bar hole shall be as shown inthe drawings or as directed. The diameter of each anchor bar hole shall be 38mm(1-1/2”) i.e. a hole drilled by an ordinary jackhammer used for excavation etc. Therate quoted in the Schedule of Rates shall be for this diameter of the holes. Inspecial locations, it may be necessary to provide holes of larger diameter and therate of drilling will be worked out in accordance with relevant specifications fordrilling. Anchors to be thoroughly cleaned before being placed in the drill holes.Wherever practicable anchors shall be installed before the concrete is placed exceptwhen otherwise provided for or permitted. Drilling for the installation of anchors inthe concrete shall not be carried out except with prior approval of the Engineer-in-charge. Where the installation of anchors prior to placing the concrete is practicablesatisfactorily formed openings shall be provided or holes drilled for the purpose andthe anchors grouted in the openings.

6.23.14 The cost of fixing anchors in concrete either at the time of concreting or later onshall be included in the rate of concrete accepted for the items concerned. The costof drilling holes in concrete where directed by the Engineer-in-charge shall, howeverbe paid at the same rate as quoted for corresponding items of drilling holes in rock.

--------END OF TECHNICAL BID--------

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 141T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

FINANCIAL BID(SECOND ENVELOPE)

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 142T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

I N D E XPart Description Page No.

Part- viii Financial BID (Second Envelop) 143-156

Tender Schedule 143-155

SCHEDULE-A (USSR ITEMS)- (Earthwork items) 143-144

SCHEDULE -B(USSR ITEMS)- Earthwork in cutting items) 144-145

SCHEDULE -C (USSR ITEMS)-

(Earthwork in cutting in rock items)

145

SCHEDULE-D (USSR ITEMS)- BRIDGE & TUNNEL WORK 146-151

Schedule(E) NS ITEMS 152-155

OFFER SHEET 156

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 143T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Tender Schedule Part-VIII

Name of work: Construction of tunnel and ancillary works including Earthwork in formation and minorbridges from Km 57.00 to 61.00 between Jhalawar – Aklera in state of Rajasthan as part ofRamganj mandi – Bhopal New BG Rail line project.

Sr.No.

ItemNo.

Description Unit Quantity Rate Amount

SCHEDULE-A (Earthwork items)1 011040 Extra for manual compaction of

earthwork, where permitted, withrammers

Cum 10000 5.71 57100.00

2 013120 Earthwork in filling in embankment,guide bunds, around buried typeabutments, bridge gaps, trolleyrefuges, rain bunds if provided,platforms etc. with earth excavatedfrom outside railway boundary entirelyarranged by the contractor at his owncost as per RDSO's latest guidelinesand specifications and specialcondition of contract including allleads, royalty, lifts, ascents, descents,crossing of nallahs or any otherobstructions. The rates shall include alldressing of bank to final profile,demarcation and setting out of profile,site clearance, removing of shrubs,roots of vegetations growth, heavygrass, benching of existing slope of oldbank, all handling/re-handling. taxes,octroi and royalty etc. as a completejob. Cut trees shall be property ofrailways and to be deposited in therailway godown unless specifiedotherwise in the Special conditions ofcontract

Cum 70000.00 185.40 12978000.00

3 013130 Extra for mechanical compaction ofearth/blanketing material filled inembankment with contractor’s rollersof suitable capacity, type and size toachieve specified density as perspecification, testing as per IS codesincl. cost of water, T&P consumablematerial and all labour as a completejob. The work is to be executed as perLatest edition of "Guidelines forEarthwork in Railway Projects" issuedby RDSO, Lucknow

cum 70000.00 11.43 800100.00

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 144T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

4 014030 Felling trees of girth (measured at aheight of 1m above ground level)including lead and stacking of materialwithin 100m. Note : 1. When stumpsare grubbed up in addition, the ratesshall be doubled for trees cut andgrubbed. 2. Payment for grubbingshall only be made where speciallyordered. 3. Grubbing shall be orderedonly where it is essential to remove thestumps, including the roots, as perspecification. 4. Grubbing shall includeremoval of roots of trees and saplingsto a depth of 60 cm below ground levelor 30 cm below formation level or 15cm below sub grade level, whicheveris lower

