foot over bridge - scr.indianrailways.gov.in brs 16.pdfbsnl/landline: mobile ......

89
/- in person & ₹ 10,500 /- by post. 12 6 ISSUED TO / DOWNLOADED BY: M.R/DD No. Date: M/s. / Shri……………………………………… ………………...…………...………….……..… …..…………………...………………………… Not Transferable. DRM/Works/SC NOTE TO THE TENDERER: The Earnest Money should be in Cash or Banker's Cheques/Demand Drafts issued by Nationalized or Scheduled Banks only will be accepted. EMD: 5,51,710/- Last date for issue of tender forms in person Upto 17.30 Hours on 24-03-2016 The EMD & Cost of tender form should be drawn in favor of Sr.Divisional Finance Manager, Secunderabad Division, South Central Railway, Secunderabad. Date and time of submission of the tender Upto 14.30 Hours on 29-03-2016 Date and time of opening of the tender At 15.00 Hours on 29-03-2016 Tender No: 32/Brs/SC/16/OT Approximate Tender Value: 8,03,41,222/- Last date for issue of tender forms by post 14-03-2016 Open Tender Notice No. DRM/Works/SC/25 - 36/2016/OT ,Dt:12-02-2016 ====================================================================== SOUTH CENTRAL RAILWAY WORKS CONTRACT REGULATIONS OF TENDERS AND CONTRACTS CONDITIONS OF TENDER TENDER AGREEMENT FORM TENDERERS TO FURNISH THEIR POSTAL ADDRESS WITH TELEPHONE/MOBILE No. Phone No: TOP SHEET SECUNDERABAD DIVISION Name of work: Secunderabad station: Replacement of central Foot over bridge on condition basis. Similar Nature of work: Any work of steel fabrication or fabrication and erection of FOB or PF shelter or Industrial shed or steel/ composite girder bridge or Microwave /HT Tower or channel sleepers. Cost of tender Form: ₹ 10,000 Completion Period: Months. Maintenance Period Months. Tender No.32/Brs/SC/16/OT 1 of 89 Signature of Tenderer/Contractor DEN/BR/SC

Upload: vunga

Post on 25-Apr-2018

222 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

/- in person &₹ 10,500 /- by post.126

ISSUED TO / DOWNLOADED BY: M.R/DD No.Date:

M/s. / Shri………………………………………………………...…………...………….……..……..…………………...………………………… Not Transferable.

DRM/Works/SC

NOTE TO THE TENDERER: The Earnest Money should be in Cash or Banker's Cheques/DemandDrafts issued by Nationalized or Scheduled Banks only will be accepted.

EMD: 5,51,710/- Last date for issue oftender forms in person

Upto 17.30 Hourson 24-03-2016

The EMD & Cost of tender form should bedrawn in favor of Sr.Divisional FinanceManager, Secunderabad Division, SouthCentral Railway, Secunderabad.

Date and time ofsubmission of thetender

Upto 14.30 Hourson 29-03-2016

Date and time ofopening of the tender

At 15.00 Hourson 29-03-2016

Tender No: 32/Brs/SC/16/OT

Approximate Tender Value: 8,03,41,222/- Last date for issue of

tender forms by post 14-03-2016

Open Tender Notice No. DRM/Works/SC/25 - 36/2016/OT ,Dt:12-02-2016

======================================================================

SOUTH CENTRAL RAILWAYWORKS CONTRACT

REGULATIONS OF TENDERS AND CONTRACTS CONDITIONS OF TENDERTENDER AGREEMENT FORM

TENDERERS TO FURNISH THEIR POSTAL ADDRESS WITHTELEPHONE/MOBILE No.

Phone No:

TOP SHEET

SECUNDERABAD DIVISION

Name of work: Secunderabad station: Replacement of central Foot over bridge on conditionbasis.

Similar Nature of work:Any work of steel fabrication or fabrication and erection of FOB or PFshelter or Industrial shed or steel/ composite girder bridge or Microwave/HT Tower or channel sleepers.

Cost of tender Form: ₹ 10,000

Completion Period: Months.Maintenance Period Months.

Tender No.32/Brs/SC/16/OT

1 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 2: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

SOUTH CENTRAL RAILWAY

INDEX

SL. No

Contents Page No.

1 Check list of documents to be submitted along with tenders. 03

2 Particulars of work 04

3 Certification of familiarization 05

4 NEFT form 06

5 Sale of tender forms & submission of tenders 07-08

6 Tender form , Eligibility Criteria and connected Annexures 09-19

7 Agreement of works 20

8 Regulations for tenders and contracts for guidance of contractors (for civil engineering works) 21-27

9 Special Conditions 28-39

10 Safety precautions 40-43

11 Annexures 44-50

12 Special conditions (Technical) 51-66

13 Schedules

Tender No.32/Brs/SC/16/OT

2 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

67-84

Page 3: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

CHECK LIST OF DOUCEMENTS TO BE SUBMITTED ALONG WITH TENDERS.

(Tenderers are requested to give certificates and or put () mark where ever applicable)

1 Tenderer details:

1.1 Name of the tenderer

1.2

Identification of tenderer: i. In case of Partnership Firm: A copy of partnership deed with latest modifications of the deed, if any, attested by any Gazetted Officer. ii. In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original. iii. In case of company: A copy of articles of association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of Registration/Income tax/PAN No. for filing returns attested by any Gazetted Officer.

2 Particulars to DD/MR Submitted towards cost of tender form

3 Particulars of BC/DD/MR submitted towards EMD 4 Engineering Organization in Annexure “A” 5 List of plants and machinery in Annexure “B”

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

7 List of works on hand with tenders in Annexure “D” 8 Attested copy of Experience Certificate in Annexure ‘E’

9 Attested copy of certificate showing contractual amount received during the last three financial years and current financial year Annexure ‘F’.

10 NEFT Mandate form 11 Registration number of APGST/ APVAT

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

13 Total number of annexure submitted (Number of pages)

NOTE: The items indicated at Nos. 2 & 3 are mandatory for all tenders, irrespective of value. Items indicate at No. 8 & 9 are mandatory for all tenders whose advertised tender value is more than Rs.50 Lakhs. The offers without the mandatory documents will be summarily rejected.

Address:

Phone No:

Tender No.32/Brs/SC/16/OT

3 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 4: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

     

 

PARTICULARS OF WORK 1.0 Name Of Work:-Secunderabad. Replacement of central foot over bridge on condition basis SITE: - Secunderabad station. GENERAL FEATURES: 2.1 Replacement of central foot over bridge from PF 1 to PF 6/7. The tender consists of eight schedules namely Schedule – A, B, C, D, E, F, G & H

1. Schedule 'A' USSR -2010 General Items 2. Schedule 'B' USSR-2010 Concrete Items 3. Schedule 'C' USSR -2010 Cement 4. Schedule 'D' USSR - 2010 Reinforcement steel, GI Pipes and fittings 5. Schedule 'E' USSR -2010 Structural steel with 24% ad-hoc 6. Schedule 'F' USSR-2010 Structural steel without ad-hoc 7. Schedule G NS Item tensile canopy 8. Schedule H NS Item Cutting of existing rails

Scope of work:- 1) Construction of FOB connecting PF1 to 2 (i.e to new FOB available adjacent to old central FOB), allowing public on to this new FOB and extension of FOB from PF1 to circulating area on PF1 side 2) Dismantling of existing old central FOB from PF1 to PF 6/7 3) Construction of new FOB in place of old central FOB from PF1 to PF 6/7 4) Extension of central FOB from PF 10 to new station building 5) Extension of KZJ end FOB to station building on PF10 side.

Tender No.32/Brs/SC/16/OT

4 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 5: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

CERTIFICATION OF FAMILIARISATION

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

i) Topography of the area.

ii) Soil conditions at the site of work.

iii) Rates for construction materials.

iv) Availability of local labour, both skilled and unskilled and the prevailing labour rates.

v) Availability of water and electricity.

vi) The existing roads and access to the site of work.

vii) Any other matter that may have bearing on work.

Tender No.32/Brs/SC/16/OT

5 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 6: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

NEFT FORM

To, The Sr.DFM/SC, SOUTH CENTRAL RAILWAY, SECUNDERABAD. Sir,

We prefer to the National Electronic Fund Transfer (NEFT) being followed by South Central Railway, SC Division, for remittance of our payments using RBI’s NEFT scheme. In confirmation to this, I/We agree to receive our payments being made through the above scheme to our under noted Account. Sl.No. Details to provide by Tenderer Details to be filled up by the Tenderer

1 Name of Tenderer

2

Full postal Address with PIN Code

3 Email Address of Tenderer 4 PAN number of Tenderer 5 Bank’s Name & Branch

6 Full Address of Bank

7 Name of City 8 Bank Code No.

9 Bank Telephone/Fax No. & Email

10 Bank’s IFSC Code for NEFT 11 Bank’s IFSC Code for RTGS 12 Bank’s MICR Code

13 Tenderer Bank Account Number

14 Type of Bank Account

15 Tenderer Name as per Bank Account

16

Telephone Nos. of Tenderer BSNL/Landline: Mobile/Cell Phone: Fax Number:

(Tenderer should note that the above particulars are necessarily to be provided for return of EMD, SD & Other payments due to the tenderer during execution and on completion of work). Certified that the above indicated particulars are true.

Tender No.32/Brs/SC/16/OT

6 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 7: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

1.0 SALE OF TENDER FORMS & SUBMISSION OF TENDERS: 1.1 Tender forms in the prescribed form may be obtained from the office of the Divisional Railway

Manager, Works, S.C. Railway, Secunderabad, on production of cash receipt for each tender form at the rates mentioned on the cover page and in the Tender Notice.

1.2 The amount towards the cost of tender form may be remitted to the Divisional Cashier (Pay) S.C.Railway, Secunderabad / Vijayawada / Guntur / Hyderabad / Guntakal or Nanded, or to Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway and the original receipt obtained thereof should be submitted to this office with a requisition for issue of tender form. This office will not entertain direct payment.

1.3 Money Orders, Postal Orders, etc, will not be considered for issue of tender forms. The tender forms are not transferable and the cost of the tender form is not refundable. 1.4 The Tender forms are available for sale in the office of Divisional Railway Manager (Works),

Secunderabad Division, S.C.Railway, Secunderabad and also in S.C.Railway Web site. 1.5 The Railway reserves the right to cancel the tender without assigning any reason thereto.

1.6 Tender conditions, Tender schedules, and other particulars are available in the Tender documents

on our website at “www.scr.indianrailways.gov.in”, as an attachment to the Tender Notice and the same can be down loaded and used as tender document for submitting the offer. However, the cost of tender document as indicated on the top sheet and in the Tender Notice has to be deposited by the Tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, Secunderabad Division, S.C.Railway or original money receipt obtained from Divisional Cashier (Pay) S.C.Railway, Secunderabad/ Vijayawada/ Guntur/ Hyderabad/Guntakal or Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway along with the Tender document. This should be paid separately and not clubbed with the Earnest Money deposit. If tenderers down load tender documents from Website and do not enclose proper value towards the cost of tender form, their tender shall be considered as invalid.

1.7 Tenderers are free to down load the tender document from the website at their own risk and

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

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

1.9 The prospective tenderers are advised to visit website “www.scr.indianrailways.gov.in” one

week prior to the date of tender opening to note any changes/corrigenda for any tender.

Tender No.32/Brs/SC/16/OT

7 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 8: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

1.10 Tenderers are not allowed to do any modifications/changes in the tender document. It is

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

1.11 VENUE:Tender documents,duly completed in all respects shall be dropped in the secunderabad Division Engineering (OL) Tender Box kept for the purpose at Old DSC/HYB Divn. Office, Near Old CAO/Construction/SC’s office, Secunderabad, South Central Railway (or) may be sent by post to Divisional Railway Manager (Works), IInd floor, Sanchalan Bhavan, Secunderabad Division, South Central Railway, Secunderabad (A.P). So as to reach before the stipulated time, Railway is not responsible for any delay in transit (or) loss of Tender form sent / received by Post.Tender Number, Description of the work, etc., should be written on the sealed cover addressed to the Divisional Railway Manager (Works), S.C.Railway,Secunderabad, while submitting the Tender document.

1.12 The tenders will be opened on the date and time mentioned in the tender document and in

presence of tenderers / their authorized representatives. Any tender received after the stipulated time will be summarily rejected. 1.13 Tenderers representatives are advised to bring authorization letter from the tenderer/firms for

attending tender opening and when witnessing tender opening should write their full name, contact number, agency/contractor they are representing and their address in the tender opening register.

1.14 If the date of opening happens to be a holiday, the tenders will be opened on the next working day at the same time and venue.

Visit our site at “www.scr.indianrailways.gov.in”

Tender No.32/Brs/SC/16/OT

8 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 9: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

2.0 TENDER FORM

To

The President of India Acting through the Principal Chief Engineer, Divisional Railway Manager, Senior Divisional Engineer/Divisional Engineer South Central Railway I/We-------------------------------------------------------------------- have read the various conditions to tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my / our Earnest Money”. I/ We offer to do the work for South Central Railway, at the rates quoted in the attached schedule and hereby bind myself /ourselves to complete the work in all respects within the time period stipulated in the enclosed Schedule from the date of issue of letter of acceptance of the tender. I/We also hereby agree to abide by the Works hand book part I and II (Regulations for Tenders and Contracts) corrected upto printed / advance correction slip No_____________________ dated________ and to carry out the work according to the special conditions of contract and specifications of materials and works as laid down by Railway in the annexed Special Conditions / Specifications and the South Central Railway Works Hand Book Part III corrected upto printed/advance correction slip No___________ dated_________ sanitary works Hand Book corrected upto printed/advance correction slip No______________dated ____________schedule of Rates Part II corrected upto Printed/advance correction slip No_____________dated __________ for the present contract.

A sum of rupees as notified in the Tender Notice and on the cover page of this Tender booklet is herewith forwarded as earnest money deposit. The full value of earnest money shall stand forfeited without prejudice to any other rights or remedies in case I / We withdrawn our offer within the validity period of offer and also in case my/our Tender is accepted and if :-

a) I/ we do not execute the contract documents within (15) Fifteen days after receipt of notice issued by the Railway that such documents are ready, and

b) I /We do not commence the work within (15) fifteen days after receipt of orders to that effect.

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

SIGNATURE OF WITNESSES 1. 2. Date:

Address of the Tenderer (s):

Tender No.32/Brs/SC/16/OT

9 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 10: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

3.0 ELIGIBILITY CRITERIA: (For the works whose advertised Tender value is costing above Rs.50 lakhs.)

For Tenders of value more than Rs.10 Crore, JV Firm is eligible for the Tender subject to fulfillment of Technical and Financial Eligibility as per Clause 65 to GCC.

3.1 Similar nature of work

physically completed during the last three Financial Years* and in the current Financial Year **.

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

3.2 Total contract amount received during the last three Financial Years* and in the current Financial Year **.

Eligibility in terms of Turnover: The total contract amount received during the last three Financial years and in the current Financial Year up to the date of Tender opening should be a minimum of 150% of Advertised Tender value.

a) Tenderer(s) should submit to this effect certificates in original or an attested certificate from the Govt./Semi Govt./Public sector undertakings for the work done for them. or

b) Audited balance sheet along with P&L A/C duly certified by the Chartered Accountant as detailed in Tender document.

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

3.3 CLARIFICATION ON “SIMILAR NATURE OF WORK” AND DETAILS TO BE FURNISHED ALONG WITH THE TENDER DOCUMENTS: 3.3.1 Similar Nature work: As mentioned on the top sheet of tender document.

3.3.2 Similar Nature of works physically completed within the qualifying period i.e. the last 3 Financial years and the current financial year shall only be considered in evaluating the Minimum Eligibility criteria (even though the work might have commenced before the qualifying period).

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

Tender No.32/Brs/SC/16/OT

10 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 11: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

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

3.3.2.3 The work experience certificate shall be in the name and style of the tenderer participating or as per provisions under Clause 65.16 of GCC for JV Firm, if eligible to participate. However, in case the tenderer is submitting the certificate issued to a JV firm of which the tenderer is a member, the credentials proportionate to his share in the JV will be considered. The tenderer shall submit a copy of relevant JV Agreement attested by any Gazetted Officer along with the Tender.

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

3.3.2.5 In case the Certificates / Documents produced are proved to be false and /or fabricated, the entire Earnest Money (EMD) will be forfeited.

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

3.3.3 VALUE OF SIMILAR WORK TO BE CONSIDERED:-

3.3.3.1 The total value of similar nature of works completed during the qualifying period, and not the payments received within qualifying period alone, shall be considered. 3.3.3.2 In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including Statutory Deduction will be considered. 3.3.3.3 If final measurements have been recorded and work has been completed with negative

variation, then also the paid amount including Statutory Deduction will be considered. 3.3.3.4 However, if final measurements have been recorded and work has been completed with

positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility.

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

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

3.4 CLARIFICATION ON “ELIGIBILITY ON ANNUAL CONTRACTUAL TURNOVER

AND DETAILS TO BE FURNISHED ALONG WITH THE TENDER DOCUMENTS”:-

3.4.1 The total contract amount received in the last three financial years and the current financial year up to the date of tender submission shall be at least 150% of the Tender value.

Tender No.32/Brs/SC/16/OT

11 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 12: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

3.4.2 For the completed Financial years, the Tenderer can submit either Audited Balance sheets showing clearly the contractual / work receipts in the Profit & Loss account of the Balance sheet, duly supported by a Turnover certificate from the Chartered Accountant as per

Annexure-F. Or

Certificate(s) in original issued by Executive or Nominated Authority of the Department certifying the bill amounts paid Agreement-wise and Date-wise or photo copy of such certificate attested by a Gazetted Officer, such certificates will be accepted only from Govt/Govt.bodies/PSUs by authorities mentioned at para 3.3 above.

3.4.3 For the incomplete Financial year i.e., the Current year and for any Un-Audited completed Financial year, only certificate on contractual / work receipts in original issued by Executives of the Govt/Govt.bodies/PSUs from whom the payments were received or photo copy of such certificate attested by a Gazetted Officer, giving details of receipts Agreement wise and Date- wise will be accepted as proof of contractual Turnover for the current year and that completed but un-audited Financial year. Certificates issued by Private companies/Individuals will not be entertained.

3.5 The tenderers shall submit the following documents, as the case may be, for identification of the tenderer:- i. In case of Partnership Firm: A copy of partnership deed with latest modifications of the deed, if any, attested by any Gazetted Officer. ii. In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original. iii. In case of company: A copy of articles of association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of Registration/Income tax/PAN No. for filing returns attested by any Gazetted Officer.

3.5.1 Without the above, tender will be treated as having been submitted by individual signing the tender document in personal capacity only and thus credentials for firm/company/sole proprietary concern (which they would otherwise have been representing) shall not be considered even if such firm/company/sole proprietary concern is working contractor or is contractor borne on approved list or had in past or in other tenders submitted such documents.

3.6 ADDITIONAL DOCUMENTS TO BE SUBMITTED ALONG WITH THE TENDER:-

3.6.1 List of personnel organization available on hand and proposed to be engaged for the subject work. These two lists should be given separately and signed by Tenderer and are to be submitted in the Proforma given in the Annexure-‘A’.

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

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

Tender No.32/Brs/SC/16/OT

12 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 13: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

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

3.7 A check list of documents to be submitted at the time of tender submission is given at Page -3 of this document for easy guidance and compliance from prospective Tenderers. 3.8 DELAYED/POST TENDER SUBMISSION OF DOCUMENTS/INFORMATION OF MANDATORY NATURE LINKED TO ELIGIBILITY CRITERIA CALLED FOR AT TENDER STAGE:- 3.8.1 The offer of Tenderer(s) who do not enclose Experience Certificate and Turnover

certificate with requisite details and supporting documents as detailed under para 3.3 & 3.4 above along with their Tender to establish their credentials shall be summarily rejected, even though they are working contractors or contractors on approved list.

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

(ii) Any Certificate/Documents offered after the tender opening shall not be given any credit and shall not be considered. (iii) Tenderer(s) shall note that conditional/alternate offer will not be considered and will summarily be rejected, even though such condition makes them as the lowest tenderer. (iv) Railway reserves the right to verify the authenticity of the documents/information furnished.

3.9 If any certificates or details enclosed by tenderers are found to be fake/bogus/tampered, such

of those agencies shall not be awarded any work in S.C. Railway for a period of 5 years from the date of opening of tender. Joint ventures or partnership firms or any other nature of firms in which such agencies are a party shall also not be awarded any work for this period of 5(five) years.

