Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 1 of 99
www.nr.indianrailways.gov.in
TENDER DOCUMENT
Name of work Construction of electrical Loco shed and inspection pits, offices, earthwork in cutting/filling in embankment, retaining & breast walls, extension of existing minor bridges, protection work i.e. toe walls, drains etc. and other balance ancillary works at Katra complex on Udhampur Katra Section in connection with USBRL Project. No. W-42/DCE/S&C-I/UHP/01/2014-15 Dated: 19.04.2014 Ist. corrigendum No. W-42/DCE/S&C-I/UHP/01/2014-15 Dated: 02.05.2014
S.No. Description Page No. 01 Index 1
02 Top Sheet 2
03 Ist. Corrigendum notice 3 04 Tender Notice 4-5 05 Tender Form (First Sheet) 6-7 06 SPECIAL TENDER CONDITIONS AND INSTRUCTIONS TO TENDERERS 8-40 07 SPECIAL CONDITIONS RELATING TO SITE DATA AND SPECIFICATIONS 41-58 08 ANNEXURES:- (B) Supplementary Agreement 59 (C) Declaration 60 (D) Constitution of Firm 61 (E) Details of Plant & Machinery 62 (F) List of Engineer/Personnel 63 (G) List of works executed/complete 64 (H) Works being executed/in hand 65 (I) Details of payment received. 66 (J) Real Time Gross Saving / National Electronic Fund Transfer (RTGS/NEFT) 67 (K) Guidelines for JV 68-71 (K1) Format for JV / MOU 72-73 (K2) Guidelines for submitting Tenders by Partnership Firms 74-77 (L) Performance Guarantee 79-79 09 Performa for quoting rates 80-82 10 Schedule A Details of Northern Railway USOR-2010 83-99 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 2 of 99 www.nr.indianrailways.gov.in
START OF DOCUMENT
Tender Document No. ________
Top Sheet
No. W-42/DCE/S&C-I/UHP/01/2014-15 Dated: 19.04.2014 Ist. corrigendum No. W-42/DCE/S&C-I/UHP/01/2014-15 Dated: 02.05.2014
Name of work: Construction of electrical Loco shed and inspection pits, offices, earthwork in cutting/filling in embankment, retaining & breast walls, extension of existing minor bridges, protection work i.e. toe walls, drains etc. and other balance ancillary works at Katra complex on Udhampur Katra Section in connection with USBRL Project.
Tender value: Rs. 6,09,62,547/-
Earnest Money: Rs. 4,54,820/-
Completion Period: 08 (Eight) months.
Date of submission Upto 15.00 hrs. on 10.06.2014 in the office of CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020 as well as Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village-Omala, Near Tunnel No. 1A Udhampur.
Date of Opening: - 10.06.2014 soon after closing.
When was the partnership constituted and deed executed/registered.
: Whether attested copies of Partnership deed and Power of Attorney furnished with the tender :
The working contractors should Submit a list of works with their value And agreement No. with the tender.
Name and Address of Party to whom
the Tender sold _________________________________ _________________________________
N.B: The above information may please be furnished invariably otherwise, the tender is likely to be rejected.
OS/W Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 3 of 99 www.nr.indianrailways.gov.in
Ist. Corrigendum to Tender Notice No. W-42/DCE/S&C-I/UHP/01/2014-15 dated:19.04.2014
Name of work:- Construction of electrical Loco shed and inspection pits, offices, earthwork in cutting/filling in embankment, retaining & breast walls, extension of existing minor bridges, protection work i.e. toe walls, drains etc. and other balance ancillary works at Katra complex on Udhampur Katra Section in connection with USBRL Project.
Due to technical reason the tender for above work which was scheduled to be opened at 15.00 hrs on 23.05.2014 is postponed & will now be opened on 10.06.2014 at 15.00 hrs. Accordingly tender documents will be available for sale from 26.05.2014 to 09.06.2014 between 10.30 hrs to 15.00 hrs. Tenders shall now be received upto 15.00 hrs on 10.06.2014.