(i) 014031 Girth over 30 cm and upto 60 cm each 50.00 93.50 4675.00(ii) 014032 Girth over 60 cm and upto 1.5m each 40.00 253.80 10152.00(III) 014033 Girth over 1.5m upto 3 m each 30.00 503.70 15111.00(iv) 014034 Girth over 3 m each 20.00 843.90 16878.00

TOTAL = 13882016.00DEDUCT % (-) 39.33% BELOWUSSOR 2011 =

5459796.89

TOTAL SCHEDULE 'A' = 8422219.11SCHEDULE-B(Earthwork in cutting items)

1 013110 Earthwork in cutting (Classified) information, trolley refuges, side drains,level crossing approaches, platforms,catch water drains, diversion of nallah& finishing to required dimension andslopes to obtain a neat appearance tostandard profile inclusive of all labour,machine and materials and removing& leading all cut spoils either to makespoil dumps beyond 10m. from cuttingedge or for filling in embankment withall leads within the section limit, lifts,ascent, descent, loading, unloading, alltaxes/royalty, clearance of site and allincidental charges, bailing & pumpingout water if required, etc., complete asper directions of the Engineer-in-Charge. The work is to be executed asper Latest / updated edition of"Guidelines for Earthwork in RailwayProjects" issued by RDSO, Lucknow.Cut trees shall be property of Railwaysand to be deposited in the railwaygodown unless specified otherwise inthe Special conditions of contract

(I) 013111 In all conditions and classifications ofsoil except rock

cum 20000.00 126.04 2520800.00

(ii) 013112 Soft rock not requiring blasting in allConditions

cum 30000.00 191.45 5743500.00

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 145T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(III) 013115 In any other type of soil not coveredabove where classification is notpossible

cum 5000.00 126.04 630200.00

TOTAL 8894500.00DEDUCT % (-) 51.70%BELOW USSOR-2011

4598456.50

TOTAL SCHEDULE 'B' = 4296043.50SCHEDULE-C(Earthwork in cutting in rock items)

1 013110 Earthwork in cutting (Classified) information, trolley refuges, side drains,level crossing approaches, platforms,catch water drains, diversion of nallah& finishing to required dimension andslopes to obtain a neat appearance tostandard profile inclusive of all labour,machine and materials and removing& leading all cut spoils either to makespoil dumps beyond 10m. from cuttingedge or for filling in embankment withall leads within the section limit, lifts,ascent, descent, loading, unloading, alltaxes/royalty, clearance of site and allincidental charges, bailing & pumpingout water if required, etc., complete asper directions of the Engineer-in-Charge. The work is to be executed asper Latest / updated edition of"Guidelines for Earthwork in RailwayProjects" issued by RDSO, Lucknow.Cut trees shall be property of Railwaysand to be deposited in the railwaygodown unless specified otherwise inthe Special conditions of contract

(i) 013113 In hard rock requiring blasting withexplosives and blasting/drillingequipment Including all incidental workin all conditions. Rate includes cost ofall explosive material

cum 60000.00 316.39 18983400.00

(ii) 013114 In rock and very hard rock withhammer / chisel / pavement breakeretc. where blasting is not permitteddue to special circumstances and ifspecifically ordered in writing incl.drilling and all incidental work in allconditions

cum 5000.00 391.24 1956200.00

TOTAL 20939600.00DEDUCT % (-)5.75% BELOWUSSOR-2011

1204027.00

TOTAL SCHEDULE 'C' = 19735573.00

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 146T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

SCHEDULE-D(USSR ITEMS)- BRIDGE & TUNNELWORK

1 031020 Providing and laying cement concrete,up to plinth in retaining walls, walls(any thickness) including attachedplasters, columns, pillars, posts, struts,buttresses, string or lacing courses,parapets, coping, bed blocks, anchorblocks, plain window sills, fillets etc,excluding the cost of cement and ofshuttering, centering.