Tender No.32/Brs/SC/16/OT

13 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 14: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE –‘A’ PROFORMA

1. ENGINEERING ORGANISATION AVAILABLE ON HAND :

Sl. No

Name and Designation of the employee

Qualification Previous

Experience

Working

From To

1  2  3  4  5 

A           

B           

C           

D           

Z           

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

Sl. No

Name and Designation of the employee

Qualification Previous Experience

Remarks

1  2  3  4  5 

A         

B         

C         

D         

Z         

3. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS

WORK FROM OUT SIDE. (A suitably worded consent letter from such a person should be obtained and enclosed)

SL. No

Name and Designation of the employer

Qualification Previous Experience

REMARKS

1  2  3  4  5 

A         

B         

C         

D         

Z         

Tender No.32/Brs/SC/16/OT

14 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 15: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE – B PROFORMA

1. PLANT & MACHINERY AVAILABLE ON HAND

Sl. No

Particulars of machinery,

plant & equipment

No of units

Kind and

make Capacity

Age and condition

Approx cost (Rs. in lakhs)

Purchase bill No & Date and

registration particulars

1 2 3 4 5 6 7 8 A B C D

Z 2. PLANTS & MACHINERY PROPOSED TO BE INDICATED FROM ABOVE

Sl. No

Particulars of machinery,

plant & equipment

No of units

Kind and

make Capacity

Age and condition

Approx cost

(Rs. in lakhs)

Purchase bill No & Date and registration particulars

1 2 3 4 5 6 7 8 A B C D Z

3. PLANTS & MACHINERY PROPOSED TO BE INDICATED FROM OUT SIDE.

Sl. No

Particulars of machinery , plant & equipment

No of units

Kind and make

CapacityAge and condition

Approx cost (Rs. in lakhs)

If to be purchased give likely date of receipt and supplier’s name.

1 2 3 4 5 6 7 8 A B C D Z

Tender No.32/Brs/SC/16/OT

15 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 16: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE ‘C’

LIST OF COMPLETED WORKS BY THE TENDERER

Sl. No Name of work Agt. No.

and Date

Designation and address of Agt.

signing authority

Agt. value

in Lakhs

Completed value of

work (in lakhs)

Date of completion Remarks

Railway works

A

B

C

D

E

Z

State Govt. works

A

B

C

D

E

Z

Public sector under taking works

A

B

C

D

E

Z

Tender No.32/Brs/SC/16/OT

16 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 17: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE –‘D’

PROFORMA LIST OF WORKS ON HAND WITH THE TENDERER

Sl. No Name of work Agt. No.

and Date

Designation and address of Agt.

signing authority

Agt value

in Lakhs

Bill amount

paid so far in lakhs

Due date of completion

No of extensions

taken

01. 02. 03 04 05 06 07 08 Railway works

A

B

C

D

E

Z

State Govt. works

A

B

C

D

E

Z

Public sector under taking works

A

B

C

D

E

Z

Tender No.32/Brs/SC/16/OT

17 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 18: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE ‘E’ EXPERIENCE CERTIFICATE

Sl. No

Work Details Details

1 Name of Work

2 Agreement Number, date and Name of the agency

3 Agreement value in Rupees (in words and figures)

4 Due date of completion

5 Number of extensions granted

6 Actual date of completion of work

7 Value of final bill passed (in words)

8 Work completed but final measurement not recorded

(a) Amount paid so far in CC bill No

9

Work completed but final measurements recorded with negative variation.

(a) Amount so far paid as in CC bill No.

10

Work completed, if final measurements recorded with positive variation which is not sanctioned yet

(a) Original agreement value or last sanctioned agreement value whichever is lower

NOTE : This certificate in this proforma is to be issued only for physically Completed work. This certificate to be issued by an officer not below the rank of JA Grade or bill passing officer in Railways and Bill passing Officer/Executive In-charge of work in other government department/Govt. bodies /Public sector under taking. The certificate should bear the signature and seal of the issuing officer, name of the department etc.

Signature Name of the officer Designation Address: Office Seal. Phone/Fax No.: Date:

Tender No.32/Brs/SC/16/OT

18 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 19: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE ‘F’

CERTIFICATE FROM CHARTERED ACCOUNTANT IN THEIR LETTER HEAD

TO WHOM SO EVER CONCERNED We , are the Auditors for the Firm , since last (many) years, On the strength of the above association, we are issuing this Certificate to the Firm on the Annual Contractual Turnover during the last three Audited Financial Years as per Audited Balance Sheets. It is further certified that advances or loans taken by the firm in connection with execution of works is not reflected in the contractual receipts from Works Contracts indicated below.

Sl Financial year

Receipts reflected in Audited Balance Sheets in P&L

account (Rs.)

Contractual Receipts from

Works Contracts (Rs.)

Remarks (if any)

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

Signature : Name of CA : Address : Office Seal : Phone No. : e-mail : Date :

Tender No.32/Brs/SC/16/OT

19 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 20: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

4.0 AGREEMENT OF WORKS

4.1. Contract agreement No____________ dt.___________ articles of agreement made this ________day of _______ between The President of India acting through the ____________ South Central Railway Administration [herein after called the Railway which expression shall unless the context does not so admit include his successors and assignees in office of the one part and _____________________ [herein after called the contractor which expression shall unless excluded by the context includes his heirs, executors, administrators, successors and assignees] of the other part.

4.2. Where as the contractor has agreed with the Railways for the work ____________________ set forth in the schedule hereto annexed up on the General Conditions of contract and the specifications of the South Central Railway and the Special Conditions and Special Specifications, if any, and in conformity with the drawings here to annexed, if any, and whereas the performance of the said work is an act in which the public are interested.

4.3 Whereas the balance in the security deposit after adjustment of earnest money of Rs._____________ originally paid by the contractor is recovered at 10 percent of the gross bill value of the running bills till the amount of security deposit of Rs.______________ is fully recovered.

{{

4.4 Whereas the contractor has furnished an irrevocable Bank Guarantee for Rs.____________(5% of Contract value) towards Performance Guarantee valid upto _____________ (physical completion of the work plus 60 days)

4.5 Now this indenture witness that in consideration of the payments to be made by the Railway the contractor will duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings and said conditions of contract on or before the _____________ date of ________ year and will be maintain the said works for a period of _________calendar months from the certified date of the completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same has been fully set forth herein), and the Railway both hereby agree that if the contractor shall duly perform the said work in the manner aforesaid and observe and keep said terms and conditions. The Railway will pay or cause to be paid to the contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates set forth in the USSR-2010 as corrected by and up to correction slip No _______, enhanced/diminished/at par _____________ percent of Schedule or (items covered by USSR) and the rates shown in the schedule _____________ for items not covered by USSR.

4.6 It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract which have been carefully read and understood by the contractor and schedule of rates, including the general instructions contained in page _______ thereof shall be as binding up on the contractor and up on the Railway Administration as if the same has been repeated herein and shall be read as part of these presents.

Signature of the contractor SignatureName of the Contractor DesignationAddress For and on behalf of the President of IndiaSignature of witness with address to South Central RailwayDate:

TO BE SIGNED AT THE TIME OF EXECUTION OF AGREEMENT ONLY

Tender No.32/Brs/SC/16/OT

20 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 21: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

5.0 REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OF CONTRACTORS (FOR CIVIL ENGINEERING WORKS)

MEANING OF TERMS:

DEFINITIONS:

5.1.1 In these regulations for tenders and contracts the following terms shall have the meaning assigned except where the context otherwise requires.

5.1.2 Railway shall mean the President of the Republic of India or the Administrative officer of South Central Railway or the successor Railway authorized to invite tenders and enter into contracts for works on his behalf.

5.1.3 General Manger shall mean the officer in Administrative charge of the whole of South Central Railway and shall mean and include the General Manger of the successor Railway.

5.1.4 “Principal Chief Engineer” shall mean the officer in charge of the Engineering department, South Central Railway.

5.1.5 “Divisional Railway Manager” shall mean the administrative officer in charge of the division of South Central Railway for the time being.

5.1.6 “Divisional/Sr. Divisional Engineer” shall mean the officer in charge of the division or district of South Central Railway.

5.1.7 Tenderer shall mean the person/ the firm or the company who tenders for the works with a view to secure the work on contract with the Railway and shall include their personal representatives, successors and permitted assignees.

5.1.8 Limited tenders shall mean tender invited from all or some contractors from the approved list of contractors with the Railway.

5.1.9 Open tenders shall mean tenders invited in open and public manner and with adequate notice. 5.1.10 The work shall mean the works contemplated in the drawings and schedules set forth in the

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

5.1.11 Specification shall mean the IR unified Standard specification (Works and Materials)-2010 volume -I & II and all other specifications issued under the authority of the Principal Chief Engineer or as amplified, added to or superseded by special specifications, if any, appended to the tender forms.

5.1.12 Schedule of rates, South Central Railway shall mean IR unified Standard Schedule of Rates (works & materials) -2010 Engineering Department - issued under the authority of the Principal Chief Engineer from time to time. This shall be further referred as USSR 2010 .

5.1.13 Drawings shall mean the drawings, plans and tracing or prints thereof annexed to the tender forms and also all the other drawings issued from time to time during the course of execution of work.

5.2 SINGULAR AND PLURAL: Words imparting the singular number shall also include the plural and vice versa where the context requires.

5.3 INTERPRETATIONS: These regulations for tenders and contracts shall be read in conjunction with the General Conditions of the Contract which are referred to herein and shall be subject to modifications, additions, supercessions by special conditions of contract and/ or special specifications, if any, annexed to the tender forms.

Tender No.32/Brs/SC/16/OT

21 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 22: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

5.4 NEW TENDERERS: Tenderer who have not carried out any work so far on this Railway should furnish credentials/ particulars regarding:

their position as an independent contractor, their capacity to undertake and carry out works satisfactorily as vouched for by a

responsible official or firm, their previous experience on works similar to that to be contracted for, in proof of

which original certificates or testimonials may be called for and their genuineness verified, if need be, by reference to the signatories thereof.

their knowledge, of the resources of the area or areas in which he offers to work. their ability to supervise the work personally or by competent and duly authorized

agents. their financial position.

5.5 OMISSIONS/DISCREPANCIES: Should a tenderer find discrepancies in, or omissions from the drawing or any of the

discrepancies tender forms or should he be in doubt to their meanings he should at once notify the authority inviting who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

5.6 EARNEST MONEY:

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

5.6.2 The sum mentioned above constitutes the earnest money. If his tender is accepted this earnest money will be retained as part of security for due and faithful fulfillment of the contract in

terms of clause 16 of the General Conditions of the Contract. The earnest money deposit of the other tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession nor be liable to pay interest thereon.

5.6.3 Refer para 6.6 under conditions of tender for further information on EMD.

5.7 CARE IN SUBMISSION OF TENDER:

5.7.1 Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works, are taken into account and that the percentage/rates he enters in the tender forms is/are adequate and all inclusive to accord with the provisions in Clause 37 of the General conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

Tender No.32/Brs/SC/16/OT

22 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 23: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

5.7.2 When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. The Railways will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

5.8 RIGHT OF RAILWAY TO DEAL WITH TENDERS: The Railway reserves the right of not to invite tenders for any work or works, to invite open or limited tenders, and when tenders are to deal with Tenders called, to accept a tender in whole or in part or reject any tenders or all tenders without assigning reasons for any such action.

5.9 EXECUTION OF CONTRACT DOCUMENTS: The tenderer whose tender is accepted shall be required to appear at the office of the General Manager, Principal Chief Engineer, Senior Divisional Engineer or Divisional Engineer, as the case may be in person, or if a firm or corporation through a duly authorized representative shall so appear and to execute the contract documents within 15 (Fifteen) days after notice issued by Railway that such documents are ready. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as herein-before provided the Railway may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover the performance guarantee as per clause No.7 of Special Conditions of contract.

5.10 FORM OF CONTRACT DOCUMENT:

Every contract shall be completed in respect of the documents it shall so constitute. Not less than six (6) copies of the contract documents shall be signed by the competent authority and the contractor and one copy given to the contractor. The contract documents required to be executed by the tenderer, whose tender is accepted shall be as per the agreement at 4.0 (Agreement of works).

5.11 FORM OF QUOTATION:

The tender shall be submitted in the prescribed form annexed hereto.

6.0 CONDITIONS OF TENDER 6.1 The drawings for the Works can be seen in the office of the Divisional Railway Manager

(Works), Secunderabad Division, South Central Railway, Secunderabad at any time during office Hours.

6.2 General Conditions of Contract and Indian Railways Unified Standard Specifications (Works & Materials) can be seen at the Office of Divisional Railway Manager (works), Secunderabad Division, South Central Railway, Secunderabad or had on payment at the rates fixed for each book from time to time.

6.3 The Tenderer/Tenderers shall quote percentage rates for items covered by Schedules (items covered by USSR-2010 and items not covered by USSR-2010). The quantities shown in the attached Schedules are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy, the Railway does not guarantee work under each item of the Schedule.

Tender No.32/Brs/SC/16/OT

23 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 24: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

6.3.1 The Tenderer shall quote rates as percentage “Above/Below/At Par” for each schedule in the respective Tender Schedule(s) only. Tenderer should sign below the rate quoted by him for each schedule of Tender document.

6.3.2 The rate quoted anywhere, other than the respective Tender schedule shall not be considered. Any corrections to the rate once quoted by the tenderer should be in INK and must be attested by tenderer. However, if any tenderer wants to give discount offer prior to closing of tender box and after submission of his tender offer, then the same is to be given in a separate sealed envelope duly signed and stamped on letter head, prior to closing of tender i.e., sealing of the tender box. Tender number, description of work etc., should be written on the sealed cover. 6.3.3 Where there is a discrepancy between the rates quoted in figures and in words, the rate quoted in words will be considered for evaluation of the tenderer offer. 6.3.4 Rates quoted without signature of tenderer will be considered as “Not Quoted” and / or if no rate is quoted for any schedule, then the offer will be treated as incomplete offer and will not be considered for award of work. 6.3.5 Rates quoted without prefix “Above/At par/Below” will be considered to be quoted as “Above” the tender schedule rates. 6.3.6 No correspondence / representation from tenderer will be considered for their failure to quote the rates as above. 6.3.7 Tenderers shall note that conditional /alternate offer will not be considered and will summarily be rejected, even though such condition makes them as the lowest tenderer.

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

6.5 The works are required to be completed within a period as advertised in the tender from the date of issue of the acceptance of tender.

6.6 EARNEST MONEY DEPOSIT: The tender must be accompanied by a sum as advertised in the tender as earnest money deposited in cash or in any of the forms mentioned below failing which the tender will not be considered and will be summarily rejected.

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

Sl. No Value of work EMD a For works with advertised Tender

Value costing upto Rs.1 Crore2 % of the advertised Tender Value

b For works with advertised Tender Value to cost more than Rs.1 Crore

Rs.2 lakhs plus 1/2 % (half percent) of the excess of advertised Tender value of work beyond Rs.1 Crore subject to a maximum of Rs.1 Crore.

The Earnest Money should be in any of the following forms:- “The Earnest Money should be in cash or Banker’s Cheques / Demand Drafts executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.”

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

Tender No.32/Brs/SC/16/OT

24 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 25: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

6.6.2 The Tenderers should furnish the Postal address, E.Mail address, FAX No. and Phone No. of the Bank issuing the Banker’s Cheques / Demand Draft towards EMD.

6.6.3 Any other form of EMD including deposit receipts Guarantee Bonds etc., other than Cash/BC/DD is not acceptable.

6.6.4 If the tender is accepted, the amount of earnest deposit will be held as security deposit for the due and faithful fulfillment of the contract. The earnest money of the unsuccessful tenderer will save as herein before provided, be returned to the unsuccessful tenderers but the Railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon. 6.6.5 The Standing Earnest Money Deposit, if any with the Railway will not be considered for the

purpose of this Tender. 6.6.6 The earnest money for the due performance of the stipulation to keep the offer open till the

date specified in the tender will be refunded to the unsuccessful tenderer/ tenderers within a reasonable time. The earnest money deposited by the successful tenderer/tenderers will be retained towards the security deposit for the due and faithful fulfillment of the contract but shall be forfeited if the contractor fails/contractors fail to execute the Agreement Bond or start the work within 15 (fifteen days) (to be determined by the Engineer in-charge) after notification of the acceptance of his/their tender.

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

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

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

6.10 Tenders must be enclosed in sealed covers, super scribed “The Tender number” and must be sent by Registered Post to the address of Divisional Railway Manager (Works), IInd Floor, Sanchalan Bhavan, Secunderabad Division, South Central Railway, Secunderabad so as to reach his office not later than 14.30 hours on the prescribed date of opening or deposited in the Special Box allotted to Secunderabad Division Engineering (OL) for the purpose at Tender Hall, near old CAO ( C ) Office, Secunderabad. This will be sealed at 14.30 hours on the prescribed date of opening.

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

6.12 The authority for acceptance of the tender does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tenderer / tenderers.

6.13 The Successful Tenderer/Tenderers shall be required to execute an agreement with the President of India acting through the Principal Chief Engineer/Chief Engineer/ Engineer-in-chief/Deputy Chief Engineer (Constructions), Divisional Railway Manager/ Divisional Engineer/ Senior Divisional Engineer (Construction)of the Railway for carrying out the work according to the General Conditions of the Contract and Indian Railways Unified specifications ( works & materials) including correction slips issued from time to time.

Tender No.32/Brs/SC/16/OT

25 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 26: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

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

6.15 The Administration does not agree to pay Sales Tax in addition to the price quoted.

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

“I/we, _______________________do declare that in the event of failure of the contemplated negotiations relating to Tender No. ______opened on ____________my/our original tender shall remain open for acceptance on its original terms and conditions.

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

6.17 Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not, in the Engineering Department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or a retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such engineer or Gazetted officer from the said service and in cases where such engineer or officer has not retired from Government Service at least two years prior to the date of the submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership Firm or an incorporated company, to become a partner or director as the case may be or to make employment under the contractor has been obtained by the tenderer or the engineer or the officer as the case may be from the President of India or any Officer duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender/s without information above referred to or a statement to the effect that no such retired engineer or retired Gazetted officer is so associated with the tenderer, as the case may be, shall be rejected.

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

6.19. CONSORTIUM AGREEMENTS, JOINT VENTURE AND MOUs SHALL NOT BE CONSIDERED.

Tender No.32/Brs/SC/16/OT

26 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 27: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

6.20. PARTNERSHIP FIRM:-

6.20.1 Partnership deed is eligible if entered into and registered prior to issue of Tender Notice. Tenderer should enclose/submit all certificates in support their eligibility in the same name and style as the tenderer and their credentials shall be considered fully to the extent of work executed by the partnership firm. Experience of individual partners will not be considered.

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

6.20.3 If the Tenderer is a partnership firm, all the partners shall be jointly and severely liable for successful completion of the work and no request for change in the constitution of the Firm shall be entertained. 6.20.4 During the currency of the contract, no partner of the firm shall be permitted to withdrawn from the partnership business and in such an event it shall be treated as breach of trust and abandonment of contract. 6.20.5 In the case of Partnership firms, an attested copy (attested either by Notary or by Gazetted

officer) of the partnership deed with latest modification of the deed should be submitted along with the Tender documents without fail.

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

6.21 SUBLETTING OF CONTRACT:

6.21.1 Subletting of work or part of the work in any manner is not permitted without specific permission in writing of Railway. Any breach of this condition shall make the contractor liable for terminating the contract and forfeiting Security deposit and encashing the performance guarantee.

6.21.2 Clause 7 of Standard General Conditions of Contract (Part-II) clearly specify that the Contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein in any manner whatsoever without the special permission in writing of the Railway. Any breach of this condition shall entitle the Railway to rescind the contract under Clause 62 of GCC and also render the contractor liable for payment to the Railway in respect of any loss or damage arising or ensuing from such cancellation.

Tender No.32/Brs/SC/16/OT

27 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 28: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

SPECIAL CONDITIONS OF CONTRACT

Note: The following special conditions supplement to the conditions of tenders already submitted by the tenderer. General conditions of the contract read along with correction slips and amendments, IRU Standard Schedule of Rates, (South Central Railway) 2010 and notes appearing under the relevant chapters and sub-chapters should be considered as part of the tender papers. Where the provisions of Special Conditions are at variance with the General Conditions of the Contract and other documents mentioned above, these Special Conditions shall prevail. 1.0 MODIFICATION TO CLAUSE 63 & 64 OF GENERAL CONDITIONS OF CONTRACT

1.1. The Provision of Clause 63 and 64 of the General Conditions of Contract will be applicable only for settlement of claims /disputes, for values less than or equal to 20% of the original value (excluding the cost of materials supplied free by Railway) of the contract or 20% of the actual value of the work done (excluding the value of the work rejected) under the contract whichever is less. When claims/disputes are of value more than 20% of the value of the original contract or 20% of the value of the actual work done under the contract, whichever is less, the contractor will not be entitled to seek such disputes/claims for reference to arbitration and the provisions of Clause No; 63 &64 of the General Conditions of Contract will not be applicable for referring the disputes to be settled through arbitration. 1.2 The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of General

Conditions of Contract. But the Contractor should seek reference to arbitration to settle the disputes only once, subject to the conditions as per para above.

