Sie sind auf Seite 1von 95

Tender Schedule Civil works JRC-SCPD Doub.

(START OF TENDER DOCUMENT) TENDER DOCUMENT No________ Tender Notice No Name of work : : Tender Notice No. 10-W/2011-12 /Dy.CE/ C/ JUC. Dated: 09.12.2011. Earthwork in filling and cutting, Supplying and laying of blanketing, Const. of RCC Box bridges, jacketing & strengthening of existing minor bridges, Construction of Quarters, Extension of station buildings, boundary wall, Ballast wall, side drain, sewer pipe line, Precast CC blocks & fencing walls on L-Xings, height gauge, road work etc. & allied works in connection with Jalandhar Cantt. Suchipind doubling. Rs.350.31 lacs. 12 (Twelve) months. Rs. 325160 ( Rs. Three lacs twenty five thousand one hundred sixty only). Upto 15.00 Hrs. on 17.01.2012 Soon after 15.00 Hrs. on 17.01.2012

Approx. Cost Completion Period Earnest Money Last Date/Time of receipt of Tenders : : : :

Date of Opening of Tender : When was the partnership : constituted and deed executed Whether attested copies of : Partnership deed and Power of Attorney furnished with the tender The working contractors should : submit a list of works executed/now being executed by them with their value and Agreement No. with the tender Name and address of Party to : whom the Tender sold

N.B: The above information may please be furnished invariably otherwise the tender is likely to be rejected.

Signature of the Supdt./Const.

Signature of the Tenderer/s

Signature of tenderer/s

Page 1 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

NORTHERN RAILWAY TENDER FORM (FIRST SHEET) The President of India, Acting through the Dy.CE/Const., N.Rly., Jalandhar City 1. I/We---------------------------------------------------------------------------------------------------------------------have read the various conditions to tender attached here to and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90(Ninety) days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our earnest money. I/We offer to do this work Earthwork in filling and cutting, Supplying and laying of blanketing, Const. of RCC Box bridges, jacketing & strengthening of existing minor bridges, Construction of Quarters, Extension of station buildings, boundary wall, Ballast wall, side drain, sewer pipe line, Precast CC blocks & fencing walls on L-Xings, height gauge, road work etc. & allied works in connection with Jalandhar Cantt. Suchipind doubling for Northern Railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects with in 12 (Twelve) months from the date of issue of letter of acceptance of tender. 2. I/We also hereby agree to abide by the General Condition of Contract-1999 corrected up to printed/advance correction slip and to carry out the work according to the Special Conditions of Contract and specifications for material and works as laid down by the Railway in the annexed Special Conditions/specifications and the Northern Railway Works Hand Book corrected up to printed/advance correction slip, for Schedule of Rates corrected up to printed/advance correction for the present contract.

3.1 A sum of Rs. 325160 ( Rs. Three lacs twenty five thousand one hundred sixty only) i.e. (a) 2% for works estimated to cost up to Rs.1 Crore) and (b) for works estimated to cost more than Rs. 1 Crore -Rs. 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyond Rs.1 Crore, subject to a maximum of Rs.1 Crore, rounded off to nearest Rs. Ten as indicated in tender notice is herewith forwarded as earnest money. The full value of the earnest money deposit (EMD) and other dues shall stand forfeited without prejudice to any other rights or remedies in case my / our tender is accepted and if: (a) I/We do not execute the contract documents within Fifteen days after receipt of the notice issued by the railway that such documents are ready and (b) I/We do not commence the work within fifteen days after receipt of orders to that effect and (c) I/We resile from my/our offer or modify the terms and conditions thereof in a manner not acceptable to the Northern Railway during a period of 90 (Ninety) days from the date of opening of the tender. (d) I/We do not submit a performance Guarantee in any of the form as prescribed in clause 5.2 of Special tender conditions and instructions to tenderers amounting to 5% of contract value as per the performa as prescribed by the

Signature of tenderer/s

Page 2 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Railways, within 30 (thirty) days from the date of issue of letter of acceptance(LOA) or 60 (sixty) days, if the extension of time for submission of PG beyond 30 days and upto 60 days is given by the competent authority alongwith interest @ 15% per annum for the delay beyond 30 days and upto 60 days from the date of issue of LOA. I/We shall also be debarred from participating in re-tender of the above work, in case, I/we failed to submit the PG as stipulated above. The performance guarantee shall be initially valid upto 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 validity of performance guarantee extended to cover such extended time for completion of work plus 60 days. Further, in case during the course of execution of work, value of contract increased by more than 25% of the contract value, an additional performance guarantee amounting to 5% (five percent) for the excess over the original contract value shall be deposited by the contractor. 4. The amount of earnest money in the form of cash lodged with Chief Cashier, Northern Railway, New Delhi vide Cash Receipt No:_____________ dated__________ or deposited in the form of pay order, deposit receipts, demand drafts is attached. I/we have clearly noted that the earnest money will be acceptable in the above forms only. 5. Until a formal agreement is prepared and executed acceptance of the tender shall constitute a binding contract between us subject to modification, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

Signature of the Tenderer/s Address (complete postal address to be given) Dated: Signature of Witnesses:1.------------------------------------2.________________________________

Signature of tenderer/s

Page 3 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

CONSTRUCTION DEPARTMENT NORTHERN RAILWAY SPECIAL TENDER CONDITIONS AND INSTRUCTION TO TENDERER 1.0 2.1 2.2 2.2.1 DETAILS OF WORKS TENDERS ARE INVITED FOR THE WORK AS PER DETAIL ON TOP SHEET TENDER DOCUMENTS SUBMISSION OF TENDERS The tender documents consist of (a) tender form first sheet (b) Special tender conditions and instructions to tenderer/s (c) Special conditions relating to site data and specifications (d) Schedule of Rates, Schedule of Quantities. These must be submitted together as one set, failing which the tender is liable to be rejected. Tender documents can be had from the office of the Deputy Chief Engineer/Const., Northern Railway, Jalandhar City or from the office of the CAO/Const., N.Rly., K.Gate, Delhi on any working day i.e. 10.30 hours to 15.00 hours from 02.01.2012 to 16.01.2012 on cash payment of Rs.10000/- (Rs Ten thousand only) for each set and Rs.10500/- (Rs. Ten thousand five hundred only) if required by post. The cost of this tender form is not transferable or refundable. Request for tender by post must accompany draft of Rs.10500/- (Rs. Ten thousand five hundred only) in favour of FA&CAO/C, Northern Railway, Kashmere Gate, Delhi.

2.1.2

2.1.2(a) Cost of Tender Documents: Tender documents are available on Northern Railway website i.e. www.nr.indianrail.gov.in and the same can be downloaded and used as tender document for submitting the offer.This facility is available free of cost. However the cost of tender document as indicated above in para 2.1.2 will have to be deposited by the tenderer in the form of bank draft payable in favour of FA&CAO/C, Northern Railway, Kashmere Gate, Delhi alongwith the tender document. This should be paid separately and not included in the earnest money. In case, tender is not accompanied with the cost of the tender document as detailed above, tender will be summarily rejected. 2.1.3 These tender documents must be submitted duly completed in all respects in a sealed cover super scribed as tender form for the work AS ON TOP SHEET and should be deposited in the tender box in the office of the Deputy Chief Engineer/Const., Northern Railway, Jalandhar City or from the office of the CAO/Const., N.Rly., K.Gate, Delhi on or before up to 15.00 hours on 17.01.2012. The tender will be opened immediately thereafter in both the offices simultaneously and rates read out in the presence of such tenderer/s as is/are present. Tenders which are received after the time and date specified above may not be considered. In case the intended dates for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time. Tenders sealed and superscribed as aforesaid can also be sent by registered post addressed to the Deputy Chief Engineer/Const., Northern Railway, Jalandhar City or to the CAO/Const., N.Rly., K.Gate, Delhi on or before up to

2.1.4

Signature of tenderer/s

Page 4 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

15.00hrs on 17.01.2012, but a tender which is received after the time and date of specified in para 2.1.3 above may not be considered. Any tender delivered or sent otherwise will be at the risk of the tenderer/s. 2.2 COMPLETION OF TENDER DOCUMENTS : 2.2.1 The tenderer/s shall quote rate/s, in figures as well as in words, for all labour and materials for A in the attached Schedule of Item, Rates and Quantities & Nonschedule items in Group B Every possible fluctuation, 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 escalation clause, if any, provided separately in the tender documents.

2.2.2. The rate/s should be quoted in figures as well as in words. If there is any variation between the rates quoted in figures and in words, the rates quoted in Words shall be taken as correct. If more than one rates or improper rates are tendered for the same items, the tender is liable to be rejected. In case ,the tenderer/s quote/s multiple rates, the offer will be treated as incomplete and shall be summarily rejected. 2.2.3. 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. 2.2.4. Tenders 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. 2.2.5. Additional conditions or stipulations if any must be made by the tenderer/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 additional conditions which are explicitly accepted by the Railway shall form part of the contract. 2.3 2.3.1 CREDENTIALS TO BE SUBMITTED ALONGWITH TENDER DOCUMENTS (APPLICABLE ONLY FOR WORKS COSTING MORE THAN Rs.50.00 LACS) Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorily carried out works of the type involved in the construction of the work being tendered for. He/they should also produce proof to the satisfaction of the Railway of his/their technical ability and financial stability to undertake the work of the magnitude tendered for. The tenderer/s shall submit with his/their tender a list of serviceable machinery, tools and plants, equipments and vehicles he/they has/have in hand for executing the work and those he/they intends/intend to purchase. The tenderer/s must submit, along with his/their tender:Statement showing similar works executed by him/them. Certificates of successful completion of his/their work

2.3.2

2.3.2.(A) i. ii.

Signature of tenderer/s

Page 5 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

iii.

iv. v)

A statement of all payments received against all successfully completed work/works in progress of all types (not necessarily similar in type of work in this tender) indicating the organization/ units from which the payments have been received. Necessary certificates in this regard, from the authorities who made the payments for three preceding years should be enclosed, duly attested. list of their Engineering organization and equipments, construction tools and plants available with them. (a) As a proof of technical experience/competence, the tenderer should have physically completed successfully at least one similar single work for a minimum value of 35% of advertised tender value, inclusive of the cost of cement and steel, in last Three Financial Years (i.e. Current year and Three Previous financial Years) up to the date of opening of the tender.

Technical eligibility criteria

The similar nature of work is defined as under:Civil Engineering works including earthwork and/or blanketing in embankment and CC/RCC work in bridges/retaining walls/buildings. (b) The following will be applicable for evaluating the eligibility. i) Similar nature of work physically completed within the qualifying period, i.e. last three financial years and current financial year (even though the work might have commenced before the qualifying period) should only be considered in evaluating the eligibility criteria. The total value of similar nature of work completed during the qualifying period and not the payment received within qualifying alone, should be considered. In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the total the total paid amount including statutory deductions is to be considered. If final measurements have been recorded and work has been completed with negative, then also the paid amount including statutory deductions is to be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility. iii) In case of composite works involving combination of different works, even separate completed works of required value should be considered while evaluating the eligibility criteria. For example, in a tender for bridge work where similar nature of work has been defined as bridge work with pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender value should be considered as having fulfilled the eligibility criterion of having completed single similar nature of work.

ii)

Signature of tenderer/s

Page 6 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

2.3.2 (A) (vi) Financial Eligibility Criteria. As a proof of sufficient financial capacity and organizational resources, contractor should have received the total payments against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during the last three financial years and in the current financial year (upto the date of opening of the tender) of a value not less than 150% of the advertised cost of work including the cost of cement and steel. vii) For judging the technical eligibility and financial capability only those works which had been executed for the Govt. or Semi Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Organizations shall not be considered. The tenderer/s/contractor shall submit a statement of contractual payment received during the last three financial years and current year on the prescribed proforma as detailed at Annexure-I. The details shall be based on the form 16-A issued by employer i.e. the certificate of deduction of tax at a source under Section 203 of the Income Tax Act, 1961. The photocopies of the form 16A shall be enclosed duly attested by Notary public with seal and Notarial stamps thereon. If a tenderer has completed a work of similar nature where cement and steel was issued by department free of cost, tenderer must submit the completion certificate indicating cost of these materials and total cost of work (including cost of cement/steel) shall be considered to decide eligibility or otherwise. The overall financial soundness of the tenderers will be evaluated based upon the volume of the work handled, turn over, balance sheet etc. tenderers will accordingly furnish these particulars for the last three years (i.e. current year and three previous financial years) duly supported by latest audited results/balance sheets. Tenderer has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and organizational resources. a. If the tenderer is a JV/Consortium, each partner of JV/Consortium should have good credentials and the JV/Consortium should meet the technical and financial criteria as per the guidelines given in Annexure- K b. If the tenderer is a Partnership firm, the conditions and the technical & financial eligibility criteria will be applicable as per guidelines given in Annexure K-2.

viii)

ix)

x)

xi)

2.4 2.4.1

CONSTITUTION OF THE FIRM: 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 a attested copy of their certificate of registration alongwith the documents as above mentioned. 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

Signature of tenderer/s

Page 7 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

of the contract. The Railway may however recognize such power of attorney and change after obtaining proper legal advise, cost of which will be chargeable to the contractor. JVs/ Consortiums/ MOUs shall not be considered. 2.4.2. (a) If the tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender/contract as cancelled, if a partner of firm expires after the submission of their tender, the Railway shall deem such tender as cancelled unless the firm retain its character. 2.4.2(b) If the contractors firm is dissolved on account of death, retirement of any partners or for any reason what-so-ever 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 due to such dissolution. The amount of such compensation shall be decided by Chief Engineer/Const., Northern Railway, Kashmere Gate, Delhi and his decision in the matter shall be final and binding on the contractor. 2.4.2.(c ) The cancellation of any documents such as power of attorney, partnership deed etc., shall forth 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. 2.4.2(d) The value of contract and the quantities given in the attached schedule of items, rates and quantities are approximate and are given only as a guide. These are subject to variations/additions and omission. The quantum of work to be actually carried out shall not form the basis of any dispute regarding the rates to be paid and shall not give rise to claim for compensation on account of any increase or decrease either in the quantity of in the contract value. 2.5 2.5.1 INCOME TAX DEDUCTION Under Section 194-C of the Income Tax Act 1961 deduction of 2% plus surcharge as applicable on Income Tax will be made for sums paid for carrying out the work under this contract. In case of supply contract for ballast, deduction of 2% (Two Percent) Income tax will be made for the sums paid for labour portion only (i.e., loading, unloading, stacking, measurement and laying etc.)

3.0 3.1

EARNEST MONEY: The tender must be accompanied by a sum of Rs. 325160 ( Rs. Three lacs twenty five thousand one hundred sixty only) - 2% for works estimated to cost up to Rs.1 Crore) and for works estimated to cost more than Rs. 1 Crore Rs. 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyond Rs.1 Crore, subject to a maximum of Rs.1 Crore, (as indicated in tender notice ) as earnest money in the manner prescribed in para 3.2. failing which the tender shall be summarily rejected. The earnest money shall be rounded to the nearest Rs. 10. 3.1.1 Labour Co-operative are required to deposit only 50% of the earnest money as referred to clause 3.1 above. 3.1.2 The tenderer/s shall keep the offer open for a period of 90 days from the date of opening of the tender in which period tenderer/s cannot withdraw his/their offer

Signature of tenderer/s

Page 8 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

subject to period being extended further, if required, by mutual agreement from time to time. It is understood that the tender documents have been sold/issued to the tenderer/s and tenderer/s is/are being permitted to in consideration of stipulation on his/their part that after submitting his/their offer he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to Northern Railway should the tenderer/s fail to observe to comply with the foregoing stipulation or fail to undertake the contract after acceptance of his/their tender the entire amount deposited as earnest money for the due performance of the stipulation and to keep the offer open for the specified period, shall be forfeited to the Railway. If the tender is accepted, the amount of all earnest money will be held as initial security deposit for due and faithful fulfillment of the contract. The earnest money of unsuccessful tenderer/s will, save as herein before provided be returned to the unsuccessful tenderer/s within a reasonable time, but Railway shall not be responsible for any loss or depreciation that happen to the earnest money for the due performance of the stipulation and to keep the offer open for the period stipulated in the tender documents while in Railway possession nor will be liable to pay interest thereon. 3.2 The Earnest Money of the requisite amount referred to in Clause 3.1 above is required to be deposited either in cash with the Chief Cashier, Northern Railway, Delhi on any working day before 12.00 Hrs. on 17.01.2012 or in any of the following forms:(i) Deposit receipts, pay orders & demand drafts. These forms of earnest money could be either of the State Bank of India or of any of the Nationalized Banks or by a Scheduled Bank. No confirmatory advice from Reserve Bank of India will be necessary. The above instruments should be pledged in favour of Dy.FA&CAO/Const./ FA&CAO/Const, Northern Railway Kashmere Gate, Delhi. The official cash receipts having a mention of the firm/individual who has deposited the cash or the Deposit Receipt, Pay Order or Demand Draft as mentioned above, as the case may be, is to be attached with the tender, failing which, tender will be summarily rejected.

(ii)

(iii)

1. 2. 3. 3.3

N O T E:Tenders submitted with Earnest Money in any form other than those specified above shall not be considered. Any request for recovery from outstanding bills for earnest money against present tender will not, under any circumstances, be entertained. No interest will be payable upon the Earnest Money and Security Deposit or amount payable to the contractor under the Contract.

The previous deposits of earnest money may be considered for adjustment against the present tender if so desired by the tender/s only when the earlier tender has been finalized and the earnest money deposited has actually become

Signature of tenderer/s

Page 9 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

available without any attachment and there is no change in the constitution of the parties seeking adjustment. 4.0 4.1 ACCEPTANCE OF TENDER: IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/ WHOSE CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE (S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER, RAILWAY RESERVES THE RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS FOR ONE YEAR. The authority for acceptance of tender rests with Chief Administrative officer/Const./ Chief Engineer/Const. /Dy. Chief Engineer/Const./ Executive Engineer/C as the case may be who does not under take 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 tender if deemed necessary. The successful tenderer/s shall be required to execute an agreement with the President of India acting through the Chief Administrative Officer/Const./Chief Engineer/Const./Dy. Chief Engineer/Const./Executive Engineer/Const. for carrying out of the work as per agreed conditions. The cost of stamp for the agreement will be borne by the Northern Railway. The contractors operation and proceedings in connection with the works shall at all times be conducted during the continuance of contract in accordance with the laws, ordinance, rules and regulations for the time being in force and the contractor shall further observe and comply with the bye-laws and regulations of the Govt. of India, State Govt. and of Municipal other authorities having jurisdiction in connection with the works or site over operations such as these are carried out by the contractor/s and shall give all notice required by such bye-laws and regulations. The Hospital and medical regulations in force for the time being shall also be complied with by the contractor/s and his workmen. The contractor shall be responsible for the observance of the rules and regulations under mines act and mineral rules and Indian Metallurgical rules and regulations of State/Central Govt. concerned as amended from time to time. The contractor shall at all times keep the Railway administration indemnified against all penalties that may be imposed by the Govt. of India or State Govt. for infringements or any of the clause of the mines act and rules made there under in respect of quarries from which the ballast for these works is procured. The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawals of the original offer and rates originally quoted will be binding on the tenderer/s. The tenderer/s shall submit an analysis of rates called upon to do so. A corrigendum shall be issued in case the increase in quantity in one or more items result an extra expenditure in excess of 10% of the value of the contract or Rs.50,000/- whichever is less. For the purpose of assessing the increase in the quantity and the increase in the value of contract only such of the items in which there is any increase shall be taken into account and the saving in other items ignored.