All other terms & conditions of tender notice No. W-42/DCE/S&C-I/UHP/01/2014-15 dated: 19.04.2014 shall remain unchanged.
Corrigendum of Tender Notice is available on www.nr.indianrailways.gov.in & Tender Document will be available on same site from the date of sale of tender papers.
No. W-42/DCE/S&C-I/UHP/01/2014-15 Dated: 02.05.2014 -sd- (Sunil Bhasker) Dy Chief Engineer/S&C-I N. Rly, Udhampur Copy to:-
1. The CPRO, Northern Railway, S.E. Road, New Delhi along with 10 spare copies for publication in news Papers including local news papers. One copy may please be sent to the Editor, Indian Railways, P.Box No.467, New Delhi for publication in magazine. The cost is debatable to P-1193-08 Udhampur Srinagar Baramulla Rail link Project. Original advertisement published in various newspapers may please be sent to this office as soon as these are available for perusal. 2. FA&CAO/USBRL Project, Jammu. 3. Dy. FA&CAO/C/N. Rly., Jammu Tawi - Requested to depute representative for opening of tender on the date and time mentioned above. 4. Pr. Chief Engineer, N.Rly, Baroda House, New Delhi. 5. The DRM/N.Rly. MB, LKO, UMB, DLI & FZR. 6. All CEs/USBRL Project. under CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020. 7. All Dy.CEs/Const. & XEN/Const under CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020. 8. ASI/RPF/N.Rly., Udhampur He will take up security arrangements of the tender Box. 9. Notice Board.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 4 of 99 www.nr.indianrailways.gov.in
NORTHERN RAILWAY Office of the Dy. Chief Engineer/S&C-I Udhampur No. W-42/DCE/S&C-I/UHP/01/2014-15 Dated: 19.04.2014
TENDER NOTICE
Dy. Chief Engineer/Survey & Const.-I/N.Rly, Udhampur for and on behalf of the President of India, invites sealed open tenders on prescribed forms for the under noted work:-
1 Name of work Construction of electrical Loco shed and inspection pits, offices, earthwork in cutting/filling in embankment, retaining & breast walls, extension of existing minor bridges, protection work i.e. toe walls, drains etc. and other balance ancillary works at Katra complex on Udhampur Katra Section in connection with USBRL Project. 2. Tender Value Rs. 6,09,62,547/- 3. Earnest Money Rs. 4,54,820/- 4. Completion period 08 months. 5 Date of opening of tender 23.05.2014 soon after closing. 6. Last date & time of submission of tender Upto 15.00 hrs. on 23.05.2014 in the office of CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020 as well as Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village-Omala, Near Tunnel No. 1A, Udhampur 7. Validity of offer 90 days from the date of opening of tender. 8 Date from which tender documents will be available for sale. From 08.05.2014 to 22.05.2014 between 10.30 hrs to 15.00 hrs.
TENDERS WITHOUT EARNEST MONEY WILL BE SUMMARILY REJECTED
Further particulars and tender forms can be had from the office of CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020 as well as Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village-Omala, Near Tunnel No. 1A, Udhampur on any working day from 08.05.2014 to 22.05.2014 between 10.30 hrs to 15.00 hrs on cash payment of Rs. 10000/- (Rs. Ten thousand only) per set and Rs. 10,500/- (Rs. Ten thousand Five hundred only) per set, if required by post. Request for tender by post must be accompanied by demand draft of Rs. 10,500/- in favour of FA&CAO/USBRL Project, N.Rly. Jammu Tawi or Dy. FA&CAO/USBRL., N. Railway, Jammu Tawi. Cost of the tender document is non-refundable and tender document is non-transferable.
Tenderers should note this in particular that earnest money should be in cash or in form of, Deposit Receipt or Demand Drafts executed by State Bank of India or any nationalized bank or by a Scheduled Bank, must have an endorsement from the authority issuing such DR/Pay order/DD that received from M/s. / Shri. and pledged in favour of FA&CAO/USBRL Project, Jammu Tawi or Dy.FA&CAO/USBRL/N.Railway, Jammu Tawi.
IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/WRONG CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE(S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER, RAILWAY RESERVES THE RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS FOR ONE YEAR.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 5 of 99 www.nr.indianrailways.gov.in
Contractors/ firms/ companies satisfying the following eligibility criteria may only submit the tender:-
As a proof of technical experience/competence, the tenderer should have completed successfully at least one similar single work for a minimum value of 35% of advertised tender value, including cost of cement and steel, in last three financial years (i.e. Current year and three previous years) up to the date of opening of the tender.
The similar nature of work is defined as Execution of Civil Engineering works including building works.
As a proof of sufficient financial capacity and organizational resources, contractor should have received total payment against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during the last three financial years and in the current financial year (up to the date of opening of the tender) of a value not less than 150% of the advertised cost of work including the cost of cement and steel.
JVs/consortiums/MOUs will not be considered.
Tender forms completed in all respects with all documents duly sealed in an envelope and super scribing the name of work should be deposited in the tender box allotted for the purpose in the office of CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020 as well as Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village-Omala, Near Tunnel No. 1A, Udhampur upto 15.00 hrs on or before 23.05.2014. Tenders duly sealed in the prescribed manner can also be sent through registered post so as to reach in these offices not later than date and time specified above. Any tender received after the specified time is liable to be rejected.
No body carrying any sort of weapon including lathi etc. will be permitted anywhere in the office complex as well as near to it.
Not more than one representative of each tenderer will be allowed to witness the tender opening.
MOBILE PHONE is not allowed in the tender opening room.
The Tender Notice is available on www.nr.indianrailways.gov.in & Tender Document will be available on same site from the date of sale of tender papers.
-sd- (Sunil Bhasker) Dy Chief Engineer/S&C-I N. Rly, Udhampur Copy to:-
1. The CPRO, Northern Railway, S.E. Road, New Delhi along with 10 spare copies for publication in news Papers including local news papers. One copy may please be sent to the Editor, Indian Railways, P.Box No.467, New Delhi for publication in magazine. The cost is debatable to P- 1193-08 Udhampur Srinagar Baramulla Rail link Project. Original advertisement published in various newspapers may please be sent to this office as soon as these are available for perusal. 2. FA&CAO/USBRL Project, Jammu. 3. Dy. FA&CAO/C/N. Rly., Jammu Tawi - Requested to depute representative for opening of tender on the date and time mentioned above. 4. Pr. Chief Engineer, N.Rly, Baroda House, New Delhi. 5. The DRM/N.Rly. MB, LKO, UMB, DLI & FZR. 6. All CEs/USBRL Project. under CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020. 7. All Dy.CEs/Const. & XEN/Const under CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020. 8. ASI/RPF/N.Rly., Udhampur He will take up security arrangements of the tender Box. 9. Notice Board. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 6 of 99 www.nr.indianrailways.gov.in
NORTHERN RAILWAY
TENDER FORM (FIRST SHEET)
The President of India, Acting through the Chief Admn. Officer/USBRL Chief Engineer/Construction-South, Northern Railway, Jammu.
1. I/We ____________________________________________________ have read the various conditions to tender attached here to and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of My/Our Earnest Money. I/We offer to do the work Construction of electrical Loco shed and inspection pits, offices, earthwork in cutting/filling in embankment, retaining & breast walls, extension of existing minor bridges, protection work i.e. toe walls, drains etc. and other balance ancillary works at Katra complex on Udhampur Katra Section in connection with USBRL Project. for Northern Railway at the rates quoted in the attached schedule and hereby bind myself / ourselves to complete the work in all respects within 08 (Eight) months from the date of issue of letter of acceptance of tender.
2. I/We also hereby agree to abide by the General Condition of Contract-1999 corrected up to printed/advance correction slip and to carry out the work according to the Special Conditions of Contract and specifications for material and works as laid down by the Railway in the annexed Special Conditions/specifications and the Northern Railway Works Hand Book corrected up to printed/advance correction slip, for Schedule of Rates corrected up to printed/advance correction for the present contract.