1.3 These Special conditions shall prevail over the existing Clause 63 & 64 of General Conditions of contract.

2.0 The rates include all lead and if the materials obtained by rail all freight charges including loading charges will be charged.

3.0 Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be used or supplied by the contractor will be payable by the contractor. The Railway will neither pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him by way of these taxes or duties.

4.0 RECOVERIES FROM CONTRACTOR BILLS:-

4.1 SEIGNIORAGE CHARGES RECOVERABLE FROM BILLS:-

4.1.1 Seigniorage charges / fee for supply of earth, moorum, sand and other minerals as fixed by the State Govt. and payable to them as revised from time to time during the currency of the contract will be recovered by Railway from the contractors, in “on account” and “final bill” and remitted to the State Govt. The rates quoted by the tenderer shall be inclusive of these charges. Claims regarding revision of seigniorage charges and consequent enhancement of the accepted rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the bills of the contractor, if the contractor produces documentary evidence e.g. “Transit pass” issued by the state Govt. officials in token of having paid seigniorage fee. In such cases, the genuiness of such documentary evidence produced along with proof of payment of seigniorage charges, shall be got verified by the Railway from the concerned mining and Geology Dept.’(CTE/SC Lr No.W/44/B.Vol.VI dt 03-11-08).

Tender No.32/Brs/SC/16/OT

28 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 29: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

4.1.2 A register shall be maintained by Sr.DEN/DEN concerned in which the entries should be made regarding the documentary evidence i.e. Sl. No. of “transit passes” issued by the concerned authority showing proof of payment of seignorage charges, for each bill. Relevant entries shall also be made on receipt of verified document from Mines & Geology department of the State Government against the particular bill and “transit passes”. The verified “transit passes” shall be scored out with cross mark with an endorsement “Accounted against CC/Final bill No: dt: for Agt. No: “. These passes shall be kept on record for subsequent verification till closure of the contract. The register should be page numbered and one page allotted to one contract. The reference where the verified, “Transit pass” is filed shall also be made on the register. 4.2 WATER:

4.2.1 A recovery of one percent will be made by the Railway for the supply by the Railway of piped water from existing pipe lines and calculated on the amount of all items of work (USSR/NS items) appearing in the bills payable to the contractor in respect of which work such water has been issued to the Contractor and such charges should be deducted from sums due or payable by the Railway to the Contractor from time to time. (Authority: CGE/SC letter No.W.496/C/2/Vol.IV dt.28-2/1-3-2002).

4.2.2 In the event of water having to be brought by the Railway to the site of the work in traveling tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any demurrage that may be levied shall be payable by the Contractor and deducted from sums due or payable by the Railways to the Contractor from time to time.

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

4.3 DEDUCTION OF INCOME TAX AT SOURCE:

4.3.1 In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961 the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in the case of sub-contractor only when the Railway is responsible for payment of consideration to him under the contract) for carrying out any work (including supply of labour for carrying out any work) under the contract be entitled to deduct income tax at source on Income comprised in the sum of such payments.

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

4.3.3 No Income Tax will be deducted by the Railway on payments made for supply of materials where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles, bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at source from the payment due to non /residents shall continue to be governed by Section 195 of the Income Tax Act 1961.

4.4 Conservancy charges as applicable and as modified from time to time will be recovered from Contractor’s running bills.

4.5 VAT: As per VAT Act of Government of Andhra Pradesh, the Works Contracts are brought under purview of Value added Tax (VAT) with effect from 01.04.2005. The VAT should be deducted at 5% which will be recovered from the Contactor’s bills.

Tender No.32/Brs/SC/16/OT

29 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 30: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

4.6 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.

4.6.1 “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must get themselves registered from the Registering Officer under Section-7 of the Building and other Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of State) Government and submit certificate of registration issued from the Registering Officer of the Andhra Pradesh (name of the State) Government (Labour Department). For enactment of this act, the Tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.”

5.0 The Railway does not guarantee work under each items of the Master Schedule. For example if

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

5.1 If there arises any discrepancy between the USSR-2010 as amended by addendum and

corrigendum slips issued from time to time upto date and the schedule attached to the Tender pertaining to this work, the former shall be treated as authentic and binding in all purposes.

5.2 The Special conditions supplemented to the conditions of Tender and contracts the General

conditions of contract and the notes appearing under the relevant chapter and sub chapters of the USSR-2010 or SSR P.Way 2004 should be considered as part of the contract papers where the provisions of these conditions are at variance with General Conditions of Contract these special conditions will prevail.

6.0 SPECIFICATIONS:

The execution of all works under this Tender/Contract shall conform to the specifications and codes of practice mentioned below as amended from time to time.

Indian Railways Unified Standard Schedule of Rates (works & materials) -2010 Indian Railways Unified standard specifications (works & materials) – 2010 Vol. I & II Indian Railways Standard Concrete Bridge Code (Revised) 1997 read in conjunction

with Indian Standard Specifications mentioned therein. Indian Railway standard Bridge Substructure code-1985(Revised). I.S.456/2000 Code of practice for plain and reinforced concrete. Indian Railway Permanent Way, Bridges and Works Manuals. Indian Railway Standard Schedule of dimensions. The works shall be carried out to the relevant I.S. Codes of practice and other

specifications mentioned in plans. RDSO’s specifications for earth work in formation vide GE-1 issued in July 2003 and

GE-2 issued in Feb 2003. Durability of concrete structures. (BS - 14).

6.1 The Railway reserves the right to reject or alter any part of the work executed by the Contractor which in the judgment of Railway does not comply with the requirements of the above specifications. The decision of the Railway shall be final and conclusive

for all purpose.

Tender No.32/Brs/SC/16/OT

30 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 31: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

6.2 Any other particulars/specifications required in this connection can be perused/obtained in the office of the Divisional Manager Works , 2nd Floor, Sanchalan Bhavan /South Central Railway/Secunderabad. 7.0 PERFORMANCE GUARANTEE (P.G.):

Revised Clause 16 (4) to Indian Railways General Conditions of Contract (Ref: Item -1 to Railway Board’s letter no: 2007/CE.I/CT/18 Pt. XII New Delhi, dt. 31.12.2010).

The Procedure for obtaining Performance Guarantee is outlined below:

7.1. The successful bidder shall have to submit a Performance Guarantee (PG) with in 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work. 7.2 The successful bidder shall submit the performance Guarantee (PG) in any of the following

forms, amounting to 5% of the contract value: (i) A deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan-Bonds at 5% below the market value; (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve Years National Defence Certificates; (ix) Ten Years Defence Deposits; (x) National Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is

less. (xii) FDR in favour Senior Divisional Finance Manager, Secunderabad Division, S.C.Railway, Secunderabad (free from any encumbrance) .

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

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

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

Tender No.32/Brs/SC/16/OT

31 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 32: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

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

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

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

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

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

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

7.8 Proforma for Bank Guarantee towards Performance Guarantee is at Annexure- V. Tenderer is advised that Bank Guarantee towards Performance Guarantee should be submitted in the same Proforma. No change in verbatim is allowed.

8.0 SECURITY DEPOSIT: 8.1 The scale of Security Deposit that is to be recovered from the contractor shall be as follows as

per the extent instructions of the Railway Board vide lr.No.2003/CEI/CT/4/PT-1, dt.12.05.2006, Rly. Bd. Lr.No.2007/CE-I/CT/18 dt.07-03-2008. (i) Security Deposit should be 5% of the contract value. (ii) The rate of recovery will be at the rate of 10% of the gross bill amount till the full Security Deposit is recovered. (iii) Security Deposit will be recovered only from the running bills of the contractor and no other mode of collecting SD such as SD in the form of instruments like Bank Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit. (iv) Conversion of Security Deposit into FDR after recovery of full stipulated SD(FA&CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash deposits in the form of security deposit may be allowed to be converted into FDRs(in favour of respective Accounts Officers and on account of contractor), after full recovery, at the discretion of the Railway, duly collecting necessary charges of conversion by the Railway Administration.

8.2 The security deposit shall be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’. 8.3 After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee

for equivalent amount to be submitted by him. In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be accepted as a mode of obtaining security deposit.

Tender No.32/Brs/SC/16/OT

32 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 33: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

9.0 LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT OR NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at site for Technical Supervision of the work. This Engineer-in-charge will be responsible for safety of the traffic. The work shall be executed by the contractor in a workman like manner to the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site and it is established during the departmental enquiry by the Railway or by Statutory enquiry of CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on the part of the contractor or his labour in not adhering to the instructions of the engineer-in-charge, the contractor shall render himself liable for damages and also legal prosecution if loss of life is involved.

10.0 PRICE VARIATION CLAUSE (PVC) shall be applicable only for contracts of value (Contract Agreement value) Rs.50 Lakh and more, irrespective of the contract Completion period:-

10.1 PRICE ADJUSTMENT TOWARDS INCREASE / DECREASE OF CEMENT, STEEL, LABOUR, MATERIALS AND FUEL:

(Railway Board Letters Nos. 85/W-I/CT/7/Pt.I dt.23-4-1980, 85/W-I/CT/7/Pt.I dt.20-1-1987; 85/W-I/CT/7/Pt.Idt.4-4-1996;Lr.No.2007/CE.1/CT/18dt.28.9.07andLr. No.2007/CE.1/ CT/18 dt.7-3-2008(Labour, Materials And Fuel); 85/W-I/CT/7/Pt.I dt.18/19-4-2006 (cement) and No. 85/W-I/CT/7/Pt.I dt.9-5-2008(steel). The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes, levies, tools etc., except the payment / recovery for over all market situation which shall be made as per price adjustment clause given in paras below: No cognizance will be given for any kind of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustments in payments. The contract shall, however, be governed by the general price variation clause as under:

The adjustment for variation in price of cement, steel, labour, materials and fuel shall be determined in the manner prescribed below:

10.1.1 STEEL ITEMS:

The amount of price variation for steel component in the contract shall be admissible is as under: Ms = O(Bs – Bso)

Where

Ms = Amount of price variation in steel payable / recoverable

O = Weight of steel in tonnes supplied by the contractor as per the on account bill for the month under consideration

Bs = SAIL's (Steel Authority of India Limited) ex-works price plus excise duty thereof (in rupees per tonne) for relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.

Tender No.32/Brs/SC/16/OT

33 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 34: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

Bso = SAIL's ex-works price plus excise duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened. (Refer Note at Para No: 10.1.4)

NOTE: (i) Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL's ex-works price plus Excise Duty thereof are as under:

Sl. No

Category of steel supplied in the Railway work.

Category of steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determined price variation

1) Reinforcement bars and other rounds TMT 8 mm IS 1786 Fe 415/Fe500 2) All types and sizes of angles Angle 65 x 65 x 6mm IS 2062 E250A SK

3) All types and sizes of plates PM plates above 10-20 mm IS 2062 E250A Sk

4) All types and sizes of channels and joists Channels 200 x 75 mm IS 2062 E250A Sk

5) Any other section of steel not covered in the above categories and excluding HTS

Average of price for the 3 categories covered under Sl.No.1,2, 3 above

(ii) The Prevailing ex-works/ ex-plant base price of steel per tonne as available for the above categories of steel to be taken, as available on SAIL’s website “www.sail.co.in’’ for that month. In case there is no notification by SAIL for the month under consideration, the price of steel as notified in the last available month is to be taken.

10.1.2 CEMENT:

For the component of cement in the contract the variation in prices shall be admissible is as under:

Mc = R x (Wc-Wco) / Wco

Where Mc = Amount of price variation for cement payable / recoverable R = Value of cement supplied by Contractor as per on account bill in the quarter under

consideration. Wco= Index No. of wholesale price of sub-group (of cement) as published in RBI bulletin for

the base period. Wc= Index No. of wholesale price of sub-group (of cement) as published in RBI bulletin for

the average price index of the three months of the quarter under consideration. Note: Regarding arriving value of cement portion:- (i) Cement quantity required in concrete related items shall be arrived as per the design

mix supplied by the Contractor as per provisions made in SSR/Railway Specifications or as directed by the Engineer-in-Charge.

(ii) Agreement rate of cement shall be considered for arriving value of cement component for N.S. items.

10.1.3 FOR COMPONENT OF BILL OTHER THAN CEMENT AND STEEL ITEMS.

The revised weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. i.e. the general price variation clause given below will be applicable on value Ro,

Tender No.32/Brs/SC/16/OT

34 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 35: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

Where Ro = R – (Rs+Rc) R = Gross value of the work done by contractor as per on-account bill(s) excluding cost of materials supplied by Railway at fixed price minus the price values of cement & steel. This will also exclude specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). Rs = Gross value of steel supply item / items as per on account bill Rc = Gross value of cement item as per on account bill

The following weightage will be applicable to the components of labour, material and fuel etc.

Sl. No

Component Other Contract works

Ballast and quarry products

Earthwork

a) Labour component(P) 30% 55% 50%

b) Material Component(Q) 40% 15% 15%

c) Fuel Component(Z) 15% 15% 20% Total (P+Q+Z) 85% 85% 85% Fixed component 15% 15% 15%

d) Fixed component will not be considered for any Price Variation. If, in any case, the accepted offer includes some specific payment to be made to consultant or some materials supplied by Railway at fixed rate, such payment should be excluded from the gross value of the work for purpose or payment / recovery of variation.

The amount of variation in prices in the several components of Labour, Material etc. shall be worked out as follows:

Mo = (L + M + U) i) L = Ro x (I-Io) x P

Io 100 ii) M=Ro x (W-Wo) x Q

Wo 100 iii) U = Ro x (F-Fo) x Z

Fo 100

Where –

Mo = Amount of variation in the prices for other than steel and Cement.

Ro = Gross value of work done by the Contractor as per on account bill(s) excluding cost of materials supplied by Railway at fixed prices. This will also excludes specific payments if any to be made to the consultants engaged by the Contractor.

Tender No.32/Brs/SC/16/OT

35 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 36: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

L = Amount of price variation in labour

M = Amount of price variation in materials

U = Amount of price variation in fuel

Io = Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin for the base period.

I = Average Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration.

Wo = Index number of whole sale prices – by groups and subgroups "All commodities" – as published in the R.B.I. Bulletin for the base period.

W = Index number of whole sale prices – by groups and subgroups "All commodities" as published in the R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration.

Fo = Index number of wholesale prices – by groups and sub-groups for "fuel, power, light & lubricants" as published in the R.B.I. bulletin for the base period.

F = Index number of wholesale prices – by groups and sub-groups for "fuel, power, light & lubricants" as published in the R.B.I. Bulletin based on the average price index of three months of the quarter under consideration

10.1.4 The total price variation will be the summation component of Ms, Mc and Mo.

Note: The index number for the base Month will be the index number as obtained for the month of opening of the tender or the month in which final negotiations are held. The quarter will commence from the month following the month of opening of the tender or month in which last negotiations are held, if any.

10.2 The adjustment for variation in prices if required shall be made once in every quarter in the on account bills. If more than one on account bill is made to the contractor in a quarter, the adjustment, if required, shall be made in each bill.

10.3 The demands for escalation of the cost will be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment need to be done based on the finally published indices will be made as and when they become available.

10.3.1 For the work executed in a particular quarter, the measurement will be recorded in the last week of last month of the quarter, if not paid already in the preceding weeks or months. If the price variation is downward and recoverable from the contractor, the variation amount will be adjusted in the on account final bill on hand and if the recovery cannot be fully effected it will be recovered from subsequent bills in respect of the same work or any other sum due to the contractor.

10.3.2 Price variation implies both increase as well as decrease in input prices and, therefore, price variation during the currency of the contract may result in extra payment or recovery, as case may be.

Tender No.32/Brs/SC/16/OT

36 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 37: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

10.4 For Ballast supply only:- In case of short supply from the stipulated quantity as per quarterly schedule of supply, the amount of price variation will be restricted to the amount payable during the period when the supply was due as per supply schedule stipulated. Penalty for short supply as per quarterly schedule of supply will also however be levied.

10.5 ITEMS EXCLUDED FROM THE SCOPE OF PRICE ADJUSTMENT: The following shall be excluded from the value of the work done for the purpose of price adjustment. i) Materials supplied free by the Railway to the contractors will not form part of the

value of the contract entered into and will fall outside the purview of the price variation clause.

ii) Value of items of work in excess of 25% (Twenty five percent) for the major value NS items, 100% for minor value NS items and 25% (Twenty five percent) for the schedule value for SSR items for which separate rates may be negotiated.

iii) Value of the additional items of work not covered in schedule of quantities. iv) The value of the materials, if any, supplied by the Railway at fixed prices. v) Specific payments, if any, made by the contractor to the consultants engaged by him

where such payments are indicated in the accepted offer.

10.6 PRICE ADJUSTMENT DURING EXTENDED PERIODS OF COMPLETION: The price variation is payable / recoverable during the extended period of the contract also, provided the price variation clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17 – A (i), (ii) and (iii) of G.C.C. However, where extension of time has been granted due to contractor's failure under Clause 17(B) of the GCC price adjustment will be done as follows: a) In case the indices increase above the indices applicable to the last month of original

completion period of the extended period under Clause 17 (A) (i), (ii), (iii), the price adjustment for the period of extension granted under Clause 17 (B) will be limited to the amount payable as per the indices applicable to the last month of original completion period or the extended periods under Clause 17 (A) (i), (ii), (iii) of the General Conditions of the Contract as the case may be.

b) In case the indices fall below the indices applicable to the last month of the original / extended period of completion under Clause 17 (A), (i), (ii), (iii) as the case may be, then the lower indices will be adopted for prices adjustment for the period of extension under 17(B) of the General Conditions of Contract.

11.0 PERIOD OF COMPLETION: 11.1 The Railway expects that a resourceful and experienced contractor should be able to complete

the work in all respects within the period as specified in the Tender Notice and in the Schedule where items of work are furnished from the date of letter of acceptance of the Tender.

11.2 Extension of time of completion will be governed by clause 17 of General Conditions of Contract. However, while granting the extension of time under clause 17(B) of GCC, a token penalty as deemed fit based on the circumstances of the case can be imposed on the contractor without prejudice to other rights of Railway Administration as provided under GCC.

12.0 MAINTENANCE PERIOD: The work shall be maintained after completion for a period as

specified in the Schedule where items of work are furnished by the contractor and he shall make good any defects, imperfections, shrinkages or faults which may appear at his own cost.

Tender No.32/Brs/SC/16/OT

37 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 38: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

13.0 VARIATIONS IN QUANTITIES:

The quantities of each item of work furnished in the schedule are approximate and are intended for the guidance of Tender/Contractor .in actual execution of work there may be some increase in the quantities specified. Such variation up to 25% shall in no degree affect the validity of the contract and it shall be performed by the contractor as provided there in and be subjected to the same conditions, stipulations and obligations originally and expressly included and provided for in specification and drawings and the amount to be paid therefore shall be calculated in accordance with the following rates.

13.1 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would make as per the agreement rate.

13.2 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating the item is considered not practicable, quantity of that

item may be operated in excess of 125% of the agreement quantity (100% i.e. the original quantity + 25% i.e. quantity over and above the original quantity subjected to the following conditions: - a) Operation of an item by more than 125% of the agreement quantity needs the approval of

an officer of the rank not less than S.A Grade. i. Quantities operated in excess of 125% but up to 140% of the agreement

quantity of the concerned item, shall be paid at 98% of the rate awarded for the item.

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

iii. Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances and shall be paid at 96% of the rate awarded for that item.

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

c. Execution of quantities beyond 150% of the overall agreement value should not be permitted and if found necessary should be only through fresh tender or by negotiation with the existing contractor.

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

13.4 No such quantity variation limit shall apply for foundation items. 13.5 As far as SSR/SOR items are concerned, the limit of 25% would apply to the value of

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

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

13.7 In Zonal contracts the variations in the contract should not exceed 25% of the contract value or One Lakh, whichever is higher.

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

Tender No.32/Brs/SC/16/OT

38 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 39: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

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

13.10 In the event of any reduction in the quantity to be executed for any reasons what so ever, the contractor shall not be entitled to any compensation but shall be paid only for the actual amount of work done. The contractor is bound to notify the Engineer at least seven days before the necessity arises for the execution of any item in excess of 25% of the quantity provided in the agreement.

13.11 In case the contractor fails to attend the meeting after being notified to do so or in the event of no settlement being arrived at the Railway shall be entitled to execute the extra work by other means and the contractor shall no claim for loss or damage that may result from such procedure.

14.0 EMPLOYMENT OF CIVIL ENGINEERING GRADUATES/DIPLOMA-HOLDERS:

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

14.1 One qualified Graduate Engineer when the cost of the work to be executed is Rs.200 lakhs and above. 14.2 One qualified Diploma Holder Engineer when the cost of the work to be executed is more

than Rs.25 lakhs, but less than Rs.200 lakhs. 14.3 These Engineers shall be available throughout the period when the work is progress and not

merely available for taking the instructions. In case the contractor fails to employ the qualified Engineer, as aforesaid in the para No: 14.1 & 14.2, he, in terms of provisions in the GCC, shall be liable to pay an amount of Rs.40,000/- (Rs. Forty thousand only) and Rs.25,000/- (Rs. Twenty five thousand only) for each month or part thereof for the default period respectively.