(i) 031023 1:2:4 (1 cement : 2 sand : 4 gradedstone aggregate 20mm nominal size)

cum 165.00 1643.29 271142.85

2 031050 Providing and laying in positioncement concrete of M 20 grade,excluding the cost of cement and ofcentering and shuttering, as perdirection of the Engineer in charge :

(I) 031051 All works upto Plinth level cum 2560.00 1590.16 4070809.60(II) 031052 All works above plinth level in

retaining walls, walls (of any thickness)including attached pilasters, columns,pillars, posts, struts, buttresses,anchor blocks, parapets, copings, bedblocks, string or lacing courses,window sills, fillets, kerbs, steps etc.

cum 4340.00 1721.48 7471223.20

3 031060 Centering and shuttering includingstrutting, propping etc. and removal ofform work for :

(I) 031061 Foundations, footings, bases ofcolumns

Sqm 2800.00 111.95 313460.00

(ii) 031062 Retaining walls ,return walls ,walls Sqm 15100.00 179.30 2707430.004 033060 Supply and using cement at worksite :(I) 033061 OPC 43 grade Tonne 2307.00 5888.00 13583616.00

(III) 033063 PPC Tonne 1450.00 5198.00 7537100.005 041010 Providing and laying in position M 20

Grade concrete for reinforced concretestructural elements but excluding costof centering, shuttering, reinforcementand Admixtures in recommendedproportion (as per IS:9103) toaccelerate, retard setting of concrete,improve workability without impairingstrength and durability as per directionof Engineer in charge

(I) 041012 All work in buildings above plinth levelupto floor two level.

cum 400.00 1961.06 784424.00

(II) 041016 In arches, arch ribs, domes, vaults,shells, folded plates and roofs havingslopes above 150

cum 370.00 1716.16 634979.20

6 042010 Centering and shuttering includingstrutting, propping etc. and removal ofform for :

(I) 042012 Walls (any thickness) includingattached plasters, buttresses, plinthand string courses etc.

sqm 804.00 179.30 144157.20

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 147T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

(II) 042018 Arches, domes, vaults upto 6m span sqm 800.00 586.20 468960.007 042040 Supplying and applying shuttering oil

for mould releasing, having (Flashpoint 54 degree C and specific gravity0.88±0.02) for concrete formwork to beapplied either by brush or with spraymachine to the entire satisfaction ofEngineer Incharge

Sqm 22674.00 6.55 148514.70

8 045010 Supplying Reinforcement for R.C.C.work including straightening, cutting,bending, placing in position andbinding all complete.

(i) 045016 Thermo-Mechanically Treated bars Kg 810000.00 47.58 38539800.009 043010 Providing, hoisting and fixing in

position upto floor two level M20Grade precast RCC work includingsetting in cement mortar 1:3 (1 cement: 3 coarse sand) and finishing smoothwith 6mm thick cement plaster 1:3 (1cement : 3 fine sand) on exposedsurfaces complete including cost ofcentering, shuttering, finishing,Admixtures in recommendedproportion (as per IS:9103) toaccelerate, retard setting of concrete,improve workability without impairingstrength and durability, excluding costof cement and steel reinforcement, asper approved plan & direction ofEngineer incharge.

(i) 043015 In slabs for drain covers, manholecovers, flue tops etc.

cum 500.00 2377.67 1188835.00

10 047040 Providing and fixing in position 12mmthick bitumen impregnated fibre boardconforming to IS: 1838 including costof primer, sealing compound inexpansion joints.

per cmdepth/1

00mlength

200.00 625.67 125134.00

11 081010 Structural steel work in single sectionincluding cutting, bending,straightening, drilling, rivetting, bolting,hoisting, fixing in position, includingapplying a priming coat of approvedsteel primer, complete - upto 6mheight above GL

(I) 081011 In RSJ, tees, angles and channels Kg 15000.00 50.84 762600.00(II) 081012 In flats, plates, round or square bars Kg 10000.00 50.64 506400.0012 081030 Structural steel work welded in built up

sections, trusses and framed work,girders, stagings, racks, etc includingcutting, bending, straightening,hoisting, fixing in position, includingapplying a priming coat of approvedsteel primer, complete - upto 6mheight above GL

(I) 081031 In RSJ, tees, angles and channels KG 155000.00 75.93 11769150.00(II) 081032 In flats, plates , round or square bars KG 30000.00 73.26 2197800.00

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 148T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

13 121030 Painting Steel work with Deluxe MultiSurface Paint to give an even shade.Two or more coats applied @ 0.90ltr/10sqm over an under coat of primerapplied @ 0.80ltr/ 10sqm of approvedbrand or manufacture