3. A sum of Rs. 4,54,820/- (Rs. Four Lacs Fifty Four thousand Eight hundred Twenty only) i.e. (a) 2% (for works estimated to cost up to Rs. One Crore) and (For works estimated to cost more than Rs. One Crore Rs.2 Lakhs plus % (Half Percent) of the excess of estimated cost of work beyond Rs. One Crore, subject to a maximum of Rs. One Crore, rounded off to nearest Rs. Ten as indicated in Tender Notice) is herewith forwarded as Earnest Money. The full value of the Earnest Money shall stand forfeited without prejudice to any other rights or remedies in case my/our tender is accepted and if:-
a) I/We do not execute the contract documents within Fifteen days after receipt of the notice issued by the Railway that such documents are ready; and
b) I/We do not commence the work within fifteen days after receipt of orders to that effect.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 7 of 99 www.nr.indianrailways.gov.in
c) I/We resile from my/our offer or modify the terms and conditions there of in a manner not acceptable to Northern Railway during a period of 90 days from date of the opening of the tender.
d) I/We do not submit a Performance Guarantee (PG) in any of the form as prescribed in clause 5.2 of "special tender conditions and instructions to tenderers" amounting to 5% of contract value as per the Performa as prescribed by the Railways, 'Within 30 (Thirty) days from 'the date of issue of, letter of acceptance (LOA) or 60 (sixty) days, if the extension of time for submission of PG beyond 30 days and up to 60 days is given by competent authority along with interest @ 15% per annum for the delay beyond 30 days and up to 60 days from the date of issue of LOA. I/We shall also be debarred from participating in re-tender of the above work, in case, I/We failed to submit the PG 'as stipulated above.
The Performance Guarantee shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get validity of Performance Guarantee extended to cover such extended time of work plus 60 days. Further, in case during the course of execution of work, value of contract increases by more than 25% of the contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess over the original contract value shall be deposited by the contractor.
4. The amount of Earnest Money in the form of cash lodged with Chief Cashier, Northern Railway, New Delhi vide Cash Receipt No. _______ Dated _______ or deposited in the form 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 Bank or by a Scheduled bank. No confirmatory advice from Reserve Bank of India will be necessary
5. Until a formal agreement is prepared and executed, acceptance of this tender shal l constitute a binding contract between us subject to modification, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.
Signature of the Tenderer/s
Address (complete postal address to be given) Dated:
Signature of witnesses:
1. __________________________
__________________________
__________________________ Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 8 of 99 www.nr.indianrailways.gov.in
NORTHERN RAILWAY Construction department
Special tender conditions and instructions to tenderer/s
1.0 Details of work
1.1 Tenders are invited for the work AS ON TOP SHEET.
2.0 Tender documents
2.1 Submission of tenders
2.1.1 The tender documents consist of (a) Tender form (First sheet) (b) Special Tender Conditions and Instructions to tenderer/s (c) Special Conditions relating to site data and specifications (d) Schedule of Items, Rates, and Quantities. These must be submitted as directed in the covering note failing which the tender is liable to be rejected. 2.1.2 Tender documents can be had from the office CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020 as well as Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village-Omala, Near Tunnel No. 1A, Udhampur office on any working day i.e. 10.30 hrs to 15.00 hrs. from 26.05.2014 to 09.06.2014 on cash payment of Rs. 10,000/ (Rupees Ten Thousand only) for each set and Rs. 10,500/- (Rupees Ten Thousand & Five Hundred only) if required by post. The cost of tender documents is non-refundable and tender document is not transferable. Request for tender by post must accompany demand draft of Rs. 10,500/-(Rupees Ten Thousand & Five Hundred only) in favour of FA&CAO/USBRL Project, Jammu or Dy. FA&CAO/USBRL., N. Railway, Jammu Tawi.