4.2

4.3

4.3.1

4.3.2 4.3.3

4.4

4.5 4.6

Signature of tenderer/s

Page 10 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

4.7 4.8

Non-compliance with any of the conditions set forth here in is liable to result in the tender being rejected. Variation in quantities: The tenderer/contractor will be bound to execute the additional quantities as per the following terms and conditions. 4.8.1.1. Variation in items whose agreement value is more than1% of the total original agreement value (Major Value items): (a) Individual NS items in contract can be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. (b) USOR schedule as a whole in contract can be operated with variation of plus or minus 25% and payment would be made as per agreement rate. However in case of NS item the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate). (c) Operation of an individual NS item/USOR schedule as a whole in excess of 125% but upto 140% of their respective agreemental quantity shall be paid at 98% of the agreemental rate. (d) Operation of an individual NS item/USOR schedule as a whole in excess of 140% but upto 150% of their respective agreemental quantity shall be paid at 96% of the agreemental rate (e) Operation of an individual NS item/USOR schedule as a whole in excess of 150% of their respective agreemental quantity,if required by Railway in exceptional circumstances, shall be paid at 96% of the agreemental rate,unless otherwise defined in the agreement. 4.8.1.2. Variation in items whose agreemental value is less than1% of the total original agreement value (Minor value items):Such items (i.e. NS items/USOR schedule as a whole can be operated with variation of plus or minus 100% of their respective agreemental quantities and the payment would be made as per their respective agreemental rate. However, rates for variation of such items beyond 100% shall be decided as per General conditions of the contract and prevailing codal provision. 4.8.2 4.8.3 No such quantity variation limit shall apply for foundation items. In case the over all revised agreemental value goes beyond 150% of original agreemental value in exceptional circumstances, due to variation of additional quantities, the tenderer/contractor will be bound to execute the additional quantities on negotiated rates. Security deposit and performance Guarantee on Acceptance of Tender The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under: The security deposit for each work will be 5% of the contract value, The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is recovered, 4.8.1

5.0 5.1 a b

Signature of tenderer/s

Page 11 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Security deposit will be recovered only from the running bill of the contract and no other mode of collecting security deposit such as security deposit in the form of instruments like BG, FD etc. shall be accepted towards security deposit. The total security deposit recoverable from a contractor including the amount of earnest money deposited with the tender as given in Clause above will not exceed the security amount recoverable at the rates mentioned above. The security deposit shall be forfeited whenever the contract is rescinded. The Security Deposit unless forfeited in whole or in part according to the terms and conditions shall be released to the contractor only after the expiry of the maintenance period and after passing the final bill based on no claim certificate. Thus before releasing the SD, an unconditional and unequivocal no claim certificate form the contractor concerned should be obtained. The competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the final bill based on no claim certificate. The competent authority shall be the authority who is competent to sign this contract. If the competent authority is of the rank lower than JA grade, then a JA Grade officer (concerned with the work) should issue the certificate.

Note:(i) After the work is physically completed , security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him. (ii) In case of contracts of value Rs.50 Crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit. 5.2. Performance Guarantee (Revised) (a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, the penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60(sixty) days from the date of issue of LOA, the contract shall be terminated by issuing notice under relevant provisions of General conditions of contract duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for this work. The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value :(i) A deposit of cash, Irrevocable Bank guarantee, Government securities including State Loan Bonds at 5 percent below the market value,

(b) (ii) (iii)

Signature of tenderer/s

Page 12 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

(iv) (v) (vi) (vii) (viii) (ix) (x) (xi) (xii)

Deposit Receipts, Pay orders, Demand Drafts and Guarantee Bonds. These forms of performance guarantee could be either of the State Bank of India or any of the Nationalized Banks, Guarantee Bonds executed or deposits Receipts tendered by all Scheduled Banks, A deposit in the Post office Saving Bank, A deposit in the National Saving certificate, Twelve years National Defence Certificates, Ten years Defence deposits National Defence Bonds, Unit Trust certificates at 5 percent below market value or at the face value which ever is less. FDR (Free from any encumbrance)

Note : The instruments as listed above will also be acceptance for Guarantees in case of mobilization advance. All the instruments mentioned in (iii) to (xii) above should be in favour of FA&CAO/C/NR or Dy. FA&CAO/C/NR and pledged in favour of FA&CAO/C/NR or Dy. FA&CAO/C/NR. (c) (i) A Performance Guarantee shall be submitted by the successful bidder after the letter of acceptance has been issued, but before signing of the contract agreement. The Performance 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. (ii) If railway PSUs are awarded contracts through competitive bidding (open tender, Special Limited tender etc.) the normal rule regarding submission of Performance Guarantee as applicable to other tenderer/s shall be applicable to these PSUs. (iii) Wherever the railway PSUs are awarded works contracts by Railways, on single tender basis, they are exempted from the requirement of submitting Performance Guarantee.

(iv) However, in the event of failure of the railway PSU to to successfully execute the contract as per terms & conditions laid down in the agreement, a penalty equivalent to 5% of the original value of contract would be levied. (d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor. (e) The Performance Guarantee (PG) shall be released after 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 certificate, interalia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor and that there is no due from the contractor to railways against the contract concerned. The competent authority shall normally be the authority who is competent to sign this contract. If the competent

Signature of tenderer/s

Page 13 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

authority is of the rank lower than JA grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The security deposit shall,however, be released only after expiry of the maintenance period and after passing the final bill based on No claim certificate from the contractor. (f) Whenever the contract is rescinded, the security deposit shall be forfeited and the performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating the tender for executing the balance work. If the failed contractor is a JV or a Partnership Firm then every member / Partner of such a firm shall be debarred from participating in the tender for the balance work either in his / her individual capacity or as a partner of any other JV / Partnership firm. The Engineer shall not make a claim under the performance Guarantee except from amount to which the President of India is entitled under the contract (notwithstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

(g)

5.3

Failure by the contractor to extend the validity of the Performance Guarantee as described herein above in which event the Engineer may claim the full amount of the Performance Guarantee. (ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer. (iii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India. Exemption of Earnest Money & Security Deposit: Public Sector Undertakings wholly owned by Railways like RITES, IRCON, Konkan Railway Corporation Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money & Security Deposit. Whenever the Railways PSUs are awarded works contracts by Railways, on single tender basis, they are exempted from the requirements of submitting performance guarantee. However, in the event of failure of the Railway PSU to successfully execute the contract as per terms and conditions laid down in the agreement, a penalty equivalent to 5% of the original value of contract would be levied. If Railway PSUs are awarded contract through competitive bidding (open tender, special limited tender etc.) the normal rules regarding submission performance bank guarantee as applicable to other tenderer/s shall be applicable to these PSUs.

(i)

5.4

6.0

CONDITIONS OF CONTRACT AND SPECIFICATIONS; 6.1 Except where specifically stated otherwise in the tender documents the work is to be carried in accordance with (i) Northern Railway General Conditions of

Signature of tenderer/s

Page 14 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

contract regulations and instructions for tenderer/s and standard form of contract 1999 amended from time to time & upto date(ii) Northern Railway Unified Standard Schedule of Rates (Works & Materials) 2010 amended from time to time & upto date and (iii) Northern Railway standard Specifications for material and works 1987 copies of all these publications can be obtained from the CAO(C), Northern Railway, Kashmere Gate, Delhi on payment as under:I) General Conditions of Contract and regulations and instructions to tenderer/s standard form of contract 1999 Northern Railway Standard Specifications for Material and Works 1987 Northern Railway Unified Standard Schedule of Rates (Works & Materials) 2010 Rs.100/-

ii)

Rs.70/-

iii)

Rs.1000/-

Demand for these publications from out station will be considered only if a sum of Rs.50/- towards postal charges is also sent with the cost of the books by money order. 6.2 The tender documents referred to in clause 2.1.1 above will govern the works done under this contract in addition to documents referred to in clause 6.1 above. Where there is any conflict between special tender conditions regarding instructions to tenderer/s, Special conditions relating to site data and specifications and the stipulations contained in the schedule of rates and quantities on the one hand and the Northern railway Standard specifications for Materials and works 1987 the General Conditions of Contract 1999 etc. and the Standard Schedule of Rates of 1996 on the other hand the former shall prevail. STUDY OF DRAWINGS AND LOCAL CONDITIONS; The drawings for the works can be seen in the office of the Dy. Chief Engineer/Const. Northern Railway, Jalandhar City and in the office of Chief Administrative Officer/Construction, Northern Railway, Kashmere Gate, Delhi. It should be noted by tenderer/s that these drawings are meant for general guidance only and the railway may suitably modify them during the execution of the work according to the circumstances without making the Railway liable for any claims on account of such changes. The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and conditions of soil, difficulties involved due to inadequate stacking space, due to built up area around the site, availability of materials water and labour probable sites for labour camps, stores, godowns, etc. They should also satisfy themselves as to the sources of supply and adequacy for their respective purpose of different materials referred in the specifications and indicated in the drawings. The extent of lead and lift involved

7.0 7.1

7.2

Signature of tenderer/s

Page 15 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

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. 7.3.1. Fencing at work: Contractor(s) while executing the work of gauge conversion/doubling, yard remodeling etc .shall provide suitable fencing/barricading to protect/segregate the existing Railway line from any damage and un-toward incident, as per ;the directions or plan approved by Engineer-in-charge. The payment of barricading/fencing shall be paid under the relevant N.S. item as given in the Schedule. No work will be started till he fencing/barricading is provided and clearance in writing is issued by the Engineer-in-charge. Suitable gates/barriers should be installed across the new embankment, preferably adjoining the manned/unmanned level crossings. The entry for the vehicles should be regulated by an authorized representative of the Engineer-incharge during the working hours. During execution of the work, contractors shall ensure that all safety precautions are taken by their man to protect themselves and site to prevent any untoward incident. In this regard contractor will ensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band; rope ladders emergency light etc. are available at site before the work is actually started. The above list is only indicating and is not exhaustive and safety item will be arranged as per the requirement. Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall be entertained in this regard. Decision of the Engineer-in-charge will be final and binding upon the contractor. The cost of all the safety gear is deemed to have been included in the rates quoted and nothing extra is payable under this contract. PERIOD OF COMPLETION The entire work is required to be completed in respects within 12 (Twelve) months from the date of issue of the acceptance letter/telegram. Time is the essence of contract. The contractor/s will be required to maintain speedy and required progress to the satisfactions 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 Conditions of Contract, 1999. The contractor/s shall arrange to execute the different items of works in close consultation with and as per directions of the Engineer so that other works being executed in the same area either departmentally or through another agency such as steel erection, P-way earthwork in formation, etc. are also progressed concurrently. It may be noted, however, that any delay in the execution of departmental works, for whatsoever reason shall not be accepted as an excuse for non-performance of the contract. The contractor/s will be required to give Dy. Chief Engineer monthly progress report of the work done during the month on 4th of the following month. He will also give to the Dy. Chief Engineer the program of work to be done in coming month by 25th of the preceding month. The programmed will be subject to alteration or modification at the direction of the CAO/Const/Chief

7.3.2

7.4

8.0. 8.1

8.2

8.3

Signature of tenderer/s

Page 16 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Engineer/Const., Dy. Chief Engineer/Const. who may discuss such modifications or alterations with the contractor as considered necessary. Approval of any program shall not in any way relieve the contractor from any of the obligations to complete the whole of work by the prescribed time or extended time, if any. 8.4 Incentive Bonus Payment clause: The incentive bonus payment clause will apply to contracts for throughput enhancement relating to Doubling & Traffic facility works only. The contracts which are for works covering plan heads other than doubling and traffic facility the incentive bonus clause shall not apply. The incentive bonus payment will be regulated as follows:1) This incentive Bonus payable shall not be more than 1% of the initial contract value or revised contract value whichever is less for every one month of early completion ahead of the original completion period or revised completion period whichever is less. However, the maximum incentive bonus shall not be more than 6% of the original contract value or revised contract value whichever is less. Period less than one month shall not be reckoned for the incentive bonus calculation. This incentive scheme shall not apply if extension to the original completion period is given irrespective of on whose account (Railways Account or Contractors Account)

2) 3) 4)

9.0 9.1

RATES FOR PAYMENT The rates given in the attached schedule of rates tendered by the contractor and as accepted by the Railways will form the basis of payment for such items under this contract. No material price variation or wages escalation on any account whatsoever the compensation for Force majure etc. shall be payable under the contract except payable as per price escalation clause if any, provided separately in the tender documents. The rates for any item work not included in the (Schedule of items, Rates and quantities) and which the contractor my be called upon to do by Railway Administration shall be fixed by the supplementary written agreement between the contractor and the Railway before the particular item or items of work is/are executed in the event of such agreement not being entered into and executed the Railway may execute these works by making alternative arrangements. Railways will not be responsible for any loss or damages on this account. The contractor shall work in close co-operation with the contractor/ departmental staff working in the adjacent sections of Railway local authorities. It should be specifically noted by the tenderer/s that no separate loading, unloading and leading charges for materials (which are supplied by the Railway) shall be paid for by the Railways and the rates quoted by the tenderer/s shall be inclusive of all these charges.

9.2

9.3

9.3.1 9.4

Signature of tenderer/s

Page 17 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

9.5

The items Nos. description, units and rates given in schedule of rates are as per Northern Railway Standard Schedule of Rates, 1996 and any discrepancy during the execution of the work in the working rates quantity and units etc. should be rectified by reference to the printed schedule of rates which shall be treated as authority and will be binding on the contractor. Should there arise any items which may be necessary for the completion of work but which does not appear in the Schedule of items, rates and Quantities attached with tenders, items rate will be fixed by analysis of actual in puts of all types including labour and material or derived from the labour and material rtes given in the Northern Railway Standard Schedule of Rates, 1996. The rates for such non-scheduled items occurring during the course of construction shall be payable subject to the approval of the competent authority. No items of work requiring non-schedule rates will be carried out unless ordered to do so by the Engineer. The rates derived from the Northern Railway Standard Schedule of Rates, 1996 will be subject to percentage above or below tendered by the contractor. Payment for the work done will be made to the contractor only when the formal agreement has been executed between the parties. SUPPLEMENTARY AGREEMENT After the work is completed and taken over by the Railway as per terms and conditions of the contract agreement or otherwise concluded by the parties with mutual consent and full and final payment is made by the Railway to the contractor for work done under the contract the parties shall execute the supplementary agreement annexed here to as Annexure-B. Measures to be taken in construction and repairs on road, embankments etc. All borrow pits dug for and in connection with the construction and repairs of buildings, roads, embankments etc. shall be deep and connected with each other in the formation of drain directed towards the lowest level and properly sloped for discharge into a river, stream, channel or drain and no person shall create any isolated borrow pit which is likely to cause accumulation of water which may breed mosquitoes. Non fulfillment of the provision in 9.9.1 above shall be a breach of the contract and contractor/s shall be liable to pay by way of agreed liquidated damages to the Railway at the rates of Rs.100/- for each breach and in addition to that contractor further undertake to pay the amount incurred by the Railway in getting the said job/s done at the risk and cost of the contractor. Besides this, the contractor will also be held responsible for any laws for contravening them. SETTING OUT WORKS The contractor is to set out the whole of the work in consultation with the engineer or an official to be deputed by the Engineer and during the progress of works to amend on the requisition of the Engineer any errors which may arise there in and provide efficient and sufficient staff and labour thereon. The contractor shall also alter or amend any errors in the dimension lines on level to

9.6

9.7 9.8

9.9 9.9.1

9.9.2

10.0 10.1

Signature of tenderer/s

Page 18 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

10.2

10.3

the satisfaction of the Engineer or his authorized representative without claiming any compensation for the same. The contractor shall provide, fix and be responsible for maintenance of all stocks, templates, profiles, land marks, points, burjies, monuments, center line pillars, reference pillars, etc. and shall take all necessary precautions to prevent their being removed altered or disturbed and will be responsible for the consequence of such removal, alterations or disturbances and for their efficient reinstatement. The contractor shall protect and support, as may be required or as directed by the Engineer, building, fences, walls, towers, drains, road paths, waterways, foreshores banks, bridges, Railway ground and overhead electric lighting, the telegraphs/telephones and crossing water service main pipes and cables and wire and altogether matters and things of whatever kind not otherwise herein specified other than those specified or directed to be removed or altered which may be interfered with or which is likely to be affected disturbed or endanger by the execution completion of maintenance of the works and shall support provided under this clause to such cases as directed by the Engineer. No payment shall be made by the Railway to the contractor for these works on account of delay for re-arrangement of road traffic or in the contractor having to carry out the short lengths and in such places as per conditions and circumstances may warrant. These will not form the basis of any claim and or dispute for compensation of any kind. DRAWING FOR WORKS: The Railway Administration reserves the right to modify the plans and drawings as referred to in the special data and specifications as also the estimate and specifications without assigning any reasons as and when considered necessary by the railway. The percentage rates for the schedule items and items rates for the non-schedule items quoted by the contractor as may be accepted by the railways will, however, hold good irrespective of any changes, modifications, alterations, additions, omissions in the location of structures and detailed drawings, specifications and/or the manner of executing the work. 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 finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration. No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work/s arising out delay in approval of drawings, changes, modifications, alterations additions, omission and the site layout plans or details drawings and design and or late supply of such material as are required to be arranged by the Railway or due to any other factor on Railway Accounts. SUPPLY OF MATERIAL BY THE RAILWAY If at any time, material which the contractor/s should normally have to arrange himself/themselves, are supplied by the Railway either at the contractor request or in order to prevent any avoidable delay in the execution of work due to the contractors inability to make adequate timely arrangements for supply thereof or for any other reason, recovery will be made from the contractors bill either at the

11.0
11.1

11.2.

11.3

12.0. 12.1

Signature of tenderer/s

Page 19 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

market rate prevailing at the time of supply or at the book rate which ever is greater and fixed departmental charges viz. freight at 5% (8.33% for items or iron and GI pipe steel) incidental charges at 12% and added on total cost of supervision charges at 12-1/2%. No carriage or incidental which he/they is required to arrange himself/themselves in accordance with the terms and conditions of this contract. 12.1.1 In the case, cement and/or steel is issued to the contractor/s free of cost or on the cost to be recovered for use on the work, the supply thereof shall be made in stages limited to the quantity/quantities computed by the Railway according to the prescribed specifications and approved drawings as per the agreement. The cement and/or steel issued in excess of the requirements as above shall be returned in perfectly good conditions by the contractor to the Railway immediately after completion or determination of the contract. If the contractor/s fail/s to return the said stores, then the cost of cement and/or steel issued in excess of the requirement computed by the Railway according to the specifications and approved drawing will be recovered from the contractor/s @ twice the prevailing procurement cost at the time of last issue viz. (purchase price + 5% freight only). This will be without prejudice to the right of the Railway to take action against the contractor/s under the conditions of the contract for not doing/completing the work according to the prescribed specifications and approved drawings. If it is discovered that the quantity of cement and steel used is less than the quantity ascertained as herein before provided the cost of the cement and/or steel not so used shall be recovered from the contractor/s on the basis of the above-stipulated formula.

12.1.2 The contractor shall be responsible for the safe transport custody and storage of all railway materials issued to him and he will be liable to make good the loss due to any cause whatsoever, that may be suffered by the railway on this account. Special precautions should be taken in respect of cement while transporting cement, step should be taken to safeguard against cement becoming damp or wet due to moisture or rain. The contractor will also be responsible for storing cement in damp proof condition at site of work at his own cost in accordance with the standard specifications. The engineer shall decide whether the cement stored in the godowns is fit for the work and his decision shall be final and binding to the contractor/s. 12.2. The contractor should supply a schedule showing the requirement of explosives/materials required to be supplied to him by the railway based on detailed plans. The materials will be arranged by the railway according to the schedule unless otherwise modified by the railway due to additions or alterations in the approved plans. No claim whatsoever will be entertained by the railway on account of late supply of such material as are required to be arranged by the Railway. SUPPLY OF CEMENT AND STEEL BY THE RAILWAYS

12.3.

