Sei sulla pagina 1di 157

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET.

1. Tender file is to be down loaded from the Internet and printout is to be taken on A4 size paper and details are
to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded
tender document to be printed through laser printer only. Submission of Xerox or photocopy of tender
document is prohibited.

2. This tender document (in full) downloaded along with the various documents required to be submitted as per
the tender conditions in a sealed cover duly subscribing with the name of the work, tender notice no. and date,
submission of tender downloaded from the internet etc and the same should be dropped in the tender box
kept in the Office specified in the tender document before the date and time stipulated in the tender document.

3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft payable in
favour of Accounts Officer concern specified in the tender document along with the tender. This should be
enclosed as a separate Demand Draft. A single demand draft for the cost of tender form and Earnest Money
Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender
document will be summarily rejected.

4. The earnest money deposit required for this work as stipulated in the tender document also to be submitted
separately

5. Tenderers are advised to download tender documents well in advance and submit the tender before the
stipulated time. It is the responsibility of the Tenderer to check any correction or any modifications published
subsequently in Web site upto three working days before the date of opening(excluding) and the same
shall taken into account while submitting the tender. Tenderer shall down load corrigendum (if any), print it
out, sign and attach it with the main tender document. Tender document not accompanied by published
corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays / delay in
downloading of tender document from the internet.

6. The tenderer may please note that the rate for items should be written in figures and in words by black or
blue ballpoint pen only. Each page of tender document should be signed by the tenderer.

7. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal as
well as for using the same as tender document for submitting the offer. Master copy of the tender
document is available in the concern office inviting tender. After award of work an agreement will be
prepared based on the master copy of tender document available in the above-mentioned office. In case,
any discrepancy between the tender document downloaded from the internet and the master copy,
latter shall prevail and will be binding on the tenderer/s. No claim on this account will be
entertained.

8. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at any stage
even after the award of the tender, full earnest money deposit will be forfeited and the contract will be
terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with
Railways and/or prosecuted.

9. The following declaration should be given by the tenderer while submitting the tender:

Declaration

(a) I/We have downloaded the tender form from the Internet site www.sr.indianrailways.gov.in and I/We
have not tampered / modified the tender forms in any manner. In case, if the same is found to be
tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest
money deposit will be forfeited and I/we am/are liable to be banned from doing business with Railways
and/or prosecuted.

(b) I hereby declare that all the details as required to be furnished from our side to the Railways, while
accessing / downloading the tender document from website have been furnished fully and correctly.

(c) I/We submitting a demand draft no. ___________________ dated __________ issued by
____________________ for Rs.__________ towards the cost of tender form.

Signature of Tenderer :
Date
Address
SOUTHERN RAILWAY
TENDER DOWNLOADED FROM INTERNET

ITEM 2 OF TENDER NOTICE NO.11/CE/CN/MS/2015(OT) DATED: 24/04/2015


DUE ON: UPTO 11:00 HOURS ON 28/05/2015

TO

THE CHIEF ADMINISTRATIVE OFFICER,


CONSTRUCTION, E.V.R. HiGH ROAD,
SOUTHERN RAILWAY,
EGMORE, CHENNAI – 600 008.

FROM
DETAILED TENDER NOTICE
SOUTHERN RAILWAY

(CONSTRUCTION ORGANISATION)
TENDER NOTICE NO. 11/CE/CN/MS/2015(OT) DATED 24/04/2015
For and on behalf of The President of India, The Chief Engineer, Construction, Southern Railway, Egmore,
Chennai 600 008 invites sealed tenders for the following works.

Item No. Name of the Work


01 Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section- Proposed
Construction of station building ,platform,circulating area,Approach road,Protective work, passenger
amenities,Watering arrangements and yard drainage etc., at PATTUKKOTTAI CROSSING station.
02 Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section: Proposed
Construction of Station Building, Platforms, Platform Shelter, Retaining wall, Circulating area,
Approach road, Protective works, Passenger amenities, Watering arrangements and Yard drainage
etc., at ARANTANGI CROSSING station.
03 Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section- Proposed
Construction of station building ,platform, Platform Shelter,Retaining wall, circulating area,Approach
road,Protective work, passenger amenities,Watering arrangements and yard drainage etc., at
PERIYAKKOTTAI CROSSING station.
04 Proposed Gauge conversion of work between TIRUVARUR - KARAIKKUDI Section- Proposed
Construction of Minor bridges between Thiruthuraipundi and Muthuppettai.
05 Proposed Gauge conversion of work between TIRUVARUR - KARAIKKUDI Section- Proposed
Construction of Minor bridges between Muthuppettai and Pattukottai.
06 Reconnaissance Engineering cum Traffic Survey for a new BG Line between KALLAKURICHI and
ULUNDURPET (40 KMS).

Item Approximate Earnest Last Date of Last Date of Cost of Tender Period
No. Cash Value Money Issue of Receipt of form of
In Lakhs of Deposit Tender Tender (Rupees) Completion
Rupees (Rupees) Forms Form/Date of in Month(s)
Opening
(1) (2) (3) (4) (5) (6) (7)
01 984.34 6,42,170 27/05/2015 28/05/2015 10,000 Ten
02 460.68 3,80,340 27/05/2015 28/05/2015 10,000 Ten
03 997.00 6,48,510 27/05/2015 28/05/2015 10,000 Ten
04 967.33 6,33,670 01/06/2015 02/06/2015 10,000 Ten
05 952.89 6,26,450 01/06/2015 02/06/2015 10,000 Ten
06 0.54 1,090 01/06/2015 02/06/2015 1,000 Three

AS PER RAILWAY BOARD LETTER DATED 22.09.2014 "EARNEST MONEY DEPOSIT(EMD)


SUBMITTED IN THE FORM OF INSTRUMENTs SHOULD BE DEMAND DRAFT/BANKER'S CHEQUES
ONLY".

Tenderers may note that this tender requires "Experience Certificates" to be submitted by
the tenderer in Annexure II of the document in a specific format of tender document and
any tender submitted with the experience certificate not in the above format is liable to be
rejected at the discretion of the Administration and the contractor shall have no claims in
this regard.

The cost of tender forms may be paid to the Chief Cashier, Southern Railway, Park Town, Madras - 600
003 or any station master on the Southern Railway and the Cash receipt should accompany the request
for issue of tender forms.

If tender form is required by post, the postagewill be Rs.500/- extra (non-refundable). However, in such
cases the last date of issue of tender form will be 07 days (Seven days) prior to the last date of issue of
Tender forms as indicated in Col.4.
DETAILED TENDER NOTICE

Tender documents can also be downloaded from www.sr.indianrailways.gov.in and tender can be
submitted along with a separate demand draft towards the cost of tender form.
The tender forms will be issued up to 17:00 hrs on the specified date (col.4). The same will be
received up to 11:00 hrs on the date of opening mentioned (col.5) and will be opened at 11:30 hrs on the
same date. Railway shall not be responsible for any postal delays.

The tender box is kept in the office of the Chief Administrative Officer, Construction, Southern Railway,
E.V.R.High Road, Egmore, Chennai - 8 for dropping of tenders 3(Three) days in advance to the date of
opening. The tenderers are advised to drop their documents in the relevant tender box on any working day
and upto the time and date of receipt mentioned above.

ELIGIBILITY CRITERIA AND CREDENTIALS


Tenderers are required to satisfy the following eligibility criteria (for advertised tender value
exceeding Rs.50 lakhs and upto Rs.15 Crores :-
Sl.No. Certificate Minimum Criteria

1. Should have completed in the last At least one similar single work, for a minimum
three financial years (i.e. current year value of 35% of advertised tender value of work.
and three previous financial years) (EXPERIENCE CERTIFCATE)
The single similar work as defined in Tender
Notice/Tender Document)
Total contract amount received Should be a minimum of 150% of advertised
2.
during the last three financial years tender value of work. The tenderer has to produce
and in the current financial year. attested certificate from the employer/client
showing the contractual amount received OR
attested copy of the audited Financial Statements
which includes, Trading, Profit and Loss Account
OR Balance Sheet along with the certificate from
the Chartered Accountant for the contractual
amount received etc,with the offer.
(CERTIFICATE FOR CONTRACT AMOUNT
RECEIVED)

Tenderers are required to satisfy the following eligibility criteria only for the SURVEY work under
item 06
Sl.No. Certificate Minimum Criteria
1. Should have completed in the last At least one similar single work, for a minimum
three financial years (i.e. current value of 35% of advertised tender value of work.
year (EXPERIENCE CERTIFCATE)
and three previous financial years) The single similar work as defined in Tender
Notice/Tender Document)
DETAILED TENDER NOTICE

Tenderers are required to satisfy the following eligibility criteria (for advertised tender value
exceeding Rs.15 Crores and upto Rs.25 Crores :-

Sl.No. Certificate Minimum Criteria

1 Should have completed in the last three They should have completed in the last
financial years (i.e. current year and three three
previous financial years) financial years (i.e. current financial year and
three previous financial years) up to the date
of opening of tender -
a) One similar single work for a minimum
value of 35% of advertised tender value.
Or
b) Two similar single works each for a
minimum value of 25% of advertised tender
value.
EXPERIENCE CERTIFCATE)
The single similar work as defined in Tender
Notice/Tender Document)

2. Total contract amount received during Should be a minimum of 150% of advertised


the last three financial years and in tender value of work. The tenderer has to
the current financial year. produce attested certificate from the
employer/client showing the contractual
amount received OR attested copy of the
audited Financial Statements which includes,
Trading, Profit and Loss Account OR Balance
Sheet along with the certificate from the
Chartered Accountant for the contractual
amount received etc,with the offer.
(CERTIFICATE FOR CONTRACT AMOUNT
RECEIVED)

In case of tender documents downloaded from Southern Railway website, tender


document not accompanied with Demand Draft towards the cost of the tender document
will be summarily rejected.

ONE SIMILAR SINGLE WORK MEANS:


ITEM NOs. 1,2,4 & 5 : Any civil engineering work of required value.
ITEM NO.3 : Any civil engineering work with earth work & blanketing.
ITEM NO.6 : Any civil engineering Survey works .
Joint Venture is allowed for works costing more than Rs.10 crores.
All documents to support fulfillment of eligibility criteria should be furnished along with the tender and should be
available at the time of tender opening.Tenders not accompanied by documentary evidence in support of eligibility
criteria will be rejected. No post tender communication,in any form will be made or entertained, after opening of
tenders,in this regard.
Under no circumstances, the amount paid for the tender form will be refunded. The tender form is not
transferable. If the last date of issue of tender document and opening of tender happen to be declared holidays at a
later date, the tender will be issued / opened on the next working day.
For other details,terms and conditions,the tenderers are advised to refer to the tender document

For Chief Engineer (Construction),


Egmore, Chennai - 600 008.
For and On behalf of President of India
TENDER NOTICE
Tender Number : MTK/63/III
Item No. 02 of Tender Notice No.11/CE/CN/MS/2015(OT) dated 24/04/2015
For and on behalf of The President of India, The Chief Engineer / Construction / Southern Railway, Egmore,
Chennai - 600008 had invited sealed tender upto 11.00 hrs on 28/05/2015
Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section: Proposed
Construction of Station Building, Platforms, Platform Shelter, Retaining wall, Circulating area, Approach
road, Protective works, Passenger amenities, Watering arrangements and Yard drainage etc., at
ARANTANGI CROSSING station.

Approximate Cash Value : Rs. 460.68 /- lakhs


Earnest Money Deposit : Rs. 3,80,340 /-

2. The tender should be in the prescribed form obtainable from the office of the Chief Administrative
Officer, Construction, E.V.R. High Road, Southern Railway, Chennai - 8, the cost of the tender form is Rs.
10000 /-. The cost of the tender form is to be paid to the Chief Cashier, Southern Railway, Park Town,
Chennai - 600003 or any Station Master on the the Southern Railway and the same will be issued on
production of the cash receipt for the said amount. In no circumstances will the amount paid for the tender
form be refunded.

3. The tender form is not transferable.

4. The tender form will not be issued after 17:00 hrs on 27/05/2015

5 TENDERER's ATTENTION IS INVITED TO para 6(b) mentioned below regarding earnest money
deposit and lumpsum earnest money deposit

6. The tender shall be accompanied by the deposit made in cash or pay orders and demand drafts for
the full earnest money mentioned above.

a) The tenderer shall hold the offer open for a period mentioned in the tender document from the date
fixed for opening the same it being understood that the tender documents have been sold/issued to the
tenderer and the tenderer is being permitted to tender in consideration of the stipulation on his part that
after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in
a manner not acceptable to the Chief Engineer, Construction, Southern Railway, Egmore, Madras 600
008 should the Tenderer fail to observe or comply with the foregoing stipulation, the full earnest money
deposit shall be forfeited to the Railway.

b) NOTE:LUMPSUM EARNEST MONEY DEPOSIT FURNISHED ALREADY AVAILABLE WITH


RAILWAY's WILL NOT BE CONSIDERED TOWARDS THESE WORKS ALL THE TENDERERS
SHOULD NECESSARILY FURNISH REQUIRED EARNEST MONEY DEPOSIT FOR THIS TENDER.
EARNEST MONEY DEPOSIT IN THE FORM OF GUARANTEE BONDS, CHEQUE, WAR BONDS,
DEPOSIT RECEIPTS FROM BANKERS AND GOVERNMENT SECURITIES WILL NOT BE ACCEPTED.

c) Tender unaccompanied by requisite earnest money deposit will be summarily rejected.

NOTE :
(i) DEMAND DRAFTS FROM NATIONALISED BANKS (OR) SCHEDULE BANKS SUBMITTED BY
THE TENDERERS, SHOULD BE DRAWN IN FAVOUR OF FA&CAO/CN/SOUTHERN RAILWAY.

(ii) Cheque, Guarantee Bonds, War Bonds, Deposit Receipt from bankers and Government Securities
(Stock Certificates, Bearer Bonds, Promissory Notes, Cash Certificates) will not be accepted towards
earnest money.
TENDER NOTICE
(iii) It should please be noted that tenders without earnest money deposit will not be considered and
will be summarily rejected.

7. The earnest money in cash will be accepted by the Chief Cashier, Southern Railway, Park Town,
Madras 600 003 upto 14.00 hrs on any working day prior to date of opening. The official receipt thereof
should accompany the tender without fail.

8. The tenders will be opened at 11.30 hrs on 28/05/2015 in the office of Chief Administrative Officer,
Construction, E.V.R. High Road, Southern Railway, Egmore, Madras 600 008.

9. The tenderer should sign in all the pages of tender documents.

10. You are advised to furnish the following documents alongwith this tender without fail :-

(a) List of personnel, organisation available on hand and proposed to be engaged for the subject work.

(b) List of plant and machinery available on hand (own) and proposed to be inducted for the subject
work. (own and hired to be given separately)

(c) List of works completed in the last three financial years giving description of work, organisation for
whom executed, approximate value of contract at the time of award, date of award and date of scheduled
completion of work, date of actual start, actual completion and final value of contract.

(d) List of works on hand indicating description of work, contract value, approximate value of balance
work yet to be done and date of award.

11. Tenderers are required to satisfy following eligibility conditions:


Sl.No. Certificate Minimum Criteria
01 Should have completed in the last three At least one similar single work, for a minimum value of 35% of
financial years (i.e. current year and three advertised tender value of work. (EXPERIENCE CERTIFCATE)
previous financial years The single similar work as defined in Tender Notice/Tender
Document)
02 Total contract amount received during the Should be a minimum of 150% of advertised tender value of
last three financial years and in the work. The tenderer has to produce attested certificate from the
current financial year. employer/client
showing the contractual amount received AND/OR attested
copy of the audited Financial Statements which includes,
Trading, Profit and Loss Account OR Balance Sheet along with
the certificate from the Chartered Accountant for the contractual
amount received etc, with the offer. (CERTIFICATE FOR
CONTRACT AMOUNT RECEIVED)
Similar Single Nature of work means : Any civil engineering work of required value.
Period of Completion : Ten Months

NOTE :
1) In case of items (c) and (d) above, supportive documents /certificates from the Organisations with
whom they have worked/are working should be enclosed.

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

Headquarters Office,
Works Construction Branch,
Egmore, Madras - 8. for Chief Administrative Officer/Constn.
GUIDELINES TO TENDERERS
1) Tenderers shall hold the offer open for acceptance for a minimum period of 90 days from the
date of opening of the tender.

2) If the date of receipt and opening of tender is declared a holiday at a later date, thetenders will
be opened on the next working day.

3) Tender form is not transferrable and the amount once paid is non-refundable.

4) Lump sum Earnest Money deposit furnished already available with Railways will not be
considered towards this work. All tenderers should necessarily furnish required Earnest Money
Deposit along with the tender in favour of Financial Advisor & Chief Accounts Officer
(Construction) Southern Railway, Egmore, Chennai 600 008 in the form of instruments, it
could be either cash or Banker’s Cheque/Demand Draft executed by State Bank of India or
any of the nationalised banks or by a scheduled bank. Earnest money deposit in the form of
cash will be accepted by the Chief Cashier, Southern Railway, Park Town, Chennai - 600 003.

5) Cheques, war bonds, Fixed Deposits/Term Deposits, Government securities and guarantee
bonds will not be accepted towards EMD.

6) Failure to enclose the EMD exclusively for each work will result in offer becoming invalid.

7) Unreleased EMD, if any, held with the Railway Administration, shall not be adjusted towards
the EMD to be remitted.

8) Discharged instruments towards EMD of other tenders will not be accepted.

9) EMD of the tenderers, will be forfeited, if they resile from their offers within the validity
period.

10) If the Tenderer deliberately gives/Tenderers deliberately give wrong information in his/their
tender or creates/create circumstances for the acceptance of his/their tender,the Railway
reserves the right to reject such tender at any stage. The entire EMD with Railway will be
forfeited. In addition, action will be taken to suspend the business with the tenderer for a period
of one year.

11) Tenderers must furnish details of all works on hand with them in Railways, other public sector
undertakings and private sector undertakings in the proforma (ANNEXURE -IV) while
submitting their offers.

12) No responsibility will be accepted for delay, loss, damage, non-receipt or late receipt towards
despatch/receipt of tenders by post in postal transit. The tenders will be opened in the office of
the Chief Administrative Officer(Construction), Southern Railway, EVR High Road, Egmore,
Chennai - 600 008 at the date and time mentioned in the presence of tenderers/their authorised
representatives.

13) Tender documents duly completed in all respects shall be dropped in the tender box kept for the
purpose before the date and time mentioned in the notice. If the tender booklets are sent by
post, tenderers must ensure that the same should reach the office before the tender box is
closed.
14) All terms and conditions in the tender documents are binding on the tenderers.

15) Railway reserves the right to accept or reject any or all the tenders and to award the work in
whole or in part without assigning the reason for any such action.

16) The tenderers are advised to visit the site of work in their own interest and acquaint themselves
with the site conditions and expected quantum of work.

17) The tender box is kept in the Office of the Chief Administrative Officer, Construction, EVR
High Road, Egmore, Chennai – 8 for dropping of tenders 3 days in advance from the date of
opening. The tenderers are advised to drop their documents in the relevant tender box on any
working day up tothe time on last date of receipt mentioned in the tender document.

18) It is the responsibility of the tenderer to drop their tender documents in the correct tender box
marked with date of opening.

19) Tenders will not be considered if dropped in the wrong tender box.

20) Tenderer’s representatives are advised to bring authorization letter from the tenderer/firm for
attending tender opening, without which he/she will not be allowed to attend the tender
opening.

21) Only one representative/tenderer is permitted to attend the tender opening, irrespective of
number of tender documents submitted on a particular day of opening.

22) Tenderers/Representatives are requested to attend the tender opening in time and also to keep
their cell phones switched off while attending.

23) Tenderer/representatives are not permitted to enter the premises after the prescribed time for
opening of tenders (i.e. after 11.30 hrs).

-------
 
 
 

SOUTHERN RAILWAY 

CONSTRUCTION ORGANISATION 

PERIYAR E.V.R. HIGH ROAD, EGMORE, CHENNAI – 600 008. 
 

*** 
CHECK -LIST
The tenderer should ensure the following before submitting the
tender:
1 Tender booklet contains all the pages as available in Clause/ Tick
the internet. Page No. mark
2 All the pages of tender booklet is signed.
3 Demand Draft for the Cost of the tender form as
specified in the Tender Notice/document including
corrigendum (if downloaded from internet).
4 Demand Draft/Deposit Receipt etc., towards
Earnest Money Deposit for the required value and
period as specified in the Tender Notice/document
including corrigendum.
5 (i) Annexure I – Tender Submission Sheet.
(ii) Annexure II – Experience Certificate duly attested as
per the proforma or proforma filled up and signed by the
tenderer based on the details furnished in the certificate.
(iii) Certificate for the contract amount received duly
attested from the employer/client showing the
contractual amount received OR attested copy of the
audited Financial Statements which includes, Trading,
Profit and Loss Account OR Balance Sheet along with the
certificate from the Chartered Accountant for the
contractual amount received.
(iv) Annexure III– Constitution of the Firm with required
document copies i.e., Joint Venture/Partnership Deed(s),
Incorporation of Company etc.,
(v) Annexure IV – Statement of works on hand
(vi) Annexure V – List of Engineers/Personnel
(vii) Annexure VI – Details of Machinery (minimum as
specified in relevant technical conditions).
(viii) Annexure VII –Form for reporting of Employment of
Railway Officers.
(ix) Annexure ‘VIII’ Form for Agreement for works contracts
(x) Annexure – ‘IX’ Details of Bank Particulars
(xi) Annexure – ‘X’ Proforma for “No Middlemen”
(xii) Annexure – ‘XI’ Form for Acceptance of Tender
(xiii) Ballast Test Certificate (if applicable).
(xiv) Annexure- ‘XII’ – Format for Power of Attorney for Authorised
Signatory (if applicable in original or attested copy).
(xv) Annexure –‘XIII’ – Format for Power of Attorney to
representative of the partnership firm (if applicable in original
or attested copy).
(xvi) Annexure- ‘XIV’ – Format for Draft M.O.U. (if applicable).
(xvii) Annexure ‘XV’ – Draft format for Agreement (in the required
proforma in original if applicable).
(xviii) Corrigendum (if any duly signed).

Signature
 
 I N D E X
SI. No. Description Page No
TENDER DOCUMENTS
Part ‘A’ INTRODUCTION
1.0 Scope of Work. 1
2.0 Proposed Methodology and Special Features 1
3.0 Completion period 1
4.0 Validity of the Tender 1
Part ‘B’ REGULATIONS FOR TENDERS AND CONTRACTS AND
INSTRUCTIONS TO TENDERERS
1. Meaning of Terms 3-5
2. Instructions to tenderer and conditions of tender 5-6
3. Earnest Money Deposit 6-8
4. Tender Document 8-9
5. Eligibility Criteria and credentials 9-12
6. Filling and submission of tender 12-18
7. Opening of tender 19
8. Consideration of tender 19-21
9. Acceptance of tender 21-22
10 Award of Work 22
10.3 Signing of Contract 22-23
11 Performance Guarantee 23-24
Annexure – ‘I’ Tender submission sheet 25-28
Annexure – ‘II’ Details of Experience Certificate 29-30
Annexure – ‘III’ Constitution of firm 31
Annexure – ‘IV’ Statement of works on hand 32
Annexure – ‘V’ List of Engineers Available/Proposed 33
Annexure – ‘VI’ Details of Machinery available/proposed for 34
purchase/hire
Annexure – ‘VII’ Reporting employment of Railway officers 35-36
Annexure ‘VIII’ Form for Agreement for works contracts 37-38
Annexure – ‘IX’ Details of Bank Particulars 39
Annexure – ‘X’ Proforma for “No Middlemen” 40
Annexure – ‘XI’ Form for Acceptance of Tender 41
Annexure- ‘XII’ – Format for Power of Attorney for Authorised 42
Signatory.
Annexure- ‘XIII’ – Format for Power of Attorney to 43-44
Representative of the partnership firm.
Annexure- ‘XIV’ – Format for Draft M.O.U. 45-48
Annexure- ‘XV’ – Draft format for Agreement. 49

Part ‘C’ SPECIAL CONDITIONS OF CONTRACT


12. Programme of works 51
13. Project Monitoring System & Issue of Completion Certificate 51-52
14. Security Deposit 52-53
15 Income Tax and other taxes, Duties, Royalties, Seignorages, 53
etc.
15.3 Cess on Cost of Construction 53
16. Sales Tax/VAT 53
17. Excise Duty 54
18. Mobilization Advance 54
19. Studies of drawings and local conditions 55
20. Drawings for works 55
SI. No. Description Page No.
21. Service lands and Roads 55-56
22. Setting out works 56-57
23. Regarding Obstructions 57
24. Water Supply 57-58
25. Electric Supply 58
26. Materials, Tools and Plants 58-59
27. Anti Larval Treatment 59
28. Disposal of surplus excavated materials 59
29. Dismantling operation 59-60
30. Emergency work 60
31. Night Work 60
32. Transportation of materials 60-61
33. Crossing of track 61
34. Unforeseen items of works 61
35. Maintaining record of Construction works 61-62
36. Deployment of Engineers 62-63
37. Contract Labour and Safety 63
38. Precautions to be taken while plying of vehicles adjacent to 63-65
running lines to prevent accident to trains
39. Penalty due to unsafe work 65-66
40. Hiring of Railway’s Plants, Machineries etc., 66-67
41. Contractors responsibilities for temporary works and materials 67-68
42. Notice to Public Bodies 68
43. Supply of materials by the contractors 68
44. Period of completion 68-69
45. Maintenance Period 69
46. Variation in Quantities 69-71
47. Vitiation Clause 71
48. Price Variation Clause 71-75
49. Joint Venture 76-80
50. Knowledge of safety rules 80
51. Arbitration 80
52. Jurisdiction of the Court binding the contract 80

Part –‘D’ ANNEXURES 81


SCOPE OF WORK AND SUMMARY OF ANNEXURES
(SCHEDULES)

Part –‘E’ TECHNICAL CONDITIONS


SPECIAL CONDITIONS OF CONTRACT ( TECHNICAL)
PART ‘A’

INTRODUCTION
S.RLY. CONSTRUCTION
INTRODUCTION

1.0 SCOPE OF WORK:

1.1 The contractor has to execute the following works as per the descriptive items in
the Schedules (Annexures) and as per notes, payment conditions, special
conditions of contract, additional conditions (if any), specifications and plans
attached to the tender and also in accordance with General Conditions of
Contract.

The scope of work in detail is available at Part –“D”.

1.2 The scope of work mentioned above is indicative and for general guidance only.
Actual scope of work may vary as per Railway’s requirement and site conditions
based on the overall project requirements in consonance with the tender. The
contractor shall execute the work as directed.

1.3 The contractor shall inspect the site thoroughly, study the scope and conditions
meticulously and quote his rates accordingly.

1.4 For further details about scope of work, the tenderers may contact Dy. Chief
Engineer (Construction) of the project concerned.

2.0 PROPOSED METHODOLOGY AND SPECIAL FEATURES:

2.1 The tenderers are advised to visit the site/section and work out the methodology
for executing the work within the currency duly satisfying all conditions of the
tender and work out their tender offer accordingly.

3.0 VALIDITY OF THE TENDER:

The tender shall be valid and be available for consideration of the Railway
normally for 90 days unless specified otherwise.

4.0 COMPLETION PERIOD:

Completion period for this work is specified in the Tender Notice. Tenderers are
advised to note that time is the essence of the contract and they are expected to
keep this strictly in view at all times.

SIGNATURE OF TENDERER/CONTRACTOR

1
PART – ‘B’

REGULATIONS FOR
TENDERS AND CONTRACTS

AND

INSTRUCTIONS TO TENDERERS
AND CONDITIONS
OF TENDER

2 Signature of the Tenderer


REGULATIONS FOR TENDERS AND CONTRACTS
AND INSTRUCTIONS TO TENDERERS

1.0 MEANING OF TERMS:

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

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

1.1.2. “General Manager” shall mean the Officer in charge for the general
superintendence and control of the Southern Railway and shall also include the
Chief Administrative Officer (Construction), Southern Railway and shall mean and
include their successors of the Successor Railway.

1.1.3. “Chief Engineer” shall mean the Officer in charge of the Engineering Department
of the Southern Railway and shall also include the Chief Engineer (Construction),
Chief Signal & telecommunication Engineer (Construction), Chief Electrical
Engineer (Construction) and shall mean & include their successors of the Successor
Railway.

1.1.4. “Engineer” shall mean Executive Engineer, Southern Railway and shall mean and
include Divisional Signal & Telecommunication Engineer/Construction, Divisional
Electrical Engineer/Construction, in executive charge of the works and shall also
include the superior officers of Engineering, Signal & Telecommunication and
Electrical departments of the Southern Railway i.e. Deputy Chief Engineer/Deputy
Chief Signal & Telecommunication Engineer/Deputy Chief Electrical Engineer
(Construction)/Chief Engineer, Chief Electrical Engineer, Chief Signal &
Telecommunication Engineers of Construction and other superior Officers of the
concerned department of the Southern Railway and shall mean and include the
Engineers of the Successor Railway.

1.1.5. “Engineer’s Representative” shall mean the Assistant Executive Engineer of


Assistant Signal & Telecommunication Engineer or Assistant Electrical Engineer in
direct charge of the works and shall include any Senior Section/Junior Engineer of
Civil Engineering/Signal & Telecommunication Engineering/Electrical Engineering
departments appointed by the Southern Railway and shall mean and include the
Engineer’s Representative of the Successor Railway.

1.1.6. “Successor Railway” shall mean and include such other Railway to which for
administrative or other reasons this contract may during its pendency be
transferred.

1.1.7. “Tenderer” shall mean the person / the firm / co-operative society or
company/Joint Venture Group whether incorporated or not who tenders for the
works with a view to execute the works on contract with the Railway and shall
include their representatives, successors and permitted assigns.

1.1.8. “Contractor” shall mean the person / firm / co-operative society or


company/Joint Venture Group whether incorporated or not who enters into the
contract with the Railway and shall include their executors, administrators,
successors and permitted assigns.

3 Signature of the Tenderer


1.1.9. “Contract” shall mean and include the Agreement or Work Order, the accepted
schedule of rates or the printed Schedule of Rates of the Southern Railway
modified by the tender percentage of items of works quantified or not quantified,
the General Conditions of Contract, the Special Conditions of contract if any, the
drawings, the specifications, the special specifications if any, schedule of
quantities, Manuals and instructions if any and Tender Forms if any, all in
complete known as “Contract Documents”.

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

1.1.11. “Open Tenders” shall mean the tenders invited in open and public manner and
with adequate notice and publicity.

1.1.12. “Works” shall mean the works to be executed in accordance with the contract and
covers the whole contract.

1.1.13. “Specifications” shall mean the Indian Railways Unified Standard Specifications
(Works & Materials) (issued by Railway Board) and/or Southern Railway
Specifications for Materials and Works (issued under the authority of the Chief
Engineer) and/or any other relevant/specified specifications and/or field
specifications as specified/ approved/issued from time to time or amplified /
added to or superseded by special specifications if any, appended to the tender
form or as modified from time to time.

1.1.14. “Standard Schedule of Rates” or “Basic Schedule of Rates” or simply the Schedule
of Rates” shall mean the Southern Railway Engineering Department’s Unified
Standard Schedule of Rates, 2011 issued under the authority of the Chief Engineer
or as amplified, added to or superseded from time to time and shall refer to the
Schedule of rates included in Schedules for quoting rates by the tenderers. Items
which are not part of these standardized schedules are normally referred to as
Non-USSOR or Non-Standard schedules.

1.1.15. “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof
annexed to the Tender Forms.

1.1.16. “Constructional Plant” shall mean all appliances or things of whatsoever nature
required for the execution, completion or maintenance of the works or temporary
works (as hereinafter defined) but does not include materials or other things
intended to form or forming part of the permanent work.

1.1.17. “Temporary works” shall mean all temporary works of every kind required for the
execution, completion or maintenance of the works.

1.1.18. “Site” shall mean the lands and other places on under in or through which the
works are to be carried out and any other lands or places provided by the Railway
for the purposes of the contract.

1.1.19. “Period of Maintenance” shall mean the specified period of maintenance from the
date of completion of the works as certified by the Engineer.

1.1.20. Singular or plural: Words importing the singular number shall also include the
plural and vice versa where the context requires.

1.2 Interpretation: These regulations for tenders and contracts shall be read in
conjunction with the General Conditions of Contract which are referred to therein
and shall be subjected to modifications/additions or super-sessions by Special
4 Signature of the Tenderer
Conditions of Contract and/or drawings manuals, specifications and/or special
specifications, if any, annexed to tender forms. Wherever there is a conflict
between the Special Condition and General Condition, the Special Condition shall
prevail.

2.0 INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER

2.1. The tender should be in the prescribed form obtainable from the office of the
Chief Administrative Officer, Construction, Southern Railway, E.V.R. High Road,
Egmore, Chennai-600 008. The cost of the Tender form/document as mentioned in
the tender Notice top sheet is to be paid to the Chief Cashier, Southern Railway,
Park Town, Chennai 600003 or any Station Master on the Southern Railway and the
form will be issued on production of the cash receipt for the said amount.

2.2. The cost of the tender form is non refundable and the tender form is not
transferable.

2.3. Tender documents are also available on the Government tender website i.e.
www.sr.indianrailways.gov.in and the same can be down loaded and used as
tender document for submitting the offer. This facility is available free of cost.
However, the cost of tender document will have to be deposited by the tenderer
in the form of Banker’s Cheque/Demand Draft payable in favour of Financial
Adviser and Chief Accounts Officer, Construction, Southern Railway, Chennai –
600008 along with the tender form/documents. This should be enclosed as a
separate Banker’s Cheque/Demand Draft. A single Banker’s Cheque/Demand Draft
for the cost of tender form and Earnest Money Deposit will not be accepted.
Tender not accompanied with the Banker’s Cheque/Demand Draft towards the
cost of the tender form/document will be summarily rejected.

2.4 Tenderer should submit along with the tender the requisite Earnest Money Deposit
in the prescribed form and tenders unaccompanied by requisite Earnest Money
Deposit will be summarily rejected.

a) The lump sum Earnest Money Deposit furnished already available with the
Railways will not be considered towards this work.
b) The Unreleased EMD if any, held with the Railways shall not be adjusted with
the EMD to be remitted.
c) Cheques, War Bonds, Government Securities and Guarantee Bonds/Fixed
Deposit/Term Deposit will not be accepted towards EMD.

d) The Earnest Money of the unsuccessful Tenderer(s) will, save as hereinbefore


provided, be returned to the unsuccessful Tenderer(s) within a reasonable
time but the Railway shall not be responsible for any loss or depreciation that
may happen to the Security for the due performance of the stipulation to keep
the offer open for the period specified in the tender documents or to the
Earnest Money while in their possession nor be liable to pay interest thereon.

2.5 Tenderers are advised to visit the site of work in their own interest and acquaint
themselves with the site conditions and expected quantum of work.

2.6 Printed General Conditions of contract, the specifications for material and work,
USSOR 2011 rates, and any other document as amended/ corrected upto correction
slip upto date can be seen in the office of the Chief Administrative Officer,
Construction, Southern Railway, E.V.R. High Road, Egmore, Chennai-600 008. or
copies can be obtained on payment.

5 Signature of the Tenderer


2.7 Tenderer must furnish details as per Annexures given in the Tender form while
submitting their offer.

2.8 Tender documents duly completed in all respects shall be dropped in Tender box
kept for the purpose before the date and time mentioned in the notice. If the
tender booklets are sent by post, the tenderer must ensure that the tender is
reached before the tender box is closed.

2.9 Railway will not be responsible for delay, loss, damage, non receipt and late
receipt towards dispatch/receipt of the tenders by Post in postal transit or in any
mode.

2.10 The tender will be opened in the office of Chief Administrative Officer,
Construction, Southern Railway, E.V.R. High Road, Egmore, Chennai-600 008 at the
date and time mentioned in the presence of tenderers/their authorized
representatives.

2.11 If the date of receipt and opening of tender is declared as a holiday at a later
date, the tender will be opened on the next working day.

2.12 All terms and conditions in the tender document are binding on the tenderer. The
clauses/paragraphs which are struck in this document will not apply to tenders as
indicated therein.

2.13 Non compliance of any of the conditions set forth hereinbefore is liable to result in
the tender being rejected.

2.14 Railway reserves the right to accept or reject any or all the tenders and award the
work in whole or part without assigning any such action.

2.15 Drawings for this work: The Drawings for the work can be seen in the office
of the Chief Administrative Officer, Construction, Southern Railway, E.V.R. High
Road, Egmore, Chennai-600 008. at any time during the office hours. The
drawings are only for the guidance of the Tenderer. Detailed working drawings (if
required), based generally on the drawings mentioned above, will be given by the
Engineer or his representative from time to time whenever required.

3.0 EARNEST MONEY DEPOSIT :

3.1 The tenderer shall be required to deposit earnest money with the tender for the
due performance with the stipulation to keep the offer open till such date as
specified in the tender document, under the conditions of tender. The earnest
money deposit shall be as under:

Value of the work (Tender EMD


Value)
1. For works estimated to cost 2% of the estimated cost of the work.
upto Rs.1 Crore.

2. For works estimated to cost Rs.2 Lakhs plus ½% (half percent) of the
more than Rs.1 Crore excess of estimated cost of work beyond
Rs.1 Crore subject to a maximum of Rs.1
Crore.

6 Signature of the Tenderer


The earnest money shall be rounded to the nearest Rs.10. The earnest money
shall be applicable for all modes of tendering. Actual amount of Earnest Money
Deposit to be paid in each case will be indicated in the tender notice. EMD paid
less than the amount indicated in the Tender Notice, the tender will be
summarily rejected.

3.2 Tenderers should submit along with the tender, the requisite Earnest Money
Deposit. Tenders unaccompanied by Earnest Money Deposit as detailed below will
be rejected outright. The Earnest Money should be in any one of the following
forms:

(a) CASH: If in the form of cash, it should be paid to the Railway


Administration’s Chief Cashier – Southern Railway, Chennai 600 003. In case
of tenders called by officers in the field units other than Chennai i.e.
Deputy Chief Engineers/Executive Engineers, the EMD should be paid to the
Divisional cashier of the division concerned. Tenderer should enclose the
original cash receipt along with his/their tender, without fail.

(b) INSTRUMENTS: If in the form of instruments, it could be either Banker’s


Cheque/Demand Draft.

(i) These forms of Earnest Money should have been issued by State
Bank of India or any of the Nationalised Banks or scheduled Banks
(other than State Bank Of India and the Nationalised Banks)
approved by the Reserve Bank Of India for this purpose.
(ii) These should have been drawn in favour of/payable to Financial
Advisor & Chief Accounts Officer(Construction) Southern
Railway, Egmore, Chennai 600 008.
(iii) If any of these instruments are found to have been drawn in favour
of/payable to the tenderer, they are invalid and will not be
considered.
(iv) The tenderers may have to get the validity of the EMD instrument
extended to correspond with the extension(s) to the validity of
offers, when sought by the Railways.

(c) Government securities (Stock Certificates, Bearer Bonds, Promissory Notes


etc.), Guarantee bonds executed by banks and Fixed/Term Deposit
Receipts issued by bank will not be accepted towards earnest money.

3.3 The details of Earnest Money Deposit should be filled in paragraph 4 of Annexure I
to the tender documents.

3.4 No interest shall be payable on the Earnest Money deposit.

3.5 The tenderer shall keep the offer open for consideration for a minimum period of
90 DAYS or as stipulated in the tender from the date of opening of the tender
within which period the Tenderer cannot withdraw his offer, subject to the period
being extended further if required, by mutual agreement from time-to-time. 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 which is not
acceptable to the competent authority empowered to accept this tender.
Should the Tenderer fail to observe or comply with the said stipulation, the full
earnest money amount shall be forfeited to the Railway.

7 Signature of the Tenderer


3.6 If the tender is accepted this earnest money would be adjusted after encashment
by Railways wherever necessary to form part of the cash segment of the Security
for the due and faithful fulfillment of the contract in terms of Clause 16 of the
General Conditions of Contract. This amount of Security deposit shall be forfeited
if the Tenderer/Contractor fail to execute the Agreement Bond within 7 days after
receipt of notice issued by the Railway that such documents are ready or to
commence the work within 15 days after receipt of letter of acceptance.