2.1.2 (a) Cost of Tender Documents
Tender documents are available on Northern Railway web site i.e. www.nr.indianrailways.gov.in and the same can be downloaded and used as tender document for submitting the offer. This facility is available free of cost. However the cost of tender documents as indicated above in para 2.1.2 will have to be deposited by the tenderer in the form of a bank draft payable in favour of FA&CAO/USBRL, Project Jammu or Dy. FA&CAO/USBRL, N. Railway, Jammu Tawi along with the tender document. This should be paid separately not included in the Earnest Money. In case, tender is not accompanied with the cost of the tender documents as detailed above, tender will be summarily rejected.
2.1.3 These tender documents must be submitted duly completed in all respects, in a sealed cover superscribed as tender form for the work "As on top sheet" and should be deposited in the Tender Box in the office of CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu- 180020 as well as Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village- Omala, Near Tunnel No. 1A, Udhampur on or before 10.06.2014 up to 15.00 hrs. The tender will be opened immediately thereafter in both the offices simultaneously and rates read out in the presence of such tenderer/s as is/are present. Tenders, Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 9 of 99 www.nr.indianrailways.gov.in
which are received after the time and date specified above, may not be considered. In case the intended date for opening of tenders is declared holiday, the tenders will be opened on the next working day at the same time.
2.1.4 Tenders sealed and superscribed as aforesaid can also be sent by registered post addressed to the CAO/USBRL Project, Satyam Resort Complex, Marble Market, Trikuta Nagar Extension, Jammu-180020 as well as Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village-Omala, Near Tunnel No. 1A, Udhampur office on or before 10.06.2014 up to 15.00 hrs. but a tender which is received after the time and date specified in Clause 2.1.3 above may not be considered. Any tender delivered or sent otherwise will be at the risk of the tenderer/s.
2.2 Completion of tender documents
2.2.1 The tenderer/s shall quote rate/s in chapter wise %age rate in figures as well as in words, for all labour and materials for Schedule A SOR items. Every possible fluctuation, in the rate of labour material and general commodities and other possibilities of each and every kind which may affect the rates, should be considered and kept in view before quoting the rates and no claim on this account shall be entertained by the Railway under any circumstances except the price escalation payable as per price escalation clause, if any, provided separately in the tender documents. 2.2.2. The rate/s should be quoted in figures as well as in words. If there is any variation between the rates quoted in figures and in words, the rates quoted in Words shall be taken as correct. If more than one rates or improper rates are tendered for the same items, the tender is liable to be rejected.
In case, the tenderer/s quote/s multiple rates, the offer will be treated as incomplete and shall be summarily rejected. 2.2.3. Each page of the tender papers is to be signed and dated by the tenderer/s or such person/s on his/their behalf who is/are legally authorized to sign for him/them. 2.2.4. Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the tenderer/s in his/their entries should be in Ink and must be attested by him/them under full signature and date. 2.2.5. Additional conditions or stipulations if any must be made by the tenderer/s in a covering letter with the tender. The Railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. Only those additional conditions which are explicitly accepted by the Railway shall form part of the contract.
2.3 Credentials to be submitted by tenderer/s alongwith tender documents
2.3.1 Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorily carried out works of the type involved in the construction of the work being tendered for. He/they should also produce proof to the satisfaction of the Railway of his/their technical ability and financial stability to undertake the work of the magnitude tendered for. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 10 of 99 www.nr.indianrailways.gov.in
2.3.2 The tenderer/s shall submit with his/their tender a list of serviceable machinery, tools and plants, equipments and vehicles he/they has/have in hand for executing the work and those he/they intends/intend to purchase. 2.3.2.(A)The tenderer/s must submit, along with his/their tender:-
i. Statement showing similar works executed by him/them.
ii. Certificates of successful completion of his/their work
iii. A statement of all payments received against all successfully completed work/works in progress of all types (not necessarily similar in type of work in this tender) indicating the organization/ units from which the payments have been received. Necessary certificates in this regard, from the authorities who made the payments for three preceding years should be enclosed, duly attested. iv. list of their Engineering organization and equipments, construction tools and plants available with them. v. Technical eligibility criteria
(a) As a proof of technical experience/competence, the tenderer should have physically completed successfully at least one similar single work for a minimum value of 35% of advertised tender value, inclusive of the cost of cement and steel, in last three financial years (i.e. Current year and three previous years) up to the date of opening of the tender
The similar nature of work is defined as under:-
Execution of Civil Engineering works including building works.