12.3.1. Cement, Mild Steel/H.Y.S.D./Bars/RSJ/MS plate, etc. to be supplied by the railway to the extent as would become a part of the work involved in the tender schedule will be supplied by the Railway free of cost or on cost recovery basis as the case maybe as per relevant clauses of special conditions relating to site data and specifications at construction store godown at _______. The contractor will

Signature of tenderer/s

Page 20 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

be required to lead the same to the site of work at his own cost subject to payment at the rate as quoted against relevant item of N.S. items in the Schedule of items, Rates & quantities.(NA) 12.3.2. Cement and steel required for temporary works timbering, shuttering, centering, scaffolding, etc. will have to be arranged entirely by the contractor at his own cost. 12.3.3. The empty cement bags for the supply of cement by the Railway shall be property of the contractor and the cost of the same shall be recovered at the rate of Rupees two per empty cement bag from the on account bill of the contractor in case the cement is supplied in Jute bags. No recovery on account of empty cement bags shall be made from the contractor, in case the cement is supplied in H.D.P.E. bags. The Railway, however, reserves its right to take empty bags as are in good conditions and in that case no recovery will be made for bags so taken back. These rates will apply for bags deteriorated while in use and not found acceptable to the railway so taken back from the contractor. 13.0. 13.1 13.2 13.3 SUPPLY OF MATERIALS BY THE CONTRACTOR/S Materials used in the work by the contractor shall conform to the Northern Railway Standard Specifications and the relevant B.I.S./I.R.S. specifications, and should be approved by the engineer before utilizing them on works. It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods or any other cause whatsoever. 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. Stage payment for supply of steel by the contractor (For works above Rs.15 Crores): Stage payment limited to 75% of the rate of steel awarded in the contract (as a separate NS item for the purpose) shall be made to the contractor for steel physically brought by the contractor to the site (even before its actual use in the work) subject to following:(a) The material shall be strictly in accordance with the contract specifications. (b) The material shall be delivered at site and properly stored under covered sheds at contractors cost and protected against damage, deterioration, theft, fire etc. to the satisfaction of the engineer in charge. The contractor shall store the bulk material in the measurable stacks. 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. The decision of Engineer-in-charge regarding quantity of steel to be brought to the site shall be final and binding to the contractor.

13.4

(c)

(d)

Proper accountal in the material register to be maintained in the prescribed format at the site for the receipt and use of the material on day to day basis. (e) Submission of indemnity bond with a validity up to the completion/extended period in the prescribed format at the contractors cost, vesting the ownership of such material with the railways.

Signature of tenderer/s

Page 21 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

(f)

Submission of insurance policy with a validity upto the completion/extended period at the contractors cost, in favour of the railway against damage, deterioration, theft, fire etc. The balance payment shall be released only after material is actually consumed in the work. The price variation claim for steel would continue to be governed as per extant PV clause and with reference to delivery at site.

14.0. 14.1

SERVICE ROADS The contractor/s shall make his/their arrangements for service roads, paths etc. for carrying his/their tools and plants, labour and materials etc. and will also allow the railway use of such paths and service roads etc. for plying its on vehicles free of cost. The tenderer/s will be deemed to have included the cost of making any service roads, roads or paths, etc., that may be required by him/them for plying his/their vehicles for the carriage of his/their man and materials, tools, plants and machinery for successful completion of the work. Similarly, any other feeder road connecting any of the existing roads will be made by the contractor at his/their own cost including any compensation that may be required to be paid for the temporary occupation or usage of Govt. and or private land without in anyway involving the railway in any dispute for damage and /or compensation. In case the railway has its own paths, service roads, the contractor/s will be allowed to use of such paths or service roads free of cost. He / they shall, however, in no way involve the railway in any claims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due to their poor conditions and ;or maintenance or their being to be blocked and /or closed. The rates quoted by the contractor as per schedule or items, rates and quantities shall form the basis of on account payment for the various items under this contract. In the course of execution of various items of work under schedule of items, Rates and Quantities running bills payment for partly completed works will be made to the contractor. The quantum of such works shall be decided by the engineer-in-charge whose decision shall be final and binding on the contractor.

14.2

14.3

14.4

14.5 No on account payment by the railway shall protect the contractor/s against or prevent the railway from recovering from the contractor/s any over payment made to him/them. 14.6 Final payment of the balance amount due, exclusive of the security deposit in terms of clause-5 of these special conditions, will be made after completion of entire work and on the certification of the engineer that work has been completed in all resects and found satisfactory. The security deposit will be refunded 6(Six) months after the date of completion according to clause 5.1 of these conditions.

Signature of tenderer/s

Page 22 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

15.0 15.1

EMERGENCY WORK In the event of any accident or failure occurring in or about the work or arising out for or in connection with the construction completion or maintenance of the work which in the opinion of the engineer required immediate attention, the railway may be with its own workmen or other agency execute or partly execute the necessary work or carry out repairs if the engineer considers that the contractors is not in a position to do so in time and charge the cost thereof, as to be determined by the Chief Engineer/Const. to the contractor. In terms of Clause 32 of GCC of May99 the materials & plants brought by the contractor on the site or land occupied to be used for execution thereof shall immediately, they are brought upon the sites of this said land bee deemed to be the property of the Railway. Vehicles, equipments, plant and machinery of the contractor can be drafted by the Railway Administration at their discretion in case of accidents, natural calamities involving human lives, breaches, stoppage of the train operations or any contingencies which requires such requisitioning as essential. The decision in this regard of the Engineer In charge or his superiors i.e. Sr. Engineer Executive Engineer/Dy.Chief Engineer etc. shall be final and beyond the ambit of arbitration clauses i.e. exception of arbitration clauses. In terms of the clause No.2.3.2 (A) (iv) tenderer is required to submit the list of equipment, machinery, construction tools and plants available/ deployed at site. The successful tenderer on receipt of acceptance letter and conveying their consent, shall submit name, addresses, telephone nos. fax nos./E-mail address of the persons to be contacted for requisition the above items as detailed in foregoing clause 15.2 and notify from time to time if any change in the list of equipment/machinery or the addresses/individuals to the Engineer In-charge in writing. The name and address, telephone nos and the contractor officials name shall also be displayed at the site of work. The man-power, consumable items and maintenance of the above tools & plants when requisitioned shall be the responsibility of the tenderer/contractor so that the equipments, machinery, tools & plants shall be available for effective utilization at the accident sites, natural calamities, breaches sites etc. The hire charges per annum shall be calculated at the following rates on the purchase cost of the plant as under:(i) Depreciation charges at the following rates: a) Light plant 16% per annum. b) Heavy plant 10% per annum. c) Special plant 6% per annum An additional 10% on the total of (1) above to meet contingencies. 10% contractor profit on total cost as detailed (i) to (ii). The hire charges per day shall be arrived at dividing the annual hire charges of total of (i) to (iii) above by 250, which shall be the assumed number of working days in year for this purpose. These higher charges will be payable from the day the plant is handed over to the Railway to date on which it is returned to the contractor by Railway.

15.2

15.3

15.4

15.5

(ii) (iii) (iv)

Signature of tenderer/s

Page 23 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

(v)

(vi)

The contractor manpower charges shall be payable @ minimum wages as notified by the State Govt/Local bodies/Labour deptt. As the case may be for highly skilled, semi-skilled personnel drafted for operating the plant & machinery. The payment for the fuel cost shall be paid on the basis of the actual expenditure incurred by the contractor for purchases + 10% contractors profit thereof which will be the payments towards his miscellaneous expenses too.

16.0 16.1 17.0 17.1

NIGHT WORK 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 without confirming any right on the contractor for claiming any extra payment for the same. DISPOSAL OR SURPLUS EXCAVATED MATERIALS 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 of the surplus excavated materials as ordered by the engineer failing which it will be done at the cost of contractor and cost will be deducted from his dues. The contractor shall within 15 days of completion of entire works remove all unused and 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 SITE INSPECTION REGISTER A site inspection register will be maintained by the Engineer or his representative in which the contractor will be bound to sign day to day entries made by the Engineer or his representative. The contractor is required to take note of the instructions given to him through the site inspection register and should comply with the same within a reasonable time. The contractor will also arrange to receive all the letters etc. issued to him at the site of works. The contractor shall, from time to time (before the surface of any portion or the site is interfered with or the work thereon begun) take such levels as the Engineer may direct in his presence or any person authorised by him in writing. Such levels approved and checked by him or such authorised persons shall be recorded in writing and signed by the contractor and shall form the basis of the measurements. Immediately before any portion of the work, below water level is started the existing water levels are to be taken and recorded in a similar manner. The contractor shall have to make and maintain at his own cost suitable approach road and path etc. for proper inspection of the various works. He shall also provide all facilities as required by the Engineer such as ladder and other appliances for satisfactory inspection of the works and places where materials for the work are stored or prepared. OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST: Should the engineer or any representative consider it necessary for the purpose of enabling inspection of tests analysis to be made to verify or ascertain the quality of any part of the works or of any materials, the contractor shall as and when required by the Engineer or his representatives open up the work or materials for inspection or test or analysis, pull down or cut into any part of the

17.2

18.1 18.2

18.3

19.0

20.0

Signature of tenderer/s

Page 24 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

work to make such openings, into under or through any part of the works as may be directed and shall/provide all things facilities which in the opinion of the Engineer or his representative are necessary and essential for the purpose of inspection or test or analysis of the works or of any part thereof or the materials, or of workmanship and the contractor shall close up, cover, rebuild and made good the whole at his own cost, as and when directed by and to the satisfaction of Engineer provided always that of the work in the opinion of the Engineer is found to his satisfaction and in accordance with the contract. The excess expenditure in such examination, inspection or test shall, upon the certificate of the engineer, be borne by the Railways. 21.0 21.1 GENERAL PROVISION OF LIGHT SIGNALS ETC. The contractor/s shall make such provision for lighting the works, materials and plant and provide all such marks and lights, signals and other appliances as may be necessary or as may be required by the Engineer or other responsible authorities during the execution completion and maintenance of the work and shall provide all labour, stores, etc., required for their efficient working and use at any time of day or night. He/they shall also provide all arrangement of every description of watching and maintenance required in connection with foregoing and all other services for protection of any securing all dangerous places whether to the contractors workmen or to other persons and or vehicular traffic until the work is certified by the engineer to have been completed and taken over in accordance with the contract.

21.2 The contractor/s will provide upon the works to the satisfaction of the Engineer and at such, places as he may nominate, proper and sufficient life saving, fire fighting and first aid appliances which shall at all times be available for use. 21.3 LABOUR CAMP Land for setting up a workshop by the contractor or for his labour camp or for any other purpose, shall have to be arranged by the contractor at his own cost and under his own arrangements. The contractor, however, will be permitted to make use of the railway land to the extent that can make use of the railway land to the extent that can be made available to him free of cost, by the railway in the vicinity of the site of works. The contractor/s shall at all times be responsible for any damage or trespass committed by his agent and workmen for carrying out the work. The railway administration may recommend to the concerned authorities the issue of necessary transport permits for the work. The contractor shall, however, furnish full justification for the above facilities, to enable the Railway administration to address the State Government or other authorities in this connection. The contractor shall also maintain regular log book of receipts and issue of the materials to work, if so required by the Civil Authorities. No claim would, however, be entertained by the non-issue of any priority permits or owing to any interruption in supply. No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claim shall be entertain for business loss or any such loss.

21.4

21.5

Signature of tenderer/s

Page 25 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

22.0 Levy of Token Penalty 22.1 Attention is invited to clause 17 (B) of the GCC and clause 8.1 of tender condition according to which time is the essence of the contract. The competent authority while granting extension to the currency of contract under 17 (B) of GCC may also levy token penalty as deemed fit. SALES TAX/TURN OVER TAX/LOCAL TAX. The contractor shall be governed by the Taxes applicable at the place of actual execution of work. Sales Tax including turn over tax on works contract, octroi, royalty, toll tax, local tax on materials as well as services and any other tax levied by Central Govt /State Govt. or local bodies shall be borne by the tenderer. No part of such taxes on contractors labour/material or any other account will be paid by the Railways. Therefore, the contractor must ascertain the various taxes levied by the concerned Govt or local bodies at the place of execution of work and take into account for the same while quoting the rates. This should be kept in view before tendering. If there is any increase/decrease/imposition of new tax/removal of existing tax by Central Govt/State Govt/Local bodies in respect to any of the tax mentioned above, the same shall be borne by the contractor and neither any additional payment will be made, nor any recovery will be made on this account. This should also be kept in view before tendering, as no subsequent changes will be made in the rates payable to the contractor on this account. Railways will deduct the sales tax or any other tax specified by the concerned Central Govt/State Govt/Local bodies if required to be deducted at source under the relevant laws as applicable on the date of making the payment. Railway will issue a certificate regarding tax so deducted. It will be responsibility of the contractor to make further correspondence with concerned Govt or local bodies to ensure full deposition of the tax or for claiming a refund, if due, as is done in case of income tax. In case any tax is notified to be deducted at source from a specified date and certain payments have already been made in the period that lapsed between the date of applicability of tax and the actual date of implementation of the same, tax required to be deducted at source for this period will be recovered from the subsequent payment. Implementation of The Building and Other Construction Workers (RECS) Act, 1996 and The Building and Other Construction Workers Welfare Cess Act, 1996 in Railway Contracts: The tenderer for carrying out any construction work in _______(name of the State) must get themselves registered from the Registering Officer under Section7 of the Building and other Construction Workers Act, 1996 and rules made thereto by the ________ (name of the State) Govt and submit certificate of Registration issued from the Registering Officer of the _______ (name of the State) Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of the cost of construction work to be deducted from

23.0

23.1

23.2

23.3

23.4

23.5

Signature of tenderer/s

Page 26 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item. 24.0 All payments in respect of the contract during the currency of the contract shall be made through National electronic Fund transfer (NEFT) or Real Time Gross Saving (RTGS). The successful tenderer on award of contract must submit RTGS/NEFT Mandate Form complete in all respects as detailed at annexure-J of the tender document. However, if the facility of RTGS/NEFT is not available at a particular location, the payment shall be made by Cheque. In such case the successful tenderer on award of contract will have to furnish contractors Bank Account Number and Name of the Bank against which all payments in respect of the contract during the currency of contract shall be made. 25.0 Contractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gauge conversion, yard remodeling etc. will take all care for avoiding any damage to the underground/OH services such as S & T cables, electric cables/wires, pipelines/sewer lines etc. They must ensure that the work is started after obtaining clearance in writing from the Engineer-in-charge regarding the route for signaling/electrical cables/water supply/sewer lines etc. However, if any damage occurs during execution, he will immediately report the same to the Engineer-in-charge and stop the work further till clearance for restarting he work is given by the Engineer-in-charge. It may be further noted hat if it is proved that damage is occured due to the negligence on the part of the contractor, the cost of the damage will be recovered from him/them. The decision of Engineer-in-charge will be final and binding upon the contractor(s).

26.0 Applicable for tender documents downloaded from internet. 26.1. Tenderer/s are free to down load ender documents at their own risk and cost for the purpose of perusal as well as for using the same as tender documents for submitting their offer. Master copy of the tender documents will be available in the office of the Dy. Chief Engineer/Const., N.Rly., Jalandhar City. After award of work, an agreement will be drawn up. The agreement shall be prepared based on the master copy available in the office of Dy. Chief Engineer/Const., N.Rly., Jalandhar City and not based on the tender documents submitted by the tenderer. In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall prevail and will be binding on the tenderers. No claim on this account will be entertained. 27.0 28.0 DELETED Maintenance Period: The contractor will have to maintain the work for a period of 06 (Six) Months from the date of completion of work as certified by Engineerin-charge of the work.

29.0. Price Variation Clause: 29.1 The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes/ any other levies/- tolls etc. except that payment/recovery for overall market situation shall be made as per price variation clause given in para below:

Signature of tenderer/s

Page 27 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

29.2

No cognizance will be given for any sort of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustment in payments. The contact shall, however, be governed by the general price variation clause as under : 29.3 Adjustment for variation in prices of material, labour, fuel, explosives, detonators shall be determined in the manner prescribed below : 29.4 The percentage component of various items in contract on which variation in prices shall be admissible as prescribed for the respective category of work as shown in the statement given below: (a) Earthwork Contract Labour component Fuel component Other material components Fixed component (b) Ballast and Quarry Products Contracts Labour component Fuel component Other material components Fixed component (c) Tunneling Contracts Labour component Fuel component Explosive component Detonaters component Other material components Fixed component 50% 20% 15% 15% *

55% 15% 15% 15%*

45% 15% 15% 5% 5% 15%*

(d) Track Renewal Works on Works with Contractors Portal Cranes Labour component 50% Fuel component Other material components Fixed component (e) Other works Contracts Labour component Material component Fuel component Fixed component *Will not be considered for any price variation. 12.5% 12.5% 25%*

30% 25% 15% 30%*

Signature of tenderer/s

Page 28 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

The above weight age will be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. 29.5 (A-1) The amount of variation in prices in the several components (labour material etc.) shall be worked out by the following formulae (except cost of steel and cement supplied by contractor as a separate NS item) :(i) (ii) (iii) (iv) (v) X N L P = R x (I-IO) X IO 100

M = R x (W-WO) X Q WO 100 U = R x (F-FO ) X Z FO 100 = = R x (DE-DO ) X S EO 100

R x (D-DO ) X T DO 100 L Amount of Price Variation in Labour M Amount of Price Variation in Materials U Amount of Price Variation in Fuel X Amount of price variation in Explosives N Amount of price variation in Detonators R Gross value of the work done by the contractor as per on account bill(s) excluding (i) Cost of materials supplied by Railways at fixed price (ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 29.5 A2(I) and clause no.29.5 A2(II). Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer).

(iii)

IO = I =

Consumer Price Index Number for Industrial Workers All India as Published in RBI Bulletin for the base period. Consumer Price Index Number for industrial Workers All India- as published in RBI Bulletin based on the average price index of the three months of the quarter.

WO = Index Number of wholesale Prices By Groups and sub-groups All commodities as published in the RBI Bulletin for the base period. W = Index Number of wholesale Prices BY groups and sub groups All commodities as published in the RBI Bulletin based on the average price index of the three months of the quarter. FO = Index Number of wholesales Prices By Groups and sub-Groups for Fuel, Power, Light and Lubricants as published in the RBI Bulletin for the base period.

Signature of tenderer/s

Page 29 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

F =

Index Number of wholesale Prices By Group and sub-groups for Fuel, Power, Light and Lubricants as published in the RBI Bulletin based on the average price index of the three months of the quarter

EO = 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. E = Cost of explosive 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 first month of the quarter under consideration.

DO = 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. D 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 first month of the quarter under consideration. P Q Z S T NOTE :1. The Price Variation Clause shall be applicable for tenders of value more than Rs.fifty lacs irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs.fifty lacs. 2. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC. 3. No maximum value for the price variation is prescribed. 4. If, in any case, the accepted offer includes (i) Cost of materials supplied by Railways at fixed price (ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 29.5 A 2(I) and clause no.29.5 A2(II). (iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). = = = = = % of labour component % of material component % of fuel component % of explosive component % of detonators component

Signature of tenderer/s

Page 30 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations. 5. The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated tender are accepted, the base month for the price variation clause is the month in which negotiations are held. 6. The adjustment for variation in prices if required shall be made once every quarter in the on-account payments, if more than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill. 7. The price variation should be based on RBIs average price index of the 3 months of the quarter. 8. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available. 9. The weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. 10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. 29.5 A-2(I) Price Variation in case of Steel supplied by the contractor This special Price Variation Clause will be applicable only on Iron and Steel supply items of tender schedule without value addition. The amount of variation for the component of supply of steel shall be adjusted (paid/recovered) by the following formulae :Ms Ms= = Q(Bs-Bso) where Amount of price variation in steel payable/recoverable.