Sqm 300.00 50.67 15201.00

14 123110 Painting and lettering gradient posts,km posts, curve plates, boundarypillars/marks etc two coats (both sides)along the railway tracks

each 40.00 97.10 3884.00

15 192010 Earth work in excavation forfoundations and floors of the bridges,retaining walls etc., including settingout, dressing of sides, ramming ofbottom, getting out the excavatedmaterial, back filling in layers withapproved material and consolidation ofthe layers by ramming and wateringetc. incl. all lift, disposal of surplus soilupto a lead of 300 M, all types ofshoring and strutting with all labourand material complete as per drawingand technical specification as directedby Engineer in charge

(I) 192011 All kinds of soils cum 700.00 215.38 150766.00(II) 192012 Ordinary rock cum 700.00 216.55 151585.00(III) 192013 Hard rock ( requiring blasting) cum 199.00 296.11 58925.89(IV) 192014 Hard rock ( blasting prohibited ) cum 100 365.38 36538.0016 192030 Providing and laying Plain Cement

Concrete 1:3:6 with graded stoneaggregate of 40 mm nominal size, infoundation and floors, retaining wallsof bridges including mechanicalmixing, vibrating, pumping and bailingout water where ever required with allmaterials and labour complete butexcluding the cost of cement andshuttering as per drawings andtechnical specifications as directed byEngineer

cum 45.00 1218.00 54810.00

17 192040 Providing and laying in positionmachine mixed, machine vibrated andmachine batched Design Mix CementConcrete M35 grade (Cast - in Situ)using 20 mm graded crushed stoneaggregate and coarse sand ofapproved quality in RCC raftfoundation & Pile cap includingfinishing, Using Admixtures inrecommended proportions ( as per IS9103), if approved in Mix design toaccelerate or retard setting of concreteand/or improve workability withoutimpairing strength and durabilitycomplete as per specifications anddirection of the Engineer in charge.Payment for cement, reinforcement

cum 300.00 1476.63 442989.00

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 149T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

and shuttering shall be paid extra11 192060 Providing and laying in position

machine mixed, machine vibrated andmachine batched Design Mix CementConcrete M35 grade (Cast - in Situ)using 20 mm graded crushed stoneaggregate and coarse sand ofapproved quality for the followingReinforced cement concrete structuralelements up to height of 10 M fromfoundation top level, includingfinishing, Using Admixtures inrecommended proportions ( as per IS9103), if approved in Mix design toaccelerate or retard setting of concreteand/or improve workability withoutimpairing strength and durabilitycomplete as per specifications anddirection of the Engineer in charge.Payment for cement, reinforcementand shuttering shall be paid extra

(II) 192062 Wing wall and Return wall cum 570.00 1624.29 925845.3018 194010 Providing and laying in position

machine mixed, machine vibrated andmachine batched Design Mix CementConcrete M35 grade (Cast - in Situ) InBottom/top slab, side walls, toe walland sumps haunch filling head walls orany other component using 20 mmgraded crushed stone aggregate andcoarse sand of approved quality ofcast-in-situ RCC box of size upto 5 M(bigger inside dimension) includingfinishing, Admixtures in recommendedproportions (as per IS 9103), ifapproved in Mix design, to accelerate,retard setting of concrete, improveworkability without impairing strengthand durability, complete as perdrawings and technical specificationsas directed by Engineer in charge.Payment for cement, reinforcementand shuttering shall be paid extra

cum 580.00 1476.63 856445.40

19 194020 Providing and laying in positionmachine mixed, machine vibrated andmachine batched Design Mix MassCement Concrete M20 grade (Cast - inSitu) using 20 mm graded crushedstone aggregate and coarse sand ofapproved quality in Drop and curtainwall and alike structures below bedlevel, Including the cost of centring,shuttering and finishing complete asper drawings and technicalspecifications as directed by Engineer.Payment for cement & reinforcementshall be paid extra

cum 165.00 1476.63 243643.95

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 150T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

20 195020 Providing and applying two coats ofcoal tar or bitumen confirming to IS3117 - 1965 on the top and sides ofRCC box/slabs @ 1.70 Kgs / Sqmafter cleaning the surface with alllabour and materials complete job asdirected by the Engineer

Sqm 800.00 104.18 83344.00

21 195030 Centring and shuttering includingstrutting, propping etc. and removal ofform for :

(I) 195031 RCC raft foundation & Pile cap Sqm 200.00 111.50 22300.00(II) 195032 Abutment, pier, wing walls and return

wallsSqm 1720.00 179.30 308396.00

(iii) 195038 In Bottom/top slab, side walls, toe walland sumps haunch filling head walls orany other component