3.7 Use of discharged instruments towards Earnest Money Deposit of other tenders,
are prohibited.

4.0 TENDER DOCUMENT:

4.1 Tender forms will embody the contents of the Contract Documents either directly
or by reference. Tender Form shall be issued on payment of the prescribed fees.
No alterations/Corrections/Modifications of the Tender Forms is admissible.
Tenders with such altered/corrected/modified Tender Forms, will be rejected by
Railways.

4.2 The following documents form part of this Tender/Contract:

4.2.1 Part A: Introduction


Part B: Regulations for Tenders and Contracts and Instructions to Tenderers.
Part C: Special Conditions of Contract.
Part D: Offer Sheet and Annexures.
Part E: Special Conditions of Contract (Technical).

4.2.2 General Conditions of Contract as amended/corrected up to correction slips up-to-


date.

4.2.3 Indian Railways Unified Standard Specifications (Works & Materials) 2010 Vol.I & II,
as amended/corrected up to Corrections slips up to date.

4.2.4 Unified Standard Schedule of Rates, 2011 as amended/corrected upto Corrections


slips up to date.

4.2.5 All laws and rules of Central and State Governments as applicable including the
Contract Labour (Regulation and Abolition) Act, 1970 and Central Rule 1971 as
amended and corrected upto correction slips up-to-date.

4.3 All General and detailed drawings pertaining to the works, which will be issued by
the Engineer or his representatives (from time to time) with all changes and
modifications.

4.4 AMENDMENT OF TENDER DOCUMENT

4.4.1 Before the deadlines for the submission of bids, Railways may modify the Tender
Document by issuing ADDENDA/CORRIGENDA.

4.4.2 Tenderers are advised to download tender documents well in advance and submit
the tender before the stipulated time. It is the responsibility of the Tenderer to
check any correction or any modifications (addenda/corrigenda) published
subsequently in news papers/Web site and the same shall be taken into account
while submitting the tender. Tenderer shall down load corrigendum (if any), print
it out, sign and attach it with the main tender document. Tender document not
accompanied by published corrigendum/s is liable to be rejected. The Railway
will not be responsible for any postal delays / delay in downloading of tender
8 Signature of the Tenderer
document from the internet. No addenda/corrigenda will be issued within 7days of
the date of tender opening.

4.4.3 To give prospective bidders a reasonable time to take ADDENDUM/CORRIGENDUM


into account in preparing their bids, the Railways may at their discretion extend as
necessary, the deadline for submission of Tender document.

5.0 ELIGIBILITY CRITERIA AND CREDENTIALS:

5.1 Experience Certificate

5.1(a) Tenderers are required to satisfy the following eligibility criteria (for
advertised tender value exceeding Rs.50 lakhs and upto Rs.15 Crores :-
(i) Criteria

Sl.No. Certificate Minimum Criteria


1 Should have completed in the last three At least one similar single work, for a
financial years (i.e. current year and minimum value of 35% of advertised
three previous financial years) tender value of work.
(EXPERIENCE CERTIFCATE)
The single similar work as defined in
Tender Notice/Tender Document)
2 Total contract amount received during Should be a minimum of 150% of
the last three financial years and in the advertised tender value of work. The
current financial year. tenderer has to produce attested
certificate from the employer/client
showing the contractual amount received
AND/OR attested copy of the audited
Financial Statements which includes,
Trading, Profit and Loss Account OR
Balance Sheet along with the certificate
from the Chartered Accountant for the
contractual amount received etc, with
the offer. (CERTIFICATE FOR CONTRACT
AMOUNT RECEIVED)

(ii) NOTE: The meaning of single similar work experience is specified in the Tender Notice.
(Description along with quantities/values of work experience as required is to be
indicated)

5.1(b) Tenderers are required to satisfy the following eligibility criteria (for
advertised tender value exceeding Rs.15 Crores and upto Rs.25 Crores :

(i) Criteria

Sl.No. Certificate Minimum Criteria


1 Should have completed in the last three They should have completed in the last
financial years (i.e. current year and three financial years (i.e. current
three previous financial years) financial year and three previous financial
years)up to the date of opening of tender-

a) One similar single work for a minimum


value of 35% of advertised tender value.
Or
b) Two similar single works each for a
minimum value of 25% of advertised
tender value.
9 Signature of the Tenderer
(EXPERIENCE CERTIFCATE)
The single similar work as defined in
Tender Notice/Tender Document)
2 Total contract amount received during Should be a minimum of 150% of
the last three financial years and in the advertised tender value of work. The
current financial year. tenderer has to produce attested
certificate from the employer/client
showing the contractual amount received
AND/OR attested copy of the audited
Financial Statements which includes,
Trading, Profit and Loss Account OR
Balance Sheet along with the certificate
from the Chartered Accountant for the
contractual amount received etc, with the
offer. (CERTIFICATE FOR CONTRACT
AMOUNT RECEIVED)

(ii) NOTE: The meaning of single similar work experience is specified in the Tender Notice.
(Description along with quantities/values of work experience as required is to be
indicated)

5.2 i) For execution of P.Way work, the Contractor will be permitted to engage
a sub-contractor with the approval of Railways. The sub-contractor should
have earlier successfully executed P.Way work with the Railways of
required value/conditions if any and shall enter into an MOU (Memorandum
of Understanding) with the contractor in advance or later.

ii) For A.T. Welding, the contractor will be required to engage an agency
for supply and execution of A.T. Welding who are approved by RDSO for
this type of work and shall enter into an MoU with the contractor in
advance or later.

iii) For other specialized works, the above will be permitted if required and
with approval of the Railways in case where Railway considers if necessary.
The permission of engaging sub-contractor with the approval of Railways
and engaging agency for welding works with MOU will be strictly as per
Clause 7 of General conditions of Contract.

5.3. With respect to Railways, the credentials/ experience certificate should have been
issued by at least a JA Grade Officer. However, the credential/ experience
certificate issued by Sr. Scale Officer in their capacity, as co-coordinating/in-
charge officer of a unit will also be accepted. With respect to other Government
Departments and Public Sector Undertakings (PSUs), the certificate issued at the
level of Executive Engineer and above can be taken as valid. Certificates issued by
private parties for the completion of the work will not be considered.

5.3.1 The experience certificate issued by Project Management Consultants (PMC) for the
work executed for Govt. Departments/ Public Sector Undertakings will be
accepted subject to the condition that the same is countersigned by the Officer of
the concerned Govt. Departments/Public Sector Undertakings of the rank one step
higher than that mentioned in the Para 5.3 above. However, for accepting such
experience certificates issued by PMCs, the tenderer shall also submit the
eligibility certificates issued by the Govt. Department/PSU to the PMC agency for
having completed their works satisfactorily and their contracts are closed in the
related project or any other.

10 Signature of the Tenderer


5.3.2 The tenderer shall note that the Credentials/ Experience Certificate for the works
executed by them as Sub-contractor to Main Contractor of Govt. Dept/PSUs will
not be considered and the Credentials/Experience Certificate for the works
executed by them directly for Govt. Dept/PSUs as Main Contractor will only
considered.

5.3.3 Similar nature of work physically completed within the qualifying period, i.e. the
last 3 financial years and current financial year (even though the work might have
commenced before the qualifying period) shall only be considered.

5.3.4 The total value of similar nature of works for the work physically completed during
the qualifying period and not the payments received within qualifying period shall
be considered.

5.3.5 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
deductions shall be considered. If final measurements have been recorded and
works has been completed with negative variation, then also the paid amount
including statutory deduction shall be considered. If final measurements have
been recorded and works has been completed with positive variation but variation
has not been sanctioned, original agreement value or the last sanctioned
agreement value whichever is lower shall be considered.

5.3.6 In case of composite works involving combination of different works, even


separate completed works of required value shall be considered as indicated in the
tender.

5.4 The credentials of individuals/firms, forming a new partnership or firm and


submitting the tender in the name of new partnership or firm will be considered as
the credentials of the new partnership firm in proportion to their share in the new
firm.

5.5 Experience of the partners as a partner in “some other Partnership firm” will be
considered to the extent of his share in that “some other Partnership firm”.

5.6 All documents in support of fulfillment of eligibility criteria should be furnished


along with the tender and should be available at the time of tender opening.
Tenders not accompanied by documentary evidence in support of eligibility
criteria are liable to be rejected. No post tender communication, in any form
will be made or entertained, after opening of tenders. The tenderer shall have
no claims in this regard.

5.7 (i) Tender Committee may at their discretion call for the originals of the
credentials for verification from the tenderers or any clarifications/confirmations
on the contents of the documents submitted along with tender.

(ii) In case the Certificates/Documents produced are proved to be false/


fabricated, the entire earnest money is liable to be forfeited in addition to
barring/black listing/banning their business with the Railway for a specified
period of not less than one year at the discretion of the Railway Administration.

5.8. For the purpose of single similar nature of work, the Experience
Certificate should be attached to the tender document as per proforma given in
Annexure II which can be filled up and signed by the tenderer, in case the format
issued by the Executive is different. Railway reserves the right to accept or reject
or verify these details and the tenderer shall have no claims in this regard. The
certified copies of relevant Experience Certificate are also to be enclosed.
11 Signature of the Tenderer
5.9 CERTIFICATE FOR CONTRACT AMOUNT RECEIVED:

As regards, the contract amount, received during the last three financial years
and in the current financial year should be a minimum of 150% of advertised
tender value of work. The tenderer has to produce attested certificate from the
employer/client showing the contractual amount received and/or attested copy of
the audited Financial Statements which includes, Trading, Profit and Loss Account
OR Balance Sheet along with the certificate from the Chartered Accountant for
the contractual amount received etc, with the offer.

5.10 For the purpose of eligibility criteria, General Power of Attorney issued by other
firms/individuals will not be considered.

5.11. The onus of correctness of credentials lies with the tenderer and hence Railway
shall evaluate the offer/bid from the certificates/documents submitted along with
the tender offer. No post tender correspondence with the tenderer shall be
permitted.

6.0 FILLING AND SUBMISSION OF TENDER:

6.1 A Tenderer may be an individual person, private entity or government-owned


entity.

6.2 Interested contractors may apply for the tender as a sole contractor or Partnership
herein after referred as ‘Group’. International groups must have an Indian partner
who shall be the managing or lead partner and he shall have experience in
appropriate disciplines of the contract. However, they will not be permitted to
tender as an individual firm or part of any other group in the same tender. No
individual or firm will be a member of more than one group. All the members of
the group will be jointly and severally liable for the performance of whole
contract.

6.3 The Tenderer must ensure the following:

(i) In case of Single Entity:


Submit Power of Attorney authorizing the signatory of the Bid to commit
the Tenderer.

(ii) The Group shall nominate a Representative with Power of Attorney as per
Annexure XII who shall have the authority to conduct all business for and
on behalf of and all the Parties of the Group during the bidding process
and, in the event of Group is awarded the contract, during contract
execution. Submit Power of Attorney by individual partners to a
representative of the partnership firm as per Annexure XIII.

6.4 In case of Group (Partnership etc.) –

Submit MoU / Partnership Agreement. as per Form given in Annexure XIV and XV.

12 Signature of the Tenderer


6.5 The Tenderer shall clearly specify whether the tender is submitted on his own or
behalf of a 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
Partnership Concern. If these documents are not enclosed along with tender
documents, the tender will be treated as having been submitted by individual
signing the tender documents. The Railway will not be 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, recognise
such power of attorney and changes after obtaining proper legal advice, the cost
of which will be chargeable to the Contractor.

6.6 The tenderer/s who are constituents of firm, company, association or society must
forward attested copies of the constitution of their concern, partnership deed and
power of attorney with their tender. Tender documents in such cases are to be
signed by such persons (as may be legally competent to sign them on behalf of the
firm, company, association or society as the case may be). Co-operative societies
must likewise submit an attested copy of their certificate of registration along
with the documents as above mentioned.

6.7 The railway will not be bound by any power of attorney granted by the tenderer/s
or by changes in the composition of the firm made subsequent to the execution of
the contract. The Railway may, however, recognize such power of attorney and
changes after obtaining proper legal advice, cost of which will be chargeable to
the contractor.

6.8. The Tenderer whether sole Proprietor, a Limited Company or Partnership concern,
if they want to act through an agent or individual partner, should submit along
with the tender or at a later stage, a power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific person
whether he be partner of the firm or any other person specifically authorising him
to submit the tender, sign the agreement, receive money, witness measurements,
sign measurement books, compromise, settle, relinquish any claim(s) preferred by
the firm and sign the “No Claim Certificate” and refer all or any disputes to
arbitration.

6.9 If a Tenderer expires after the submission of his tender or after the acceptance of
his tender, the Railway shall deem such tender as null and void/non-existing. 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 null and
void/non-existing, unless the firm retains its character.

6.10 If the contractor’s firm is dissolved on account of death, retirement of any


partners or for any reason whatsoever, before fully completing the whole work or
any part of it, undertaken by the principal agreement the surviving partners shall
remain jointly/ severally and personally liable to complete the whole work to the
satisfaction of the Railway and to pay compensation for loss sustained, if any by
the Railway due to such dissolution. The amount of such compensation shall be
decided by the administration and this shall be final and binding on the
contractor.

6.11 The cancellation of any document such as power of attorney, partnership deed
etc., shall forthwith be communicated to the Railway in writing, failing which the
Railway shall have no responsibility or liability for any action taken on the strength
of the said documents.

13 Signature of the Tenderer


6.12 Partnership firm / Consortiums / Memorandum of Understandings will be
considered in accordance with tender conditions.

6.13 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 or any of the Railways owned and administered by the
President of India for the time being, or should a Tenderer being partnership firm
have as one of its partners a retired Engineer or a retired gazetted officer as
aforesaid, or should a Tenderer being an incorporated company have any
retired Engineer or retired officer as one of its directors, or should a
Tenderer has in his employment any retired engineer or retired gazetted officer
from the said service and in cases where such Engineer or officer had not
retired from Government service at least ONE YEAR prior to the date of
submission of the tender as to whether permission for taking such contract, or,
if the Contractor be a partnership firm or an incorporated company, to 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 officers as
the case may be from the President of India or any officer duly authorized by
him in this behalf, shall be clearly stated in writing at the time of submitting
the tender. Tenders without the information above referred to or a statement to
the effect that no such retired Engineer or retired gazetted officer is so associated
with the Tenderer, as the case may be, shall be rejected.

6.14 Should a Tenderer or Contractor have a relative employed in gazetted capacity in


any Departments of any Indian Railways, or in the case of partnership firm or JV
Group, or company incorporated under the Indian Company Law should a partner
or a relative of the partner or a shareholder or a relative of a shareholder be
employed in gazetted capacity in the any Department of the any Railway, the
authority inviting tenders shall be informed of the fact at the time of submission
of tenders as per Annexure VII, failing which the tender may be rejected, or
if such fact subsequently comes to light, the contract may be rescinded in
accordance with the provision of Clause 62 of the General Conditions of
Contract.

6.15 Before submitting a tender, the Tenderer will be deemed to have satisfied himself
by actual inspection of the site and locations of the works, that all conditions
liable to be encountered during the execution of the works are taken into account
and that the rates he enters in the Tender Forms are adequate and all inclusive to
accord with the provisions in Clause 37 of the General Conditions of Contract for
the completion of the works to the entire satisfaction of the Engineer.

6.16 Tenderer must furnish all details as per Annexures given in the Tender form while
submitting their offer.

6.17 The date of opening of tender shall be considered as cut-off date for contractual
payment receipts, and completion of single similar work for the purpose of
Eligibility Criteria.

6.18 Tenderer shall keep the offer open for consideration for a minimum of 90 Days
from the date of opening of tender.

14 Signature of the Tenderer


6.19 All terms and conditions in the tender document are binding on the tenderer and
non-compliance of any of the conditions set forth in Tender document is liable to
result in the tender being rejected. Railway reserves the right to accept or reject
any offer with any counter conditions put in by the tenderer and the Tenderer
shall have no claims in this regard. The tenderers are advised not to put in any
counter conditions in their own interest.

6.20 DOCUMENTS COMPRISING THE TENDER BOOKLET FOR SUBMISSION:

6.20.1 The Tender Document shall contain the following:

(a) Tender Submission Sheet in accordance with Annexure-I.

(b) Earnest Money, in accordance with Para No.3.0.

(c) Written confirmation authorizing the signatory of the Tender to commit the
Tender.

(d) Documentary evidence in accordance with Annexure - I to XI along with the


documentary proof for the items indicated in “Eligibility Criteria” to establish
the Tenderer’s Credentials and Qualifications for the tender.

(e) Any other document prescribed in the Tender booklet.

(f) Cost of Tender Form (if downloaded from Internet)

6.21 The offer to be submitted for all the Annexures of Tender Schedule for various
works covered in this Tender.

6.22 All possible fluctuations, in the rate of labour, material and general commodities,
and other possibilities of each and every kind which may affect the rates, should
be considered and kept in view before quoting the rates and no claim on this
account shall be entertained by the Railway under any circumstances except the
price escalation payable as per price variation clause, if any, provided separately
in the tender documents. The Tenderer/Contractor should quote realistic,
reasonable and correct rate for each and every item of the schedule/s. Each and
every item will be considered on its merits. Railway in furtherance of the provision
of clause No.7 of General Conditions of Contract (Part-I), reserve the right to
delete any item or items from the scope of the tender after opening of the offers
and to accept the tender in whole or in part or reject any tender in whole or in
part irrespective of the size or the value or scope of such deletion without
assigning reasons for such action. The tenderer/contractor shall have no claim
whatsoever in this regard.

6.23 The percentage and rates quoted must be clearly written in figures and in words,
and the percentage will apply to all the items in all the schedules or Annexures. If
there are any variation between the rates quoted in figures and words, the rate
quoted in “words” shall be taken as correct. If more than one or improper rates
are tendered for the same item, Railway reserves the right to consider the lesser
of the quoted rates. Tenderer shall have no claim whatsoever in this regard. The
percentages quoted shall be up to two decimal places. Any percentage quoted
with more than two decimal places will be rounded off to two decimal places.

6.24 If rate for any item is not quoted by the tenderer while submitting his tender, the
tender is liable to be rejected.
15 Signature of the Tenderer
6.25 If a Tenderer fails to indicate their rates for any annexure of tender schedules,
where above/at par/below the Railways par value is called for, then the same
shall be deemed to have been quoted “At PAR” with Railways cash value/rates for
that particular annexure and the tenderer’s offer will be evaluated and considered
further accordingly. This is subject to the condition that the tender schedule
(annexure) is signed by the tenderer. If any schedule is not signed, the tender is
liable to be rejected.

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

6.27 Tender containing erasures and alterations of the tender documents are liable to
be rejected. Any corrections made by the tenderer/s in his/their entries should
be in INK and must be attested by him/them under full signature and date.

6.28 Should a Tenderer find discrepancies in, or omissions from the drawings or any of
the Tender Forms or should he be in doubt as to their meaning, he should at once
notify the authority inviting tenders who may send a written intimation to all
Tenderers. It shall be understood that every endeavour has been made to avoid
any error which can materially affect the basis and scope 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 claim on account
thereof.

6.29 Tender should be quoted as per tender conditions and the tenderer should not
add/modify any conditions. If any additions/deletions/modifications are indicated
by the tenderer such additions/deletions/modifications, if any must be made by
the tender/s in a covering letter with the tender. The railway reserves the right
not to consider conditional tenders and reject the same without assigning any
reason. Only those conditions which are explicitly accepted by the Railway shall
form part of the contract.

6.30 The Tenderer whether sole Proprietor, a Limited Company or Partnership concern,
if they want to act through an agent or individual partner, should submit along
with the tender or at a later stage, a power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific person
whether he be partner of the firm or any other person specifically authorising him
to submit the tender, sign the agreement, receive money, witness measurements,
sign measurement books, compromise, settle, relinquish any claim(s) preferred by
the firm and sign the “No Claim Certificate” and refer all or any disputes to
arbitration.

6.31 The attested certificate from the employer/client, audited balance sheet duly
certified by the Chartered Accountant etc., will be taken for verifying the
credentials.

6.32 Tenderer shall submit a declaration in the proforma enclosed, as Annexure I.


Tenders without this declaration by the tenderer is likely to be rejected.

6.33 The Tenderer shall submit the experience certificate for the purpose of single
nature of work in the format given as Annexure II.

6.34 Tenderers must fill up the particulars provided for in Annexure III regarding basic
details of the firm.

16 Signature of the Tenderer


6.35 Tenderers must furnish details of all works on hand with them in Railways, other
public sector undertakings and private sector undertakings in the proforma
Annexure IV while submitting their offers.

6.36 Tenderer must furnish List of personnel, organization available on hand and
proposed to be engaged for the subject work as per the proforma Annexure V
while submitting their offers.

6.37 Tenderer must furnish List of plant and machinery available on hand and proposed
to be inducted for the subject work as per the proforma Annexure VI while
submitting their offers.

6.38 The tenderer must furnish the details of employment of retired Gazetted Railway
Engineer if any, in the proforma given as Annexure VII.

6.39 The tender documents must be submitted duly completed in all respects in a
sealed cover duly Superscribing with the name of the work, tender notice no. and
date and the same should be dropped in the tender box kept in the Office of the
Chief Administrative Officer, Construction, Southern Railway, E.V.R. High Road,
Egmore, Chennai-600 008. or should be sent by Registered post to the above
address well before the date and time stipulated in the tender document. The
administration will not be responsible for any postal delays. Any tender received
after the stipulated time is liable to be rejected. Any tender delivered or sent
otherwise will be at the risk of the tenderer. The tenders sent by Registered Post
should be addressed to Deputy Chief Engineer (Works), Southern Railway, Periyar
E.V.R.High Road, Egmore, Chennai – 600 008 or any nominated Officer.

6.40 Each applicant (each member in the case of a group) or any associate, or agent
will be required to confirm and declare (as per format in Annexure – X) that no
agent, middleman or any intermediary has been, or will be, engaged to provide
any services, or any other items of work related to the award and performance of
this contract. They will have to further confirm and declare in the submittal that
no agency commission or any payment which may be construed as an agency
commission has been, or will be, paid and that the tender price will not include
any such amount.

6.41 Tenderers should observe the highest standard of ethics while submitting the
Tender Document.
(a) Railways will disqualify an applicant if they have made misleading or false
representation in the form, statements and attachments submitted; or
indulges in fraudulent and corrupt practice.

 “Corrupt practice” means the offering, giving, receiving or soliciting of


anything of value to influence the action of a public official in the
procurement process or in contract execution; and

 “Fraudulent practice” means a misrepresentation of facts in order to


influence an evaluation process or the execution of a contract, and
includes collusive practices among Tenderers (prior to or after Tender
submission) designed to establish bid prices at artificial, non-
competitive levels and to deprive the client’s free and open
competitions.

17 Signature of the Tenderer


(b) Further Railways may declare a Tenderer ineligible, for any Railways
contract if it at any time determines that the Tenderer has engaged in
corrupt or fraudulent practices in completing for, or in executing, a
borrowed financed contract in general; or defines, for the purpose of this
provision, the terms set forth below as follows:

(i) Records of poor performance during the last 5 years, as on the date
of application such as abandoning the work, rescinding of contract
for which the reasons are attributable to the non-performance of
the contractor.

(ii) Inordinate delays in completion, consistent history of litigation


awarded against the Applicant or any of its constituents or financial
failure due to bankruptcy, etc. If the Contractor has worked in a
Joint Venture, the rescinding of contract of a Joint Venture on
account of reasons, such as Most Experienced Partner (Lead Partner)
of Joint Venture pulling out.

Or

(iii) Been debarred (blacklisted) by any Government agencies as on the


date of application.

6.42 All the documents submitted by the tenderer along with the Tender document
shall be duly attested by Gazetted Officer or Magistrate or Notary. Railway
reserves the right at their discretion to get verified all or any of the documents
submitted by the tenderer by suitable means at any time or stage and decide the
tender based on the results of such verification. The tenderer shall have no claims
whatsoever in this regard. Further, Railway reserves the right to process the
tender based on the credentials submitted by the tenderers duly verifying the
credentials of the lowest tenderers.

6.43 The tender documents must be submitted duly completed in all respects in a
sealed cover duly Super-scribing with the name of the work, tender notice no. and
date and the same should be dropped in the tender box kept in the Office of the
Chief Administrative Officer, Construction, Southern Railway, E.V.R. High Road,
Egmore, Chennai-600 008. or should be sent by Registered post to the above
address well before the date and time stipulated in the tender document. The
administration will not be responsible for any postal delays. Any tender received
after the stipulated time is liable to be rejected Any tender delivered or sent
otherwise will be at the risk of the tenderer. The tenders sent by Registered Post
should be addressed to Deputy Chief Engineer (Works), Southern Railway, Periyar
E.V.R.High Road, Egmore, Chennai – 600 008 or any nominated officer.Tenders
received by FAX will not be considered as valid and will be rejected.

6.44 The tender box is kept in the Office of the Chief Administrative Officer,
Construction, Southern Railway, E.V.R. High Road, Egmore, Chennai-600 008. for
dropping of tenders 3 days in advance from the date of opening. The tenderers are
advised to drop their documents in the relevant tender box on any working day up
to the time and last date of receipt mentioned in the tender document.

6.45 It is the responsibility of the tenderer to drop their tender documents in the
correct tender box marked with date of opening.

6.46 Tenders will not be considered if dropped in the wrong tender box.

18 Signature of the Tenderer


7.0 OPENING OF TENDER :

7.1 The tenders will be opened in the office of the Chief Administrative Officer,
Construction, Southern Railway, E.V.R. High Road, Egmore, Chennai-600 008. at
the date and time mentioned in the presence of tenderers/their authorized
representatives normally and may at other places in special occasions as advised in
the tender notice.

7.2 If the date of receipt and opening of tender is declared as a holiday at a later
date, the tender will be opened on the next working day.

7.3 Tenderer’s representatives are advised to bring authorization letter from the
tenderer/ firm for attending tender opening.

7.4 Only one representative/tenderer is permitted to attend the tender opening,


irrespective of number of tender documents submitted on a particular day of
opening.

7.5 Tenderers/Representatives are requested to attend the tender opening in time


and also to keep their cell phones switched off while attending.

7.6 Tenderer/representatives are not permitted to enter the premises after the
prescribed time for opening of tenders (i.e. after 11.30 hrs).

7.7 On the date of opening of tender, the tender document will be opened in the
office of the Chief Administrative Officer, Construction, Southern Railway, E.V.R.
High Road, Egmore, Chennai-600 008. at the time notified in the tender notice in
the presence of tenderers/their authorised representatives.

8.0 CONSIDERATION OF TENDER :

8.1 The offer becomes invalid if

(i) The Tender document cover does not contain all the listed documents
including those in support of eligibility criteria, or

(ii) The Tender document cover does not contain the cost of tender form (if
the tender form is downloaded from internet) and/or EMD or

(iii) For any other reasons as provided for in the tender documents.

8.2 CONDITIONAL OFFER AND ALTERNATIVE PROPOSALS BY TENDERERS:-

Tenderers shall submit offers that fully comply with the requirements of the
Tender documents including the conditions of contract (including those connected
to mobilization advance or time for completion, etc.), design and specification
requirements if any. Conditional offer or alternative offers will not be considered
in tender evaluation and are liable to be rejected. The tenderer shall have no
claims in this regard whatsoever.

8.3 PROCESS TO BE CONFIDENTIAL:-

Information relating to the examination, clarification, evaluation and comparison


of tender and recommendations for the award of a contract shall not be disclosed
to other tenderers or any other persons not officially concerned with such process
until the award to the successful tenderer has been announced. Any effort by a
Tenderer to influence the Railway’s processing of Bids or award decisions may
result in the rejection of his Tender.
19 Signature of the Tenderer
8.4 CLARIFICATION OF TENDER BIDS :-

Normally Post tender correspondence is not permitted. However, to assist in the


examination, evaluation and comparison of offers received, the Railway may, at
their discretion, ask any tenderer for clarification of his Bid, including break-up of
unit rates. The request for clarification and the response shall be in writing or by
FAX, but no change in the price or substance of the Bid shall be sought, offered, or
permitted.

8.5 A substantially responsive offer is one, which conforms to all the terms, conditions
and specifications of the tender documents, without material deviation or
reservation. A material deviation or reservation is one

(a) which affects in any substantial way the scope, quality or performance of the
works;

(b) which limits in any substantial way, inconsistent with the tender documents,
the Railways rights or the tenderer’s obligations under the Contract; or

(c) whose rectification would affect unfairly the competitive position of other
tenderer’s presenting substantially responsive Bids.

8.5.1 If an offer is not substantially responsive, it will be rejected by the Railways and
subsequent correction or withdrawal of the non-conforming deviation or
reservation to make the response substantive is not permitted.

8.6 CORRECTION ERRORS :-

8.6.1 The offer bids determined to be substantially responsive will be checked by the
Railways for any arithmetic errors. Errors will be corrected by the Railways as
follows:

(i) Where there is a discrepancy between the rates in figures and in words,
the rate in words will govern; and

(ii) Where there is a discrepancy between the percentage rate quoted and the
total cost of an annexure resulting from multiplying the percentage rate by
the PAR value for that particular annexure, the percentage rate as quoted
“in words” for that particular annexure will govern.

8.6.2 The amount stated in the various annexures of the tender document will be
corrected by the Railways in accordance with the above and if the bid price
increases or decreases as a result of the corrections, the corrected amount will be
treated as the ‘Bid price’.

8.6.3 If a Tenderer fails to indicate their rates for any annexure of tender schedules,
where above/at par/below the Railways par value is called for, then the same
shall be deemed to have been quoted “At PAR” with Railways cash value/rates for
that particular annexure and the tenderer’s offer will be evaluated and considered
further accordingly. This is subject to the condition that the tender schedule
(annexure) is signed by the tenderer. If any schedule is not signed, the tender is
liable to be rejected.
8.7 Such adjusted bid price shall be considered as binding upon the tenderer. If the
tenderer does not accept the corrected amount, the tender will be rejected and
Earnest Money will be forfeited. Further Railway reserves the right to impose ban
or suspension of business or penalty on such tenderers who do not agree with the
corrected bids.
20 Signature of the Tenderer
8.8 If the offer Bid of a Tenderer is seriously unbalanced in relation to the Engineer’s
estimate of the cost of work to be performed under the contract, the Railways
may require the tenderer to produce detailed price analysis for any or all items of
the Tender Schedule, to demonstrate the internal consistency of those prices with
the construction methods and schedule proposed.

8.9 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.
The entire earnest money deposit with Railway will be forfeited. In addition,
action will be taken to suspend the business with the tenderer for a specified
period of not less than one year at the discretion of the Administration.

8.10 The tenderer/s shall not increase his/their rate (even for any item) in case the
Railway Administration negotiates for reduction of rates. Such negotiations shall
not amount to cancellation or withdrawal of the original offer and rates originally
quoted will be binding on the tenderer/s in the event negotiations fail.

8.11 The Railways shall consider to award the contract to the Tenderer whose tender is
substantially responsive to the tender document and whose offer has been
determined to be the lowest among evaluated.

8.12 The authority for the acceptance of the tender will rest with the Competent
authority to whom the power to accept the tender has been delegated who does
not bind himself to accept the lowest or any other tender nor does he undertake
to assign reasons for declining to consider any particular tender or tenders. He
also reserves the right to accept the tender in whole or in part or to divide the
tender amongst more than one tenderer if deemed necessary.

9.0 ACCEPTANCE OF TENDER:

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

9.2. The authority for the acceptance of the tender will rest with the Competent
authority to whom the power to accept the tender has been delegated who does
not bind himself to accept the lowest or any other tender nor does he undertake
to assign reasons for declining to consider any particular tender or tenders. He
also reserves the right to accept the tender in whole or in part or to divide the
tender amongst more than one tenderer if deemed necessary. The tenderers
including the lowest tender shall have no claims in this regard.

9.3. The Tenderer whose tender is accepted shall be required to attend the Office of
the Chief Administrative Officer / Chief Engineer / Dy.Chief Engineer, Executive
Engineer (Construction) as the case may be in person, or if a firm or corporation, a
duly authorised representative shall so attend, and to execute the contract
documents within 7 days after receipt of notice issued by the Railway that such
documents are ready. Failure to do so shall constitute a breach of the contract
effected by the acceptance of the tender in which case the full value of the
earnest money accompanying the tender shall stand forfeited without prejudice to
any other rights or remedies available to the Railway including imposing ban or
suspension of business with the tenderer and/or imposing penalties as deemed fit
by the Railway.

21 Signature of the Tenderer


9.4. The successful Tenderer shall be required to execute an agreement with the
President of India acting through the Chief Engineer (Construction), Southern
Railway for carrying out the work according to the Contract documents in the
proforma at ANNEXURE VIII.

9.5. In the event of any Tenderer whose tender is accepted refuses to execute the
contract documents as herein before provided, the Railway may decide that
such Tenderer has abandoned the contract and thereupon 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 other dues, if any
payable against that contract. The failed contractor shall be debarred from
participating in re-tender for that work. The railway reserves the right to impose
ban or suspension of business with the contractor and/or impose penalties as
deemed fit by the Railway and the contractor shall not have claims whatsoever in
this regard.

9.6. Every contract shall be complete in respect of the document it shall so constitute.
The Contract documents shall include all or any of the documents listed in the
definition for ‘Contract’ updated to the date of issue of tender notice for the
work. It should be understood that every endeavor has been made by the Railway
to update all the documents and the Tenderer shall take upon himself and provide
for the work of any deficiency or error in this regard which may subsequently be
discovered and shall make no subsequent claims on account thereof. Not less than
3 (three) copies of the contract documents shall be signed by the competent
authority and the Contractor and one copy given to the Contractor.

10.0 AWARD OF WORK:

10.1 Prior to the expiration of the period of tender validity/extended validity, the
Railways shall notify the successful tenderer, in writing, that its Tender has been
accepted. The notification letter (hereinafter and in the conditions of contract
and contract forms called the “Letter of Acceptance”) shall specify the sum that
the Railways will pay the contractor in consideration of the execution and
completion of the works as prescribed in the Tender Document and as agreed to in
the negotiation corrected bid, etc. if any and also as decided by the Acceptance
authority in terms of the conditions of the contract.

10.2 Until a formal contract is prepared and executed, the ‘Letter of Acceptance’ shall
constitute a binding contract.

10.3 SIGNING OF CONTRACT:

10.3.1 Promptly after notification, the Railways shall prepare the contract agreement
document and intimate the successful tenderer about the same.

10.3.2 Complete details of names, address and educational qualification proof shall be
furnished by Successful tenderer before signing of agreement for the deployment
of key personnel as indicated in Annexure-V.

10.3.3 Within 7 days of receipt of notice issued by the Railway that such agreement
documents are ready, the successful Tenderer shall attend the office of the Chief
Chief Administrative Officer, Construction, Southern Railway, E.V.R. High Road,
Egmore, Chennai-600 008 for signing the Contract Agreement document.

22 Signature of the Tenderer


11.0 PERFORMANCE GUARANTEE:

11.1 The procedure for submitting Performance Guarantee is outlined below :

a) The successful bidder shall have to submit a Performance Guarantee (PG)


amounting to 5% of the contract value within 30 (thirty) days from the date of
issue of Letter Of Acceptance (LOA). Extension of time for submission of PG
beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be
given by the Authority who is competent to sign the Contract Agreement.
However, a penal interest of 15% per annum shall be charged for the delay
beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In
case the contractor fails to submit the requisite PG even after 60 days from
the date of issue of LOA, the contract shall be terminated duly forfeiting EMD
and other dues, if any payable against that contract. The failed contractor
shall be debarred from participating in re-tender for that work.

b) The successful bidder shall submit the Performance Guarantee (PG) (5% of the
contract value) in any of the following forms:-
I. a deposit of Cash,
II. Irrevocable Bank Guarantee,
III. Government Securities including State Loan Bonds at 5 percent below the
market value,
IV. Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These
forms of Performance Guarantee could be only from the Nationalized
Banks,
V. Guarantee Bonds executed or Deposits Receipts tendered by all
Nationalized 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, National Defence Bonds, and Unit Trust
Certificates at 5 percent below market value or at the face value
whichever is less. Also FDR in favour of FA&CAO/C (free from any
encumbrance) may be accepted.

c) The Performance Guarantee has to be executed in favour of the President of


India acting through Financial Advisor and Chief Accounts Officer,
Construction, Southern Railway, Chennai – 600 008 or concerned Sr. Assistant
Financial Adviser/Construction only.

d) The Bank Guarantee towards Performance Guarantee should be sent to the


concerned authorities i.e. Chief Engineer/Dy. Chief Engineer as mentioned in
the LOA directly by the issuing bank under Register Post (AD).

11.2 The Performance Guarantee should be furnished by the successful bidder after
the Letter of Acceptance has been issued, but before signing of the agreement.
The agreement should normally be signed within 15 (fifteen) days after the issue
of LOA and Performance Guarantee should also be submitted within this time
limit. This guarantee 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 Performance Guarantee
extended to cover such extended time for completion of work plus 60 days.

11.3 The value of the Performance Guarantee 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

23 Signature of the Tenderer


original contract value, an additional Performance Guarantee amount of 5% (five
percent) for the excess value over the original contract value should be
deposited by the contractor.

11.4 The Performance Guarantee (PG) will be released after the physical completion
of the work based on the “Completion Certificate” issued by the Competent
Authority stating that the contractor has completed the work in all respects
satisfactorily. The Security Deposit however, will be released only after the
expiry of the maintenance period and after passing the final bill based on “No
Claim Certificate” from the contractor.

11.5 Wherever the contract is rescinded, the Security Deposit will be forfeited and
the Performance Guarantee will be encashed and the balance work will be got
done independently without further risk and cost of the failed contractor. The
failed contractor will 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 will be debarred from participating in the
tender for the balance work either in his/her individual capacity or as a partner
of any other JV / partnership firm. In the event of the contract being
determined or rescinded under provision of the GCC the Performance Guarantee
and Security Deposit will be forfeited in full and will be absolutely at the
disposal of the President of India.

11.6 It shall be noted that no On-account payment for the work done can be released
to the Successful Tenderer, until and unless the Contract Agreement is mutually
signed.

24 Signature of the Tenderer


Annexure- I

TENDER SUBMISSION SHEET

Ref. No/Date………

To
THE PRESIDENT OF INDIA
Acting Through the
Chief Administrative Officer / Chief Engineer/
Deputy Chief Engineer/Executive Engineer (Construction),
Southern Railway

Name of the work:……………………………………………………………………………………………….


………………………………………………………………………………………………………………………………
Tender Notice No………………………………………………………………Item
No……………………………..

1. I/We ________________________________________________________________
have read the conditions of tender attached hereto and agree to abide by such
conditions. I/We have perused the contract documents (i.e. General Conditions of
Contract, Special Conditions and Indian Railways Unified Standard Specifications
(2010), Southern Railway Specifications for Materials & Works (1969) and all other
specifications and the Unified Standard Schedule of Rates of the Southern Railway,
2011, and various schedules (Annexures), and all other documents attached to the
tender) and that I/We am/are fully aware that I/We will have to perform the
contract if my/our tender is accepted subject to general conditions of contract
aforesaid and also subject to the Contract Documents complete aforesaid. I/We
offer to do the work at the rates shown in the Annexures annexed and hereby bind
myself/ourselves to complete the work in the stipulated period as mentioned in
the contract documents attached from the date of issue of letter of acceptance.
2. I/We have signed the tender documents on all pages. I/We have filled all the
relevant columns in the Annexures enclosed and I/We am/are fully aware that non
filling up of any column and non furnishing data/non signing of the documents is
likely to result in non consideration of my/our tender.