Q= Weight of steel in tones supplied by the contractor as per the on account bill for the month under consideration. Bs= SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tone) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower. Bso= SAILs ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

Signature of tenderer/s

Page 31 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

NOTE: 1. Relevant categories of steel for the purpose of operating the above price variation formula based on SAILs ex-works price plus Excise Duty thereof are as under:SN Category of steel supplied in the Railway work Category of steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determine price variation. other TMT 8 mm IS 1786 Fe 415 Angle 65x65 x 6 mm IS 2062 E250A SK

1 2 3 4 5

Reinforcement bars and rounds. All types and sizes of angles. All types and sizes of plates.

PM Plates above 10-20 mm IS 2062 E 250A SK All types and sizes of channels and Channels 200 x 75 mm IS 2062 E250A SK joints. Any other section of steel not Average of price for the 3 categories covered in the above categories and covered under sl. No. 1,2,3 above. excluding HTS. The prevailing ex-works price of steel per tone as on 1st of every month for the above categories of steel as advised by SAIL to Railway Board would be circulated to all the Zonal Railways. Separate items for supply of steel for RCC/PSC work should have been incorporated in the tender schedule to know the cost of steel actually consumed at any given point of time. The Price Variation Clause shall be applicable for tenders of value more than Rs. fifty lacs irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs.fifty lacs. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC. No maximum value for the price variation is prescribed. If, in any case, the accepted offer includes (i) Cost of materials supplied by Railways at fixed price (ii) (iii) Value of steel, for which PVC is being paid/ recovered under this clause Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer).

2. 3. 4. 5.

6. 7.

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no. 29.5 A 1. 8. The SAILs Ex-work price plus Excise Duty there of (in Rupees per tone) for the relevant category of steel, as prevailing on first day of the month in which tender is opened, will be considered. However, if the rates quoted in negotiated tender are accepted, the base month for PVC will be the month in which negotiations are held. 9. The adjustment for variation in prices, if required, shall be made every month in the on-account payments as per above formula.

Signature of tenderer/s

Page 32 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

10. The Dy CE concerned will maintain a register showing receipt of steel from contractor on site (supported by documentary evidence of purchase) and consumption thereof. 11. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. 12. Steel supplied free or at firm price by Railway, as per contract, if any, will not be considered for calculation of PVC. A-2(II) Price Variation in case of Cement supplied by the contractor This special Price Variation Clause will be applicable only on Cement supply items of tender schedule without value addition. 1. The amount of variation for the component of supply of cement shall be adjusted (paid/recovered) by the following formulae :Where Mc= R x(Wc-Wco)/Wco Where Mc= Amount of price variation in material (-Cement). R= Value of Cement supplied by contractor as per on account bill in the quarter under consideration. Wco= Index No. of Wholesale price of sub-group (of cement) as published in RBI Bulletin for the base period. Wc= Index No. of wholesale price of sub group (of cement) as published in RBI Bulletin for the first month of the quarter under consideration. Note: 1. Separate items for supply of cement for RCC/PSC work should have been incorporated in the tender schedule to know the cost of cement actually consumed at any given point of time. 2. The Price Variation Clause shall be applicable for tenders of value more than Rs.One Crore irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs.One Crore. 3. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC. 4. No maximum value for the price variation is prescribed. 5. If, in any case, the accepted offer includes (i) Cost of materials supplied by Railways at fixed price (ii) Value of cement, for which PVC is being paid/ recovered under this clause

Signature of tenderer/s

Page 33 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

(iii)

Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer).

Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no.29.5 A 1. 6. The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated tender are accepted, the base month for the Price Variation Clause is the month in which negotiations are held. 7. The adjustment for variation in prices, if required, shall be made once every quarter in the on-account payments, if more than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill. 8. The price variation would be based on the price index of the first month of the quarter under consideration. 9. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available. 10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. 11. Cement supplied free or at firm price by Railway, as per contract if any, will not be considered for calculation of PVC. 30.0 Mobilization Advance: [Applicable for advertised tender value exceeding Rs.10 crores] 30.1 The tender / contractor may be granted a recoverable interest bearing mobilisation advance up to 10% of the contract value provided he specifically apply for it while tendering. If the contractor fails to apply specifically for mobilisation advance, while giving his offer at the tendering stage, in case where grant of mobilisation is permissible, no subsequent requests from him for grant of this advance will be entertained. The rate of interest is 12% p.a. 30.2 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 of offices, bringing in equipment and actual commissioning of work. Each installment will be released on submission of an irrecoverable guarantee bond from any nationalized bank, in a form acceptable to the railway, for the amount of the installment together with interest charges calculated to the end of the contract period. These two guarantee bonds shall be returned as and when the value of the advance plus interest is recovered from the running bill. 30.3 The recovery of 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

Signature of tenderer/s

Page 34 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

executed under the contract reaches 85% of the contract value, or the assessed value of the work which ever is less. 30.4 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 principle is effected) and adjusted fully against such on account bills along with pro rata principle recovery. In the event of any shortfall the same will be carried forward to the next on account bill and will attract interest at 12% 30.5 The Bank Guarantee for advance should clearly cover Principal plus Interest. Note : The various Instruments as listed for Performance Guarantee (Clause 5.2) will also be acceptable for Mobilization Advance. Dy. Chief Engineer/Const Northern Railway,Jalandhar City. for and on behalf of the President of India . Signature of the Tenderer/s Address .. ....................................... ........................................

Signature of tenderer/s

Page 35 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

SPECIAL CONDITIONS RELATING TO SITE DATA & SPECIFICATION

1.0
1.1 1.2 1.3 1.4 1.5 1.6 1.7

SCOPE OF WORK :The scope of work consists of


Earthwork in filling in Railway embankment and road with turfing of grass on the slope of embankment. Blanketing : Supplying, laying, compaction and profiling of blanketing material as per latest RDSO guidelines. Construction of RCC Box bridges, Ballast walls, side drains, boundary walls and fencing walls etc. Laying of Sewer Line along the boundary wall. Providing and fixing lifting barriers and steel fencing on L-Xing gates. Providing height gauge at Level crossing as per RDSO standard. Manufacturing, supplying and laying precast PCC blocks/ pavers on all manned / unmanned level crossings as per approved NRHQE plan no. HQ/02/04/2009. Construction of metalled approach roads. Construction of 04 units type-II (D/S) quarters on the basis of standard plan / NRHQE or any other approved Railway plans and construction of rooms like relay room, battery room, axle counter room etc. for S&T department at Jalandhar Cantt. & Suchipind railway stations. Boring and commissioning of hand pumps for providing water supply to the quarters and level crossings. The scope of works also includes the leading, loading, unloading, stacking of different types of beams and light P.way materials such as Rails, sleepers, fixtures and fastening from the source of availability to site of work as well as the leading, loading, unloading of released P.way materials from site to work to Railway store depot as directed by Engineer-in-charge. Any other item not covered above but required to complete the job and other allied & misc works between Jalandhar Cantt Suchipind Railway station in connection with doubling work. GENERAL & BRIEF DESCRIPTION OF SITE

1.8 1.9

1.10 1.11

1.12

2.0

2.1 Brief details of the site are as under:- Earthwork in filling and cutting, Supplying and laying of blanketing, Const. of RCC Box bridges, jacketing & strengthening of existing minor bridges, Construction of Quarters, Extension of station buildings, boundary wall, Ballast wall, side drain, sewer pipe line, Precast CC blocks & fencing walls on L-Xings, height gauge, road work etc. & allied works in connection with Jalandhar Cantt. Suchipind doubling.

Signature of tenderer/s

Page 36 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

2.2

The above information is only for general guidance of the tenderer/s and they are advised to visit the site and acquaint himself/themselves fully with the site conditions especially in regard to the approaches for transporting the materials/machinery etc., storage area, local conditions etc.

3.0 SPECIFICATIONS AND CODES 3.1 Indian Railways Unified Standard Specifications -2010 vol.I & II shall govern the
specifications of all items of USOR 2010 appearing in the tender schedule. In case, specifications of any item are not covered in above, the relevant IRS/BIS Code shall be applicable. 3.2 All material to be used in the works shall be in conformity with the requirement laid down in the Indian Railways Unified Standard Specifications -2010 Vol. I & II or the relevant BIS Code/or any other relevant code applicable. The decision of the Chief Engineer/Construction of the project shall be final and binding regarding the interpretation of various provisions of the Codes and Specifications as well as the provisions/clauses of the contract and no claim whatsoever shall be entertained on this account. EMPLOYMENT OF TECHNICAL STAFF:-

3.3

4.0

4.1 The contractor shall employ the following minimum technical staff during the execution of work. a) b) c) One graduate engineer and at least one diploma holder Engineer when the cost of work is more than Rs. 5.00 Crore. One graduate Engineer when the cost of work to be executed is between Rs.1.00 Cr.and upto Rs.5.00 crore. One qualified Diploma holder Engineer , when cost of the work to be executed is more than Rs.30 lacs but less than Rs.100 lacs.

4.2

Technical staff should be available at site whenever required by the Engineerincharge or his authorized representative to take instructions. In case, the contractor fails to employ the Technical staff as aforesaid, he shall be liable to pay Rs. 30,000/- (Rs. Thirty thousand only) for each month of default or part thereof in case of each Graduate Engineer and Rs.20,000/- (Rs. Twenty thousand only) for each month of default or part thereof in case of each qualified diploma holder. The contractor shall submit the copy of bio-data and Degree/ Diploma certificate of the above technical staff employed by him for the scrutiny by Railway and for the record. Railway reserve the right to scrutinise the records of the contractor to ascertain as to whether the qualified staff has been actually employed by him and is paid for.

4.3

4.4. While passing each on account bill, the AEN/XEN incharge will certify the availability of technical staff as above, otherwise the recovery as above shall be made from every bill.

Signature of tenderer/s

Page 37 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

4.5. The decision of the Engineer Incharge, whether the required Technical staff was not employed by the contractor shall be final and binding upon the contractor. 5.0 5.1 APPROVED RAILWAY DRAWINGS The work shall be carried out as per approved railway drawings. The copies of the approved plan and additional information as required by the tenderers may be obtained (subject to availability) from the office of the concerned Dy. Chief Engineer/C, during office hours on any working day by prior appointment. In addition to the drawings, if any, enumerated above, copies of various drawings may be supplied on application by the contractor at the under noted rates as applicable, subject to availability: a. Copies of standard Northern Railway type plans as prepared for the work Rs.50.00 per copy. b. Copies of plans prepared specially for project of major works like major building, L-sections, longitudinal plan etc. @ Rs.75.00 Per copy. c. All plans which are prepared specially on account of contractors request like copies of cross section etc. Rs.150.00 per copy. 5.3 Additional information as required by tenderers may be obtained from the office of Chief administrative Officer/construction or concerned Dy. Chief Engineer/ Construction, during office hours on any working day by prior appointment. The Chief Engineer/Const., shall have full power to make any alteration in the drawings and to give such further instructions and directions as may appear to him necessary or proper for the guidance of contractor and for the efficient execution, completion and maintenance of the work. The contractor should plan the execution of various works in close co-ordination with the engineer or his authorized representative. The design of foundations including depth of foundations below the bed level as well other drawings may have to be varied during the progress of the work according to actual site conditions. The drawings already prepared and which may be prepared afterwards are not to be taken as final or binding on the Railway in any respect. The contractor shall have no claim on Railway, if any change is made in the approved drawings. Also his inability to make timely arrangement for necessary plant and machinery due to any such change which the Engineer may make, will not be taken as an excuse for slow performance or non performance of the work. SUPPLY OF CEMENT: Ordinary Portland Cement of 43 grade/53 grade confirming to IS: 8112 & IS: 12269 respectively will normally be used. However, whenever permissible & provided in the schedule of items, the PPC conforming to IS 1489 may also be used. Cement shall be procured by the contractor from the main producers or their authorised dealer of approved make such as L & T, Ambuja, Grasim, A.C.C.,

5.2

5.4

5.5

6.0 6.1

6.2

Signature of tenderer/s

Page 38 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

JK cement & Birla cement or any other reputed make as approved by Engineer in charge. 6.3 To improve the workability of concrete and cement grout, admixture conforming to IS-6925 and BIS-9103 (Admixture of make MBT, SIKA, FOSROC, CICO, PROTECT ) may be permitted as directed & approved by Engineer-in-charge subject to satisfactory proven use, manufacturers certificate and laboratory tests as applicable. The decision of Engineer-in-charge shall be final in this regard. Admixtures generating hydrogen, nitrogen etc. shall not be permitted STRUCTURAL STEEL FOR BRIDGES/ROBs/RUBs/FOBs: SUPER STRUCTURE OF RAILWAY

7.0 7.1

The Structural steel for above works is to be procured from primary producers having integrated steel plants namely SAIL, TISCO, RINL, JINDAL or as per latest RDSO guidelines and shall conform to stipulated BIS /IRS Specifications applicable. Steel from secondary producers (mini steel plants) or re-rollers who are having valid & approved license from BIS for manufacture of specific product (i.e. angles, I-sections, channels and plates etc.) on the date of steel supply shall also be acceptable if they comply with para 7.3 below. Validity of licence to be checked as per web site www.bis.org.in or from BIS office. Steel of only those BIS approved re-rollers who have system of traceability from transfer of cast mark (from ingots, billets and blooms to the finished produces) will be accepted /is also permitted subject to use of ingots/blooms/billets from integrated steel plants accompanied by identification marks/cast marks which are required to be transferred to finished product even in case of small quantity. These provisions should be ensured by Contractor at the time of offering the steel for passing. In case of any dispute, the decision of Chief Engineer/Const. will be final. Before use, contractor/s will be required to get the test certificate from the manufacturer pertaining to the various quality tests on steel reinforcement as specified in the relevant BIS Code. In addition, Railway will also take sample during the course of work at requisite frequency and get the steel tested to ascertain its conformity to the laid down Specifications at contractors cost. Frequency of testing shall be as prescribed by the relevant Code. For Railway Bridge Steel super structure, the Quality Assurance Plan (QAP) and Welding Procedure Specification Sheet (WPSS) shall have to be got approved from RDSO before starting the work. However, for ROB/RUB/FOB steel superstructure, the QAP & WPSS will be got approved from Railway. All welds shall be done by SAW process (automatic/semi-automatic). MIG welding or MMAW may be done only for welds of very short run or of minor importance or where the access of the locations of welds does not permit automatic /semiautomatic welding.

7.2

7.3

7.4

7.5

7.6

Signature of tenderer/s

Page 39 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

8.0 8.1

REINFORCEMENT STEEL: For Bridge works (including ROB/RUB, major/minor bridges) and the multistoreyed buildings (4 storeys or more), the reinforcement steel for use in the work shall be procured by the contractor only from the primary producers (namely SAIL/TISCO/RINL)/their authorized dealers/ authorized stockyard, which should conform to latest relevant, BIS specifications. However, for other works (not covered in above categories), the reputed BIS approved brands namely Kamdhenu, Rathi, Jaibharat, Amba or as approved by Dy. CE/C will also be permitted. Reinforcement steel bars shall normally be the TMT Steel bars or cold twisted deformed bars. Before use, contractor/s will be required to get the test certificate from the manufacturer pertaining to the various quality tests on steel reinforcement as specified in the relevant BIS Code (IS:1786). In addition, Railway will also take sample during the course of work at requisite frequency and get the steel tested to ascertain its conformity to the BIS Specification at contractors cost. Frequency of testing shall be as prescribed by the relevant BIS Code. USE OF RMC (Ready Mixed Concrete): For the items of RCC/CC/PSC/MCC, the use of RMC shall be mandatory in Works of Important Bridges or in works of Group of Major Bridges located in close vicinity as well as in works of Major structures/buildings concentrated in one location (such as work of mega-terminals/multi-storey buildings/washable aprons/platform surface/circulating area etc.), provided the total quantity of RCC/PSC/CC/MCC involved in the contract is significant (say 15000 cum or more). In such contracts, the contractor shall preferably set up his own RMC plant at site or shall make suitable exclusive arrangement close to the site to ensure high quality RMC supply. The RMC plant shall be inspected and approved by Dy. CE/Cs. The accepted rates of items of RCC/PSC/CC in such contracts shall be deemed to be for RMC. Nothing extra shall be payable for RMC in above category of works. However, if RMC is not feasible in certain isolated portions of work, then conventional concreting can be allowed by Engineer-in-charge in such isolated locations/portions. Use of RMC shall also be mandatory in Works where substantial quantity (say 500 cum or more) of RCC/PSC/MCC is involved and the work site is located in urban areas and RMC Plants are readily available nearby (where transit time is less than 120 minutes). Some such types of works include ROBs with PSC/RCC girders, RUBs with RCC Box, multistoried buildings, washable aprons, platform surface/circulating area and vacuum dewatered concrete floors of workshops etc. located in urban areas. The accepted rates of items of RCC/PSC/MCC in such contracts shall be deemed to be for RMC. Nothing extra shall be payable for RMC for above category of works. The specifications of RMC shall conform to IS:4926-2003. The RMC plant shall be got inspected and approved by the Dy. CE/C concerned.