14.4 The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor. (The above clause is not applicable for contracts exclusively for Welding of Rail joints in terms of CTE/SC letter No.W.509/P/Vol.X dt.6-4-2006).

15.0 EXTENSION OF PROVIDENT FUND ACT TO THE EMPLOYEES WORKING UNDER RAILWAY CONTRACTORS:

The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number from the concerned authorities whenever workmen employed by him are 20 or more. He shall also indemnify Railways from and against any claim, penalties, recoveries under the above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF Commissioners to extend the social security benefits to the workmen engaged by the Railway contractors. The first month’s bill will be released only after code number is taken from the PF Office and a copy of coverage intimation produced. Subsequently for each month, bills will be released only on submission of challans & 12 A monthly return copy in proof of remittance of PF dues for previous month.”(Authority: CGE/SC letter No.W.148/P.Vol.IV dt.04-8-2004).

16.0 DISASTER MANAGEMENT In case of accidents/natural calamities involving human lives, the Railway administration can draft vehicles and equipment of the contractor however, for payment purpose, the item will be operated as additional NS item duly negotiating the rates.

Tender No.32/Brs/SC/16/OT

39 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 40: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

17.0 SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE.

The contractor shall not allow any road vehicle belonging to his or his suppliers etc, to ply in railway land next to the running line. If for execution of certain works viz. earth work 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 and number of individual vehicles, names and license particulars of the drivers location duration and timings for such work/ movement. The Engineer In- charge or his authorized representative will personally counsel , examine and certify the road vehicle drivers contractor’s flagmen and supervisor to be deployed on the work location, to be deployed on the work location period and timing to the work .This permission will be subject to the following obligatory conditions.

17.1 Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6 m from the center of the nearest track. For plying of road vehicles during night hours,

adequate measures to be communicated in writing along with a site sketch to the contractor/contractor’s representative and controlling engineer/ supervisors in charge of the work including officers and the in-charge of the section“.

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

17.3 The vehicles shall ply 6 mtr. clear of track. Any movement/work at less than 6mtrs 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 3.5 mtr. from track centre. Cost of such railway employee shall be borne by the Railways.

17.4 The contractor shall remain fully responsible for ensuring safety and incase of any accident, shall bear cost of all damages to this equipment and men and also damages to railway and its passengers.

17.5 Engineer-in-charge may impose any other conditions necessary for a particular work or site. 17.6 The Contractor at all times shall adopt safe working methods to ensure safety of structures,

equipments and labour at site of works. 17.7 The contractor shall not start any work without the presence of Railway supervisor or his

representative authorized by ADEN-in-charge and Contractor’s supervisor at site. 17.8 The methodology proposed to be adopted by the Contractor is to be approved by Engineer-in-

charge with a view to ensure of safety of trains, passengers and workers and he shall also ensure that the methods and arrangements are actually available at site before start of the work and the contractor’s supervisors and the workers have clearly understood the safety aspects and requirements to be adopted / followed while executing the work.

17.9 Survey of site by Supervisor of contractor and Railway’s Supervisor is to be done to assess precautions to be taken at site for working of trains and materials required for protection.

17.10 The list of permissible / sanctioned infringements to moving dimensions for the section shall be made available where work is to be done to execute the works without infringing the moving dimensions.

17.11 Competency certificate issued by ADEN-in-charge with the Contractor’s supervisor at site should be available in the format given in Annexure-I.

17.12 The detailed plans for safe execution of works, duly approved by the Division should be available for undertaking execution of such works which have bearing on moving dimensions, especially those works close to the running lines and fixed structures on brides, inside tunnels etc.,

Tender No.32/Brs/SC/16/OT

40 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 41: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

17.13 Look-out caution, speed restrictions as well as traffic block shall be ensured where necessary for execution of works affecting running lines.

17.14 Mobile phones or Walcky-Talkie sets where necessary should be provided at work sites.

17.15 PRECAUTIONARY MEASURES TO BE TAKEN AT WORK SITE AWAY FROM THE TRACK:-

17.16 Trenches and foundation pits should be adequately and securely fenced, provided with proper caution signs and marked with red lights at suitable intervals during night to avoid accidents. Adequate protective measures should be taken to see that the excavation operations do not affect or damage adjoining existing buildings.

17.17 Proper precautions should be taken for safety of persons and adjoining property before undertaking any blasting operation. Red flags should be prominently displayed around the area to be blasted. All the people on the work except those, who actually light the fuses, should be withdrawn to a safe distance of not less than 300 meters from the blasting site. Recommendations given in I.S. 4081:1986 should be followed for safety during various operations involved in the process of blasting.

17.18 Suitable scaffold should be provided for workman for all works than cannot be safely done from the ground or from solid constructions except such works which can be done safely from ladders for a short period. When a ladder is used, extra labourers should be engaged for holding the ladder and if the ladder is used for carrying materials as well, suitable footholds and handholds should be provided on the ladder and ladder should be given an inclination not steeper than 4 to 1 ( Four vertical to one Horizontal).

17.19 Workers employed on mixing asphalt materials, cement and lime mortars should be provided with protective hand and footwear and protective goggles.

17.20 Workers employed in whitewashing and stacking of cement bags or any materials which injurious to the eyes should be provided with protective goggles.

17.21 Workers engaged in welding works should be provided with welders protective eye-shields, single piece cotton cloth and shoes.

17.22 Stone breakers should be provided with protective goggles, leg-guards and protective clothing and they should be seated at sufficiently safe distance from each other.

17.23 A fully equipped First-Aid Box should be maintained at site by the Agency with at least one person fully trained to give First-Aid.

17.24 Inflammable articles such as Petrol, oil etc., should be stored separately from other materials and all prescribed precautions as per the Indian Explosive Act should be taken.

17.25 In the Bridge work, Track works, repairs to tunnel and demolition of structures through contractual Agency, the safe working and ensuring safety of workman employed should be specifically laid down in the contract itself.

18.0 PRECAUTIONARY MEASURES TO BE TAKEN AT WORK SITE IN VICINITY OF TRACK:-

18.1 Drivers of trains must be served with caution order to look out for any obstruction at the place of work.

18.2 Arrangements should be made to protect the track in case of emergency at work site. 18.3 Before the start of the work, the land strip adjacent to the running track where road vehicle /

machinery is to ply for the work shall be demarcated by lime in advice at the appropriate distance from the centre of existing track in consultation with the Railway Supervisor [Annexure-IV(A)]. Sketch showing the location of marking and barricading along the full length of the work area should be done as per the sketch given in [Annexure-IV(B)]. This will enable the workmen posted at the site and also the lorry drivers to have clear guidelines on the movement of vehicles.

Tender No.32/Brs/SC/16/OT

41 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 42: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

18.4 Movement of Lorries near the track should be prohibited during night. In case it is unavoidable adequate protective measures including lighting must be ensured in the complete work area for the safety of the Public and Passengers. Also additional staff shall be posted as necessary for night working.

18.5 Work should not be allowed to progress without the prior approval of the Engineer-in- charge in case movement of vehicles close to the track is involved.

18.6 Machines and vehicles should ply 6 meters (from Track centre ) in case movement at less than 6 meters away from the track is inescapable, it should be permitted in the presence of Railway employee authorized by the Engineer-in-charge.

18.7 Contractor’s representative should be issued a certificate by ADEN to the effect that they have acquired sufficient knowledge about the safety precautions that are needed to be followed while working near the track.

18.8 The worksite shall be suitably demarcated to keep public and passengers away from the work area. Necessary sign boards such as Work in progress etc., shall be provided at appropriate locations to warn the Public / passengers.

18.9 Check lists given in Annexure-III A & III B shall be used to ensure that all the requisite measures have been taken before start of work and work in progress.

18.10 All temporary arrangements required to be made during execution of work shall be made in such a manner that moving dimensions do not infringe. Necessary checks shall be exercised by Site in-charge from time to time.

19.0 WORKING OF CONTRACTOR’S VEHICLES AT SITE 19.1 INDIAN RAILWAYS PERMANENT WAY MANUAL 1986 –(EDITION) ADVANCE

CORRECTION SLIP No.95 dt 30-06-04 Etc., 826 (i)- The contractor shall not start any work without the presence of Railway Supervisor or his representative and contractors supervisor at site. 826 (vii)- The Engineer-in-Charge shall approve the methodology proposed to be adopted by the contractor with view to ensure safety of trains, passengers and workers and he shall also ensure that the methods and arrangements are actually available at site before start of the work and the contractor’s supervisors and the workers have clearly understood the safety aspects and requirements to be adopted /followed while executing the work. There shall be an assurance register kept at each site, which will have to be signed by both, i.e Railway supervisor or his representative as well as the contractor’s supervisors as a token of their having understood the safety precautions to be observed.

19.2 When the contractor’s vehicles are to be worked closer to 6m but not less than 3.5m from center line of the running track (Annexure-IV A)

i) Drivers of vehicle shall be briefed about safety and precautions to be taken whilemoving/working close to traffic.

ii) Demarcation of the land shall be done by bright colored red ribbon/nylon rope of 12mmthick suspended on 75cm high wooden/bamboo posts at a distance of 3.5m from center lineof nearest running track as shown in (Annexure-IV B)

iii) Contractor shall ensure the road vehicle/Machinery ply in a way so that these do notinfringe the line of demarcation.

iv) Presence of an authorized Railways representative shall be ensured before plying ofvehicles or working machinery.

Tender No.32/Brs/SC/16/OT

42 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 43: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

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

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

vii) On curves where visibility is poor, additional lookout men shall be posted. viii) In unusual circumstances, where operator apprehends infringement to track while working

truck/machinery near running track, following action shall be taken: a) The contractor /supervisor/vehicle operator immediately advise the situation to

Railway official and assist him in protecting the track. b) Protection shall be done for other emergencies.

19.3 WHEN THE CONTRACTOR’S VEHICLES ARE TO BE WORKED CLOSE TO 3.5M FROM CENTER LINE OF RUNNING TRACK:

i) Plying of vehicle or working of machinery closer to 3.5m of running track shall be done under protection of track. Traffic block shall be imposed wherever considered necessary. The site shall be protected as per the sketch given in (Annexure-IV B) and the provisions of Para No. 806 & 807 of P-way Manual as the case may be.

ii) Presence of a Railway supervisor shall be ensured at work site. iii) Railway supervisor shall issue suitable caution order to drivers of approaching train about

road vehicles plying or machinery working close to running tracks. The train drivers shall whistle freely to warn about the approaching train.

19.4 PARKING OF VEHICLES OR CONSTRUCTION MACHINERY: i) No vehicle or construction machinery shall be parked in unmanned condition on a gradient

sloping towards running track. ii) Even on level ground or gradients sloping away from the track, vehicles or construction

machinery shall be parked in unmanned conditions at a minimum distance of 6m from nearest track center in fully braked condition. In addition to brakes, suitable wedges shall also be applied on all the wheels.

19.5 TRAINING Training in safe working methods for both along and on the track should be imparted to supervisors /operators of the work executing agencies. Such training may be imparted at zonal/divisional training schools for required duration as deemed fit, with a view to ensure that the field staff engaged in such works get acquainted with the safety precautions that are needed to be taken while executing the works.

20.0 NIGHT WORK:

20.1 During the course of work, if night works to be resorted to, the contractor shall make necessary arrangements for lighting the area, provided there is no separate item in the agreement for providing lighting arrangements, at his own cost and ensure that there shall be safe working to the required standard in the night.

20.2 If night work is permitted by the Railway the quoted rates shall hold good for the items of the work done during night also.

Tender No.32/Brs/SC/16/OT

43 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 44: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE I

COMPETENCY CERTIFICATE Certified that Shri ______________________________ P.way Supervisor of M/s _________________________________ has been examined regarding p.way working on _____________________________________ work. His knowledge has been found satisfactory and he is capable of supervising the work safely.

Assistant Divisional Engineer

ANNEXURE II

CHECK LIST BEFORE STARTING THE WORK Name of the work__________________________________________________________________________ Location__________________________________________________________________________ duration of the work: from:_____________________ to__________________________. Sl.No Details Yes No

1 Contractor’s supervisor identified/Selected. Who is going to be site in charge?.

2 Training imparted to contractors supervisor & Certificate issued?

3 Work site inspected by the constructions supervisors/other department’s supervisors along with contractor’s supervisor?

4 Precautions to be taken identified and listed?

5 Plan of work, drawn out by the contractor’s supervisor in consultation with Railway’s supervisors?

6 Plan of work, brought to the knowledge of open line AEN/IOW or PWI?

7 Before start of the work, proper lime marking/barricading had done at site of work>

8 Men deputed for protection of track along with safety equipments?

9 Caution order issued for the train drivers in case work is being done within 6 mtrs of centre of running track?

10 Drivers of vehicles/machinery being used have been identified? 11 Drivers of vehicles/machinery briefed about the safe working? 12 Sufficient lighting provided at site of work for night working? 13 Infringements checked?

14 Sectional (Open line) AEN/IOW/PWI have satisfied themselves regarding safety arrangements?

15 Availability of Walkie-Talkie sets for communication? Signature of construction/ other departments Supervisor Date:

Signature of Open line’s Supervisor.

Tender No.32/Brs/SC/16/OT

44 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 45: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE III

Name of the work

______________________________________________________________________

Location_____________________________________ Duration of the work:

From___________________

To_____________________________ Date of

inspection______________________________________.

Sl.No Details Yes No

1 Does the contractor’s supervisor have the certificate?

2 Does the knowledge of the contractor’s supervisors on safety of track & work site is up to the mark?

3 Is the Railway’s supervisor of construction Organisation/other departments available at site?

4 Is knowledge of Railway’s supervisors O.K?

5 Is lime marking/barricading done?

6 Are adequate safety precaution taken?

7 Are communication facility (Walkie-Talkie sets)available at site?

8 Are only identified drivers driving the vehicles/machinery?

9 Is whole work site safe for working of men / vehicles & trains?

10 Are adequate lighting arrangements done at site?

11 Are adequate protection equipment available at site?

12 Is caution order to trains being issued?

13 Are train drivers following the enforced temporary speed restrictions?

14 Has work permit been taken for working in Electrified territory/Station yard (P & C areas)

Signature of inspecting officer

Designation

Tender No.32/Brs/SC/16/OT

45 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 46: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

Tender No.32/Brs/SC/16/OT

46 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 47: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

Tender No.32/Brs/SC/16/OT

47 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 48: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE - V REVISED MODEL FORM OF BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE

1. In consideration of the President of India (hereinafter called “the Government”) having agreed to exempt-------------------- ( hereinafter called “ the said Contractor(s)”) from the demand, under the terms and conditions of an Agreement dated -------------- made between -------------- and ---------------------------- for ------------------------- (hereinafter called “the said Agreement”), of Security deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs.--- ---------------------(Rupees-------------------------only). We -------------------------------------------------- (indicate the name of the Bank) (hereinafter referred to as the Bank) at the request of --------------------------- (Contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs.--------------- against any loss / damage caused to or suffered or would be caused to or suffered by the Government by reasons of any breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We ---------------------------------(indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement or by reason of the contactor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee shall be restricted to an amount not exceeding Rs.--.

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) in any suite or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the contractor(s) / supplier(s) shall have no claim against us for making such payment.

4. We, -------------------------------(indicate the name of bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ------------------------- Office/Department) Ministry of ----------------------- certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the --------------------------- we shall be discharged from all liability under this guarantee thereafter.

5. We, ---------------------(indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relived from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to the sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the bank or the Contractor(s) / Supplier(s).

7. We, ----------------------(indicate the name of the bank) lastly under take not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated: the---------------- day of --------------- 200 For -----------------------------------

(indicate the name of the bank)

Tender No.32/Brs/SC/16/OT

48 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 49: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

ANNEXURE-VI

1.0 WORKS CONTRACT CLAUSE-13

1.1 In case cement, Steel, AC sheet with or without accessories, GI sheets with or without accessories, glasses or any other materials/items are issued to the contractor(s)either free of cost or on cost to be recovered for use on the work as stipulated in the agreement the supply thereof shall be made in stages depending on the progress of the work, limited to the quantity /quantities computed by the Railway, according to the prescribed specification and approved drawings as per agreement. The materials supplied should conform to Railway’s Specification in all respects should be in accordance with approved sample. All such materials supplied to the contractor(s) for the work either free of charge or on payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods shed and will have to be transported by the contractor to the site of work at his cost. All such materials shall be used by the Contractor for the work in such quantities as are indicated in the schedule or in the relevant specifications or drawings or as approved by the Engineer, whose decision thereon shall be final. Wastage or damages of such materials in any manner shall be totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued by Railway either free of cost or on payment excluding the permissible wastage which in case of steel materials should not in any case exceed 1% of the total quantity required for the work as per the approved drawings. No wastage under other items is permissible. Short lengths of rods should also be utilized to the extent possible by overlapping joints.

The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without accessories glasses or any other materials issued in excess of the requirement(s) as above, shall be returned in perfectly good condition by the contractor(s) to the Railway at the Railway depot/Godown/Goods shed at ________immediately after completion or termination of the contract. If the contractor fails to return the said materials then the cost of such materials issued in excess of the requirement as computed by Railway according to the specification and approved drawings will be recovered from the contractor(s) at twice the prevailing procurement cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without prejudice to the right of Railway to take action against the contractors under the condition of the contract for not doing/completing the work according to the prescribed specification and approved drawings. If it is discovered that the quantity of cement, steel or any other material used is less than the quantity computed by the Railway, according to specifications and approved drawings the cost of materials not returned will be recovered at the same rates as applicable to excess issue of materials, indicated in the preceding para.

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

1.3 If due to any reason the Railway is not in a position to make available the Railway land the

Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost shed/sheds or secure private accommodation outside the Railway premises. In such a case the contractor may be permitted to take the Railway material required for the works outside the

Tender No.32/Brs/SC/16/OT

49 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 50: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

                                                                                                                            

 

       

railway premises and to store in the Shed so erected or private accommodation so secured. It shall be the responsibility of the contractor to keep the railway material in safe custody and the same should be kept entire separate from the contractor’s material and the Railway shall have liberty to inspect the same from time to time.

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

1.5 For any other items not specially shown in the schedule of rates appended to the tender document, the Divisional/Executive Engineer will offer rates as shown for the Secunderabad Division / zone in the South central railway printed USSR-2010 subject to the same percentage adjustment accepted in the contract being applicable to the additional items.

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

1.7 It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of all corrections, and amendments of the said General conditions of contract made up to the date of the execution of these presents and no objection shall be taken by the contractor on the ground that he was not aware of such amendments and corrections of the said General Conditions of Contract or to any of them.

Tender No.32/Brs/SC/16/OT

50 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 51: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

Special conditions for Dismantling of existing FOB and Construction of central FOB at Secunderabad Station

1) This work is to be carried out in Secunderabad station which is heavilycrowded passenger running area and all platforms are full of passengers. Contractor must take work site protection in order not to cause any discomfort to passengers.

2) Dismantling/Erection of work has to be carried out by cranes/hydras inallotted Traffic and Power block in day/night time. Granted block may be cancelled in last minute due to train operational constraints. Lowering of OHE lines may be permitted or may not be permitted based on train services.

3) Contractors should ensure no damage to the existing platform surfacedue to movement of cranes/hydras/tractors etc. If any damage occurs to existing structures/Platforms, it has to be made good by contractor at their own cost and railway will not pay for it.

4) Safety Precautions to be taken while carrying out the work. There shouldnot be any obstruction to passengers and to train services. 5) The material should be stacked at nominated place after completion ofdays work and proper barricading to be done around working, fabrication site and on platforms/circulating area

6) Contractors are advised to inspect complete Site and take note of theavailability of approach road, crossing of tracks for transportation of construction materials, Machinery, planning and execution of the work at various stages

7) It is the responsibility of the contractor to see that there is no detention orinterruption to the movement of the trains due to obstruction caused by contractor during the execution of the above work.

8) Payment to steel items is including erection in position bycranes/hydras. No separate payment for cranes/hydras is there. No extra payment is there for dismantling by cranes/hydras.