Sqm 1250.00 179.30 224125.00

22 221050 Providing and laying Pitching withstone boulders weighing not less than35 kg each with the voids filled withspalls on slopes laid over preparedfilter media including boulder apronlaid dry in front of toe of embankmentcomplete as per drawing andTechnical specifications (Filter mediato be paid separately under therelevant item)

cum 300.00 806.98 242094.00

23 221070 Providing and laying Filter material AsPer RDSO Specifications underneathpitching in slopes complete as perdrawing and Technical specification

cum 150.00 1072.68 160902.00

24 222010 Providing and laying Flooring withrubble stone , laid over 15 cm thick CC1:2:4 and the voids filled with CC 1:2:4complete with the joints pointed with1:2 Cement sand mortar as perdrawing and Technical specifications.Payment for cement to be doneseparately. Voids in the rubble stone tobe taken as 35% of the gross volumeof the stone layer. (Base concrete tobe paid extra)

cum 300.00 1181.11 354333.00

25 222030 Supply and laying of quarry dustincluding consolidation, supply of allmaterials, labour, lead, lift, tools,plants, crossing of tracks as perdrawing and technical specification asdirected by the Engineer incharge incase loose slush is encountered at siteof foundation before casting thefoundation or before laying the filteringmedia

cum 60.00 538.48 32308.80

26 222180 Providing and laying of filter mediaconsisting of granular materials ofGW, GP, SW groups as per IS 1498-1970 in required profile behind boulderfilling of abutments, wing walls / returnwalls etc above bed level with alllabour and material complete job as

cum 1000.00 865.72 865720.00

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 151T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

per drawing and technical specificationof RDSO Guidelines

27 222230 Painting the HFL and danger levelmarks, year of HFL on bridgeabutments and piers with ready mixedpaint as per standard in two coats overone coat of primer with all materials,labour, tools, scaffolding, all lead andlift etc including writing complete

EachMark

4.00 95.69 382.76

28 222240 Providing cast in situ bridge numberplaques as per Railway drawing incement concrete 1:2:4 mix using20mm hard stone aggregateembedded in 30mm notch in Bridgeparapet coping duly engraving theletter and figures and an arrowindicating the direction of flow andfinishing the top exposed surface withcement mortar 1:3, painting lettersand figures with two coats of blackenamel paint on two coats of whiteback ground with all labour, tools,cement, paint etc.with all lead and lifts

Each 8.00 405.36 3242.88

29 222250 Providing cast in situ plaques forbridge foundations details of size45x45x5 cm in cement concrete 1:2:4mix using 20mm hard stoneaggregateembedded in 30mm deep notch overabutment & piers, engraving the letters& figures with CM 1:3 and finishedsmoth including painting letters andfigures with 2 coats of black enameland plaque with white enamel with alllabour, tools, cement, paint, curing,etc. as a complete job

Each 4.00 545.03 2180.12

30 242150 Providing and fixing 15x15x90cmboundary stone of hard stone with30cm chisel dressed on all four sidesand on top (cost of excavation, refillingand concrete etc to be paid forseparately)

each 200.00 97.84 19568.00

31 Any other USSOR items (other thanch-1)

1000000.00

TOTAL = 99485065.85ADD% (+) 42.44%ABOVE USSOR-2011 =

42221461.95

TOTAL SCHEDULE 'D' = 141706527.80

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 152T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

Schedule(E) NS ITEMS1 NS-1 Provision of sub-ballast blanket over

finished formation as per RDSO'sspecification and procedure bysupplying material naturally availableor by blending/mixing in suitableproportion, if required and spreading inlayer not exceeding 300mm in loosestate on top of embankment /cuttingincluding mixing breaking clodswatering/drying to achieve optimummoisture content and compacting thesame in each layer to achieve 98% ofMDD as per heavy compaction test ormodified proctor compaction test usingcontractor's own suitable roller to makethe embankment to correct designprofile with all contractor's labours,tools, and plants, machinery, fuel,taxes, royalty (if any) etc. complete torailway's final profile and dressing etc.as per direction of Engineer in charge.