8.2 8.3

8.4

9.0 9.1

9.2

9.3

Signature of tenderer/s

Page 40 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

10.0 10.1

CONTRACTORS RESPONSIBILITY FOR TEMPORARY WORKS/MATERIALS,SITE OFFICE AND FIELD LABORATORY. The contractor shall from time to time provide at his own cost all dams, cofferdams and all other temporary works of whatever nature and temporary materials necessary for the construction, completion and maintenance of the works which are the subject of the contract and shall from time to time submit for the information of the Engineer, drawing showing in detail, the type and construction of temporary embankment and other works which he proposes to adopt and construct and the exact position in which he proposes to construct and employ them during the progress of the works as directed by the Engineer, furnish particulars and drawings of any other temporary works and details of other temporary materials in use for the sufficient security and safety of all embankment, temporary railway connections and other temporary works or temporary materials which he may construct and/or employ and for all claims for damage to property or injury to persons arising out of any failure or accident to such materials from whatever cause such damage, injury, failure or accident may arise or happen and shall replace, construct, repair and maintain the whole or such embankments or other temporary works or temporary works or temporary materials until they are certified by the Engineer to be no longer required for the purpose of the contract. Dewatering or any other suitable arrangements may be required for carrying out the foundations of works and part of the sub structures up to water level. It should be clearly noted that nothing extra shall be paid for all these arrangements and rates are deemed to be inclusive of all labour and materials and working under water etc. including timbering, shoring, strutting etc. if required. However, extra rate, wherever applicable as per USOR, might be paid for items of works executed below water level. For the works costing more than Rs.8 Crores, the Contractor should construct the temporary site offices & toilets for the proper working of Railway staff at required location, of appropriate size commensurate with the magnitude of work but not less than 15 sqm. & not more than 50 sqm. & also provide all necessary furniture, almirah, clock, display boards, phones, curtains, computer, printers, electricity, fans, AC etc. for the use of Railway staff, within 03 months of acceptance. However, this office will be the property of contractor and he can take back the released material after completion of work. Failure to provide site office shall attract a penalty of Rs.25000 per month, recoverable from running bill. The Engineer shall be at liberty to modify any or all of the drawings submitted by the contractor in connection with any of the aforesaid temporary works and the execution of such temporary works shall not be commenced until the said drawings or modified drawings have been approved. But examination by the Engineer of the contractors drawings or any approval expressed by him with regard to the rate, or to the materials, thereof or therefore either with or without modification shall not absolve or relieve the contractor from any of his liabilities in connection there with under the contract. The contractor shall before handing over the works or any part thereof to Railway, dismantle and remove all temporary works and temporary materials

10.2

10.3

10.4

10.5

Signature of tenderer/s

Page 41 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

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 of removal and/or disposal. 10.6 SETTING UP OF FIELD LABORATORY For works costing above Rs.5 crores, the Contractor shall be required to set up a well equipped field laboratory of suitable size in proportion to the magnitude of work and to suit the nature of work, at his own cost at the work site which shall be open for use and inspection by the Railway at any time. The laboratory shall be equipped with necessary equipments as directed by Engineer, to carry out the various tests required based on nature of work involved & their conforming to relevant codal provisions and specifications. All the pressure gauge, machines, equipments and other measuring equipments of the laboratory shall be of BIS approved makes and will be got checked / calibrated regularly as directed by the Engineer and necessary certificate furnished to the Engineer by the contractor. The contractor shall render all reasonable assistance and help in carrying out the checks and tests. In contracts having quantity of earthwork more than 2 lacs CUM, the contractor will be required to arrange the nuclear testing gauge of approved make to measure the in-situ moisture content and field density. All the equipments, machinery etc. shall be kept in good working conditions. The cost of setting up the laboratory, equipping and maintaining the same including the cost of Electricity/lights & conducting of tests on materials and cubes shall be borne by the contractor. Failure to provide Field Laboratory within 2 months of commencement of work, shall attract a penalty of Rs.25000 per month, recoverable from the running bill. 11.0 APPROVED BRANDS (Except Cement & Steel) The contractor shall use the following items of approved makes only, as given below:(a) Sanitary Installation:- Hindware, Cera, Parryware (b) } (at least 3 or more BIS approved brands of important items should be } listed) (c) } ROUTINE TESTS AND ADDITIONAL TESTS Routine tests on various materials shall be carried out as per the IR Unified Standards Specifications for works & materials or the relevant BIS Codes. In addition to the tests required under clauses thereof, the Engineer or his representative may order tests to be carried out by an independent person appointed by him at such place or in such laboratory as he may determine in accordance with the appropriate clauses of relevant Standard Specifications and the cost of such tests shall be borne by the contractor. 13.0 INSPECTION OF MATERIALS

12.0

Signature of tenderer/s

Page 42 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

13.1

Whenever the Engineer or his representative gives notice to the contractor that materials are to be inspected at the site, the contractor shall having regard to the inspection, test or examination required, give to the Engineer or his representative sufficient notice of such materials being ready for inspection. Delay to works arising from the late submission of such notice will not be acceptable as reason for delay in the completion of the works. REJECTION OF MATERIALS Factory made material shall have to be tested before leaving the manufacturers premises. However, appropriate materials may also be tested on the site and they may be rejected if found not suitable or not in accordance with the specifications, notwithstanding the result of tests at manufacturers works or elsewhere or test certificate. The Engineer or his representative shall have the right to order, at any time, that any construction materials which do not meet with his approval shall not be used in the works. Such rejected materials shall be removed from the site by the contractor at his own expenses, not withstanding any prior approval which might have been given earlier. Once a particular material is rejected by Engineer, an entry to that effect should be made in material passing register. The instructions to the contractor to remove the rejected material within reasonable time as given by the Engineer should be complied by the contractor/s at his own cost. In case of default on the part of the contractor in removing rejected materials within the time specified in notice, the Engineer shall be at liberty to have them removed by other means at the cost of the contractor. In addition, a penalty of upto Rs. 50,000/- per case for above default may also be levied on contractor. MISCELLANEOUS The railway shall not be responsible for any loss or damage to the contractor/s men, materials, equipment, tools and plants etc. from any cause whatsoever. No claim for idle labour, idle machinery and plant etc.,on any account will be entertained. Similarly, no claim shall be entertained for business loss or any such loss. TIMELY NOTICE FOR INSPECTION OF FOUNDATIONS ON WORKS TO BE COVERED UP: The contractor shall give notice to the Engineer when and as soon as the excavation of any portion of site for obtaining foundation or bottom, whether above or below water, has reached the depth and width shown on the drawings. The contractor shall also give further notice to the Engineer, when ever any foundation or bottom is ready for inspection and whenever it is necessary to cover up a work in respect of which previous inspection is desired by the Engineer, so that the engineer may inspect the same before it is covered up. No foundation or bottom of work shall be covered up or filled or built upon without the previous consent in writing of the engineer. In default of such

13.2

14.0 14.1

14.2

14.3

14.4

14.5

15.0

Signature of tenderer/s

Page 43 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

notice and consent in writing aforesaid, the foundation or bottom of work shall on the order in writing of the Engineer, be uncovered and any filling put in or work built thereon be removed or pulled down by the contractor at his own cost. 16.0 16.1 16.2 GENERAL The Railway shall not be responsible for any loss or damage to contractors men, material, equipment, tools and plants etc. due to any cause what so ever. If any work (whether temporary or permanent) or materials, the value of which has been included in an on account bill is destroyed or damaged or has/have, for any other reasons, to be replaced or restored by the contractor, the value of the work or other materials as destroyed may be recovered by the railway administration from any payment due to the contractor or may be recovered at any time from the contractor as debit due to the contractor and no payment made by the Railway to the contractor after the aforesaid amount becomes due and recoverable shall in any way prejudice Railways right for lawful recovery. The contractor will ensure that if minimum water way of the bridge is blocked during the course of construction then such blockage is removed by him at his own cost before the middle of June ever year or as directed by the Engineer. Any damage to the bridge on this account will be the contractors responsibility.

16.3

16.4 In any case, in which by virtue of section 20(a) and 21(4) of the Contract Labour Regulation and Abolition act, 1970, the Railway is obliged to provide amenities and/or pay wages to labour employed by the contractor directly or through petty contractor/s or sub contractor/s under this contract, then the contractor shall indemnify the Railway fully and the Railway shall be entitled to recover from the contractor, the expenditure incurred on providing the said amenities and/or wages so paid by deducting it from the security deposit or from any sum due to the contractor provided that if any dispute arises as to the expenditure incurred by the Railway or provision of the said amenities, the decision of the Engineer thereof shall be final and binding. 16.5 The contractor shall arrange for effective technical supervision of the work and shall be represented by the authorized representative at the site of work during the currency of the contract. He will arrange to receive all the correspondences at the site of work during execution of work. No claim for extra payment shall be entertained on account of interruption to work due to rain, floods or due to delay in acquisition of land in some portion, delay in arranging closure of water channels etc. The pathways for the piers in water and elsewhere will have to be made and maintained by the contractor and nothing extra shall be payable on this account. There may be a water supply/sewerage/any other underground/overhead line passing at the site of work and any delay in its shifting/adjusting will not entitle the contractor to any claim whatsoever.

16.6

16.7

16.8

Signature of tenderer/s

Page 44 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

16.9

Work will have to be done departments/agencies if any.

in

close

co-operation

with

the

other

16.10 Contractor shall protect the site of work right from start at all times by means of wooden bamboo/ballies and duly painted M.S. sheets. The height should not be less than 1.8 metre and shall be strong enough to prevent un- authorised entry etc.

16.11 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 requisite licenses for temporary obstructions, enclosures and pay all fees, taxes and charges, which may be levied on account of his operations while 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. Nothing extra shall be payable on any such account and accepted rates of various items in the schedule of items, rates and quantities shall be deemed to cover any such aspect. 17.0 17.1 SAFETY MEASURES/PRECAUTIONS AND PENALTIES FOR VIOLATIONS Contractor shall take all precautionary measures in order to ensure the protection of his own personnel, machinery and equipment moving about or working on the railway yard/premises and shall have to conform to the rules and regulations of the Railway. If any unforeseen accident or injury happens at site of work, the contractor shall be solely responsible for the same. If and when in the course of the work, there is likely to be any danger to persons in the employment of the contractor due to running traffic while working in the railway yard/premises, the contractor shall apply in writing to the Railway to provide flagmen or lookout men for protection of such persons. The Railway will however decide as to whether it is necessary to post such flagmen for various types of work and also the number of such men required to protect the gang or gangs of the contractor/s working at site. The Railway shall remain indemnified by the contractor in the event of any accident occurring in the normal course of work, arising out of the failure of contractor or his men to exercise reasonable precautions at all places of work whether or not the Railway decides to post flagmen at any particular site of work. Notwithstanding the above provision, it should be clearly understood that the safety of men and material at the worksite will be the sole responsibility of the contractor. The contractor shall abide by the railway regulations in force for the time being and ensure that the same are followed by his representatives, agents or sub contractors or workmen. He shall give due notices and training to his employees and workers about provision of the above para. While working within station limits especially on passenger platforms, the contractors shall ensure that at all time sufficient space is left for free movement of passenger traffic. He must cover and/or barricade the excavations carried out in such areas and continue to maintain these till the work is completed with a

17.2

17.3

Signature of tenderer/s

Page 45 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

view to avoid any accident to public or to railway staff or his own workmen, machinery and equipment. 17.4 The work must be carried out most carefully without any infringement of the Indian Railway Act or the General and Subsidiary Rules in force on the Railway in such a way that they do not hinder to railway operation or affect the proper functioning or damage any railway equipment structure or rolling stock except as agreed to by the Railway provided that all damages and disfiguration caused by the contractor to any railway property must be made good by the contractor at his own cost failing which cost of such repairs shall be recovered from the contractor. The work must be carried out in the yard without any infringement to the Schedule of Dimension applicable for BG as issued by the Railway Board. It will be responsibility of the contractor to ensure that there is no infringement to the track which will affect the smooth and efficient running of traffic.

17.5 Moreover, if at any time the works to be carried out directly concern the safety to trains & locos, the contractors staff must comply fully with the railway regulations given to him by authorised railway staff. The contractors employee and workers may for no reasons operate an installation concerning train safety or train movement. They shall notify the authorised representative of the Railway who will take all necessary steps in this regard. Special attention of contractor/s is drawn to relevant clause of General conditions of Contract, 1999 and advised to take all precautions for the safety of public, railway staff, property and his own personnel. 17.6 If the work is to be executed in proximity of the running railway track, the contractor will be required to follow all precautions and carry out all works that may be necessary to ensure the safety of the running track/trains, without imposition of any speed restriction thereon as may be directed by the Engineer or his authorized representative. No claim whatsoever will be entertained for either any inconvenience or interruption caused to the contractor or for the rescheduling of the operations or for any other reasons on this account. The contractor shall be responsible for safe custody of tools and for the safety of his labour. He should ensure that labour on work removes their tools clear of the track on the approach of any trains. After the days work, the contractor should ensure that the tools are deposited in proper tool box before the labourers proceed for their home. Tool issued should not be allowed to fall in unwanted hands who can tamper with the railway track. The contractor shall employ suitable supervisor to supervise the work at site. Though all the work relating to the safety of running trains shall be executed under railway supervisor, presence of qualified supervisor from the contractors side is a must at the site of work. In case of failure to adhere to above provisions or if unsafe practices/ safety violation by contractor/his staff are noticed at the site of work, the contractor shall be levied with a penalty of . 20,000/- for the Ist incident, 50,000 for the IInd incident and 1,00,000 for subsequent such incident. Repeated safety violations

17.7

17.8

Signature of tenderer/s

Page 46 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

shall become a valid ground for initiating the contract termination proceedings under clause-62 of GCC-99. 17.9 In the event of occurrence of an accident at the work site, a departmental enquiry shall be held and in case it is established that the accident has occurred on account of contractors negligence or the negligence of his men, penalties up to an upper limit of 10% of the total cost of the work shall be imposed on the contractor. Further, the railway administration reserves the right to terminate the contract with immediate effect if the contractor is found responsible for causing an accident after giving show cause notice/notices to the contractor in addition to lodging of criminal case under Railway Act/IPC.

17.10 In the event of contractor not completing the work or leaving if unsafe at the end of days work, warranting speed restrictions to be imposed, track shall be attended by the Railway immediately at the contractors cost without any further notice. In addition to the labour cost recoverable from the contractor, supervision charges @ 12 % and train detention charges @ 5000/- every half hour of delay or part thereof shall also be recovered. 17.11 In case of any damage to OFC/Cable occurred due to fault of contractor, a flat penalty of Rupees One Lac will be imposed. (Ref:- CAO/Cs L/No.74W/O/WA/Pt.X/CP dt. 2.8.2007). 17.12 Following annexures enclosed with these special conditions site data & specifications will form an integral part of the contract. Annexure - 1 Attached.( Para 826 of IRPWM correction slip No. 69 dt. 23.5.2001). Annexure 2 Attached (Training to Supervisors and operators of contractor). Annexure 3 Attached. ( Safety compendium). Annexure4 Safety precautions & measures to be observed during execution of ROB/RUB works. (Rly. Boards letter No. 97/CE1/BRO/158(Policy)Pt.II dt. 16.7.2009). 18.0 18.1 GENERAL RESPONSIBILITY AND LIABILITY OF CONTRACTOR: Contractor/s shall be responsible for any type of structural damage to property or injury caused by work or his workmen to persons, animals, or things and shall indemnify the Railway in-respect thereof and shall be held entirely responsible for all works carried out by him until it is finally taken over by the Railway and he will be liable to be called upon to make good any damage or loss which may occur to the bridge work by inclemency of weather, flood etc or due to any other cause during entire period until the work is taken over. Examination or approval by the Railways of any drawings or other documents submitted by the contractor shall not relieve the contractor of his responsibilities and /or liabilities under this contract.

18.2

Signature of tenderer/s

Page 47 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

18.3

Notwithstanding the specifications and conditions stated in the contract, the contractor shall keep Northern Railway authorities fully indemnified and free from all liabilities and risks consequential to any lapse on his part in respect of material quality, standard of workmanship, accuracy of fabrication and the like. He shall provide all labour and material required for execution of the work as per listed standards and in absence of any IRS & BIS specifications to the relevant British / American standards. Latest edition of relevant Codes including upto date correction slips, on date of submission of tender/negotiated rates shall govern. These Codes of Practice are available from the Manager, Government of India publication Branch, Patiala House, New Delhi and Director, Indian Standards Institution, Manak Bhawan, Bahadur Shah Zafer Marg, New Delhi. Contractor must have one copy of each relevant code at site as applicable for ready reference of site Engineer / other inspecting officials SCHEDULE FOR TIMELY COMPLETION OF WORK AND PENALTY FOR DELAYS

18.4

18.5

19.0

19.1 The whole work shall be completed within the stipulated completion period from the date of issue of acceptance letter. 19.2 The sequence in which the various works & activities are programmed & scheduled to be carried out shall be prepared by contractor in the form of CPM/BAR charts and will be submitted to Railway within 30 days of the allotment of the work and the same shall be got approved from the Contract Signing Authority. 19.3 Mid-term progress review and token penalty for slow progress: The contractor shall be required to maintain proportional progress in accordance with the Bar Chart/CPM chart approved by the Railway. During the course of work, the progress will be reviewed every 6 months, and if the progress achieved by the contractor is found to be significantly lagging behind the proportional progress shown in the approved schedule due to reasons 1,00,000 entirely attributable to the contractor, then a token penalty of upto per month of delay, can be imposed by the contract signing authority on the contractor after issuing a 15 days show cause notice. However, the penalty so imposed, shall be waived off, if the contractor achieves the scheduled progress as per approved bar chart/CPM chart in the subsequent quarters. RECORDS OF CONSTRUCTION WORK: The contractor is required to take and supply to Engineer-in-charge, coloured photographs and films on construction activities including the one prior to the work. The coloured photographs shall be taken by the contractor of all the construction activities pertaining to the work at regular intervals as directed by Engineer-in-charge. Three sets of 5 x 7 prints of each snap shall be supplied. Out of the above, the contractor shall be required to supply, as directed by

20.0 20.1

20.2

Signature of tenderer/s

Page 48 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Engineer-in-charge, blow up size colour prints of upto 36 x 36 size upto 5 photographs of each important site (minimum 03 copies of each). The negatives of all the photographs taken shall also be supplied to the Engineer-in-charge. The contractor shall show extreme promptness in taking, supplying of the photographs on directions of Engineer-in-charge. 20.3 All the cost of reels, taking and recording, developing and printing etc., shall be deemed to have been included in rates quoted against various items and nothing extra shall be paid for the items of work under this clause as above. The Railways shall have full ownership and copy right of all these photographs and the contractor/ tenderer shall indemnify the Railways against any claim of any sort. The contractor shall 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 shall be handed over to the Engineers representative after carrying out the tests. SITE REGISTERS: The following registers will be maintained at site by the contractor/s: (i) Site Order register: The contractor shall promptly sign orders given therein by the Engineer or his representative or his superior officers and comply with them. The compliance shall be reported by the contractor to the Engineer in reasonable time so that it can be checked / verified. 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. Steel register: This register will be maintained to record the receipts of steel items and details of reinforcement and members wherever steel is used. Labour register: This register will be maintained to show daily strength of labour in different categories employed by the contractor. Plant and machinery register: This register will record daily particulars of machinery with the contractor and will be signed jointly by the Engineers representative and the contractor. vi. vii. viii. ix. Compaction register (for Earthwork in filling) Soil samples test register (for Earthwork in filling) Quality control register for various materials Cube testing register.

20.4

21.0 21.1

(ii)

iii

iv.

v.

Signature of tenderer/s

Page 49 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

x. xi.

Daily progress register. Hindrance register: This register will maintain the number of days

when work could not progress / remained suspended and reason thereof. The list given above is not exhaustive, contractor may be asked to maintain additional registers, if required by Engineer-in-charge. 22.0 INTERRUPTION OF WORKS DURING MONSOONS: The contract period may extend over a monsoon and the stipulated completion period is inclusive of the monsoon/rainy season. The contractor should, therefore, plan and prepare his work keeping this fact in mind. 23.0 23.1 CONSTRUCTION EQUIPMENTS: The contractor shall arrange and operate at his own cost, all necessary tools, plants, machineries and equipments necessary for successful and timely completion of the work. If in the opinion of the Engineer, equipment/plants brought by the contractor are not suitable for the work concerned, the Engineer shall have the right to order the contractor to replace them by suitable plants/equipments. In the interest of public convenience, the Engineer may insist on a specific way of execution of the work. The contractor shall be required to give a trial run of the equipments for establishing their capacity to achieve the laid down specifications and tolerance to the entire satisfactions of the Engineer before commencement of any work. All equipments provided shall be of proven efficiency and shall be operated and maintained in a manner acceptable to Engineer-in- charge. No equipment shall be removed from the site without prior permission of the Engineer- In-charge. MACHINERY AND PLANT: The contractor will be entirely responsible to arrange all necessary machinery including concrete mixers, weigh batcher, vibrators, compressors, pumps, pneumatic equipments, dredges, derricks, cranes, service girders, staging, motor vehicles, trailer, tools and plants and their spare parts required for sufficient and methodical execution of work and transport them to the site of work. Delay in procurement of such items due to their non-availability on account of import difficulties or any other cause whatsoever, will not be taken as excuse for slow or non-performance of the work. Safety of plants and machinery will be the responsibility of the contractor and for any loss due to any cause or wash away in flood, or otherwise, no claim will be entertained on this account whatsoever

23.2

23.3

23.4 23.5 24.0 24.1

Signature of tenderer/s

Page 50 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

24.2

The Railways may give on hire to the contractor any plant or equipment, if available. But it will not entertain any claim due to the railway failure to do so nor can the Railways inability to supply such plant taken as an excuse for slow progress or non-performance of the work. If, any plant is loaned by the Railway to the contractor on hire, charges will be levied, as detailed below and separate agreement will have to be entered into before the plant is issued. (A) The cost of the plant for the purpose of calculating the hire charges shall be its book value plus freight charges and all other incidental charges to which supervisions charges at the rate of 12-1/2% on total cost will be added. (B) The charges per annum will be calculated at the following rates on the cost of plant as per (A) above. i) Ordinary repair and maintenance charges 5%.

