Sie sind auf Seite 1von 57

BID DOC MAS 01 OF 2012, ITEM No.

14

By Registered Post By Direct Deposit

TENDER COVER SHEET (Please refer clause 20 in page 17 of the tender) Southern Railway Tender Notice No. MAS 01 OF 2012 [OT] DATED 10-01-2012 Item No. 14

Name of work: MAS-VLK & MSB - VPY section - Removal of garbage and clearing of track in between MAS - VLK ; MSB - RPM ; RPM-WST & WST - VPY sections.

The Divisional Railway Manager, Works, Chennai (Division) Park Town, Chennai-03. (Address) 600 003.(Pin Code) From .........................

Signature of Tenderer/Contractor 1

BID DOC MAS 01 OF 2012, ITEM No.14

INSTRUCTIONS TO TENDERERS FOR TENDER FORMS DOWN LOADED FROM INTERNET. 1. Tender file is to be down loaded from the internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender document to be printed through laser printer only. Submission of Xerox or photocopy of tender document is prohibited. 2. This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly subscribing with the name of the work, tender notice no. and date, submission of tender downloaded from the internet etc and the same should be dropped in the tender box kept in the Office specified in the tender document before the date and time stipulated in the tender document. 3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft payable in favour of Senior Divisional Finance Manager, Southern Railway, Chennai 03 along with the tender. This should be enclosed as a separate Demand Draft. A single demand draft for the cost of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender document will be summarily rejected. 4. The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately 5. Tenderers are advised to download tender documents well in advance and submit the tender before the stipulated time, the tender document will be received up to 11.00 hrs. at two places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes will be placed at the said offices on the date of opening mentioned and will be opened at 11.30 hours on the same date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned above happens to be a holiday, the tenders will be opened on the next working day at the same time. 6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai 3 for dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are advised to drop their documents in the relevant tender box on any working days and up to the time and date of receipt as mentioned above. Railway shall not be responsible for any postal delays. 7. It is the responsibility of the Tenderer to check any correction or any modifications published subsequently in Web site and the same shall taken into account while submitting the tender. Tenderer shall down load corrigendum(if any), print it out , sign and attach it with the main tender document. Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays / delay in downloading of tender document from the internet. 8. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ball point pen only. Each page of tender document should be signed by the tenderer. 9. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the concern office inviting tender. After award of work an agreement will be prepared based on the master copy of tender document available in the above mentioned office. In case, any discrepancy between the

Signature of Tenderer/Contractor 2

BID DOC MAS 01 OF 2012, ITEM No.14

tender document downloaded from the internet and the master copy, latter shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained. 10. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at any stage even after the award of the tender, full earnest money deposit will be forfeited and the contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with Railways and/or prosecuted. 11. The following declaration should be given by the tenderer while submitting the tender:

Declaration (a) I/We have downloaded the tender form from the internet site www.srailway.com and I/We have not tampered / modified the tender forms in any manner. In case, if the same is found to be tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and I/we am/are liable to be banned from doing business with Railways and/or prosecuted. (b) I/We submitting a demand draft no. ___________________ dated __________ issued by ____________________ for Rs.__________ towards the cost of tender form. Signature of Tenderer : Date Address

Signature of Tenderer/Contractor 3

BID DOC MAS 01 OF 2012, ITEM No.14

SOUTHERN RAILWAY CHENNAI DIVISION (WORKS BRANCH) TENDER NOTICE NO.MAS/01 of 2012 (OT) dt. 10-01-2012 Divisional Railway Manager/Works Branch/Chennai Division, Chennai-3 for and on behalf of the President of India invites sealed tenders for the under mentioned works: Approx. Earnest Sl. cash Money Similar nature Period of Description of work value Rs. Deposit No of work completion (lakhs) Rs. (1) (2) (3) (4) (5) (6)

MAS-VLK & MSB - VPY section - Removal of garbage and clearing of track in between 14 MAS - VLK ; MSB - RPM ; RPM-WST & WST - VPY sections.

54.38

1,08,770/-

Any Garbage clearance work under train traffic conditions

12 months

Last date for issue of tender form : 14-02-2012 Date of tender opening: Cost of tender forms: 1) 2) 3) 4) 5) For works costing upto 5 lakhs 1096/2192/3288/5480/10960/16-02-2012

For works costing above 5 lakhs and up to 20 lakhs For works costing above 20 lakhs and up to 50 lakhs For works costing above 50 lakhs and up to 2 crores For works costing above 2 crores and up to 50 crores

1. If the tender form is required by post, the postage will be Rs.500/- extra (Non-refundable). However, in such cases the last date of issue of tender form will be seven days prior to the last date of issue of tender form. The Railways will not be responsible for postal delay/loss of tender form. 2. In no circumstance will the amount towards the cost of tender form be refunded. Tender forms are not transferable.

Signature of Tenderer/Contractor 4

BID DOC MAS 01 OF 2012, ITEM No.14

3. The cost of the tender forms may be paid to the Sr. Divisional Cashier, Southern Railway, Chennai 3 or any Station Master, Southern Railway and the cash receipt should accompany the request for issue of tender forms. 4. The tender forms can be obtained by hand but no rebate will be given in the cost of tender forms. 5. The tender forms will be issued up to 15.00 hrs. on the specified date. The same will be received up to 11.00 hrs. at two places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes will be placed at the said office on the date of opening mentioned and will be opened at 11.30 hours on the same date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned above happens to be a holiday, the tenders will be opened on the next working day at the same time. 6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai 3 for dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are advised to drop their documents in the relevant tender box on any working days and up to the time and date of receipt as mentioned above. Railway shall not be responsible for any postal delays. 7. The tenderers are required to satisfy the following eligibility criteria for all works costing more than Rs.50 Lakhs:

Sl.No 1

Clause Experience

Description Should have completed in the last three financial years (i..e current year and three previous financial years)

Criteria At least one similar single work, for a minimum value of 35% of advertised value of work.

Turn over

Total contract amount should be a minimum of 150% of tender value. received during the last 3 advertised Tenderer(s) should produce an financial years and in the attested certificate from the current financial year. employer/client, audited balance
sheet duly certified by the Charted accountant and /or attested certificates from the central/state Govt/Public sector under takings organization/department from where the tenderer received the payment for the work done.

Note: a) Work executed in own name only can be considered towards eligibility criteria b) The turn over in the own name company, in whose name the tender is offered, alone will be considered. c) Consortium and firms and MOUs and sister concerns will not be considered towards eligibility criteria. 8. Documents to be submitted along with the tender. The following documents should be submitted along with the tender.

Signature of Tenderer/Contractor 5

BID DOC MAS 01 OF 2012, ITEM No.14

a) List of works completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should be given. b) List of works on hand indicating description of work, contract value and approximate value of balance work yet to be done and date of award. Note: 1) In case of items (a) & (b) above, supportive documents/ certificates from the organisations with whom they worked/ are working shall be enclosed. 2) Certificate from private individuals for whom such works are executed / being executed will not be accepted. 9. The tenderers are requested to submit the requisite EMD in favour of Sr. Divisional Finance Manager, Chennai Division, Southern Railway, Chennai -3 along with the tender documents failing which their offer will be rejected. LSEMD will not be considered. 10. Submission of EMD amount in the form of Bank guarantee will not be entertained. 11. All documents to support fulfillment of eligibility criteria should be furnished along with the tender and should be available at the time of tender opening. Tenders not accompanied by documentary evidence in support of eligibility criteria will be rejected. No post tender communication in any form will be made or entertained, after opening of tenders in this regard. 12. For other details, terms and conditions, the tenderers are advised to refer to the tender documents. 13. Price Variation Clause (PVC) shall be applicable for tenders of value more than Rs. 50 lakhs irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than Rs.50 lakhs. 14. Tender document can also be down loaded from www.srailway.com / www.southernrailway.org and tender document can be submitted along with a separate demand draft towards the cost of tender form at the time of tendering failing which the offer will be summarily rejected

For Divisional Railway Manager/Works/Chennai.

Signature of Tenderer/Contractor 6

BID DOC MAS 01 OF 2012, ITEM No.14

SOUTHERN RAILWAY WORKS CONTRACT REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER TENDER AGREEMENT FORM ITEM NO. 14 OF TENDER NOTICE NO.MAS/01 OF 2012 DATED 10-01-2012 OF DRM/Works/MAS 1. Name of the tenderer to whom The tender form is issued. (Please indicate details if the documents are down loaded from internet) 2. Address 3. Serial No. assigned to the tender form 4. Date of sale 5. Signature & name of the Official Who issued the form. Notes: (1) Transfer of tender form purchased by one tenderer to another is not permissible. (2) The tender form is required to be submitted intact together with all documents supplied at the time of sale, without any pages being removed. Any other documents required to be submitted as per the conditions shall also be attached. Failure to comply with this requirement will render the tender liable to be rejected. (3) This document is the property of southern railway and is issued only for the use of the tenderer for submitting offers and should not be used in any other form nor be copied or reproduced.

Signature of Tenderer/Contractor 7

BID DOC MAS 01 OF 2012, ITEM No.14

SOUTHERN RAILWAY REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER Sl.No CONTENTS 1 Definitions 2 Singular or Plural 3 Interpretation 4 Tenders 4.1. Application for Registration 5 Tender forms 6 Omissions and Discrepancies 7 Earnest Money 8 Care in submission of tenders 9 Right of Railway to deal with tenders 10 Execution of Contract Documents 11 Form of Contract Documents 12 Form of Quotation 13 Documents of this tender 14 Drawing for this work 15 Currency for this work 16 Earnest money for this tender 17 Right to deal with this tender 18 Income Tax Clearance Certificate 19 Tenderers Credentials 20 Submission of tenders 21 Execution of contract documents 22 Partnership deeds, Power of Attorney etc. 23 Employment/ Partnership etc. of retired Rly. Employee. ANNEXURES (i) Tender form (ii) Form for Schedule of Quantities and rates (iii) Form for Reporting of Employment (iv) Form for letter of acceptance (v) Form for Zone Agreement (vi) Form for Work order under Zone Contract (vii) Form for Works contract Agreement. PARA 1 2 3 4.1 4 5 6 7 8 9 10 11 12 13 14 17 18 19 22 23 25 27 28 30 Annexure I Annexure-IA Annexure-IB Annexure II Annexure-III Annexure-IIIA Annexure-IV PAGE 2 3 3 3 3 4 4 4 6 6 6 7 7 7 7 8 8 8 8 9 9 9 9 9 11 13 14 15 16 18 20