CUM 20000.00 280.00 5600000.00

2 NS-2 Rough stone filling behind abutments,wing walls etc. with all lead & lift.

cum 610.00 300.00 183000.00

3 NS-3 Soling of stone 200mm thick. Sqm 280 205 57400.004 NS-4 Rolling and compacting top surface of

uncompacted banks in formation wirhcontractor's labour, material and powerdriven roller, crew, fuel, water etc.,including making up of deficiencies toattain uniform consolidated top levelsurface.

Sqm 100000 3 300000.00

5 NS-5 Underground excavation for tunnel,including temporary provision at theportal for the start of tunnel excavationlike canopy structure (false portal) etc.trolley refuge niches, maintenanceniches, MVS niches and the likeincluding drilling, blasting or othermeans of excavation, includingwidening of top heading footing,breaking of shotcrete lining intemporary invert, provision of surfacedrainage, construction ventilation,lighting arrangement duringconstruction, temporary backfilling fortraffic in tunnel, profiling/ re-profiling oftunnel as per approved cross sections,removal and disposal of excavatedmaterials including temporary back fillto dumping site with all lift and leadsupto 2 kms from portals/ shaft head asper approved drawings &specifications or as directed byEngineer.

cum 19000 1955 37145000.00

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 153T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

6 NS-6 Shotcreting (with or without steelfibers) with designed mix cementconcrete M 25 as per specification &drawings or as directed by Engineer incharge including all materials exceptcement (i.e. excluding cement andsteel fibers), labour, equipments, alllead & lift etc. required for completejob.

Cum 627 9200 5768400.00

7 NS-7 Suppying & Providing wire mesh asand where necessary of 100mm x100mm mesh size, 3.15mm wire diaeach ways of hard drawn steel wirefabric conforming to IS: 1566-1957,placing in proper position ofshotcreting area with contractor’s ownlabour and materials, tools, plants andmachinery with all lead, lift, descentetc. and any other incidental workrequired for complete the job as perdrawing and specifications and asdirected by the Engineer at site.

SQM 8360 270 2257200.00

8 NS-8 Drilling & washing 50mm diameterpressure relief holes in tunnels upto6m deep as in approved drawing or asdirected by Engineer –in-charge andplacing perforated heavy duty PVCpipes in these drilled holes. The rateincludes supply of PVC pipes andfixing in proper position withContractor’s own labour and materials,tools, plants and machinery with alllead, lift, descent etc. and any otherincidental work required for completethe job as per drawing andspecifications and as directed by theEngineer at site.

RM 4300 550 2365000.00

9 NS-9 Drilling horizontally/near horizontallyprobe holes for assessing the strataahead of tunnel face with contractor’sown materials, labour, tools, plantsand machinery and such othermeasures as necessary with all leads,lifts, ascents and descents etc.complete in all respects as per drawingand specifications and direction of theEngineer at site.

(A) Drilling NX size holes by diamond bit RM 200 3200 640000.00(B) Drilling 75mm dia holes by pneumatic

drilling.RM 200 600 120000.00

10 NS-10 Supply, drilling, installation andgrouting of SN type rock bolts of dia25mm of the specified length Fy>= 200KN (slope, tunnel support & face bolts)as per approved drawings &specification or as directed byEngineer. The rate shall include costsof all materials , labour, equipment,

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 154T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

etc. required for the complete job.(i) Length 3 m EACH 150 1715.00 257250.00(ii) Length 4 m EACH 1000 2220.00 2220000.00(iii) Length 6 m EACH 2500 3315.00 8287500.00(iv) Length 9 m EACH 100 5065.00 506500.00

11 NS-11 Geological mapping of the proposedalignment for a corridor width of 200 m(100 m on either side) in scale 1:5000of critical area and submission ofgeological in relevant areas (1:5000H& 1:500V) and cross section acrossthe valley/nullah/streams and acrossother important geological featuresincluding survey work required (bytotal Station and DGPS) for geologicalmapping and geophysical survey). Thesurvey work also includesestablishment of control points,reference points & bench marks (withcoordinates) on ground by constructingRCC pillars for verification of thedesign alignment on map in field.

per km 0.36 356880.00

128476.80

Note: The geologist(s) engaged by theagency for the work shall have aminimum experience of 5 years.