Tender No.32/Brs/SC/16/OT

51 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 52: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

GENERAL CONDITIONS FOR BUILDING/ BRIDGE/CIVIL WORKS

1.1 The quantities shown in the tender schedule are approximate and will be operated in full or part at the discretion of the Engineer-in-charge. Payment will be made based on the actual items operated. 1.2 All items included in the tender schedule should be carried out in accordance with the Indian Railway unified standard schedule of rates and standard specification 201 0 i) For materials and works up to date corrections there to USSR-2010 of S C Railwayii) All materials to be supplied and used by the contractor in connection with this workshould have prior specific approval of the Engineer in charge and should be in accordance with the specifications for materials and works of SC Railway 1.3 The tenderers are required to study all the drawings referred to in the tender thoroughly before quoting the rates. The Railway reserves the right to change their drawings during the execution of works and the contractor should execute the work as per the revised drawings. No extra payment or claim will be entertained on that account. Payment will be made to the contractor for the work actually done at the accepted rates of agreement. 1.4 Details of ducts, opening, grooves etc., that may be required to be provided for wiring, etc., will be indicated during progress of the work. Tenderers/Contractors will arrange to provide them in walls, floors, RCC slabs, etc., where ever necessary as directed by the engineer in charge without any extra claim 1.5 The contractor is required to safe guard the steel brought to site and to use the same on the work in accordance with actual requirement as approved by the Engineer as may be indicated in the relevant Drawings or specification. 1.6 All works should be maintained after completion for a period of six months and the contractor should make good any defects, imperfection of faults, poor wood work etc., at his own cost, during the maintenance period and defects like cracks, warps should be made good by the contractor at his own cost inclusive of affected masonry work etc., 1.7 Electrical energy that may be reqd. for operating the plant will be supplied by the Railway wherever feasible at the discretion of the Railway on payment of the charges as reqd. by the Electrical dept. The contractor will have to make his own arrangements for taking the connection from the nearest Railway electrical source of supply. 1.8 Weigh batch plant shall be used in case of design mix. Concrete without fail. 1.9 The cement supplied should conform to I.S. specification 12269 for 53 Grade. Before executing the work, the agency should submit a test certificate for Standard Properties as well as indicating the source of supply and brand of the cement. 1.10 The reinforcement steel and structural steel to be used in work shall be from TISCO, SAIL or VIZAG Steel plant. The structural steel shall confirm to specification No IS 2062-1992 Grade “A” The steel shall not be rerolled variety. The agency shall produce necessary vouchers in original in support of the purchase of steel and cement from the suppliers along with certificates to relevant standards from the manufacturers before the commencement of work. 1.11 The contractor labour shall be provided with identity cards due to security problems.

Tender No.32/Brs/SC/16/OT

52 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 53: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

1.12 The damages done to the adjoining wards/items to carry out the new work shall be made good at the cost of the contractor. 1.13 When it is reqd. to operate JCB / Proclainer or any other heavy machinery/Plant in the Rly. land, the contractor is reqd. to take written permission from the concerned Engg. Official. 1.14 The contractor should keep all relevant records required like cement test report, steel test report, cube test report etc., in the site office. 1.15 Water to be used should be tested and the result should be kept at site office. 1.16 The contractor should submit the work programmed chart/Bar before taking up the work. 1.17 Contractors are advised to inspect all the bridge sites / locations and take note of the availability of approach road before quoting the rates for transportation of construction materials, Machineries, planning and execution of the work at various stages. 1.18 No extra payment will be made either for formation or repair of service roads etc. and the contractor has to make his own arrangements to make it feasible for all operation as required at site till the completion of the work as per the scheduled items of work. 1.19 If any other items of works covered by U SSR 2010 of S.C.Railway are required to be executed, the same are to be carried out with the same percentage as quoted by the contractor (i.e.) above or below / at par of USSR 2010. 1.20 The contractor should use hopper machine for mixing cement concrete for controlled concrete items. 1.21 The controlled cement concrete should comply I.S. Specifications. The Railway reserves the right to operate the controlled concrete items as per design mix or as per nominal mix. 1.22 The accepted rates should be deemed to include all taxes direct or indirect livable under Central, State or Local bodies Act or rules, Octroi, toll taxes, tools, royalties, seignorages, cess and similar imposts that may be prevailing from time to time. 2.0 SPECIFICATIONS FOR STRUCTURAL STEEL 2.1 All rivet steel to comply with IS specification 1148/82. 2.2 Fabrication of steel work should comply with IRS specification B1/2001. 2.3 Welding should conform to IS 823/64 if so wherever required. 2.4 The steel used shall conform to specification No IS 2062-1992 grade ‘A’ and it is to be ensured that the steel used shall not be of rerolled variety and should be from stock yards of SAIL, TISCO, VIZAG STEEL, The necessary steel test certificate should be Obtained from the SAIL, TISCO, VIZAG STEEL, firms to the above specifications for the materials to be used for this work. 2.5 The joints for main structural members such as ISMB/RSJ/Angles are not permitted. No two pieces shall be welded or otherwise jointed to make up required length of a member .

Tender No.32/Brs/SC/16/OT

53 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 54: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

. 3.0 QUALITY CONTROL OF WELDING DURING FABRICATION OF STEEL WORK FOR HEIGHT GUAGES ( As per Head Quarters Lr.No. W.71/Br/P/9/Vol .VI dt 17-09-08) To ensure better quality control in welding during fabrication of steel structure, the following tests to be conducted invariably by contractor in presence of inspector –in –charge 3.1 After removing the slag and brushing with a stiff wire brush, the welds shall be visually inspected for size and profile (Acceptable and defective weld profiles of fillet welds are illustrated in ANNEXURE VII) enclosed sketches .separately in PDF file 3.2 Confirming of fillet welds to size and contour shall be determined by use of gauges ( as per ANNEXURE VIII) enclosed sketches .separately in PDF file 3.3 Welds shall also be examined by the Dye Penetration test as per IS-3658 or by Magnetic particle Flaw Detection method as per IS-3703 Any deficiencies noticed to be corrected immediately by the contractor at his own cost . 4.0 General Conditions for painting of steel structures 4.1 The paint supply shall be in the sealed tins with company labels indicating the manufacturing date and batch number in intact 4.2. The paints procured by the agency should be preferbelly from one lot which has been certified by the CMTD/LGD till completion of work. If batch number of the paints differs again the samples shall be sent for testing to Railway laboratories for IS specification confirmation before utilization 4.3 The contractor is responsible for safe passage of trains .All trains will be allowed with the specific approval of SSE/JE Bridges in charge in the portion of the bridge. Any variation in this regard the contractor will be held responsible for all damages caused out of negligence manipulated by his staff. 4.4 It is the responsibility of the contractor to see that there is no detention or interruption to the movement of the trains during the execution of the above work. 4.5 The intending tenderers are advised to inspect the bridges to obtain firsthand knowledge of working conditions, accessibility and weather conditions etc; and they shall take into account all the above factors before tendering. 4.6. Contractor shall make his own arrangements for safety of labour engaged for which no extra payment shall be made. The contractor shall comply all regulations of central state, local govt and labour laws in respect of labour employed on his work including insurance cover. The contractor shall depute look out man with Hooters etc; to warn the workers. Necessary protective clothing safety equipment, goggles etc;

Tender No.32/Brs/SC/16/OT

54 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 55: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

4.7. Necessary scaffolding, derrick, ladders etc: for painting the structure should not infringe Railway’s moving dimensions and shall be arranged by contractor at his own cost and the arrangements shall be approved by the Engineer in charge. 4.8 Surface preparation shall be approved by Engineer in charge before commencement of the painting. Similarly successive coats of Paints shall be applied only after the approval of each completed paint coat by Engineer in charge. 4.9. First coat paint shall be done only after the surface preparation is approved by Engineer in charge. 4.10 The approved colour of strainer of desired colour in requisite proportion should be added in the paint to differentiate between the two successive coats of paint. 4.11 Mixing of thinner or any dilute in paint is not at all allowed in any condition during the execution of painting work. 4.12. The equipment (Elecometer) required for measuring dry film thickness. 4.13. In case of rain within 24 hours of application of paint film, contractor should redo the coat at his own cost. 4.14 Painting work should be done under the supervision of competent Bridge Engineering staff only. 4.15 To carryout the painting/maintenance works on the girder bridges/Foot over bridges i.e. within the vicinity of OHE (less than 2 meters distance) a memo has to be sent to TRD supervisor of the jurisdiction by the BRI duly mentioning the time period required to arrange the ‘permit to work’ Conditions enclosed vide Annexure – A .

a) “No Work” shall be done above or within 2 meters from the live OHE without a “permit-to-work”

ANNEXURE –A Draft proceeding order to be followed by TRD and Engineering Supervisors/Tenderer/Contractor with regard to maintenance works for the Bridges:

b) Use of steel measuring tapes or long metalising wires is prohibited in electrified sections.

c) Painting work should be done under the supervision of competent Bridge engineering staff only

d) To carry out the painting maintenance works on the girder bridges i.e. within the vicinity of OHE (less than 2 meters distance) a memo has to be sent to TRD supervisor of the jurisdiction by the BRI duly mentioning the time period required to arrange the ‘permit to work’. No engineering (BRI) supervisor should allow the contractor staff or bridge staff to carry out the works on bridges (less than 2 meters from OHE)

Tender No.32/Brs/SC/16/OT

55 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 56: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

without obtaining “permit-to-work” from the authorized person of TRD Official.

e) After obtaining power-block on OHE, the TRD supervisor will then arrange two discharge rods to OHE on either side of the Bridges work spot, and then issue permit to work to engineering supervisor.

f) After completion of the work, the Engineering supervisor should give a

clearance memo to TRD supervisor and then only the two discharge rods will be removed from OHE and the OHE will be charged.

g) Care should be taken when labour were engaged by contractor to do the painting on the girder bridges i.e. they should be allowed to work after obtaining permit to work only.

h) While doing the painting/.maintenance works beyond 2 meters

distance to OHE the staff must be counseled/watched not to come into the danger zone (i.e. below 2 meters distance to OHE) during the course of working by BRI.

i) Responsible person from the BRI side should be available at the work

spot of the Bridge maintenance/painting works) during the “power block” (permit to work) period to avoid any untoward incidents.

Contractor DEN/Bridges/SC

Tender No.32/Brs/SC/16/OT

56 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 57: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

5.0 SPECIFICATION FOR PAINTING OF GIRDER BRIDGES, FOBs AND STEEL STRUCTURES SURFACE PREPARATION 5.1 Scraping/cleaning/surface preparation of steel is one of the important pre-requisites for the painting to last long. Sufficient care should therefore be taken in preparing the surfaces two types of surface preparations are involved according to the condition of the existing paint/surface. 5.2 Type I Preparation: This should be used where the primary coat of paint is sufficiently in good condition, adhering to the metal firmly and there are no signs of rust. The existing primary coat of paint will not chip off when hit by the pointed end of the chipping hammer. 5.3 Type II Preparation: -This should be used where rust has appeared in many place and existing primary coat of paint has developed cracks, listering, peeling, brittleness, etc., and is in bad condition. Type II Preparation has to be resorted to if the primary coat of paint chips off when hit by the pointed end of the chipping hammer.

5.4 Surface preparations of the above two types of finishes on the same girder may be prescribed if areas are sufficiently large and distinguishable and measured before work is commenced. For example, in many girders the top flanges particularly of stringers and cross girders develop corrosion, while the web portion remains in good condition. In such locations, it is possible for the whole web to be cleaned to type I preparation and the top flange to Type II preparation. 5.5. Prior decision by ADEN/BR in case of girders and structures maintained by BRIs, and that of Sectional ADENs for other structures maintained by PWIs and IOWs, should be taken about the areas where Type I or Type II surface preparation has to be done after making detailed inspection of the condition of paint on girders and structures and these should be intimated to the Inspectors in case of departmental painting and incorporated in the Schedules/Tender Documents in case where painting is done through contracts. 5.6. Specification for Type I Preparation: The surface shall be made free from Oil, grease and dirt. The existing primary coat of paint which is firmly adhering shall not be removed. Surface shall be rubbed with wire brushes and sand paper/emery paper. This is only for roughening the surface and not for removing the paint. 5.7. Specification for Type II Preparation: The surface shall be cleaned of oil, grease, dirt, rust, loose paint, mill scales and other foreign matter completely and at least 75% of each square inch (10sq.m) of surface are shall be free from visible residues and the remainder shall be limited to slight discoloration/stain. Such discoloration shall not exceed ¼ “ (6mm) square. The tools used may be hand or power operated. These may include scrapers, chippers, hammers, knives, chisel, wire brushes, Emery/sand papers, pumice stones, brickbats etc. Grease, if any, should be removed before mechanical tools, are used. Wire brushing should invariably be done at the end so as to obtain a uniform rough surface. The surface prepared by Type I & II methods may be checked by visual observations for uniformity of surface prescribed in the particular type of cleaning.

Tender No.32/Brs/SC/16/OT

57 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 58: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

5.8. Surface preparation shall not be done unless the approved paints of sufficient quantity (both primer and finishing coat paints) are available in stock. 5.9. Special care should be taken in preparing corners, junctions, of members, head and nuts of bolts rivets holes, areas less accessible, hidden pockets etc. and uniformity of preparation at these locations shall be attained to that of rest of the surfaces. 5.10 Surface preparation/painting shall not be done in the following conditions:-

i) When the ambient temperatures is below 10o

ii) In rainy season

C or above 50 degree C

iii) Night iv) In winter before 8 AM v) In summer between 11 AM and 3 PM on areas that are likely to be

exposed to direct sun light. vi) When the moisture content in the atmosphere is more than 80% vii) Extremely windy/misty/dust blowing conditions.

5.11. Chemicals shall not be used for surface preparation of both the types. 6.0.0PAINTING 6.1 For Type I Preparations: All the steel work shall be painted with 2 coats of paint confirming to IS 13607 (smoke grey ) for spans up to 100 ft.(30.5m) or Paint aluminum to specification IS:2339-63 for spans 100 ft and above i.e. 2 finishing coats only) 6.2 In the case of paint confirming to IS 13607 (smoke grey) , a little quantity of lamp black shall be added to the first coat to obtain a darker hue in order to distinguish the first coat from the second coat. Similarly, in the case of aluminum paint a little blue paint shall be added, instead of Lamp black to the first coat of Aluminum Paint for distinguishing it from the second coat. 6.3 For Type II of preparations: All steel work shall be painted with 3 coats of paint 6.4 First Coat (Primer coat)

(D) Applying one coat of ETCH primer consisting polyring Butynal phosphetic acid catelist of approved quality to all the members of the tower as per the specifications

For bridges (A) Applying coat of primer with Zinc chromite to specification IS:104 with all contractor's material, labour ,tools ,plant ,machinery ,scaffolding including all lead, lift etc. Complete and as directed by the Engineer-in-charge at site

(B) Applying coat of primer with Zinc chromites red oxide over zinc chromites to specification IS: 2074 with all contractor's material, labour, tools, plant, machinery, scaffolding including all lead, lift etc. complete and as directed by the Engineer-in-charge at site.

Note: - items A & B forms as one primer coat for bridges and structures.

(C) Applying coat of primer with Zinc chromites to micro wave towers to specification IS:104 with all contractor's material, labour, tools, plant, machinery, scaffolding including all lead, lift etc. Complete and as directed by the Engineer-in-charge at site

Tender No.32/Brs/SC/16/OT

58 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 59: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

confirm to civil aviation regulation to IS :5666 with all contractor's material, labour, tools, plant, machinery, scaffolding including all lead, lift etc. Complete and as directed by the Engineer-in-charge at site ( for microwave towers ) (E)Applying first finishing /protective coat with orange white/ required colour synthetic enamel of best quality and anticorrosive to with stand exposures to out side condition and of standard equivalent to synthetic enamel paint of Shalimar, British or Asian paint. The mast shall be painted in alternative band of international orange (ISI shed 592) and white terminating with orange at top and the bottom height of each band shall not exceed 6 meters and should not less than 0.50 meters as per the specifications confirm to civil aviation regulation to IS: 5666 with all contractor's material, labour, tools, plant, machinery, scaffolding including all lead, lift etc. Complete and as directed by the Engineer-in-charge at site (for microwave towers ) 6.5 Applying second finishing /protective coat of orange and white enamel/required colour of best quality and anticorrosive to with stand exposure to out side conditions and standard equivalent to synthetic enamel paint of shalimar, british or Asian paints .The second coat of enamel paint as per the specifications and as directed by the Engineer -in-charge at site with all contractor's material, labour, tools, plant, machinery, scaffolding including all lead, lift etc. Complete and as directed by the Engineer-in-charge at site(second coat for microwave towers).

6.6 Second Coat: : (Finishing/Protective coat) with paint confirming to IS 13607 (smoke grey ) for spans up to 100 ft ( 30.5m) and above In the case of paint confirming to IS 13607 (smoke grey ) , a little quantity of lamp black shall be added to the second coat to obtain a darker hue in order to distinguish the second coat from the third coat. Similarly, in the case of aluminum paint a little blue paint shall be added, instead of Lamp black . 6.7 Third Coat (Finishing/Protective coat) with paint confirming to IS 13607 (smoke grey ) for spans up to 100 ft ( 30.5m) and above 6.8 Rate of Consumption of Paint and Dry film thickness of finished coat will be as shown in Annexure-B. 6.9 Various defects in Painting, their causes and effects are furnished in Annexure-C.

6.10 a) The paints/painting material shall be procured from reputed manufacturing firms as per latest approved RDSO list amended from time to time. b) The Contractor shall procure the paint from RDSO list of approved firms Only and certificate to this effect shall be produced as a token of Reference to this office before commencing the work .

6.11 Paints required for primer and finishing coats may preferably be procured from the same firm for achieving better results.

6.12 If thinners are to be added to the Paint supplied by the

Contractors/specifications. In all cases, the thinner shall be added wherever necessary only in the presence of BRI. The quantity of thinner should be decided

Tender No.32/Brs/SC/16/OT

59 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 60: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

after trial and only the required quantity added so that the specified dry film thickness is obtained for each coat.

6.13 The viscosity of the paint at the time of application shall be checked by using

‘FORD Cup No.4’ by the BRI at site as detailed in specification IS:101-64 in addition to the tests conducted by CMT/LGD or any other National Test House.

6.14 Paints should be used within the prescribed shelf life from the date of manufacture. The quantity of paint procured should be such that it is fully utilized before the prescribed period for its use.

v) Oil Linseed Boiled.

Shelf lift of Paints i) Paint Red Lead Ready mixed : 4 months ii) Paint Red Oxide Ready mixed :1 year iii) a) when paste and oil are not mixed: :1 year b) When paste and oil are mixed :4 days iv) Red lead dry pigment – : No time limit.

6.15 The Contractor/Supplier shall furnish the Railway the date of manufacture of the Paint as certified by the Manufacturer. The labels on the containers should furnish information regarding the date of manufacture, batch No, etc. 6.16 First coat of Painting shall be done only after the surface preparation is approved by the BRI/AEN. Paint shall be applied on dry surface free from any type of moisture and shall not be done under the conditions mentioned earlier in para 5.10 6.17 Paint shall be mixed well in the container before it is applied. Over mixing shall not be done. Visible air bubbles or foam formation shall totally be avoided.

6.18 Brush shall not be less than 2” (5cm) in width and should have good flexible bristles. If a new brush is used, the same should be soaked in Raw Linseed Oil for at least 24 hours. The brushed shall be cleaned at the end of each day’s work.

6.19 Dust settled after scraping shall be cleaned before applying paint. 6.20 When the paint is applied by brush, the brush shall be held at 45 Degress to the surface and paint applied with several light vertical/lateral strokes turning the brush frequently and transferring the paint and covering the whole surface. After this, the brush shall be used cross-wise for complete coverage and finally finish with vertical/lateral strokes to achieve uniform and even surface.

6.21 Rags, waste cotton, cloth or similar particles should not be used for applying paint.The coat of paint applied shall be such that the prescribed dry film thickness is achieved by actual trial for the particular brand of paint. The applied coat of paint shall be uniform and free from brush marks, sags, blemishes, scattering, crawling uneven thickness, holes, lap marks, lifting, peeling, staining, cracking, checking, scaling holidays and alegatoring.

Tender No.32/Brs/SC/16/OT

60 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 61: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

6.22 Each coat of paint shall be left to dry till it sufficiently hardens before the subsequent coat is applied. The time lag between the completion of the primer coat and the commencement of the covering coat shall not exceed 7 days. The drying time shall not be less than 3 days in the case of Red Lead Paint. Each coat of paint shall be inspected by BRI/AEN and certified as satisfactory before applying the subsequent coat.