3. 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”.
4. A sum of Rs……………………………………………………………………. (in words)
…………………………………………………………………………………………………………………………………….
in the form of Cash Receipt/Banker’s Cheque/Demand Draft * No. dt.
…………..issued by Bank/ Railway Administration’s Chief Cashier – Southern
Railway, Chennai 600 003 ____________ .
__________ Branch__________________________ is
herewith forwarded as Earnest Money. The full value of the Earnest Money shall
stand deposited in case my/our tender is accepted and forfeited without
prejudice to any other right or remedies available to the Railway if:
* Tick as applicable

a) I/We do not execute the Contract Documents within 7 (seven days) of receipt
of information from Railway that such documents are ready;
b) I/We do not furnish the necessary bank guarantee for the Performance
Guarantee required for the work within 30 days of receipt of the Letter of
Acceptance for the work, and
25 Signature of the Tenderer
c) I/We do not commence the work within 15 (fifteen) days after receipt of
Letter of Acceptance for the work duly furnishing a programme for
executing the work to the Railway for their approval.
5. A sum of Rs……………………………(in words)………………………………………………………………..
…………………………………………………………………………………… in the form of *Cash/Banker’s
Cheque/Demand Draft towards the cost of the Tender form is enclosed herewith
(applicable for Tenders downloaded from Internet).
* Refer para 3.2 (a) at page No.7.
6. I/We agree that 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.
7. I/We also hereby agree to abide by the General and Special Conditions of
Contract and to carryout the works according to the specification of
materials and works laid down by Southern Railway in the Tender Documents.
I/We also undertake to carry out the work in accordance with the said
Specifications and Conditions of Contract, and to find and provide such of the
materials (other than those to be supplied by the Railway) for, and to do all such
things which in the opinion of the Engineer may be necessary for, or incidental to
the construction, completion and maintenance thereof and to complete the whole
of the said works in the tender documents in all respects, and hand them over to
you or your representatives within the period specified; and to maintain the
same for the period and in the manner provided in the Conditions of
Contract.
8. I/We offer to do the above work at the specific rates/percentage rates quoted
by me/us in the attached schedule and bind myself/ourselves to complete the
work within the completion period specified from the date of issue of letter
of acceptance of this tender as per the milestone statement furnished in the
scope of work/Letter of Acceptance and as per the agreed programme of
work. As the Tenderer/Contractor is expected to adhere to the progress of
work as per mile stone statement mentioned in the scope of work and in case
I/WE fail in achieving the mile stone and programme, I/We understand and
agree that the contract is liable to be terminated at my/our fault and cost
thereof, apart from penalties for the delays imposed at the discretion of the
Engineer-in-Charge.

9. I/We am/are enclosing the following documents as required as per the Tender
Documents:-

a) Partnership Deed details of consortium of firm (Annexure-III) etc.


b) Power of Attorney.
c) List of works executed year wise during the last three years along with
their values.
d) Credentials issued by the Department for whom the work was executed by
the tenderer/s during the last three years (in the appropriate format).
e) The documentary evidence from the employer/client showing the
contractual amount received OR attested copy of the audited Financial
Statements such as Trading, Profit and Loss Account OR Balance Sheet
along with the certificate from the Chartered Accountant for the
contractual amount received etc.
f) Experience Certificate issued by the Department/other as permitted in the
Tender Document (as shown in Annexure II).
g) List of works on hand, their values and stage of completion
(Annexure IV).
26 Signature of the Tenderer
h) List of engineering personnel employed for the work (Annexure V).
i) Details of Plant and Machinery (Annexure VI).
j) Reporting of employment of retired Gazetted Officers (Annexure VII).
k) Declaration for employing no middle man (Annexure X).

10. DECLARATION:

I/We, __________________________________________________, declare that -

(a) have examined and have no reservations to the Tender documents,


including Addenda/Corrigenda issued by the Railway;
(b) offer to execute all the Works in conformity with the Tender Documents;

(c) commit to submit Security Deposit and Performance Guarantee in


accordance with the tender Documents, if my/our tender is accepted;

(d) commit to deploy minimum key personnel and equipments consistent with
the stipulation in the relevant special conditions of the Tender
Document, if my/our tender is accepted;

(e) commit to submit a detailed programme in conformity with the milestones


and completion period prescribed in the Tender Dcouments and method
statements for all major activities and get these approved from the
engineer prior to commencing work on such activities, and also understand
that the work shall be executed as per the approved programme and the
milestone statements without any deviations if my/our tender is accepted;

(f) commit to establish Testing Laboratory at the site of work with minimum
Testing equipments indicated in the relevant specifications, if my/our
tender is accepted;
and further declare that

(g) I/We am/are not banned from doing business with Railways;

(h) I/We do not have any partners who are individuals or partners of firms
banned from doing business with Railways;

(i) I/We are not sister concerns/allied partners who were individuals or firms
or partners of firms banned from doing business with Railways

I/We, ……………………………………………………………………………..further understand


and agree that

(j) if I/We were found during consideration of the tender to be a


firm/individual or sister/allied concern or any individual or firms or partner
of firms banned by the Ministry of Railways from doing business with
Railways and ban is still in force, Earnest money deposit remitted by me/us
will be forfeited in full;

(k) if I/We were found during the course of execution of work to be an


individual or firm or partner or firms or sister/allied concern of any
individuals or firms banned by the Ministry of Railway from doing business
with Railways and the ban is still in force, my/our security deposit and
Performance Guarantee will be forfeited in full;

(l) if I/We are found to be individual or firm or partner of firm or sister/allied


concern of any individuals or firms banned by the Ministry of railway from
27 Signature of the Tenderer
doing business with Railways during the consideration of tender or during
the execution of work, I/We are liable to be banned from doing business
for further periods to be specified by Railways;

(m) Further for satisfying the eligibility conditions mentioned in the Tender
Documents, I/We have enclosed attested copies of documents along with
the tender in support of my/our claim of satisfying eligibility conditions.
I/We understand that I/We have to produce the original documents if so
demanded by the Railways. I/We understand that if any of the documents
were found to be bogus at any stage, my/our earnest money deposit
(before finalisation of tender) and/or security deposit and Performance
Guarantee (after awarding work) will be forfeited in full and I/We are
liable to be banned from doing business with Railways for any period to be
specified by the Railways and also liable for legal proceedings against
me/us.

(n) Further that I/We have submitted full details of work on hand and progress
thereon and I/We understand that if the information furnished by me/us
were found to be false, my/our tender is liable to be rejected and Earnest
money deposit in full is liable to be forfeited. If it is found to be false at
any stage, I/We are liable to be banned from doing business with Railways
for any period to be specified by Railways and also liable for legal
proceedings against me/us.

(o) Further I/We declare that I/We have not made any tampering or changes in
the Bidding Documents on which the Bid is being submitted and if any
tampering or changes are detected at any stage, we understand that the
Bid will invite summary rejection and forfeiture of Bid Security / the
contract will be liable to be terminated along with forfeiture of security
deposit and Performance Guarantee at any stage of progress of the work;
and

(p) Further I/We understand, agree and declare that you (Railway) are not
bound to accept the lowest evaluated bid or any other bid that you may
receive and I/We have no claim/demand whatsoever in this regard.

SIGNATURE OF THE TENDERER WITH SEAL


Name ……………………………………………………………………………………………………..
In the capacity of ………………………………………………………………………………………..
Duly authorized to sign the Bid for and on behalf of …………………………………………………
Date ……………………………………………………………………………………………………….
SIGNATURE & ADDRESS OF WITNESSES TO THE SIGNATURE OF THE TENDERER(S)

WITNESSES :

1 : Name Signature
Date
Address

2 : Name Signature
Date:
Address

28 Signature of the Tenderer


ANNEXURE II

EXPERIENCE CERTIFICATE

(Issued for the purpose of quoting tenders of


Construction Organisation of Southern Railway).

1. Name and Address of the Tenderer/Contractor : M/s.………………………………..


……………………………………………..
……………………………………………..

2. Type of Firm : Proprietary Firm/Partnership Firm/Others(specify)…….

3. The relevant details of works under :

a) Name of work :

b) Agreement No. & Date:

c) Date of commencement of work :

d) Date of Completion of work:

e) Status of Final bill:

f) Value of work completed as per last bill :

g) Complete Postal address and name of the


Organization where work was executed:

Contd…

29 Signature of the Tenderer


-2-
h) Details of works completed(Item relevant to the tender to be furnished)
Description of work Value in Rs.

i).Survey work / Soil Investigation


ii). Earthwork
iii) Blanketing Work(manual/mechanical to be indicated)
iv).Bridgework
a). RCC (including cement and steel)
b). PSC (including cement and steel)
c).Composite girder
d). Pile work(including liner, cement and steel
complete)
v). Ballast (Supply including dumping if any)
vi). Building works(details of special works to be
indicated)
vii). Structural steel work
viii).Transportation work
ix). Permanent way Work.
x). Level Crossing Work.
xi) Rail welding work
xii) Any other work

Place :
Date:
Deputy Chief Engineer / Railways.
Executive Engineer / Other Govt. Dept/PSUs.
(WITH SEAL)

NOTES :

1. For the purpose of single similar nature of work, the Experience Certificate should
be attached to the tender document as per proforma given in Annexure II which
can be filled up and signed by the tenderer based on the details furnished in the
certificate issued by the Executive, in case the format issued by the Executive is
different. The certified copies of relevant Experience Certificate are also to be
enclosed.

2. The tenderer shall note that the tender received without the above details are
liable to be rejected as they may not satisfy the eligibility requirements correctly
and the decision of the Railway is final in this regard.

30 Signature of the Tenderer


ANNEXURE III

CONSTITUTION OF THE FIRM

1. Full Name of the Contractor/s,


Construction firm and year of
Establishment

2. Registered Head Office and


Address

3. Branch Offices/ in India

4. Address on which correspondence


regarding this tender should be done

Note : Tenderer may note that the Railway Administration reserves the right to reject
the offers received with wrong information or without authenticated details from
the tenderers in the above format summarily and the tenderer shall have no claim
in this regard.

The information furnished above is correct and complete, to the best of our/my
knowledge and belief.

We are/I am aware that if the information furnished above are found to be wrong
or incomplete or any relevant information is found to have been suppressed, the tender is
liable to be rejected at any stage.

We are/I am aware that if the declarations as above in the tender are found to
be not true, any agreement that may be entered into, is also liable to be terminated by
the Railway.

Signature of the tenderer/contractor:

Date:

Address:

31 Signature of the Tenderer


ANNEXURE IV

STATMENT OF WORKS ON HAND

Sl. Name of the Name of Date of Original Place Value Present Likely date
No. Organisation Work Award Date of of of Physical of
completion work works Progress completion
in %age

Note: Tenderer may note that the Railway Administration reserves the right to reject
the offers received with wrong information or without authenticated details from
the tenderers in the above format summarily and the tenderer shall have no claim
in this regard.

The information furnished above is correct and complete, to the best of our/my
knowledge and belief.

We are/I am aware that if the information furnished above are found to be wrong
or incomplete or any relevant information is found to have been suppressed, the tender is
liable to be rejected at any stage.

We are/I am aware that if the declarations as above in the tender are found to
be not true, any agreement that may be entered into, is also liable to be terminated by
the Railway.

Signature of tenderer/contractor:

Date:

Address:

32 Signature of the Tenderer


ANNEXURE V

LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE / PROPOSED TO BE EMPLOYED


FOR DEPLOYEMENT OF THIS WORK

Sl. Name & Designation Qualification Professional Organisation Date from


No. Experience with whom which the
working personnel
will be
available
for this
work
1. 2. 3. 4. 5. 6.

Note: Tenderer may note that the Railway Administration reserves the right to
reject the offers received with wrong information or without authenticated
details from the tenderers in the above format summarily and the tenderer
shall have no claim in this regard.

The information furnished above is correct and complete, to the best of our/my
knowledge and belief.

We are/I am aware that if the information furnished above are found to be wrong
or incomplete or any relevant information is found to have been suppressed, the tender is
liable to be rejected at any stage.

We are/I am aware that if the declarations as above in the tender are found to
be not true, any agreement that may be entered into, is also liable to be terminated by
the Railway.

Signature of tenderer/contractor:

Date:

Address:

33 Signature of the Tenderer


ANNEXURE VI

DETAILS OF MACHINERY TENDERER/CONTRACTOR WANTS TO PURCHASE /


HIRE/AVAILABLE FOR THIS WORK

Sl. Particulars of No. of Kind & Capacity Date by


No. Equipment unit make/firm from which the
which to be hired plant would
be available
for use on
this work
1. 2. 3. 4. 5. 6.

Note: Tenderer may note that the Railway Administration reserves the right to
reject the offers received with wrong information or without authenticated
details from the tenderers in the above format summarily and the tenderer
shall have no claim in this regard.

The information furnished above is correct and complete, to the best of our/my
knowledge and belief.

We are/I am aware that if the information furnished above are found to be wrong
or incomplete or any relevant information is found to have been suppressed, the tender is
liable to be rejected at any stage.

We are/I am aware that if the declarations as above in the tender are found to
be not true, any agreement that may be entered into, is also liable to be terminated by
the Railway.

Signature of tenderer/contractor:

Date:

Address:

34 Signature of the Tenderer


Annexure VII

FORM FOR REPORTING OF EMPLOYMENT OF RAILWAY OFFICERS

Proforma to be filled in and signed by the Tendererer and submitted


along with the tender with reference to Clauses 6.13 of the
Conditions of Tender

Strike out whichever is not applicable


I. The undersigned :
(a) is a retired gazetted officer holding prior to retirement a
pensionable/non-pensionable post in Engineering Department of
________________ Railway.
(b) is a partnership firm having as one of its partners a retired Engineer or a
retired gazetted officer as aforesaid.
(c) is an incorporated company having any such retired Engineer or retired
officer as aforesaid, as one of its directors.
(d) is having in my employment any retired Engineer or retired gazetted
officer as aforesaid.
(e) has no such retired Engineer or retired gazetted officer so associated with
me as stated above.

II. If falling under any of the above categories (a) to (d) particulars of the
officer may be furnished hereunder :

(1) Post held before retirement .. _____________________________


(2) Date of retirement ..
_____________________________
(3) If not retired at least ONE ..
_____________________________
YEAR prior to date of
submission of tender state
whether permission for
taking such contracts has
been obtained from the
President of India or any
officer duly authorised in this behalf.

III. If the Tenderer or in the case of a firm or company, any of the shareholders has a
relative or relatives employed in gazetted capacity in the Engineering
Department of the Railways, particulars of such relatives in the Railway may
be furnished hereunder :-

(1) Name .. ___________________________


(2) Designation .. ___________________________
(3) Relationship .. ___________________________

Note: Tenderer may note that the Railway Administration reserves the right to
reject the offers received with wrong information or without authenticated
details from the tenderers in the above format summarily and the tenderer
shall have no claim in this regard.

The information furnished above is correct and complete, to the best of our/my
knowledge and belief.

35 Signature of the Tenderer


We are/I am aware that if the information furnished above are found to be wrong
or incomplete or any relevant information is found to have been suppressed, the tender is
liable to be rejected at any stage.

We are/I am aware that if the declarations as above in the tender are found to
be not true, any agreement that may be entered into, is also liable to be terminated by
the Railway.

Signature of the Tenderer/contractor :

Name:

Address:

Date:

36 Signature of the Tenderer


Annexure VIII

FORM FOR AGREEMENT FOR WORKS CONTRACTS

Name of the work:

I. CONTRACT AGREEMENT No.__________________________________________ dated

__________ ARTICLES OF AGREEMENT MADE this _____________________

day of _____________________ between the

“President of India" acting through the Chief Administrative Officer


(Construction) of Southern Railway Administration hereinafter called the
"Railway" of the one part and __________________________ hereinafter called
the "Contractor" of the other part.

II. WHEREAS the Contractor has agreed with the Railway for the performance
of the work set forth in the schedule hereto annexed and in conformity with
specifications for materials and works 1969/Indian Railways Unified Standard
Specifications (Works & Materials) 2010 Vol.I & II of the Southern Railway and
special conditions and special specifications and drawings hereto annexed, if
any, and General Conditions of Contract all known as “Contract Documents” AND
WHEREAS the performance of the said work is an act in which the public are
interested.

III. AND WHEREAS the Contractor has deposited a sum of Rs.___________ towards
the earnest money AND WHEREAS the balance of security deposit after
adjustment of earnest money of Rs.__________________ originally paid by the
contractor is at the instance of the Contractor recovered at 10 per cent of the
value of the running bill till all the amount of security deposit of
Rs._______________ is fully recovered.

IV. NOW THIS INDENTURE WITNESSTH 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 workmanlike 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 within the stipulated period as mentioned in
the special conditions of contract from the date of issue of letter of acceptance
and will maintain the said works as stipulated in the schedule attached from the
certified date of their completion and will observe, fulfill and keep all the
conditions therein mentioned (which shall be deemed and taken to be part of
this contract as if the same had been fully set forth herein), AND the Railway do
hereby agree that if the Contractor shall duly perform the said works in the
manner aforesaid and observe and keep the said terms and conditions, the
Railway will pay or cause to be paid to the Contractor for the said works on the
final completion thereof the amount due in respect thereof, at the rates set
forth in the annexure XI.

V. 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 the printed Schedule of Rates including the General and
Operating Instructions contained in Pages (vi) to (viii) thereof, shall be binding
37 Signature of the Tenderer
upon the Contractor and upon the Railway Administration as if the same had been
repeated herein and shall be read as part of these presents.

VI. The cost of stamp duty on the agreement shall be borne by the Railway
Administration.

Signature of Witness Contractor


(with Address to
Signature of Contractor)
Date : ________________

Designation

Southern Railway
for President of India.

38 Signature of the Tenderer


Annexure - IX

BANK PARTICULARS REQUIRED TO BE SUBMITTED BY


SUCCESSFUL TENDERER(S) AFTER AWARD OF WORK BUT
BEFORE EXECUTION OF MAIN AGREEMENT

(a) Name of the Bank with address:

(b) SB Account No./Current Account No:

(c) MICR Code of the Bank:


(For the purpose of releasing
Payments/dues through EFT/NEFT)

(d) PAN (Permanent Account No.):

(e) Specimen signature of the contract


Signing / Executing Authority.

Date :

Signature of Authorised Signatory

39 Signature of the Tenderer


Annexure – X

PROFORMA FOR DECLARATION REGARDING “NO MIDDLEMAN”

(To be furnished individually by all partners of firm /Joint Venture.)

“ I hereby declare and commit that no agent, middleman or any intermediary has
been, or will be, engaged to provide any services, or any other items of work
related to the award and performance of this contract. I further declare and
commit that no agency commission or any payment which may be construed as an
agency commission has been, or will be, paid and that the tender price will not
include any such amount “.

Date: Signature:

Name

Designation

Address

40 Signature of the Tenderer


Annexure-XI

FORM FOR ACCE PTANCE OF TENDER


(This is only for guidance. The issuing authority will decide the format and
contents based on complete Contract Documents)
No.W.496/

Shri/M/s…………………………..
…………………………………….
……………………………………..
……………………………………..

Sir(s),
Name of work :

Tender Notice No: _____________________________ Item No: ___


*****

I accept the tender offered by you for the above work and agree to pay
the rates as per rates in USSOR -2011 for Division [(i) TVC & PGT (ii) MAS, SA, TPJ
& MDU] at the rates at par/enhanced/diminished by _____________ percent/at
par in respect of Annexure `A' and at the rates as entered in
Annexure ___________________ (Items not covered by USSOR-2011) and lump
sum rates for item given in Annexure ___________________. Based on these
rates the value of contract works out to Rs.

The agreement for the contract for the above work shall be signed by you
within 7 days of receipt of notice issued by the Railway that such documents are
ready. The Letter of Acceptance is dispatched by registered post with
acknowledgement due. This letter of acceptance forms part of the Contract
documents governing this contract.

Please acknowledge receipt of this letter.

Chief Administrative Officer/


Chief Engineer (Construction)
for and on behalf of President of India
Place :
Date :

WITNESSES :
1 : Signature
Date :
Name:
Address:
2. Signature
Date
Name:
Address:

41 Signature of the Tenderer


Annexure -XII
FORM - JV - 1

FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED SIGNATORY OF


JOINT VENTURE (JV) PARTNERS

POWER OF ATTORNEY (TENDER)

(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant stamp Act. The stamp paper to be in the name of the company who is issuing
the Power of Attorney.

Know all men by these present, we . . . . . . . . do hereby constitute, appoint and


authorise Mr/Ms. . . . . . . . . . . . . who is presently employed with us and holding the
position of . . . . as our attorney, to do in our name and on our behalf, all such acts,
deeds and things necessary in connection with or incidental to our bid for the work of
including signing and submission of all documents and providing information/ responses
to Southern Railway Construction Organisation representing us in all matters, dealing with
Southern Railway Construction Organisation in all matters in connection with our Tender
for the said project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our
aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this the . . . . . . . . . day of . . . . . . . 201…

(Signature of authorised signatory)

……………………………………
(Signature and Name in Block letters of Signatory)
Seal of Company

Witness:

Witness 1: Witness 2:

Name : Name :

Address : Address :

Occupation : Occupation :

Notes:

i) To be executed by all the partners individually, in case of a Joint Venture.


ii) The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of
the executant(s) and when it is so required the same should be under common seal
affixed in accordance with the required procedure.

42 Signature of the Tenderer


Annexure XIII
FORM -JV - 2
FORMAT FOR POWER OF ATTORNEY TO
LEAD PARTNER OF JOINT VENTURE (JV)

(To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant stamp Act. The stamp paper to be in the name of the company who is issuing
the Power of Attorney.

POWER OF ATTORNEY (EXECUTION)

Whereas Southern Railway Construction Organisation has invited Tender for the work of

Whereas, the members of the Joint Venture comprising of M/s. . . . . . . . . M/s. . . . . . .


. . and M/s. . . . . . . . , are interested in submission of bid for the work . . . (insert name
of work). . in accordance with the terms and conditions contained in the bidding
documents.

Whereas, it is necessary for the members of the Joint Venture to designate one of them
as the Lead Partner, with all necessary power and authority to do, for and on behalf of
the Joint Venture, all acts, deeds and things as may be necessary in connection with the
Joint Venture’s bid for the project, as may be necessary in connection with the Joint
Venture’s bid for the project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT:

We, M/s. . . . . . . . . . . . . . . , hereby designate M/s. . . . . . . . . . . .. . . , being one of


the partners of the Joint Venture, as the lead partner of the Joint Venture, to do on
behalf of the Joint Venture, all or any of the acts, deeds or things necessary or incidental
to the Joint Venture’s Tender for the contract, including submission of Tender,
participating in conferences, responding to queries, submission of information/documents
and generally to represent the Joint Venture in all its dealings with the Railway or any
other Government Agency or any person, in connection with the contract for the said
work until culmination of the process of Tendering till the contract agreement is entered
into with the Southern Railway Construction Organisation and thereafter till the expiry of
the maintenance period.

We hereby agree to ratify all acts, deeds and things lawfully done by lead member,
our said attorney pursuant to this power of attorney and that all acts deeds and
things done by our aforesaid attorney shall and shall always be deemed to have
been done by us/Joint Venture.

Dated this the . . . . . . . . day of . . . . . . 200..

………….……………………………
(Signature)

43 Signature of the Tenderer


. ……………………………………..
(Name in Block letters of Executant)
Seal of Company

Witness 1: Witness 2:
Name : Name :
Address : Address :
Occupation : Occupation :

Notes:

i) To be executed by all the partners individually, in case of a Joint Venture.

ii) The mode of execution of the Power of Attorney should be in accordance


with the procedure, if any, laid down by the applicable law and the charter
documents of the executant(s) and when it is so required the same should
be under common seal affixed in accordance with the required procedure.

44 Signature of the Tenderer


Annexure XIV
FORM - JV - 3

DRAFT MEMORANDUM OF UNDERSTANDING (MOU) FOR

JOINT VENTURE PARTICIPATION


BETWEEN

M/s…………….having its registered office at ……………… (hereafter referred to as


FIRST PARTY) acting as the Lead Partner and M/s………………………………..having its
registered office at …………………(hereafter referred to as SECOND PARTY) and
M/s………………………………..having its registered office at …………………(hereafter referred to
as THIRD PARTY) in the capacity of a Joint Partner of the other part.

The expressions FIRST PARTY, SECOND PARTY and THIRD PARTY shall whatever the
context admits, mean and include their respective legal representatives, successors-in-
interest and assigns and shall collectively be referred to as “the Parties” and individually
as “the Party”

WHEREAS; Southern Railway Construction Organisation (hereinafter referred to as


“CLIENT”) has invited bids for ……..(insert name of work)
………………………………………………….. …………………………………………………………………………………….”

NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:

1. The following documents shall be deemed to form and be read and construed as
an integral part of this MOU.
i) Notice for bid, and
ii) Tender document
iii) Any Addendum/Corrigendum issued by (Southern Railway Construction
organization)
iv) The Tender submitted on our behalf jointly by the Lead Partner.

2. The ‘Parties’ have studied the documents and have agreed to participate in
submitting a ‘Tender’ jointly.

3. M/s………….shall be the lead member of the JV for all indents and purpose and
shall represent the Joint Venture in its dealing with the Client. For the purpose of
submission of Tender proposals, the parties agree to nominate M/s……………..as the
Lead Partner duly authorized to sign and submit all documents and subsequent
clarifications, if any, to the Client. The said Lead Partner shall deal with the
tender, sign the agreement or enter into contract in respect of the said tender, to
receive payment, to witness joint measurement of work done, to sign
measurement books and similar such action in respect of the tender/contract.

4. The ‘Parties’ have resolved that the distribution of share and responsibilities is as
under:

a) Lead Partner share ……….%;


Responsibilities. i) ………
ii) …….. .
iii) ………

45 Signature of the Tenderer


b) Joint Venture Partner’s share -------------%
Name ………………………………………
Responsibilities. i) ………
ii) …….. .
iii) ……..

c) Joint Venture Partner’s share -------------%


Name ………………………………………
Responsibilities. i) ………
ii) …….. .
iii) ……..
The name of the Joint Venture firm is…………………………………… and the address
is………………………………………………………

5. JOINT AND SEVERAL RESPONSIBILITY

The Parties undertake that they shall be jointly and severally liable to the client
in the discharge of all the obligations and liabilities as per the contract with the
client and for the performance of contract awarded to their JV in accordance with
general and special conditions of contract. The JV members shall also be liable
jointly and severally for the loss, damages caused to the Railway during the course
of execution of the contract or due to non-execution of the contract or part
thereof.

6. ASSIGNMENT AND THIRD PARTIES

The parties shall co-operate throughout the entire period of this MOU on the basis
of exclusively and neither of the parties shall make arrangement or enter into
agreement either directly or indirectly with any other party or group of parties on
matters relating to the Project. After the contract is awarded, the constitution of
the JV firm shall not be altered during the currency of the contract except when
modification become inevitable due to succession laws etc., and in any case the
minimum eligibility criteria laid down by the CLIENT Railways should not get
vitiated. Such approval for change of constitution of the JV firm shall be at the
sole discretion of the CLIENT Railways.

7. EXECUTIVE AUTHORITY

The said Joint Venture through its authorized representative shall receive
instructions, payments from the client. The management structure for the
project shall be prepared by mutual consultations to enable completion of project
to quality requirements within permitted cost and time.

8. GUARANTEES AND BONDS

Till the award of the work, Earnest Money and all other bonds/guarantees
furnished to the Client on behalf of the Joint Venture, which shall be legally
binding on all the partners of the Joint Venture. The EMD submitted may be
deemed as EMD submitted by the JV firm. After award of the work to JV firm, a
single performance guarantee shall be submitted to the CLIENT Railways All the
guarantees like performance guarantee, bank guarantee for mobilisation,
machinery advance etc., shall be made only in the name of JV firm and no
splitting of guarantees among the members of the JV firm shall be made.

46 Signature of the Tenderer


9. INDEMNITY

Each party hereto agrees to indemnify the other party against its respective parts
in case of breach/default of the respective party of the contract works or any
liabilities sustained by the Joint Venture.

10. For the execution of the respective portions of works, the parties shall make their
own arrangements to bring the required finance, plants and equipment, materials,
manpower and other resources.

11 DOCUMENTS & CONFIDENTIALITY.


Each Party shall maintain in confidence and not use for any purpose related to the
Project all commercial and technical information received or generated in the
course of preparation and submission of the bid.

12 ARBITRATION
Any dispute, controversy or claim arising out of or relating to this agreement
shall be settled in the first instance amicably between the parties. If an amicable
settlement cannot be reached as above, it will be settled by arbitration in
accordance with The Arbitration and Conciliation Act 1996 or any amendments
thereof. The Venue of the arbitration shall be Chennai.

13 VALIDITY
This MoU/JV Agreement shall remain in force till the occurrence of the earliest to
occur of the following unless by mutual consent, the parties agree in writing to
extend the validity for a further period.

a. The Tender submitted by the joint venture is declared unsuccessful,


or
b. Cancellation/shelving of the project by the client for any reasons
prior to award of work
c. Execution of detailed JV agreement by the parties, setting out
detailed terms after award of work by the client.
d. The JV agreement shall be valid during the entire currency of the
contract including the period of extension if any and the
maintenance period after the work is completed.

14 This MOU is drawn in ……number of copies with equal legal strength and status.
One copy is held by M/s……. and the other by M/s. & …..M/s……. and a copy
submitted with the proposal.

15 This MOU shall be construed under the laws of India.

16 NOTICES

All notices/ correspondences with respect to the contract would be sent to the
authorized member/Lead Partner of the JV firm having the following Address.

Lead Partner/Authorised Member


----------------
------------------
(Name and Address)

47 Signature of the Tenderer


17 The parties to the JV also certify that they have not been blacklisted or debarred
by Railways or any other Ministry or Department of the Government of India/State
Government from participation in tenders/Contract in the past either in their individual
capacity or the JV firm or partnership firm in which they were members/partners.

IN WITNESS WHEREOF THE PARTIES, have executed this MOU the day, month and year first
before written.

M/s……………… M/s………………… M/s…………………


…………………. ……………………. …………………….
(Seal) (Seal) (Seal)

Witness:

1. ………………….. (Name & Address)


2. ………………….. (Name & Address)

48 Signature of the Tenderer


Annexure XV
FORM - JV - 4

DRAFT FORMAT OF JOINT VENTURE AGREEMENT

1. To be executed on non-judicial stamp paper of appropriate value in accordance


with relevant Stamp Act and to be registered with appropriate authority under
Registration Act.

2. The JV agreement shall be as per the MOU signed and be in line with the same
submitted in the tender. It shall take care of the conditions in the tender
documents fully and correctly without which the agreement is liable for rejection.

3. The JV agreement shall be structured generally as per contents list given below:-

A. CONDITIONS AND TERMS OF JV AGREEMENT

1. Definitions and interpretation


2. Joint Venture – include Equity of members, transferability of shareholding
of equity of a partner leaving during the subsistence of the contract.
3. Proposal submission.
4. Performance – To indicate scope of responsibility of each member
5. Language and law
6. Exclusively
7. Executive Authority
8. Documents
9. Personnel
10. Assignment and Third Parties.
11. Severability
12. Member in Default
13. Duration of the Agreement
14. Liability and sharing of risks
15. Insurance
16. Sharing of Promotion and project costs, Profits, Losses and Remuneration
17. Financial Administration and Accounting
18. Guarantees and Bonds
19. Arbitration
20. Notices
21. Sole Agreement and Variation

B. SCHEDULES

1. Project and Agreement particulars


2. Financial Administration Services
3. Allocation of the obligations
4. Financial Policy and Remuneration

49 Signature of the Tenderer


PART “ C ”

SPECIAL CONDITIONS OF CONTRACT

50 Signature of the Tenderer


SPECIAL CONDITIONS OF CONTRACT

12.0 PROGRAMME OF WORK:

12.1 Immediately on issue of letter of acceptance of this tender, the Contractor should
submit a programme of work showing the activities sub-work wise for completing
the whole work within the stipulated period of completion with monthly
milestones in consultation with the Executive Engineer-in-charge of the work as
per the Mile-stone statement furnished in the scope of work/enclosed to this
Letter of Acceptance, or as per the agreed programme. Acceptance or otherwise
of a revised programme submitted by the contractor to the Railway is purely the
discretion of the Engineer and the contractor shall have no claims whatsoever in
this regard.

12.2 The contractor shall also submit the methodology they/he prefer to use for
tackling the important and large items and milestone statement.

12.3 Non-submission of the programme/methodology as envisaged above will be treated


as a failure of the contractor and shall entitle Railway to terminate the contract
under Clause 62 of the General Conditions of Contract and/or take action as
deemed fit by the Railway.

12.4 This is to reiterate that the Railway reserves the right of terminating the contract
at any stage of review of the progress, if the above agreed programme(s) are not
adhered to within the margin of 10% as envisaged in Clause 62(1)(viii) of the
General Conditions of Contract.

12.5 If the contract is terminated due to the failure of contractor, Railway reserves the
right to invite one or more tenders for the completion of balance work separately
or combined with other similar work.

13.0 PROJECT MONITORING SYSTEM AND ISSUE OF COMPLETION CERTIFICATE:

13.1 Project Monitoring:

(i) A system of project monitoring system will have to be introduced by the


contractor and the same shall be available at site of work. The work shall
be monitored monthly/quarterly basis or as required by the Engineer.
(ii) The contractor will be required to submit monthly progress report of the
work in a computerized form. The progress report shall contain the
following apart from whatever else may be required to be specified:

a) Introduction, giving a brief scope of the work under the contract


and the broad structural or other details.
b) Approved programme of work.

c) Construction schedule of the various components of the work, through


a bar chart for the next three quarters or as may be specified, showing
the milestones, targeted tasks and up to date progress.

d) Progress chart of the various components of the work that are planned
and achieved, for the month as well as cumulative up to the month,
with reasons for deviations, if any in a tabular format.
e) Plant and Machinery statement, indicating those deployed in the
work, and their working status.
51 Signature of the Tenderer
f) Man-power statement.

g) Progress photographs, in colour, of the various items/components of


the work done up to date, to indicate visually the actual progress of
the work.

h) Quality assurance and quality control tests conducted during the


month, with the results thereof.

i) Any hold-up shall be specified. Dispute, if any, shall also be


highlighted

(iii) For effective Project Monitoring, the contractor will be required to install
at his cost a Computer along with suitable Software like, MS Project at the
site of work.

13.2 Issue of Completion Certificate

As soon as in the opinion of the Engineer, the work has been completed and has
satisfactorily passed any final test or tests that may be prescribed, the Engineer
shall issue a certificate of completion duly indicating the date of completion in
respect of the work and the period of maintenance of the work shall commence
from the date of completion mentioned in such certificate. The Engineer may also
issue such a certificate indicating date of completion with respect to any part of
the work (before the completion of the whole of work), which has been both
completed to the satisfaction of the Engineer and occupied or used by the
Railway. When any such certificate is given in respect of part of a work, such part
shall be considered as completed and the period of maintenance of such part shall
commence from the date of completion mentioned in the completion certificate
issued for that part of the work.

14.0 SECURITY DEPOSIT:

14.1 The security deposit / rate of recovery / mode of recovery shall be as under:-

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

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

c) Security Deposits will be recovered only from the running bills of the
contract if the value of contract is less than Rs.50 crores and no other
mode of collecting such SD in the form of instruments like BG, FD etc.,
will be accepted towards Security Deposit.
d) In case of contracts value of Rs.50 crore and above, irrevocable Bank
Guarantee will also be accepted as a mode of obtaining security deposit.
NOTE: No interest will be payable on the security deposit.

14.2 The earnest money taken 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/s fail submit programme or to execute the Agreement
or start the work within reasonable time (to be determined by the Engineer-in-
charge) after notification of the acceptance of his/their tender.
52 Signature of the Tenderer
14.3. Security Deposit will be returned to the contractor after the physical completion
of the work as certified by Competent Authority and after the expiry of
Maintenance Period and after passing the final bill as certified by the Competent
Authority. The Competent Authority shall normally be the authority that is
competent to sign the contract. If the Competent Authority is of the rank lower
than JA Grade, then a JA Grade Officer (concerned with the work) should issue the
certificate. The certificate, inter alia, should mention that the work has been
completed in all respects and that all the contractual obligations have been
fulfilled by the contractor and there is no due from the contractor to Railways
against the contract concerned. Before releasing the SD, an unconditional and
unequivocal no claim certificate will be required to be submitted by the
contractor concerned.

14.4. After the work is physically completed, security deposit recovered from the
running bills of a contractor will be returned to contractor if he/ they so desires,
in lieu of FDR/ irrevocable Bank Guarantee for equivalent amount to be submitted
by contractor.

15.0 INCOME TAX AND OTHER TAXES, DUTIES, ROYALTIES, SEIGNORAGES ETC:

15.1 Income-Tax will be deducted at 2% (Two percent) and also surcharge, if any, at
source from each bill, unless otherwise authorized by Income Tax Department.

15.2 Income tax and all other taxes, duties, royalties, seignorages etc. payable to
Government/Commercial agencies as per laws of land shall be payable by the
contractor and are deemed to have been included in the rates quoted by the
Tenderer/contractor unless specifically provided for otherwise in specific items of
the conditions of contract.

15.3 CESS ON COST OF CONSTRUCTION:

The tenderer for carrying out any construction work in the relevant State
(Tamilnadu/Kerala/Karnataka/Andhra Pradesh/Pondichery) 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 relevant State
Government and submit certificate of Registration issued from the Registering
Officer of the relevant 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.

16.0 SALES TAX/VAT:

Sales Tax/VAT on the Works Contracts, as applicable in terms of the concerned


State Government Sales Tax/VAT Acts as amended from time to time shall be
deducted from the running bills of the contractors for payment to the State
Government. The Railway Administration will give a certificate towards the tax
deducted at source to enable them to file Sales Tax/VAT Return before the
concerned authorities. No refunds of Sales Tax/VAT deducted at source will be
made by Railway. The Sales Tax/VAT elements that might have gone into prices of
various raw materials used by the contractor in the works concerned, distinct
from the sales tax/VAT deducted as above, will also not be reimbursed by the
Railway.

53 Signature of the Tenderer


17.0 EXCISE DUTY:

Excise duty if any in respect of the above work has to be borne by the contractor
and is deemed to be included in the rates quoted by him. No reimbursement of
the same will be made by the Railway.

18.0 MOBILISATION ADVANCE


(Applicable only for Advertised Tender value of Rs.25 crore and above)

18.1 The Tenderer/Contractor may be granted a recoverable interest bearing


mobilisation advance upto 10% of the contract value provided the contract is
eligible and the tenderer specifically applies for it while tendering. If the
tenderer fails to apply specifically for Mobilisation Advance while giving his offer
at the tendering stage in cases where grant of mobilisation advance is permissible,
no subsequent requests from him for grant of this advance will be entertained.
The rate of interest on ‘Mobilisation Advance’ is 4.5% per annum above the Base
Rate of State Bank of India, as effective on the date of approval of payment of
Mobilisation Advance.

18.2. The Mobilisation advance shall be against an irrevocable guarantee (Bank


Guarantee, FDRs, KVPs/NSCs) of at least 110% of the sanctioned advance amount.
The Bank Guarantee shall be from a Nationalised bank in India or State Bank of
India (covering Principal and interest).

18.3. The advance will be granted in two installments viz. 5% of the contract value on
signing of the contract agreement and the balance 5% on mobilisation of site
establishment, setting up offices, bringing in equipment and actual commencing of
work. Each instalment will be released on submission of an irrevocable Guarantee
bond amount of the instalment together with interest charges calculated to the
end of the contract period. The tenderer who seeks mobilisation advance should
be specific about the course of action proposed to be followed in producing
Guarantee bonds to the satisfaction of Railways. Each Guarantee Bond should be
at least not less than one lakh rupees. These guarantee bonds shall be returned as
and when the value of the advance plus interest is recovered from the running
bill. The Bank guarantee for advance shall clearly cover the principal and the
interest amount.

18.4. The recovery of the advance and interest thereon will be made through the `on
account' bills, pro rata, commencing when the value of the work executed under
the contract reaches 15% of the contract value, and completed when the value of
the work executed under the contract reaches 85% of the contract value, or the
assessed value of the work whichever is less.

18.5. Interest will be recovered on the advance outstanding for the period commencing
from the date of payment of advance till date of particular on account bill
(through which recovery of principal is effected) and adjusted fully against such
on account bills along with pro-rata principal recovery. In the event of any
shortfall the same will be carried forward to the next on account bill and will
attract interest as applicable.

18.6. If the progress as per approved programme is not satisfactory, Railway reserves
the right to encash the Bank guarantee submitted by the contractor without any
notice and the contractor is not eligible for any claim in this regard.