12 NS-12 Preparation of working design anddrawing for Tunnel includingtopography survey at 5m contourinterval and modifying the design anddrawings during construction phasewhich shall include the following butnot limited to :

per km 0.36 1264040

455054.40

a) Tunnel and its drainage & allied civilworks.b)Compatibility of Design for Railway

Electrification in future.

c) Tunnel ventilation system

d) Fire detection and suppressionsystem for

the tunnel

e) Tunnel illumination

f) Communication system foremergencies and

maintenance.

g) Evacuation scheme in case ofemergenciesh) Surveillance system

i) Environmental Impact Assessment

j) Methodology, Number of fronts,Aditsk) Disposal of muck accrued fromtunnel

excavation

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 155T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

l) List of equipments to be deployed by

Tunneling contractor

m) Compatibility for provision ofSignaling and telecom arrangementsNote: 1. The rate also includeexpenditure for site visit including man,machineries, vehicles, Hotel chargeetc. complete.2. Above item includes anyNo. of modifications & submission ofmodified drawings for the tunnelscovered in the scope of work as persite conditions or as decided byEngineer in charge.3. The Railway will finallyapproved the designs and thesubmission of working drawings will beensured on reproducible tracing filmsalong with 5 (five) Ferro print copies,including detailed design calculation inthe form of Standard booklet. Designto be finally approved by Railway. Therate for the item also include the feesof proof consultants and as perRailway specifications etc. as acomplete job.4 Structural design & drawing shall begot proof checked from IIT/NIT/CEERI-New Delhi/ SERC Chhenai

TOTAL 66290781.20G TOTAL 240451144.60

Special Notes-(i) Payment schedule for design items will be as under(a) On submission of proof checked design/drawing=60%(b) On approval of Railway=remaining 40%(ii) As per specification , deduction of earthwork qty for shrinkage will be done as from payment(a) In case of mechanical compaction 5% of measured earthwork qty.(b) In case of manual compaction 10% of measured earthwork qty(iii) Items of CC and RCC can be operated for grade other than specified in description of related items

by paying extra for cement consumption(iv) Various tunnel concrete items will be paid under relevant USSR items.(v) For this tender price variation shall be paid as per the component given for “Tunneling contracts”.(vi) For RCC box M-35,payment for box size more than 5m will be done in item no 194010(vii) All usable excavated material to be led and used in bank in filling. No extra payment for lead, lift, and

spreading will be given.(viii) The contractor shall have to adhere to the milestones give at page No. 85-86 of part-v of tender

document .

DOWNLOADED FROM WEBSITE (CORRIGENDUM DOCUMENT-2) 156T.No.Dy/CE/C/Kota/RMA-BPL/15-16/04

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

OFFER SHEET

Name of work: Construction of tunnel and ancillary works including Earthwork in formation andminor bridges from Km 57.00 to 61.00 between Jhalawar – Aklera in state of Rajasthan as part ofRamganj mandi – Bhopal New BG Rail line project

I/We agree to carry out the work with common & single percentage Above/Below/At Par the estimated ratesby Railways as under:

Schedule

Sr.No. Description Rly's Estimated

Amount

Tenderer/s percentageabove/below/at par (in

figures & words)1 2 3 4

Total estimated value (Rs) ` 24,04,51,144.60

Rates offered should be written in words as well as in figures. In case of discrepancies between therate quoted in figures and words, the rate quoted in words will prevail.Notes for guidance: The tenderer/tenderers shall quote his/their rates in the offer sheet. The offeredrates may be above/below/at par the Rly's estimated amount in column-3. The rates offered should bewritten in words as well as in figures. In case of discrepancies between the rate quoted in figures andwords, the rate quoted in words will prevail.

1. It is certified that I/We have inspected the site of work & acquainted myself/ourselves with localconditions.

2. I/We have carefully gone through the Specifications, Special Conditions etc. attached with the tenderdocuments.

3. I/We undertake to keep this offer valid for period indicated in 'tender form' from the date of opening oftender and further not to revoke the same before the expiry of such period.

“THE TENDERERS ARE INSTRUCTED TO QUOTE ONLY SINGLE PERCENTAGERATE (ABOVE OR BELOW) RAILWAY’S ESTIMATED RATE ON COMPLETE TENDERVALUE. IF SINGLE PERCENTAGE ABOVE/BELOW RAILWAY’S ESTIMATED TENDERVALUE AS A WHOLE ARE NOT QUOTED OR VARIOUS RATES AGAINST VARIOUSITEMS/SCHEDULES. IS QUOTED THEN THE TENDER SHALL BE SUMMARILYREJECTED”

END OF TENDER DOCUMENT.