The Paints/painting shall be tested with the help of the following instruments supplied by the contractor at his own cost and should be made available at the work sites during the execution of work for checking paint thickness and quality of the paints being utilized during the higher official inspection. After the completion of work in full respects before passing the final bill these equipments in good working condition shall be handed over to ADEN/Br/Sc office and acknowledgement to be produced. The following test is invariably to be conducted at site in the field by the BRI /ADEN in addition to the test conducted by the CMT/LGD or any National Test House.

i) Weight per litre cup 100 ML capacity Stainless steel. ii) For Cup No.4. iii) Scratch Hardness Tester Hand operated preferably with lighting

arrangement. iv) Flexibility and Adhesion Tester with ¼” (6.25mm) dia rod. v) “ELCO” Meter: 0 to 5 Mils Range vi) “ELCO” Meter: 5 to 20 Mils range. vii) Digital coating thickness gauge ( F& NF Type) including all optional

accessories as per the company instruction manual and along with cable and soft ware for RS 232C

6.23 Representative samples from each Batch of Paint shall be got tested by either the Chemist & Metallurgist/Lallaguda (Secunderabad) or at any other National Testing Laboratories whichever is convenient at the cost of the Contractor. If the samples of paint tested, do not conform to the ISI Specifications the whole lot of paint pertaining to that Batch shall be rejected.The thickness of the dry film shall not be less than the specified thickness as shown in the Annexure ‘’A’’ If the thickness is found less than specified thickness additional coat of paint has to be applied to bring it to the required thickness. The thickness shall be measured at various locations to ensure that the minimum prescribed thickness is retained all over the areas painted. Engineer-in-charge should satisfy himself that the thickness obtained is not less than that specified. 7.0 The entire surface shall be painted however difficult it is to reach. Painted surface shall be smooth and uniform in colour. The thickness of each coat of paint shall be measured by ELCO meter. 7.10 0 The time lag between successive operations indicated below shall under no circumstances be exceeded. a) i)Between completion of surface preparation to Type II Standard and the application of Primer coat 24 hours ii) Between Type-I preparation and 1st finishing coast 48 hours b) Between the Primer coat and the 1st finishing coat 7 days c) Between the 1st finishing coat & the 2nd finishing coat 7 days

Tender No.32/Brs/SC/16/OT

61 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 62: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

8.0 MAINTENANCE OF FIELD-CUM-SITE ORDER BOOKS: 8.1 Field-cum-site order books shall invariably be maintained for the painting work. Two separate Field Books shall be maintained for each Bridge, so that one Book can be with the Inspector concerned, while the other book accompanies the Bill and M.Book for check and passing of the Bill. All the field books shall accompany the Final Bill and they shall be finally filed in DEN’s office. 8.2 Inspector-in charge shall record certificates, in both Field Books and M.Books on completion of each stage of work i.e. surface preparation either Type I or Type II, Primer coats, 1st finishing coat and 2nd finishing coat in token of the completion of each stage of work confirming that each operation is done satisfactorily and completely. The minimum thickness of paint for each coat has to be recorded by the Inspectors and the AEN’s shall test checks the same. 8.3 The certificate to be forwarded by the Inspectors and AENs shall read as under:-

“Certified that Primer coat of span No._____________________ 1st Finishing coat. 2nd

i) Section, KM Bridge No. Span details, Type of girders.

Finishing Coat Bridge No._______is satisfactorily completed in full (except for___________).The total quantity of paint consumed is _________ Ltrs. And the minimum thickness of the paint is___________Microns”.A similar certificate shall be furnished for the surface preparation either Type I or Type II.

8.4 Field-cum-site order book shall contain the following information:-

ii) Contractor’ Name and address: Details of Agreement.\ iii) Name of Manufacturer of the Paint, specifications, Batch No

Manufacturing Date, expiry date, Reference to Certificated by the Chemist and Metallurgist, Lallaguda, Secunderabad or certificate issued by National Test House.

iv) Date of commencement and completion of each of the following operations, for each span:

a) Surface preparation. b) Painting Primer coat c) Painting 1st

d) Painting 2 Finishing coat

nd

v) Measurement of thickness of paint as measured by “ELCO” Metre.

Finishing coat

vi) If a particular portion of Girder namely Top Boom, Bottom

Boom Diagonal, vertical member, etc. is not required to be prepared to Type II preparation, advance intimation has to be given to contractor and clear acknowledgement obtained in the Field Book before the contractor commences the work on any Girder span.

8.5 Results of tests conducted by BRI on paint shall also be recorded in the Field/site Order Books. A minimum of two tests per batch of paint shall be Conducted at random.

Tender No.32/Brs/SC/16/OT

62 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 63: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

ANNEXURE-B

Sl No

DRY FILM THICKNESS AND RATES OF CONSUMPTION Description Zinc

chromites Primer yellow IS-104

Zinc chromites primer red oxide IS 2074

Red Oxide IS-123-1962

Aluminum IS-2339-1962

1 Pigment/compound 36% 53 to57% 50% 2 Oil % 64% 45 + 2% 50% 3 V= Volume of Residue in cm 3

/Litre paint 530-570 500

4 A= Area covered in m2 12-14 /Litre paint

10.3-12 11.61 13.94

5 T= (Thickness in microns) 25-30 30-35 45 35 ANNEXURE-C

Sl No

DEFECTS IN PAINTED SURFACE Nature of defect

Causes Effects

1 Blistering 1 Painting in hot sunlight 2 Excessively thick coating

Film surfaces dries too rapidly trapping solvent which later expands and blisters the paint

2 Brush marks 1.Excessive working of wet film. 2.Working in high temperature. 3 Less material applied. 4 Insufficient drying time for previous coat

1 Reduces flow leaving marks. 2 Solvent evaporates before film is leveled 2 Insufficient body does not permit

flow. 3 New coat softens previous coating 4 which prevents normal flow of

paint.

3 Cracking checkings scaling & Flanking.

Thick Paint film Too thick a film applied and previous layers brittle.

4 Bubbling & crating

1 Over shaking. 2 High Temperature.

1 Excessive foaming and bubbling of paint before applying. 2 Material dries quickly preventing breaking of bubbles and flowing.

5 Crawling 1 Improperly cleaned surface 2 Moisture

1 Contaminants like oil, grease, residue etc. left on surface causing crawling. 2 Moisture present on surface causes crawling,(Particularly early in the day.)

Tender No.32/Brs/SC/16/OT

63 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 64: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

6 Uneven gloss 1 Porous surface 2 Uneven thickness 3 Moisture 4 Overlaps

1 Vehicle of new coat sinks into the surface leaving excessive pigment without binder and loss of gloss. 2 Gloss increases with increased film thickness. 3 Moisture on film during drying flattens the gloss. 4. Due to varying thickness.

7 Lap marks 1Working too long in one area 2 Too much heat 3 Improper thinner

1 coasting begins to set 2 Solvent is lost rapidly giving thicker film 3 Quick evaporating thinner shortens working time causing thicker film.

8 Lifting 1 Application of new film on poorly adhering paints. 2 Applying next coat before drying of previous coat. 3 Applying hard coat over & softer coat

1 Shrinking of new film dislodges the old film 2 Final coat traps solvent of previous coat 3 Contraction of new coat pulls up the softer coat.

9 Peeling 1 Inadequate surface cleaning 2 Non-roughening of glossy surface before applying new coat. 3 Long delay in applying finishing coat. 4Failure to paint immediately after cleaning.

Primers when exposed for long period may chalk or dust and grease contaminate the surface preventing bonding Rust which forms has unstable surface.

10 Sagging & allegorating

1 Failure to roughen the hard or glossy finish of previous coat. 2 Applying too much paint 3 Excessive thinning.

11 Staining Contaminants on the surface

They dissolve in paint and cause staining e.g oil grease, pen/pencil marks.

12 Wrinkling. 1 Applying too much paint 2 Applying 2nd

1 Surface dries but inner layer Remains soft. 2 New coast shrinks and wrinkles the Softer inner coat. 3 Surface dries rapidly 4 Surface dries faster while inner paint is still wet.

coat before 1st coat is dried. 3 Painting in hot sun 4 Applying paint on cold surface.

Tender No.32/Brs/SC/16/OT

64 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 65: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

Special Note :- In place of ready mixed red oxide confirming to IS -123, paint confirming to IS: 13607 (smoke grey) to be used for finishing coat for which no extra payment shall be made Contractor DEN /Bridges/ SC

Tender No.32/Brs/SC/16/OT

65 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 66: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

VII

VIII

Tender No.32/Brs/SC/16/OT

66 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

W5NORTH
Pencil
W5NORTH
Pencil
Page 67: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

SOUTH CENTRAL RAILWAY TENDER SCHEDULE

Name Of Work:- SECUNDERABAD - REPLACEMENT OF CENTRAL FOOT OVER BRIDGE ON CONDITION BASIS

SCHEDULE 'A' (S.S.R.2010 ITEMS).

Sl

No Item No Description Quantity Unit Rate Total 1 011011 EARTHWORK WITH DEFINED LEAD Earth work in excavation as per approved 5624 (Five cum Rs.100.28(Rs. Rs.5, 63,974.72 (Rs.

drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in(1)All kinds of soils

Thousand Six Hundread Twenty

Four CUM)

One Hundred And Paise

Twenty Eight.)

Five lakh Sixty Three Thousand

Nine Hundread Seventy Four And

Paise Seventy Two.)

2 011012 EARTHWORK WITH DEFINED LEAD Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in(2)Ordinary Rock (Not requiring blasting)

1150 (One Thousand One Hundread Fifty

CUM)

cum Rs.292.78(Rs. Two Hundread Ninty Two And Paise Seventy

Eight.)

Rs.3,36,697.00 (Rs. Three lakh Thirty Six Thousand Six

Hundread Ninty Seven And Paise

Zero.) 3 012010 Extra over item 011010 for excavation in foundations for buildings and bridges to

cover dressing to neat dimension and plumbing sides etc. Note : Dressing under this item is payable for the total quantity of excavation in foundation and not partly

24 (Twenty Four CUM)

cum Rs.10.1(Rs. Ten And Paise

Ten.)

Rs.242.40 (Rs. Two Hundread Fourty

Two And Paise Fourty.)

4 012050 Supplying and filling sand in plinth and under floors including watering, ramming, consolidating and dressing complete

240 (Two Hundread Fourty CUM)

cum Rs.615.03(Rs. Six Hundread

Fifteen And Paise Three.)

Rs.1,47,607.20 (Rs. One lakh Fourty

Seven Thousand Six Hundread

Seven And Paise Twenty.)

5 014033 Felling trees of girth (measured at a height of 1m above ground level) including lead and stacking of material within 100m. Note : 1. When stumps are grubbed up in addition, the rates shall be doubled for trees cut and grubbed. 2. Payment for grubbing shall only be made where specially ordered. 3. Grubbing shall be ordered only where it is essential to remove the stumps, including the roots, as per specification. 4. Grubbing shall include removal of roots of trees and saplings to a depth of 60 cm below ground level or 30 cm below formation level or 15 cm below sub grade level, whichever is lower(3)Girth over 1.5m upto 3 m

1 (One Numbers.) Each (One Number)

Rs.615.9(Rs. Six Hundread

Fifteen And Paise Ninty.)

Rs.615.90 (Rs. Six Hundread Fifteen And Paise Ninty.)

6 021070 Loading/Unloading ballast, kankar, brickbats, stone- chips, shingle, stone boulders, block kankar, pitching stones , rubble stones, laterite, coal, surkhi, dry mortar, sand , moorum, earth, manure or sludge, ashes, lime etc., including lead up to 50m and stacking into/from trucks, trailors or wagons

25 (Twenty Five CUM)

Cum Rs.46.62(Rs. Fourty Six And

Paise Sixty Two.)

Rs.1,165.50 (Rs. One Thousand One

Hundread Sixty Five And Paise

Fifty.)

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

67 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 68: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 7 021090 Leading ballast, kankar, brickbats, stone-chips, shingle, stone boulders, block

kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, moorum, earth, manure or sludge, ashes, lime, debris, muck, malba, etc. for lead upto 25 km. Note : Lead under this item is payable when the same exceeds 500m.

8 021150 Leading miscellaneous materials such as iron work, rails, fittings & fastenings, pipes, wooden logs, stones over pitching stone size, RCC/PCC beams / slabs etc and all similar articles (each individual article or bundle being not more than 3.5 metres long in the longest direction) including all loading, unloading and stacking, lead over500m and upto 10 km. Note : Lead under this item is payable when the same exceeds 500m.

9 021170 Leading miscellaneous materials such as iron work, rails, pipes, wooden logs, stones over pitching stone size, RCC/PCC beams / slabs etc. and all similar articles (each individual article or bundle being more than 3.5 metres long in the longest direction) by truck, trailor, etc including all loading, unloading and stacking, lead over500m and upto 10 km. Note : Lead under this item is payable when the same exceeds 500m.

10 021370 Extra over initial lead of 50 M for crossing each running track for the items covered in 021170.

3515 (Three Thousand Five

Hundred Fifteen CUM)

5 (Five MT)

251 (Two Hundred Fifty One MT)

100 (One Hundred Numbers.)

Cum

MT

MT

Each (One Number)

Rs.59.54(Rs. Fifty Nine And

Paise Fifty Four.)

Rs.108.05(Rs. One Hundread

Eight And Paise Five.)

Rs.115.72(Rs. One Hundread

Fifteen And Paise

Seventy572 Percent

Rs 11.57

Rs.2,09,283.10 (Rs. Two lakh Nine Thousand Two

Hundread Eighty Three And Paise

Ten.) Rs.540.25 (Rs. Five

Hundread Fourty And Paise Twenty

Five.)

Rs.29,045.72 (Rs. Twenty Nine

Thousand Fourty Five And Paise Seventy Two.)

Rs.1157 (Rs. Eleven hundred and fifty seven

Paisa Zero.)

11 042011 Centering and shuttering including strutting, propping etc. and removal of form for :(1)Foundations, footings, bases of columns, raft foundation of washable aprons,

2330 (Two Thousand Three

Sqm Rs.132.5(Rs. One Hundread

Rs.3,08,725.00 (Rs. Three lakh Eight

Pile caps, Footings of FOB etc. Hundread Thirty SQM)

Thirty Two And Paise Fifty.)

Thousand Seven Hundread Twenty

Five And Paise Zero.)

12 042013 Centering and shuttering including strutting, propping etc. and removal of form for :(3)Suspended floors, roofs, landings, balconies, FOBslabs, walkway slabs and

1820 (One Thousand Eight

Sqm Rs.230.7(Rs. Two Hundread

Rs.4,19,874.00 (Rs. Four lakh Ninteen

access platform

13 042014 Centering and shuttering including strutting, propping etc. and removal of form for :(4)Lintels, beams, plinth beams, bed blocks, girders, bressumers and cantilevers

Hundread Twenty SQM)

275 (Two Hundread Seventy Five SQM)

Sqm

Thirty And Paise Seventy.)

Rs.199.23(Rs. One Hundread Ninty Nine And

Paise Twenty Three.)

Thousand Eight Hundread Seventy

Four And Paise Zero.)

Rs.54,788.25 (Rs. Fifty Four

Thousand Seven Hundread Eighty Eight And Paise

Twenty Five.)

Tender No.32/Brs/SC/16/OT

68 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 69: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 14 042015 Centering and shuttering including strutting, propping etc. and removal of form 415 (Four Hundread Sqm Rs.291.2(Rs. Rs.1,20,848.00 (Rs.

for :(5)Columns, pillars, , posts and struts Fifteen SQM) Two Hundread Ninty One And Paise Twenty.)

One lakh Twenty Thousand Eight

Hundread Fourty Eight And Paise

Zero.) 15 042016 Centering and shuttering including strutting, propping etc. and removal of form

for :(6)Stairs (excluding landings) except spiral-staircases 700 (Seven

Hundread SQM) Sqm Rs.265.1(Rs.

Two Hundread Sixty Five And

Paise Ten.)

Rs.1,85,570.00 (Rs. One lakh Eighty

Five Thousand Five Hundread Seventy

And Paise Zero.) 16 051014 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and

plinth in :(4)Cement mortar 1:4 (1 cement : 4 fine sand) 100 (One Hundread

CUM) cum Rs.2311.21(Rs.

Two Thousand Three

Hundread Eleven And

Paise Twenty One.)

Rs.2,31,121.00 (Rs. Two lakh Thirty

One Thousand One Hundread Twenty

One And Paise Zero.)

17 051040 Extra over item 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level :

50 (Fifty CUM) cum Rs.166.76(Rs. One Hundread

Sixty Six And Paise Seventy

Six.)

Rs.8,338.00 (Rs. Eight Thousand

Three Hundread Thirty Eight And

Paise Zero.) 18 062014 Coursed rubble masonry (1st sort) with hard stone in foundation and plinth with

:(4)Cement mortar 1:6 (1cement: 6fine sand) 100 (One Hundread

CUM) cum Rs.2319.13(Rs.

Two Thousand Three

Hundread Ninteen And

Paise Thirteen.)

Rs.2,31,913.00 (Rs. Two lakh Thirty

One Thousand Nine Hundread Thirteen

And Paise Zero.)

19 062030 Extra for coursed rubble masonry with hard stone (first or second sort) in superstructure above plinth level up to floor two level

50 (Fifty CUM) cum Rs.388.52(Rs. Three

Hundread Eighty Eight

And Paise Fifty Two.)

Rs.19,426.00 (Rs. Ninteen Thousand

Four Hundread Twenty Six And

Paise Zero.)

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

69 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 70: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

21 094061 Providing & fixing Precast Chequered tiles conforming to IS:13801:1993, 3500 (Three Sqm Rs.478.93(Rs. Rs.16,76,255.00 manufactured under mechanical vibration & hydraulic pressing machine in Thousand Five Four Hundread (Rs. Sixteen Lakh

No Item No Description Quantity Unit Rate Total 20 081070 Erecting rails in posts, platform wall copings etc. including necessary cutting

and drilling 410 (Four Hundread

Ten QUINTAL) quintal Rs.80.36(Rs.

Eighty And Paise Thirty

Six.)

Rs.32,947.60 (Rs. Thirty Two

Thousand Nine Hundread Fourty Seven And Paise

Sixty.)

double layer; top layer of 10 to 12 mm thickness of Dolomite Powder, graded chips, fibre and UV stabilised iron oxide Lanexess colour and bottom layer of 1:3 CC mixed with galvanised steel fibre of approved quality, jointed with neat cement slurry mixed with pigment to match shade of tiles including rubbing and cleaning etc. complete on 20mm thick bed of cement mortar1:4 of sizes :(1)250mm x 250mm x 25mm thick

22 096072 Kota stone slab flooring of size up to 60x60cm over20mm (average) thick base of 1:4 cement mortar (1cement: 4coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete(2)25mm thick

23 096122 Providing flag stone (Neemuch, Shahabad, Kota, etc) flooring unpolished over 20mm (average) thick 1:4 cement mortar (1cement:4coarse sand) base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab complete including cement sand pointing 1:2 with pigment and cleaning etc complete(2)40mm thick stones

24 099175 Providing and fixing 18mm thick mirror polished, machine cut for floors and similar locations of required size of approved shade, colour and texture laid over 20mm thick base cement mortar 1:4 (1cement: 4coarse sand) with joints treated with white cement, mixed with matching pigment, epoxy touchups, including rubbing, curing etc. complete at all levels(5)Granite Pink. Area of slab over 1.0 Sqm but upto 2.0Sqm Or larger

25 099182 Providing and fixing 25mm thick flame cut/machine cut for floors /stairs and similar locations of required size of approved shade, colour and texture laid over20mm thick base cement mortar 1:4 (1cement:4coarse sand) with joints treated with white cement, mixed with matching pigment, epoxy touchups, including rubbing, curing etc. complete at all levels(2)Granite Pink/Grey - Area of slab 0.10 Sqm to 0.2 Sqm

Hundread SQM)

200 (Two Hundread SQM)

1000 (One Thousand SQM)

125 (One Hundread Twenty Five SQM)

25 (Twenty Five SQM)

Sqm

Sqm

Sqm

Sqm

Seventy Eight And Paise

Ninty Three.)

Rs.814.55(Rs. Eight Hundread

Fourteen And Paise Fifty

Five.) Rs.1012(Rs.

One Thousand Twelve And Paise Zero.)

Rs.1961.48(Rs. One Thousand Nine Hundread Sixty One And

Paise Fourty Eight.)

Rs.2527.08(Rs. Two Thousand Five Hundread Twenty Seven

And Paise Eight.)

Seventy Six Thousand Two

Hundread Fifty Five And Paise Zero.)

Rs.1,62,910.00 (Rs. One lakh Sixty Two

Thousand Nine Hundread Ten And

Paise Zero.) Rs.10,12,000.00

(Rs. Ten Lakh Twelve Thousand And Paise Zero.)

Rs.2,45,185.00 (Rs. Two lakh Fourty

Five Thousand One Hundread Eighty

Five And Paise Zero.)

Rs.63,177.00 (Rs. Sixty Three

Thousand One Hundread Seventy

Seven And Paise Zero.)