Signature of Tenderer/Contractor 8

BID DOC MAS 01 OF 2012, ITEM No.14

SOUTHERN RAILWAY REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER. (FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR ENGINEERING WORKS UNDER WORKS CONTRACTS) MEANING OF TERMS 1. Definitions: In these Regulations for Tenders and Contracts, the following terms shall have the meanings assigned hereunder except where the context otherwise requires:a) Railway shall mean the President of the Republic of India or the Administrative Officers of the Southern Railway of the Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf. b) General Manager shall mean the Officer in charge for the general superintendence and control of the Southern Railway and shall also include the General Manager (Construction), Southern Railway and shall mean and include their successors of the Successor Railway. c) Chief Engineer shall mean the Officer in charge of the Engineering department of the Southern Railway and shall also include the Chief Engineer (Construction), Chief Signal and Telecommunication Engineer, Chief Signal and Telecommunication Engineer (Construction), Chief Engineer and Chief Electrical Engineer (Construction) and shall mean and include their successors of the Successor Railway. d) Divisional Railway Manager shall mean the Officer in charge of a Division of the Southern Railway and shall mean and include the Divisional Railway Manager of the Successor Railway. Divisional Railway Manager (Works) shall be the Officer in charge of the Engineering Department on the Division and similar is for S & T, Electrical etc. for the concerned department. e) Engineer shall mean the Divisional Engineer, Southern Railway or the Executive Engineer, Southern Railway and shall mean and include the Divisional Signal and Telecommunication Engineer, Divisional Signal & Telecommunication Engineer (Construction), Divisional Electrical Engineer and Divisional Electrical Engineer (Construction) in executive charge of the works and shall include the superior officers of the Engineering, Signal & Telecommunication, and Electrical Department of the Southern Railway, i.e. the Senior Divisional Engineer/ Deputy Chief Engineer/ Chief Engineer, Principal Chief Engineer, Deputy Chief Engineer (Construction)/ Chief Engineer (Construction) / Chief Administrative Officer (Construction), Senior Divisional Signal and Telecommunication Engineer/ Deputy Chief Signal & Telecommunication Engineer/ Chief Signal & Telecommunication Engineer, Deputy Chief Signal & Telecommunication Engineer (Construction) / Chief Signal & Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/ Deputy Chief Electrical Engineer/ Chief Electrical Engineer, Deputy Chief Electrical Engineer (Construction)/ Chief Electrical Engineer (Construction) and other superior Officers of the concerned

Signature of Tenderer/Contractor 9

BID DOC MAS 01 OF 2012, ITEM No.14

f)

g)

h)

i) j) k) l)

m)

n)

department of the Southern Railway and shall mean and include the Engineers of the Successor Railway. Tender shall mean the person/ the firm/ co-operative society or company whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall I include their personal representatives, successors and permitted assigns: Contractor shall mean the person/ firm/ Co-operative society or company whether incorporated or not who enters into the contract with the Railway and shall include their executors, Administrators, successors and permitted assigns. Contract shall mean and include the Agreement or Work Order, the accepted schedule of rates or the printed schedule of rates of the Southern Railway modified by the tender percentage for items of works quantified or not quantified, the General conditions of Contract, the Special conditions if any, the drawings, the specifications, the special specifications if any, schedule of quantities, Manuals and instructions if any and Tender Forms if any, all in complete known as Contract Documents. Limited Tenders shall mean tenders invited from all or some Contractors on the approved or select list of Contractors with the Railway. Open Tenders shall mean the tenders invited in open and public manner and with adequate notice and publicity. Works shall mean the works to be executed in accordance with the contract. Specifications shall mean the Southern Railways specifications and works, 1969, issued under the authority of the Chief Engineer from time to time or as amplified, added to or superseded by special specifications if any, appended to the Tender Forms or as modified from time to time. Schedule of Rates of the Southern Railway shall mean the Southern Railway Engineering Departments Schedule of Rates, 2008 issued under the authority of the Chief Engineer from time to time or as amplified, added to or superseded from time to time. Drawings shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender forms.

2. Singular or Plural: Words importing the singular number shall also include the plural and vice versa where the context requires. 3. Interpretation: These Regulations for Tenders and Contracts shall be read in conjunction with the General conditions of contract which are referred to herein and shall be subject to modifications, additions or supersessions by special conditions of contract and / or drawings, manuals, specifications, if any, annexed to the Tender Forms. 4. Tender: Works of construction and of supply of materials shall be entrusted for execution to Contractors whose capabilities and financial status have been investigated and approved to the satisfaction of the Railway. Open tenders shall be called in open and public manner duly giving adequate publicity and notice. List of approved Contractors shall also be maintained in the Railway. The said list shall be revised periodically, once in a year or so, by giving wide publicity through advertisements etc. 4.1. Application for Registration: While seeking registration, a Contractor including a Contractor who is already on the approved list shall apply to then nearest General Manager (Construction), Chief Administrative Officer (Construction), Chief Engineer and / or Divisional Railway Manager, furnishing particulars regarding:-

Signature of Tenderer/Contractor 10

BID DOC MAS 01 OF 2012, ITEM No.14

a) his position as an independent Contractor specifying the engineering organization available with details and partners / staff/ engineers employed with qualifications and experience; b) his capacity to under take and carry out works satisfactorily as vouched for by a responsible official or firm, with details about the transport equipments, construction tools and plants etc. required for the work, maintained by him; c) his previous experience of works similar to that to be contracted for, in proof of which original certificates or testimonials may be called for and their genuineness verified if need be, by reference to the signatories thereof. d) His knowledge from actual personal investigation of the resources of the area / zone or zones in which he offers to work; e) His ability to supervise the work personally or by competent authorized agents; f) His financial position; and duly

g) Authorized copy of the current Income Tax Clearance Certificate. h) Any other as called for. 4.2. An applicant shall clearly state the categories of works for which and the area/ zone/ division(s) / district(s) in which he desires registration in the list of approved Contractors. 4.3. The selection of Contractors for enlistment in the approved list would be done by a committee for different value slabs as notified by the Railway. 4.4. An annual fee or otherwise as prescribed by the Railway from time to time would be charged from such approved Contractors to cover the cost of processing of tenders, sending notices to them, clerkage for tenders etc. 4.5. The list of approved Contractors would be treated as Confidential Office record. TENDERS FOR WORKS 5.Tender Forms: Tender Forms will embody the contents of the Contract Documents either directly or by reference. Tender Forms shall be issued on payment of prescribed fees to the appropriate Contractors on the list of Approved Contractors. Contractors not on the list of Approved Contractors, will, on payment of the prescribed fees, be furnished with Tender Forms and they shall be required to submit evidence regarding their financial status, previous experience and ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate without which their ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate without which their tenders will not be considered. All pages of the Tender Forms , as per specimen form at Annexure I and I(A) and ((B) and all other annexures, including the Regulations and Instructions, shall be signed by the Tenderer clearly in acceptance of the same while submitting the tender. No alterations/ corrections/ modifications of the Tender Forms is admissible. Tenders with such altered/ corrected/ modified Tender Forms will be rejected by

Signature of Tenderer/Contractor 11

BID DOC MAS 01 OF 2012, ITEM No.14

the Chief Engineer/ Chief Engineer (Construction)/ Divisional Railway Manager. The tender documents shall be witnessed by two individuals of appropriate status. 6.Omissions and Discrepancies: Should a Tenderer find discrepancies in, or omissions from the drawings or any of the Tender Forms or other Contract Documents or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all Tenderers. It shall be under stood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful Tenderer shall take upon himself and provide for the risk of any errors, omissions and discrepancies which may subsequently be discovered and shall make no subsequent claim on account thereof. 7. Earnest Money: a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the tender, under condition of tender. The Earnest money shall be as follows : Value of the work (Tender Value) For works estimated to cost up to Rs.1 Crore. For works estimated to cost more than Rs.1 Crore. EMD 2% of the estimated cost of the work. Rs.2 lakhs plus % ( half percent) of the excess of estimated cost of work beyond Rs.1 Crore subject to a maximum of Rs.1 Crore.

b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and the Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway. c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon. 2) The Earnest money should be in cash 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. No confirmatory advice from the Reserve Bank of India will be necessary. 8. Care in submission of Tenders: a) Before submitting a tender, the Tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the Tender Forms are adequate and all inclusive to accord with the provisions in Clause 37 of the General conditions of Contract for the completion of works to be entire satisfaction of the Engineer.

Signature of Tenderer/Contractor 12

BID DOC MAS 01 OF 2012, ITEM No.14

b) When work is tendered for by a firm or company of Contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. c) The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 9.Right of Railway to deal with Tenders: The Railway reserves the right of not to invite tenders for any of the Railway work or works or to invite open or limited tenders and when tenders are called, to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

Signature of Tenderer/Contractor 13

BID DOC MAS 01 OF 2012, ITEM No.14

CONTRACT DOCUMENTS 10. Execution of Contract Documents: The tenderer whose tender is accepted shall be required to appear in person at the Office of the General Manager/ General Manager (Construction) Chief Administrative Officer (Construction)/ Chief Engineer/ Divisional Railway Manager or the concerned Engineer, as the case may be or in case of a firm or corporation, a duly authorized representative shall so appear and execute the Contract Documents with in 7 days (seven) after notice that the contract has been awarded to him and / or on receipt of the letter of acceptance of the tender, in specimen form at Annexure II. Failure to do so shall constitute a breach of the letter of acceptance of the tender, in specimen form at Annexure II. Failure to do so shall constitute a breach of the agreement affected by the acceptance of prejudice to any other rights or remedies available to the Railway. 10.1. In the event of any Tenderer whose tender is accepted refusing to execute the Contract documents as here in before provided, the Railway may determine that such Tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and also to recover the damages for such default. 11. Form of Contract Documents: Every contract shall be complete in respect of the document it shall so constitute . The Contract documents shall include all or any of the documents listed in the definition for Contract updated to the date of issue of tender notice for the work. It should be under stood that every endeavor has been made by the Railways to update all the documents and the Tenderer shall take upon himself and provide for the work of any deficiency or error in this regard which may subsequently be discovered and shall make no subsequent claims on account thereof. Not less than 3 (three) copies of the Contract Documents, shall be signed by the competent authority and the contractor and one copy given to the Contractor. a) For Zone or Zonal contracts, awarded on the basis of the percentage at par or above or below the schedule of Rates of the Engineering Department and/ or other departments of the Southern Railway for the whole or part of financial year, the contract agreement required to be executed by the Tenderer whose tender is accepted shall be as per specimen form at Annexure III or as may be prescribed by the Railway. During the currency of the Zone contract, Work orders as per specimen form at Annexure III (A), for works not exceeding Rs.2,00,000/- each, or so as specified by the Railway, will be issued by the Divisional Railway Manager / Engineer under the agreement for the Zonal contract. b) For contracts for specific works, valued at more than Rs.10,000/- the contract agreement to be executed by the Tenderer whose tender is accepted shall be as per specimen form at Annexure IV or so as may be prescribed by the Railway.

Signature of Tenderer/Contractor 14

BID DOC MAS 01 OF 2012, ITEM No.14

12. FORM OF QUOTATION: a) The tender shall be submitted in the prescribed form annexed hereto at Annexure I, I (A) , I (B) and other relevant annexures, quoting a percentage above or below or par the rates shown in the printed Schedule of Rates 2008, of the Engineering Department of the Southern Railway, as corrected by and upto Correction Slip No of . And lump sum rates for the items given in other schedules in the tender. The quotations will be subject to the general and special instructions contained in the schedule of Rates 2008 and the other documents of the contract Documents to which the Tenderers special attention is drawn. The percentage and rates quoted must be clearly written in figures and words and the percentage quoted shall apply to all items in all the Chapters of the Schedule of Rates 2008. The percentage/ rates quoted must be firm, precise and unconditional. c) If any item is excluded by the Tenderer while submitting his tender, the Engineer may reject the tender. INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER 13. The following documents form part of this Tender/ Contract: a) Tender Forms and schedule of approximate quantities (including all Annexures ) (enclosed) b) Special Conditions/ specifications and special specifications (enclosed) c) Printed General conditions of Contract and specifications for Materials and works, 1969 of the Southern Railway, as amended/ corrected upto correction slips upto date, copies of which can be seen in the Office of the Engineer/ Chief Engineer (Construction) or obtained from the office of the Chief Engineer (Construction)/ Divisional Railway Manager/of Southern Railway, .. on payment of Rs. & Rs. ..per copy respectively. d) Printed schedule of rates 2008, as amended/ corrected upto Correction slip upto date, copies of which can be seen/ obtained in/ from the office of above on payment of Rs. . Per copy. e) All general and detailed drawings pertaining to the work which will be issued by the Engineer or his representatives (from time to time) with all changes and modifications.