18.7. No other advance is eligible for contracts of value Rs.25 crores and above or
contracts of lesser value.
54 Signature of the Tenderer
19.0 STUDY OF DRAWINGS AND LOCAL CONDITIONS:

19.1 The drawings for the works can be seen in the office of the Chief Administrative
Officer, Construction, Southern Railway, E.V.R. High Road, Egmore, Chennai-600
008. and in the office of field Dy. Chief Engineer’s office. It should be noted that
these drawings are meant for general guidance only and the Railway may suitably
modify them during the execution of work according to the circumstances without
making the Railways liable for any claims on account of such changes.

19.2 The Engineering descriptions in the approved drawings normally govern the
executions. However, for effecting payment, the description of items in the
schedule is final and governing the contract. If there is any variation between
the description in the tender and the detailed plans, the Engineer-in-Charge will
operate the correct description and his decision is final and binding on the
tenderer/contractor

19.3 The Tenderer/Contractor is required to inspect the sites of works and acquaint
himself with the site conditions, availability of approaches for transporting of men
and materials, land, space and other factors relating to the works, availability of
labour, electricity and water, etc., before quoting his rates. The extent of lead
and lift involved in the execution of works and any difficulties involved in the
execution of work should also be examined before formulating the rates for
complete items of works described in the schedule. The Tender submitted will
be deemed to have been made after such inspection. Subsequent claims on non-
availability of approach, land/space etc. shall not be entertained.

20.0 DRAWINGS FOR WORKS:

20.1 The percentage rates for the schedule items and itemised rates for the non-
scheduled items quoted by the tenderer as may be accepted by the Railways will,
hold good irrespective of any changes, modifications, alterations, additions,
omissions in the locations of structures and detailed drawings, specifications
and/or the manner of executing the work.

20.2 It should be specifically noted that some of the detailed drawings may not have
been finalized by the Railway and will, therefore, be supplied to the contractor as
and when they are required and demanded for work. No compensation
whatsoever on this account shall be payable by the Railway Administration.
However, standardized arrangements only will be used in the drawings following
industry practice as regard to designs and the contractor is at liberty to check the
same at the time of tendering.

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

21.0 SERVICE LANDS AND ROADS:

21.1 The Railway does not undertake to provide any service lands or roads for the
movement of the contractor's vehicles or for providing labour/camp shed and site
offices. It is the responsibility of the contractor to arrange all service lands, roads
etc., at his own cost for efficient and effective working of the contract. The
Railway shall not compensate the contractor for any such cost involved. The
contractor can however make use of the service roads, where they exist free of
charge. However, the railway shall not undertake to maintain them and the
55 Signature of the Tenderer
contractor shall maintain them at his own cost. In other places, the contractor
should make his own arrangements for the movement of the vehicles and no extra
rate shall be paid for this. The Railway reserves the right to make use of the roads
formed and maintained by the contractor, as and when necessary, without any
payment to the contractor.

21.2. In the event of the contractor forming the service roads where Railway land is
not available or cannot be given by the Railway for this purpose, it shall be clearly
noted that the contractor shall make his own arrangements for obtaining the
required land and the Railway shall not take any responsibility in this respect.
Subsequent claims raised on account of non-availability of land/space, approach,
etc. for doing the work in delay or additional or enhanced cost shall not be
entertained. Railway does not take any responsibility for contractor using private
land or any other land.

22.0 SETTING OUT OF WORKS:

22.1 The Contractor shall be responsible for the true and proper setting out of the
works for correctness of the position, level, dimensions and alignment of all parts
of the work and for provisions of all necessary pegs, reference pillars, instruments,
equipments and appliances and labour in connection therewith. If at any time
during the progress of the work, any error shall appear or arise in the position of
levels, dimensions or alignments at any part of the works, the Contractor on being
required to do so by the Engineer-in-charge shall at his own expense rectify such
errors to the satisfaction of the Engineer-in-charge and he shall carefully protect,
preserve, secure all bench marks, site rails, pegs, reference pillars and other
things used in setting out of the works.

22.2 The Contractor shall have sufficient number of survey instruments such as
theodolites, leveling instruments, leveling staff etc., and arrange to set out the
alignment at his cost and also establish necessary reference pillars as required and
directed by the Engineer. He must set out the location of piers and abutments.

22.3 The Contractor must establish sufficient number of bench marks at close intervals
as directed by the Engineer-in-charge and take cross sections at specified intervals
in the presence of the Engineer or his representative which shall be jointly signed.
Necessary level books will be supplied by the Railway for recording these levels.
The Earthwork/ cross sections based on these will be plotted in graph sheets by
the Contractor and submitted to the Railway along with the relevant level books
and calculations for the quantities of earthwork for necessary check and approval.

22.4 The Contractor must take up the work only after submitting the level books, cross
section sheets, quantities and after these are finally approved by the Engineer-in-
charge. Similarly on completion of the work, necessary cross sections must be
taken, plotted in the sheets and the quantity worked out and submitted to the
Railway for verification and checking. No extra payment would be made for this
and the rates for earthwork are deemed to be inclusive of this.

22.5 No separate payment will be made for site clearance or jungle clearance or shrub
clearance, brush wood, grass and other obstructions including small trees of girth
not exceeding 30cm., either in connection with cuttings or banks or bridges etc.
and the rates accepted in this contract are deemed to include all such costs
except dismantlement of structure if any which will be paid for suitably under
BSR.

56 Signature of the Tenderer


23.0 REGARDING OBSTRUCTIONS:

23.1 Any obstructions such as service lines, water pipe lines, cables, sewerages etc.,
met with during the progress of the work shall immediately be reported to the
Engineer-in-charge. The contractor shall make necessary arrangements for
removal of such obstructions.

23.2 If the existing mains are affected during excavation of foundations,


Temporary/Permanent arrangements for maintaining continuous flow though the
sewer/water mains will have to be made by the Contractor, with the approval of
the Engineer, duly realigning the sewer/water mains, underground cables, etc.
Extra cost if any required will be decided by negotiating rates or shall be got done
through separate agencies.

23.3 The works shall be carried out without any interference to the normal working of
the Railway track and structures.

23.4 The Contractor shall be responsible for any loss/damage to Railway and public
property or third party’s property. If it occurs during the course of execution, the
Railway reserves its right to have the damages made good by the Contractor.

23.5 The contractor must ensure the safety of labourers engaged by him during the
course of execution of work and/or while crossing the track and the Railway will
not be responsible for any injury or loss including life in any unfortunate event,
sustained by the labourer or for any fatal accident and the Contractor should bear
all the loss and expenditure involved including any compensation payable under
the laws of the land.

23.6. The safety of the moving traffic and public in the area of work shall also be at the
sole risk and responsibility of the contractor who shall take maximum care to
safeguard them from any eventualities arising from, out of and during the course
of the work.

23.7. Further, the contractor shall indemnify the Railway in respect thereof, irrespective
of the scheme of work approved by the Railways and contractors are fully
responsible for the consequences in the case of incidents/accidents occur at the
site of work.

24.0 WATER SUPPLY:

24.1 Special attention of the tenderer/contractor is drawn to Clause 31 of the General


Conditions of Contract on Supply of Railway water for the works. The Contractor
has to make necessary arrangements for supply of potable water at his own cost
for concreting, curing and for any other use. If however, Railway’s surplus water
supply is available in Railway vicinity and if the Contractor requests the Railway,
the Railway to supply water, at its sole discretion may agree to provide the same
on terms and conditions as may be agreed upon between the Railway and the
Contractor. Chemical analysis of water and other ingredients shall be done from
time to time as desired by the Engineer-in-charge at the cost of the Contractor. If
the contractor uses Railway water unauthorisedly, penal charges as determined by
the Railway shall be levied.

25.0 ELECTRIC SUPPLY:

25.1 Special attention of the contractor is drawn to Clause 31 of the General Conditions
of Contract on Supply of Railway electric power for the works. Railways do not

57 Signature of the Tenderer


guarantee supply of electricity to any of the Contractor’s works. The Contractor
shall make his own arrangements at his cost, for the supply of electricity for the
works. If however Railway’s electricity is available in the vicinity and if the
Contractor requests for the same and if the same are to be provided due to
compelling circumstances, the Railways at its sole discretion may agree to
provide the same on terms and conditions as per the rates in force and as may be
agreed upon between the Railway and the Contractor. If the contractor uses
Railway electric power unauthorisedly, penal charges as determined by the
Railway shall be levied.

26.0 MATERIAL, TOOLS & PLANTS

26.1 The materials that are to be supplied and used for the work by the Contractor
should be got approved by the Engineer-in-charge before use / procurement.

26.2 Contractor should make his own arrangements for the required vehicles,
earthwork machinery (such as poclain, dozers, scrappers, plants & blasters,
hammers, excavators dumpers/tippers, vibrators, tractors), concreting machinery
(such as batching plants, loading/unloading machinery), cranes, lorries, etc., and
other tools and plants, machinery like earth work compacting equipment,
equipment for testing soils, etc., for the expeditious progress of work and
operate them at his own cost with his men and consumable stores and ensure
their availability in working condition during the works. The plant and machinery
indicated under relevant special conditions are absolutely minimum and essential
for the work. If the plant and machinery are not available in working condition
during the progress of work, Railway Administration reserves the right to
terminate the work at the cost and responsibility of the Tenderer /contractor at
any stage or to impose penalty at the discretion of the Engineer in charge and the
tenderer/contractor shall have no claim whatsoever in this regard.

26.3 Stage Payment for Steel :- 75% Stage Payment for supply of Steel will be made,
subject to the following:-

(i) This is applicable for contracts value more than Rs.15 crore.

(ii) The material shall be strictly in accordance with the contract


specifications. This is applicable only if the tender schedule provides for
individual Non-schedule/USSOR supply item/rate for steel separately and
no other payment conditions is specified in the schedule elsewhere;

(iii) The material shall be delivered at site and properly stored in measurable
stacks;

(iv) The quantities of materials shall be brought to the site only in such
installments that would facilitate smooth progress of work and consumed in
reasonable time; However, the supply shall be restricted to 30% of the
Schedule quantity at any point of time unless otherwise specifically asked
for by the Engineer and further payment of this stage payment will be
eligible only after the previous supply is consumed.

(v) Proper accountal in the material register to be maintained in the


prescribed format at the site for the receipts and use of material;

(vi) Ownership of such material shall be deemed to vest with the Railways for
which the contractor should submit an Indemnity Bond in prescribed
format;

58 Signature of the Tenderer


(vii) Before releasing the Stage payment, the contractor shall insure the
material at his own cost in favour of Railways against theft, damages, fire
etc.;

(viii) Stage Payment in all such cases shall not be more than 75% of the rate of
supply of steel awarded in the contract. The balance payment shall be
released only after the material is actually consumed in the work;

(ix) For composite items involving supply, fabrication, erection, etc. where the
rate of supply is not specifically produced for, the supply component for
this purpose will be taken as 30% of the composite items rate accepted for
this and PVC purpose unless otherwise provided for separately in the
Schedules or Technical conditions.

(x) The Price Variation claim for supply of steel would continue to be governed
as per extent PV Clause and with reference to delivery at site.

27.0 ANTI LARVAL TREATMENT:

27.1 The Contractor shall be responsible for anti-larval work at his cost during progress
of works as may be prescribed by the Engineer on the advice of the Railway
Medical Authority and where the use of insecticides is involved, it shall be made
in accordance with the provision of the Act and Rules in this behalf, at the cost
of the Contractor, who shall also be solely responsible for any acts or omissions
under the provision of the aforesaid rules.

28.0 DISPOSAL OF SURPLUS EXCAVATED MATERIALS:

28.1 The Contractor shall at all time keep the site free from all surplus earth, surplus
materials and all rubbish which shall arise from the works and should dispose off
the surplus excavated materials as ordered by the Engineer-in-charge failing which
it will be done at the cost of the Contractor and cost will be deducted from his
dues.

28.2 The Contractor shall within 15 days of completion of entire works remove all
unused surplus materials tools and plants staging and refuge or other materials
produced by his operations and shall leave the site in a clear and tidy conditions as
per GCC 40(2).

29.0 DISMANTLING OPERATIONS:

29.1 Dismantling operations are to be carried out at the sole risk and liability of the
Contractor. The Contractor shall take due care to ensure that during dismantling,
released materials, debris etc., do not fall down and cause any obstruction to
the running track/overhead electric traction or injury to the staff or labourers.

29.2 Released materials and other debris of dismantling should be removed and stacked
at places as directed by the Engineer-in-Charge and no extra lead or lift shall be
paid on this account.

29.3 All materials shall be stacked sufficiently clear of the tracks and shall remain
without any possibility of infringing the minimum fixed structure dimensions.
Materials shall also not be unloaded or stacked over signal wires, cables or other
gear or any such items to avoid interference to the existing running lines.

59 Signature of the Tenderer


30.0 EMERGENCY WORK :

30.1 In the event of any accident or failure occurring in or around the work or arising
out of or in connection with the construction, completion or maintenance of the
work which in the opinion of the Engineer require immediate attention, the
Railway may with its own workmen or any other agency execute or partly execute
the necessary work or carry out repairs if the Engineer considers that the
contractor is not in a position to do so in time and charge the cost thereof, as to
be determined by the Chief Engineer/Construction to the contractor.

30.2 In the event of any accidents/ natural calamities, Railway reserves its right
to draft the vehicles and Plant & Machinery of contractors to attend to the
emergencies. Hire charges and other costs will be determined by the
Engineer-in-charge.

31.0 NIGHT WORK :

31.1 If the Engineer is satisfied that the work is not likely to be completed in time
except by resorting to night work, he may order for night working without
conferring any right on the contractor for claiming any extra payment for the
same unless it is provided for separately in the schedule/annexures.

31.2 The works are to be done during night also if so permitted by the Engineer. Proper
lighting arrangements have to be done by the Contractor at the working, unloading
and stacking places during nights.

32.0 TRANSPORTATION OF MATERIALS:

32.1 Handing over of materials to Contractor or his nominated representative will be


on vouchers and the materials thus issued are to be accounted for by the
Contractor and he shall be held responsible for any shortages or breakages till the
materials are taken over by the Engineer's representative at the destinations.

32.2 Contractor's special attention is drawn to the “Indian Railways Unified Standard
Specifications (Works & Materials) 2010 Vol.I & II” of the Engineering department.

32.3 The Unloading and stacking time will be restricted, if there are goods/special
trains running on the section to be crossed during unloading of Rails or any other
materials and the Tenderer/Contractor is required to attend to the work within
the available restricted time and no claims will be admitted on this account.

32.4 While handling the Materials such as Rails or any other materials care should be
taken by the contractor not to break or damage the edges or ends of the Rails and
if any damage or breakage occurs to the Ty.Girders/Bridge slabs during handling,
the contractor shall be solely responsible for the same and the cost of such
damage/breakage will be recovered from the contractor.

32.4.1 Special care should be taken while unloading and handling rails as enumerated
below:

(i) Unloading of Rail panels/rails should be done from end unloading rakes with
chute arrangements or by engaging cranes as prescribed by the Engineer.

(ii) Rails after being unloaded should be kept to rest on foot and not on sides.

60 Signature of the Tenderer


32.5 All precautions to ensure safety of workmen must be taken while leading,
unloading, stacking and also while leading the materials by road, traffic rules
should be strictly followed and the Contractor should indemnify the Railway
against any claim due to accidents and unforeseen incidents.

32.6 No extra payment will be made for lift / descent while loading, unloading and
stacking of the materials.

33.0 CROSSING OF TRACK:

33.1 The rate quoted by the tenderer shall be inclusive of any additional labour etc.,
for leading the material across the running track and no extra wage shall be paid
for the same.

33.2 All materials shall be stacked sufficiently clear of track and shall remain without
any possibility of any infringing the minimum fixed structure dimension Materials
shall also not be unloaded or stacked over signal wire, cables, or other gears or
any such items to avoid infringement to the existing running track. Machineries
and working of machineries shall also not infringe minimum fixed schedule of
dimension at any stage or working and restrictions imposed in electrified territory.

33.3 The Contractor will also be held responsible for any accident, loss or damage or
detention of trains caused due to any lapses on the part of the contractor during
the course of work, as observed and decided by the Railway.

33.4 Necessary caution order/line block will be arranged by the Railway with the
request of the contractor where inevitable.

34.0 UNFORESEEN ITEMS OF WORKS:

34.1 In the course of work, any unforeseen item of work, not already covered by the
accepted schedule of rates is required to be executed, the same shall be executed
by the contractor at the rates set forth in the Unified Standard Schedule of Rates,
2011 modified by the tender percentage. Where such items are not contained in
the Unified Standard Schedule of Rates, 2011, the rates for the same shall be fixed
by mutual agreement, as prescribed in Clause No. 39 of GCC.

35.0 MAINTAINING RECORD OF CONSTRUCTION WORK :

35.1 The contractor shall maintain accurate, plans and charts showing the dates and
progress of all main operations and the Engineer shall have access to this
information at all reasonable times. Records of tests made shall be handed over
to the Engineer’s representative after carrying out the tests.

35.2 The following registers will be maintained at site by the contractor:

i Site Order Register :

The contractor shall promptly sign orders given therein by the Engineer or
his representative or his superior officers and comply with them. The
contractor to the Engineer shall report the compliance in good time so that
it can be checked.

61 Signature of the Tenderer


ii Cement register :

This register will be maintained to record daily receipt and issue of


cement, thus indicating the balance quantity. The quantum of work done
for the cement issued on particular date will also be mentioned.

iii Steel register :

This register will be maintained to record the receipts of steel items and
details of reinforcement and members wherever steel is used.

iv. Labour register:

This register will be maintained to show daily strength of labour in


different categories employed by the contractor.

v. Plant and machinery register

This register will record daily particulars of machinery with the contractor
and will be signed jointly by the Engineer’s representative and the
contractor

vi. Log book of events

vii Compaction register

viii. Soil samples test register.

Ix. Other registers ordered by the Engineer

36.0 DEPLOYMENT OF GRADUATE ENGINEERS AND DIPLOMA HOLDERS :

36.1 In terms of provision of new Clause 26.A.1 to the General Conditions of


Contract(GCC) Contractor shall also employ following Qualified Engineers during
execution of the allotted works:

a. One Graduate Engineer when cost of the work to be executed is Rs.200


lakhs and above. And

b. One qualified diploma holder when cost of the work to be executed is


more-than Rs.25 lakhs but less than Rs.200 lakhs.

36.2 Contractor should also maintain a site office at his own cost where he or his
authorized representative would be available for taking instructions and
discussions. In addition, technical staff should be available at site whenever
required by the Engineer-in-charge to take instructions. In case the Contractor
fails to employ the technical staff as aforesaid, he shall be liable to pay an amount
of Rs.40000/- (Rupees Forty Thousand only) in case of Graduate Engineer and
Rs.25000/- (Rupees Twenty Five Thousand only) in case of Diploma holder, for
each month of default period or part thereof for the default period. Diploma for
this purpose includes Diploma in Railway Engineering awarded by IPWE(India) for
track related works).

62 Signature of the Tenderer


36.3 In case of track linking works, the contractor should also engage a Retired
Permanent Way Mate (technical) or above grade to supervise track linking
works till completion of maintenance period. In case, contractor fails to
employ the above said staff, he shall be liable to pay an amount of Rs.10,000
(Rupees Ten Thousand) each month for the period of default.

36.4 The decision of the Engineer-in-charge as to the period for which the required
technical staff is to be 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.

37.0 CONTRACT LABOUR & SAFETY:

37.1 Workers Compensation Act, Labour Welfare Act and other relevant acts of the land
including Bonded Labour System (Abolition) Ordinance 1975 would apply to the
present contract. The Contractor shall duly observe the provisions thereof.

37.2 The contractor must ensure the safety of labourer engaged by him during the
course of execution of work and/or while crossing the track. The railway will not
be responsible for any injury sustained by the labourer or for any fatal accident
and the contractor should bear all the loss and the expenditure involved.

37.3 The contractor will have to make his own arrangement for a sharp look out for
train approaching the work spot and warning the labour working on the track
sufficiently in advance.
37.4 Railway land, if available, may be allotted to the contractor for the erection of
camp sheds, site office, labs, casting yards, fabrication yards etc., on such terms
and conditions that may be prescribed by the Railway. All camp sites shall be
maintained in clean and sanitary conditions by the contractor at his own cost.

37.5 PROVISIONS OF EMPLOYEES PROVIDENT FUND AND MISCELLANEOUS PROVISIONS


ACT 1952(Authority Railway Board Lr.No. 2012/CE-I/CT/0/22 dt.14.12.2012)

The Contract shall comply with the provisions of Para 30 and 36-B of the
Employees Provident Fund Scheme, 1952: Para 3 and 4 of Employees Pension
Scheme, 1995: and para 7 and 8 of Employees Deposit Linked Insurance Scheme,
1976: as modified from time to time, wherever applicable and shall also
indemnify the Railway from and against any claims under the aforesaid Act and
the Rules.

38.0 PRECAUTION TO BE TAKEN WHILE PLYING OF VEHICLES ADJACENT TO RUNNING


LINES TO PREVENT ACCIDENT TO TRAINS.

38.1 No Contractor's lorries or road vehicles shall be operated so as to affect the safety
of trains. They should work well outside the moving dimensions.

38.2 All locations, where construction activity is in progress adjacent to existing


railway lines, should be cordoned off with proper barricades. The most vulnerable
locations shall be barricaded with rail barricades projecting at least 1m above the
ground. At all other locations, barricades of not less than 1.5m height, consisting
of bamboo/casuarinas poles and supported horizontally by similar
bamboo/casuarinas poles should be provided. These barricades should be provided
at a distance of approximately 3.5m from the centre line of track as directed by
the Engineer-in-charge. Contractors will be paid separately for this barricading as

63 Signature of the Tenderer


per relevant items for in Tender Schedule. Most vulnerable locations will be
where the visibility for the train driver is poor, where the curvature of the track is
very sharp or any other location as decided by the Engineer-in-charge.

38.3 All the barricades are to be painted or stuck on with red luminous paint/strips at
suitable intervals on the barricades.

38.4 The entry to new banks, which run alongside the existing track, should be
protected by barriers, which can be closed and opened whenever necessary. No
extra payment will be made for providing these barriers and contractor's rates
should be inclusive of the same.
38.5 Barriers shall also be provided by the Contractor in the case of doublings,
particularly at the existing level crossings where there is every possibility of Road
vehicles entering the finished formation. These barriers are to be opened only for
the movement of Railway contractors' authorised vehicle or other Railway
Vehicles. No extra payment will be made for this and Contractor's rates should be
inclusive of the same.

38.6 Road vehicles employed by the contractor should have the certificate for its road -
worthiness and each vehicle numbered and the license particulars maintained.
Contractors should ensure that the drivers permitted by them to work on such
road vehicles are identified, counseled, certified and are provided with photo
Identity Cards.

38.7 Wherever the work requires the movement of road vehicle within a distance of 3.5
to 6 m from the centerline of the nearest track, such work shall be done only in
the presence of Railway employees authorised by the Engineer-in-charge.

38.8 The driver of the vehicle shall always face the track. When reversing the vehicle
and whenever he cannot face the track, for whatever reason, he shall be
invariably assisted by a helper with a whistle who should guide him and ensure
safety.

38.9 All work sites shall be supervised by the contractor’s representative as also a
representative of the Railway Organisation. Whenever work of plying road vehicle
within 6 m zone is actually in progress, Look-out men should invariably be
available. Lookout men will have to be provided by the contractor, from out of
the list of persons who are authorised to carry out these duties. Authorisation
will be issued to the individuals, by the representative of the Engineer-in-charge.
One Railway’s supervisor will monitor the availability and alertness of the lookout
men. In case of non-availability of lookout men, this Railway's supervisor shall
stop further activities of plying of road vehicles. Even if no work is executed in
the night, Lookout men shall patrol the beat as identified by the representative of
the construction organisation to ensure the safety of the running trains, especially
from any infringement.

38.10 Representative of the Engineer-in-charge of the Construction organisation will be


responsible for the general superintendence and deployment of lookout men and
supervisors at each work site.

38.11 Working alongside the track during night hours is normally prohibited. Such work
can be done in the night only with the written permission of the Engineer-in-
charge of the construction activity. Where night work is permitted, lighting of
the work site as required should be done.

64 Signature of the Tenderer


38.12 The Contractor shall execute a Bond undertaking to ply the road vehicles in a
safe and satisfactory manner and strictly in accordance with the stipulations and
other conditions specified by the Engineer and to engage and retain only the
permit holder to be the contractor's agent in charge of the vehicle while
driving or at rest. The person in charge of the vehicles and the attendants shall,
at all times, be vigilant and on the lookout for signals from the lookout men,
flagmen or other personnel available at site with a view to stop or regulate
the road movement so as to ensure adequate margin of safety for the timely
passage of an approaching train or a Railway engine, without any delay or
detention.

38.13 The Contractor shall also be bound by the provisions of this agreement to ply the
road vehicles only with adequate margin of safety, well clear of the fixed
structure profile of infringements, as stipulated in the rules made under the Indian
Railways Act and to seek and be guided by the signals and other directions of any
look out men or other personnel retained for the purpose of ensuring safety and to
ensure extra care and vigilance while turning, reversing or moving the road
vehicles in any other manner at an inclination to the running railway track or
the siding as the case may be. The contractor shall employ necessary look out
men also at his own cost, irrespective of any other arrangement that railway may
make in this regard.

38.14 Any breach of these conditions by the Contractor and/or his agents affecting the
safety of movement of trains, engines, or other rolling stock of the Railway, shall
constitute a breach of contract by the Contractor entailing liability for termination
of contract for default on the part of the contractor.

38.15 The Contractor shall be fully responsible for ensuring safety at all times and shall
bear the cost of all damages in cases of accidents/unusual occurrences resulting in
damages to Railway property and passengers.

39.0 PENALTY DUE TO UNSAFE WORK:

39.1 The contractor shall at all times be responsible for any damage or trespass
committed by his agents and workmen in carrying out the work.

39.2 In the event of accident at the work site, on account of contractor’s negligence
or the negligence of his men, penalty as deemed fit by the Railway up to an
upper limit of the 10% of the total cost of the work shall be imposed on the
contractor and recovered from his bills. The decision of Engineer-in-charge in
this regard shall be final and binding on the Contractor and he shall have no
claims in this regard.

39.3 Railway administration reserve in the interest of public safety, the right to
terminate the contract with immediate effect if the contractor is found
responsible for causing an accident, without giving any further notice/notices to
the contractor.

39.4 In the event of contractor not completing the work or leaving it unsafe at the end
of the day’s work, on account of which a speed restriction has to be imposed, the
track shall be attended to immediately at the contractor’s cost without any
further notice. In addition to the labour cost recoverable from the contractor,
supervision charges @ 12.5% and train detention charges @ Rs.2000/- every half
hour or part thereof shall be recovered.

65 Signature of the Tenderer


39.5 In the event of contractor starting the job without proper supervision, causing an
accident, he may be prosecuted under Railway Act for unlawfully interfering with
the Railway track and the contractor should bear the actual losses, compensation
with damages to the Railway property. In additional penalty of Rs.20,000/- for
every such case shall be leviable on the contractor.

40.0 HIRING OF RAILWAY's PLANT, MACHINERY ETC.

40.1 The Railway not being bound for supply of any plant and machinery whatsoever to
the contractor may, if the circumstances permit, give to the contractor on hire for
use in execution of the work and such plant and machinery as are available,
provided the contractor applies for them and gives in writing his acceptance of the
rate and terms of hire charges. The plant and machinery will be normally made
over at the nearest construction stores depot and they will have to be transported
at the contractor's cost to the work spot and returned to the same construction
depot after the work is over.

40.2 If the Railway make arrangements to supply plants and machinery, tools,
materials, etc., the same will be given on hire basis to the Contractors/s on such
terms and conditions as may be prescribed by the Railways and incorporated in
Special agreement. The Hire and Staff charges for operational and maintenance
of plants will be fixed as per the Railway rules, terms and conditions as prevailing
at the time of hire.

40.3 As regards plant and machinery, the period of hire of the plant and machinery will
be from the date of their handing over to the contractor to the date of their
return by the contractor, both days inclusive except for the days the plant
remains out of order for reasons beyond the control of the contractor or stops for
periodical overhauling as certified by the Engineer-in- charge, in both cases. The
contractor is entirely responsible for the safety and proper upkeep of such
machinery and plant while in his custody.

40.4 Where the Railway is satisfied that the contractor has got the requisite
organisation for operation and maintenance of these plants, the hire terms would
exclude the consumable stores, operation charges, repair charges, etc., in which
case the contractor shall undertake to do these things himself at his own cost in
addition to the rates and terms of hire already specified.

40.5 Where the Railway is not satisfied with the contractor's ability to maintain and
operate the plant, the charges payable to the railway shall include the cost of
consumable stores and operation charges, repair charges, etc. in addition to the
normal hire charges.

40.6 Railway may give on hire to the contractor such materials as rails, steel cribs and
released B.G./M.G. wooden sleepers, if available and if required for the work, for
use in execution of the work at the nearest Construction Stores Depot or wherever
available, provided the contractor applies for them and give in writing his
acceptance of the rate in terms of hire charges. The Railway will consider the
request only when the materials demanded are actually required and ready for
actual use for which they are demanded. Contractor shall take over and transport
the same to the site of work all at his cost and also take all reasonable care of
such materials including insuring the same if any at his cost and shall be
responsible for all damages or losses if occur at any stage till the same is handed
over back.

66 Signature of the Tenderer


40.7 The contractor shall sign accountable receipt for such plant &
machinery/materials made over to him by the Engineer and on completion of the
work shall hand over the same to the Engineer at the same Construction Depot in
good order, fair wear and tear excepted, and shall be responsible for any failure
to account for the same or any damage thereto.

40.8 As regards materials given to the contractors, the hire charges as fixed by the
Railway Administration for various materials will be based in terms of the market
rates/railway rules on that date of hire and shall be final and binding on the
Tenderer/ Contractor. The hire charges shall be recovered from the date of issue
till the actual return of materials subject to exclusion of number of days of idling
on Rly’s account, like non-availability/ delay in traffic block, caution order,
detailed drawings and CRS’s sanction etc., For this purpose, a Log Book shall be
maintained at site which shall be signed by Railway’s representative. The decision
of the Railway’s Engineer as to the exact period of hire is final and the contractor
shall not have any claims in this regard.

40.9 The extent of recovery towards compensation for the loss or wear or damage to
the materials/machinery and plant other than fair wear and tear, shall be decided
upon by the Railway, depending upon the merits of each case and the decision of
the Engineer shall be conclusive and final.

40.10 In case materials/tools and plant / plant and machinery issued to the contractor,
issued on hire or supply, are not returned in perfectly good condition, after
completion/termination of the contract, the recovery will be effected at 1.5 times
the current cost of procurement inclusive of freight for the same and such
recovery will be effected from any of the contractor’s dues such as running bills,
final bill, PG, SD etc. at any stage and the contractor is solely responsible for the
same. The contractor shall return all the materials within 15 days of completion
of work or from the date of deemed by the Engineer and the contractor shall have
no claims whatsoever in this regard.

41.0 CONTRACTORS RESPONSIBILITIES FOR RAILWAY MATERIALS, TEMPORARY WORKS


AND MATERIALS, ETC:

41.1 The contractor shall be bound to store his own material/materials issued by the
Railways including P. way materials for the work at the place earmarked for this
purpose by the Engineer-in-charge, away from the running racks without infringing
track parameters, with proper locking arrangement and watch, for material
wherever required so that the materials are neither misused by miscreants nor
cause any physical harm to Public/employees. The contractor shall at his own
expense provide suitable temporary shed/sheds for this purpose and shall remove
the shed/sheds when no longer required in terms of clause 30 of General
Conditions of Contract. Safeguarding of the materials is the responsibility of the
contractor even if the materials is deemed to be owned by the Railway and
insurance etc., have been arranged by the contractor.

41.2 The contractor shall from time to time, provide at his own cost all dams, coffer
dams, earthen ramps, embankments and all other temporary work of whatever
nature and temporary materials necessary for the construction, completion and
maintenance of works which are the subject of the contract and shall from time to
time submit for the information of the Engineer drawings showing the details the
type and construction of the temporary dams, coffer dams, bridges, embankments
and other works which he propose to adopt and employ them and during the
progress of the works he shall if so directed by the Engineer, furnish particulars
and drawings of any other temporary works and details or any other temporary
materials in use or contemplated to be used by him.

67 Signature of the Tenderer


41.3 He shall be entirely responsible for the sufficiency, security and safety of all
dams, coffer dams, bridges, embankments, temporary railway connections and
other temporary works or temporary materials which he may construct and/or
employ and for all claims for damages to property or injury to persons arising out
any failure or accident to such dams, coffer dams, bridges, embankments or other
temporary works, or temporary materials from whatever cause such damage,
injury, failure or accident may arise or happen and shall replace, construct, repair
and maintain, the whole of such dams, coffer dams, bridges, embankment or
other temporary works or temporary materials till such time they are certified by
the Engineer to be no longer required for the purpose of this contract.

41.4 The contractor shall before handing over the works or part thereof to the Railway
dismantle and remove all temporary works and temporary materials, but such
removal shall not be effected without the previous written approval of the
Engineer and the contractor shall comply with the directions (if any) given by him
as to the method or removal and/or disposal.

42.0 NOTICE TO PUBLIC BODIES:

The contractor(s) shall give to the Municipality, Police and other authorities,
all notices that may be required by law and obtain all requisition licenses for
temporary obstructions, enclosures and pay all fees, taxes and charges, which
may be leviable on account of his operations in executing the contract. He
should make good any damage to adjoining premises whether public or private
and supply and maintain any lights etc., required at night.

43.0 SUPPLY OF MATERIALS BY THE CONTRACTORS:

43.1 Materials used in the work by the contractor shall conform to the Indian Railways
Unified Standard Specifications (Works & Materials) 2010 Vol.I & II and/or the
relevant BIS/I.R.S specifications, and/or those approved by the Engineer-in-charge
before utilizing them on works.

43.2 It should be clearly understood that the tendered rates include additional costs
involved due to all wastages and unforeseen expenditures in doing the work and
no extra rate/quantity shall be payable over and above the actual quantities used
in the work. No extra payments or damage cost etc. is also payable for any
damages/losses due to wash away due to rains, storms, floods or any other cause
whatsoever.

43.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any
other charges will be paid for the materials, tools and plants and tools arranged
and brought by the contractor to the site of work.

43.4 Stage Payment for supply of steel will be made as per the tender conditions. No
other stage payment is eligible in this contract, unless specifically provided for in
the schedule items.

44.0 PERIOD OF COMPLETION :

44.1 The works are required to be completed within the time period stipulated in the
Tender Notice for the work. The work is deemed to commence from the date of
issue of letter of acceptance. Time is the essence of the contract. The
contractor/s will be required to maintain speedy and required progress to the
satisfaction of the Engineer to ensure that the work will be completed in all
respects within the stipulated period failing which action may be taken by the
Railway Administration in terms of Clause 17 and or Clause 62 of the General
68 Signature of the Tenderer
Conditions of Contract. The Railway reserves the right to impose, in case of
slow/tardy/non-commensurate progress of work, lucere/other penalty at the rates
as deemed fit by the Railway/Engineer, with a view to make the contractor realize
delays being caused by him, in the interest of speedy completion of the work of
putting the asset to public use and the contractor shall have no claim in the
regard. Appeal if any on the rate of penalty, will solely lie with the Chief Engineer
incharge of the project/work.

44.2. The Clause 17(B) and General Conditions of Contract provides for recovery of
assessed/liquidated damages from the contractor for delay in completion of work.
However, while granting the extension to the currency of contract under clause
17(B) of General Conditions of Contract, the Competent Authority may also
consider levy of token penalty as deemed fit based on the merit of the case as
provided in GCC.
45.0 MAINTENANCE PERIOD
45.1
S. Description of Works Period Of Maintenance
No. after completion
certificate is issued
1. Construction of new Buildings, Bridges, 3 months
Platforms, Shelters etc.,
2. Repairs to Buildings, Bridges 1 month
3. Track laying works – Manual/Machine 2 months
4. Track maintenance works 1 month
5. Major earth work 6months or 1 monsoon
6. Repairs to formation, formation treatment, 2 months
Cuttings and banks, Cess repairs

46.0 VARIATION IN QUANTITIES:

46.1 The quantities of various items given in the Schedules for the works to be
executed are only approximate and are for the guidance of the contractor. As far
as possible, they have been assessed correctly but are likely to vary during the
execution of the work. The Contractor’s attention is drawn to clause 42 of
the General Conditions of Contract dealing with variation in quantities.

46.2 The Drawings referred to in the list of plans, if any, are intended only to give
a rough and general idea of the location and rough details of work to be done. No
claim whatsoever will be admissible in respect of any alteration/addition/deletion/
change in the type of works specified in the drawings or directed to be executed by
the Engineer as part of this work and the decision of the Engineer is final in this
regard. The contractor shall carry out the varied quantities under the same terms
and conditions and agreement rates subject to the conditions specified hereunder.
The contractor shall carryout these additional quantities as part of the same
contract and as part of the same programme and without causing any delay or
damage to the Railway.

46.3 When the quantity of individual item of the work to be executed is likely to
increase in excess of 25% of the original quantity of the agreement, the
Contractor should notify the Engineer-in-Charge at least THIRTY DAYS before
such necessity arises. However, irrespective of the notice, the contractor is
bound to carryout the additional quantities in the interest of completing the work
and putting the asset to public use. All variation above the agreemental
quantities need preapproval of the competent authority for executing the same.

46.4. Individual Non-Schedule items in contracts shall be operated with variation of plus
or minus 25% and payment would be made as per the agreemental rate.
69 Signature of the Tenderer
46.5. In the event of any reduction in the quantities to be executed for any reason
whatsoever, the contractor shall not be entitled for any compensation but shall
be paid only for the actual quantity of work done, at the agreemental rate terms.

46.6. In case, increase in quantity of an individual non-schedule item by more than 25%
of the agreement quantity is considered unavoidable, the same shall be got
executed by floating a fresh tender. If floating a fresh tender for operating that
item is considered not practicable, at the discretion of the Railway, the quantity
of that item shall be operated in excess of 125% of the agreement quantity and
the contractor shall execute the same at the same conditions of contract subject
to the revision of rates as under:

(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. Operation
of any item by more than 150% of the agreement quantity needs the pre-
approval of the tender accepting authority or S.A. Grade whichever is
higher.
(i) Quantities operated in excess of 125% but up to 140% of the agreement
quantity of the concerned item, shall be paid at 98% of the rate awarded
for that item in that particular tender;

(ii) Quantities operated in excess of 140% but up to 150% of the agreement


quantity of the concerned item shall be paid at 96% of the rate awarded for
that item in that particular tender;

(iii) Variation in quantities of individual items beyond 150% will be prohibited


and would be permitted only in exceptional unavoidable circumstances
with the concurrence of associate finance and shall be paid at 96% of the
rate awarded for that item in that particular tender.

46.7. 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.

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

46.9. The above conditions apply in major value items (which are individuals of value
equal to or more than 1% of the overall agreemental value). The limit for varying
quantities for minor value items will 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.

46.10. No such quantity variation limit will apply for foundation items. However, the
contractor shall notify the likely variation in advance and the railway will decide on
the mode of operation of those items. Variation beyond 150% of the foundation
items shall have the specific approval of the Chief Engineer In charge of the Project
or the tender accepting authority whichever is higher.

46.11 As far as items in standard Schedule of Rates items (Unified SSOR 2011) or any
other standard schedule items included in separate annexure are concerned, the
limit of 25% would apply to the value of the Annexure containing the Schedule of
Rates items as a whole and not on individual USSOR items. However, in case of NS
items, the limit of 25% would apply on the individual items irrespective of the

70 Signature of the Tenderer


manner of quoting the rate (single percentage rate in the Annexure or individual
item rate).