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

70 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 71: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 26 109230 Supply and Installation, including lifting to all heights as required,

trapezoidal/corrugated sheeting system in galvalume colour coated steel having cover width of 1000 mm, 35 mm crest at a pitch of 250 mm stiffened with 8 mm deep intermittent corrugations or profiling approved by engineer-in-charge. Sheet should be made from base metal having 0.52 mm (±0.02 mm) thickness in steel of grade 345 as perASTM A792M, coated with alloy of Aluminum & Zinc to grade AZ150 (min. alloy mass 150 gsm total both sides) with colour coating having complete dip tank pre-treatment process with Chromate Conversion (Cr +3) as main pre-treatment followed by PU primer (Permaprime grade) of min. 5 micron DFT on each surface; finished with special polyester paint to grade EPG-20 of minimum 20 micron DFT on exposed surface and 5 micron in grey shade on unexposed surface. Fixing shall be done with self-tapping screws meeting requirement of Class-3 of AS 3566 with EPDM washers at suitable intervals as per site requirement and as directed by Engineer Incharge complete work

3720 (Three Thousand Seven

Hundread Twenty SQM)

Sqm Rs.543.1(Rs. Five Hundread

Fourty Three And Paise

Ten.)

Rs.20,20,332.00 (Rs. Twenty Lakh Twenty Thousand

Three Hundread Thirty Two And

Paise Zero.)

27 109261 Providing & fixing of coloured galvalume plain sheet flashings at ridges / apex junctions of roofing cladding, cover / corner / barge pieces etc. in required shape, colour duly fixed with stitching screws (with EPDM washers etc. as per site requirement)(1)Upto 600 mm width (girth)

610 (Six Hundread Ten RM)

RM Rs.393.99(Rs. Three

Hundread Ninty Three And

Paise Ninty Nine.)

Rs.2,40,333.90 (Rs. Two lakh Fourty Thousand Three Hundread Thirty

Three And Paise Ninty.)

28 111082 15mm cement plaster on rough side of single or halfbrick wall finished a floating coat of neat cement of mix -(2)1:4 (1cement: 4fine sand)

400 (Four Hundread SQM)

Sqm Rs.90.65(Rs. Ninty And

Paise Sixty Five.)

Rs.36,260.00 (Rs. Thirty Six Thousand

Two Hundread Sixty And Paise

Zero.) 29 111160 6 mm cement plaster 1:3 to CC/RCC in columns,beams, stairs etc when specifically

ordered except underside of ceiling 415 (Four Hundread

Fifteen SQM) Sqm Rs.59.6(Rs.

Fifty Nine And Paise Sixty.)

Rs.24,734.00 (Rs. Twenty Four

Thousand Seven Hundread Thirty Four And Paise

Zero.) 30 111170 6 mm cement plaster 1:3 (1cement: 3fine sand)finished with a floating coat of neat

cement and thick coat of lime wash on top of walls when dry for bearing of R.C.C. slabs and beams

900 (Nine Hundread SQM)

Sqm Rs.76.22(Rs. Seventy Six

And Paise Twenty Two.)

Rs.68,598.00 (Rs. Sixty Eight

Thousand Five Hundread Ninty Eight And Paise

Zero.)

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

71 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 72: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 31 114041 Pointing on stone work with cement mortar 1:3(1cement: 3fine sand)(1)Flush/ 400 (Four Hundread Sqm Rs.78.05(Rs. Rs.31,220.00 (Rs.

Ruled pointing SQM) Seventy Eight And Paise

Five.)

Thirty One Thousand Two

Hundread Twenty And Paise Zero.)

32 115090 Wall painting on new work with two or more coatsof plastic emulsion paint of 1400 (One approved brand and manufacture to give an even shade Thousand Four

Hundread SQM)

Sqm Rs.53.05(Rs. Fifty Three And

Paise Five.)

Rs.74,270.00 (Rs. Seventy Four

Thousand Two Hundread Seventy

And Paise Zero.) 33 121051 Painting with synthetic enamel paint of approved brand and manufacture to give an 500 (Five Hundread

even shade(1)Two or more coats on new work SQM) Sqm Rs.47.41(Rs.

Fourty Seven And Paise

Fourty One.)

Rs.23,705.00 (Rs. Twenty Three

Thousand Seven Hundread Five And

Paise Zero.) 34 141013 Providing, laying and jointing glazed stoneware pipes grade `A¿ as per IS:651 30 (Thirty METRE)

including bends etc. with stiff mixture of cement mortar in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete(3)200mm diameter

metre Rs.317.16(Rs. Three

Hundread Seventeen And Paise Sixteen.)

Rs.9,514.80 (Rs. Nine Thousand Five Hundread

Fourteen And Paise Eighty.)

35 181021 Demolishing plain cement concrete including disposal of material within 50m 724 (Seven lead(1)1:2:4 or richer mix with max. 20 mm coarse aggregate Hundread Twenty

Four CUM)

cum Rs.510.54(Rs. Five Hundread Ten And Paise

Fifty Four.)

Rs.3,69,630.96 (Rs. Three lakh Sixty

Nine Thousand Six Hundread Thirty And Paise Ninty

Six.) 36 181022 Demolishing plain cement concrete including disposal of material within 50m 10 (Ten CUM)

lead(2)Mix leaner than 1:2:4 with coarse aggregate larger than20mm cum Rs.314.85(Rs.

Three Hundread

Fourteen And Paise Eighty

Five.)

Rs.3,148.50 (Rs. Three Thousand

One Hundread Fourty Eight And

Paise Fifty.)

37 181030 Demolishing R.C.C. work including cutting and stacking of steel bars and disposal 170 (One Hundread of unserviceable material within50m lead. (Extra payment for scraping, cleaning Seventy CUM)

and straightening of bars to be made separately)

cum Rs.744.82(Rs. Seven

Hundread Fourty Four

And Paise Eighty Two.)

Rs.1,26,619.40 (Rs. One lakh Twenty

Six Thousand Six Hundread Ninteen And Paise Fourty.)

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

72 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 73: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 38 181040 Extra over Item Nos. 181021 and 181050 if pavement breaker is used on orders of 865 (Eight Hundread

Engineer Sixty Five CUM) cum Rs.223.44(Rs.

Two Hundread Twenty Three

And Paise Fourty Four.)

Rs.1,93,275.60 (Rs. One lakh Ninty

Three Thousand Two Hundread

Seventy Five And Paise Sixty.)

39 182013 Demolishing brick work including stacking of serviceable material and disposal of 50 (Fifty CUM) unserviceable material within 50m lead(3)In cement mortar

cum Rs.431.31(Rs. Four Hundread Thirty One And

Paise Thirty One.)

Rs.21,565.50 (Rs. Twenty One

Thousand Five Hundread Sixty Five And Paise

Fifty.) 40 182033 Demolishing stone rubble masonry including stacking of serviceable material and 50 (Fifty CUM)

disposal of unserviceable material within 50m lead(3)In cement mortar cum Rs.514.68(Rs.

Five Hundread Fourteen And

Paise Sixty Eight.)

Rs.25,734.00 (Rs. Twenty Five

Thousand Seven Hundread Thirty Four And Paise

Zero.) 41 183020 Dismantling tile work in floors/dado/skirting laid in cement mortar/ chemical 670 (Six Hundread

mortar/synthetic adhesive including stacking material within 50m lead Seventy SQM) Sqm Rs.24.32(Rs.

Twenty Four And Paise

Thirty Two.)

Rs.16,294.40 (Rs. Sixteen Thousand

Two Hundread Ninty Four And Paise Fourty.)

42 183030 Dismantling stone slab flooring/ dado/skirting laid in cement mortar/ lime mortar 85 (Eighty Five including stacking of serviceable material and disposal of unserviceable material SQM) within 50m lead

Sqm Rs.56.02(Rs. Fifty Six And Paise Two.)

Rs.4,761.70 (Rs. Four Thousand

Seven Hundread Sixty One And

Paise Seventy.) 43 183040 Dismantling Paver block/ stone sett flooring laid in dry mortar/ cement mortar / 300 (Three

bitumen, including stacking material within 50m lead Hundread SQM) Sqm Rs.44.79(Rs.

Fourty Four And Paise

Seventy Nine.)

Rs.13,437.00 (Rs. Thirteen Thousand

Four Hundread Thirty Seven And

Paise Zero.) 44 183062 Dismantling including stacking of serviceable material and disposal of 450 (Four Hundread

unserviceable material within 50m lead(2)Bituminous top layer of road Fifty SQM) Sqm Rs.90.91(Rs.

Ninty And Paise Ninty

One.)

Rs.40,909.50 (Rs. Fourty Thousand

Nine Hundread Nine And Paise

Fifty.)

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

73 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 74: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

within 50m lead in(2)Channels, angles, tees and flats/ rounds or any other rolled shape.

Thousand KG) And Paise Fifty One.)

Twelve Thousand Seven Hundread

Fifty And Paise Zero.)

48 186020 Dismantling steel work and trusses upto 10m span and5m height in built up sections in angles, tees, flats and channels including all gusset plates, bolts, nuts, cutting rivets, welding etc. including dismembering and stacking within 50m lead

195000 (One lakh Ninty Five Thousand

KG)

Kg Rs.1.19(Rs. One And Paise

Ninteen.)

Rs.2,32,050.00 (Rs. Two lakh Thirty

Two Thousand Fifty And Paise Zero.)

49 186040 Extra over item 186020 & 186030 for dismantling trusses, rafters, purlins etc. of steel work for additional span length of one metre or part thereof beyond 10m

195000 (One lakh Ninty Five Thousand

KG)

Kg Rs..18(Rs. Zero And Paise Eighteen.)

Rs.35,100.00 (Rs. Thirty Five

Thousand One Hundread And

Paise Zero.) 50 186050 Extra over item 186030 & 186040 for dismantling trusses, rafters, purlins etc. of

steel work for additional height of one metre or part thereof beyond 5m 100000 (One lakh

KG) Kg Rs..18(Rs. Zero

And Paise Eighteen.)

Rs.18,000.00 (Rs. Eighteen Thousand

And Paise Zero.) 51 188021 Dismantling G.I. /PVC pipes (external work) including excavation and refilling

trenches after taking out the pipes, including stacking of pipes within 50m lead(1)Upto 40mm dia

100 (One Hundread METRE)

metre Rs.33.02(Rs. Thirty Three

And Paise Two.)

Rs.3,302.00 (Rs. Three Thousand Three Hundread

Two And Paise Zero.)

52 188031 Dismantling rain water pipe of G.I, C.I, M.S, SCI, asbestos or PVC with fittings and clamps, including stacking the material within 50m lead(1)Dia of 80mm and below

100 (One Hundread METRE)

metre Rs.15.84(Rs. Fifteen And

Paise Eighty Four.)

Rs.1,584.00 (Rs. One Thousand Five

Hundread Eighty Four And Paise

Zero.)

No Item No Description Quantity Unit Rate Total 45 184081 Dismantling roofing including ridges, hips valleys and gutters etc. and

stacking the material within 50m lead of(1)G.I. sheet

46 186011 Dismantling steel work in single sections including dismembering & stacking within 50m lead in(1)R.S. joists./ Rails

47 186012 Dismantling steel work in single sections including dismembering & stacking

1000 (One Thousand SQM)

15000 (Fifteen Thousand KG)

25000 (Twenty Five

Sqm

Kg

Kg

Rs.35.21(Rs. Thirty Five And

Paise Twenty One.)

Rs..7(Rs. Zero And Paise Seventy.)

Rs..51(Rs. Zero

Rs.35,210.00 (Rs. Thirty Five

Thousand Two Hundread Ten And

Paise Zero.) Rs.10,500.00 (Rs.

Ten Thousand Five Hundread And

Paise Zero.) Rs.12,750.00 (Rs.

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

74 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 75: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

strutting along with provision of Jhoola / hanging scaffolding where Thousand SQM) Thirty Nine And Four lakh Sixty required(4)With two coats Aluminium paints in dual containers conforming to IS Paise Fifteen.) Nine Thousand : 2339 Eight Hundread

And Paise Zero.)

No Item No Description Quantity Unit Rate Total 53 211214 Painting cleaned bridge plate girders including all scaffolding, shuttering and

54 231043 Providing and laying water bound macadam with specified stone aggregate, stone screening and binding material including screening, sorting, spreading to template and consolidation with power road roller of 8 to 10 tonne capacity etc. complete.(3)Base course with 53mm to 22.4mm size including stone screening 11.2mm size

55 231061 Providing and laying bitumen penetration macadam with hard stone aggregate, with bitumen of suitable penetration grade including required key aggregate as specified, spreading coarse aggregate with the help of self propelled / tipper tail mounted aggregate spreader and applying bitumen by a pressure distributor and then spreading key aggregate with the help of aggregate spreader complete including consolidation with road roller of minimum 8 to 10 tonne capacity(1)For 50mm compacted thickness using 6cum coarse aggregate of size 50-20mm graded,1.5cum key aggregate of size 12.5mm graded, and 500kg paving asphalt

12000 (Twelve

90 (Ninty CUM)

450 (Four Hundread Fifty SQM)

Sqm

cum

Sqm

Rs.39.15(Rs.

Rs.1286.18(Rs. One Thousand Two Hundread Eighty Six And

Paise Eighteen.)

Rs.346.86(Rs. Three

Hundread Fourty Six And

Paise Eighty Six.)

Rs.4,69,800.00 (Rs.

Rs.1,15,756.20 (Rs. One lakh Fifteen Thousand Seven

Hundread Fifty Six And Paise Twenty.)

Rs.1,56,087.00 (Rs. One lakh Fifty Six Thousand Eighty Seven And Paise

Zero.)

56 80/ 100 per

233012 Providing and applying tack coat using bitumen emulsion (Rapid 100sqm setting) 450 (Four Hundread Sqm Rs.16.03(Rs. Rs.7,213.50 (Rs.

complying with IS:8887- 1995, spraying the bitumen emulsion with mechanically Fifty SQM) Sixteen And Seven Thousand operated spray unit, cleaning and preparing the existing road specification(2)On bituminous surface @ 0.25kg/ sqm

surface as per Paise Three.) Two Hundread Thirteen And Paise

Fifty.) 57. 021370 Extra over initial lead of 50M for crossing of each running track for

the item covered in 021090

3000 (Three Thousand Numbers.)

Each (One Number)

Rs.5.95 (Rs. Five And

Paise ninety five.)

Rs.17850.00 (Rs. seventeen Thousand eight hundred and fifty

TOTAL: 57 (FIFTY SEVEN) SSR 2010 ITEMS ONLY) TOTAL VALUE OF SCHEDULE 'A' . 1, 05, 22,953.37

(Rupees One Crore five lakh twenty two Thousand Nine Hundred fifty three and Paisa thirty seven only).

Percentage to be quoted by tenderer: Ain figures in words

T PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value of SCHEDULE 'A' (S.S.R.2010 ITEMS). in figures andwords. In case of discrepancy between figures and words the percentage quoted in words will be taken as correct.

Tender No.32/Brs/SC/16/OT

75 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 76: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

SPECIAL CONDITIONS: Enclosed

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

76 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 77: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

SOUTH CENTRAL RAILWAY TENDER SCHEDULE

Name Of Work:- SECUNDERABAD - REPLACEMENT OF CENTRAL FOOT OVER BRIDGE ON CONDITION BASIS

SCHEDULE 'B' (S.S.R.2010 ITEMS).

Sl

No Item No Description Quantity Unit Rate Total 1 031012 Providing and laying in position cement concrete of specified proportion excluding 310 (Three cum Rs.1865.68(Rs. Rs.5,78,360.80 (Rs.

cost of cement, centering and shuttering - All works upto Plinth level :(2)1:3:6 (1 Hundread Ten CUM) cement : 3 sand : 6 graded stone aggregate 40mm nominal size)

One Thousand Eight Hundread Sixty Five And

Paise Sixty Eight.)

Five lakh Seventy Eight Thousand

Three Hundread Sixty And Paise

Eighty.) 2 031023 Providing and laying cement concrete, up to plinth in retaining walls, walls (any

thickness) including attached plasters, columns, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets etc, excluding the cost of cement and of shuttering, centering.(3)1:2:4 (1

cement : 2 sand : 4 graded stone aggregate 20mm nominal size)

4 (Four CUM) cum Rs.2309.45(Rs. Two Thousand

Three Hundread Nine

And Paise Fourty Five.)

Rs.9,237.80 (Rs. Nine Thousand Two

Hundread Thirty Seven And Paise

Eighty.)

3 031051 Providing and laying in position cement concrete of M 20 grade, excluding the cost of cement and of centering and shuttering, as per direction of the Engineer in charge :(1)All works upto Plinth level

40 (Fourty CUM) cum Rs.2190.22(Rs. Two Thousand One Hundread

Ninty And Paise Twenty

Two.)

Rs.87,608.80 (Rs. Eighty Seven Thousand Six

Hundread Eight And Paise Eighty.)

4 041011 Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge(1)All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc.

1615 (One Thousand Six

Hundread Fifteen CUM)

cum Rs.2326.7(Rs. Two Thousand

Three Hundread

Twenty Six And Paise Seventy.)

Rs.37,57,620.50 (Rs. Thirty Seven Lakh Fifty Seven

Thousand Six Hundread Twenty And Paise Fifty.)

5 041012 Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge(2)All work in buildings above plinth level upto floor two level.

645 (Six Hundread Fourty Five CUM)

cum Rs.2530.27(Rs. Two Thousand Five Hundread

Thirty And Paise Twenty

Seven.)

Rs.16,32,024.15 (Rs. Sixteen Lakh

Thirty Two Thousand Twenty

Four And Paise Fifteen.)

TOTAL: 5 (FIVE) SSR 2010 ITEMS ONLY) TOTAL VALUE OF SCHEDULE 'B' . 60, 64,852.05

(Rupees Sixty Lakh Sixty Four Thousand Eight Hundread Fifty Two And Paise Five only).

Percentage to be quoted by tenderer: Ain figures in words

T PAR/ABOVE/BELOW.

Tender No.32/Brs/SC/16/OT

77 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 78: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

SCHEDULE 'B' (S.S.R.2010 ITEMS).

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value of SCHEDULE 'B' (S.S.R.2010 ITEMS). in figures andwords. In case of discrepancy between figures and words the percentage quoted in words will be taken as correct.

SPECIAL CONDITIONS:

C O N T R A C T OR

Enclosed

DEN/BR/SC

SOUTH CENTRAL RAILWAY TENDER SCHEDULE

Name Of Work:- SECUNDERABAD - REPLACEMENT OF CENTRAL FOOT OVER BRIDGE ON CONDITION BASIS

SCHEDULE 'C' (S.S.R.2010 ITEMS).

Sl

No Item No Description Quantity Unit Rate Total 1 033062 Supply and using cement at worksite :(2)OPC 53 grade

TOTAL: 1 (ONE) SSR 2010 ITEMS ONLY)

943.975 (Nine Hundread Fourty Three Point Nine

Seven Five TONNE)

Tonne Rs.4600(Rs. Four Thousand

Six Hundread And Paise

Zero.)

Rs.43,42,285.00 (Rs. Fourty Three Lakh Fourty Two

Thousand Two Hundread Eighty

Five And Paise Zero.)

TOTAL VALUE OF SCHEDULE 'C' .(Rupees Fourty Three Lakh Fourty Two Thousand Two Hundread Eighty Five And Paise Zero only).

43,42,285.00

Percentage to be quoted by tenderer: Ain figures in words

T PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value of SCHEDULE 'C' (S.S.R.2010 ITEMS). in figures andwords. In case of discrepancy between figures and words the percentage quoted in words will be taken as correct.

SPECIAL CONDITIONS: Enclosed

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

78 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 79: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 1 045016 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending,

placing in position and binding all complete.(6)Thermo-Mechanically Treated bars

2 131131 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work ¿ Exposed on wall(1)15 mm dia. nominal bore

3 131141 Providing and fixing medium grade G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the wall etc. Concealed pipe including painting with anti corrosive bitumestic paint, cutting chase and making good the wall(1)15 mm dia. nominal bore

4 131143 Providing and fixing medium grade G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the wall etc. Concealed pipe including painting with anti corrosive bitumestic paint, cutting chase and making good the wall(3)25 mm dia. nominal bore

85000 (Eighty Five Thousand KG)

900 (Nine Hundread METRE)

100 (One Hundread METRE)

100 (One Hundread METRE)

Kg

metre

metre

metre

Rs.50.76(Rs. Fifty And Paise

Seventy Six.)

Rs.124.61(Rs. One Hundread

Twenty Four And Paise Sixty

One.)

Rs.172.64(Rs. One Hundread

Seventy Two And Paise Sixty

Four.)

Rs.247.44(Rs. Two Hundread Fourty Seven

And Paise Fourty Four.)

Rs.43,14,600.00 (Rs. Fourty Three

Lakh Fourteen Thousand Six

Hundread And Paise Zero.)

Rs.1,12,149.00 (Rs. One lakh Twelve

Thousand One Hundread Fourty

Nine And Paise Zero.

) Rs.17,264.00 (Rs.

Seventeen Thousand Two

Hundread Sixty Four And Paise

Zero.) Rs.24,744.00

(Rs. Twenty Four

Thousand Seven Hundread Fourty

Four And Paise Zero.)