14.Drawings for this work: The drawing for the work can be seen in the office of the Chief Engineer/ Chief Engineer (Construction) / Divisional Railway Manager/ Engineer at any time during the office hour. The drawings are only for the guidance of tenderer. Detailed working drawings (if required) based generally on the drawing mentioned above, will be given by the Engineer or his representative from time to time. 14.1The tenderer shall quote his rates as a percentage above or below or at par the schedule of rates, 2008 of the Southern Railway as applicable to Sr. DEN/DEN.. of .Division except where he is required to quote item rates/ lump sum and must tender for all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule are given as a guide and are approximate only and are subject to variation according to the needs of Railway. The Railway does not also guarantee work under each item of the schedule. 14.2Tenders containing erasures and/ or alterations of the tender documents are liable to rejected. Any correction made by the tenderer in his entries must be attested by him.

Signature of Tenderer/Contractor 15

BID DOC MAS 01 OF 2012, ITEM No.14

15.Currency for the work: The woks are required to be completed within 12 months from the date of issue of the acceptance of letter. 16. EARNEST MONEY FOR THIS TENDER: a) The tender must be accompanied by a sum of Rs. 108770/- as Earnest Money deposited in cash or in any of the forms as mentioned herein before, failing which the tender will not be considered. b) The Tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of the tender. It is under stood that the tender documents has been sold/ issued to the Tenderer and the Tenderer is permitted to tender in consideration of the stipulation on his part that after submitting his tender subject to the period being extended further if required by mutual agreement from time to time, he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer / Railway. Should the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as Earnest Money, for the due performance of the above stipulation, shall be forfeited to the Railway. c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as Security Deposit for the due and faithful fulfillment of the contract. This amount of Security Deposit shall be forfeited if the Tenderer/ contractor fail to execute the Agreement Bond with in 7 days after receipt of notice issued by the Railway that such documents are ready or to commence the work within 15 days after receipt of the orders to that effect. d) The Earnest Money of the unsuccessful tenderer(s) will, save as herein before provided, be returned to the unsuccessful tenderer(s) within a reasonable time but the railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon. 17.. Right of the Railway to deal with this Tender: The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no Tenderer shall demand any explanation for the cause of rejection of his tender nor the Railway under take to assign reasons for declining to consider or reject any particular tender or tenders. 17.1. If the tenderer deliberately gives wrong information in his tender or creates circumstances for the acceptance of his tender, the Railway reserves the right to reject such tender at any stage. 17.2. If the Tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender of after the acceptance of their tender, the Railway shall deem such tender as cancelled the firm retains its character. 18. Income-Tax Clearance Certificate: The Tenderer is required to produce along with his tender an authorised copy of the Income-Tax Clearance Certificate ore a sworn affidavit duly countersigned by the Income/Tax Officer to the effect that he has no taxable income.

Signature of Tenderer/Contractor 16

BID DOC MAS 01 OF 2012, ITEM No.14

19. Tenderers Credentials: Documents testifying the Tenderers previous experience and financial status should be produced along with the tender or when desired by the competent authority of the Railway. 19.1. Tenderer who has not carried out any work so far on the Railway and who is not borne on the approved list of the Contractors of the Southern Railway should submit along with his tender credentials to establish:(i) (ii) (iii) His capacity to carry out the works satisfactorily. His financial status supported by Bank reference and other documents. Certificates duly attested and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past.

20.Submission Tender: Tender documents, either purchased or down loaded from Internet must be enclosed in a sealed cover duly super scribing Tender Notice No., name of the particular work and must be sent by Registered post to the address of the Tender calling authority so as to reach at the time, date and specified in the tender OR deposit in the special box allotted for the purpose. This special box will be sealed at 11.00 Hrs. on the date of opening. The Tender will be opened at 11.30 Hrs. on the same day. 21. Execution of Contract Documents: The successful Tenderer shall be required to execute an agreement with the President of India acting through the Divisional Railway Manager/ Works, Southern Railway for carrying out the work according to the Contract Documents. 22. Partnership deeds, Power of Attorney etc.,: The Tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a Partnership concern. If the tender is submitted on behalf of a Partnership Concern, he should submit the certified copy of partnership deed along with the tender and authorisation to sign the tender documents on behalf of Partnership Concern. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognise such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the Contractor. 22.1. The Tenderer, whether Sole Proprietor, a Limited Company or a Partnership Concern, if they want to act through an agent or individual partner should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he be partner of the firm of any other person specifically authorising him to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim)s_ preferred by the firm and sign the No Claim Certificate and refer all or any disputes to arbitration. 23. Employment/Partnership, etc., of Retired Railway Employees: (1)Should a Tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pension able post or not, in any department of any of the Railway owned and administered by the President of India for the time being or should a Tenderer being a

Signature of Tenderer/Contractor 17

BID DOC MAS 01 OF 2012, ITEM No.14

partnership Concern have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a Tenderer being an incorporated Company have any such retired Engineer or retired Officer as one of its Directors, or should a Tender have in his employment any retired Engineer or retired Officer as aforesaid. The full information as to the date of retirement of such Engineer or Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the Contractor be a partnership firm or an incorporated Company, to become a partner or Director as the case may be or to take the employment under the Contractor has been obtained by the Tenderer or the Engineer or Officer as the case may be from the President of India or any Office, duly authorised by him in this behalf shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or without a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the Tenderer, as the case may be shall be rejected. (2)Should a Tenderer or Contractor being an individual on the list of approval Contractors. have a relative(s) or in the case of Partnership Concern or Company of Contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in any department of any of the Railways, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contractor: Non-compliance with any of the conditions set forth herein above is liable to result in the tender being rejected. (..) Signature of the Tenderer(s) Place: Date: Name: Address:

Signature, name and addresses of the witnesses to the signature of the Tenderer(s):

1.

2.

Signature of Tenderer/Contractor 18

BID DOC MAS 01 OF 2012, ITEM No.14

Annexure-I SOUTHERN RAILWAY REF. No./DATE.. To THE PRESIDENT OF INDIA, acting through the Divisional Railway Manager/Works/Chennai Division Southern Railway.. Name of Work As per the schedule Tender Notice No MAS/01 OF 2012, Item No.14. 1. I/We., have read the conditions of tender attached hereto and agree to abide by said conditions. I/we have perused the Contract Documents (i.e. the General Conditions of contract, Special Conditions and Specifications, special specifications and the Specifications for Materials and Works, 1969 of the Southern Railway and the Schedule of Rates, 2008, of the Southern Railway and all other documents attached to the tender) and that I/We am/are fully aware that I/We will have to perform the contract if my/our tender is accepted subject to the Contract Documents complete aforesaid. I/We offer to do the works of the . .. at the rates shown in the printed Schedule of Rates, 2008, of Southern Railway of the Senior DEN/DEN/../.. portion of .. division as corrected by and up o correction slip no of . At par/enhanced/diminished by . Per cent in respect of Schedule `A (items covered by the Schedule of Rates, 2008) and the rates quoted by me/us in respect of Schedules.. (items not covered by the Schedule of Rates, 2008) and lump sum rates for the items given in Schedule . And hereby bind myself/ ourselves to complete the work in months from the date of issue of the letter of acceptance. 2.We also agree to keep this tender open for acceptance for a period of . 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. 3. A sum of Rs.. is herewith forwarded as Earnest Money. The full value of the Earnest Money shall stand forfeited without prejudice to any other right or remedies available to the Railway in case my/our tender is accepted and if: (A) I/we do not execute the Contract Documents within seven days after receipt of notice issued by the Railway that such documents are ready: or

Signature of Tenderer/Contractor 19

BID DOC MAS 01 OF 2012, ITEM No.14

(B) I/we do not commence the work within fifteen days after receipt of orders to that effect. 4. I/We agree that until a format agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work. 5. I/We also undertake to carry out the work in accordance with the said plans, specifications and conditions of contract, and to find and provide such of the materials (other than those to be supplied by the Railway) for, and to do all such thins which in the opinion of the Engineer may be necessary for, or incidental to the construction, completion and maintenance thereof and to complete the whole of the said works in all respects, and hand them over to you or your representative(s) within the period specified, and to maintain the same for the period and in the manner provided in the conditions of contract. ... (SIGNATURE OF THE TENDERS) PLACE: DATE: NAME : ADDRESS:

SIGNATURE & ADDRESS OF WITNESSES TO THE SIGNATURE OF THE TENDERER(S) Witensses: 1. Signature 2. Signature Date Name. Date Name. Address.. Address..

*****

Signature of Tenderer/Contractor 20

BID DOC MAS 01 OF 2012, ITEM No.14

Annexure-IA SOUTHERN RAILWAY Name of work: .Tender Notice No FORM FOR SCHEDULE OF QUANTITIES AND RATES. Sl.No. Item No. (1) (2) Description of Approximate Unit Rates in Amount in Item of work Quantity Figures and Figures and In Words. In Words. (3) (4) (5) (6) (7) Item No.

I/We undertake to do the work at % above/ below or at par the Schedule of Rates, 2008, of the Southern Railway (as corrected/ amended by up-to-date) as applicable to Sr.DEN/DEN /.. Division or at the rates quoted above for each item. Place : Date: Notes: 1. The quantities shown in the above schedule are approximate and are as a guide to give the Tenderer(s) an idea of the quantum of work involved. The Railway reserves the right to increase/decrease and/or delete or include any of the quantities given above and no extra rate will be allowed on this account. 2. Suitable schedules for BSR items and other items shall be used. 3. Columns 1 to 5 shall be filled by the Office of the Authority inviting tender. Coloumns 6 & 7 shall be filled by the Tenderer(s) only when percentage tenders are not invited. For percentage tenders, form shall be modified suitably. Separate schedules shall be used for separately identifiable group of works/items. Each page of the schedule should be signed by the Tenderer with name, date and plate. Signature & ADDRESS of the witnesses to the signature of the tenderer(s) 1. SIGNATURE : DATE NAME.. 2. SIGNATURE : DATE NAME.. ADDRESS. ADDRESS. Signature of the Tenderer(s)

Signature of Tenderer/Contractor 21

BID DOC MAS 01 OF 2012, ITEM No.14

Annexure-IB FORM FOR REPORTING OF EMPLOYMENT (Proforma to be filled in and signed by the Tenderer and submitted along with the tender with reference to clause No.30 of the conditions under Regulations of the tender) (strike out whichever is not applicable) The undersigned (a) is a retired Gazetted officer holding prior to retirement a pensionable / nonpensionable post in the Engineering Department of the ..Railway. (b) is a partnership firm having as one of ;its partners a retired Engineer or a retired Gazetted Officer as aforesaid. (c) Is an incorporated company having any such retired Gazetted officer as aforesaid, as one of its directors. (d) Is having in my employment any retired Engineer or retired Gazetted officer as aforesaid. (e) Has no such retired Engineer or retired Gazetted officer so associated with me as stated above. 2. If falling under any of the above categories (a) to (d), particulars of the officer may furnished hereunder: (i)Post held before retirement . (ii) Date of retirement.. (iii) . (iv) If not retired at least two years prior to date of submission of tender state whether permission for taking such contracts has been obtained from the President of India or any officer duly authorized in this behalf. 3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or relatives employed in Gazetted capacity in the Engineering or any other Department of the Railways, particulars of such relatives in the Railway may be furnished hereunder (i) Name .. . . .. .. Signature of Tenderer(s) NAME ADDRESS :.