46.12 In case where decrease is involved during execution of contract.

(a) The contract signing authority can decrease the items up to 25% of
individual item without finance concurrence.
(b) For decrease beyond 25% for individual items or 25% of the contract
agreement value, the approval of an officer not less than rank of S.A.Grade may be
taken, after obtaining “No claim Certificate ”from the contractor and with finance
concurrence, giving detailed reasons for each such decrease in the quantities.
(c) It should be certified that the work proposed to be reduced will not be
required in the same work.
47.0 VITIATION CLAUSE:

47.1 In the event of Vitiation occurring due to increase or decrease in quantities among
the first, second and third lowest valid tenderers, the vitiation shall be to
contractor’s account. The total value of the work done shall be calculated at the
rate offered by those tenderers and the amount payable shall be limited to the
lowest aggregate value as worked out.

47.2 The vitiation (if any) will be calculated for each on-account bill and will be
recovered/adjusted in that particular bill itself.

47.3 Vitiation as above shall be worked out as a whole for Agreement including all
variations in quantities.

48.0 PRICE VARIATION CLAUSE :-(Authority: Railway Board letter No.2007/CE-


I/CT/18/Pt.19 dt.14.12.2012 and No.2013/CE-I/CT/O/10/PVC/Pt.I dated
27.01.2015
48.1.1 Price variation Clause shall be applicable for advertised tender value exceeding
Rs.50 lakhs irrespective of the contract completion period.

48.1.2 The Price Variation Clause(PVC) of General Conditions of Contract(GCC) shall not
apply to such a works contract which is either an Annual Maintenance
Contract(AMC) or a Zonal Contract.
48.1.3 Materials supplied free of cost by Railway to the contractors shall fall outside the
purview of Price Variation Clause. If, in any case, accepted offer includes some
specific payment to be made to consultants by the Railway or some materials
supplied by the Railway free or at fixed rate, such payments shall be excluded
from the gross value of the work for the purpose of payment/recovery of price
variation.

48.2 The Base Month for ‘Price Variation Clause’ shall be taken as month of opening of
tender including extensions, if any, unless otherwise stated elsewhere. The
quarter for applicability of PVC shall commence from the month following the
month of opening of tender. The Price Variation shall be based on the average
Price Index of the quarter under consideration.

48.3. The rates 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/any other levies/tolls etc., except
that payment/recovery for overall market situation shall be made as per Price
Variation Clause given hereunder.

71 Signature of the Tenderer


48.3.1 Price Variation is eligible for the quantities upto 125%(major items)/200%(minor
items) items including Standard Schedule items and for quantities beyond
125%/200% in cases where 98%/96% payment is prescribed and the base period for
these additional quantities shall be taken as applicable for the agreement
quantities. For variation beyond the above limits, if executed with the approval
of the competent authority, Price Variation is eligible with the base month taken
as decided by the Tender Committee while conducting negotiation.

48.4. Adjustments for variation in prices of materials, labour, fuel explosives,


detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement
shall be determined in the manner prescribed.

48.5. Components of various items in a contract on which variation in prices be


admissible, shall be Material, Labour, Fuel, Explosives, Detonators ,Steel, Cement,
concreting, Ferrous, Non-ferrous, Insulator, Zinc, Erection etc. However, for fixed
components, no price variation shall be admissible.

48.6. The percentage of labour components, material component, fuel component etc.,
in various types of Engineering works shall be as under:
Component Percentage Component Percentage
(A) Earthwork Contracts:
Labour Component 50% Other Material Components 15%
Fuel Component 20% Fixed Component * 15%
(B) Ballast and Quarry Products Contracts:
Labour Component 55% Other Material Components 15%
Fuel Component 15% Fixed Component * 15%
(C) Tunnelling Contracts:
Labour Component 45% Detonators Component 5%
Fuel Component 15% Other Material Components 5%
Explosive Component 15% Fixed Component * 15%
(D) Other Works Contracts:
Labour Component 30% Fuel Component 15%
Material Component 40% Fixed Component * 15%
*It shall not be considered for any price variation.
48.7 The amount of variation in price in the several components (Labour, materials
etc.) shall be worked out by the following formulae:-

(i) L = W x (LQ - LB) LC


--------------- x ------
LB 100

(ii) M = W x (MQ - MB) MC


--------------- x ------
MB 100

(iii) F = W x (FQ - FB) FC


--------------- x ------
FB 100

(iv) E = W x (EQ - EB) EC


--------------- x ------
EB 100

(v) D = W x (DQ - DB) DC


--------------- x ------
DB 100
72 Signature of the Tenderer
(vi) S = SW x (SQ – SB)

(vii) C = Cv x (CQ – CB) / CB

For Railway Electrification Works

(viii) T = [(CS - CO)/ CO x 0.4136] x TC


(ix) R = [(RT - RO)/ RO + (ZT - ZO)/ ZO x 0.06] x RC
(x) N = [(PT - PO)/ PO] x NC
(xi) Z = [(ZT - ZO)/ ZO] x ZC
(xii) I = [(IT - IO)/ IT] x 85
Where,
L Amount of price variation in Labour
M Amount of price variation in Materials
F Amount of price variation in Fuel
E Amount of price variation in Explosives
D Amount of price variation in Detonators
S Amount of price variation in Steel
C Amount of price variation in Cement
T Amount of price variation in Concreting
R Amount of price variation in Ferrous Items.
N Amount of price variation in Non-Ferrous Items.
Z Amount of price variation in Zinc
I Amount of price variation in Insulator
LC % of Labour component
MC % of Material component
FC % of Fuel component
EC % of Explosive component
DC % of Detonators component
TC % of Concreting Component
RC % of Ferrous Component
NC % of Non-Ferrous Component
ZC % of Zinc Component.

W Gross value of work done by contractor as per on-account bill(s) excluding cost of
materials supplied by Railway at fixed price minus the price values of cement and
steel. This will also exclude specific payment, if any, to be made to the
consultants engaged by contractors (such payment will be indicated in the
contractor's offer).
LB Consumer Price Index Number for Industrial Workers - All India - Published in
R.B.I. Bulletin for the base period
73 Signature of the Tenderer
LQ Consumer Price Index Number for Industrial Workers - All India - Published in
R.B.I. Bulletin for the average price index of the 3 months of the quarter under
consideration
MB Index Number of Wholesale Prices - By Groups and Sub-Groups - All commodities –
as published in the R.B.I. Bulletin for the base period
MQ Index Number of Wholesale Prices - By Groups and Sub- Groups - All commodities
– as published in the R.B.I. Bulletin for the average price index of the 3 months of
the quarter under consideration
FB Index Number of Wholesale Prices - By Groups and Sub-Groups for Fuel and Power
as published in the R.B.I. Bulletin for the base period
FQ Index Number of Wholesale Prices - By Groups and Sub-Groups for Fuel and Power
as published in the R.B.I. Bulletin for the average price index of the 3 months of
the quarter under consideration
EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm
from whom purchases of explosives are made by the contractor for the base
period
EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm
from whom purchases of explosives are made by the contractor for the average
price index of the 3 months of the quarter under consideration
DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm
from whom purchases of detonators are made by the contractor for the base
period
DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm
from whom purchases of detonators are made by the contractor for the average
price index of the 3 months of the quarter under consideration
SW Weight of steel in tone, supplied by the contractor as per the 'on-account' bill for
the month under consideration
SQ SAIL's (Steel Authority of India Limited) 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 steel was
purchased by the contractor (or) as prevailing on the first day of the month in
which steel was brought to the site by the contractor whichever is lower
SB SAIL's ex-works price plus Excise Duty thereof (in Rs. per tonne) for the relevant
category of steel supplied by the contractor as prevailing on the first day of the
month in which the tender was opened
CV Value of Cement supplied by contractor as per on account bill in the quarter
under consideration.
CB Index No. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI
Bulletin for the base period
CQ Index No. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI
Bulletin for the average price index of the 3 months of the quarter under
consideration
CS RBI wholesale price index for cement & lime for the month which is six months
prior to date of casting of foundation
CO RBI wholesale price index for cement& lime for the month which is one month
prior to date of opening of tender
RT IEEMA price index for Iron & Steel for the month which is two months prior to
date of inspection of material.

74 Signature of the Tenderer


RO IEEMA price index for Iron & Steel for the month which is one month prior to date
of opening of tender.
PT IEEMA price for Copper wire bar for the month which is two months prior to date
of inspection of material.
PO IEEMA price for Copper wire bar for the month which is one month prior to date
of opening of tender.
ZT IEEMA price for Zinc for the month which is two months prior to date of
inspection of material
ZO IEEMA price for Zinc for the month which is one month prior to date of opening of
tender
IT RBI wholesale price index for Structural Clay Products for the month which is two
months prior to date of inspection of material.
IO RBI wholesale price index for Structural Clay Products for the month which is one
month prior to date of opening of tender.
(Authority: Railway Board’s circular No.2007/CE-I/CT/18/Pt.13 dt.02.05.2014)

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

48.10 Relevant categories of steel for the purpose of operating Price Variation formula,
as mentioned in this Clause, based on SAIL's ex-works price plus Excise Duty
thereof, shall be as under :
Category of steel produced by
Category of steel supplied in SAIL whose ex-works price plus
Sl.No. the Railway work. Excise Duty thereof would be
adopted to determine price
variation.
1. Reinforcement bars and other TMT 8 mm IS 1786 Fe 415/Fe500.
rounds.
2. All types and sizes of angle. Angle 65 x 65 x 6 mm 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 Channels 200 x 75 mm IS 2062
and joists. E250A SK.
5. Any other section of steel not Average of price for the 3
covered in the above categories covered under Sl.No.1,
categories and excluding HTS. 2, 3 above.

PVC for all the cement & Steel (excluding HTS wire) will be paid as per relevant
clauses above. HTS wire and other steel materials involved in the PSC Girder will
be paid under the other material components.
PVC is not applicable for new items. For calculating PVC date of
measurement to be taken and not the date of bill.

48.11 PRICE VARIATION DURING EXTENDED PERIOD OF CONTRACT

The price adjustment as worked out above, i.e. either increase or decrease shall
be applicable upto the stipulated date of completion of work including the
extended period of completion where such extension has been granted under
Clause 17-A of the General Conditions of Contract. However, where extension of
75 Signature of the Tenderer
time has been granted due to contractor's failure under Clause 17-B of the
General Conditions of Contract, price adjustment shall be done as follows:

(a) In case the indices increase above the indices applicable to the last
month of original completion period or the extended period under Clause
17-A, the price adjustment for the period of extension granted under Clause
17-B shall be limited to the amount payable as per the Indices applicable to
the last month of the original completion period or the extended period
under Clause 17-A of the General Conditions of Contract; as the case may
be.

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

49.0 JOINT VENTURE


(Applicable for Advertised Tender value exceeding Rs. 10 crores)

GUIDELINES AND CONDITIONS FOR JOINT VENTURE :

Following stipulations shall be applicable for joint venture (JV) of firms


(hereinafter called JV):

49.1 Separate Identity/name shall be given to the Joint Venture firm.

49.2 Number of members in a JV firm shall not be more than three if the work
involves only one department (say Civil or S&T or Electrical) and shall not be
more than five if the work involves more than one Department.
49.3 A member of JV firm shall not be permitted to participate either in individual
capacity or as a member of another JV firm in the same tender.

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

49.5 The Joint Venture Firm shall be required to submit Earnest Money Deposit (EMD)
along with the tender in terms of the provisions contained in para 5 (Earnest
Money) of Part I of GCC and refer clause 3.0 (Earnest Money Deposit) at page
No.6.

49.6 One of the members of the JV firm shall be its lead member who shall have a
majority (at least 51%) share of interest in the JV firm and also, must have
satisfactorily completed in the last three previous financial years and the current
financial year up to the date of opening of the tender, one similar single work for
a minimum value of 35% of advertised tender value. The other members shall
have a share of not less than 20% each in case of JV firms with up to three
members and not less than 10% each in case of JV firms with more than three
members. In case of JV with Foreign member(s), the lead member has to be an
Indian firm with a minimum share of 51%.

49.7 A copy of Memorandum of Understanding executed by the JV members as per the


format in “Form: JV/3” shall be submitted along with tender. The complete
details of the members of the JV firm, their share and responsibility in the JV
firm etc., particularly with reference to financial, technical and other obligations
shall be furnished in the MoU.

49.8 Once the tender is submitted the Memorandum of Understanding shall not be
modified/altered/terminated during the validity of the tender. In case the
76 Signature of the Tenderer
tenderer fails to observe/comply with the above stipulation, the full Earnest
Money amount shall stand forfeited in favour of the Railways. In case of
successful tenderers the validity of this MoU shall be extended till the currency
of the contract expires.

49.9 Approval for change of constitution of JV firm shall be at the sole discretion of
the Employer(Railways). The constitution of the JV firm shall not be allowed to
be modified after submission of the tender bid by the JV firm except when
modification becomes inevitable due to succession laws etc., and in any case the
minimum eligibility criteria should not get vitiated. In any case the Lead Member
should continue to be the Lead Member of the JV firm. Failure to observe this
requirement would render the offer invalid.

49.10 Similarly, after the contract is awarded to the JV firm, the constitution of JV
shall not be allowed to be altered during the currency of contract except when
modification become inevitable due to succession laws etc., and in any case the
minimum eligibility criteria should not get vitiated. Failure to observe this
stipulation shall deemed to be breach of contract with all consequential penal
action as per contract conditions.

49.11 On award of contract to JV firm, a single Performance Guarantee shall be


submitted by JV firm as per tender conditions. All the guarantees like
performance Guarantee, Bank Guarantee for Mobilisation Advance, Machinery
Advance etc. shall be accepted only in the name of JV firm and no splitting of
guarantees amongst the members of the JV firms shall be permitted.

49.12 On issue of LOA(Letter of Acceptance), an agreement among the members of JV


firm(to whom the work has been awarded) has to be executed and got registered
before the Registrar of the Companies under Companies Act or before the
Registrar/Sub-Registrar under the Registration Act, 1908. This JV agreement
shall be submitted to the Railways before signing the contract agreement for the
work. In case the tenderer fails to observe/comply with this stipulation, the full
Earnest money deposit (EMD) shall be forfeited and other penal actions due shall
be taken against the partners of the JV and the JV. The draft format of Joint
Venture Agreement shall be as per “Form : JV/4”. The Joint Venture Agreement
must be on Non-judicial Stamp paper of Rs.100/- or as per Stamp Act of the
concerned State where agreement has been executed. This Joint Venture
Agreement shall have, inter-alia following clauses:

49.12.1 Joint & Several Liability: The members of the JV firm to which the contract is
awarded, shall be jointly and severally liable to the Employer(Railways) for
execution of the project in accordance with the general and special conditions of
the contract. The JV members shall also be liable jointly and severally for the
loss, damages caused to the Railways during the course of execution of the
contract or due to non-execution of the contract or part thereof.

49.12.2 Duration of the Joint Venture Agreement:

It shall be valid during the entire currency of the contract including the period of
extension if any, and the maintenance period after the work is completed.

49.12.3 Governing Laws: The Joint Venture Agreement shall be in all respect be
governed by and interpreted in accordance with Indian Laws.

49.13 Authorised Member: Joint Venture members shall authorize one of the members

77 Signature of the Tenderer


on behalf of the Joint Venture firm to deal with the tender, sign the agreement
or enter into contract in respect of the said tender, to receive payment, to
witness joint measurement of work done, to sign measurement book and similar
such action in respect of the said tender/contract. This authorization shall be
with further stipulation that it shall be valid for the entire period of the
completion / extended period of the work including maintenance period. All
notices/ correspondences with respect to the contract would be sent to this
authorized member of the JV firm.

49.14 No member of the Joint Venture firm shall have the right to assign or transfer the
interest, right or liability in the contract without the written consent of the other
party and that of the Employer (Railways) in respect of the said tender/contract.

49.15 Documents to be enclosed by the JV firm along with the tender:

49.15.1 i) The attested copies of documents in support of the Joint Venture should be
submitted.
ii) Power of Attorney for authorized signatory of JV partners as per “Form:
JV/1”.

iii) Power of Attorney in favour of one of the partners of the JV firm to act as
lead partner of Joint Venture, as per “Form : JV/2”

iv) In case of one or more parties to the Joint Venture Agreement is/are
Partnership firm/s, the following documents should be enclosed.

a) Notary certified copy of Partnership Deed.

b) Consent of all the partners of the partnership firm authorizing one of


the partners to enter into the Joint Venture Agreement on a stamp
paper of appropriate value(in original).

c) Power of Attorney (duly registered as per prevailing law) in favour of


one of the partners of the partnership firm to sign the JV agreement
on behalf of the partnership firm and create liability against the
firm.

49.15.2 In case one or more members is/are Proprietary firm or HUF: the following
documents should be enclosed:

Affidavit on Stamp paper of appropriate value declaring that his/her concern is a


Proprietary concern and he/she is sole proprietor of the concern OR he/she is in
position of “KARTA” of Hindu Undivided Family and he/she has authority, power
and consent given by other co-partners to act on behalf of HUF.

49.15.3 In case one or more members is/are limited companies, the following documents
shall be submitted.

a) Notary certified copy of the resolutions of the Directors of the Company,


permitting the company;

i) Of entering into the Joint Venture Agreement.


ii) Of authorizing Managing Director/One of the Director/Manager of the
company to sign the Joint Venture Agreement.

iii) Of authorizing MD/Director/Manager or any other person to sign all


78 Signature of the Tenderer
other documents, contracts, agreements etc and create liability
against the company and/or to do any other act on behalf of the
company.

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

c) Power of Attorney (duly registered as per prevailing law) by the Company


authorizing the person to do / act mentioned in the para(s) above.

49.15.4 All the members of the JV shall certify that they are not black listed or debarred by
Railways or any other Ministry/Department/PSU(Public Sector Undertaking) of the
Govt. of India/State Government from participation in tenders/contract on the date
of opening of bids either in their individual capacity or as a member of the JV firm or
partnership firm in which they were/are members/partners.

49.16 Credentials and Qualifying Criteria: Technical and financial capacity of the JV
shall be adjudged based on satisfactory fulfillment of the following criteria.

49.16.1 Technical Eligibility Criteria :


(a)
i. FOR THE WORK COSTING MORE THAN 10 CRORES AND UPTO 15 CRORES

Either the JV firm or Lead Member of the JV firm must have satisfactorily
completed in the last three previous financial years and the current
financial year up to the date of opening of the tender

One similar single work for a minimum value of 35% of advertised tender
value.
(EXPERIENCE CERTIFICATE)

The single similar work is defined in the ‘Note’.

ii) FOR THE WORK COSTING MORE THAN 15 CRORES UP TO 25 CRORES

Either the JV firm or Lead Member of the JV firm must have satisfactorily
completed in the last three previous financial years and the current
financial year up to the date of opening of the tender

a) One similar single work for a minimum value of 35% of advertised


tender value.
or
Two similar single works each for a minimum value of 25% of advertised
tender value.

(EXPERIENCE CERTIFICATE)
The single similar work is defined in the ‘Note’.

(OR)

(b) (i) In case of composite works(e.g. works involving more than one distinct
component such as Civil Engineering works, S&T works, electrical
works, OHE works etc., and in the case of major bridges –
substructure, superstructure etc.,) for each component at least 35% of
the value of any such component individually for single similar nature
of work should have been satisfactorily completed by the JV firm or by
any member of the JV firm in the previous three financial years and

79 Signature of the Tenderer


the current financial year up the date of opening of tender. The
member satisfying technical eligibility criteria for the largest
component of the work shall be the Lead Member and that Member
shall have a majority (at least 51%) share of interest in the JV firm.

(ii) Any work or set of works shall be considered to be separate


component, only when cost of the component is more than Rs.2 (two)
Crores each.

(iii) However, as long as the JV Firm or any member of the JV Firm meets
with the requirements in one or more components of the work and has
completed a minimum of 35% of the advertised value of the tender for
the same value of the component, and resultantly, all the members of
the JV collectively, then meet the prescribed technical eligibility
criteria, the JV shall stand technically qualified.

Note : Value of a completed work done by a Member in an earlier JV firm


shall be reckoned only to the extent of the concerned member’s share in
that JV firm for the purpose of satisfying his compliance of the above
mentioned technical eligibility criteria in the tender under consideration.

49.16.2 Financial Eligibility Criteria:

The contractual payments received by the Joint Venture firm or the arithmetic
sum of contractual payments received by all the members of the JV firm in the
previous three financial years and the current financial year up to the date of
opening of tender shall be at least 150% of the estimated value of the work as
mentioned in the tender (As specified in the eligibility criteria and credentials).

Note: Contractual payments received by a member in an earlier JV firm shall be


reckoned only to the extent of the concerned member’s share in that JV firm for
the purpose of satisfying compliance of the above mentioned financial eligibility
criteria in tender under consideration.

Authority: Rly. Bd. Lr.No.2002/CE-I/CT/37 dt.07.09.2011 & Lr.No.2002/CE-


I/CT/37 Pt VIII dt.14.12.2012
50.0 KNOWLEDGE OF SAFETY RULES

The contractor’s executives/supervisors should have adequate knowledge of safety


rules while working adjacent to Railway line. If necessary the contractor will be
asked to nominate the supervisors for any training which is organized by the
Railways and the expenditure towards training will be borne by the Contractor.

51.0 ARBITRATION

The Settlement of disputes in connection with the contract will be dealt with and
governed by Clause 63 & 64 of General Condition of Contract.

52.0 JURISDICTION OF THE COURT BINDING THE CONTRACT

For the smooth operation of the contract, any suit or proceedings to enforce the
rights of either of the parties here to under this contract shall be instituted in
and tried only by the courts under the jurisdiction of Honorable High Court of
Madras (and its subordinate courts) and by no other court, and both the parties
hereto, hereby expressly agree to submit to the jurisdiction of courts under the
jurisdiction of Honorable High Court of Madras (and its subordinate courts).

¤¤¤¤¤¤¤¤
80 Signature of the Tenderer
81
Southern Railway PART D
Tender Number : MTK/63/III Project : 140047

Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering
arrangements and Yard drainage etc., at ARANTANGI CROSSING station.

Name of the Tenderer :


SCOPE OF WORK
I. The Tenderer/Contractor has to execute the following works as per the plan and as per the descriptive items of the
schedule for the above mentioned name of work such as:

1. Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall, Circulating area, Approach
road, Protective works, Passenger amenities, Watering arrangements and Yard drainage etc., at ARANTANGI
CROSSING station.

2. The Supply of Cement and Reinforcement Steel at site of work.

II. The Tender schedule consists of SEVEN ANNEXURES (ie.) 'A', 'B', 'C', `D', `E', 'F' and `G' as under:

a). Annexure `A' : The items of works that are COVERED by USSOR 2011 as applicable to TIRUCHIRAPPALLI
Division.

For Annexure `A', the contractor has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR'
value of Annexure `A'.

If any other item of work covered by the USSOR 2011 as applicable to TIRUCHIRAPPALLI Division and not covered
by Annexure `A', but are incidental to the work and are required to be carried out during the actual execution of work, the
same will have to be carried out at the same tendered percentage as agreed for Annexure `A'

b). Annexure 'B' : The items of works that are NOT COVERED by USSOR 2011 .

c) Annexure 'C' : The items of works that are NOT COVERED by USSOR 2011 .

d). Annexure 'D' : The items of works that are NOT COVERED by USSOR 2011 .

For Annexures 'B','C' and `D', the contractor has to quote his collective uniform percentage ABOVE or BELOW or AT
PAR value of this Annexure.

e). Annexure `E' : The items of works that are COVERED by USSOR 2011 as applicable to TIRUCHIRAPPALLI
Division for Supply of CEMENT.

For Annexure `E', the contractor has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR'
value of Annexure `E'.

If any other item of work covered by the USSOR 2011 as applicable to TIRUCHIRAPPALLI Division and not covered
by Annexure `E', but are incidental to the work and are required to be carried out during the actual execution of work, the
same will have to be carried out at the same tendered percentage as agreed for Annexure `E'

f). Annexure `F' : The items of works that are COVERED by USSOR 2011 as applicable to TIRUCHIRAPPALLI
Division, for supply of STEEL at site of work.

For Annexure `F', the contractor has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR'
value of Annexure `F'.

If any other item of work covered by the USSOR 2011 as applicable to TIRUCHIRAPPALLI Division and not covered
by Annexure `F', but are incidental to the work and are required to be carried out during the actual execution of work, the
same will have to be carried out at the same tendered percentage as agreed for Annexure `F'

SIGNATURE OF THE TENDERER


82

g). Annexure 'G' : Provides for the list of plans.

III.COMPLETION PERIOD: The work shall be completed in all respects within TEN MONTHS from the date of issue of
letter of acceptance of this work.

IV. IMPORTANT NOTE:

1. The rates indicated for items of Annexures `A', `E' & `F' are corresponding to TIRUCHCHIRAPPALLI DIVISION based
on USSOR 2011.

2. Description given under Annexure `A', `E' & `F' based on USSOR 2011 are only short descriptions. The
Tenderer/Contractor has to refer respective items of USSOR 2011 to link with the detailed and main description of
relevant item before quoting their rates.

3. Mix Design should be got approval from NIT/ Reputed Govt. approved Institution before execution of work.

4(i). All works shall be executed with respect to Indian Railways Unified Standard Specifications (Works & Materials)
(Vol.I & II) - 2010 and the special conditions of contract (Technical) as mentioned in the tender document.

(ii). Concreting works, if any, shall be done in accordance with detailed drawings specified design mix only and difference
in Cement quantity will be paid separately under respective Annexure.

(iii). For concreting, use of Crushed stone fine aggregate in lieu of river sand is permitted subject to clause 1.10 of
special condition for concrete.

5. The quantities of steel shall be brought to the site only in such instalments that would facilitate smooth progress of
work and consumed in reasonable time and is restricted to 30% of the agreement quantity at a time.

6. The steel supplied under this item shall be of Fe 415 or Fe 500 or Fe 550 etc as per specification and as required for
the approved drawings. Quoted/accepted rate shall apply in all the above.

V. THE CONTRACTOR SHOULD SUBMIT THE PROGRAMME OF COMPLETION AS PER THE MILESTONE
STATEMENT OF THE WORK.

1). Mobilization of men and machineries to the site of work within 15 DAYS: D+ 15 DAYS
2). Dismantling of exg. Station building & PF walls, forming PF with contractor own earth, Earth work excavation for
station building etc., & PF walls: D+ 60 DAYS
3). Construction of PF walls on station side and island PF & foundation of station buildings: D+ 80 DAYS
4). Supply and fabrication of Structural steel for PF shelters and Supply of doors & windows frames. Drilling of bore wells
and fixing pipe line to the station building: D+120 DAYS
5). Foundation work for PF shelters. (Above Formation Level) D+150 DAYS
6). Erection of structural steels and covering over PF shelters. D+180 DAYS
7). Construction of Station building up to Roof level, Construction of drains between Tracks, Duct provision on Platform.
D+210 DAYS
8). Fixing doors and Windows etc., in station building, plastering the station building. D+240 DAYS
9). Paving PF concrete including goods PF & Passenger Amenities works, Approach roads and circulating area including
tree plantation.Painting of doors, windows & structural works, white washing and colour washing to the station building.
D+270 DAYS
10).Provision of watering and drainage arrangement including Sanitary fittings and floor finishing including Plumbing
work in station buildings and platforms. Finishing all other works. D+300 DAYS

where, D = Date of issue of LOA

SIGNATURE OF THE TENDERER


83
Southern Railway
Tender Number : MTK/63/III
Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering
arrangements and Yard drainage etc., at ARANTANGI CROSSING station.

ABSTRACT

Sl. Description Amount


No. Rs.

1 Annexure A
2 Annexure B
3 Annexure C
4 Annexure D
5 Annexure E
6 Annexure F

Grand Total Rs.


-------------------------

Grand Total in words (Rupees)

SIGNATURE OF THE TENDERER


84
Southern Railway

Tender Number : MTK/63/III Project : 140047

Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering
arrangements and Yard drainage etc., at ARANTANGI CROSSING station.

Annexure A

Items of work that are covered by Southern Railways schedule of rates 2011 as
applicable to zone I

[Item(s) One Hundred Sixty Eight only]


Slno Ref. to Description Approx. Unit Rate Amount Remarks
BSR Qty

001 011011 EW excavation - All kinds of soils 1654 cum 103.32 1,70,891

002 011013 Hard Rock (requiring blasting) 75 cum 363.3 27,248

003 011070 Extra for every additional lift of 1.5m or 189 cum 9.97 1,884
part thereof after the initial 1

004 012010 Extra over 011011-14 for excavation in 1589 cum 10.3 16,367
foundations for buildings etc.

005 012030 Extra for watering and ramming earth in 384 cum 19.2 7,373
foundation and floors in 15cm layer

006 012040 Filling, watering and ramming earth in 613 cum 23 14,099
15cm layers in floors and foundation

007 012050 Supplying and filling sand in plinth and 299 cum 649.64 1,94,242
under floors including watering, r

008 021510 Hiring of JCB Machine (in good working 125 Hour 741.76 92,720
condition) for leveling and dressing

009 031012 1:3:6 (1 cement : 3 sand : 6 graded 502 cum 1,575.63 7,90,966
stone aggregate 40mm nominal size)

010 031051 All works upto plinth level 129 cum 1,791.11 2,31,053

011 031052 All works above plinth level in retaining 1271 cum 1,945.92 24,73,264
walls, walls (of any thickness)

012 031061 Centering and shuttering for Foundations, 597 Sqm 145.3 86,744
footings, bases of columns

013 031062 Retaining walls, return walls, walls (any 9091 Sqm 247.17 22,47,022
thickness) including attached ...

SIGNATURE OF THE TENDERER


85

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

014 031063 Columns, pillars, posts and struts & 164 Sqm 326.42 53,533
miscellaneous parts

015 041011 Providing & laying M-20 All work upto 406 cum 1,927.58 7,82,597
plinth level including raft foundn

016 041012 All works in buildings above plinth level 296 cum 2,135.97 6,32,247
upto floor two level

017 042011 Centering & shuttering :Foundations, 568 Sqm 144.8 82,246
footings, foundn of washable aprons

018 042013 Suspended floors, roofs, landings, 4100 Sqm 244.27 10,01,507
balconies, FOB slabs, walkway slabs and

019 042014 Centering & shuttering -Lintels, beams, 572 Sqm 206.61 1,18,181
plinth beams, bed blocks etc

020 042015 Columns, pillars, posts and struts 507 Sqm 326.5 1,65,536

021 042016 Stairs (excluding landings) except spiral- 80 Sqm 311.3 24,904
staircases

022 042030- First lift -Extra for additional height in 535 Sqm 101.9 54,517
1 centering, shuttering

023 042022 Vertical and horizontal fins individually or 75 Sqm 318.6 23,895
forming box louvers band, faci

024 042025 Edges of slabs and beams in floors and 80 Metre 99.5 7,960
walls under 20cm wide

025 042026 Edges of slabs and beams in floors and 30 Sqm 458.6 13,758
walls above 20cm wide

026 042029 Weather shade, Chajjas, corbels etc. 110 Sqm 381.35 41,949
including edges

027 043014 In Shelves, cantilevers, chajjas, 4 cum 3,465.02 13,860


sunshades etc.

028 043015 M-20 Grade precast RCC work: In slabs 77 cum 2,670.33 2,05,615
for drain covers, manhole covers etc.

029 048120 Manufacturing, supplying & fixing of pre- 1622 Each 602.78 9,77,709
fabricated RCC coping stone of siz

030 051018 Cement mortar 1:6 (1 cement : 6 coarse 478 cum 4,030.31 19,26,488
sand)

SIGNATURE OF THE TENDERER


86

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

031 051040 BW with machine moulded perforated 250 cum 171.68 42,920
bricks Extra over items 051010 & 051020

032 051050 Extra for brick work in superstructure 40 cum 338 13,520
beyond second floor level for every

033 051182 Cement mortar 1:4 (1 cement : 4 coarse 58 Sqm 473.7 27,475
sand)

034 051190 Extra for half brick masonry in 58 Sqm 47.55 2,758
superstructure above plinth level upto....

035 057103 Deduct for Class Designation 5 334 cum -355.7 -1,18,804

036 081012 Structural steel work : In flats, plates, 450 Kilo Gram 54.61 24,575
round or square bars

037 081041 Extra for every subsequent 3m height or 250 Kilo Gram 3.31 828
part thereof : Over item no. 081012

038 081100 Providing and fixing MS round or square 13 Sqm 52.74 686
bars / flats or grills in frames

039 081211 80mmx1.25mm M.S. laths with 1.25mm 10 Sqm 2,411.77 24,118
thick top cover

040 081220 Providing and fixing ball bearing for rolling 2 Each 306.08 612
shutters

041 081320 Providing and fixing M.S. fan clamp of 25 Each 91.63 2,291
16mm dia M.S. bar bent to shape wit

042 081330 Extra over rate of Item no. 081320 for 25 cm Height 1.39 35
providing and fixing M.S. fan clamp

043 081360 Providing and fixing M.S. round holding 567 Kilo Gram 90.28 51,189
down bolts with nuts and washer pla

044 083050 Fabricating, supplying & installing 300 Kilo Gram 88.12 26,436
stainless steel railings for staircases

045 092011 25mm thick with 12.5mm nominal size 40 Sqm 94.75 3,790
stone aggregate

046 092050 Laying 15 mm thick hardened topping on 40 Sqm 123.71 4,948


concrete surface with 1 part metalli

047 092061 PCC flooring of specified thickness M-20 300 cum 2,483.02 7,44,906

SIGNATURE OF THE TENDERER


87

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

048 094071 In flooring on a bed of 10mm thick mortar 20 Sqm 822.24 16,445
1:4 (1 appropriate cement : 4 coa

049 094072 In dado/skirting on 12mm thick mortar 1:4 2 Sqm 892.46 1,785
(1 appropriate cement : 4 coarse

050 095011 200x200 mm 93 Sqm 440.73 40,988

051 095026 Of Group B-I-a of IS:15622 (Vitrified tiles) 320 Sqm 718.62 2,29,958
of size above 400mmx400mm upto

052 098022 80mm thick blocks of M-35 grade for 300 Sqm 401.86 1,20,558
medium traffic

053 099034 Granite Black-Area of slab over 0.5 sqm 5 Sqm 2,253.92 11,270
but upto 1.0 sqm

054 099164 Granite Black-Area of slab over 0.5 sqm 5 Sqm 2,062.58 10,313
but upto 1.0 sqm

055 099210 Providing and fixing 10mm (± 0.2mm) 15 Sqm 864.16 12,962
thick heavy duty, full-body homogeneous

056 104050 Providing and laying pressed clay tiles (as 200 Sqm 296.14 59,228
per approved pattern 20mm nomin

057 104060 Lime concrete terracing on roofs average 200 Sqm 340.95 68,190
thickness 10cm laid to fall with

058 104080a Deduct over Items 104060 and 104070 1000 Sqm -18.89 -18,890
for every less 5mm thickness

059 104100 Extra over Items 104060 and 104070 200 Sqm 50.26 10,052
above floor two level for every floor or

060 108162 110mm dia. 215 Metre 184.41 39,648

061 108172 Coupler, 110mm 18 Each 307.8 5,540

062 108182 Bend 87.5°, 110mm dia. bend 12 Each 204.99 2,460

063 108184 Shoe (Plain), 110mm dia. shoe 12 Each 187.72 2,253

064 108192 110mm 58 Each 97.18 5,636

065 111011 1:4 (1 cement : 4 fine sand) 1484 Sqm 70.54 1,04,681

SIGNATURE OF THE TENDERER


88

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

066 111012 Cement plaster in fine sand 12mm 1768 Sqm 70.54 1,24,715
cement plaster of mix - 1:6

067 111031 1:4 (1 cement : 4 fine sand) 116 Sqm 95.3 11,055

068 111032 20mm cement plaster of mix -1:6 (1 964 Sqm 95.31 91,879
cement : 6fine sand)

069 111151 6mm thick 1:3 (1 cement : 3 fine sand) 440 Sqm 61.14 26,902

070 111160 6mm cement plaster 1:3 to CC/RCC in 216 Sqm 62.53 13,506
columns, beams, stairs etc when specifi

071 115011 White washing with lime - New work 203 Sqm 8.72 1,770
(three or more coats)

072 115032 New work (two or more coats) with a 804 Sqm 11.18 8,989
base coat of whiting

073 115041 New work (two or more coats of 1500 Sqm 62.52 93,780
distemper) over and including priming
coat w

074 115050 Distempering two or more coats on new 800 Sqm 33.82 27,056
work with 1st quality acrylic washabl

075 115060 Applying one coat of cement primer of 800 Sqm 26.27 21,016
approved brand and manufacture on wal

076 115090 Wall painting on new work with two or 679 Sqm 56.9 38,635
more coats of plastic emulsion paint

077 121051 Painting with synthetic enamel paint - 516 Sqm 49.59 25,588
Two or more coats on new work

078 131082 20mm nominal outer dia. Pipes 35 Metre 113.12 3,959

079 131083 25mm nominal outer dia. Pipes 40 Metre 134.17 5,367

080 131085 40mm nominal outer dia. Pipes 70 Metre 245.1 17,157

081 131091 15mm nominal outer dia. Pipes 25 Metre 138.12 3,453

082 131092 20mm nominal outer dia. Pipes 27 Metre 148.55 4,011

083 131093 25mm nominal outer dia. Pipes 102 Metre 169.6 17,299

SIGNATURE OF THE TENDERER


89

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

084 131105 40mm nominal outer dia. Pipes 100 Metre 213.55 21,355

085 131132 20mm dia. nominal bore 60 Metre 177.91 10,675

086 131155 40mm dia. nominal bore 60 Metre 330.28 19,817

087 131184 50mm Gate Valve 5 Each 1,394.5 6,973

088 132031 Fixing gun metal gate valve - 25mm 2 Each 448.22 896
nominal bore

089 132033 40mm nominal bore 2 Each 780.03 1,560

090 132180 Providing and fixing C.P. brass bib cock, 15 Each 220.16 3,302
15mm nominal bore of approved qua

091 132200 Providing and fixing C.P. brass long body 5 Each 302.57 1,513
bib cock, 15mm nominal bore, of a

092 132210 Providing and fixing C.P. brass stop cock, 5 Each 379.31 1,897
15mm nominal bore, (concealed) o

093 132220 Providing and fixing C.P. brass angle 10 Each 261.28 2,613
valve for basin mixer and geyser poin

094 136150 Providing and placing on terrace/staging 4000 Litre 7.21 28,840
(at all heights) polyethylene wate

095 138043 1000 litres capacity tank 6 Each 1,228.81 7,373

096 138044 Fixing plastic moulder water storage tank 2 Each 1,524.99 3,050
- 2000 litres capacity

097 141011 100mm diameter 50 Metre 197.14 9,857

098 141012 Providing glazed stoneware pipes - 50 Metre 319.86 15,993


150mm diameter

099 143031 Inside size 120cmx90cm and 90cm deep 9 Each 9,661.09 86,950
including C.I. cover with frame (heavy

100 143041 Size 90cmx80cm with FPS Bricks class 5 Metre 4,287.21 21,436
designation 7.5

101 143043 Size 120cmx90cm with FPS Bricks class 25 Metre 5,122.9 1,28,073
designation 7.5

SIGNATURE OF THE TENDERER


90

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

102 143241 Brick masonry chamber - Inside 10 Each 4,893.28 48,933


dimensions 455mmx610mm and 45cm
deep

103 143242 Inside dimensions 500mmx700mm and 4 Each 5,055.59 20,222


45cm deep for pipe line with one or two

104 151011 water closet-White Vitreous China Orissa 4 Each 3,550.36 14,201
pattern W.C. pan - 580x440mm

105 151021 W.C. pan with ISI marked white solid 7 Each 2,701.3 18,909
plastic seat and lid

106 151044 Range of four urinal basins with 15 litres 3 Each 9,247.33 27,742
white P.V.C. automatic flushing

107 151063 Range of three squatting plates with 10 2 Each 8,903.36 17,807
litres P.V.C. automatic flushing ci

108 151073 White vitreous china wash basin size 5 Each 1,725.01 8,625
550mmx 400mm with a pair of 15mm
C.P.