24.3

ii) Interest on the capital cost at the ruling rate, dividend payable by the Railways to the General Revenue. iii) Special repair and maintenance charges at 10%. iv) Depreciation charges at the following rates Light plant - 16% per annum. Heavy plant - 10% per annum. Special plant - 6% per annum. The classification of the plants shall be as per para 1202 Indian Railway Bridge Manual 1998. (C) An additional 10% on the total (i) to (iv) above to meet contingencies. The hire charges per day shall be arrived at by dividing the annual hire charges vide (B) above by 250 which shall be assumed number of working days in a year for this purpose. These hire charges will be payable from the day, the plant is handed over till it is returned by the firm/contractor to the Railways. However, during this period if the plant remains out of order for reasons beyond the control of the hirers or is sent for periodical overhaul, such periods shall not be counted for levy of hire charges provided a certificate to that effect is given by the Engineer. In case of any difference of opinion between the Engineer and the contractor, the decision of the Dy.Chief Engineer/Const. will be final and binding. 24.4 Running expenses including fuel, lubricants and stores and labour if supplied by the Railway will also be paid by the contractor at the cost to be determined by the Railway. In general, the contractor should make his own arrangements for the fuel, transporting to the site of work and storing for use as per prescribed rules. Staff and stores for running the plant may be supplied by the contractor with approval of Engineer. The staff must be properly skilled to operate the plant concerned.

. 24.5

Signature of tenderer/s

Page 51 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

24.6

Items of plant leased to the contractor shall be handed over to him at the railway workshop or at any place convenient to the Railway. Carriage charges, hire charges and other incidental charges including leading, loading and unloading etc. to the place of work as also back to the place of delivery or the railway workshop at nominated place, as required by the Railway, when a plant is no longer required by the contractor, will be borne by the contractor

Signature of tenderer/s

Page 52 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

NORTHERN RAILWAY
SCHEDULE OF ITEMS, RATES AND QUANTITIES Name of work Earthwork in filling and cutting, Supplying and laying of blanketing, Const. of RCC Box bridges, jacketing & strengthening of existing minor bridges, Construction of Quarters, Extension of station buildings, boundary wall, Ballast wall, side drain, sewer pipe line, Precast CC blocks & fencing walls on L-Xings, height gauge, road work etc. & allied works in connection with Jalandhar Cantt. Suchipind doubling Rs.350.31 lac Rs. 325160/17.01.2012 soon after 15.00 hrs. 12 Months (from the date of issue of acceptance letter/telegram) SCHEDULE FOR QUOTING RATES SN DESCRIPTION Basic cost as per the basis rates of USOR-2010 (Detail enclosed in Annexure). Rates to be quoted by the tenderer in %age above / below / at par on the basic rates of USOR-2010 against each chapter.

Approximate cost Earnest money Date of Opening Completion period

SCHEDULE-A (SOR ITEMS) 1 For all items of Chapter 1 Rs. 5022162.10 Earthwork.

For all items of Chapter 2 Rs.154145.96 Carriage of Material.

For all items of Chapter 3 Rs.3826928.06 Plain concrete.

For all items of Chapter 4 Rs.2698982.45 Reinforcement cement conerete. For all items of Chapter 5 Rs. 3279777.11 Brick work.

Signature of tenderer/s

Page 53 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

For all items of Chapter 7 Rs. 462500.26 Woodwork.

For all items of Chapter 8 Rs. 2610922.00 Steel and aluminium work.

For all items of Chapter 9 Rs. 766760.62 Flooring, paving and Dado.

For all items of Chapter 10 Rs. 215228.48 Roof & ceiling.

10

For all items of Chapter 11 Rs. 819354.80 Finishing Machinery.

11

For all items of Chapter 12 Rs. 46661.40 Painting, Polishing & varnishing. For all items of Chapter 13 Rs. 92152.34 Water Supply.

12

13

For all items of Chapter 14 Rs. 810150.88 Drainage and sewerage.

14

For all items of Chapter 15 Rs. 87583.41 Sanitary Installation.

15

For all items of Chapter 17 Rs. 387038.12 Miscellaneous building works.

16.

For all items of Chapter 18 Rs. 6978.00 Dismantling and demolishing.

17

For all items of Chapter 19 Rs.577514.59 Bridge works (sub-structure).

Signature of tenderer/s

Page 54 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

18

For all items of Chapter 22 Rs.150640.50 Bridge works (Miscellaneous)

19

For all items of Chapter 23 Rs. 430355.42 Road and Platform works

Signature of tenderer/s

Page 55 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Group B NON-SCHEDULE ITEMS: NS Item NS-1 Description Qty. Unit Rate quoted by tenderer/s in fig & words

Supplying and laying of blanketing material as per 10145 latest RDSO specifications (40mm and down gauge up to 75 micron) on newly constructed embankment and compacting the material for thickness varying up to 1 metre over the top of sub grade including all lead, lift, ascent, descent, octroi, royalty and other taxes and compensation, crossing of nallahs/stream and other obstructions including mechanical compaction in layers(not exceeding 30 cm thick) with vibratory rollers, handling, re-handling dressing of banks to the final profile complete in all respect with all labour and material as a complete job as per special data and specifications and as directed by the Engineer-in-charge. Rebate for dismantling of existing structures built up with any type of mortar such as buildings etc. having jack arch roofing/RCC roofing/ACC sheet roofing including dismantling of existing structures of any height & upto 60cm below ground level and built up with any type of mortar, leading the debris and other released materials after dismantling to outside the railway land including levelling and dressing up of the surface as a complete job. All released material such as channels, girders, debris etc. except electrical fittings will be the property of the contractor and the measurement on plinth area basis will be done and nothing extra will be paid for dismantling. 160

Cum

NS-2

Sqm

NS-3

Providing and filling with hand packed boulders 60 not less than 150mm of size in any directions and not less than 15 kg. In weight as per standard profile behind abutments, wings return walls for all heights above bed level as directed by the Engineerin- charge including all leads, lifts, octroi, royalty taxes, ascents, descents, crossing of tracks, nallahs, level crossings and any other obstructions whatsoever including all labour and materials as a complete job as per standard specifications and Page 56 of 95

CUM

Signature of tenderer/s

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

conditions of contract. Note: Payment to be made on stack measurement basis. The quantity of boulders will be reduced by 15% to allow for looseness in stacking. NS-4
Supplying, fixing and erection in position lifting barrier 2 of 8 to 11m long M.S. boom as per RDSO drawing No. SA 7992A,SA 7992M, SA/7990 A, SA 7990/M, SA,7984-A. SA 7984/M, 7982A/SA, 7982/M and erection of all these assemblies complete in all respect as per RDSO drawing No. SA 7999/M with all equipments required to complete the job including casting of C. Concrete 1:2:4 foundations as per drawings including all labour, materials, cost of cement to be used and paint etc. complete. a)For pedestal stand 4 Nos. b)For room stand 2 Nos. c)For winch 1 No. d)For cranks 2 Nos. e)Horizontal & vertical Wheels as per requirements etc. other items if required for one set. Making foundation of cement concrete 1:2:4 for three 2 Nos. levers ground frames/lever including 2 Nos. of CI foundation A/B type and fixing in position one lever and F.F. lever. This work includes casting of foundations, fixing of frames and other assembly as per required drawings and painting work on assembly and other parts of lifting lever with illuminious paint retroflective tape and enamelled paint of required colour etc. wherever required including cost of all labour, materials, assembly, paint and cost of cement to be used for foundation etc. completed in all respect. This also includes the dismantling of old gate assembly and stacking of dismantled material as required. Note: 70% payment of NS-4 and NS-5 shall be paid on completion of respective item and balance 30% payment shall be released on successful commissioning of lifting barriers. Dismantling of existing track 52 kg/60 kg/90R/75R 1.20 Rails with CST-9/ Twin block PRC/ST/Wooden sleepers etc. of any density including all fittings and fastening complete, Rails all lengths, welded panel/single rail section including cutting of rails where required and stacking the released materials i.e. rail, sleepers including other P.way fitting at JUC station yard on JE/SE/Cs store or as per directions of Engineerin-charge including all lead, lift, ascends, descends or any other obstructions, crossing of lines etc. as a complete job under running traffic. Each P.way fitting

Each

NS-5

Each

NS-6

Track Km

Signature of tenderer/s

Page 57 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

should be separated out and properly stacked in JE/SE/C/Store at JUC station or any other place as directed by Engineer-in-charge.

NS-7

Providing and laying 25 mm dia M.S. Conduit pipe 268 for electrical wiring conforming to IS 1643/1972 thickness of conduit pipe should be 18 SWG including prov. of junction box of appropriate size, design with requisite number of ways (max. 4 ways) and also MS bends, cost of material binding wire for positioning and holding the conduit in the right location as per design in the roof slab & walls including, cutting of chases in brick walls and making good, the internal/external finish, provision of G.I. fish wire 16 SWG inside all conduit including all incidental work with labour and material complete as per approved working drawings including provision of M.S. Hooks for fixing conduit pipes. Providing & fixing Switch boxes manufactured from 16 SWG MS sheet conforming to relevant IS specifications in the walls including cutting and making good the walls after fixing the box with arrangement for providing screws of 3mm dia for covers to the following sizes as per design and drawing including cost of priming and 2 coats of paint of approved quality, complete with all labour and material of size. a) 300mm x 200mm x 100mm 24 b) 180mm x 100mm x 60mm 48

Mtr.

NS-8

Each Each

NS-9

Loading, leading, unloading and stacking of PSC sleepers/wooden sleepers/ST sleepers/CST-9 plates tie bars & other Misc. P.way material as directed by Engineer-in-charge. Note: Above item will be used for short and long lead. There will be free lead of 200m. From point of lead beyond free lead of 200m and upto 1 70 Km. For additional lead for subsequent km or part thereof 1330 over 01 km and upto 20 km. For additional lead for subsequent km or part thereof 2100 over 20 km and upto 200 km.(Av. Lead 50 Km.) MT KM MT KM MT KM Each

(a) (b) (c) NS-10

Supplying & fixing of Danger Plate as per RDSO 6 Page 58 of 95

Signature of tenderer/s

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Drg. No. ETI/C/0069 Rev. C or latest and RDSO Specification NO. ETI/OHE/33(8/85) or latest. The danger plates should be procured from RDSO/CORE approved sources, Fixing on height gauges should be done by suitable clamps made of M.S. flat size 40mm x 6mm coated with Red Oxide primer and black enamelled paint as directed by Engineer-in-charge as a complete job. NS-11 Manufacturing, supplying & fixing of W/L & C / 12 FA (in Hindi ) & W & CT in Hindi marked whistle board made out of 2mm thick aluminium alloy sheet confirming to IS 737 in size of 600mmx600mm and shape etc. as per annexure 8/4 of Para 807 and 808 of IRPWM with back support of 25mmx25mmx8mm angle iron fixing with angle post of height 4m of size 65x65x8mm & painting with 300mm high bands. The entire face of sign shall be covered with yellow high intensity encapsulated type retro reflective sheeting with heat lamp vacuum applicator machine process. The figure (W/L C / FA & W ) shall be cut out of black scotched film and provided on the base sheet with heat lamp vacuum applicator machine process. The item shall be complete in all respects with labour & material including cement concrete 1:3:6 in foundation masc. and incidental works related to the job. The work shall be carried out as per directives of engineer in charge at site to his entire satisfaction. (Cement used will be paid in relevant NS item) i. (W/L+ /) = 6 Nos. ii. (W Board + ) = 6 Nos. NOTE : 1. 70% payment shall be made after supplying the boards, along with posts and certificates. 2. Balance payment shall be made after erecting the boards in position. 3. In case railways decides to take only supply of boards, payment will be made @ 70% of the accepted rates. 4. This item has to be completed before CRS inspection. Failing which payment shall be made only for @ 70% of the accepted rate.
Each

Signature of tenderer/s

Page 59 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

NS-12

Manufacturing Providing & fixing caution indicator 2 board in size 1400x400mm made out of 2mm thick aluminium sheet confirming IS: 737 in size and shape etc as per annexure 8/4 of Para 807 & 808 of IRPWM manual with fixing on 25x25x3 mm MS angle iron covered with yellow high intensity encapsulated type retro reflective sheeting with heat lamp vacuum applicator process the black portion shall be screen printed in process colour . height of angle post 4.00M ( with MS angle iron post of size 65x65x8 mm with drilling hole and nut and bolt for clamping and painting with 300 mm high bands of white and black including fixing by excavating earth and filling cement concrete 1:3:6 including cost of cement used . NOTE : 1. 70% payment shall be made after supplying the boards, along with posts and certificates. 2. Balance payment shall be made after erecting the boards in position. 3. In case railways decides to take only supply of boards, payment will be made @ 70% of the accepted rates. 4. This item has to be completed before CRS inspection. Failing which payment shall be made only for @ 70% of the accepted rate.

Each

Signature of tenderer/s

Page 60 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Notes: 1. The tenderer/s will quote chapterwise percentage rate/s in figures as well as in words for all labour and material for Group A (Schedule Items) and item wise rates against Non-Schedule items in Group B in the Schedule of Rates and Quantities, failing which his/their offer will be treated as incomplete and shall be summarily rejected. 2. The quantities shown against non-schedule items and USOR items above are to serve as a guide only. Railway reserves the right to alter quantities according to the needs of the railway. 3. Steel will be supplied by the contractor i. Nothing extra will be paid for un-authorised overlap and wastage of steel involved in cutting the bars to their required sizes. ii. Test certificate for steel will be furnished by the contractor at his own cost from a laboratory approved by the Engineer-in-charge. 2. Necessary Sales tax as announced by the State Government as per Govt. order shall be levied on the contract bill (paid by the Railway for the work done) and as amended from time to time.63-64 3. Cement will be supplied by the contractor and rate against USOR item. The rates against non-schedule items shall be for the complete job. Steel will be supplied by the contractor and will be paid under relevant USOR item. I/We clearly understand that I/we are not entitled to any other payment on any account whatsoever, except the tendered rates for fully complete job.

Signature of tenderer/s

Page 61 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Detail of USOR Items: (USOR 2010) S. No. 1 2 3 4 5 6 7 8 USOR No. 011011 012010 012030 012040 013111 013120 013130 013140 DESCRIPTION Qty/ Rate Unit Amount

9 10

014052 014110

Chapter-1 Earth Work E/W in excavation in all kinds of soil 860 Extra over item 011010 for 860 dressings Extra for watering & ramming earth 290 in foundation. Filling, watering, ramming earth in 570 15 cm layers. E/W in cutting information -In all 8000 conditions & classifications E/W in filling in embankment. 10300 Extra for mechanical compaction. 18000 Removal of excavated/slip 100 earth/debris/malba from site of works. Turfing/planting etc - Turfing with 3000 plated doob grass. Providing & removing barricading 3300 with portable fencing Chapter-2 Carriage of Materials Loading/Unloading beams, slabs.individual length upto 3.5m Loading/Unlaoding beams, slabs.individual length more than 3.5m Leading miscellaneous materials such as beams slabs etc. not more than 3.5m long. lead upto 50m Addl. Lead for every 50m upto 500 Mtr. over item 021140 - 9 leads Leading miscellaneous materials such as beams slabs etc. not more than 3.5m long. over 500m & upto 10 Km. Leading miscellaneous materials such as rails etc. more than 3.5m long lead upto 50m. Addl. lead for every 50m upto 500 Mtr. over item 021160 -9 leads Leading miscellaneous materials such as iron work, rails, pipes, wooden logs, lead over 500m upto 10 Km

81.36 cum 8.70 cum 15.40 Cum 18.30 Cum 140.57 cum 213.67 cum 11.43 cum 95.82 Cum

69969.60 7482.00 4466.00 10431.00 1124560.00 2200801.00 205740.00 9582.00

4216.15 100 sqm 382.62 Mtr. Total

126484.50 1262646.00 5022162.10 8400.48 10429.00 8074.88

11 12 13

021131 021132 021140

88 100 88

95.46 MT 104.29 MT 91.76 MT

14 15

021141 021150

792 88

25.44 MT 177.74 MT

20148.48 15641.12

16

021160

100

93.41 MT

9341.00

17 18

021161 021170

900 100

28.65 MT 190.06 MT

25785.00 19006.00

Signature of tenderer/s

Page 62 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

19

021171

Addl.lead for every subsequent km over 10 km & upto 100 km over item 021170.- 40 leads Chapter-3 Plain Concrete Providing & lay CC - All works upto plinth level -1:3:6. Providing & lay CC - All works upto plinth level -1:4:8. Providing & lay CC - Upto plinth in coping, bed blocks etc.1:2:4 Providing and laying M20 grade concrete upto plinth Centering & shuttering etc. & removal of form work for foundations, footing & bases of columns Centering, shuttering etc.in retaining walls, return walls. Applying a coat of residual petroleum bitumen Supplying & using cement at worksite - PPC . Chapter-4 Reinforced Cement Concrete Providing and laying in position M 20 grade RCC for all work upto plinth level Providing and laying in position M 20 grade RCC for all work above plinth level upto floor two level. Centering & shuttering & removal of form work for foundations, footings, of FOB etc. Centering & shuttering & removal of form work for walls, plinth etc. Form work for suspended floors etc Form work for lintels beams etc. Form work for stairs excluding landings etc. Supplying & applying shuttering oil.

4000

9.33 MT

37320.00

Total 20 21 22 23 24 031011 031013 031023 031051 031061 60 162 2 232 100 1972.51 cum 1751.75 cum 2137.59 cum 2082.64 cum 121.03 sqm

154145.96 118350.60 283783.50 4275.18 483172.48 12103.00

25 26 27

031062 032070 033063

980 70 525

191.19 Sqm 127.53 Sqm 5198 Tonne Total

187366.20 8927.10 2728950.00 3826928.06

28

041011

135

2422.38 cum

327021.30

29

041012

205

2645.23 cum

542272.15

30

042011

200

120.6 sqm

24120.00

31 32 33 34 35 36

042012 042013 042014 042016 042040 045014

50 600 50 30 680

191.20 Sqm 185.57 sqm 163.20 sqm 225.10 sqm 6.55 sqm 47.58 kg

9560.00 111342.00 8160.00 6753.00 4454.00 285480.00

37

045016

Supplying reinforcement for RCC 6000 work -High yield strength deformed bars. Supplying reinforcement for RCC 29000 work -Thermo-Mechanically treated bars.