(ii) Designation (iii) Relationship

Signature of Tenderer/Contractor 22

BID DOC MAS 01 OF 2012, ITEM No.14

Annexure II Southern Railway FORM FOR ACCEPTANCE OF TENER (This if only for guidance. The issuing authority will decide the format and contents based complete Contract Documents) No. W SHRI./M/S. . . Sir(s), NAME OF WORK:./ TENDER NOTICE NO:.ITEM NO. I accept the tender offered by you for the above work and agree to pay the rates as per the Southern Railway Engineering Department Schedule of Rates, 2008, as corrected by and upto Correction Slip No.of.at the rates at par/enhanced/diminished by..per cent in respect of Schedule A (items covered by the Schedule of Rates, 2008_ and at the rates as entered in the Schedule(1).(items not covered by the Schedule of Rates, 2008) and lump sum rates for the items given in Schedule(s). The agreement for the contract for the above work shall be signed by you within days of receipt of this letter, which is dispatched by registered post acknowledgement due. This letter of acceptance forms part of the Contract Documents governing this contract. Please acknowledge receipt of this letter. DIVISIONALRAILWAY MANAGER/WORKS/ .. .. (On behalf of the President of India) PLACE: DATE: WITNESSES: 1. 2. Signature..Date..Name. Address SignatureDate.Name..Address... .

Signature of Tenderer/Contractor 23

BID DOC MAS 01 OF 2012, ITEM No.14

Annexure-III Southern Railway FORM FOR AGREEMENT FOR ZONE (ZONAL) CONTRACT CONTRACT (ZONAL) AGRTEEMENT NO.DATED 1. Articles of agreement made this.day of.of 20 Between the President of India acting through the. Of Southern Railway, herein after called for Railway of the one part and..herein after called the Contractor of the other part. 2. Whereas the Contractor has agreed with the Railway during the period of..months fromto..for the performance of:

New works, additions and alterations to existing structures, special repair works and supply of building materials and All ordinary repair and maintenance works: Subject to the contract value of each such work not exceeding to Rs. 2,00,000/And whereas the Contractor has agreed to carry out the works at any site in Zone.as detailed in the Southern Railways Schedule of Rates, 2008 or in SSE/SE(P.Way/Works)/.section as may be entrusted to h im at the option of the Railway from time to time during the said contract period and as will be set forth in the Work Orders (which Work Orders shall be deemed and taken to be part of this contract) that will be issaued during the said period at par/..percent above/below the Schedule of Rates, 2008, of the Southern Railway, corrected up Printed/Advance Correction Slip Nodated..and as per the Contract Documents complete and whereas the performance of the said works is an act in which the public are interested. 3. 4. And whereas this contract does not cover/covers supply of ballast included in the Schedule of Rates, 2008. And whereas in the case of bad work or materials, the Engineer may take such action as may be deemed necessary under the relevant clauses of the conditions of contract. And whereas the Contractor has deposited a lump sum of Rs./- as Earnest Money to cover for tendering against any number of works on the Southern Railway and has agreed to furnish the full Security Deposit as per rules in force and whereas the Security Deposit is at the instance of the Contractor recovered at 10 percent of the value of the running bills till the amount of Security Deposit of Rsis fully recovered. And whereas the Contractor has deposited a sum of Rs../- towards the Earnest Money and whereas the balance in the Security Deposit after adjustment of Earnest Money of Rs.originally paid by the Contractor is at the instance recovered at 10 percent of the value of the running bills till the amount of Security Deposit of Rs is fully recovered.

5.

6.

Signature of Tenderer/Contractor 24

BID DOC MAS 01 OF 2012, ITEM No.14

7.

The contract shall be in force for the period mentioned above, However, the Chief Engineer/Chief Engineer (Construction)/ Divisional Railway Manager/../Engineer may at his option and without assigning any reasons for so doing, put an end to this contract at any time. In such case the Contractor will be given a clear notice of three months to enable him to complete all the works entrusted to his through work orders. Now this indenture witnesseth that in consideration of the payments to be made by the Railway, the Contractor will duly perform the works set forth in the said Work orders and will execute the same great promptness, care and accuracy in a work man like manner to the satisfaction of the Railway and will complete the same on or before the respective dates specified therein in accordance with the said specifications and said drawings if any) and the said Contract Documents complete, and will fulfill and keep all the conditions there in mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth therein), and the Railway doth hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the completion thereof, the amount due in respect thereof, at the rates specified in the schedule(s) here to annexed. Entrustment of all or any of the works referred to in clause 2 above to the Contractor shall be at the option of the Railway. The cost of stamp duty on the agreement shall be borne by the Railway administration.

8.

9. 10.

zone details and rates under this contract are as under: Zone Permanent Way Rate as per Sr. section/ section DEN/ DEN.. of.. Divn. Rates of schedules of rates, 2008, of Southern Railway as corrected upto correction slip No. dt . At par/ enhanced/ diminished by Percentage shown below. % In figures % in words At par/ above/ below

() (CONTRACTOR) DIVISIONAL RAILWAY MANAGER/Works (for the President of India) ..

Signature & address of witness to the signature of the Contractor.

Signature of Tenderer/Contractor 25

BID DOC MAS 01 OF 2012, ITEM No.14

Witness No.1 / Signature .. Date . Address..

Witness No. 2./ Signature . Date Address.

Signature of Tenderer/Contractor 26

BID DOC MAS 01 OF 2012, ITEM No.14

Annexure-III A Southern Railway FORM FOR WORK ORDER UNDER ZONE CONTRACT WORK ORDER NO..DATED..UNDER CONTRACT AGREEMENT NO.DATED.. Name of work.(site) Schedule of drawings . Authority .. Allocation ... Zone Division .. The Contractor(s) is/ are hereby ordered to carry out the following works at under zone contract agreement herein before referred to. Item No Description of Approximate item of work quantity Unit Rates in fig. And in Amount words as in schedule annexed to the Zone contract agreement. Rs. P. Rs. P. 6 7

Sl.N o

The works herein mentioned are required to be completed on or before.. (date). The quantities provided herein are approximate and subject to variation under Clause 42 of the General conditions of Contract of the Railway, read in conjunction with Special Conditions, if any and other Contract Documents as applicable. () Signature of Tenderer/Contractor

Divisional Railway Manager/Works/../Divisional Engineer/.. . Division Railway (for the President of India) Place: Date:

I agree to complete the works herein set forth on or before the date specified under the Zone Contract Agreement herein before referred to in conformity with the drawings here to annexed, if any, and in accordance with the General and Special (if any) Conditions of

Signature of Tenderer/Contractor 27

BID DOC MAS 01 OF 2012, ITEM No.14

Contract and the Specifications of Materials and works, Southern Railway, with all Correction Slips/Amendments uptodate.

(..) Contractors NameAddress Signature of witnesses with address to signature of the Contractor:

Witness No.1: Signature .. Name.

Date Address

Witness No.2: Signature ..

Date

Name.

Address

Signature of Tenderer/Contractor 28

BID DOC MAS 01 OF 2012, ITEM No.14

Annexure-IV Southern Railway FORM FOR AGREEMENT FOR WORKS CONTRACTS NAME OF WORK: 1. Articles of agreement made this.. day of of 20 between the President of India President of India acting through ./Chief Engineer/ the Chief Engineer (Construction) / Divisional Railway Manager .. of Southern Railway Administration herein after called the Railway of the one part and hereinafter called the Contractor of the other part. 2.Whereas the Contractor has agreed with the Railway for the performance of the works Set forth in the schedules(s) hereto annexed and in conformity with the Specifications for Materials and Works 1969 of the Southern Railway, the conditions and special conditions, special specifications and drawings, manuals and guidelines hereto annexed, if any, and the General Conditions of Contract, all known as Contract Documents, and whereas the performance of the said work is an act in which the public are interested. 3. And whereas the Contractor has deposited a lump sum of Rs../- as Earnest Money to cover for tendering against any number of works on the Southern Railway and has agreed to furnish the full Security Deposit as per rules in force and whereas the Security Deposit is at the instance of the Contractor recovered at 10 per cent of the value of the running bills till the amount of Security Deposit of Rs. is fully recovered. And whereas the Contractor has deposited a sum of Rs /- towards the Earnest Money and whereas the balance in the Security Deposit after adjustment of Earnest Money of Rs.. originally paid by the Contractor is at the instance of the Contractor recovered at 10 per cent of the value of the running bill till all the amount of Security Deposit of Rs.. is fully recovered. 4. Now this indenture witnesseth that in consideration of the payments to be made by the Railway, the Contractor will duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway and will complete the same in accordance with the Contract Documents on or before the .. day of of 20and will maintain the said works for a period of ..calendar months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein), and the Railway doth hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep ;the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates set forth in the Southern Railway Engineering Departments printed Schedule of Rates, 2008 as corrected by and upto Correction Slip No..of for Sr.D.E.N./D.EN /..ofdivisions at par/enhanced/diminished by.per cent in respect of Schedule `A (items covered by the Schedule of Rates, 2008) and at the rates shown in Schedule(s)(items not covered by the Schedule of Rates,2008) and at the lump sum rates for items given in Schedule(s).. 5. It is hereby agreed and declared that all the provisions of the said Contract Documents, which have been carefully read and understood by the Contractor, shall be as binding

Signature of Tenderer/Contractor 29

BID DOC MAS 01 OF 2012, ITEM No.14

upon the Contractor and upon the Railway as if the same had been repeated herein and shall be read as part of these presents. 6. The const of stamp duty on this agreement shall be borne by the Railway Administration.

Divisional Railway Manager/Works/../Divisional Engineer/.. . Division Railway (for the President of India) Place: Date:

Signature of witnesses with address to signature of the Contractor:

Witness No.1: Signature ..

Date Name. Address

Witness No.2: Signature .. Date Name. Address

Signature of Tenderer/Contractor 30

BID DOC MAS 01 OF 2012, ITEM No.14

ANNEXURE V STATEMENT OF WORKS ON HAND Sl.No. Likely Name of the Organisation I. Southern Railway Name of work work Place of work Value of Present

physical date of progress completion

i. Open line in the seven Division of Southern Railway ii. On organisation under CAO/CN/BNC iii. On organisation under CAO/CN/MS iv. Metropolitan Transport Project under CAO/CN/MTP/MS v. Rly. Electrification progress II. Other Railways

Private sector undertakings.