109 151076 White vitreous china angle back wash 6 Each 1,526.94 9,162
basin size 400mmx400mm with single
15m

110 152082 Flexible pipe 32mm dia. 11 Each 63.88 703

111 152123 Oval shape 450mmx350mm (outer 1 Each 441.83 442


dimension)

112 153322 600mm long towel rail with total length of 6 Each 350.76 2,105
645mm, width 78mm

113 153380 Providing and fixing C.P. brass Soap 3 Each 128.43 385
Dish Holder having length of 138mm

114 153390 Providing and fixing Shower rose (C.P.) 4 Each 304.69 1,219
brass with swivel joint having apro

115 153471 CP brass Grating 100mm nominal dia. 9 Each 102.89 926
and 12mm high domed shape

116 153472 Grating 125mm nominal dia. and 15mm 8 Each 51.79 414
high domed shape having weight not less

117 153630 Providing and fixing S.C.I. trap with 10cm 7 Each 499.68 3,498
inlet and 10cm outlet of self cl

SIGNATURE OF THE TENDERER


91

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

118 154010 Providing and fixing 110mm dia PVC soil, 340 Metre 203.23 69,098
waste and vent pipes...

119 154100 Providing and fixing 110mm PVC Plain 8 Each 81.7 654
bend of the required degree with acces

120 154120 Providing and fixing 110mm dia. PVC 5 Each 229.98 1,150
terminal guard including jointing and c

121 154140 Providing and fixing 75mm PVC soil, 50 Metre 122.22 6,111
waste and vent pipes including jointing

122 154210 Providing and fixing 8cm dia. PVC Plain 5 Each 64.73 324
bend of the required degree includi

123 154220 Providing and fixing 8cm PVC bend of the 5 Each 74.06 370
required degree with access door i

124 155260 Supplying and fixing 150mmx150mm HCI 4 Each 570.99 2,284
/ CI Tee for septic tank as a complete

125 171210 Providing and laying water proofing 10 Sqm 135.39 1,354
treatment in sunken portion of WCs, bat

126 172020 Supplying, erecting and fixing precast 18 Each 9,550.9 1,71,916
concrete reinforced bench with back

127 181010 Demolishing lime concrete and disposal 40 cum 183.73 7,349
of material within 50m lead

128 181021 Demolishing PCC - 1:2:4 or richer mix 15 cum 526.1 7,892
with max. 20 mm coarse aggregate

129 181022 Mix leaner than 1:2:4 with coarse 25 cum 324.49 8,112
aggregate larger than 20mm

130 181023 Dismantling concrete kerb stones/rail 12 cum 565.59 6,787


level platform stones /concrete beams

131 181040 Extra over Item Nos. 181021 and 15 cum 230.26 3,454
181050, if pavement breaker is used on
orde

132 182012 In lime mortar/lime cinder mortar 30 cum 183.73 5,512

133 182013 Demolishing brick work- In cement 25 cum 444.52 11,113


mortar

134 182032 In lime mortar 30 cum 250.13 7,504

SIGNATURE OF THE TENDERER


92

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

135 182033 In cement mortar 10 cum 530.45 5,305

136 184050 Dismantling Single tiled roofing of any 40 Sqm 45.55 1,822
type with battens boarding etc. com

137 184070 Dismantling ridges, hips valleys and 15 Metre 6.63 99


gutters etc. of any material and stack

138 185020 Taking out doors, windows, clerestory 5 Each 41.48 207
window, cupboard shutters only (steel

139 185031 Of sectional area 40 sq.cm. and above 2 cum 977.27 1,955

140 186011 Dismantling steel work - R.S. joists./ Rails 500 Kilo Gram .72 360

141 186090 Taking out rail posts of any height and 20 Each 69.27 1,385
stacking within 50m. (demolishing o

142 231041 WBM - Sub-base with stone aggregate 506 cum 1,138.43 5,76,046
90mm to 45mm including stone
screening

143 231042 WBM - Base course with 63mm to 169 cum 975.27 1,64,821
45mm size including stone screening

144 231043 Base course with 53mm to 22.4mm size 113 cum 1,041.48 1,17,687
including stone screening 11.2mm size

145 232020 Surface dressing on new surface in two 563 Sqm 184.25 1,03,733
coats with bitumen of grade A-90/S-9

146 071011 Wood work in frmaes of doors/windows 2082 cudm 77.09 1,60,501
etc- Second class teak wood

147 074280 Providing 40mmx5mm flat iron hold fast 230 Each 62.94 14,476
40cm long including fixing to frame

148 077011 125mmx85mmx5.5mm (heavy type) 57 Each 343.36 19,572

149 077014 100mmx70mmx4mm (ordinary type) 86 Each 233.88 20,114

150 077061 250mmx10mm 57 Each 188.18 10,726

151 077063 150mmx10mm 86 Each 102.69 8,831

152 077071 125mm 38 Each 224 8,512

SIGNATURE OF THE TENDERER


93

Slno Ref. to Description Approx. Unit Rate Amount Remarks


BSR Qty

153 077072 100mm 86 Each 217.46 18,702

154 077081 300mmx16mmx5mm 19 Each 429.76 8,165

155 072021 Second class teak wood - 15mm thick 272 Sqm 1,605.38 4,36,663

156 072037 Glazing with float glass panes 4mm thick 272 Sqm 455.73 1,23,959
(10kg/sqm)

157 072141 35mm thick including ISI marked 41 Sqm 2,017.29 82,709
stainless steel butt hinges with necessary

158 072170 Extra for providing lipping with 2nd class 4.9 Sqm 82.39 404
teak wood battens 25mm ....

159 077140 Providing and fixing bright finished brass 19 Each 129.8 2,466
hanging type floor door stopper

160 077061 250mmx10mm 38 Each 188.18 7,151

161 077062 200mmx10mm 19 Each 130.78 2,485

162 077090 Providing and fixing bright finished brass 19 Each 904.72 17,190
100mm mortice latch and lock wit

163 077180 Providing and fixing IS:3564 marked 19 Each 655.61 12,457
aluminium die cast body tubular type un

164 124050 Varnishing with flatting varnish of 22 Sqm 30.12 663


approved brand and manufacture one or
m

165 124031 Polishing on wood work - New work (two 22 Sqm 51.46 1,132
or more coats)

166 081100 Providing and fixing MS round or square 272 Sqm 52.74 14,345
bars / flats or grills in frames

167 076022 100mmx60mmx2.5mm 8 Each 54.79 438

168 075133 200mm weighing not less than 120 gm 88 Each 31.34 2,758

[Item(s) One Hundred Sixty Eight only]


Total Rs. 1,73,98,161
----------------------
'ADD' or 'DEDUCT' for the collective (UNIFORM) percentage 'ABOVE' or 'BELOW' or 'AT PAR'

SIGNATURE OF THE TENDERER


94

of the Southern Railway Schedule of Rates 2011 quoted by the Tenderer/Contractor:

----------------------
Grand Total Rs
----------------------

Total (in words) Rupees

Note:-
1). The Tenderer has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR' value of this
Annexure.

IMPORTANT NOTE:
1. The rates indicated for items of this Annexure are corresponding to TIRUCHIRAPPALLI DIVISION based on USSOR
2011.
2. Description given under this Annexure based on USSOR 2011 are only short descriptions. The Tenderer/Contractor
has to refer respective items of USSOR 2011 to link with the detailed and main description of relevant item before quoting
their rates.
3. All works shall be executed with respect to Unified Standard Schedule of Rates (Works & Materials)-2011 and Indian
Railways Unified Standard Specifications (Works & Materials) (Vol.I & II) - 2010.

SIGNATURE OF THE TENDERER


95
Southern Railway

Tender Number : MTK/63/III Project : 140047

Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering
arrangements and Yard drainage etc., at ARANTANGI CROSSING station.

Annexure B

Items of work that are not covered by Southern Railways schedule of rates 2011.

[Item(s) Twenty Five only]


Slno Description Approx. Unit Rate Amount
Qty

001 0000007 Supply and fixing 20mm thick marble slab 2 Each 2,303 4,606
of size 1.20m x 0.45m for urinal partition
with cp brackets including drilling suitable
holes in the marble slab and fixing in
position on the wall and edges to
curvature with all leads and lifts
etc.complete by contractor and as dircted
by Engineer-in-charge.
(All labour and material by contractor)

002 0000019 Conducting yield test including flushing as 1 Each 3,490 3,490
directed by the Engineer-in-charge Location
(Electric power alone will be supplied by
the Railway) , necessary connection
along with compressor/air tight pump
required in this connection will have to be
arranged by the contractor at his own
cost.

003 0000020 Supply and filling annular space between 200 Metre 230 46,000
the bore well and PVC pipe with special
graded pebbles including lead and lifts
etc. complete and as directed .

004 0000068 Excavating and providing RAIN WATER 1 Each 14,658 14,658
HARVESTING WELLS of 1.2m inner
diameter and 2.44m deep with precast
RCC well rings of 1.2m inner diameter
and 40mm thick and filling the well with
brickbats and covering the well with
precast RCC circular cover slab and
connecting the well with rain water down
pipes by constructing a brick chamber of
610x610x610mm inner dimensions in CM
1:5, 230mm thick with stock bricks
including levelling course in cement
concrete 1:3:6 mix. of size 1.40 m. x
1.40 m. and 250 mm. thick and plastering
the brick walls with CM 1:3 mix, 20mm

SIGNATURE OF THE TENDERER


96

Slno Description Approx. Unit Rate Amount


Qty

thick inside and 12mm thick outside and


brick on edge over pipe line, levelling,
channelling and filling up the sides with
earth duly consolidating and covering
with precast RCC slab cover with all
leads and lifts etc. complete and as
directed.
(All labour and material by contractor
except cover slab and pipes which will be
paid separately under relevant
Annexure)

005 1500131 Providing and laying Heavy duty 1000 Sqm 767 7,67,000
chequered Eurocon tiles at platform
edging of required width with tiles of
16mm to 20mm thick hydraulically
pressed, laying over 1:4 cement mortar
bedding 20mm thick, pointed with white
cement mixed with colouring pigment to
match colour of tiles, properly cured,
finished in all respects with all leads and
lifts etc. complete and as directed.(All
labour, material including CEMENT by
contractor)

006 0000178 Conducting Geophysical survey by using 1 Each 4,080 4,080


water divining devices and investigation Location
of location site of bore as directed by the
Engineer in charge.

007 0000247 Supplying, assembling and lowering in 25 Metre 1,047 26,175


position PVC pipe 150mm dia
(6kg/Sq.Cm) conforming to IS:4985
(CI.III) in bore wells with required slotted
holes covered with two layers of Nylon
mesh tied with copper wire including
cutting, coupling, jointing with PVC
solution in suitable lengths, fixing bottom
cap etc. with all leads and lifts etc.,
complete and as directed by the
Engineer-in-charge . The pipe to be
lowered through the upper casing to the
already made bore well without causing
any damage to it.
(All labour, materials, tools etc. by
contractor) No payment will be made for
the overlapping portion.

008 0000256 Supplying, assembling and lowering in 200 Metre 799 1,59,800
position PVC pipe 150mm dia
(6kg/Sq.Cm) conforming to IS:4985
(CI.III) in bore wells including cutting,

SIGNATURE OF THE TENDERER


97

Slno Description Approx. Unit Rate Amount


Qty

coupling, jointing with PVC solution in


suitable lengths, fixing bottom cap etc.
with all leads and lifts etc., complete and
as directed by the Engineer-in-charge .
The pipe to be lowered through the upper
casing to the already made bore well
without causing any damage to it.
(All labour, materials, tools etc. by
contractor) No payment will be made for
the overlapping portion.

009 0000763 Design of structural / architectural 1 Job 34,900 34,900


elevation design and drawing for the
proposed building with portico showing
the elevation, sectional details, with
alco/glazed panelling sheets to be got
approved by Railway, along with working
drawing with all details and 3 options with
photoshop display of elevations of the
building with all leads and lifts,etc,
complete, and as directed by Engineer in
charge. (All labour & materials tools and
plants by contractor)

010 0600095 Casting and positioning of precast 6 Each 1,242 7,452


cement concrete FOULING MARK as per
type plan at station yard duly painting the
letters of fouling mark with contractor's
paint with all leads and lifts etc., complete
and as directed. (All labour and materials
including Cement by contractor).

011 0800474 Manufacturing, supplying and fixing in 3 Sqm 5,584 16,752


position of modern booking counter of
size 1.50m x 1.20m or other specified
size using anodised aluminium frame of
required sizes fixed with anodised
aluminium grill of sectional thickness of
7.5mm @ 2.30kg/m and 5mm thick plain
glass with two set of counter holes (One
set consists of one pigeon hole and one
talking hole of specified sizes) at various
height to facilitate general public and
physically handicapped persons as per
type plan No.CE-596 and others, grinding
the sharp edges including all necessary
fittings such as screws, glazing clips,
rubber beedings etc., complete and as
directed by the Engineer - in - charge.
( All labour, materials, tools and
consumables by the contractor.)
Note: Aluminium frame shall be double
grooves for fixing grill and glass.

SIGNATURE OF THE TENDERER


98

Slno Description Approx. Unit Rate Amount


Qty

012 0800591 Manufacturing and supplying of factory 8 Sqm 8,516 68,128


made solid panel PVC doors of any size
of approved make, colour, quality finish
with PVC hollow door frame and PVC
solid panel shutter ( conforming to
criteria of testing as per IS:4020
amended up to date) and fixing in
position with all fittings and fastenings
including making good disturbed portion
of walls with all materials, including
cement, lead, lift labour, tools and plants,
fabrication, loading, conveyance,
unloading, taxes, fixing and incidental
charges etc., complete by the contractor
and as directed by the Engineer - in -
charge.

013 1500007 Manufacture, supply and erection of 6 Each 21,464 1,28,784


Precast RCC. STATION NAME
BOARDS in position in passenger
platform of specified station with RCC
posts including earth work excavation,
filling in after, clearing the surplus
earth, laying cement concrete in 1:3:6.
mix.for foundation, supplying and
placing in position cut stone for RCC
Posts, Precast RCC Posts and Slabs
with 20mm size graded granite stone
aggregate in M25 mix engraving the
station name in vernacular TAMIL ,
HINDI and ENGLISH on both sides of
the Board and painting the letters
with black paint on yellow back ground
similar to Type Plan No. 7119/10-A
(Design 2) with all leads and lifts etc.,
complete and as directed. (All labour
and materials by contractor except
cement and reinforcement steel which
will be paid seperately under relevant
Annexure).

014 1500026 Fabrication, supply and erection of Sign 3 Each 1,257 3,771
Boards of size 600mm x 450mm made of
2mm thick MS sheet similar to the
sketch painted with two coats of synthetic
enamel paint of yellow over one coat of
red oxide primer and writing "FIRST
CLASS AND LADIES" in ENGLISH on
both sides of the board, Red and Yellow
stripes all round and fixing the same to
the existing stanchions/pipes on
platforms at appropriate height with
necessary clamps and bolts with all

SIGNATURE OF THE TENDERER


99

Slno Description Approx. Unit Rate Amount


Qty

leads and lifts etc. complete and as


directed.
(All labour, material, tools and plants by
Contractor).

015 1500029 Construction of RCC drinking water tap 20 Each 11,866 2,37,320
system with top slab of size 1200mm x
600mm, base and foundation in RCC
M.25 mix as per relevant sketch, dadoing
the complete structure above platform
level with first quality glazed tiles of
approved colour and size, flooring of
1800mm x 1200mm around the tub with
first quality ceramic tiles of approved
colour and size with proper slopes
towards sump including supply and fixing
of 25mm dia. GI pipe of adequate length
inside the tub, 20mm dia. chromium
plated pipe with 2 Nos. of chromium
plated water taps (spring ball type), PVC
grating, 75mm dia. PVC pipe outlet from
the tub to the sump and from the sump to
outer face of platform including
construction of sump of suitable size with
stock bricks in CM 1:5 and plastering the
inside of sump, providing CI grating
150x150mm for sump including
earthwork for foundation, demolition of
cement concrete to required extent ,
laying cement concrete 10cm thick in
1:4:8 mix, fitting back and finishing the
damaged platform by M25 mix. flooring
duly disposing debris away from site with
all leads and lifts etc. complete and as
directed.
(All labour, material including CEMENT
and STEEL , tools and plants by
contractor)
For a height of 1050mm above platform
level
Note: Any increase in any of the
quantities due to deviations fron relevant
sketch will be paid under relevant items
of Annexure-`A'. Similarly any decrease
in quantities will be deducted under
relevant items of Annexure `A'.

016 1500034 Manufacturing and supplying of precast 800 Metre 2,214 17,71,200
RCC PALE FENCING as per Type plan
No.277 with RCC posts with smooth
finish and sharp edges for pales etc.,
using 12 to 20mm size graded granite
stone aggregate in M25 mix and erecting
the RCC posts in position and fixing

SIGNATURE OF THE TENDERER


100

Slno Description Approx. Unit Rate Amount


Qty

pale fencing,clearing and levelling of


site surplus earth ,fixing the posts true
to verticals,grouting the pale fencing
joints with the post,colour washing two
coats over one coat of white washing
with all leads and lifts etc., complete and
as directed. (All labour and materials
including cement and steel by
Contractor)
Note: (i) The precast RCC posts and
pale fencing should be cured under
water for atleast 21 days.ii) 70%
payments will be made on completion
of curing of precast RCC posts and
pales as the case may be and the
balance 30% after fixing the same
in position and completion in all
respects.

017 1500054 Planting of tree saplings on the platforms 25 Each 2,094 52,350
duly supplying of contractor's saplings,
mannure along with pit digging on the
platform and consturction of tree guards
of size 1.0m x 1.0m x 1.0m honey comb
brick masonry in CM 1:3, 11cm thick with
proper foundation in 1:4:8 mix of 10 cm.
thick, as cattle guard and painting the
same with approved colour and watering
the plants till it grows and maintaining the
tree for three months and as directed by
the Engineer -in - charge.
(All Labour, Materials, Transportation the
saplings including CEMENT by
contractor).
Note: 50% of the rate will be paid as soon
as the work is completed. The balance
50% will be paid at the end of 3 months
for the plant which is green and alive.

018 1500109 Construction of Platform Tap for 4 Each 9,912 39,648


Physically handicapped persons as per
Plan No. CE/597 with tubs with CC
foundation 200mm thick 1:4:8 Mix
including earthwork excavation in all soils
other than rock, brick work 23 cm thick
CM 1:5 Mix for founds and brick work
11cm thick CM 1:4 mix, Providing RCC
slab of M25 mix , dadoing the tub and
stool with approved quality of glazed tiles
with all leads and lifts etc. complete and
as directed.(All labour, material by

SIGNATURE OF THE TENDERER


101

Slno Description Approx. Unit Rate Amount


Qty

contractor except CEMENT and STEEL


which will be paid separately under
relevant Annexure).

019 1500127 Supplying and Laying of white marble 354 Sqm 1,000 3,54,000
slab strips of 10cm wide and 18 mm thick
or nearer size longitudinally in platform
including cement mortar 1:3, 20mm thick
including grinding polishing etc., complete
and as directed (All labour and material
by contractor except cement which will be
paid separately under relevant
Annexure).

020 1500134 Providing grooves at required size over 1150 Metre 39 44,850
the existing concrete floor duly cutting
with special cutting machines at locations
as specified to make the platform
concrete as a panel for expansion jointing
purpose and applying with hot bitumen
inside the groove with all lead and lift etc.
complete and as directed.(All labour and
material by contractor)

021 1500149 Construction of Platform bench made of 16 Each 10,000 1,60,000


100mm thick single piece black granite
slab 2.00m long and 0.45m wide
chamfered machine polished on top and
all sides and machine cut at bottom,
supported on 2 Nos. of 100mm thick
black granite slabs of 0.50 x 0.45m size
with semi circular cuts at sides and fully
polished on all sides above platform level
placed vertically with 0.15m buried in
concrete 1:3:6 mix below platform
surface, connecting the top slab and
supports rigidly to correct line, level
details as shown in the relevant sketch
including demolition of cement concrete,
earthwork wherever necessary ,
disposing all debris away from site with all
leads and lifts etc. complete and as
directed.
(All labour, material, tools and plants
including CEMENT by Contractor)

022 1500156 Providing ENGINE STOP BOARDS by 4 Each 1,117 4,468


cutting and providing reference pillars
made up of released rails supplied by
Railways free of cost including
transporting the same to required
location, cutting to correct length and
erecting in position using cement

SIGNATURE OF THE TENDERER


102

Slno Description Approx. Unit Rate Amount


Qty

concrete 1:3:6 mix. of 0.3m x 0.3m x


0.45m size as per relevant drawing ,
painting of rail post with two coats of
enamel paint over one coat of red oxide
primer and lettering in specified form with
all leads and lifts etc. complete and as
directed.
(All labour and materials including
CEMENT by contractor. Rails will be
made from available stocks and the
contractor has to cut the same to the
required length and transport them to the
site)

023 0800399 Supply and Laying of Perrinnial Plant for 100 Sqm 370 37,000
EDGES as per the list given below with
appropriate intervals of spacing
mentioned in the specifications which
includes periodical screening application
of pesticides and fertilizers loosening of
soil and area for 3 months after
completion of the work with all leads and
lifts etc. complete and as directed.
(All labour, materials, tools and plants
etc. by Contractor).

NOTE:
(i). 75% of payment to be made to a
laying of lawn, flower beds, laying of
perennial plants at site and 25% payment
to be made after completion of 3 months
maintainance.
(ii). Flower beds or ground cover the
supply of plant for flower beds should be
of minimum high 6 inches and should be
carried out (minimum 2 plants per square
feet) the plants like. Lanthena camera,
angeloasium, cuphea verbana, vedilia,
hemigraphis and constitute of 80% of the
area and remaining 20% with plants like
ipomea plamatae, asysfacia,
altermanthem.
ENDING : The supply of of plants for
foliage edging should be of minimum
height of 12" and of good quality at
spacing of 45 cm. Or closer intervals
should be carried out (minimum 2 plants
per Sft.) the plant species like duranta
variagater, ophiogan vgt, ixora
singaporanesis, rheospathaca etc. should
constitutes 50% of area and the
remaining 50% area with plants like
dracena marginate and syngonium white

SIGNATURE OF THE TENDERER


103

Slno Description Approx. Unit Rate Amount


Qty

etterfly.

024 0800402 Laying of natural lawn with Korean grass 25 Sqm 419 10,475
by dibbling which includes total
eradication of weedicide (@ 5%
concentrate at 2 intervals of 10 days)
necessary additions of good earth, river
silt and matured manure in a ratio of 2:1:1
to a depth of 15 cm. Spreading, levelling
and rolling to ensure uniformity and for
drainage, subsequent planting of good
quality slips of Korean grss at an inteval
of 5 cm. in either directions, maintaining
of area for 3 months after completion of
the work which will include replacement
of dried/dead patches if any, weeding at
weekly intervals, raking of soils, manuring
and watering with all leads and lifts etc.
complete and as directed.
(All labour, materials, tools and plants
etc. by Contractor).

025 1500082 Manufacture and supply of 'Diamond 30 nos. 4,630 1,38,900


Shaped' Vitreous Enamelled Station
Name Boards of 750mm x 750mm size
made of 2mm thick cold rolled carbon
steel sheets conforming to IS: 513-1973
with a white vitreous enamel Glossy type
back ground and station names written in
vernacular (in respective language of the
state, English and Hindi) on a blue back
ground in the middle of the board duly
fixed by a galvanized angle 25x25x6mm
at the rear side of the board with required
holes and clamps required for fixing etc.
complete and as directed.
(All labour and material by contractor)
[Item(s) Twenty Five only]
Total Rs. 41,35,807
----------------------
'ADD' or 'DEDUCT' for the collective (UNIFORM) percentage 'ABOVE' or 'BELOW' or 'AT PAR'
of the total value of this Annexure quoted by the Tenderer/Contractor:
----------------------
Grand Total Rs
----------------------

Total (in words) Rupees

SIGNATURE OF THE TENDERER


104

NOTE:
The Tenderer has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR' value of this Annexure.

SIGNATURE OF THE TENDERER


105
Southern Railway

Tender Number : MTK/63/III Project : 140047

Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering
arrangements and Yard drainage etc., at ARANTANGI CROSSING station.

Annexure C

Items of work that are not covered by Southern Railways schedule of rates 2011.

[Item(s) Six only]


Slno Description Approx. Unit Rate Amount
Qty

001 1500104 Supply of structural steel as per IS: 2062, 50 MT 91,454 45,72,700
fabrication and erection of structural
members IRS type cantilever, Platform
shelter stanchions, cantilever trusses,
purlins, runners and connections etc. as
per drawings including loading, leading,
aligning, levelling etc. with contractor's
men, material like bolt, nut, washers,
welding electrodes, machinery, tools and
plants etc. complete including bolting,
welding, two coats of shop paint with
contractor's red lead paint to IS; 102/1962
and two coats of aluminium paint to IS:
2339 as directed.
Note:
a). Fabrication and erection should be as
per IRS B-1-79. The contarctor has to do
cutting and bending of structural steel to
the required size and shape, drilling
holes, bolting, welding et. at site as per
Railway's approved drawing and
specifications including all labour,
material.
b). Rate quoted should be for the unit
weight of finished structure as per
Railway's specifications and no extra
payment will be made for the wastage of
materials during fabrication and erection,
cutting, welding etc.
c). 50% of teh rate would be made for the
supply of structural steel at site and 25%
for fabrication and balance 25% will be
paid after satisfactory completion of
erection work.
d). Erection of steel work to be done at
platform and erection to be carried out
without disturbing passengers. Cantilever,
purlin and facia board are to be erected
between trains and no extra payment will
be made for this.
e). welding to be done as per IS:
823/1964

SIGNATURE OF THE TENDERER


106

Slno Description Approx. Unit Rate Amount


Qty

f). All MS bolts should conform to IS:


1363/1960.

002 1600027 Supply, fabrication and erection of 4 MT 93,840 3,75,360


platform shelter as per Railways plan No.
RDSO /B/1760 and RDSO /B/1760/1 (i.e
) MS tubes, stanchions, bracings, roof
trusses, purlins, brackets , bolts and nuts
including two coats of red oxide paint to
IS: 123 over one coat of zinc chromate
primer to IS :104 and followed by the
another coat of primer with zinc chromate
red oxide to IS:2074 etc., to BG standard
with all leads and lifs etc., complete as
directed by the Engineer-in- charge and
without affecting the movement of
passengers and trains.

Note: i) The rate quoted shall be


inclusive of the cost of bolts and nuts,
tools and plants, electrodes for welding,
machinery's fuel, crew consumbales etc.,
ii) Fabrication of structural member
includes cutting the steel sections to
required length, size, drilling holes ,
providing necessary bolt connection ,
welding the the structural members as
per the approved drawings with all
contractor's men and materials.
iii). The rate shall include the cost of
bolts & nuts, welding. No measurements
for the same under this item.

003 0800651 Aluminium Composite Panel: Providing 350 Square Feet 578 2,02,300
and fixing as per approved quality and
approved drawing of Aluminium
Composite panels of "Gurind / Eurobond/
Durabuild" make ACP cladding in
combination of soild /metallic colours
including all necessary frame work and
complete panel should consist of 4 m
thermoplastic core of Anti-toxic LDPE
sandwiched between 2 skins of 0.5 mm
thick Aluminium sheet. The surface will
be finished with KYNAR-500/HYLAR-
5000 PVdf based coating on top sides
and service coating on reverse side
would be in Polyster paint. The system
shall be fixed using 50 X 50 Aluminium
brackets with Zinc coated anchors 38 x
38 aluminium angle for mullions and
transom and galvanized steel bolts and
nuts complete and all other necessary
accessories. The bracket support shall be

SIGNATURE OF THE TENDERER


107

Slno Description Approx. Unit Rate Amount


Qty

designed as per manufacturer's


specification. Sealing shall be done, using
weather sealant of DOW Corning USA.
Complete and as directed and approved
by Engineer-in-charge. all leads and lifts
etc (all tools and plants, consumable
required for work. all labour and materials
by contractor.)

004 0800652 Stick Structural Glazing System 350 Square Feet 592 2,07,200
(Including Glass) Providing and fixing as
per approved drawing and approved
quality of materials Stick type structural
glazing system with Single Glazing of 5
mm " Ocean Blue " make having main
frame work of verticals and horizontals
out of specially designed extruded
sections Aluminium mullion size 57 mm X
63 mm and fabricated fixed at all levels,
elevation & heights. The extruded section
shall be finished with electrolytic colour
anodized of approved colour anodic
coating . Rate includes fixing the main
frames in to masonry wall / RCC surface
with nuts, bolts, rivets and washers shall
be in Galvanized steel. Necessary
clamps, fastening straps, fixing bracket
and anchor fastener shall be galvanized
steel or aluminium, Iron mongers and
accessories to all structural Glazing to
meet the requirement of necessary
loading conditions. Complete and as
directed by Engineer-in-charge. all leads
and lifts etc (all labour and materials,
tools and plants, consumable required for
work by contractor.)

005 0800035 Supply and fixing in position of PVC RAIN 70 Metre 612 42,840
WATER DOWN PIPES of 160mm
diameter and 4kgf/square centimetre
including bends couplings etc.,
conforming to relevent IS specifications
with necessary specials as required and
clamping with stanchions, jointing with
gutters to make leak proof joints as per
plan with all leads and lifts etc., complete
and as directed by the Engineer - in -
charge.
( All labour, materials and tools and
plants etc., by contractor.)

006 1500153 Providing and fixing permanently colour 924 Sqm 692 6,39,408
coated trapezoidal profiled sheet of depth
28-30mm at 195-205mm pitch distance

SIGNATURE OF THE TENDERER


108

Slno Description Approx. Unit Rate Amount


Qty

with precisely engineered "Rib & Flute"


design. Profiled sheets shall be min.
0.5mm TCT/0.45mm BMT high tensile
zinc aluminium alloy coated zincalume /
galvalume steel sheet (550 mpa yield
strength) having a coating of mass of 150
gsm zinc-aluminium coating AZ-150 total
on both sides as per AS 1397 (latest
version) finished with 20 microns
approved colour coating of Silicon
Modified Polyester (SMP) / Super
Polyester paint coat on exposed surface
over a primer coat of 5 microns and a
back coat of 5 microns on reverse side
over a 5 microns primer coat. There shall
be 2 small ribs/square flutes between
profiles for providing additional strength.
The sheet to be fixed over the purlins
as per drg. No: SR/CN:23663 duly
providing all fixtures, connectors, bolts,
screws, washers etc. complete and rate
includes all items above including labour,
consumables, tools & plant, fuel etc.
complete as directed by the Engineer-in-
charge. (Steel tie bars/flats used will be
paid separately under schedule item for
steel rods)

[Item(s) Six only]


Total Rs. 60,39,808
----------------------
'ADD' or 'DEDUCT' for the collective (UNIFORM) percentage 'ABOVE' or 'BELOW' or 'AT PAR'
of the total value of this Annexure quoted by the Tenderer/Contractor:
----------------------
Grand Total Rs
----------------------

Total (in words) Rupees

Note:-
1). The Tenderer has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR' value of this
Annexure.

SIGNATURE OF THE TENDERER


109
Southern Railway

Tender Number : MTK/63/III Project : 140047

Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering
arrangements and Yard drainage etc., at ARANTANGI CROSSING station.

Annexure D

Items of work that are not covered by Southern Railways schedule of rates 2011.

[Item(s) Three only]


Slno Description Approx. Unit Rate Amount
Qty

001 0100027 Earth filling in and around the building by 418 Ten cum 2,000 83,600
contractors vehicle or other means
including excavation from earth quarries
outside Railway limits approved by
Engineer-in-charge in all soils other than
black cotton and loamy soil , loading and
leading and unloading and spreading
including consolidating the earth by
watering and ramming in 15cm layers etc
complete and as directed.

002 0100005 Earthwork in forming bank for the 10000 Ten cum 1,996 19,96,000
platform with contractor's own vehicles or
other means including excavation from
earth quarries out side railway limits
approved by the Engineer-in-charge in all
soils other than blackcotton loamy soils,
loading, leading to workspot, benching
slopes wherever necessary, unloading,
compacting the earth with contractor's
compacting equipments as per relevant
clause of special conditions of contract
including sectioning to profile etc.,
complete with all leads and lifts and as
directed (payment by cross section
measurements. The rates includes
cutting of jungles, bushes, rank
vegetation and small trees of girth upto
30 cm clearing the site as directed).

003 0100347 Earthwork in forming bank with gravely 1000 Ten cum 2,254 2,25,400
soil by contractor's own vehicles or other
means including excavation from out side
railway limits approved by the Engineer-
in-charge loading, leading to work spot,
benching slopes wherever necessary,
unloading, compacting the same as
directed by Engineer-in-charge and as
per relevant clause of special conditions
of contract including sectioning to profile

SIGNATURE OF THE TENDERER


110

Slno Description Approx. Unit Rate Amount


Qty

etc., complete with all leads and lifts etc.


by contractor and as directed.
(payment by cross section
measurements).

NOTE:
a). Particle size less than 75 micron
should be with in 25%.
b). Particle size above 20 mm. should be
less than 2 %.
[Item(s) Three only]
Total Rs. 23,05,000
----------------------
'ADD' or 'DEDUCT' for the collective (UNIFORM) percentage 'ABOVE' or 'BELOW' or 'AT PAR'
of the total value of this Annexure quoted by the Tenderer/Contractor:
----------------------
Grand Total Rs
----------------------

Total (in words) Rupees

Note:-
1). The Tenderer has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR' value of this
Annexure.

SIGNATURE OF THE TENDERER


111
Southern Railway

Tender Number : MTK/63/III Project : 140047

Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering
arrangements and Yard drainage etc., at ARANTANGI CROSSING station.

Annexure E

Items of work that are covered by Southern Railways schedule of rates 2011 as
applicable to zone I

[Item(s) Two only]


Slno Ref. to Description Approx. Unit Rate Amount Remarks
BSR Qty

001 033061 Supply and using cement at worksite : 911 MT 5,290 48,19,190
OPC 43 Grade

002 033063 Supply and using cement at worksite : 99 MT 5,175 5,12,325


PPC
[Item(s) Two only]
Total Rs. 53,31,515
----------------------
'ADD' or 'DEDUCT' for the collective (UNIFORM) percentage 'ABOVE' or 'BELOW' or 'AT PAR'
of the Southern Railway Schedule of Rates 2011 quoted by the Tenderer/Contractor:
----------------------
Grand Total Rs
----------------------

Total (in words) Rupees

Note:-
1). The Tenderer has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR' value of this
Annexure.

IMPORTANT NOTE:
1. The rates indicated for items of this Annexure are corresponding to TIRUCHIRAPPALLI DIVISION based on USSOR
2011.
2. Description given under this Annexure based on USSOR 2011 are only short descriptions. The Tenderer/Contractor
has to refer respective items of USSOR 2011 to link with the detailed and main description of relevant item before quoting
their rates.
3. All works shall be executed with respect to Unified Standard Schedule of Rates (Works & Materials)-2011 and Indian
Railways Unified Standard Specifications (Works & Materials) (Vol.I & II) - 2010.

SIGNATURE OF THE TENDERER


112
Southern Railway

Tender Number : MTK/63/III Project : 140047

Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering
arrangements and Yard drainage etc., at ARANTANGI CROSSING station.

Annexure F

Items of work that are covered by Southern Railways schedule of rates 2011 as
applicable to zone I

[Item(s) One only]


Slno Ref. to Description Approx. Unit Rate Amount Remarks
BSR Qty

001 045016 Supplying reinforcement for R.C.C. work: 70200 Kg 53.05 37,24,110
Thermo-Mechanically Treated bars
[Item(s) One only]
Total Rs. 37,24,110
----------------------
'ADD' or 'DEDUCT' for the collective (UNIFORM) percentage 'ABOVE' or 'BELOW' or 'AT PAR'
of the Southern Railway Schedule of Rates 2011 quoted by the Tenderer/Contractor:
----------------------
Grand Total Rs
----------------------

Total (in words) Rupees

Note:-
1). The Tenderer has to quote his collective uniform percentage `ABOVE' or `BELOW' or `AT PAR' value of this
Annexure.

IMPORTANT NOTE:
1. The rates indicated for items of this Annexure are corresponding to TIRUCHIRAPPALLI DIVISION based on USSOR
2011.
2. Description given under this Annexure based on USSOR 2011 are only short descriptions. The Tenderer/Contractor
has to refer respective items of USSOR 2011 to link with the detailed and main description of relevant item before quoting
their rates.
3. All works shall be executed with respect to Unified Standard Schedule of Rates (Works & Materials)-2011 and Indian
Railways Unified Standard Specifications (Works & Materials) (Vol.I & II) - 2010.
4. The quantities of steel shall be brought to the site only in such instalments that would facilitate smooth progress of work
and consumed in reasonable time and is restricted to 30% of the agreement quantity at a time.
5. The steel supplied under this item shall be of Fe 415 or Fe 500 or Fe 550 etc as per specification and as required for
the approved drawings ,quoted/accepted rate shall apply in all the above.

SIGNATURE OF THE TENDERER


113

Southern Railway
Tender Number : MTK/63/III Project : 140047

Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section:
Proposed Construction of Station Building, Platforms, Platform Shelter, Retaining wall,
Circulating area, Approach road, Protective works, Passenger amenities, Watering arrangements
and Yard drainage etc., at ARANTANGI CROSSING station.
Name of the Tenderer :
Annexure G

( LIST OF PLANS )

Slno Description Plan No.

01 ARANTANGI Yard plan SR/CN:

02 Platfrom Shelter type plan SR/CN:

03 Station Building plan SB-3G: Type plan

04 Working Plan SR/CN:

05 Working Section SR/CN:

06 Retaining wall SR/CN:

NOTE:
Plans can be seen either in the Office of the Chief Engineer, Construction, Southern Railway,
Egmore, Madras - 600 008 or at the Office of Dy.Chief Engineer, Gauge Conversion,II, Tiruchchirappalli
during all working days i.e. from 9:15 AM to 5:45 PM.

SIGNATURE OF THE TENDERER


114
Southern Railway PART E
Tender Number : MTK/63/III Project : 140047
Name of the Work : Proposed Gauge conversion of work between PATTUKOTTAI - KARAIKKUDI Section: Proposed
Construction of Station Building, Platforms, Platform Shelter, Retaining wall, Circulating area,
Approach road, Protective works, Passenger amenities, Watering arrangements and Yard
drainage etc., at ARANTANGI CROSSING station.

Name of the Tenderer :

SPECIAL CONDITIONS OF CONTRACT ( Technical )

01 SPECIAL CONDITIONS FOR EARTHWORK AND BLANKET

1. SPECIAL CONDITIONS FOR EARTHWORK AND BLANKETING (HEAVY AXLE LOADING):

1.1 The earthwork for railway formation in cutting and embankment is to be carried out as per relevant and
latest RDSO specifications and guidelines and BIS specifications (wherever applicable) with latest correction
slips and as per Indian Railway's Unified Standard specifications for (works & materials) 2010 and as per the
specifications herein and as per the Special Conditions for Earthwork and Blanket. In case of any contradiction
amongst the above, the provision will prevail in order of following priority:

a) Technical Specifications attached to tender document.


b) Special Conditions attached to tender document.
c) RDSO specifications and guidelines.
d) BIS specifications.

All standard specifications are available on payment with the Railway/RDSO/BIS and the contractor shall
procure the same for his own purpose.
1.2 Important guidelines for Earth work & Blanketing are available on RDSO Guideline and specifications for
design of formation for Heavy axle Load -Report no.RDSO.2007/GE:0014
2. SETTING UP OF FIELD LABORATORY :

2.1 The contractor, on his own, has to establish a well equipped GE field laboratory at site with appropriate
and sufficient equipments etc., as required under BIS and RDSO Guidelines and arrange to conduct following
laboratory tests all at his cost. One laboratory for a project length 15 to 20 Km is normally necessary and shall
be provided, maintained and operated by the contractor at his cost unless otherwise specified in the schedule
till the completion of earth work/ blanketing in the stretch. The laboratory can be removed only with specific
approval of the Engineer-in-charge after all testing in the stretch are over. For not maintaining such items,
Railway reserves the right to impose heavy penalties proportionate to the rental rates in the market for such
machinery at the discretion of the Engineer-in-charge.

Tests to be done as per GE14


a. Gradation Analysis - Sieve and Hydrometer
b. Atterberg`s limits - liquid limit and plastic limit
c. Optimum Moisture Content (OMC), Maximum Dry Density (MDD) & Relative Density.
d. Placement Moisture Content and In-situ Density.
e). California Bearing Ratio test(CBR)
f). Any other as specified.