47.58 kg

1379820.00

Signature of tenderer/s

Page 63 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Total 38 39 40 051014 051015 051040 Chapter-5 Brick Work Brick Work with non modular (FPS) bricks in 1:4 in F & P Brick Work with non modular (FPS) bricks in 1:6 in F & P Extra over items 051010 & 051020 for brick work in S/S beyond plinth level upto floor two level. Half brick masonry in cement mortar 1:4. Extra for half brick masonry in S/S above plinth level upto floor two level. 975 454 946 2218.05 cum 2143.06 cum 133.42 cum

2698982.45 2162598.75 972949.24 126215.32

41 42

051182 051190

60 60

263.83 sqm 36.4 sqm Total

15829.80 2184.00 3279777.11

Chapter-7 Wood Work 43 072013 Providing and fixing panalled door shutters 35 mm thick Hollock wood. Providing and fixing panalled door shutters 30 mm thick Hollock wood. Providing and fixing wire gauge shutter using 35 mm thick hollock wood. Providing and fixing IS 2202 flush door shutters 35 mm thick Providing and fixing IS 2202 flush shutters 25 mm thick for cup boards. P&F M.S. grills of required pattern in frames of windows etc. -fixed for steel windows by welding. P&F fly proof galvanized MS wire gauze to widows with deodar beading. P&F float glass panes - frosted glass 4mm thick. Providing and fixing MS sliding door bolts 300mmx16 mm Providing and fixing MS sliding door bolts 250mmx16 mm Providing and fixing MS tower bolts 250mmx10mm Providing and fixing MS tower bolts 150x10mm 50 959.94 sqm 47997.00

44

072014

30

867.34 sqm

26020.20

45

072093

44

1167 sqm

51348.00

46 47

072141 072143

90 12

1591.73 sqm 1372.13 sqm

143255.70 16465.56

48

074231

900

64.31 Kg

57879.00

49

074263

60

419.38 sqm

25162.80

50 51 52 53 54

074312 075051 075052 075061 075063

60 24 16 60 90

464.6 sqm 114.12 Each 109.12 Each 42.28 Each 27.30 Each

27876.00 2738.88 1745.92 2536.80 2457.00

Signature of tenderer/s

Page 64 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

55 56 57 58 59

075071 075072 075084 078130 078140

Providing and fixing handles 125mm Providing and fixing handles 100mm

MS MS

door door

60 60 60 45 15

14.39 Each 12.07 Each 8.88 Each 391.41 mtr 2485.57 sqm Total

863.40 724.20 532.80 17613.45 37283.55 462500.26

Providing and fixing MS hooks and eyes -150mm P & F factory made PVC door frame P & F to existing door frames 30 mm thick PVC door shutter

60 61 62 63 64

081011 081012 081031 081032 081201

Chapter-8 Steel and Aluminum work Structural steel work in single sections in RSJ, tees, angles Structural steel work sections in flats plates in single

100 100

50.84 kg 50.63 kg 75.92 kg 73.26 kg 1803.72 sqm

5084.00 5063.00 2102984.00 300366.00 18037.20

Structural steel work welded in built 27700 up sections n tees etc Structural steel work welded in built up sections in flats plates P & F 1 mm thick MS sheet door shutter with frame of 40x40 X 6 mm M.S. angles. P & F rolling shutters of approved make 80 X 1.25 mm laths P&F T-iron frame for doors & windows P&F ciricular/hexagonal MS sheet ceiling fan box. 4100 10

65 66 67

081211 081270 081350

10 1820 30

2282.07 sqm 84..41 kg 98.03 Each Total

22820.70 153626.20 2940.90 2610922.00

Chapter-9 Flooring, Paving and Dado 68 69 70 71 091031 092011 092012 094013 Providing Brick on edge flooring CC 1:2:4, 25mm thick 12.5mm nominal size stone aggregate CC 1:2:4, 40mm thick 20mm nominal size stone aggregate P&L precast terrazzo tiles 22mm thick with white cement. 60 260 40 400 259.1 sqm 92.58 cum 120.99 sqm 621.71 sqm 15546.00 24070.80 4839.60 248684.00

Signature of tenderer/s

Page 65 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

72

094033

73 74 75 76 77

094071 094072 095012 095026 098023

Precast factory made terrazzo tiles 22mm thick with white cement with pigment. P&F 10mm thick heavy duty acid proof tiles in flooring. P&F 10mm thick heavy duty acid proof tiles in dado. Providing & fixing ceramic tiles 200x300 mm. P&F ceramic tiles - of group B-I-a Vitrified tiles. S&L interlocking precast CC block paver

40

598.04 sqm

23921.60

70 40 50 30 264

1252.14 Sqm 598.04 Sqm 498.12 sqm 932.87 Sqm 968.28 sqm Total

87649.80 53530.80 24906.00 27986.10 255625.92 766760.62

Chapter-10 Roofs and Ceilings 78 104011 10cm thick (average) mud phuska of damped brick with F.P.S. flat brick tiles of class designation 10 Providing gola 75 mm X 75 mm Making khuras 45cmx45cm. Painting top of roofs with residual type petroleum bitumen. P&F in position of wall face unplasticised Rigid PVC 110mm dia . PVC Bend 110mm Dia Shoe (Plain), 110mm dia, shoe PVC clips 110mm dia 490 237.92 sqm 116580.80

79 80 81 82 83 84 85

104130 104140 105030 108162 108182 108184 108192

200 11 490 56 10 10 30

54.98 Mtr. 96.00 Each 135.01 Sqm 182.18 Mtr. 236.39 Each 294.46 Each 164.34 Each Total

10996.00 1056.00 66154.90 10202.08 2363.90 2944.60 4930.20 215228.48

Chapter-11 Finishing Masonry 86 87 88 89 111011 111012 111120 111180 Cement plaster 1:4 mix in fine sand Cement plaster 1:6 mix in fine sand 18mm cement plaster in two coats under layer 12mm thick 1:5. Neat cement punning. 220 9540 100 70 57.39 sqm 57.38 sqm 92.68 sqm 10.66 sqm 12625.80 547405.20 9268.00 746.20

Signature of tenderer/s

Page 66 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

90

115011

91

115012

92 93

115020 115031

White washing with lime to give an even shade new work (three or more coats) Extra for using zinc oxide 75 gm/kg of lime for final coat of white washing. Lime wash on walls one coat with quick lime of approved quality. Colour washing New work (two or more coats) with a base coat of white washing with lime. Finishing walls with water proofing cement paint. Chapter-12 Painting, Polishing and varnishing Ready mixed pink primer Applying priming coat with ready mixed red oxide zinc chromate primer. Synthetic enamel paint two or more coats on new work

1320

8.36 sqm

11035.20

1320

4.67 sqm

6164.40

1000 1000

3.25 sqm 9.98 sqm

3250.00 9980.00

94

115110

5700

38.4 sqm Total

218880.00 819354.80

95 96

121011 121013

360 450

19.08 sqm 14.97 sqm

6868.80 6736.50

97

121051

810

40.81 sqm Total

33056.10 46661.40

Chapter-13 Water Supply 98 99 100 101 102 103 104 105 106 131131 131132 131133 131151 131152 131153 131162 132011 132021 GI Pipes internal work 15 mm dia nominal bore GI Pipes internal 20 mm dia nominal bore GI Pipes internal 25mm dia nominal bore. GI Pipes 15 mm dia nominal bore external GI Pipes 20 mm dia nominal bore external GI Pipes 25 mm dia nominal bore external Making connection 50 to 80 mm nominal bore Brass bib cock 15mm nominal bore. Brass stop cock 15 mm dia 100 60 60 10 60 60 4 20 12 131.57 mtr 163.22 mtr 221.72 mtr 128.42 mtr 157.14 mtr 214.91 mtr 610.28 Each 154.55 Each 151.88 Each 13157.00 9793.20 13303.20 1284.20 9428.40 12894.60 2441.12 3091.00 1822.56

Signature of tenderer/s

Page 67 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

107 108 109 110

132022 132031 132131 136150

Brass stop cock 20 mm dia P&F gun metal gate valve with Ci wheel 25mm nominal bore. PVC connection 30 cm long 15 mm dia Prov. & placing water storage tank on terrace/staging support .

10 6 16 3000

241.93 Each 419.88 Each 44.28 Each 6.43 Ltr. Total

2419.30 2519.28 708.48 19290.00 92152.34

Chapter-14 sewerage 111 112 113 114 115 116 141011 141012 141031 141032 142017 143171

Drainage

and 30 50 30 50 700 2 145.52 mtr 245.52 mtr 259.26 mtr 317.07 mtr 1099.39 mtr 152.49 Each Total 4365.60 12276.00 7777.80 15853.50 769573.00 304.98 810150.88

P, L & J glazed stoneware pipes grade A 100 mm dia P, L & J glazed stoneware pipes grade A 150 mm dia P&L cement concrete 1:4:8, 100mm diameter S.W. pipe. P&L cement concrete 1:4:8, 150mm diameter S.W. pipe. P&L Non pressure NP2 class RCC pipes 600mm dia RCC pipe. Making connection of drain or sewer line for pipes 100mm to 230mm dia.

Chapte15 Sanitary Installations 117 118 119 120 151011 151073 152010 152032 P & F WC Orissa pattern pan complete P & F wash hand basin 550mm X 400mm complete P&F glazed fire clay kitchen sink size 600mmx450mmx250mm P&F stainless steel kitchen sink 610mmx460mm bowl depth 200mm. Bevelled edge mirror 600mmx450mm P&F soil, waste and vent pipes 100mm dia sand cast iron S&S pipe as per IS:1729 P&F soil, waste and vent pipes 75mm dia sand cast iron S&S pipe as per IS:1729 4 6 5 1 3057.59 Each 1710.25 Each 2387.27 Each 3389.20 Each 12230.36 10261.50 11936.35 3389.20

121 122

152110 153011

6 28

706.70 Each 582.46 Mtr.

4240.20 16308.88

123

153013

20

525.76 Mtr.

10515.20

Signature of tenderer/s

Page 68 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

124 125 126

153021 153022 153031

Providing and filling the joints with spun yarn 75mm dia pipe. Providing and filling the joints with spun yarn 100mm dia pipe. P&F MS holder-bat clams of approved design to sand cast iron/cast iron pipe 100mm dia pipe. P&F MS holder-bat clams of approved design to sand cast iron/cast iron pipe 75mm dia pipe. P&F bend of required degree 75mm dia sand cast iron S&S as per IS:1729 P&F heel rest sanitary bend 100mm dia sand cast iron S&S as per IS:1729 P&F heel rest sanitary bend 75mm dia sand cast iron S&S as per IS:1729 P&F single equal plain junction 100mmx100mmx100mm sand cast iron S&S as per IS:1729. Providing and fixing terminal guard 100mm sand cast iron S&S as per IS-1729 Providing and fixing collar 100mm sand cast iron S&S as per IS-1729 Providing and fixing terminal guard 75mm sand cast iron S&S as per IS-1729 P&F trap of self cleansing design 100mm inlet/100mm outlet sand cast iron S&S as per IS: 3989.

20 40 12

27.03 Each 31.83 Each 123.24 Each

540.60 1273.20 1478.88

127

153032

10

111.63 Each

1116.30

128

153053

221.15 Each

1326.90

129

153061

331.49 Each

1988.94

130

153063

261.8 Each

1047.20

131

153091

623.38 Each

2493.52

132

153221

182.01 Each

728.04

133 134

153241 153243

8 4

152.97 Each 122.42 Each

1223.76 489.68

135

153271

832.45 Each Total

4994.70 87583.41

CHAPTER-17: MISCELLANEOUS BUILDING WORKS 136 171450 Supplying, boring, sinking & installation of 40mm dia hand tube well pump. Extra/less for sinking including drilling, supplying fitting fixing & installation of GI 80mm casing pipe over 18m. Extra/Less for sinking including drilling, supplying fitting fixing & installation of GI 40mmcasing pipe over 17m. 4 49709.88 Each 198839.52

137

171460

128

669.33 Mtr.

85674.24

138

171470

132

508.48 Mtr.

67119.36

Signature of tenderer/s

Page 69 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

139

171690

Providing & applying preConstruction anti-termite treatment

500

70.81 sqm Total

35405.00 387038.12

CHAPTER-18: DISMANTLING AND DEMOLISHING 140 182013 Demolishing mortar. brick in cement 20 348.90 cum 6978.00

CHAPTER-19 BRIDGE WORKS (SUBSTRUCTURE) 141 142 192011 192030 E/W in excavation for foundations and floors -All kinds of soils. Providing &Laying plain CC 1:3:6 with graded stone aggregate of 40mm size in foundation and floors. Providing and laying in position machine mixed Mix CC M-35 grade Cast in situ. Wing wall and Return wall. Providing and laying in position machine mixed machine vibrated and batched design Mix CC M-35 grade Cast in situ in RCC Box. Centering & shuttering including strutting, propping etc. for abutment and pier etc. Centering & shuttering including strutting, propping etc. and removal of form in bottom/top slab, side walls, toe walls etc. Providing and laying in position machine mixed, Mix cement concrete M-25 grade (cast in situ) in jacketing. Drilling 32mm dia holes for jacketing Inserting of dowel bars of specified dia (cost of rods to be paid extra). 100 28 359.8 cum 1723.15 cum 35980.00 48248.20

143

192062

55

2199.22 cum

120957.10

144

194010

66

1999.29 cum

131953.14

145

195032

300

191.2 sqm

57360

146

195038

600

191.2 sqm

114720

147

195040

80

772.86 sqm

61828.8

148 149

195041 195042

95 50

66.13 Mtr. 3.70 Mtr. Total

6282.35 185.00 577514.59

Chapter-22: Bridge (Miscellaneous) 150 222073

Works 140 756.09 Kg 105852.60

Sealing of cracks/porous - Epoxy Grout.

Signature of tenderer/s

Page 70 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

151

222180

Providing and filling of filter media consists of granular materials of G.W., G.P., S.W., groups as per IS 1498-1970 in required profile behind boulder filling of abutments, wings, return walls etc. for all heights above bed level. Total CHAPTER-23:ROAD PLATFORM WORKS: AND

30

1492.93 cum

44787.90

150640.50

152

231010

153

231042

154

231061

155

233011

156 157 158 159

234021 235010 237080 238041

Preparation of sub grade by excavating earth upto 22.5cm depth, dressing to camber and consolidating with power road roller. Providing and laying water bound macadam with specified stone aggregate base course with 63mm to 45mm size. For 50mm compacted thickness using 6 cum coarse aggregate of size 50mm-20mm graded. Providing and applying tack coat using bitumen emulsion (Rapid Setting) on W.B.M.@ 0.4kg/sqm 4cm thick bitumastic sheet with paving bitumen 80/100. Providing and laying seal coat of premixed fine aggregate. Providing and laying Dry brick edging laid length wise Manufacturing supplying and fixing retro reflective sign board Cautionary/warning sign boards of equilateral triangular shape.

330

36.75 sqm

12127.50

50

1297.96 cum

64898.00

330

348.18 sqm

114899.40

330

20.72 sqm

6837.60

330 330 200 22

386.69 sqm 86.58 sqm 18.38 Mtr. 3260.81 Each

127607.70 28571.40 3676.00 71737.82

Total

430355.42

Signature of tenderer/s

Page 71 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

ANNEXURE A To,

The CAO/Const./CE(C), Northern Railway, Kashmere Gate, Delhi 110 006.

Sub: Earnest Money. Sir, I/We, registered contractors of Class A in Construction Organization of Northern Railway, have already deposited Rs. 1,00,000/- (Rupees One Lac only) as Lump sum Earnest Money vide Receipt No. _____________ Dated ___________ to cover for tendering a number of works on __________________________ Northern Railway vide Railway Boards Letter No. 88/CE-1/CT/1/Vol.II Dated 06.08.1996. I/We agree that the aforesaid amount deposited as Lump sum Earnest Money by me/us shall also be available for forfeiture to the extent of Earnest Money specified in the tender for work/works tendered for of I/We fail to keep the offer open for the period specified therein. The amount so forfeited will be made good to make up the Lump sum Earnest money deposit of Rs.1,00,000/- (Rupees One Lac only) and so long it is not made good I/we shall not be eligible to tender on the basis of this Lump sum Earnest Money.

Signature of tenderer/s

Page 72 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-B SUPPLEMENTARY AGREEMENT Articles of Agreement made this day _______________in the year Two thousand and_________ between the President of India, acting through the_________________________ Northern Railway Administration having his office at _____________________________hereinafter called the Railway of the one part and __________________________________________of the second part. Whereas the party hereto of the other part executed an agreement with the party hereto of the first part being agreement No ________________________ dated __________ for the performance of ___________________________________ _____________ ___________________________ ___________________ here-in-after called principal Agreement. And whereas it was agreed by and between the parties hereto that the works would be completed by the party hereto of the second part on ______________date last extended and whereas the party hereto of the second part has executed the work to the entire satisfaction of the party hereto of the first part. And whereas the party hereto of the first part already made payment of the party hereto of the second part diverse sums from time to time aggregating to Rs.______________ including the final bill bearing Vr. No._ _________________________dated_______________(the receipt of which is hereby acknowledged by the party hereto of the second part in full and final settlement of all his, its claims under the principal Agreement. And whereas the party hereto of the second part have received further sum of Rs.________________ through the final bill bearing Vr. No._ ________________dated _________(the receipt of which is hereby acknowledged by the party thereto of the second part) from the party hereto the first part in full and final settlement of all his/its disputed claims under Principal Agreement. Now it is hereby agreed by and between the parties in the consideration of sums already paid by the party hereto of the first part to the party hereto of the second part against all outstanding dues and claims for, all works done under the aforesaid Principal Agreement including/excluding the security deposit, the party hereto of the second part have no further dues of claims against the party hereto the first part under the said principal agreement. It is further agreed by and between the parties that the party hereto of the second part has accepted the said sums mentioned above in full and final satisfaction of all its dues and claims under the said Principal Agreement. It is further agreed and understood by and between the parties that in consideration of the payment already made, under the agreement, the said Principal .Agreement shall stand finally discharged and rescinded all the terms and conditions including the arbitration clause. It is further agreed and understood by and between the parties that the arbitration clause contained in the said principal Agreement shall cease to have any effect and /or shall be deemed to be non-existent for all purposes. Signature of contractor/s Witness of the Signature. For and on behalf of the President of India Witness of the Signature

Signature of tenderer/s

Page 73 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

1._______________________ 2.______________________ Address: ________________________

1.____________________ 2.____________________

Signature of tenderer/s

Page 74 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-C PROFORMA DECLARATION I/We hereby solemnly declare that I/We visited the site of the work (as on top sheet) personally and have made myself/ourselves fully conversant of the conditions therein and in particular the following :1. 2. 3. 4. 5. Topography of area Soil strata at site of work. Source and availability of construction material. Rates for construction of material, water electricity including all local taxes, royalties, octrois etc. Availability of local labour (both skilled and unskilled) and relevant labour rates and labour laws. The existing roads and approaches to the site of work and requirements for further services roads/approaches to be constructed by me/us. The availability and rates of private land etc. that shall be required by me/us for various purposes. Climatic conditions and availability of working days.

6.

7. 8.

I/We have quoted my/our rates for various items in the schedule of items, quantities and rates taking into account all the above factors also. Signature of the Tenderer/s

Signature of tenderer/s

Page 75 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-D Constitution of Firm 1. Full name of contractor/s construction firm and year of establishment. Registered Head Office Address. Branch Office in India. Address on which correspondence regarding this tender should be done. Constitution of firm, give full details including name of partners/executives/power of attorney/holders etc. Particulars of registrations with Government/Semi Govt. Organization, Public Sectors Undertakings and local bodies etc.

2. 3. 4 5.

6.

Signature of the Tenderer/s.

Signature of tenderer/s

Page 76 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

ANNEXURE- E Details of Plant and Machinery, already available with the firm. SN 1 Particulars of equipment 2 No. of unit 3 Kind and make firm from which to be hired 4 Capacity 5

Date by which the plant would be available for use on this work. 6

Age & Condition 7.

Work on which it is being used 8.

Signature of the Tenderer/s.

Signature of tenderer/s

Page 77 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

ANNEXURE-F LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE/PROPOSED TOBE EMPLOYED FOR DEPLOYMENT ON THIS WORK: S.No. Name & Designation Qualification Professional Experience Organization With whom working Date by which personnel will be available for this work. 6

Signature of the Tenderer/s.

Signature of tenderer/s

Page 78 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-G STATEMENT OF WORKS EXECUTED BY THE CONTRACTORS DURING LAST THREE (03) YEARS . SN Name and place of work Authority/agency for whom Date of award and the work is being carried out. Agreement No. and date. 1 2 3 4

Date of completion (original/ Actual) 5

Agreemental cost of Principal/technical features of work/completion cost. work in brief. 6 7

S. No. at which relevant document are enclosed. 8

Signature of the Tenderer/s.