The information furnished above are correct and complete to the best of my knowledge and belief. We are/I am aware that if the information furnished above are found to be wrong or incomplete or any relevant information is to have been suppressed, the tenderer is liable to be rejected at any stage, as per clause 8 of the conditions of the tender. We are/I am aware that if the declarations as above, in the tender are found to be not true, any agreement that may be entered into is also liable to be terminated by the Railway. Signature of Tenderer/ Contractor

Signature of Tenderer/Contractor 31

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 ANNEXURE VI LIST OF PLANT AND MACHINERY AVAILABLE ON HAND (OWN) AND PROPOSED TO BE INDUCTED ( OWN OR HIRED TO BE GIVEN SEPARATELY)

Sl.No. Name of the plant Present condition 1 2

Identification No. & Registration 3 4

Date of procurement 5

Capacity / Rating 6 7

Qty. No.

SIGNATURE OF TENDERER/CONTRACTOR 32

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14

ANNEXURE - VII LIST OF PERSONNEL ORGANISATION AVAILABLE ON HAND Sl.No. 1 Name & Designation 2 3 Qualification Experience Date of appointment 4 5 Remarks 6

Signature of the Tenderer: Name :

SIGNATURE OF TENDERER/CONTRACTOR 33

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14

SOUTHERN RAILWAY ANNEXURE VI SPECIAL CONDITIONS OF CONTRACT (GENERAL): 1.0.0.The special conditions of contract: The schedule of rates 2008, Southern Railway Engineering department corrected upto Specifications for materials and works 1969 of the Engg. Dept., Southern Rly upto correction slip No.7 of 19.11.83 any other approved specifications to the relevant I.S.codes. The regulations for tenders and contracts, Conditions of tender, Tender agreement form, General conditions of contract 1984, corrected upto date of submission of tender, The contract labour (Regulation and abolition) Act 1970 and Central Rules 1971, as amended from time to time and specific drawings issued for the purpose of this work govern this contract. It may be noted that the General conditions of contract together with its correction slips is not attached to the tender form. It can be obtained from the office of DRM/Works/Chennai Division, Southern Rly, Chennai-3 on production of a cash receipt for the sum of Rs.50/- paid to the Sr. Divl. Cashier, Southern Rly., failing which shall be deemed that the contractor is in possession of the same. 1.0.1: Items in Schedule A are based on Southern Railway Basic Schedule of Rates 2008 for Chennai Division which contemplates supply of cement and reinforcement steel by railway free of cost. For this work it is proposed that cement and reinforcement steel will not be supplied by railway and the same has to be procured and supplied by the contractor which will be paid separately by Railway under relevant items of Schedule C. 1.0.2. The tenderer shall quote his rate `at par or a collective percentage Above or Below the total value of schedule A , separately for each sub work. 1.0.3. Similarly Schedule B provides for the items which are not covered by BSR 2008. 1.0.4 : Schedule C provides for items of works that are not covered by BSR 8 and the contractor has to quote itemized rates for the items. 2.0.0. If any other items of work covered by Southern Rly. Schedule of rates 2008, applicable to Zone B, Chennai Divn. and not covered by Sch.A but are incidental to the work are required to be carried out during the actual execution of work, the same will have to be carried out at the same percentage as accepted for sch. A of this tender. 2.0.1: The tenderer while indicating rates for all the above items shall include the cost of procurement. Excise duty Sales Tax, transportation of materials to the work site and storage etc. Also necessary test certificates will have to be produced by the tenderer with regard to the quality of materials which shall confirm to specification as indicated below: CEMENT 43 Grade IS 8112 1989 grade IS 12269 1987 Reinforcement steel IS 1786 1985 2.0.2 : Railway also reserve the right to take sample during the course of work to get the cement and steel tested for ascertaining their conformity with specification. The cost of testing will have to be borne by the tenderer/contractor. 2.0.3: Any temporary structure required for storage of cement and steel has to be provided by the tenderer at his own cost. This will be removed after completion of the work. Railway will only provide suitable land for construction of the temporary shed free of cost if feasible. A double lock arrangement (contractor and Railway) for the temporary store site should be provided. 3.0. : PROCUREMENT OF CEMENT:

SIGNATURE OF TENDERER/CONTRACTOR 34

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14

3.0.1.: Cement to be used on the works should be procured from the main cement plants or from their authorized dealers. 3.0.2 : Cement bags in packing should bear the following information in legible markings. Manufacturers Name Registered Trade Mark of manufacturer, if any Type of cement. Weight of each bag in Kgs or No. of bags/tonne. Date of manufacture, generally marked as week of the year/year of manufacture, eg. 30/93 which means 30th week of 1993. 3.0.3 Test on cement to be conducted as per IS 4031. Some of the tests which may be carried out are: Compressive strength Initial and final seating time Consistency Soundness 3.0.4: Empty cement bags would be the property of the contractor and shall be disposed off by the contractor himself. In case the Railway is in need of empty cement bags, good and usable empty cements bags are to be supplied by the contractor at the rate of Rs.2/- per bag for empty cement gunny bags and rs.1.40 per bag for empty polythene/paper bags. 3.1.0 Consumption of cement: 3.1.1. For M,20 and M.25 mix of cement concrete, quantity of cement will be based on the design mix for concreting under water 10% extra quantity will be allowed. 3.1.2: The contractor should submit design for the same before starting the work and obtain the trial mix approved by Engineer-in-charge/DRM(Works), Chennai Division, Southern Railway, before the execution of work. 3.1.3: The minimum grade of plain cement concrete shall be M.20 and that of Reinforcement cement concrete shall be M.25. Only approved design mix shall be used for the concrete. The minimum quantity of cement to be used for various grades of concrete shall be as under: M. 20 350 Kgs/cum ) M.25 400 kgs/cum ) with 43 grade cement. M.30 420 kgs/cum ) 3.1.4 The cement consumption of the works which are not based on design mix, shall be as per the Cement Schedule and as per the Specifications for materials and works 1969 of Southern Railway. THE weighment batching should be done for the design mix concreting works.

3.1.5

4.0.0. PROCUREMENT FOR STEEL: 4.0.1. Steel shall be procured from the main producer such as SAIL/TISCO/IISO/TINL-VSP or authorized stock yards and has to be confirmed to IS 1786-1985.Rerolled steel will not be accepted 4.1.0 : PAYMENT FOR STEEL:

SIGNATURE OF TENDERER/CONTRACTOR 35

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 4.1.1. Payment for steel (reinforcement) will be as per the reinforcement actually utilized in the work. No extra amount will be paid for wastage or for cut rods if any, which would be the property of the contractor. The weight of the steel will be calibrated from the nominal or actual unit weight whichever is less: Any excess quantity of cement and steel left over after completion of the work will have to be disposed off by the contractor and cannot be taken over by the Railway. 5.0.0. PART PAYMENT FOR CEMENT AND REINFORCEMENT STEEL; 5.0.1 : In respect of cement and reinforcement steel, the part payment will be limited to 75% of the quoted value of item brought to site in relevant items of Schedule C contractor should furnish original cash bills for having purchased from authorized dealers and to be submitted to the Rlys., 6.0 CONCRETING: a. The contractor should make his own arrangements for the required binding wire for all RCC works including the works under BSR items though it is mentioned otherwise in the BSR rates. b. All concrete I.e. plain as well as reinforced cement concrete shall be machine mixed and vibrated unless otherwise permitted by the Engineer in charge. Curing/vibrating the concrete and RCC works should be done by the contractor as specified in relevant I.S.codes. The tests cubes should be cast at regular intervals and tested to assert in the strength of concrete. The contractor should establish cube testing equipment at or near the site of work. The cost of casting of cubes and their testing will have to be borne by the contractor. In case the contractor desires to use a curing membrane instead of water curing, he may do so after submitting the necessary data and after the same is approved by the Engineer in charge. No extra payment on this account would be admissible. It should be noted that no additional payment would be made for curing/vibrating the concrete at different heights and the contractor should make his own arrangements for the provision of necessary staging/scaffolding etc. and carryout curing/vibrating at all levels as directed by the Engineer in charge. c. Concrete for all the works shall be mixed using power driven concrete mixers. d. If curing is not being done to satisfactory standard, the Engineer may get it done at the contractors cost without any notice to him as the curing cannot wait for any such notice time etc. The Engineers decision shall be final and bindings as to whether satisfactory curing is being done or not. The cost of curing will be recovered from the ON ACCOUNT BILLs. e. The water line and coarse aggregates shall be got chemically tested from time to time by the contractor at his cost for assuring proper quality as per required standards. The results in original shall be submitted to the Engineer in charge and approval obtained. 7.0. SITE INSPECTION BY THE CONTRACTOR: The tenderer/contractor is required to inspect the sites of works and acquaint himself with site condition and other factors relating to the works availability of labour, electricity and water etc. before quoting his rates. The tender submission will be deemed to have been made after such inspection. 8.0.0. If there is any variation between the description in the tender and the detailed plans, the Engineer in charge will operate the correct description and his decision is final and binding on the tenderer/contractor. 9.0.0. The materials that are to be supplied and used for the work by the contractor should be as per the relevant I.S. codes and should be got approved by the Engineer in charge before use/procurement.

SIGNATURE OF TENDERER/CONTRACTOR 36

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 10.0.0. The contractor should make his own arrangements for the reqd. vehicles, earth moving equipments, under ground drainage cleaning/silt cleaning equipments and other tools and plants during the execution of work. 11.0.0. SERVICE ROADS: The Rly. does not under take to provide any service roads for the movement of the contractors vehicles. The contractor can however make use of the service roads, wherever they exist free of charge. 12. SETTING OUT WORKS: a) The contractor shall be responsible for the true and proper setting out of the works for correctness of the position, levels dimensions and alignment of all parts of work and for provision of all necessary pegs, reference pillars, instrument, equipment and appliances and labour in connection therewith. If at any time during the progress of the work any error shall appear or arise in the position of levels, dimensions or alignments at any part of the works. The contractor or being required to do so by the Engineer in charge shall at his own expense rectify such errors to the satisfaction of the Engineer in charge and he shall carefully protect, preserve secure all bench marks site rails, pegs, reference pillars and other things used in setting out of the works. b) The contractor shall have sufficient number of survey instruments such as theodolites, leveling instruments, leveling staff etc. and arrange to set out the alignment at his own cost and also establish necessary ref. pillars as required and directed by the Engineer. 13.0.0. The work has to be executed at Chennai area as such the contractor should visit the site and satisfy himself regarding working conditions at site before quoting his offer. 14. The railway will have the right to check the quality of any material required for construction like cement, sand, concourse aggregator, bricks, timber and concrete cubes etc for its conformity with specification. The testing charges will have to be borne by the contractor. Sufficient cube moulds will have to be supplied by the contractor at his own cost. 15. Only weighment batching will be allowed for concreting for design mix as specified in schedule/drawings. 16. The contractor has to submit concrete mix design and get it approved by the Engineer in charge before execution of work. The cement consumption quantity will be paid based on approved design mix or actual whichever is less. 17. The contractor shall be responsible for anti larval work at his cost during progress of work as may be prescribed by the Engineer in charge on the advice of the Rly. Medical Authority and where the use of insecticides is involved it shall be made in accordance with the provision of the act and rules in this behalf at the cost of the contractor who shall also be solely responsible for any acts of omissions under the provision of the aforesaid rules. 18. The bonded labour system (Abolition)ordinance 1975 would apply to the present contract. The contractor shall duly observe the provisions thereof. 19. The contractor shall employee the following minimum technical staff during the execution of work. One graduate Engineer when the cost of the work to be executed is Rs.15 lakhs and above. One qualified diploma holder (overseer) when the cost of the work to be executed is more than Rs.5 lakhs but less than Rs.15 lakhs. 20.1.0. The contractor should also maintain a site office at his own cost where he or his authorized representative would be available for taking instructions and discussions. In addn. Technical staff