(b) The following will be applicable for evaluating the eligibility
i) Similar nature of work physically completed within the qualifying period, i.e. last three financial years and current financial year (even though the work might have commenced before the qualifying period) should only be considered in evaluating the eligibility criteria. ii) The total value of similar nature of work completed during the qualifying period and not the payment received within qualifying alone, should be considered. In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the total paid amount including statutory deductions is to be considered. If final measurements have been recorded and work has been completed with negative, then also the paid amount including statutory deductions is to be considered.
However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility.
iii) In case of composite works involving combination of different works, even separate completed works of required value should be considered while evaluating the eligibility criteria. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 11 of 99 www.nr.indianrailways.gov.in
For example, in a tender for bridge work where similar nature of work has been defined as bridge work with pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with pile foundation of value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender value should be considered as having fulfilled the eligibility criterion of having completed single similar nature of work.
(vi) Financial Eligibility Criteria
As a proof of sufficient financial capacity and organizational resources, contractor should have received the total payments against satisfactory execution of all completed/ongoing works of all types (not confined to only similar works) during the last three financial years and in the current financial year (upto the date of opening of the tender) of a value not less than 150% of the advertised cost of work including the cost of cement and steel.
vii) For judging the technical eligibility and financial capability only those works which had been executed for the Govt. or Semi Govt. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal. It should be noted that credentials for the works executed for Private Organizations shall not be considered. viii) The tenderer/s/contractor shall submit a statement of contractual payment received during the last three financial years and current year on the prescribed Performa as detailed at Annexure-I. The details shall be based on the form 16-A issued by employer i.e. the certificate of deduction of tax at a source under Section 203 of the Income Tax Act, 1961. The photocopies of the form 16A shall be enclosed duly attested by Notary public with seal and Notarial stamps thereon. ix) If a tenderer has completed a work of similar nature where cement and steel was issued by department free of cost, tenderer must submit the completion certificate indicating cost of these materials and total cost of work (including cost of cement/steel) shall be considered to decide eligibility or otherwise. x) The overall financial soundness of the tenderers will be evaluated based upon the volume of the work handled, turn over, balance sheet etc. tenderers will accordingly furnish these particulars for the last three years (i.e. current year and three previous financial years) duly supported by latest audited results/balance sheets. xi) Tenderer has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and organizational resources. xii) If the tenderer is a JV/Consortium, each partner of JV/Consortium should have good credentials and the JV/Consortium should meet the technical and financial criteria as per the guidelines given in Annexure- K xiii) If the tenderer is a partnership firm, the conditions and the technical and financial eligibility criteria will be applicable as per guidelines given in Annexure- K-2. xiv) A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV firm along with the tender. The complete details of the members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference to financial technical and other obligations shall be furnished in the MOU. Format of MOU is enclosed as Annexure K1. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 12 of 99 www.nr.indianrailways.gov.in
2.4 Constitution of the firm
2.4.1 The tenderer/s who are constituents of firm, company association or society must forward attested copies of the constitution of their concern, partnership deed and power of attorney with their tender. Tender documents in such cases are to be signed by such persons as may be legally competent to sign them on behalf of the firm, company association or society as the case may be Co-operative societies must likewise submit a attested copy of their certificate of registration along with the documents as above mentioned.
The railway will not be bound by any power of attorney granted by the tenderer/s or by changes in the composition of the firm made subsequent to the execution of the contract. The Railway may however recognize such power of attorney and change after obtaining proper legal advise, cost of which will be chargeable to the contractor. JVs/consortiums/MOU shall not be considered. 2.4.2. (a) If the tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender/contract as cancelled, if a partner of firm expires after the submission of their tender, the Railway shall deem such tender as cancelled unless the firm retain its character.