Signature of tenderer/s

Page 79 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-H STATEMENT OF WORKS BEING EXECUTED/IN HAND BY THE CONTRACTOR/S SN Name and place of work Authority/agency for Date of award and whom the work is Agreement No. and being carried out. date. 1 2 3 4

Date of Agreemental cost completi of work/likely cost. on( Original / actual) 5 6

Principal/tec hnical features of work in brief. 7

S. No. at which relevant document are enclosed. 8

Payment taken till.

Signature of the Tenderer/s.

Signature of tenderer/s

Page 80 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-I Detail of Contractual payment received in the last three financial year and current financial year. Name of Name of Detail of For the Total work employer payment financial Contract year amount received

SN

Signature of the Tenderer/s.

Signature of tenderer/s

Page 81 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

ANNEXURE-J FORM NO.E-5 Appendex-VIII

Real Time Gross Saving (RTGS)/ National Electronic Fund Transfer (NEFT) Model Mandate Form (Investor/customers option to receive payments through RTGS/NEFT) 1. 2. Investor/customers name Particulars of Bank Account: A) B) Name of the Bank: Name of the Branch. Address Telephone No. C) RTGS/NEFT IFS Code. Type of the account (S.B. Current or Cash Credit) With code (10/11/13). Ledger and Ledger folio number. Account number (as appearing on the Cheque book) (in lieu of the bank certificate to be obtained as under, please attach a blank cancelled cheque or a photocopy of a cheque or front page of your savings bank pass book issued by your bank for verification of the above particulars)

D) E) F)

3.

Date of effect. I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme. (..) Signature of the Investor/ Customer

Date Certified that he particulars furnished above are correct as per our records.Banks Stamp. Signature of Bank Authority (With seal)

Signature of tenderer/s

Page 82 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-K GUIDELINES FOR PARTICIPATION OF JOINT VENTURE (JV) FIRMS (The JV firms are allowed to participate only in the tenders of value more than Rs. 25 crores). 1. 2. Separate identity/ name shall be given to the Joint Venture Firm. Number of members in a JV Firm shall not be more than three, if the work involves only one department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves more than one department. 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. 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. Normally EMD shall be submitted only in the name of the JV Firm and not in the name of constituent member. However, in exceptional cases, EMD in the name of Lead Member can be accepted subject to submission of specific request letter from Lead Member stating the reasons for not submitting the EMD in the name of JV Firm and giving written confirmation from JV Members to the effect that the EMD submitted by the Lead Member may be deemed as EMD submitted by JV Firm. 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 upto 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 upto three members and not less than 10% each in case of JV Firms with more than three members. In case of JV Firm with foreign members)s), the Lead Member has to be an Indian Firm with a minimum share of 51%. A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV Firm alongwith the 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. (The MOU Format for this purpose is enclosed as Annexure K1. Once the tender is submitted, the MOU shall not be modified/ altered/ terminated during the validity of the tender. In case the tenderer fails to observe/ comply with this stipulation, the full Earnest Money Deposit (EMD) shall be liable to be forfeited. 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

3. 4. 5.

6.

7.

8.

9.

Signature of tenderer/s

Page 83 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

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. However, the Lead Member shall continue to be the Lead Member of the JV Firm. Failure to observe this requirement would render the offer invalid. 10. Similarly, after the contract is awarded, the constitution of JV Firm 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 be deemed to be breach of contract with all consequential penal action as per contract conditions. On award of contract to a JV Firm, a single Performance Guarantee shall be submitted the JV Firm as per tender conditions. All the Guarantee like Performance Guarantee, Bank Guarantee for Mobilization Advance, Machinery Advance etc. shall be accepted only in the name of the JV Firm and no splitting of guarantees amongst the members of the JV Firm shall be permitted. On issue of LOA (Letter of Acceptance), an agreement among the members of the JV Firm (to whom the work has been awarded) shall 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 by the JV Firm 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 partners of the JV. This Joint Venture Agreement shall have, inter-alia, following Clauses: Joint And Several Liability: 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 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. 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. Governing Laws: The joint venture agreement shall in all respect be governed by and interpreted in accordance with Indian Laws. Authorized Member: Joint Venture Members shall authorize one of the members 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 books and similar such acton in respect of the said tender/contract. All notices/correspondences with respect to the contract would be sent only to this authorized member of the JV Firm.

11.

12.

12.1

12.2

12.3 13.

Signature of tenderer/s

Page 84 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

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 members and that of the employer (Railways) in respect of the said tender/contract. Documents to be enclosed by the JV Firm along with the tender: In case one or more of the members of the JV Firm is/are partnership firms(s), following documents shall be submitted. Notary certified copy of the Partnership dead. Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in original). 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. In case one or more members/is are Proprietary Firm or HUF, the following documents shall 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 (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF.

15. 15.1 a. b. c.

15.2

15.3 a.

In case one or more members is/are limited companies, the following documents shall be submitted: Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Mangers of the Company to sign JV Agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company. Copy of Memorandum and Articles of Association of the Company. Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act mentioned in the Para (a) above. All the members of the JV shall certify that they are not black listed or debarred by Railways or any other Ministry/ Department of Govt. of India/State Govt. from participation in tenders/ contract on the date of opening of bids either in their individual capacity as members of the JV or the JV Firm in which they were/are members. Credentials & Qualifying criteria: Technical and financial eligibility of the JV Firm shall be adjudged based on satisfactory fulfillment of the following criteria: Technical Eligibility Criteria: (a or b mentioned hereunder)

b. c. 15.4

16. 16.1

Signature of tenderer/s

Page 85 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

(a)

(b)

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 upto the date of opening of the tender, one similar single work for a minimum value of 35% of advertised value of the tender. OR (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 of such components 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 the current financial year upto 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) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with estimated tender cost of it, as part of the tender documents without any ambiguity. Any work or set of works shall be considered to be a separate component, only when cost of the component is more than Rs. 2 crore each.

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 members share in that JV Firm for the purpose of satisfying his/her compliance to the above mentioned technical eligibility criteria in the tender under consideration. 16.2 Financial eligibility Criteria: The contractual payments received by the JV Firm or the arithmetic sum of contractual payments received by all the members of JV Firm in the previous three financial years and the current financial year upto the adapt of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender.

NOTE : Contractual payment received by a Member in an earlier JV Firm shall be reckoned only to the extent of the concerned members share in that JV Firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration.

Signature of tenderer/s

Page 86 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-K1 FORMAT FOR JOINT VENTURUE MEMORANDUM OF UNDERSTANDING/AGREEMENT THIS JOINT VENTURE MEMORANDUM OF UNDERSTANDING (MoU) /AGREEMENT EXECUTED AT ON THIS.DAY OF .. 2011 between M/s _________________ _ Registered office at _________________________________ as the first party and M/s ___________________________ Registered office at ___________________ as the Second party _____________________as third party. (The expression and words of the first and second and third party shall mean and include their heirs, successors, assigns, nominees execution, administrators and legal representatives respectively.) WHEREAS all the parties are engaged mainly in the business of execution of Civil, Engineering and General Contracts for various Government Departments and organisations. WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture for carrying on Engineering and/or contract works, in connection with __________________________________ and other works mentioned in Tender Notice No. ____________________dated ___________ of Northern Railway or any other work or works, as mutually decided between the parties to this Joint Venture. WHEREAS all the parties are desirous of recording the terms and conditions of this Joint Venture to avoid future disputes. NOW THIS MoU/AGREEMENT WITNESSTH AS UNDER: 1. That in and under this Joint Venture agreement the work will be done jointly by the First Party and Second Party in the name and style of M/s _______________________(Joint Venture of M/s ______ __________ _____________ ________ ______________M/s ___________ ______________and M/s. ___________________________). 2. That all the parties shall be legally liable, severally and or jointly responsible for the satisfactory/successful execution/completion of the work in all respects and in accordance with terms and conditions of the contract. 3. That the role of each constituent of the said Joint Venture in details shall be as under:The first party shall be responsible for __________________________ The second party shall be responsible for ________________________ The third party shall be responsible for _________________________. 4. The share of profit and loss of each constituent of the said Joint venture shall be as under:5. That all the parties of this Joint Venture shall depute their experienced staff as committed commensurating with their role and responsibility and as required for the successful completion of the works in close consultation with each other. 6. That the investment required for the works under this Joint Venture shall be brought in by the parties as agreed to between them from time to time.

Signature of tenderer/s

Page 87 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

7. That all the Bank guarantee shall be furnished jointly by the parties in the name of Joint Venture. 8. That the party number ________________________________________________ to this Joint Venture shall be the prime (lead) contractor and will be responsible for timely completion of work and to coordinate with the Railways to receive payments and also to make all correspondence on behalf of this Consortium/Joint Venture. 9. That all the above noted parties i.e._________________________________ not to make any change in the agreement without prior written consent of the Railway. NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ON THIS _____________ DAY OF ______________ TWO THOUSAND WITH REFERENCE TO AND IN CONFIRMATION OF THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON RECORD ON ________________. IN WITNESS THEREOF ALL/BOTH THE ABOVE NAMED PARTIES HAVE SET THEIR RESPECTIVE HANDS ON THIS JOINT VENTUE AGREEMENT ON THE DAY, MONTH AND YEAR FIRST ABOVE MENTIONED IN THE PRESENCE OF THE FOLLOWING WITNESS : WITNESSES; 1. 2. FIRST PARTY SECOND PARTY

Signature of tenderer/s

Page 88 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure K-2 Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria 1. The Partnership Firms participating in the tender should be legally valid under the provisions of Indian Partnership Act. 2. Partnership Firms are eligible to quote tenders of any value . 3. The partnership firm should have been in existence or should have been formed prior to submission of tender. Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening, as per Indian partnership Act. 4. Separate identity/name should be given to the partnership firm. The partnership firm should have PAN/ TAN number in its own name and PAN/TAN number in the name of the any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners. 5. Once the tender has been submitted, the constitution of firm shall not be allowed to be modified/altered/terminated during the validity of the tender as well as the currency of the contract except when modification becomes inevitable due to succession laws etc, in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraw from the firm after opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. Incase the tenderer fails to inform Railway beforehand about any such changes/modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm, then it will be considered a breach of contract conditions , liable for determination of contract under Clause 62 of General Condition of Contract. 6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender.

Signature of tenderer/s

Page 89 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

7. The tender form shall be purchased and submitted only in the name of partnership firm and not in the name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The EMD submitted in the name of any individual partner or in the name of authorised partner(s) shall not be considered. 8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a Power of Attorney, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign No Claim Certificate , refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such Power of Attorney should be notarized/ registered and submitted alongwith tender. 9. A notary certified copy of registered or notarized partnership deed shall be submitted along with the tender. 10. On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantee like Performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantees among the partners shall be acceptable. 11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm only and not in the name of any individual partner. 12. In case, the contract is awarded to a partnership firm, the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement:a) Joint and several liabilities The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general and special conditions of the contract. The partners 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. Duration of the partnership deed and partnership firm agreement The partnership deed/partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the

b)

Signature of tenderer/s

Page 90 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

conditions of the contract. Any change carried out by partners in the constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under clause 62 of General Conditions of Contract. c) Governing Laws The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian laws. No partner of the firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the of the other partner and that of the Railway in respect of the tender/contract.

d)

13. The tenderer shall clearly specify that the tender is submitted on behalf of a partnership concern. The following documents shall be submitted by the partnership firm, with the tendera) A copy of registered/notarized partnership deed duly authenticated by notary. Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from all partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in para (8) above. An undertaking by all the partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt of India/any State Govt from participation in tenders/contract on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Concealment/wrong information in regard to above shall make the contract liable for determination under clause 62 of General Conditions of Contract-1999.

b)

c)

14. Evaluation of eligibility of a partnership firm. Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of the following conditions: i) Technical eligibility criteria The tenderer should satisfy either of the following criteria:b) The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers ) in its own name and style; OR c) In case the partnership firm does not fulfill the technical eligibility criteria in its own name and style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as

Signature of tenderer/s

Page 91 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

a partner in a different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (defined in para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers ) on the basis of his/her proportionate share in that proprietorship/ partnership firm reduced further by his/her percentage share in the tendering firm. ii) Financial eligibility criteria The tenderer shall satisfy either of the following criteria:a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined in para 2.3.2 (A) (VI) of special tender conditions and instructions for tenderers) in its own name and style. OR b) In case the partnership firm does not fulfill the financial eligibility criteria in its own name and style, but one or more of its partners have executed a work/contract in the past either as sole proprietor or as partner in different firms, then the arithmetic sum of the contractual payments received by all the partners of the tendering firm, derived on the basis of their respective proportionate share in the such firms reduced further by their respective percentage share in the tendering firm, shall satisfy the full requirements of the financial eligibility criteria (as defined in para 2.3.2 (A) (VI) of special tender conditions and instructions for tenderers). Example on Evaluation of Technical & Financial Eligibility of Partnership Firm A tendering partnership firm ABCD has four constituent partners namely A , B , C & D with their respective shares as 40%, 30%, 20% & 10% , but this firm has not executed any work in its own name and style. However, the constituent partners have executed the work in earlier partnership firm(s) or as sole proprietor as under:(i) Partnership firm ABZ having three partners namely A , B & Z with respective shares of 10%, 20% & 70%, has executed a work of value Rs.10.00 crores earlier. Partnership firm CYX having three partners namely C, Y & X with respective shares of 50%, 30%, & 20%, has executed a work of value Rs.5.00 crores earlier. Sole proprietorship firm P having D as sole proprietor has executed a work of value Rs.2.0 Crores earlier.

(ii)

(iii)

The evaluation of technical and financial eligibility of tendering firm ABCD shall be done by taking proportionate share of credentials of partners A, B, C and D derived from their earlier partnership firms to be reduced further by their percentage share in the tendering firm as calculated in table below :-

Signature of tenderer/s

Page 92 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

1 2 Partner Credentials of s A & B derived from firm ABZ which has executed work of Rs.10.0 cr. % Propor share tiin firm onate ABZ Creden ti-als A 10% 10% of 10Cr. = 1.0 Cr. 20% of 10Cr. = 2.0 Cr. -

3 Credentials of C derived from firm CYX firm which has executed work of Rs.5.0 cr. % Propor share tin ionate firm Creden CYX -tials -

4 Credentials of D derived from Proprietorship firm P which has executed work of Rs.2.0 cr. % share in firm P Proportio -nate Credentia ls

5 Contribution of A, B ,C & D to credentials of tendering firm ABCD

% share in ABCD 40%

Proportion ate Contributio n to ABCD 40% of 1 Cr =0.4Cr 30% of 2 Cr. = 0.6 Cr 20% of 2.5Cr. =0.5Cr. 10% of 2Cr. = 0.20Cr

20%

30%

50%

50% of 5 Cr= 2.5Cr -

20%

100%

100% of 2Cr= 2.0Cr

10%

Evaluation of Technical Eligibility :Any one of the partners of ABCD tendering firm viz A, B, C or D should satisfy the technical eligibility criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in the tendering firm. As calculated in above table, the contribution of partners A, B, C & D towards the credentials of tendering firm ABCD will be taken as Rs. 0.40 cr., Rs. 0.60 cr., Rs. 0.50 cr., 0.20 cr respectively. Thus, in this example the firm ABCD is deemed to have executed one single work of maximum value of Rs 0.60 Cr. for the purpose of technical eligibility criteria. Evaluation of Financial Eligibility :The arithmetic sum of the contribution of all the partners of tendering firm ABCD derived on the basis of their respective proportionate share in the earlier partnership firms reduced further by their respective percentage share in the tendering firm, in this example will be taken as Rs. 1.70 Cr. (i.e. A + B + C+ D = 0.40 + 0.60 + 0.50 + 0.20 = 1.70 cr.). Thus, in this example, the firm ABCD is deemed to have received contractual payments of Rs 1.70 Cr. for the purpose of financial eligibility criteria.

Signature of tenderer/s

Page 93 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

Annexure-L Name of Bank ________________ President of India Bank Guarantee Bond No.__________ Acting through_____________(Designation) Dated : _____________ and address of contract signing authority PERFORMANCE GUARANTEE BOND In consideration of the President of India acting through ______(Designation & address of Contract Signing Authority), Northern Railway, Kashmere Gate, Delhi (hereinafter called The Government) having agreed under the terms and conditions of agreement/Contract Acceptance letter No.______________ dt. _______ made between __________ ( Designation & address of contract signing Authority) and _____________ (hereinafter called the said contractor(s) for the work ___________________________________________________________________ (hereinafter called the said agreement) having agreed for submission of a irrevocable Bank Guarantee Bond for Rs._____________(Rs.___________only) as a performance security Guarantee Bond from the contractor(s) for compliance of his obligations in accordance with the terms & conditions in the said agreement. 1. We______________(indicate the name of the Bank) hereinafter referred to as the Bank, undertake to pay to the Government an amount not exceeding Rs._______(Rs._________ only) on demand by the Government. We_________ (indicate the name of the Bank further agree that (and promise) to pay the amounts due and payable under this guarantee without any demur merely on a demand from the Government through the FA&CAO(Const.), Northern Railway, Kashmere Gate, Delhi-110006 or _____________________(Designation & address of contract signing authority) Northern Railway, stating that the amount claimed is due by way of loss or damage caused to or would be caused or suffered by the Government by reason of any breach by the said contractor of any of the terms or conditions contained in the said agreement or by reason of the contractor failure to perform the said agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._____________ (Rs.________________only). We,___________(indicate the name of Bank) further undertake to pay to the Government any money so demanded notwithstanding any dispute or dispute raised by the contractor (s) in any suit or proceeding pending before any court or Tribunal relating to liability under this present being absolute and unequivocal.

2.

3.(a)

(b) The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment. 4. We,______ (indicate the name of bank) to further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged______ (Designation & Address of contract signing authority) on behalf of the Government, certify that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee.

Signature of tenderer/s

Page 94 of 95

www.nr.indianrailways.gov.in.

Tender Schedule Civil works JRC-SCPD Doub.

5.

6.

7. 8. 9.

(Continue_______________BG No. ____________Dt.____________) (a) Not withstanding anything to the contrary contained herein the liability of the bank under this guarantee will remain in force and effect until such time as this guarantee is discharged in writing by the Government or until (date of validity/extended validity) which ever is earlier and no claim shall be valid under this guarantee unless notice in writing thereof is given by the Government within validity/extended period of validity of guarantee from the date aforesaid. (b) Provided always that we__________(Indicate the name of the Bank) unconditionally undertakes to renew this guarantee or to extend the period of guarantee form year to year before the expiry of the period or the extended period of the guarantee, as the case may be on being called upon to do so by the Government. If the guarantee is not renewed or the period extended on demand, We__________(indicate the name of the Bank) shall pay the Government the full amount of guarantee on demand and without demur. We, ___________ (indicate the name of Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without effecting in any manner out of obligations hereunder to vary any of the terms and conditions of the paid contract from time to time or to postpone for any time or from time to time any to the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions of the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any bearance act or omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties for the said reservation would relive us from the liability. This guarantee will not be discharged by any change in the constitution of the Bank or the Contractor(s). We, _____________(indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing. This guarantee shall be valid upto ____________ (Date of completion plus maintenance Period). Unless extended on demand by Government. Notwithstanding anything to the contrary contained hereinbefore, our liability under this guarantee is restricted to Rs.________________ (Rs.___________ __________________________ (only unless a demand under this guarantee is made on us in writing on or before___________________, we shall be discharged from our liabilities under this guarantee thereafter. (Dated: the (indicate the name of bank) day of_____________for________________ Signature of Bank Authorized Official (Name): Designation : Full address.

Witness : 1.___________________2.___________________ END OF DOCUMENT

Signature of tenderer/s

Page 95 of 95

www.nr.indianrailways.gov.in.

Das könnte Ihnen auch gefallen