SIGNATURE OF TENDERER/CONTRACTOR 37

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 should be available at site whenever required by the Engineer in charge to take instructions. In case the contractor fails to employ the technical staff as aforesaid,, he shall be liable to pay a reasonable amount not exceeding a sum of Rs.3000/- (Rupees three thousand only) for each month of default in case of Graduate Engineer and Rs.2000/- (Rupees two thousand only) for each month of default in case of diploma holder. (Overseer). 21.2.0. The decision of the Engineer in charge as to the period for which the required technical staff is to be employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor. 22. TAX: 22.1.0. INCOME TAX:Income tax will be deducted at 2% (two percent) and also surcharge if any at source from each bill, unless otherwise authorized by Income Tax Department. 23. SALES TAX: a) Consequent to the notification of Sales Tax Act 1999 which pertains to Tamilnadu General Sales Tax (5th amendment) act 1999 for insertion of section 7-F Deduction of Tax at source in works contract, Southern Rly. Will deduct sales tax at the rate of 2% or 4% ( depending upon the nature of work) of the total amount payable to the contractor for the execution of work under works contract at the sources from each bill unless otherwise authorized by Tamilnadu Sales Tax Department. a) The above mentioned sales tax on works contract is distinct from the Sales Tax elements that might have gone into the price of various raw materials used by the contractor in the works concerned and in respect of which the Railway will not reimburse any Sales Tax which will also continue to be borne by the Contractor as hitherto. 24.. EXCISE DUTY: Excise Duty if any in respect of the above work has to be borne by the contractor and is deemed to be included in the rates quoted by him. No reimbursement of the same will be made by the Railway. 25. SUPPLY OF RAILWAY PLANT, MACHINERY ETC. a) Railway is not bound for supply of any plants, machinery etc., required for the work. The contractor has to make his own arrangements for supply of requisite number of plants, machinery etc.

26. Payments as specified in the schedules will alone by admissible. No site installation charges will be payable and the tenders with such conditions are liable to be rejected. 27. Stones, ,metal, sand etc. of approved quality shall be collected from outside Railway limits as per the nomenclature of the items of work and the contractor shall pay all seigniorage and other incidental charges may be involved. 28. Any obstructions such as service lines, water pipe lines, cables, sewerages etc. met with during the progress of the work should immediately be reported to the Engineer in charge. 29. Temporary/permanent arrangements for maintaining continuous flow through the sewer/water mains will have to be made by the Contractor if the existing mains are affected during execution of foundations, duly realigning the sewer/water mains with contractors own cost. However, for underground cables etc. encountered while excavation of the same shall be got done through separate agencies or departmentally by the Railways. 30. The works should be carried out without any interference to the normal working of the railway track and structures.

SIGNATURE OF TENDERER/CONTRACTOR 38

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 31. The contractor shall be responsible for any loss/damage to railway and public property or third partys if it occurs during the course of execution and the Rly. Reserves its right to have the damages made good by the contractor. 32. The contractor must ensure the safety of labourers engaged by him during the course of execution of work and/or while crossing the track and the and the railway will not be responsible for any injury sustained by the labourers or for any fatal accident and the contractor should bear all the expenditure involved. 33. The rate quoted by the tenderer shall be inclusive of any of additional labour etc. for leading the materials across running tracks and no extra rate shall be paid for the same unless otherwise specified. 34.No extra payment will be made for lift/descent while loading / unloading and stacking of the materials. 35. All materials shall be stacked sufficiently clear of the tracks and shall remain without any possibility of infringing the minimum fixed structure dimensions. Materials shall also not be unloaded or stacked over signal wires, cables or other gear or any such items to avoid interference to the existing running tracks. 36. The contractor will also be held responsible for any accident or loss or damage or detention to trains caused due to such lapses on the part of contractor during the course of work as observed and decided by the Inspector in charge. 37. VARIATION IN QUANTITES: New clause 42(4) to Indian Railways General Conditions of Contract (Ref: Item -9 to Railway Boards letter no. 2007/CE-I/18 DATED 28.09.2007 Item -2 to letter no. 2007/CE-I/CT/18 Pt. XII dated 31.12.2010) The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts: Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions: a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade: (i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender. (ii) Quantities operated in excess of 140% but upto 150% of the agreement Quantity of the concerned item, shall be paid at 96% of the rate awarded for That item in that particular tender. (iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value.

SIGNATURE OF TENDERER/CONTRACTOR 39

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA & CAO/FA & CAO and approval of General Manager. 3. In cases where decrease is involved during execution of contract: (a) The Contract signing authority can decrease the items upto 25% of individual item without finance concurrence. (b) For decrease beyond 25% for individual items of 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtained No Claim Certificate form the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work. 4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. 5. No such quantity variation limit shall apply for foundation items. 6. As far as SOR items are concerned the limit of 25% would apply to the value of SOR schedule as a whole and not an individual SOR items. However, in case of NS items, the limit of 25% would be apply on the individual items irrespective of the manner of quoting the rates (single percentage rate or individual item rate). 7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. 8. For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager. 9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by General Manager. 10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of viation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained. 38.0.0.Special attention is drawn to Clause 31 of the General conditions of contract and it is advised for the guidance of the Tenderer/contractor that there is no possibility of any Railway source for supply of water to their works. The tenderer/Contractor has to make necessary arrangements or supply of potable water at his own cost for concreting, curing and for any other use. Chemical analysis of water and other ingredients shall be done from time to time as desired by the Engineer at the cost of the contractor. 39.0.0 Railways do not guarantee supply of electricity to any other contractors works. The contractor shall make his cost, for the supply of electricity for the works. If however, Railways electricity is available in the vicinity and if the contractor requests the same to be provided due to compelling circumstances, the Railway and its sole discretion may agree to provide the same on terms and conditions as may be agreed upon between the Railway and the contractor at contractors cost.

SIGNATURE OF TENDERER/CONTRACTOR 40

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 40.0.0 DISMANTLING OPERATIONS; a. DISMANTLING OPERATIONS ARE TO BE CARRIED OUT at the sole risk and liability of the contractor. The contractor shall take due care to ensure that during dismantling released materials, debris etc. do not fall down and cause any obstructions or damage to adjacent building or injury to the staff or labourers. b. Released materials and other debris of dismantling should be removed and stacked at places as directed by the Engineer-in-charge and shall be handed to the SE/Works at his store depot and no extra lead or lift shall be paid on this account. 41.0.0 : Earnest Money: a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the tender, under condition of tender. The Earnest money shall be as follows : Value of the work (Tender Value) EMD For works estimated to cost up to Rs.1 Crore. For works estimated to cost more than Rs.1 Crore. 2% of the estimated cost of the work. Rs.2 lakhs plus % ( half percent) of the excess of estimated cost of work beyond Rs.1 Crore subject to a maximum of Rs.1 Crore. the his not the

b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting tender he will not resile from his offer or modify the terms and conditions thereof in a manner acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation, aforesaid amount shall be liable to be forfeited to the Railway.

c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon. 2) The Earnest money should be in cash 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. No confirmatory advice from the Reserve Bank of India will be necessary. 42.0.0. SECURITY DEPOSIT: 1. The earnest money deposited by the contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit , the rates for which are given below, may be deposited by the contractor in cash or may be recovered by percentage deduction from the contractors on account bills so that the amounts so retained may not exceed 10 % of the total value of the contract. 2. Unless otherwise specified in the special conditions, if any, the security deposit/ rate of recovery/ mode of recovery shall be as under: Security deposit for each work should be 5% of the contract value.

SIGNATURE OF TENDERER/CONTRACTOR 41

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit. The Security Deposit shall be returned to the contractor only after the expiry of the maintenance period and after passing the final bill based on No Claim Certificate. The Competent Authority shall normally be the authority who is competent to sign the contract. This Competent Authority is of the rank lower than J.A. grade than a J.A Grade Officer ( concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD , an unconditional and unequivocal no claim certificate from the contractor concern should be obtained. However, the contractor if so desires the security deposit recovered from the running bills can be returned after the work is physically completed in lieu of FDR / irrevocable bank guarantee for equivalent amount to be submitted by the contractor. No interest will be payable upon the earnest Money and Security Deposit or amounts payable to the Contractor under the contract, but Government securities deposited in terms of sub Clause (1) of this clause will be payable with interest accrued thereon. 43.0.0. Performance Guarantee : 43.0.0. Performance Guarantee : Revised clause of 16 (4) to Indian Railways General Conditions of Contract (Ref: Item 1 to Railway Boards letter no. 2007/CE-I/CT/18 Pt.XII DATED 31.12.2010) The procedure for obtaining Performance Guarantee is outlined below:a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15 % per annum shall be charged for the delay beyond 30 (thirty) days, i.e., from 31st day after the date of issue of LOA. In case, the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any, payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work. The successful bidder should give a performance Guarantee amounting to 5% of the contract value in any of the following forms:(i) a deposit of cash. (ii) Irrevocable Bank Guarantee. (iii) Government securities including State Loan Bonds at 5 percent below the market value. (iv) Deposit receipts, pay orders, demand drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks. (v) Guarantee Bonds executed or Deposits Receipts tendered by all Schedules Banks. (vi) A deposit in the Post Office Saving Bank. (vii) A deposit in the National Saving Certificates. (viii) Twelve Years National Defence Certificate. (ix) Ten years Defence Deposits. (x) National Defence Bonds (xi) Unit Trust Certificates at 5 percent below market value or at the face value whichever is less. Also, FDR in favour of FA& CAO (free from any encumbrance) may be accepted.

SIGNATURE OF TENDERER/CONTRACTOR 42

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 Note: The instruments as listed above will also be acceptable for Guarantee in case of Mobilization Advance. c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the Contract agreement. This PG shall be initially valid upto 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. d) The value of PG to be submitted by the Contractor will not change for variation up to 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 security deposit shall, however, be released only after the expiry of the maintenance period and after passing the final bill based on No Claim Certificate from the contractor. f) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV partnership firm. g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the president of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: i) Failure by the contractor to extend the validity of the performance Guarantee as described herein above in which event the Engineer may claim the full amount of the Performance Guarantee: ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer. iii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India. 44. PRICE VARIATION CLAUSE: Price Variation clause (PVC) shall be applicable for tenders of value more than Rs.50 lakhs irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than Rs. 50 lakhs. Materials supplied free by Railways to the Contractor will fall outside the purview of PVC. Price Variation is payable/recoverable during the extended period of the contract also, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e.; under Clause 17-A(i) or (ii)or (iii) of GCC. If the rates quoted in negotiated tender is accepted, the base month for price variation clause is the month in which negotiations are held. This is required to be clarified in the tender conditions or in the negotiations.