2.4.2(b) If the contractors firm is dissolved on account of death, retirement of any partners or for any reason what-so-ever before fully completing the whole work or any part of it, undertaken by the principal agreement the surviving partners shall remain jointly/severally and personally liable to complete the whole work to the satisfaction of the Railway due to such dissolution. The amount of such compensation shall be decided by Chief Engineer/USBRL, Northern Railway, Jammu Tawi and his decision in the matter shall be final and binding on the contractor.
2.4.2.(c) The cancellation of any documents such as power of attorney, partnership deed etc., shall forth be communicated to the Railway in writing, failing which the Railway shall have no responsibility or liability for any action taken on the strength of the said documents.
2.4.2.(d) The value of contract and the quantities given in the attached schedule of items, rates and quantities are approximate and are given only as a guide. These are subject to variations/additions and omission. The quantum of work to be actually carried out shall not form the basis of any dispute regarding the rates to be paid and shall not give rise to claim for compensation on account of any increase or decrease either in the quantity of in the contract value.
2.5 Income tax deduction
2.5.1 Under Section 194-C of the Income Tax Act 1961 deduction of 2% as applicable on Income Tax will be made for sums paid for carrying out the work under this contract. In case of supply contract for ballast, deduction of 2% (Two Percent) Income tax will be made for the sums paid for labour portion only (i.e., loading, unloading, stacking, measurement and laying etc.)
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 13 of 99 www.nr.indianrailways.gov.in
3.0 Earnest money
3.1 The tender must be accompanied by a sum of Rs. 4,54,820/- (Rs. Four Lacs Fifty Four thousand Eight hundred Twenty only), 2% for works estimated to cost up to Rs.1 Crore and for works estimated to cost more than Rs. 1 Crore, Rs. 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyond Rs.1 Crore, subject to a maximum of Rs.1 Crore, (as indicated in tender notice ) as earnest money in the manner prescribed in para 3.2. failing which the tender shall be summarily rejected. The earnest money shall be rounded to the nearest Rs. 10. 3.1.1 Labour Co-operative are required to deposit only 50% of the earnest money as referred to clause 3.1 above. 3.1.2 The tenderer/s shall keep the offer open for a period of 90 days from the date of opening of the tender in which period tenderer/s cannot withdraw his/their offer subject to period being extended further, if required, by mutual agreement from time to time. It is understood that the tender documents have been sold/issued to the tenderer/s and tenderer/s is/are being permitted to in consideration of stipulation on his/their part that after submitting his/their offer he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to Northern Railway should the tenderer/s fail to observe to comply with the foregoing stipulation or fail to undertake the contract after acceptance of his/their tender the entire amount deposited as earnest money for the due performance of the stipulation and to keep the offer open for the specified period, shall be forfeited to the Railway.
If the tender is accepted, the amount of all earnest money will be held as initial security deposit for due and faithful fulfillment of the contract. The earnest money of unsuccessful tenderer/s will, save as herein before provided be returned to the unsuccessful tenderer/s within a reasonable time, but Railway shall not be responsible for any loss or depreciation that happen to the earnest money for the due performance of the stipulation and to keep the offer open for the period stipulated in the tender documents while in Railway possession nor will be liable to pay interest thereon. 3.2 The Earnest Money of the requisite amount referred to in Clause 3.1 above is required to be deposited either in cash with the Chief Cashier, Northern Railway, Delhi on any working day before 12.00 Hrs. on 10.06.2014 or in any of the following forms:-
(i) Cash, Deposit receipts, pay orders & demand drafts. These forms of earnest money could be either of the State Bank of India or of any of the Nationalized Banks or by a Scheduled Bank. No confirmatory advice from Reserve Bank of India will be necessary. (ii) The above instruments should be pledged in favour of Dy. FA&CAO/Const., Jammu Tawi / FA&CAO/Const, Northern Railway USBRL Jammu. (iii) The official cash receipt having a mention of the firm/individual who has deposited the cash or the Deposit Receipt, Pay Order or Demand Draft as mentioned above, as the case may be, is to be attached with the tender, failing which, tender will be summarily rejected. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 14 of 99 www.nr.indianrailways.gov.in
N O T E:- 1. Tenders submitted with Earnest Money in any form other than those specified above shall not be considered. 2. Any request for recovery from outstanding bills for earnest money against present tender will not, under any circumstances, be entertained. 3. No interest will be payable upon the Earnest Money and Security Deposit or amount payable to the contractor under the Contract.