TOTAL :4 (FOUR) SSR 2010 ITEMS ONLY) TOTAL VALUE OF SCHEDULE 'D' . 44,68,757.00

(Rupees Fourty Four Lakh Sixty Eight Thousand Seven Hundread Fifty Seven And Paise Zero only).

Percentage to be quoted by tenderer: Ain figures in words

T PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value of SCHEDULE 'D' (S.S.R.2010 ITEMS). in figures andwords. In case of discrepancy between figures and words the percentage quoted in words will be taken as correct.

SPECIAL CONDITIONS: Enclosed

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

79 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 80: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total

1 081011 Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto6m height above GL(1)In RSJ, tees, angles and channels

47500 (Fourty Seven Thousand

Five Hundread KG)

Kg Rs.61.19(Rs. Sixty One And

Paise Ninteen.)

Rs.29,06,525.00 (Rs. Twenty Nine

Lakh Six Thousand Five Hundread

Twenty Five And Paise Zero.)

2 081012 Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto6m height above GL(2)In flats, plates, round or square bars

16500 (Sixteen Thousand Five Hundread KG)

Kg Rs.61.12(Rs. Sixty One And Paise Twelve.)

Rs.10,08,480.00 (Rs. Ten Lakh Eight

Thousand Four Hundread Eighty And Paise Zero.)

3 081031 Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete -

391300 (Three lakh Ninty One Thousand

Three Hundread

Kg Rs.80(Rs. Eighty And

Paise Zero.)

Rs.3,13,04,000.00 (Rs. Three Crore

Thirteen Lakh Four upto 6m height above GL(1)In RSJ, tees, angles and channels KG) Thousand And

Paise Zero.) 4 081120 Providing and fixing hard drawn steel wire fabric75X25 mm mesh of weight not

less than 7.75 Kg per sqm on angle iron or flat iron frame including all incidental work complete. Cost of frames to be paid separately under relevant item

2050 (Two Thousand Fifty

SQM)

Sqm Rs.502.6(Rs. Five Hundread Two And Paise

Sixty.)

Rs.10,30,330.00 (Rs. Ten Lakh

Thirty Thousand Three Hundread Thirty And Paise

Zero.) 5 081292 Steel work in built up tubular trusses including cutting, hoisting, fixing in position

and applying a priming coat of approved steel primer, welded and bolted including special shaped washers etc. complete(2)Hot finished seamless type tubes

6400 (Six Thousand Four Hundread KG)

Kg Rs.93.14(Rs. Ninty Three

And Paise Fourteen.)

Rs.5,96,096.00 (Rs. Five lakh Ninty Six

Thousand Ninty Six And Paise Zero.)

6 081360 Providing and fixing M.S. round holding down bolts with nuts and washer plates complete

11400 (Eleven Thousand Four Hundread KG)

Kg Rs.74.65(Rs. Seventy Four

And Paise Sixty Five.)

Rs.8,51,010.00 (Rs. Eight lakh Fifty One Thousand Ten And

Paise Zero.) 7 081411 Steel work welded in built up sections/ framed work including cutting, hoisting, fixing

in position and applying a priming coat of approved steel primer using structural steel etc. as required(1)In stringers, treads, landings etc. of stair cases including use of chequered plate wherever required all complete

20000 (Twenty Thousand KG)

Kg Rs.54.69(Rs. Fifty Four And

Paise Sixty Nine.)

Rs.10,93,800.00 (Rs. Ten Lakh Ninty

Three Thousand Eight Hundread

And Paise Zero.)

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

80 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 81: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

Sl

No Item No Description

SCHEDULE 'E' (S.S.R.2010 ITEMS).

Quantity

Unit Rate Total 8 083050 Fabricating, supplying & installing stainless steel railings for staircases,

balconies, FOBs, Enquiry/Reservation complex etc., made of SS 304 grade stainless steel, laser cut / water jet cut (no shearing), polished with Automatic round/flat polishing machine to get a uniform hairline finish. All parts shall be connected to each other with the help of prescribed size CNC made solid connectors, countersunk screws. Welding should be finished ensuring that no welding marks are visible and assembly is mounted on floor with the help of dash fasteners. Railings shall be fabricated as per approved drawings by engineer-in- charge. Manufacturer shall submit maintenance manual and basic material test report for grade certification.

TOTAL :8 (EIGHT) SSR 2010 ITEMS ONLY)

3000 (Three Thousand KG)

Kg Rs.500.8(Rs. Five Hundread

And Paise Eighty.)

Rs.15,02,400.00 (Rs. Fifteen Lakh

Two Thousand Four Hundread And

Paise Zero.)

TOTAL VALUE OF SCHEDULE 'E' .(Rupees Four Crore Two lakh Ninty Two Thousand Six Hundread Fourty One And Paise Zero only).

4,02,92,641.00

Percentage to be quoted by tenderer: Ain figures in words

T PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value of SCHEDULE 'E' (S.S.R.2010 ITEMS). in figures andwords. In case of discrepancy between figures and words the percentage quoted in words will be taken as correct.

SPECIAL CONDITIONS: Enclosed

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

81 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 82: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 1 211070 Supplying and fixing anti-slip M.S. Angles/nosing 65mmx 65x 8mm or any

other size confirming to IS:2062 fixing 10mm dia, anchor bar 600mm C/C and fixing with main girder with M.S. flat on top of step of stair case, making anti-slip grooves 7 nos. arrangement for keeping and maintaining in position as per approved plan with all labour and material as a complete job

TOTAL :1 (ONE) SSR 2010 ITEMS ONLY)

10400 (Ten Thousand Four Hundred KG)

Kg Rs.58.7(Rs. Fifty Eight And

Paise Seventy.)

Rs.6,10,480.00 (Rs. Six lakh Ten

Thousand Four Hundred Eighty

And Paise Zero.)

TOTAL VALUE OF SCHEDULE 'F' .(Rupees Six lakh Ten Thousand Four Hundred Eighty and Paisa Zero only).

6,10,480.00

Percentage to be quoted by tenderer: Ain figures in words

T PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value of SCHEDULE 'F' (S.S.R.2010 ITEMS). in figures andwords. In case of discrepancy between figures and words the percentage quoted in words will be taken as correct.

SPECIAL CONDITIONS: Enclosed

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

82 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 83: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 1 N.S-1 Supplying and fixing/erecting the Ferrari make membrane PRECONTRAINT 350 (Three 1SqM (One Rs.5170(Rs. Rs.18,09,500.00

702S(made by serge Ferrari-France)as roof covering to the existing framework of Hundred Fifty Square Meter) Five Thousand (Rs. Eighteen Lakh cancopys, arches, sheds etc.,to single cone model including cutting the membrane Square Meters.) One Hundred Nine Thousand seaming, erection, tensioning with chain pully and clamping to the base structure Seventy And Five Hundred And with all contractors materials, men etc., a per the specification and as directed by Paise Zero.) Paise Zero.) the engineer in charge with the following specifications. Specifications of the tensile membrane. Make: Serge Ferrari-France Frabic: Polyester fabric with PVDF (Polyvinyl indene fluoride)

Top coat. Yarn: 1100 dtex PES HT Weight: 750 grms/Sqm Tensile strengths-(warp/weft) 280/280 daN/5cm Tear Resistance(warp/weft) 30/28 daN Adhesion (warp/weft)10/10 daN/5cm Surface treatment-Formula weldable fluorinated varnish Light transmission -13.5% Flame retardancy-M2/NFP 92-507 CSFM T 119.B1/DIN 4102 Manufacture guarantee -7 years

TOTAL :1 (ONE) N.S ITEMS ONLY) TOTAL VALUE OF SCHEDULE 'G' . 18,09,500.00

(Rupees Eighteen Lakh Nine Thousand Five Hundread And Paise Zero only).

Percentage to be quoted by tenderer: Ain figures in words

T PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value of SCHEDULE 'G' (N.S. ITEMS). in figures and words. Incase of discrepancy between figures and words the percentage quoted in words will be taken as correct.

SPECIAL CONDITIONS: Enclosed

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

83 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 84: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

No Item No Description Quantity Unit Rate Total 1 N.S-1 Cutting of rails with gas true to square the rails of any section under traffic

condition / laying alongside the track / at depot as directed by the Engineer-in- charge with all contractor¿s labour, tools, consumables with all lead and lift handling etc., complete

100 (One Hundread Cuts)

Each Cut (Each Cut)

Rs.32.07(Rs. Thirty Two And Paise Seven.)

Rs.3,207.00 (Rs. Three Thousand

Two Hundread Seven And Paise

Zero.)

TOTAL: 1 (ONE) N.S ITEMS ONLY) TOTAL VALUE OF SCHEDULE 'H' .

(Rupees Three Thousand Two Hundread Seven And Paise Zero only). 3,207.00

Percentage to be quoted by tenderer: Ain figures in words

T PAR/ABOVE/BELOW.

Note:-Tenderer should quote percentage either at PAR/ABOVE/BELOW based on face value of SCHEDULE 'H' (N.S. ITEMS). in figures and words. Incase of discrepancy between figures and words the percentage quoted in words will be taken as correct.

SPECIAL CONDITIONS: Enclosed

APPROXIMATE TOTAL TENDER VALUE Rs 8,03,41,221.64/- (Approximate value of the tender arrived by addition of "AT PAR" value of SSR items enhanced with certain estimated percentage and the value of the NS ITEMS at the basic rates adopted in the schedule.)

C O N T R A C T O R DEN/BR/SC

Tender No.32/Brs/SC/16/OT

84 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 85: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

SOUTH CENTRAL RAILWAY SECUNDERABAD D I V I S I O N

Open Tender Notice No.DRM/Works/SC/25 - 36/2016/OT ,Dt:12-02-2016

For and on behalf of President of India, the undersigned invites sealed open tenders for the following works up to

14.30 hours on 29-03-2016.

Sl. No

Tender No.

Name of work

Tender Value [Rs]

EMD [Rs]

Cost of tender

Document

Completion period

[Months]

Maintenance period

[months]

Worksconsidered

similar in naturetowards

01 25/W/SC/16/OT

VKB – PRLI Section:Proposed repairs to cesswork under SSE/P.Way/Udgiri section of ADEN/BIDAR Subdivision

90,53,810/- 1,81,080/- 5,000/- 09 Nil

Any one work of earth work individually and / or in combination with rock cutting and / or bridges.

02 26/W/SC/16/OT

VKB – PRLI Section:Supply, stacking of 50mmgauge hard and durablemachine crushed stoneballast to Railway’sspecification at Railwaydepot at KHANAPURstation in SC division andloading the same intoRailway hoppers/Trafficballast wagons bymechanical means.

3,35,50,000/- 3,17,750/- 10,000/- 12 Nil

Supply of machine crushed ballast for Railways (NOTE: The tenderer should have a captive supply source either by having Captive crusher plant owned or leased or tie up through MOU to an existing plant operator having quarry permits or lease from Mining Department. A Self certified copies in authentication of the proposed arrangements shall be submitted by the Tenderer along with the Tender documents.)

Tender No.32/Brs/SC/16/OT

85 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 86: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

03 27/W/SC/16/OT

VKB – PRLI Section:Supply, stacking of 50mmgauge hard and durablemachine crushed stoneballast to Railway’sspecification at Railwaydepot at BIDAR station inSC division and loadingthe same into Railwayhoppers/Traffic ballastwagons by mechanicalmeans.

6,71,00,000/- 4,85,500/- 10,000/- 24 Nil

Supply of machine crushed ballast for Railways (NOTE: The tenderer should have a captive supply source either by having Captive crusher plant owned or leased or tie up through MOU to an existing plant operator having quarry permits or lease from Mining Department. A Self certified copies in authentication of the proposed arrangements shall besubmitted by the Tenderer along with the Tender documents.)

04 28/Cr/SC/16/OT

KAZIPET: DLS/KZJ – Repairs to roofing and side sheeting of under truck and traction motor section shed and repairs to drainage system.

98,96,385/- 1,97,930/- 5,000/- 06 06

Any work of steel fabrication or fabrication and erection of FOB or PF shelter or Industrial shed or steel/ composite girder bridge or Microwave /HT Tower or channel sleepers

05 29/Cr/SC/16/OT

SW-I: Aleru: Improve-ments to gang staff quarters 21-Nos at LC 35 and provision of new drainage pipe line at Rly. Qrs.19/1-6. SW-II: Repairs to CI grating of central drain of washing apron, water hydrant GI pipe line and it’s supporting arrangements between Road No.1 & 2 at Kazipet.

73,54,339/- 1,47,090/- 5,000/- 06 06

Water supply installations or water pipe line work or sewerage work or drainage complete building work.

Tender No.32/Brs/SC/16/OT

86 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 87: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

06 30/Cr/SC/16/OT

SC- KZJ Section: Hiring of lorries/trucks of 6T for track maintenance work under SSE/P.Way/SNF, GT & CR/KZJ section under ADEN/E/SC & ADEN/N/KZJ (for Two years).

30,86,640/- 61,740/- 3,000/- 24 Nil Nil

07 31/Cr/SC/16/OT

SW-I:SNF–Improvements to water supply arrange-ments to quarters. SW-II: SNF: Repairs to approach road to Goods complex /SNAG. SW-III: Repairs to bank of balancing reservoir at bridge No.349Dn between BG – RAG stations and Bridge No.249 (Oliphanta Bridge) and Br.No.251 (Rail Nilayam Bridge) under ADEN/E/SC Sub. Division. SW-IV: Repairs to roads in colony and station circulating area on SSE/W/SNF section.

1,03,29,148/- 2,01,650/- 5,000/- 06 06 Any Civil Engineering work.

08 32/Brs/SC/16/OT

Secunderabad station:Replacement of centralFoot over bridge oncondition basis.

8,03,41,222/- 5,51,710/- 10,000/- 12 06

Any work of steel fabrication or fabrication and erection of FOB or PF shelter or Industrial shed or steel/ composite girder bridge or Microwave /HT Tower or channel sleepers.

09 33/Brs/SC/16/OT

SC–Division: Relaxationof 30 kmph PSR on bridgeNo.208 Up & Dn in KZJ–BPQ section.

4,92,32,048/- 3,96,170/- 10,000/- 09 06

Any bridge work involving well foundation (or) Any work of substructure of bridge involving well foundations.

Tender No.32/Brs/SC/16/OT

87 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 88: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

10 34/Brs/SC/16/OT

SW-I: Provision of oneescalator at SC station onPF No.10 at HYB end FOB.SW-ii & iii: Provision of2-Nos of escalators atHYB station new FOB and2-Nos of escalators at KZJstation new FOB.

1,69,77,514/- 2,34,890/- 5,000/- 06 06

Any work of steel fabrication or fabrication and erection of FOB or PF shelter or Industrial shed or steel/ composite girder bridge or Microwave /HT Tower or channel sleepers.

11 35/Brs/SC/16/OT

KZJ–BPQ Section:Supplying and installationof water level monitoring system at Br.No.298 between BPQ- MAGH stations.

10,85,000/- 21,700/- 2,000/- 03 12 Nil

12 36/Brs/SC/16/OT

KZJ – BPQ & KZJ–SC Section SW-I: Complete painting of bridges and structures of SSE/Brs/N/ KZJ unit comprising of FOB’s, Bridges & DLS/KZJ. SW-II: KZJ – BZA, SYI & MUGR Complete painting of bridges and structures of SSE/Brs/S/KZJ unit comprising of FOB’s, Bridges. SW-III: SC-KZJ, HSJ-HYB,SC-WD, ELS/LGD, IOH/HYB & IOH/SC. Complete painting of bridges and structures of SSE/Brs/SC unit comprising of FOB’s, and Bridges.

1,08,65,586/- 2,04,330/- 5,000/- 06 06

Bridge painting or metallization of steel structures or painting of steel work in workshop like roof trusses / steel columns or steel channel sleepers or steel platform shelter etc. or fabrication and erection of steel girders in which painting of members was an integral part.

Total items:12 Items only

1) he tender forms are available for sale in the office of Sr.DEN/Co-ordination, Secunderabad Division, South Central Railway, Secunderabad after remittance of the cost of tender forms as above. If any plan/drawing is attached with the tender form, Rs.200/- for plan/drawing will be levied extra. The cost of tender form may be remitted to the Divisional Cashier (Pay) S.C.Railway, Secunderabad, Hyderabad, Vijayawada, Guntur, Guntakal and Nanded, Chief Cashier (Pay)/Secunderabad, South Central Railway or any Station Master/Station Superintendent on S.C.Railway and the receipt obtained thereof should be submitted to this office with a requisition for issue of tender form. Money orders, Postal orders etc., will not be considered for issue tender forms. The tender forms are not transferable and the cost of the tender form is not refundable. This office will not entertain direct payment. An amount of Rs.500/- extra along with the prescribed cost of tender form to be paid if the tender documents are required by post. In this case, this office will not be responsible for any postal delay.

Tender No.32/Brs/SC/16/OT

88 of 89 Signature of Tenderer/Contractor

DEN/BR/SC

Page 89: foot over bridge - scr.indianrailways.gov.in Brs 16.pdfBSNL/Landline: Mobile ... change/additions/deletions/alterations are found to be ... 1.13 Tenderers representatives are advised

2) The prospective tenderers who download the tender document and submit may please note that the cost of tender document indicated above has to be deposited by the tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, Secunderabad Division, South Central Railway, Secunderabad. They can also remit the cost to Divisional Cashier (Pay) S.C.Railway, Secunderabad, Hyderabad, Vijayawada, Guntur, Gunthakal and Nanded, Chief Cashier (Pay) / Secunderabad, South Central Railway or any Station Master/Station Superintendent on S.C.Railway and submit the original money receipt obtained along with the tender document. This should be paid separately and not clubbed with the Earnest money deposit. If tenderers down loaded tender document from website and do not enclosed proper money value towards the cost of tender form, their tender shall be considered as invalid.

3) Tender conditions/other particulars are available in the Tender documents on our website at http://www.scr.indianrailways.gov.in which can be downloaded.

4) The prospective tenderers are advised to visit website http://www.scr.indianrailways.gov.in seven day before the date of tender opening to note any changes/ corrigenda.

5) The tender notice is also displayed in the Notice Board located in the office of Sr.DEN/Co-ordination, Secunderabad Division, South Central Railway, Secunderabad which can be seen on all working days.

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

7) Venue: Tender documents, duly completed in all respects shall be dropped in the tender box kept for the purpose at Old DSC/HYB-Divn. Office, Near Old CAO/Construction office, South Central Railway, Secunderabad or may be sent by post to Sr.DEN/Co-Ordination, Secunderabad Division, South Central Railway, Secunderabad. Railway is not responsible for any delay in transit (or) loss of tender from sent/received by Post.

Last date of issue of tender forms by post 14-03-2016

Last date of issue of tender forms in person Upto 17.30 Hours on 24-03-2016

Date and time for submission of tenders Upto 14.30 Hours on 29-03-2016 Date and time of opening of tenders At 15.00 Hours on 29-03-2016

8) If the date of opening happens to be a holiday, the tenders will be opened on the next working day.

Sr.DEN/Co-ordination/SC

Secunderabad Division South Central Railway

For and on behalf of the President of India Open Tender Notice No. DRM/Works/SC/25 - 36/2016/OT, Dt:12.02-2016

Office of the Sr.DEN/Co-ord/SC, SC Division. Copy to - CPRO/SC for information and A) It is request to arrange to publish the tender notification in Newspapers of the following city editions. (1) Guntur (2) Vijayawada (3) Visakhapatnam (4) Hyderabad/ Secunderabad (5) Karimnagar (6) Khammam (7) Warangal (8) New Delhi (9) Kolkata (10) Nagpur (11) Bangalore.

B) The tender notice may please be published in newspapers on or before 26.02.2016 in a single insertion. A copy of the release order issued for publication in Newspapers may please be endorsed to DRM/Works/SC without fail since the same is for records. The tender notice along with tender bid document has also been placed in SCR website. The expenditure incurred in this respect may be debited to Sr.DFM/SC with Head of Account: 05-01-04-211-21. Copy to- PCE/SC, CE/Works/SC, Sr.DEN/Co-Ordination/HYD, BZA, GNT, GT & NED for information. Copy to- Dy.CVO/Engg./SC for information. Copy to- Sr.DFM/SC for information, and it is requested to direct his SO for opening of the tender on the above dates. Copy to- Sr.DCM/SC, Sr.DSTE/M/SC, Sr.DEE/M/SC Copy to- ADEN/E/SC,ADEN/Br./SC,ADEN/SW/SC for inf. and to attend the above tender opening on stipulated date & time. Copy to- DC (P)/SC for information. The cost of tender forms should be allocated to Z-652-99. Copy to- All ADENs, SSEs/SEs/P Way, Works and Bridges of Secunderabad Division for information and for wide publicity, duly placing on the notice board.

Sr.DEN/Co-ordination/SC

Visit our site at “http://www.scr.indianrailways.gov.in”

Tender No.32/Brs/SC/16/OT

89 of 89 Signature of Tenderer/Contractor

DEN/BR/SC