SIGNATURE OF TENDERER/CONTRACTOR 43

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 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. If, in any case, the accepted offer includes some specific payments to be made to consultants or some material supplied by Railway at a fixed rate, such payments should be excluded from the gross value of the works for the purpose of payment/ recovery of variations. 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. Prices of Steel and Cement are to be linked with the Wholesale Price Index of the respective sub groups as per RBI Index Numbers. Henceforth, the formula for calculating the amount of variation on account of variation in prices of Steel and Cement would be as indicated as per formula for price escalation for cement and steel,(as advised by Boards letter No.85/W.I/CT/7 Pt.1 dated 18/19.04.2006). The revised weightage would be applied on the value arrived at after deducting the cost of Steel & Cement from the total contract value. The tender schedule should have separate items for Supply of Steel and supply of Cement for RCC/PSC work to know the cost of steel and cement actually consumed at any given point of time. The following price variation clause is for general as well as cement and steel. PRICE VARIATION (Authority: Railway Boards letter No.80/WI/CT/10 dated 25 th April 1980 and subsequent modifications upto 28/9/07) 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 over all market situation shall be made as per price variation clause given in para below. 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 adjustments in payments. The contract shall, however, be governed by the General price variation clause as under:Adjustment for variation in prices of materials, labour fuel, explosives, detonators shall be determined in the manner prescribed below:The percentage component of various items in a contract on which variation in price shall be admissible shall be: Material component Labour component Fuel component Explosive component Detonators component For fixed component at % % % % % % (To be specified as per Annexure II depending upon the type of the work) no price variation will be admissible

If, in any case, the accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway at fixed rate, such payments should be excluded from the gross value of the work for purpose of payment/recovery of variations.

SIGNATURE OF TENDERER/CONTRACTOR 44

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14

The amount of variation in prices in the several components (labour, material etc.) shall be worked out by the following formulae:(i) (ii) (iii) (iv) (v) LMUX NL M U X N = = = = = R x ( I - Io) x Io R x ( W - Wo) x Wo R x ( F- Fo) Fo x P 100 Q 100 Z 100 S 100 T 100

R x ( E - Eo) x Eo R x ( D - Do) Do x

Amount of price variation in labour Amount of price variation in materials. Amount of price variation in fuel. Amount of price variation in explosives. Amount of price variation in detonators.

R - Gross value of the work done by the contractor. As per on account bills (s) excluding cost of materials supplied by Railway at fixed price. This will also exclude specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). I o - Consumer price Index Number for Industrial workersIndex All India - published in the R.B.I., Bulletin for the base period. I - Consumer price Index Number for Industrial workers All India Published in R.B.I. Bulletin based on the average price index of the 3 months of the quarter under consideration. W o - Index number of wholesale prices By Groups, - and Sub groups. published in the R.B.I., Bulletin for the base period. All commodities - as

W - Index number of wholesale prices By Groups, - and Sub groups. All commodities - as published in the R.B.I., Bulletin based on the average price index of the 3 months of the quarter under consideration. F o - Index number of wholesale prices By Groups and Sub groups for fuel, power, light and lubricants as published in the R.B.I., Bulletin for the base period. F - Index number of wholesale prices By Groups and Sub groups for fuel, power, light and lubricants as published in the R.B.I., Bulletin based on the average price index of the 3 months of the quarter under consideration.

SIGNATURE OF TENDERER/CONTRACTOR 45

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 Eo - Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchase of explosives are made by the contractor for the base period. E - 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 based on the average price index of the 3 months of the quarter under consideration. D o - Cost of detonators as fixed by DGS & D in the relevant rate contract of the firm from whom purchase 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 purchase of detonators are made by the contractor based on the average price index of the 3 months of the quarter under consideration. P Q Z S T %* % * % * % * % * of Labour component of Material component of Fuel component of Explosive component of Detonators component

Note: (a) 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 of opening of tender. (b) If the rates quoted in the negotiated tender are accepted, the base month for price escalation clause is the month in which the negotiations are held. (c) The adjustment for variation in prices if required shall be made once every quarter in the on account payment. If more that one on account payment is made to the contractor in a quarter, the adjustment, if required, shall be made in each bill. (d) Price variation clause will not apply if the price variation is upto 5% Reimbursement/Recovery due to variation in prices will continue to be made only for the amount in excess of 5% of the amount payable to the contractor. Price variation during extended period of contract:Price variation is payable/recoverable during the extended period of the contract also, provided the price variation clause was part of the original contract and the extension has been granted on administrative ground i.e. under clause 17-A (i), (ii) and (iii) of GCC. NOTE: Materials supplied free by the Railway to the contractors will not form part of the value of the contract entered into and will fall outside the preview of the price variation clause. The price variation clause shall be applicable for tenders of value more than Rs.50 Lakhs irrespective of the contract completion period and shall not be applicable in tenders of value of less than Rs.50 Lakhs. The revised weight age would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. The tender schedule should have separate items for Supply of Steel and supply of cement for RCC/PSC work to know the cost of steel and cement actually consumed at any given point of time. 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.

1. 2.

3. 4. 5.

SIGNATURE OF TENDERER/CONTRACTOR 46

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 6. 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. 7. In case the indices fall below the indices applicable to the last month of the original / extended period of completion under clause 17 (3) as the case may be then the lower indices will be adopted for price adjustment for the period of extension under clause 17 (4) of the general condition of the contract. Price Variation Clause Provision for Cement: (Authority Rly. Bds Lr.No.85/W-I/CT/7/Pt.1 dated 18/19.04.2006) (i) Price of Cement is to be linked with the Wholesale Price Index of the 1respective subgroups as per RBI Index Numbers. The formula for calculating the amount of variation on account of variation in price of Cement is below: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 whole price of subgroup (of Cement) as published in RBI Bulletin for the base period. Wc = Index No. of whole price of subgroup (of Cement) as published in for the first month of the quarter under Consideration. Price Variation Clause Provision for Steel: Price variation clause for supply of steel ( Revised) ( Ref: PCEs letter no. W.496/P/O/Vol. VIII dated 28-05-2008 ) Ms Ms Q = = = Q(Bs-Bso) Where RBI bulletin

Amount of price variation in steel payable/recoverable.

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 tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower. 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. Note : i) Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL s ex works price plus Excise Duty thereof are as under : Category of steel supplied in the Railway Category of steel produced by SAIL whose work ex- works price plus Excise Duty thereof

Sl No.

SIGNATURE OF TENDERER/CONTRACTOR 47

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 would by adopted to determine price variation. Reinforcement bars and other rounds TMT 8 mm IS 1786 FE 415/ Fe 500 All types and sizes of angles Angle 65x65x6mm IS 2062- E 250A SK All types and sizes of plates PM Plates above 10-20 mm IS 2062 E 250A SK All types and sizes of channels and joists Channels 200x75 mm IS 2062 E250A SK Any other section of steel not covered in Average of price for the 3 categories covered the above categories and excluding HTS under sl no. 1,2, 3 above.

1 2 3 4 5

The above specification has to be referred to both for the base period and for the period when payment is due. ANNEXURE Statement showing the percentage of labour components, material components, fuel components, etc. in various type of works. a) Earthwork Contract:Labour component Fuel component Other material components Fixed component 50% 20% 15% 15% will not be considered for any price variation.

b) Ballast and Quarry Products Contracts Labour component Fuel component Other material components Fixed component c) Tunneling Contracts Labour component Fuel component Explosive component Denonator component Other material components Fixed component d) Other works contract: Labour component Material component Fuel components Fixed component 45.0.0. PROGRAMME OF WORK a. Immediately on issue of letter of acceptance of this tender, the contractor should submit a programme of work showing the activities work wise for completing the whole work within the stipulated period of completion in consultation with the executive Engineer in charge of the work. If so desired by the Engineer, the contractor shall submit further programme from time to time, taking into consideration the latest progress achieved till then. 30% 25% 15% 30% will not be considered for any price variation. 45% 15% 15% 5% 5% 15% will not be considered for any price variation. 55% 15% 15% 15% will not be considered for any price variation.

SIGNATURE OF TENDERER/CONTRACTOR 48

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 b. This is to reiterate that the railway reserves the right of terminating the contract at risk and cost of the contractor, at any stage of review of the progress under (a) above, if the above agreed programmes are not adhered to within the margin of 10% as envisaged in Clause 62(1) (Viii) of the General conditions of track. c. Non submission of the programme as envisaged in 9 above shall entitle Railway to terminate the contract at the contractors risk and cost under Clause 62 of the General conditions of contract. 46.0.0. MAINTENANCE PERIOD: The maintenance period shall be 01 months. 47.0.0. COMPLETION PERIOD: (a) The work shall be completed in all respects within 12 months from the date of issue of letter of acceptance of this tender. 48.0.0. Mobilization advance and tools & plants advance: The tenderer should note that Mobilization advance and Tools and plants advance will not be admissible for this work. 49.0.0 Tenderer(s)/Contractors(s) engaging private persons as labourers /supervisors and others in works contracts should get the antecedents of all such persons verified properly and should ensure that only such persons, who do not have any criminal records and /or not involved with anti-social elements and who are appropriate for carrying out works in the Railway premises or works involving safety of passenger and goods trains, are engaged by him/them. The Tenderer(s) / Contractors(s) should issue to all such private persons clear photo identity cards under their authority. A list of names of such persons working in the area should be furnished to the Railway ( the agreement executing authority ). The Tenderer(s)/Contractors(s) are responsible for all the commissions and omissions of all such persons engaged by them. 50.0.0 In case of accidents/natural calamities involving human lives, vehicles and equipment of the contractors will be drafted to accident for the work(s) carried out by him at the accident site as a non schedule item(s) for which rates have to be fixed by mutual consultation i.e., between the contractor and the Railway Administration. 51.0.0. Guarantee/Warranty: The Contractor should guarantee that the said goods/stores/articles would continue to conform to the description and quality as aforesaid, for a period of 30 months after their delivery or 24 months from the date of placement in service which ever shall be sooner, and this warranty shall survive notwithstanding the fact that the goods/stores/articles may have been inspected, accepted and payment therefore made by the purchaser. 52.0.0 If there is any discrepancy between the rates quoted in figures and words, then the rate quoted in words only shall prevail. 53.0. All documents to support fulfillment of eligibility criteria should be furnished along with the tender and should be available at the time of tender opening. Tenders not accompanied by documentary evidence in support of eligibility criteria will be rejected. No post tender communi-cation in any form will be made or entertained, after opening of tenders, in this regard. 54.0. The tenderer for carrying out any construction work in -------------------- (name of the state) must get themselves registered from the Registering Officer under section 7 of the Building and other construction Workers Act,1996 and rules made thereto by the --------------------(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 @