2.2 The contractor shall set up a field laboratory of his own at his cost at work site, which should be open for
use and inspection by the Railway at any time. All gauges, machines, equipments and other measuring and
testing equipments of the laboratory shall be got checked/calibrated regularly. The contractor shall arrange to
take samples as required/directed and transport as required at his cost.

2.3 Minimum equipments for soil/blanket testing are as under :-


Sl.
No Description of equipments
1. IS set of sieves with base & top lid 20mm, 19mm, 10mm, 4.75mm, 2mm, 600 mic, 425 mic, 212mic, 75mic.
2. Hand operated sieve shaker for above sieves

SIGNATURE OF THE TENDERER


115

3. Balance
a) Pan balance - 10 Kg capacity (with 1.0 gm least count)
b) Electronic balance - 500 gm capacity (with 0.1 gm Least Count)
4. Field density apparatus complete
a) Sand replacement
b) Core cutter with dolly
5. Modified heavy Proctor density apparatus full unit.
6. Liquid Limit apparatus hand operated with counter & grooving tools
7. Grain size analyzer of fines
a) Hydrometer
b) Thermometer 0 to 50o C
c) Glass cylinder 1000 cc capacity with 60mm dia.
8. Desiccators as per IS - 6128
9. Can of 10 litre capacity for distilled water wooden mortar & pestle
10. Specific gravity test apparatus
11. Density bottle - 50 ml capacity
12. Glass cylinder 100 cc capacity (for 1 free Swell index test)
13. Oven - thermostatically controlled to maintain a temperature
105-1100C
14. Sieve brush - Wire brush
15 California Bearing Ratio test (CBR) equipments.
16. Other necessary tools and plant as required.

02
Note : Normally, all the testing of any items mentioned above should be done in the laboratories at site only. In
case of failure of equipments, testing outside at the nearby reputed institutes may be permitted at the cost of
the contractor by the Dy.Chief Engineer in charge of the project, subject to the condition that, more than 50%
of the frequency of such tests are not permissible

3.1 The contractor should fix (i) alignment pegs at every 100m or as specified (ii) pillars with temporary bench
marks at every 500m by the side of the bank/cutting suitably for referring the alignment in future. Additional
pegs at every 25m shall also be provided for indicating chainage/centre line of track at the time of finishing the
formation.

3.2 Contractor shall arrange for making and fixing of toe line with wooden pegs for earthworks (both
embankments and cuttings) and for bridges.

3.3 After completion of work up to final finish level, level pegs will be provided by contractor at every 25m
interval.

3.4 The Contractor shall arrange the setting out of the alignment as directed, with his own survey equipments of
good quality and of such accuracy as required by Engineer-in-charge. The Contractor shall also arrange for
setting out of curves, if any, as per the directions of the Engineer-in-charge.

3.5 No earthwork in cutting/embankment shall be carried out without taking initial levels jointly by railway
supervisor and contractor and cross sections drawn at every 25m, levels checked by Engineer-in-charge and
test checked by concerned officials. The initial levels should be recorded in level books at an interval of 25m
longitudinally and at every 3m ( or even less when there is abrupt change in levels within these 3 m )
transversely and at bridge approaches.

4 The contractor has to construct atleast one temporary office at site of work with reasonably good and
required quantity of furniture in the same office for the use of railway officials. After completion of work, the
same may be taken away by the contractor to clear the site.

5 The contractor has to engage only well experienced engineers having good knowledge of surveying. The
contractor's engineers have to support and coordinate with the railway engineers in taking levels, conducting
laboratory tests, selecting outside quarries etc., while executing of the work.

6 (i). The land will be provided in stages as per the progress of acquisition/work. A joint programme will be

SIGNATURE OF THE TENDERER


116

prepared as per the availability of land. No additional payment/extra rate will be permitted on this account.
Contractor should engage machinery/labour/equipment etc., as required for the programmed work. No
additional payment/damages/idling charges will be paid by Railway on the account of non-availability of land at
any stage. It is the responsibility of the contractor to see the availability of land etc. before works are mobilized.

(ii). The earth work /blanketing contractor should note that in various works like new line, gauge conversion
and doubling type of work and similar other works, minor bridges available in the section may not exist or
may not be fit for movement of materials. The contractor should make his own arrangements to pass over
the small water way or roads in the area for movement of his machinery etc. and materials and shall
have no claim whatsoever in this regard.

7 Immediately after getting letter of acceptance for the work, the contractor shall submit his programme and
requirements to the Executive in charge in connection with execution of work as per the mile stone statement
of the work/project. The contractor should not bring out problems which are causing obstruction to work at a
later date or after the currency has lapsed. All efforts will be made by the Railway to clear the obstructions,
however, this shall not a cause for any claim whatsoever from the contractor.

03 8 The contractor shall make his own arrangements for all earth moving vehicles and any other tools and plants
as may be required for the efficient execution of the work, with necessary personnel and consumable stores at
his own cost. On a written requisition from the Contractor, the Railway may give permission to those suitable
places of land for the stabling of the earth moving vehicles and for putting up temporary sheds for crew and
labour. The land so allotted shall be used solely for the purpose connected with the execution of this contract
work and shall not be used otherwise. The area shall be vacated and restored to the original condition and
handed over to the Railway immediately after the completion of work. However, Railway reserves the right to
permit or deny any or all locations for such purposes at the discretion of the Engineer-in-charge. Railway also
reserves the right to permit only for specific periods at the discretion of the Engineer-in-charge and for further
period beyond that approval, the contractor is liable to pay the Railway's standard rents for land. Contractor
shall make no claims in this regard.

9 Contractor shall arrange all lab tests as required before starting earthwork to assess the type of soil and
other soil parameters required to judge suitability of soil to be used for constructing bank by Railway cut
spoil/contractor's own earth/blanket etc.

10 Kilometers/Chainages referred are approximate and likely to vary marginally. Local chainages may,
however, be fixed by the Engineer-in-charge. The chainage references are purely intended for Railway purpose
only.

11 The detailed measurements of the embankment executed with cut spoils are to be taken before starting
earthwork in embankment by contractor's own earth (COE) or vice-versa.

12 Whenever earthwork is done in forming embankment, partly by leading cut spoils and partly by
contractor's own earth, payment for the work done in leading cut spoils will be made by cross-section
measurements of cutting quantity and quantity of own earth done will be assessed by deducting the cut spoil
from the cutting.

13 Soil other than CH/OH soil is classified as SQ1 if fines (<75 microns) are more than 50%, SQ2 if fines are in
between 12 - 50% and SQ3 if fines are less than 12%. Contractor own earth of SQ3 type in terms of
Guidelines and specifications for design of formation for heavy axle loads as per report
no.RDSO/2007/GE:0014 is issued in 2007 paid at the quoted rates. However, if soil of SQ2 type of above
guidelines is used , a reduction of 5% in the quoted rates will apply. For using SQ1 type of soil, reduction of
payment by 10% will apply. However, sub-grade layer of 50 cm thick has to be compulsorily provided with SQ2
soil with CBR Value of 5 to 6 % compacted up to 97% of MDD on top of embankment soil and below the
blanket layer. Normally soil with PI more than 7 shall not be used in COE supplied by the contractor. However,
if soil with PI more than 7 is supplied, subject to the condition that PI shall never exceed 20%, the soil supplied
will be paid with further reduction of 10% on the quoted rates. This reductions are necessary as the blanket
thickness/speed of the lines depend on the same and the contractor shall have no claim in this regard.

SIGNATURE OF THE TENDERER


117

04 14 The excavated soil in cutting, which is not suitable for filling in bank or not required by the Railway, as
certified by the Engineer-in-charge, is to be disposed off, away from the railway boundary at contractor's own
cost for which no land will be provided by Railway. The excavated earth from cuttings which is useful and
required for embankment has to be dumped by the contractor in the reach with optimum leads at the least cost
to the Railway and as per agreed terms . No cut spoils are to be kept at the edge of cutting within 5m from the
edge of the cutting.. The area between edge of cutting and up to railway boundary shall be free from any
dumped material for making catch water drains, movement of vehicles, collection of ballast etc. The stage
payment of 15% in the schedule item shall be made after ensuring provisions under this clause.

15 The excavated earth, which is useful for filling but cannot be used immediately and requires stacking, is the
responsibility of the contractor and the contractor has to make arrangements for stacking it for reuse at a later
date. When there is no Railway land available for stacking, it is contractor's responsibility to stack the same in
private land for which no extra payment will be made.

16 In case of hard rock requiring blasting, the excavated hard rock should be dumped at the toe of
embankment or on the top of the cutting beyond the required clearance within the railway land available,
unless otherwise specified in the schedule regarding disposal of cut spoil. No excavated rock should be kept
at the edge of cutting. In case sufficient land is not available to dump excavated hard rock and approved for
disposal by the Engineer in charge, the contractor should take it out beyond railway boundary at his own cost.
Railway will not be responsible for identified railway land to stack excavated material. The railway will charge for
the cut spoil materials such as soil, rock spoils and hard rock materials taken away by the contractor beyond
the railway limits at rates agreed already or to be mutually arrived at the railway & shall recover the same from
the running bill.

17 The contractor has to take photographs/video film for the important activities/portions carried out as directed
by Engineer-in-charge. The same should be submitted in 3 copies along with a soft copy for Railway's record.

18 In case of embankments, the earthwork should not be carried out up to proposed formation level without
deciding depth of blanketing material. In case of cuttings, earthwork will be carried out up to required
blanketing level below the proposed formation level wherever found necessary.

19 Earthwork/blanketing shall be done with approved materials and methods only. Specifications of
RDSO/Railway will strictly govern in this regard. Blanket materials, as they may not be available readily to suit
RDSO specifications, may require blending of different components such as graded soil and sand etc., shall be
carefully selected, tested adequately and blended by proper mechanical means, preferably in a plant and if not
possible on the earthwork formation and laid after confirmation of RDSO specifications. The source of material
(contractor's own earth and blanketing) to be brought/ blended will be verified in advance by railway officials
and proposed material will be tested in laboratory at the cost of the contractor before taking up actual
execution. Any quality failed blanket shall be summarily rejected. If the contract provides for pre-blending at the
plant/depot, the same shall be strictly ensured.

05 20 Contractor is required to progress with all activities simultaneously so that continuous stretches of
reasonable length are finished to final formation level/profile and such continuous stretches are handed over
progressively when works in remaining length are progressing. Specific milestones for handing over completed
formation are to be furnished by the contractor. A register in this regard will be opened duly indicating details of
handing over/taking over.

21 Wherever required, the different type of utility services such as telegraph lines, electrical lines, sewage lines,
water supply lines, any other cable etc., available in the alignment which are likely to obstruct formation works
will be got shifted at the cost of Railway either by the concerned departments or through the contractor.
However, the contractor shall advise the details in advance to enable clearance by Railway. Normally all such
obstructions should be cleared by the contractor in his normal scope of work in project works as he is required
to study the grounds in advance before applying his tender.

22 The contractor shall take adequate precaution to ensure that no interference is caused to various utility
services, particularly to safety related items like signaling cables, power lines etc., and any breakage of such
utilities will be penalized. For each cable cut causing more than 1 hour of signal /block failures, a penalty of Rs.
50,000/- will be imposed. The contractor shall also take safety measures for the life and property of workmen
or nearby habitants/ houses/property etc., and any loss to the same will be the responsibility of the contractor.

SIGNATURE OF THE TENDERER


118

23 While working close to or alongside the existing railway track, the contractor shall be responsible for
ensuring that no obstruction is caused to safe running of trains either directly or due to interference with the
existing installations. He shall also make adequate arrangement to keep sharp lookout men for trains
approaching to work spot and warn the workmen well in advance.

24 The contractor shall provide strong barricade by the side of existing running lines wherever he is required to
work within 10 m of the existing track centre duly providing steel or wooden logs both vertically and horizontally
along with red/yellow reflective tapes to warn the road vehicle/machinery user and maintain the same till the
track is linked in the stretch. No work is to be carried out alongside the existing running railway tracks without
providing barricading. Special care is required in cuttings, road junctions, busy areas etc. However, such
barricading will be paid for separately in doubling, yard and ROB works.

25 The contractor shall obtain permission from the State Government/Local authorities for using existing roads
whichever required. The contractor can use existing railway roads, if available, without any charges. However,
no road will be made by the Railway and no cost will be accepted by the Railway to facilitate contractor for
movement of his vehicles.

26 No borrow pits shall be dug in close proximity to railway limits, towns, villages etc., except with the prior
permission of the respective authorities concerned so that public health/future development etc., are not
affected.

27 The contractor shall execute earthwork in coordination with other contractors working for bridges, ballast,
track etc., without interfering their work.

28 The contractor shall make his own arrangements for obtaining the license for any explosive materials as
may be necessary including its procurement, transportation, storage, use, disposal etc, and pay all taxes,
levies, royalties, seignorages etc as applicable under the laws of the land at his own cost.

29 For using explosives for blasting, the contractor shall abide by all the Acts / Rules in force by the
Central/State Governments and observe all the provisions, rules, regulations etc as ordered from time to time.

06 30 The contractor shall be held responsible for any loss, damage, injury etc., to public, workmen, property etc.,
caused during the course of his work. Railway will not be responsible for the damage or for paying any
compensation.

31 While clearing obstructions from the alignment, the trees having girth more than 300mm as well as any
building, should be removed with the permission of Engineer-in-charge only and this will be paid separately. All
released and useful materials shall be brought to the stores of the Engineer-in-charge and deposited by the
contractor at his cost.

32 The classification of the earthwork shall be carried out as the work proceeds. The classification of the soils
met within cuttings shall be done by Asst Executive Engineer/Executive engineer/Deputy Chief Engineer of the
work and shall be final and binding on the contractor. No claims or representations shall be entertained by the
Railway in this connection.

33 No extra allowance shall be allowed to cover any settlement or subsidence of the natural ground under
weight of the embankment. The Contractor's rate shall be deemed to cover any eventuality taking into account
the local conditions. The payment for the embankment shall be based on the profile measurements computed
with reference to initial levels recorded before the works are commenced.

34 Payment in all cases of earthwork shall, unless otherwise specified, be based on cross section
measurements. The existing ground levels and completed formation levels as recorded and signed by the
contractor before the commencement of work and after the completion of work respectively shall be the basis
for computation of the final quantity. Payment shall be made on the basis of final/compacted cross section,
subject to a maximum of the standard profile of 6.85 m in embankments and 9.25m in cuttings at top of
formation/blanket level. Earthwork shall be done 500mm extra on either side beyond the above standard profile
in embankment initially, which shall be recorded in the level books or registers and the same shall be cut and
removed after due compaction. This extra width shall not be paid for. Any extra width beyond the standard

SIGNATURE OF THE TENDERER


119

profile of cutting or embankment shall also not be paid for. Any settlement noticed during the maintenance
period shall be made good by the contractor at his own cost. However, wherever specifically approved by the
Chief Engineer-in-charge of the project in advance before execution, width of formation at the top level can be
permitted up to 8.0m instead of 6.85m in case of embankment and 10.0m instead of 9.25m in the case of
cuttings.

35 All tests on soil (cut spoil/Contractor's own earth/blanket materials) for the earthwork/blanketing done in the
field, should be carried out in the contractor's own laboratory under the supervision of railway officials or in the
departmental soil testing lab of the Railway for every 5000 cum for earth work, and every 500 cum for blanket
materials . Initial test including blending of blanketing materials as required has to be done at IIT/Railway Geo
tech lab only. The field tests results shall be periodically got verified through special tests at IIT or Railway Geo
tech laboratory at the discretion of the Engineer-in-charge. In case contractor/Railway facility is not available
for any particular test, the same may be got done from approved technical laboratory with specific approval of
the Engineer-in-charge. All tests shall be done at the cost of the contractor and specified charges for testing by
Railway lab will apply.

36 No CC bill on lump sum basis will be paid without submission of cross sections for the quantities executed
normally. The decision of the Engineer-in-charge is final in this regard. The cross sections shall be as per initial
level recorded and duly filled in for the quantities executed for the particular CC bill.

07 37 While carrying out earthwork in embankment, the soil/blanket testing reports as per the requirement shall be
submitted to railways for technical check with every bill.
38 The mechanical compaction of earthwork specified in the schedule should be done with vibratory rollers
along with other heavy capacity equipments/machinery, vibrating roller shall be available at a rate of one No. of
10-12 t capacity for every 5 Km of earthwork/blanketing area and Railway reserves the right to impose
penalties on the contractors for not maintaining/operating vibrating rollers in the earthwork/blanket sites. In
case other than vibratory roller is used, a reduction of 20% in the compaction rate will be made irrespective of
the density achieved. The use of type of roller used and passes made shall be recorded in the compaction
register by the contractor and shall be certified by the Engineer-in-charge for every CC bill.

39 The contractor shall engage earthwork equipments in proportion to quantum of work to be executed as per
the program chart made by the contractor and signed jointly by him and the Engineer-in-charge with a margin
of (additional) 20% for breakdown, holidays etc. The contractor shall submit list of such equipments also along
with programme chart. The approximate list of such machinery and equipments to be maintained by the
contractor at site is indicated below. For not maintaining such items, Railway reserves the right to impose
heavy penalties proportionate to the rental rates in the market for such machinery at the discretion of the
Engineer-in-charge.

List of machinery and equipments to be maintained at site:-

For every 5 Km of earthwork/blanket in cutting/embankment in New lines, Gauge conversion and Doubling
works and for other major works involving large quantity of earth work ,the contractor shall arrange the
following machinery, till the completion of Earthwork and Blanketing in the stretch.

a) Poclain or JCBs of adequate capacity (Excavator) - 2 Nos


b) Tipper or Lorry of adequate capacity (Dumper) - 10 Nos
c) Spreading Motor Grader of adequate capacity - 1 No.
d) Hydraulic excavator of adequate capacity - 1 No.
e) Rock breaker/ chiseling equipment of adequate capacity- 1 No.
f) Vibrating Roller capacity (10 - 12 t) - 1 No.
g) Bull dozer - 1 No.
h) Drilling/blasting equipments - As required
i) Any other equipments such as total station,
Auto level, other equipment as directed by
the Engineer-in-charge - As required

40 Full formation width at ground level plus additional extra width of 2m on both sides should be cleared of all
obstructions viz., vegetation, trees, bushes, building, fences, abandoned structures etc., and thereafter it should
be dressed and leveled. Depressions if any should be filled with suitable soil duly compacted. Finally, leveled

SIGNATURE OF THE TENDERER


120

surface should be properly compacted by mechanical means to get leveled and uniform ground surface. Any
infringing structures, track etc. shall be removed totally.

41 When bank is constructed on ground having steep slope, then the ground surface should be suitably
benched so that new material of bank gets well bonded with the existing ground surface.

42 Density of compacted soil shall be as per laid down specifications. Where the moisture content of the earth
in any layer is above OMC, it shall be left for drying for a suitable period to bring down the moisture content very
near to OMC before rolling is commenced. If the soil is dry, water shall be sprinkled over the spread layer in
order to attain moisture content near to OMC, before rolling is commenced. Use of hose pipe for sprinkling
water should be avoided. Each layer shall be compacted to the required density over its entire width
commencing from both sides with minimum overlap of 200mm between each run of the roller. Further layer of
soil should be done only after the compaction of the particular layer has been found satisfactory.

08 43 Care shall be taken during the compaction operation, to slope the surface of the bank to facilitate the
shedding and to minimize the absorption of rain water, particular attention being given to prevention of ponding.

44 The quality of work shall be determined by considering the mean density of the samples in each layer. The
mean dry density shall be equal to or shall exceed the minimum specified density. In no individual case shall
the density be less than the minimum value specified by more than 5%; otherwise further rolling shall be done
at all the appropriate locations.

45 The filling over arches and pipe culverts shall be made up simultaneously from both sides. Water proofing
treatment done over these culverts must be kept undamaged and intact during the filling operations.

46 Earthwork in cuttings/embankments of more than 6m height should be carried out after ascertaining stability
of slopes. The design of slope/slope stability shall be carried out as per RDSO guidelines. Contractor shall
make and get the design approved before execution of such cutting/banks.

47 Soil testing in cutting or embankment formation has to be done by the contractor as directed by the
Engineer-in-charge to decide the blanket thickness. Base soil testing shall also be done to decide on the
capacity of the base to carry the formation.

48 Slope, width etc. shall be provided as per laid down specifications, side berms of 2m width shall be provided
at every 6m height in cuttings and embankments with proper drainage arrangements.

49 The top of formation should have cross slope of 1 in 30 from centre of formation to both sides in case of
single line as well as double line and from one end towards cess/drain (single slope) in multiple lines normally.

50 Following category of soils are banned for use in Railway formation

1) Category V
" Organic clays, organic silts, peat, chalk, dispersive soils, poorly graded gravel and sand with uniformity
coefficient less than 2.
" Clays and silts of high plasticity (CH & MH).

2) The blanket material to be provided shall be strictly as per RDSO specifications vide their various guidelines
issued from time to time. The specific parameters to be satisfied shall be as per the description indicated in the
item in schedule for blanketing.

3) The depth of blanketing will be decided as per the type of sub-grade/sub-soil (minimum top 1m thickness)
which may vary from nil to 1m (in case of more than one type of soil in top 1m, the soil requiring higher
thickness of blanket will govern). However, additional depth may be required for heavy axle loads needing
additional blanket as specified by RDSO. The Engineer-in-charge will decide depth of blanketing and
accordingly sub-grade has to be completed upto required level and profile.

51. California bearing ratio test is to be carried out on ground soil, embankment soil, proposed sub-grade and

SIGNATURE OF THE TENDERER


121

blanket material to ensure minimum CBR value of these materials to be used in construction. The test is to be
carried out on soil samples in laboratory as per procedure given in IS 2720 (part 16) - 1987 and in field as per
IS 2720 (part 31).

09 52. Classification of formation for heavy axle loads

Making up of formation has to be carried out up to a level of 1.00 metre below the formation level decided.
Then, soil samples are to be collected at an interval of 500m chainage at a depth of 50cm and 100cm from the
top of formation so far achieved and tested for particle sizes and CBR (California Bearing Ratio) values .
Based on test results, if any soil sample tested at either 50cm depth or 100cm depth is found to be SQ1, then
embankment soil is to be classified as SQ1. Similarly the embankment shall be classified for SQ2 or SQ3 and
this is the classification of the embankment soil at 1.0m depth.

(a) If the soil classification at 1.0m below is SQ1, a blanket thickness of 1.0m is required.
(b) If the soil classification at 1.0m below is SQ2, a blanket thickness of 0.75m is required and balance is
to be filled with good soil.
(c) If the soil classification at 1.0m below is SQ3, a blanket thickness of 0.60m is required and balance is
to be filled with good soil.

53 EARTHWORK - CUTTING -
AUTHORITY FOR CLASSIFICATION OF SOILS

53.1 The classifications of soils in excavation shall be decided by the Engineer-in-charge and his decision shall
be final and binding on the contractor. Merely the use of explosives in an excavation will not be considered as a
reason for higher classification unless blasting is clearly necessary in the opinion of the Engineer-in-charge.

53.2 Cutting in formation, side drains, etc. shall include any wet excavation that may be met with and no extra
payment will be made for this wet excavation or bailing out water with or without mechanical means or for any
other precautions of work, which may be found necessary during the course of execution for the items covered
under relevant annexure. The rate shall be final even if any springs of water are met with.

53.3 Excavation for foundation/foundation works, etc. shall include any wet excavation that may be met with
and will be paid for under respective items of BSR/USSOR, for the wet excavation or bailing out water with or
without mechanical means or for any other precautions of work which may be found necessary during the
course of execution. Even if any springs of water are met with, NO EXTRA PAYMENT will be made other than
respective items mentioned in the BSR/USSOR.

53.4 Whenever excavation for catch water drain is ordered, the excavated spoils should be spread,
consolidated and sectioned to the required profile to form a bund on the downhill side of the catch water drain.
Payment for excavation shall be made under the relevant items of BSR/USSOR as the case may be, and no
extra payment shall be made for consolidation and sectioning to profile for forming bund and catch water drain.

53.5 No separate payment will be made for site clearance or jungle clearance or shrubs clearance, brush
wood, gross or other obstructions including small trees of girth not exceeding 30cm, either in connection with
cuttings or banks or bridges etc. and the rates accepted in this contract are deemed to include all such costs
except dismantlement of structure if any which will be paid for suitably under BSR/USSOR as per the
percentage agreed under relevant Annexure.

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

10 1.0 SUPPLY OF CEMENT FOR VARIOUS WORKS :

1.1. Cement to be used on the works shall be procured from the main and reputed cement manufactures or
from their authorised dealers only.

SIGNATURE OF THE TENDERER


122

1.2. Cement bags preferably in paper bags packings should bear the following information in legible markings
as per relevant specifications.

i) Manufacturer's name.

ii) Registered Trade Mark of manufacturer, if any.

iii) Type of cement.

iv) Weight of each bag in Kg.

v) Date of manufacture, generally marked as week of the year/year of manufacture, eg. 30/11 which means
30th week of 2011.

1.3. The cement supplied at site for the work shall be stored as per relevant specifications. Railway at the
discretion of the Engineer in charge ,reserves the rights to reject any cement on condition of storage, packing
or material condition .All cement brought to site shall be kept in covered temporary shed. Any temporary
structure required for storage of cement, steel etc, has to be provided by the contractor at his cost and this
should be removed after completion of the work. The Railway will only provide suitable land for construction of
the above temporary shed free of cost. Double lock arrangement (Contractor and Railway) for the temporary
stores shed should be provided by the contractor at his cost .The security, insurance & maintenance are the
responsibility of the contractor at his cost. Railway reserves the right to enter store shed and check the quality
and quantity of cement available at any time. The contractor shall not use the cement rejected by engineer in
charge and remove them from the railway area immediately.

1.4. Empty cement bags would be the property of the contractor and shall be disposed off by the contractor
himself. However, in case the railway is in need of empty cement bags, good and usable empty cement bags
are to be supplied by the contractor, at the rate of Rs.2/-per bag for empty cement gunny bags and
Rs.1.40 per bag for empty cement polythene/paper bags.

2.0 SPECIFICATION FOR CEMENT :

2.1 .The cement used shall be any of the following, as per the approved drawing and specification and shall
have the prior approval of the Engineer-in-charge.

(i) 33 Grade Ordinary Portland Cement conforming to IS:269


(ii) 43 Grade Ordinary Portland Cement conforming to IS:8112
(iii) 53 Grade Ordinary Portland Cement conforming to IS:12269
(iv) Rapid Hardening Ordinary Portland Cement conforming to IS:8041
(v) High Strength Portland Cement conforming to IRS:T:40.
(vi) Portland stag cement conforming to IS:455 (See Note 1 & 4 below)
(vii) Portland Pozzolana Cement conforming to IS:1489 (See Note 2 & 4 below)
(viii) Sulphate Resistance Cement conforming to IS:12330 (See Note 3 below)

11 Note 1 : Normally,only Ordinary Portland cement shall be used in Prestressed concrete construction.Portland
slag cement conforming to IS:455 may be used for prestressed concrete work, provided slag content in cement
is not more than 50%and if approved by the Engineer-in-charge.
Note 2: Portland Pozzolana cement shall not be used for RCC & PSC works. Portland Pozzolana cement can
be used only for foundation concrete and concrete works in bridge structures where reinforcement is not
provided for structural strength but is provided only as nominal for temperature stresses etc. When Portland
Pozzolana cement is used, supporting form work shall not be removed till concrete attains atleast 75% of the
design strength.
Note 3: The sulphate resisting cement conforming to IS:12330 shall be used only in such conditions where the
concrete is exposed to the risk of excessive sulphate attack e.g. concrete in contract with soil or ground water
containing excessive amount of sulphate. It shall not be used under such conditions where concrete is exposed
to risk of excessive chlorides and sulphate attack both.

Note 4: The rate of development of strength is slow in case of blended cement i.e. Portland Pozzolana cement

SIGNATURE OF THE TENDERER


123

and Portland stag cement, as compared to ordinary Portland cement. This aspect should be taken care while
planning to use blended cement. Accordingly stage of prestressing, period of removal of form work and period
of removal of form work and period of curing etc. should be suitably increased Prior approval of the Engineer -
in-charge shall be available for such works based on proper design and technical report submitted by the
contractor.

2.2 TEST CERTIFICATE REGARDING QUALITY OF CEMENT :

2.2.1. Necessary manufactures test certificates will have to be produced by the contractor for the cement
supplied at site as per relevant IS coodes.The contractor shall produce the manufacturers test certificate for
each lot of supply satisfying the requirements of relevant IS specifications and at the specific frequency as laid
down in relevant specifications.

2.2.2. The contractor shall also arrange to carryout additional tests on physical properties of cement for every
100 metric tonne (t) of cement and for every change in lot/batch for cement at his cost at recognised/approved
laboratory. In addition The contractor shall also arrange to carryout tests on total chloride content and sulphate
content in cement as per relevant IS.Codes from approved/ recognised laboratory for every 100 MT of cement
supply under the contract at his cost any additional tests, if required by the railway arranged by the contractor
,however the cost of same will be bone by the railway.. The results shall be submitted to the Railway and
approval taken of the Engineer-in-charge before using in work. No extra payment will be made for conducting
such tests and the agreemental rate is inclusive of above testing charges.

2.2.3. Further, Railway reserves the right to obtain specimen of the material and get tested before it is put to
use in recognised/approved laboratory and the cost of testing shall be borne by the contractor, whenever
directed by the Engineer-in-charge. The Engineer-in-charge reserves the right of selecting specimen at his own
discretion.

2.2.4.Tests on Cement shall be as per IS 4031. Additional tests as required in Para 2.2.2 & 2.2.3 may be
carried out for the properties as under -

i) Compressive strength.

ii) Initial and final setting time.

iii) Consistency.

iv) Soundness.

v). Fineness

vi).Total chloride content This shall in no case exceed 0.05 percent by mass of cement also, total sulphur
content calculated as sulphuric anhydride (SO3) shall in no case exceed 2.5 percent and 3.0 percent when tri -
calcium aluminates percent by mass is up to 5or greater than 5 respectively.

vii).any additional tests as required.

12 TECHNICAL SPECIFICATIONS AND SPECIAL CONDITIONS


FOR SUPPLY OF REINFORCEMENT AND STRUCTURAL STEEL

1.0 SUPPLY OF STEEL FOR VARIOUS WORKS :

1.1 Supply of steel to various specifications as required under various schedules in the contract are governed
by the Technical specifications and Special conditions hereunder, and the steel supplied and used will be paid
under the relevant schedule (for Supply of steel) in the contract for use under Schedule "A" (Standard
Schedule Rates (SOR) items) or any other schedules involving PCC, RCC and PSC construction as specified.

1.2 All steel shall be supplied by the contractor at the site of work and stacked, stored, protected and
maintained by him at his cost till they are put into use. However, Railway reserves the right to supply
departmental steel to the extent available which shall be transported by the contractor from depot to the work

SIGNATURE OF THE TENDERER


124

spot. Payment towards such transportation will be made under relevant item of the Standard Schedule of Rates
of the Railway, Payment for cutting, fabrication etc, done on the Railway's steel will also be made as per the
SOR. Any temporary structure required for storage of steel etc. has to be provided by the contractor at his cost
and should be removed after completion of the work. The Railway will only provide suitable land for
construction of the above temporary shed etc. free of cost wherever available. The steel supplied for works
shall be painted and stored as per Railway's specifications and guidelines at the cost of the contractor.

1.3 For supply and use of steel in various works, relevant IRS codes, BIS specifications and Railway's
specifications will be applicable and wherever relevant specifications are not available, decision of the
Engineer-in-charge is final and binding on the contractor.

2.0 SPECIFICATIONS FOR STEEL:

2.1 The steel supplied by the contractor must satisfy any of the following material/manufacturing specifications
as required for the work along with other concerned specifications.

(i) The reinforcement steel shall be high yield strength deformed steel conforming to IS 1786 (upto date) (TMT)
and in case of mild steel rods it shall conform to IS 432 (Part-I upto date) and as specified. The steel to latest
code and of latest manufacturing technique, as approved, shall only be made available always by the
contractor.
(ii) The structural steel shall be conforming to IS 2062 (upto date) and as specified.
(iii) HTS wires/strands shall be conforming to IS 14268 (upto date) and as specified.
(iv) Relevant other IS and IRS specifications with regard to properties, testing and use of the above steel items
shall also govern.

(v) Only steel of grades of 415Fe or 500Fe or 550Fe shall be used as reinforcement steel in all railway
construction as specified in the approved drawings and as provided for in the schedule items in the agreement.
For bridge construction, 500Fe or 550Fe is preferable and shall be as provided for in the approved drawings. In
case of non availability of a particular grade of steel, alternative available may be arranged and used by the
contractor only with the approval of the Chief Engineer -in -charge of the project.

13 2.2 The contractor shall produce the manufacturers test certificate for each lot of supply satisfying the
requirements of relevant IS specifications and at the specific frequency as laid down in relevant specifications.

2.3 The contractor shall also arrange to carryout additional tests on physical properties of steel for every 100
metric tonne (t) of steel and for every change in lot/batch for structural steel at his cost at recognised/approved
laboratory. For HTS wires and strands, contractor shall arrange to test the steel at a rate of one test per 3
metric tonne (t). The same shall be submitted to the Railways and approval taken of the Engineer-in-charge
before using in work. No extra payment will be made for conducting such tests and the agreemental rate is
inclusive of above testing charges.

2.4 Further, Railway reserves the right to obtain specimen of the material and get tested before it is put to use
in recognised/approved laboratory and the cost of testing shall be borne by the contractor, whenever directed
by the Engineer-in-charge. The Engineer-in-charge reserves the right of selecting specimen at his own
discretion.

3.0 PROCUREMENT OF STEEL :

3.1 All reinforcement & other steel (TMT etc.,) shall be procured as per relevant BIS documents only. These
steel shall be procured only from those forms which are Established , Reliable, Indigenous & Primary producers
of Steel, having Integrated Steel Plants (ISP) using iron ore as the basic raw materials and having in - house
rolling facilities, followed by production of liquid steel and crude steel as per Ministry of Steel's guidelines.
Normally all steel for construction purpose shall be procured from the main/reputed producers such as
SAIL/IISCO/RINL directly or through their authorised stockists. Deformed bars or wires produced by re-rolling
of finished products such as plates, rods, rails etc, in any form, which are not acceptable under IS 1786 (upto
date) or other IS specifications, shall not be supplied and the same shall be summarily rejected. Steel supply
by other producers, stockists etc., shall also be summarily rejected. In case of steel supplied from any other
source (approved ISPs) other than the above approved producers and if the same are used in works, such

SIGNATURE OF THE TENDERER


125

works will be rejected at the cost of the contractor and if used in specific circumstances with the specific
approval of the concerned Chief Engineer, subject to condition that the testing frequencies shall be double of
that as indicated in para 2.2 to 2.4 above, the same will be paid only at 80% of the agreed rates subject to its
passing all the test requirements of the relevant steel specifications in the tender.

3.2 The contractor shall have to submit the cash memo and challans along with the lot/batch of steel purchased
in token of proof of purchase of steel from reputed producers/stockists. Steel shall be approved by Engineer-in-
charge only after production of necessary certificates before use in works.

4.0 PAYMENT FOR REINFORCEMENT, HTS, STRUCTURAL STEEL :

4.1 Payment for supply of all types of steel will be made for the quantity required/used as per the specification
for materials of Southern Railway and as per drawings issued from time to time and as per approved designs
and as measured quantity in pre-stressed concrete/reinforced concrete/ordinary cement concrete works. No
payment will be admissible for quantity supplied in excess of the required quantity as per designs/drawings.
However, contractor will be permitted to take the excess quantity back by his own means, but no claim for
payment for transportation so involved will be admissible. No payment will be made for more supply of steel at
the site/excess used in construction. No payment will be made for steel used in temporary or enabling works
unless explicitly provided for in the schedules. Steel for enabling/temporary works shall be arranged by the
contractor at his own cost.

14 4.2 Payment for reinforcement steel will be as per reinforcement actually utilised in the work based on
approved designs/bar bending schedule. Payment for HTS will be made for the length between the bearing
plates in the pre-stressed structures as used only. Structural steel will be paid for the weights of steel work
calculated from final working drawings and using minimum square overall dimensions, no deductions being
made for skew cuts, holes or notches. The drawing office dispatch lists (D.O.D.Ls) when prepared according to
above procedure shall be the basis and shall be submitted by the contractor to the Engineer-in-charge for
approval. Each gusset shall be measured as equivalent to the dimension of the smallest enclosing rectangle.
The wastage of steel in the form of cut rods, wires, sections etc., shall be the property of the contractor and
nothing extra will be paid for such wastage. The weight of the steel will be calculated from the nominal weight
as per relevant IS specifications or the actual unit weight whichever is less. GI wire or other binding material
used in construction are not eligible for any payment. In case of any difference in use of steel between the
approved drawing and as followed in the field due to reasons like non availability etc.,the steel actually used or
that as per approved drawing and as approved by the Chief Engineer- in-charge, which ever is less only will be
paid .In case a particular size or quality is not available in the market and if the contractor proposes to use a
different size or quality , he shall submit necessary design along with technical report and obtain prior -
approval of the Chief Engineer-in-charge before actual use and the size/quality as used only will be paid. No
extra payment for design etc. will be made however.

4.3 Any steel work the weight of which differs by more than 2.5% from the calculated weight determined from
the nominal weight of the sections shall be liable for rejection. Should the actual weight fall short of the
calculated weight for more than 2.5%, the material if accepted, will be paid for the actual weight only. Should
the actual weight exceed the actual calculated weight, payment will be made for calculated weight only. In the
event of a dispute arising as to the weight of a portion of steel work, a weighment shall be made by the
contractor at his cost in the presence of the inspecting Officer/Engineer and the decision of the Engineer-in-
charge is final in this regard.

4.4 The cutting, bending and placing of reinforcement or other types of steel shall conform to relevant IS/IRS
codes and instructions on detailing of reinforcement or other types of steel as directed by Engineer-in-charge.
Cost of cutting, bending and placing is included in the rates as provided for in the agreement.

4.5 Payment for reinforcement steel overlap will be as per actual and will be limited to a maximum of 2.5% of
the total consumption of steel irrespective of whatever overlap provided actually. Overlaps as required shall be
provided and unauthorised overlaps will not be paid for. Overlaps in critical locations shall not be permitted at
all.

15 4.6 STAGE PAYMENTS - PROTECTION ARRANGEMENTS.

4.6.1 Stage payment as provided for in the contents for steel will be released subject to the following :

SIGNATURE OF THE TENDERER


126

i) The steel shall be delivered at site and properly stored under covered sheds in measurable stacks and
separately maintained for various sizes, sections and dates of supply.

ii) The quantities of steel shall be brought to the site only in such instalments that would facilitate smooth
progress of work and consumed in reasonable time and is restricted to 30% of the agreement quantity at a
time. The payment will be restricted to a maximum of 30% of the schedule quantity at any point of time.

iii) Proper accountal in the Steel Register is to be maintained in the prescribed format at the site for the receipt
and use of the steel.

iv) The stage/advance payment will be made, only when the Engineer-in-charge or his authorised
representative certifies that the said quantity of steel is received at site and entered in the register and that in
his opinion the steel is actually required in accordance with the contract.

v) No stage/advance payment is permitted for steel required for temporary and enabling works.

vi) Any stage/advance payment found to have been made against the materials brought to the site in excess
over the actual materials consumed in work shall be recovered from the contractor's dues.

vii). Steel brought to site and stage/advance payment made shall not be wasted, damaged, removed or moved
by the contractor at any stage and if found out at any stage, in addition to the recovery of the amount already
paid, a penalty of 25% of the cost of the material shall also be deducted from the contractor's dues or the same
shall be adjusted form his Bank Guarantees available with the Railway. Any misuse/theft/unauthorised removal
from site is liable to be taken up as a criminal offence against the Railway.