SIGNATURE OF TENDERER/CONTRACTOR 49

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item. 55.0. Conservancy Cess Charges: In terms of Railway Board Letter no. F(X)I/95/I/1 dated 31.05.2006, the Conservancy Cess Charges are recoverable from the Contractors Bills based on the number of labourers employed per day by the Contractor and the modified rates of recovery of conservancy cess charges shall be applicable. 1. Railways should ensure that necessary sanitary facilities are provided by the Contractors for their labour in terms of clause 59 (4) of the General Conditions of Contract and where they fail to do so, notice should be given to the Contractors that the same will be provided by the Raiwlay at their cost and recovery should be made from the bills in the following manner:a. If the Contractors labour are employed at station and colonies where Railway sanitary facilities do exist recoveries should be made at the Rates stipulated by the Railway Board. b. In respect of Contractors labour working between stations are at isolated places, where Railway sanitary facilities do not exist, recovery should not be made at the fixed rates stipulated by the Railway Board, but the Railway may provide these facilities at the cost of the Contractor, after giving him due notice as stated above. c. CMS/MSs/DMOs should inspect such sanitary arrangements of Contractors independently and if not satisfactory, report officially in writing to the DEN and DRM concerned. d. Supply contractors may be exempted from the purview of recovery of cess charges, since, their labours enter in the Railway premises only to load or unload the materials. e. No Cess Charges are recoverable from contractors engaged in construction work on new lines, away from open line. This will apply only until the line is opened for traffic partially or wholly. However, if safaiwalies are engaged by Railways on construction work on new lines, necessary recoveries will have to be made from contractors. f. No Conservancy Cess Charges need be recovered from the Contractors who are engaged for removal of night soil and rubbish from railway colonies. 2. Where only indirect Sanitary services are rendered, the Conservancy Cess Charges should only be 20 % of the above charges. The principle of recovery of Cess Charges on the basis of Direct/Indirect services will be applicable to categories no. III, IV, VI, VII, IX to XVI and XIX and in all other categories ie., I, II, V & VII, XVII & XVIII the cess charges will be recoverable at the rate of direct services only. Direct Services: are those where the Conservancy stall undertake to clean regularly the inside of the premises rented/licensed to the above mentioned parties. Indirect Services: Will be those where no such direct services are provided Levy service charges are only when services direct or indirect. 3. No charges are recoverable wherever no services are provided. However, facts of such services rendered should be certified by the Chief Medical Superintendent, Medical Superintendent/ Divisional Medical Officer, concerned. 56.0. Vitiation Clause: ( Ref; PCE/MAS No.W.496/P/Tender Documents dt. 19.08.08). In the event of Vitiation occurring due to increase or decrease In quantities among the first ,second and third lowest valid tenderers, the vitiation shall be to the contractors account. The total value of the work shall be calculated at the rate offered by those tenderers and the amount payable shall be limited to the lowest aggregate value as worked out. Vitiation as above shall be worked out as a whole for Agreement including all variations in quantities.

SIGNATURE OF TENDERER/CONTRACTOR 50

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 57.0. 58.0. SAFETY AT WORK SITES: The contractor shall not starty any work without the presence of railway supervisor at site.

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

SIGNATURE OF TENDERER/CONTRACTOR 51

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14

SPECIAL CONDITIONS OF CONTRACT FOR MOVEMENT OF VEHICLES NEAR RAILWAY TRACK: Safety precautions 1. No lorry or road vehicles shall be operated so as to affect the safety of trains. They should be allowed to work well outside the moving dimensions. At each of the locations where road vehicle machinery are working, an authorized responsible railway official should be posted as incharge to ensure that the road vehicle machinery do not infringe the schedules, moving dip engines any time and protect the track in case of emergency. To facilitate the driver to whistle, a whistle board will have to be provided at the appropriate place. 2. At vulnerable locations where construction activity is in progress adjacent to existing railway lines should be cordoned off with proper barricades. The most vulnerable locations shall be barricaded with rail barricades projecting at least in above the ground. At all other locations barricades of not less than 1.5 m height consisting of bamboo, casuarinas poles and supported horizontally with similar bamboo, casuarinas poles should be provided. 3. All the barricades are to be painted or stuck on with road illuminous paint strip at suitable intervals. 4. The entry to new banks which run along side the existing track should be protected by barriers which can be closed and opened when necessary. 5. At locations which are not vulnerable provision of barricade can be with (i) 6.6 m wide and 0.3 m deep trenches or (ii) stones of minimum size 30 cm x 15 cm at 1 m intervals and projecting 0.3 m above ground level and painted white. Trenches should be allowed only in those locations where they do not lead to subsidence to railway track as may be assessed by the SE/Pway. 6. Barriers shall also be provided in the case of doublings, particularly at the existing formation. These barriers are to be opened only for the movement of railway contractors authorized vehicle or other railway vehicles. 7. Railway vehicles employed by the contractor should have the certificate for its road worthiness and each vehicle numbered and the license particulars maintained. Contractor should ensure that the drivers permitted by them to work on such road vehicles have photo identity cards. 8. Wherever the work requires the movement of road vehicles within a distance of 3.5 to 6 m from the center line of the nearest track, such work shall be done only in the presence of railway employees authorized by the Engineer in charge. No part of the road vehicles will be allowed at less than 3.5 m from track center. Cost of such railway employees shall be borne by the Railway. 9. No movement of road vehicles within 6 m of railway track shall be permitted unless the driver of the vehicles is assisted by a helper with a whistle who shall guide him and ensure safety. 10. The driver of the vehicles shall always face the track. When reversing the vehicles and whenever he cannot face the track for whatever reason, he shall invariably be assisted by the helper with a whistle who should guide him and ensure safety. 11. All work sites shall be supervised by the contractor representative as also a representative of the Railway organization. The contractors representative shall be issued with a certificate by XEN/ADEN to the effect that they have acquired sufficient knowledge about the safety

SIGNATURE OF TENDERER/CONTRACTOR 52

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14 precautions that are needed to be followed while working near the track. Whenever work of plying of road vehicles within 6 m zone is actually in progress, look out men should invariably be available. Look out men will have to be provided by the contractor from out of the list of persons who are authorized to carry out these duties. Authorisation will be issued to the individuals by the Engineer Incharge. One supervisor who shall be permanent staff (Trackman) loaned to JE/W/CN from the respective gangs and in whose beat the work is in progress (to be spared by the respective SE/P.way) will monitor the availability and alertness of the lookout men. In case of non availability of look out men, the Railway supervisor shall stop further activities of plying of road vehicles. Even if no work is executed in the night, look out men shall patrol the beat as identified by the representative of the CN Organisation to ensure the safety of the running trains especially from infringements. 12. Working along side the track during night hours is normally prohibited. Such work can be done in the night only with the written permission of the Engineer of the construction activity. Where night work is permitted, lighting of the work site as required should be done. 13. The contractor shall be fully responsible against loss or damage arising from working of lorries and other machinery adjacent to the running track and making the contractor safety responsible for any loss or damage which the Railway or the Contractor or any 3rd party may suffer. 14. The contractor shall be fully responsible for ensuring safety at all times and shall bear the cost of all damages in cases of accidents/unusual occurrences resulting in damage to railway property and passengers. 15. Supervisors and operators of the work executive agencies working at or near Railway track should undergo specified training on matters to safe working along and on the track salient features of observing moving dimensions and clearances which may be imparted to such supervisors at Zonal/Divisional Training Schools and the cost of such training shall be borne by the contractor, which will be Rs. 93/- per trainee per day for the year 2000 with a 10% escalation p.a. with an expected duration of the course of about 3 days so as to ensure that they get acquainted with safety precautions that are required to be taken while executing works which have bearing on the safety of the running trains. 16. The supervisors mentioned in para 9 above should be trained in protection rules and supplied with minimum equipment required for protecting the track. Such staff should also be provided with basic communication facility (a walkie talkie with communication facility to the nearest Station Master or adjacent site) so as to communicate with the nearest station in case of emergencies/unusual occurrences. Till it is made available, the supervisor shall use the nearest LC gate telephone or other means of communications to relate the incident most speedily.

******

SIGNATURE OF TENDERER/CONTRACTOR 53

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14

SPECIMEN COPY

S.No 1

DESCRIPTION OF WORK Manufacturing, supplying and fixing of post formed table top of required size using 25mm thick particle board pasted with 0.8mm thick approved "flex" laminate and placed over the MS 2mm thick (14 gauge) cantilever brackets and screwed from bottom using metal screws. All cutting edges to be covered by 2mm thick pvc edge banding tape with all lead and lift etc., complete and as directed by the Engineerin-charge. (All labour and materials to be supplied by the Tenderer/ Contractor only at his own cost at site) UNIT QTY RATE

1 sqm

RATE IN FIGURES

Rupees

paise only

RATE IN WORDS (in CAPITAL LETTERS) R U P E E S T E S E V E N T Y H I F R G I A T W E N E H V N T E T E D Y PAISE CRORES LAKHS THOUSANDS HUNDREDS

SIGNATURE OF TENDERER/CONTRACTOR 54

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14

SOUTHERN RAILWAY NAME OF WORK: MAS-VLK & MSB - VPY section - Removal of garbage and clearing of track in between MAS - VLK ; MSB - RPM ; RPM-WST & WST - VPY sections.

Ref:
Case file no M/W.506/Central/REV/2011/22 - (Sanctioned by ADRM/II/MAS vide no. M/W.506/Central/REV/2011/22 dt.05-09-2011)

SCHEDULE 'B'
List of items of works that are not covered by the Basic Schedule of Rates of 2008 for Chennai Division.
S.No 1 DESCRIPTION OF WORK Collection and disposal of garbage such as plastic bags, bottles, cups, caps, paper waste, cotton pads and any other miscellaneous catering refusals lying in yards and mid section within the Railway premises from MAS upto VLK stations and in MSB-RPM, RPM-WST and WST-VPY sections on daily basis by contractor's own labour and materials by deploying not less than 50 men per day uniformly engaged in the areas mentioned below excluding platform lengths and 100m on either end of platforms of BBQ,VPY,PER,PCW,PEW & VLK stations and in MSB -RPM -WST stations which is being cleaned by Commercial branch, including cutting and cleaning the rank vegetation, uprooting any parasite growth upto 2.50m on the cess side of the extreme track for the entire width of track to keep the track neat and tidy, with necessary contractor's lookout men to safeguard against the traffic, duly collecting the garbage and rank vegetation and materials to be dumped after collection only at the Railway nominated places as nominated by the Engineer-in-charge and after every day's work, it has to be cleared by deploying contractor's men & machinery, duly trucking out by contractor's own road vehicle such as trucks /tractor and disposing the same away from the Railway premises with contractor's men and machinery, without infringing track/traffic movements and dumping them away from the railway limit or corporation/municipality dumping grounds with an average lead of 10 Km with all lead and lift etc. complete and as directed by the Engineer-in-charge for a period of ONE year. (All labour, tools and plants, machinery, personal safety equipments such as safety shoes, gloves, etc. vehicles like trucks/tractor and consumable stores, fuel, crew are to be supplied by the Tenderer/Contractor at his own cost).

UNIT

QTY

RATE

per day

365
Rupees

RATE IN FIGURES . paise only

SIGNATURE OF TENDERER/CONTRACTOR 55

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14


RATE IN WORDS (in CAPITAL LETTERS) R U P E E S
CRORES LAKHS THOUSANDS HUNDREDS

D
PAISE

(Item ONE only)

2 3 4

NOTE: The Contractor shall employ adequate man power to clear any rank vegetation and all the rubbish including papercups, polythene waste, catering refusals, food articles/aluminium foil packings etc. within the Railway premises to keep the track, neat and clean. On any day, if it is found that the track is not clean, the payment for the day and one previous day will be deducted as penalty. The scope of work envigages to keep the track neat and tidy . Rank vegetation cutting & clearing for 100m from end of PF also to be done as per the directions of Engineer-in-charge or his representative.

SIGNATURE OF TENDERER/CONTRACTOR 56

BID DOCUMENT OF MAS 01 OF 12, ITEM NO. 14

SIGNATURE OF TENDERER/CONTRACTOR 57

Das könnte Ihnen auch gefallen