16 5.0. OTHERS :

5.1 Steel, reinforcement and other types, shall be stored in such a way so as to avoid distortion and to prevent
deterioration by corrosion. All steel used should be free from loose Mill scale, loose rust, paints and oil
covering/coating etc. Reinforcement steel brought to site of work should be given a coat of cement wash to
prevent ingress of corrosion, at contractor's own cost as directed by the Engineer-in-charge. Storage, coating,
painting, handling etc., shall be done as per Railway specifications/guide lines.

5.2 Steel material, for which stage payment has been availed by the contractor, shall be property of Railways
and will be issued to contractor by Engineer-in-charge whenever required for the work. However, the contractor
shall be solely responsible for guarding against theft/misuse of the consignment due to any cause whatsoever.
The stage payment will be made, only when the Engineer-in-charge certifies that in his opinion that the
materials are actually required in accordance with the contract. It is the responsibility of the contractor to ensure
that steel as per the requirement is brought to site as per approved drawings/requirements.

5.3 The contractor shall be bound to store materials at site of work earmarked for the purpose by the Engineer-
in-charge and shall not remove from the site nor use for any other purposes other than exclusively for
execution of the work for which the materials are intended for.

5.4 Welding of reinforcement will not be generally permitted except in special circumstances under the written
approval of the Engineer-in-charge.

5.5 Contractor shall remove from site any steel materials as rejected by the Engineer-in-charge within
reasonable time as specified by him.

5.6 A register shall be maintained by the contractor with full details of reinforcement provided for accountal and
payment of steel reinforcement. The contractor should sign a similar register maintained by Railway before
undertaking concreting works, as a token of acceptance of the details of reinforcement steel provided in works,
failing which the details as recorded by Railway are binding on the contractor for the purpose of payment and
no dispute will be entertained by Railway on this account.

5.7 The pre-stressing steel shall be used not later than 6 months from the date of manufacture or 3 months
from the date of arrival at site. Reinforcement steel and all other steel shall not be older than 12 months from
the date of manufacture or 6 months from the date of arrival at site. Wires/strands shall be supplied/brought to
site in reels or in reel-less packs having a minimum core diameter of 600mm. The coil shall be securely

SIGNATURE OF THE TENDERER


127

strapped to prevent distortion in transit and handling.

5.8 Stock piling of pre-stressing steel in the open at the work site shall not be allowed under any circumstances,
special care shall be taken by the contractor to store the HT steel under suitable covered shed as approved by
the Engineer. The Engineer/his representative shall always have an easy access to store yard for inspecting
the HT steel for satisfying themselves regarding the condition thereof. Any modification/protection suggested by
them shall be scrupulously followed by the contractor.

5.9 In addition to manufacturer's certificate, the acceptance of HT steel shall be subjected to the independent
testing of steel for the following characteristics by the contractor at his cost.

(a) Mechanical properties like diameter, mass of strand.


(b) Ultimate tensile strength and lead extension curves, yield point, proof stress and modulus of elasticity.
(c) Elongation after fracture.
(d) Relaxation after 1000 hour test.

5.10 Before the test pieces are selected, the contractor shall furnish copies of the mill records of the HT steel
giving number of coils in each cast with sizes and identify marks to enable identification of the material with the
bill produced.

17 6.0 . Corrosion treatment to reinforcement steel:

6.1 Fusion bonded epoxy coating


Fusion bonded epoxy coating is to be done as per IS:13620 and Indian Railways Unified Standard
Specification(Chapter No:4).

6.2.Polymer coating as per CECRI:-.


For CECRI Type of polymer coating for Reinforcement bars specification as per CECRI circulated wide this
office Letter No: W.262/III/82/CN/General policy /Cement &steel dt: 22.07.2013 to be followed .

6.3.Frequency of test.
1).Coating thickness to be checked in the frequency of not less than one full length of bar for every 20 bars.
2). Continuity of coating to be checked by testing of one full length of bar for each size for every 20 bars.

3).Adhesive testing of fusion bonded bars coating shall be evaluated by bending coated bars to 120 degrees
around a mandrel.

CECRI type polymer coated bars are to be bent to 180 degrees instead of 120 degrees.

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

18 SPECIAL CONDITIONS FOR PRESTRESSED, REINFORCED AND PLAIN (MASS) CONCRETING

1.0 General

1.1 Codes & Specifications: Concreting shall be done as per relevant latest specifications and as per the
special conditions for concreting. The following codes/ specifications govern.

i) Indian Railways Concrete Bridge Code and Bridge Rules.

ii). Indian Railways Unified Standard Specification (2010) and Southern Railway
Specification for Works and Materials (1969) wherever applicable.

iii). Relevant BIS specifications .

iv) Technical specifications attached to tender documents.

v). Special conditions attached to tender documents.

SIGNATURE OF THE TENDERER


128

vi). Other important codes/ specifications given below will also apply wherever
required.

a) IS:456 - Code of Practice for Plain and Reinforced concrete.


b) IS:1343 - Code of Practice for Prestressed concrete.
c) IS:383 - Specification for Coarse and Fine aggregate from natural sources for
Concrete. (PSC)
d) IS:2116 - Specification for sand for Masonry Mortars.
e) IS: 2386 - Methods of test for Aggregates for concrete.
f) IS: 2430 - Methods of sampling of aggregate for concrete
g) IS:10262 - Code for concrete mix design.
h) IS: 4926 - Specification for Ready Mixed Concrete.
i) IS:1786 - Code for High Strength Deformed Steel Bars and Wires.
j) IS: 432 - Specification for Mild steel and Medium tensile steel bars and hard
drawn steel wire.
k) IS: 1785/IS: 6006/IS: 2090/IS: 14628 for Pre-stressing steel.
l) IS: 269 - 33 Grade OPC
m) IS: 8112 - 43 Grade OPC
n) IS: 12269 - 53 Grade OPC
o) IS: 9103 - Admixtures

Railways Concrete Bridge Code shall apply strictly in case of railway bridges unless specifically asked for by the
Engineer - in - charge. IS 456 normally will apply for other structures.

1.2 Only specified and approved materials of appropriate specifications shall be used in concrete. The
materials/ products shall be tested as per specifications and all records maintained by the contractor. Railway
reserves the right to reject the material/ product if not tested or recorded and also further reserves the right to
impose penalty/ recovery at the discretion of the Engineer-in-charge. Railway also reserves the right to reject
any finished concrete product if the results of the tests prove negative at any stage.

1.3 All concrete i.e. plain/ reinforced cement concrete/ pre-stressed concrete shall be machine mixed and
vibrated unless otherwise permitted by the Engineer-in-charge. Curing/Vibrating of the concrete and R.C.C.
works shall be done by the contractor as specified in relevant I.S. codes. Test cubes shall be cast at regular
intervals as contemplated in specifications with appropriate sampling duly following the acceptance criteria and
tested to ascertain the strength of concrete in time to ensure quality of concrete at all the times. The contractor
shall establish cube testing equipment at or near the site of work or as specified at his cost. The cost of casting
of cubes and their testing shall be borne by the contractor.

19 1.4 Curing shall be ensured by the contractor as prescribed in all cases. Adequate vibrating also shall be
ensured by the contractor in all cases. No concrete shall be allowed without vibrating except under water
concreting or Tremic concreting. Both internal and external vibrators as required to achieve quality shall be
arranged by the contractor. In case the contractor desires to use a curing membrane instead of water curing,
he may do so after submitting the necessary technical data and after the same is approved by the Engineer-in-
charge. Admixtures can be used after obtaining approval of the Engineer-in-charge. It shall be noted that no
additional payment would be made for curing/ placing/ vibrating/ use of admixtures unless otherwise provided in
the schedule of the agreement and the contractor should make his own arrangements for the provision of
necessary staging/scaffolding, power supply/ water supply, etc., and carryout curing/ placing/ vibrating/ use of
admixtures at all levels as directed by the Engineer-in-charge.

1.5 If curing is not being done to satisfactory standards, the Engineer may get it done at the contractor's cost
without any notice to him as the curing cannot wait for any such notice, time etc. The Engineer's decision shall
be final and binding as to whether satisfactory curing is being done or not. The cost of curing will be recovered
from the 'on account bills'.

1.6 Water used in concrete including washing of aggregate shall be clear from oils, acids, alkalis, salts, sugar,
organic materials, etc., and shall have PH value not less than 6. It should not contain corrosion causing
chemicals such as chlorides and sulphates. Total chloride content by weight of cement shall not exceed 0.06%
in PSC under extreme or very severe environments, 0.10% in severe or moderate or mild environment and
0.15% in RCC works.

SIGNATURE OF THE TENDERER


129

1.7 Measurement of concrete work done will be based on finished concrete work as per approved plans. No
measurement shall be done for green concrete and wastages.

1.8 The contractor shall make his own arrangements for the required binding wire for all RCC/ PSC works
including the works under BSR items, even if it is mentioned otherwise in the BSR or other items of schedules
in the contract.

1.9 Use of Portland Pozzolana cement is permitted only in CC and non critical RCC works. Use of Pozzolana
cement is strictly not permitted in PSC works.

1.10) Use of Crushed Stone fine aggregate in lieu of river sand:


i) For all mortar, PCC, RCC & PSC works, river sand of appropriate specifications only is
permitted normally. Fine aggregates obtained from crushed granite stone is permitted for mortar ,PCC and light
RCC (upto Mix M 35) elements only. For heavy RCC and PSC elements, only river sand shall be used.
Materials from other type of stones are not permitted. Crushed stone fine aggregate shall conform to IS:383/
IS::2386 (Part-I) /IRUSS 2010 (para 26.1.3). It shall be hard, durable, chemically inert, clean and free from
adherent coatings, organic matter, etc. and shall not contain any appreciable amount of clay balls or pellets and
harmful impurities. Marine aggregate shall not be used in concrete for any structure .
ii) Fine aggregates obtained from crushed stone to be tested for physical properties every week during the
course of work or whenever the source is changed. Initial tests on crushed stone fine aggregate shall be test
checked by the Dy.CE in charge personally.
iii) Use of crushed stone fine aggregate should be discouraged as proven results are not available yet. Unless
a tender is called with use of crushed stone fine aggregate exclusively, for use of crushed stone fine aggregate,
a reduction of 08% (eight percent) of the quoted rate shall apply.

20 2.0 Mix design:

2.1 Mix design shall be provided by the contractor at his cost and after due testing and approval from the
Dy.CE-in-charge, concrete shall be made by the contractor. No extra payment would be made for the mix
design or testing. Control over adjustment of water to be added to concrete is to be necessarily exercised to
achieve the required targeted strength of concrete by accounting for surface moisture present if any or lack of
moisture at surface dry condition in the coarse/fine aggregates at any stage.

2.2 For M.20 or higher grade with design mix, quantity of cement will be decided based on the DESIGN MIX.
For concreting under water 10 % extra quantity will be allowed. For lower grades, if required, nominal mix may
be permitted if provided for in the schedules/ drawings, and if so, the cement schedule of Southern Railway will
apply.

2.3 Apart from testing of Cement & Steel used in concrete, the water, fine and coarse aggregates and
admixtures if any shall also be got chemically tested from time to time by the contractor at his cost for ensuring
proper quality as per required standards. The results in original shall be submitted to the Engineer - in - charge
and approval obtained to use these ingredients.

2.4 Workability of concrete using crushed stone fine aggregate is very low compared to that of concrete made
with river sand. Hence, for use of crushed stone fine aggregate, mix design should be rigorous to see the
effect of maximum water cement ratio before adoption in construction. Setting of concrete with crushed stone
fine aggregate is generally faster and may cause surface crack problems. Early curing and protection of fresh
concrete apart from water absorption corrections are needed.

2.5 The finalizing / approval of mix design does not absolve the contractor of the responsibility of providing
required concrete and results at any stage.

3.0 Contractor's Batching Plant/ Mixing plant requirements:

3.1 All concreting shall be mixed with power driven concrete mixers of appropriate capacity for the work. All
concreting works should be carried out by proper batching/mixing plants of approved designs. For all major
concreting such as PSC girders concreting or for any major bridge (including ROBs/RUBs) involving more than
2000 cum. of PSC/ RCC/ CC or for a group of minor bridges involving more than 2000 cum. of RCC/ CC in

SIGNATURE OF THE TENDERER


130

any reach/ agreement, a computerised weigh batching/mixing plant with provision for automatic weighing and
automatic print out of records with power supply is mandatory to be established at site. In addition, in case of
failure or non-availability of such batching /mixing plants, alternative stand by arrangements with weigh
batching for ensuring continuous concreting, particularly for PSC/Piling works, has to be provided by the
contractor at his cost.

3.2 For concreting done without the approved plants for the above, but with the specific approval of the
Engineer in charge, including using RMC brought from out side manufacturers, payment at 90% of the
accepted rates only shall be admissible.

3.3 For smaller works such as small number of PSC slabs (less than 9.14m spans) or ROB/RUBs or minor
bridges, smaller weigh batching/ mixing plants (RM 800 type) will be permitted by the Deputy Chief Engineer at
his discretion. For CC works of smaller nature, ordinary power operated mixers with manual batching will be
permitted by the Engineer in charge at his discretion.

21 4.0 Setting up of concrete testing facilities:

4.1 The contractor shall set up at his cost for each agreement/ reach with concrete value more than Rs. 2.0
crores and/or for each work involving concreting in PCC, RCC and PSC structures exceeding 2000 cum of
concrete, a fully equipped concrete testing facility with the following equipments at the project site.

i) Equipment for concrete mix design. = 1set


ii) Cube testing machine (of adequate capacity) = 1set
iii) Water testing setup to IS 456-2000 & IS 3025-1964 = 1No
iv) Fineness test of cement as per IS Code = 1set
v) Consistency & soundness tests as per IS Codes = 1set
vi) Initial and final setting time tests.
a). Vicat apparatus = 1set
b). Balance to weigh 1000gms = 1set
c). Gauging trowel as per IS = 1set
vii) Workability test (slump test as per IS)
a). Slump cone = 1 No
b). Tamping rod = 1 No
viii) Sand bulkage testing apparatus = 1No

ix) Oven / stove and frying pan = 1 set


x) IS set of sieves with base top lid 20mm, = 2 sets
19mm, 10mm, 4.75mm, 2mm, 600mic.,
212mic., 75mic.,
xi) Sieves of size 80mm, 63mm, 50mm, 40mm, 31.5mm, 25mm, 16mm, 12.5mm,
6.3mm, 3.35mm, 2.36mm, 1.18mm,150mm, 7.5mm. = 2 sets
xii) Hand operated sieve shaker = 1 No.
xiii) Balance
a) Pan balance - 10 kg. Cap. (with 1.0gm least count) =1 No.
b) Electronic balance 500gm capacity (with 0.1gm least count) =1 No.

xiv) Necessary consumables such as brush etc.

4.2 The contractor shall also arrange to conduct any other tests as required by the Engineer - in - charge at his
cost.

4.3 For other works involving lesser volumes, the contractor is at liberty to set up the above facility or
alternatively can get the tests done by reputed & approved institutions / laboratories at his cost.

4.4 For any reason, if it becomes necessary to get the tests done outside due to failure or non-availability of any
test equipments at project site, the same may be accepted by the Railway. However, Railway reserves the right
to impose penalties proportionate to the hire charges of the plant/machinery/tools and recover the same from
the on account bills of the contractor at the discretion of Engineer - in - charge.

SIGNATURE OF THE TENDERER


131

5.0 Ready Mixed Concrete:

5.1 Ready Mixed Concrete (RMC) produced by completely mixing cement, aggregates, admixtures, if any, and
water at a Central Batching and Mixing Plant and delivered in fresh condition at site of construction is
permitted subject to conditions specified under relevant specifications and special conditions. Ready Mixed
Concrete shall conform to the specifications of concrete, as laid down in the Indian Railways Concrete Bridge
Code and for other aspects which are not covered in this code, IS 456 and IS:4926 (Specification for Ready
Mixed Concrete) will apply.

5.2 Effect of Transit (Transportation) time on Ready Mixed Concrete is important. As Ready Mixed Concrete is
available for placement after lapse of transit time, reduction in workability occurs, which may leads to difficulty
in placement of concrete. In addition, in case of longer transit time, initial setting of concrete may also take
place, which may render it unusable. Thus, while planning for using of Ready Mixed Concrete, these aspects
should be reported by the contractor in advance and approval by the Engineer-in-charge should be taken.

22 5.3 Checking suitability of admixtures is also important. Generally admixtures, like water reducing agent,
retarder etc., are used in Ready Mixed Concrete for retention of desired workability and to delay setting of
concrete. In such cases where admixtures are permitted, admixtures should be tested for their suitability as
per IS:9103 at the time of finalizing mix design. Records of all the tests carried out to judge the suitability of
admixture, shall be furnished by the RMC manufacturer to Railways and got approved before use. Workability
test and setting time test along with compressive strength/ flexural strength tests at 7 and 28 days shall be
carried out under the supervision of Railway's representative for acceptance wherever required.

5.4 Quality Control of RMC is very important. The producer of RMC shall adopt quality assurance programme
duly approved by Railways. He shall have necessary tests conducted periodically to ensure quality control at
each stage during production of concrete.

5.5 RMC manufacturer shall allow the Railway official to supervise operation involved in concrete production,
materials proposed to be used and take samples of materials used. The contractor shall arrange for the same
whenever required. RMC manufactures shall allow Railway officials to peruse the past and present records of
the concrete produced for the work if considered necessary.

5.6 The Ready Mixed Concrete shall be transported in concrete transit agitator mixers, conforming to IS:5892
(Specification for concrete transit mixers and agitators). Agitating speed of the agitators during transit shall not
be less than "2" revolution per minute and not more than "6" revolution per minute.

5.7 Time Period for Delivery of Concrete is very important. The concrete shall be delivered completely to the
site of work within 1.5 hours (when the atmospheric temperature is above 20 Degrees Centigrade) and within 2
hours (when the atmospheric temperature is below 20 Degree Centigrade) of adding water to the dry mix of
cement and aggregate. In case, location of site of construction is such that this time period is considered
inadequate, increased time period may be specified provided that properties of concrete have been tested after
lapse of the proposed delivery period at the time of finalizing Mix Design and approval taken.

5.8 Concrete received after the transit time limit as specified above shall not be accepted. Concrete shall be
placed in position within the designed initial setting time. At the end of initial setting time, the left over portion of
concrete, if any, shall be rejected.

5.9 Under any circumstances, re-tampering (i.e. addition of water after initial mixing) and/ or vibrating already
laid concrete shall not be allowed.

5.10 The concrete shall be tested for the required workability and strength at the time of placement. Concrete
shall be deemed to satisfy the strength requirement when it fulfils the criteria laid down in IRS Concrete Bridge
Code clause 8.7.6.

5.11 After arrival of Ready Mixed Concrete at site, additional dose of admixture, if provided for in approved mix
design, can be added in the presence of Engineer-in-charge.

SIGNATURE OF THE TENDERER


132

6.0 Pumping of concrete work will be required in cases where long lead or height at site will be involved and the
contractor shall make arrangements for pumping / washing etc., at his cost unless provided for separately in
the schedules.

23 7.0 For all pre-stressing requirements, clauses under Para 7.2 of Indian Railways Concrete Bridge Code shall
apply strictly. Only approved and Railway permitted materials such as Anchorages, Sheathing, Jacks, etc.,
supplied by reputed suppliers will be permitted. The cost of the anchorages, sheathing and other connected
materials and the cost of pre-stressing operations including that of machinery and consumables are included in
the accepted rate for concreting. HTS wire/ rods above will be paid for separately as provided for in the
schedule.

8.0 The contractor shall arrange adequate equipment for pre-stressing and carry out pre-stressing without
delay. He shall also arrange standby arrangements for items like jacks, anchorage/ sheathing materials
adequately in case of failure of the materials during casting/ tensioning.

9.0 The contractor shall provide a clear & acceptable scheme of casting/ curing/stressing/ grouting of PSC
element and also special RCC elements to avoid chances of failure or rejection.

10.0 The following tables from IR concrete bridge code are appended below for ready reference:

(i) Limits for maximum WATER CEMENT RATIO for Design Mix shall be based on environmental conditions as
per the table given below:-

--------------------------------------------------------------------------------------------------------------
Plain Concrete Reinforced Concrete Pre-stressed Concrete
(PCC) (RCC)
-------------------------------------------------------------------------------------------------------------
Moderate 0.50 0.40 0.40
Severe 0.45 0.40 0.40
Extreme 0.40 0.35 0.35
--------------------------------------------------------------------------------------------------------------

(ii) From durability consideration, depending upon the environment to which the structure is likely to be exposed
during its service life, Minimum Grade of concrete shall be as given below:
------------------------------------------------------------------------------------------------------
Minimum Grade of Concrete
--------------------------------------------------------------------------------------------------------------
Moderate exposure Severe exposure Extreme exposure
--------------------------------------------------------------------------------------------------------------
PSC & important Bridge Structures

PCC Member M - 25 M - 30 M - 35
RCC Member M - 30 M - 35 M - 40
PSC Member M - 35 M - 40 M - 45

Other bridges & Structures

PCC Member M - 15 M - 20 M - 25
RCC Member M - 20 M - 25 M - 30
--------------------------------------------------------------------------------------------------------------

Minimum grade of concrete shall be M - 40 for pre-tensioned pre-stressed concrete structures. However, more
than M - 45 grade should not be used in any structure when cast in the field conditions and more than M - 50
should not be used when cast in factory/ specified site conditions.

24 (iii) Depending upon the environment to which the structure is likely to be exposed during its service life,
minimum cementitious material content in concrete shall be as given below and maximum cementitious content

SIGNATURE OF THE TENDERER


133

shall be limited to 500 Kg/m3.

------------------------------------------------------------------------------------------------------
Environment Minimum Cementitious Material Content in Kg/m3.
------------------------------------------------------------------------------------------------------
Plain Reinforced Pre-stressed
Concrete (PCC) Concrete (RCC) Concrete (PSC)
------------------------------------------------------------------------------------------------------
Moderate 240 300 400
Severe 250 350 430
Extreme 300 400 440
--------------------------------------------------------------------------------------------------------------------------

11.0 Treatment to reinforcement steel at site:

11.1 The steel shall be kept treated by approved means always. This includes reinforcement steel fitted or
stocked for long durations. HTS wires also shall be kept treated by approved coating when in stock. For
reinforcement steel, normally 'Truncated Inhibited Slurry Cement' coating is adequate. Cement used for such
coating will be paid for separately. For corrosion prone areas, chemical treatment based on Cement Polymer
Composite technology (developed by CECRI/ Karaikkudi) or Fusion Bonded Epoxy coating shall be used as per
schedules and specifications in the tender. Such treatment made will be paid for separately if provided for in
schedules. The relevant specifications, namely CPC treatment developed by CECRI/ Karaikkudi or IS: 13620
for Fusion Bonded Epoxy Coating will apply.

11.2 Treatments to reinforcement steel and HTS wire as per approved methods will be required to be applied in
the field normally. For CPC method, separate treatment arrangement shall be set up at site by the contractor
and treatment shall be carried out using only approved/ authorized applicators. However, as preparations for
fusion bonded epoxy treatment are difficult at site, only factory treated reinforcement shall be permitted to be
used. For repairs of epoxy, local measures will be permitted subject to carrying out repairs by approved/
authorized applicators with proper machinery. For any epoxy treatment carried out in the filed in exceptional
circumstances as approved by the Deputy Chief Engineer specifically, the payable rates for the treatment shall
be reduced to 50% of the accepted rates.

12.0 Shutters, formwork and finishing:

12.1 Finished surface of concrete elements should be good on their own without any surface finishing except
for minor rendering permitted by the Engineer - in - charge.

12.2 For all PSC and major RCC elements such as columns, beams & slabs of bridges, columns & beams of
buildings, shutters/ formwork should be of steel type. In minor structures, closely jointed boards may be
permitted by the Engineer - in - charge. In case of use of plywood shutters and badly made steel structures
affecting quality of structural elements or in case of honey- combing or out of plump noticed, Railway reserves
the right to impose penalties up to 25% of the amount payable for the number at the discretion of the Engineer -
in - charge, subject to the conditions that otherwise the members are safe and usable.

12.3 Tolerances of finished products are prescribed in Indian Railways Concrete Bridge Code clause No. 6.5.
For violations of any of the tolerances there in, Railway reserves the right to reduce the payable rates by 25% of
accepted rates, subject to the condition that otherwise the members are safe & usable at the discretion of the
Engineer - in - charge.

25 13.0 Launching of Precast / Pre-stressed elements:

13.1 Movement, transport, launching and setting up of precast elements and also temporary girders shall be
only as per approved method/ scheme. The contractor shall provide the scheme duly supported by all technical
details, designs, etc., to enable the Railway to approve the same. Finalizing / approving of such scheme does
not absolve the contractor of his responsibility to ensure safe and correct launching of the elements without any
damages. For the damaged elements, recoveries of the already paid amount shall be effected at any stage of
the contract or from any bills due to the contractor apart from the Railway's right to impose penalties on the

SIGNATURE OF THE TENDERER


134

contractor towards the damages to the project/ reputation of the Railway and the contractor shall have no
claims whatsoever in this regard.

13.2 For launching of PSC girders/ slabs, the contractor shall make adequate arrangements of machinery such
as cranes, jacks, power supply arrangements including standby arrangements as specified by the Railways in
various circulars of the Railway and based on the need of the site conditions. The contractor normally shall
arrange 100% standby in critical locations like ROBs/RUBs or in sites, where the traffic in the area or life of
public or progress of the project are likely to be affected seriously in case of their failure.

13.3 The cost of launching including all movement, transport, labour, fuel, consumables, designs, reports etc.,
shall be part of the concreting rates accepted in the contract unless otherwise specifically provide for in
separate schedules or separately.

14.0 Designs and proof checking:

14.1 Normally for all structural elements used in railway systems, Railway's own design such as that of
RDSO/Railway Board drawings, Zonal Railway's standard and non-standard drawings or already adopted and
approved drawing only shall be used. For all other cases, specifically approved drawings by the Chief Engineer
or Deputy Chief Engineer - in - charge of the project only shall be used. Wherever provided for in the
schedules, the contractor shall arrange for his own designs as required by the Engineer - in - charge.

14.2 Wherever the contractor is required to produce designs and drawings for construction of structural
elements, he shall produce the same from reputed and approved designers only. The designs made directly by
institutions such as IITs, Anna University (Guindy), Approved Government Engineering Colleges, SERC
(Chennai) and other national institutions at the discretion of the Engineer - in - charge will be accepted without
any proof checking. For designs made by any others, the contractor shall produce a second check in the form
of proof checking from the above institutions or from reputed designers such as STUP, SPAN and L & T
(ROMBOLL) or any other designer of standing with the personal approval of the Chief Engineer. The cost of
such proof checking shall also be borne by the contractor.

14.3 The designs/ proof checking shall be certified by any official of rank not less than Assistant Professor of
the institutions/ Deputy Chief Engineer (Design)/ Senior Manager (Designs) in their personal capacity and also
under the authority of the institution with authorized seal. The design/ proof checking agency shall be co-
responsible with the contractor for the actions fully. It is the responsibility of the contractor to bring this condition
to the knowledge of the agencies used by him.

14.4 Railway reserves the right to get the designs / proof checks rechecked at the discretion of the Engineer -
in - charge in view of the public safety and reject the same if considered unsuitable for any reasons as decided
by him. The contractor shall have no claims in this regard. In case of such rejections, the contractor is liable to
bear the cost of such checks done by the Railway and also to penalties at the discretion of Engineer - in -
charge.

26 15.0 Elastomeric Bearings:

15.1 The contractor shall arrange and provide bearings of special designs as required as per drawings/
designs/or as directed by the Engineer - in - charge including designs for bearings wherever required.
Payments for elastomeric bearings will be paid for separately if provided so in the schedules.

15.2 For elastomeric bearings, the contractor shall arrange for production of test results from the
Manufacturers for acceptance by Deputy Chief Engineer for Chemical composition of raw material (Nature of
Polymer, Polymer identification, Ash cement) and Hardness, Ultimate tensile strength, Elongation at break,
Accelerated aging test, Compression set test of elastomer and yield stress & ultimate strength for steel
laminates etc., as per relevant codes including IS codes/UIC-772-2R/ASTM/EN/IRC-83 (Part II) codes as
applicable Wherever IS codes of equivalent are not available, other codes will apply.

15.3 Further, the contractor shall arrange to supply two spare bearings for every 40 bearings of the same

SIGNATURE OF THE TENDERER


135

design and source for destruction tests of Elastic Modulus, Adhesion, Ultimate compression strength and
Shear modulus and these two bearings will be selected randomly by the Engineer - in - charge and the
contractor shall arrange for the tests at IIT or SERC, Chennai at his cost and furnish results before the
bearings are used in construction. In case of failure of any parameter of one bearing, the other bearing shall be
tested. If both fail, the lot shall be rejected. If both bearings fail in not more than one parameter, one more
bearing shall be arranged and tested by the Contractor. If this bearing passes in all parameters, the lot shall
be accepted. The test bearings will be paid by the Railway unless any bearing fails under testing.

15.4 The elastomeric bearing shall satisfy the following criteria in destruction testing.

(i) Elastic modulus = + or - 20% of 1/(0.2/S2 + 0.0005) where S is shape factor.


(ii) Shear modulus = + or - 20% of 1.0 MPa
(iii) Ultimate compression strength - Not less than 60 MPa at failure
(iv) Adhesion strength - Not less than 7 KN/m.

15.5 For other special bearings, relevant codes/ specifications shall apply and the contractor shall arrange to
carry out the tests as required as per the said specifications at his cost.

15.6 Additional tests, if required at the discretion of the Engineer - in - charge shall also be arranged by the
contractor at his cost.

15.7 The contractor shall facilitate supervision of such tests by railway officials at the level of Section Engineer
and above appropriately and the cost of such supervision shall be borne by the contractor.

27 15.8 Placement of bearings: Elastomeric Bearings shall normally be placed as part of precast concrete
construction as per requirements laid down in UIC - 772 - 2R / IRC: 83 (Part II). Important requirements are:

(i) Bearings must not be placed one behind the other along the longitudinal axis of the girder and split bearings
should not be used.

(ii) Surface contact between the bearing and the bed block and the bearing and the girder must be horizontal
(tolerance less than 0.2%). In case of sloping of girders, shims or recess designed properly should be used to
achieve the horizontality.

(iii) Contact surface shall have no local irregularities of more than + or - 1mm in height and + or - 3 mm in plan
size.

(iv) Bridges with large horizontal deflections (more than 18.3 spans) shall be provided with bearings seated in a
recess made on the bed block or pedestal to prevent accidental displacement. In other cases, bearings may be
fixed to the underside of the girder by application of proper epoxy resin adhesives . Care should be taken to
avoid the adhesive behaving like a lubricant later. The surface between the bed block and the bearing shall be
of normal concrete finish to avoid slippage of bearing in service.

15.9 In case of Cast -in-situ girder, the following stages are to be followed:

(i) Placing and adjusting the bearings on the bed block with accuracy as above.

(ii) Preparation of a formwork side frame all around the bearing.

(iii) Filling up the space between the bearing and the formwork frame by clean sand.

(iv) Placement of top forms over the side frame and sand with an opening matching the size and position of
the bearing.

(v) Sealing of the gaps between the opening in top form and the bearing by adhesive tape.

(vi) Execution of soffit formwork of the girder.

SIGNATURE OF THE TENDERER


136

(vii) Concreting of the girder.

(viii) Removal of side forms and sand from around the bearing and cleaning up the spaces.

28 16.0 Load testing of Concrete Structures:

16.1 Vertical load testing of precast/ cast - in - situ RCC and PSC elements, as well as piles is mandatory for
railway bridges. Each span and type of girders/ slabs used in a reach / agreement shall be load tested to satisfy
the provisions of clause No. 18 of Indian Railways Concrete Bridge Code. The contractor shall arrange all load
testings as required by the Engineer - in - charge, using proper loading arrangements and approved
instrumentation techniques, at his cost unless specifically provided for in the tender separately.

16.2 The contractor shall also arrange for load testing of members at his cost, in the following events at the
discretion of the Engineer - in - charge.

i) When the concrete cube test results are not satisfactory.

ii) When the concrete curing is inadequate or when the shuttering is removed prematurely.

iii) When any type of failure/ stress is noticed in the pre-stressed or RCC member in the anchorage zones or
other areas while doing pre-stressing or launching etc., subject to the condition that otherwise the members are
still safe and usable at the discretion of the Engineer - in - charge.

16.3 In case of failure of the contractor to carry out load testing or delay in testing, Railway reserves the right to
get the load testing done through any other means and recover the cost of the load testing from the contractor's
dues at any time. For such delay or failure, Railway further reserves the right to impose heavy penalties up to 5
(five) times the accepted rate of load testing in the form of assessed damages and the contractor shall have no
claims whatsoever in this regard.

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

GUIDELINES ON FABRICATION OF STEEL STRUCTURE

1.0 Introduction:

Composite Girder/ Foot over bridges over the Indian Railways are used by pedestrian traffic to cross the
Railway track safely.

1.1 Specification for steel:

(i). IRS BI - 2001 (Fabrication Specification) Para 8.1 stipulates as under:

"IS: 2062 Grade `B' as rolled semi-kilned or kilned shall be used for foot over bridges and other structures
subjected to non-critical loading"

(ii). The rolling and cutting tolerances shall be in accordance with IS: 1852.

1.2 Flattening and straightening of steel:

IRS BI - 2001 (Fabrication Specification) Para 15 stipulates as under:

"15.1 All steel materials plates and structural shall have straight edges, flat surfaces and be free from twist. If
necessary, they shall be cold straightened of flattened by pressure before being worked or assembled unless
they required to be curvilinear form. Pressure applied for straightening or flattening shall be such as it would not
injure the material and adjacent surfaces or edges shall be in close contact or at uniform distance throughout"

SIGNATURE OF THE TENDERER


137

15.2 Flattening and straightening under hot condition shall not be carried out unless authorized and approved
by the Inspecting Officer"

1.3 Cutting of steel:

IRS BI - 2001 (Fabrication Specification) Para 17 stipulates as under:

"17.1 Flame cutting by mechanically controlled torch/ torches shall be accepted, provided the edge as given by
the torch is reasonably clean and straight, plates may be cut to shape and beams and other sections cut to
length with a gas cutting torch, preferably oxyacetylene gas should be used".

17.2 All flame cut edges shall be ground to obtain reasonably clean square and true edges. Draglines produced
by flame cut should be removed"

1.4 Approval of Quality Assurance Plan (QAP)

Stage wise manufacturing process from raw material indicating various steps., test checks and their frequency,
sampling plan, authority for grant of clearance.. stage like templating and lay out of foot over bridge. Fixture/jig
manufacturing, drilling of component/ welding of component, initial assembly, final finishing, final inspection,
surface preparation and painting etc. are clearly shown and signed by manufacturer, indenting Railway
authority and approved by competent authority.

1.5 Layout:

(i). The layout of structure on template floor is the most important operation in fabrication. It is essential that the
template floor is perfectly level with adequate lighting arrangement. Steel flooring is desirable, as it would also
minimize variation in dimensions due to temperature changes. The marking tools and instruments like square
divider, punches, steel scriber should be of good quality.

(ii). Calibrated tape for measurement of lay out must be used.

1.6 Jigs and fixtures:

Jig is the device used in the mass production to locate the job and guide the tool for drilling etc., while a fixture
is a simple a device for holding the work in true shape during processing.

The use of steel templates, jigs and fixtures is preferable to help in achieving economy, increasing production,
reducing man power, reducing human errors, increasing accuracy and eliminating special match marking.

1.7 Drilling of Holes:

Quality of fabrication shall be improved if jigs are used during fabrication Drilling of the component may be done
through jigs. All burrs left by the drill and sharp edges of the holes shall be removed.

1.8 Welding Process and Positions:

(i). Welding shall be carried out in accordance with the approved welding procedure, specifications by approved
welders, processes and positions. Proforma for welding procedure specification and welding procedure
qualification records are enclosed as Annexure - I and II.

(ii). All welding be preferably done in flat position (horizontal) welding should be done as per drawing ensuring
proper size of weld. Over size welding may lead to excessive heat affected zone which may lead to failure of
material. Welding should be carried out in a warm and dry place so that the rain water or other atmospheric
elements may not come in contact while welding is in progress.

(iii). Electrodes shall conform to Class A2 of IRSM-28 and wire for CO2 welding shall conform to Class 1 of

SIGNATURE OF THE TENDERER


138

IRSM - 46.

(iv). All consumable shall be stored and handled with care and in accordance with the manufacturer's
recommendations.

1.9 Riveting:

(i). Before riveting is commenced, the permanent surface of components shall be painted with two coats of red
oxide zinc chrome priming to IS 2074.

(ii). IRS BI - 2001 (Fabrication Specification) Para 23 stipulates as under:

"23.1 The dimension on the drawings referred to the diameters of the rivet holes and their finished rivets. The
rivet holes shall be 1.5mm greater than the diameter of the rivet bars used. The rivet shall be made to IS: 1929.
The shanks of the un driven rivets shall be made of a length sufficient to fill the holes thoroughly and form the
head. The clearance i.e. the difference in diameter between the rivets measured under head before being
heated and the rivet hole shall not be less than 0.75mm. Before riveting is commenced, all works shall be
properly bolted so that, the section riveted are in close contact throughout. Rivet Shall completely fill the holes
and shall be machine driven by means of pressure or percussion riveters of approved design".

23.2 All rivets shall be properly heated to straw heat for the full length of the shank, firmly backed and closed.
The head of the rivet, particularly in long rivets, shall be heated more than the point to be heated., more than
the head. Sparking or burnt rivets shall not be used, whereas, it is impossible to back up by normal method of
holding up `double gunning' may be resorted to. Alternatively pneumatic holding device may be used.

23.3 Gauges for rivet dimensions and contours shall be provided by contractor for the use of Inspecting Officer.

23.4 Rivets when driven shall completely fill the holes, have the heads concentric with the shanks and shall be
in full contact with the surface. Driven rivets when struck sharply of the head with the 110 gm rivet testing
hammer, shall be free from movement or vibration.

23.6 All loose and burnt rivets and rivets with cracks badly formed eccentric or deficient heads shall be cut out
and replaced. Permissible deviation of driven rivets shall be as per Annexure - III. Rivets shall also be cut out
when required for the examination of the work. Actual method of cutting out shall be approved by the Engineer.
Recouping and caulking shall in no circumstances be resorted to.

23.8 All field rivets shall be tested.

(iii). All defective rivets and loose rivets shall be marked on their heads with paint and promptly replaced. Rivets
in any components should be tested 100% in shop by responsible supervision and maintain the record of the
same.

1.10 Final cutting and finishing of component:

Final finishing of length, profile and notches etc. is accomplished by accurate marking with the help of
templates, measurement and gauge wherever necessitates and then by gas cutting (Chipping grinding) as the
case may be. Excessive metal is normally chipped off or gas cut (more than 3mm) and the exact finishing or
profiling is achieved by fine and accurate grinding.

1.11 Inspection Stages:

(a) Before fabrication


(b) During fabrication
(c) After fabrication

(a). Before fabrication:

Quality Assurance Plan shall be prepared and got approved.

SIGNATURE OF THE TENDERER


139

Raw material such as channels and plates etc. to be inspected as per specification mentioned against each
items and rolling Mark Certificates.

Lamination, piping, pitting, rolling defects and Straightness of material to be checked before fabrication.

Consumables such as rivets, welding electrodes and paints etc. are as per standard specification.

Welding procedure specifications need to be approved.

Welders approval as per Welding procedure specification.

(b). During fabrication:

Layout, jigs, fixtures and profile to be checked.

Welding by qualified welders as per approved WPSS.

Welding parameters are to be set & checked during welding.

Riveting by qualified and skilled personnel with approved work instructions.

©. After fabrication:

Verify rolling mark number of steel sections used for fabrication from certificate issued by manufacturer. Check
the register maintained by him.

Surface defects shall be checked visually.

Quality of welds with respect to specified sizes, length and any visual defects.

Quality of rivets to be checked visually and with the help of riveting hammer.

Dye penetration test for welds.

Leading dimensions i.e overall length, hole dimensions, end finishing etc. shall be checked. For this purpose
detail measurement sheet shall be prepared for.

1.12 Connection details:

Some of the connection details commonly used in fabrication of FOB has been shown as Annexure - IV.

SIGNATURE OF THE TENDERER

Potrebbero piacerti anche