3.3 The previous deposits of earnest money may be considered for adjustment against the present tender if so desired by the tender/s only when the earlier tender has been finalized and the earnest money deposited has actually become available without any attachment and there is no change in the constitution of the parties seeking adjustment.
4.0 ACCEPTANCE OF TENDER
4.1 IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/ WHOSE CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE (S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER, RAILWAY RESERVES THE RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS FOR ONE YEAR.
4.2 The authority for acceptance of tender rests with Chief Administrative officer/ Chief Engineer/USBRL Project /Dy.Chief Engineer/S&C-I/Executive Engineer/S&C-I as the case may be who does not undertake to assign reasons for declining to consider any particular tender or tenders. He also reserves the right to accept the tender in whole or in part or to divide the tender amongst more than one tender if deemed necessary. 4.3 The successful tenderer/s shall be required to execute an agreement with the President of India acting through the Chief Administrative Officer/USBRL/Chief Engineer/South/USBRLProject/Dy.Chief Engineer/S&C-I/Executive Engineer/S&C- I for carrying out of the work as per agreed conditions. The cost of stamp for the agreement will be borne by the Northern Railway. 4.3.1 The contractors operation and proceedings in connection with the works shall at all times be conducted during the continuance of contract in accordance with the laws, ordinance, rules and regulations for the time being in force and the contractor shall further observe and comply with the bye-laws and regulations of the Govt. of India, State Govt. and of Municipal other authorities having jurisdiction in connection with the works or site over operations such as these are carried out by the contractor/s and shall give all notice required by such bye-laws and regulations. The Hospital and medical regulations in force for the time being shall also be complied with by the contractor/s and his workmen. 4.3.2 The contractor shall be responsible for the observance of the rules and regulations under mines act and mineral rules and Indian Metallurgical rules and regulations of State/Central Govt. concerned as amended from time to time. 4.3.3 The contractor shall at all times keep the Railway administration indemnified against all penalties that may be imposed by the Govt. of India or State Govt. for infringements or any of the clause of the mines act and rules made there under in respect of quarries from which the ballast for these works is procured.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 15 of 99 www.nr.indianrailways.gov.in
4.4 The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawals of the original offer and rates originally quoted will be binding on the tenderer/s. 4.5 The tenderer/s shall submit an analysis of rates called upon to do so. 4.6 A corrigendum shall be issued in case the increase in quantity in one or more items result an extra expenditure in excess of 10% of the value of the contract or Rs.50,000/- whichever is less. For the purpose of assessing the increase in the quantity and the increase in the value of contract only such of the items in which there is any increase shall be taken into account and the saving in other items ignored. 4.7 Non-compliance with any of the conditions set forth herein is liable to result in the tender being rejected.
4.8 Variation in quantities
4.8.1 "The tenderer/contractor will be bound to execute the additional quantities on the following terms and conditions:
4.8.1.1 Variation in items whose agreement value is more than 1 % of the total original agreement value (Major Value Items):
(a) Individual NS item in contract can be operated with variation of plus or minus 25% and payment would be made as per agreement rate. (b) "SOR schedule as a whole" in contract can be operated with variation of plus or minus 25% and payment would be made as per agreement rate.
However, in case of NS item the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).
(c) Operation of an individual NS items/ "SOR schedule as a whole", in excess of 125% but up to 140% of their respective agreemental quantity shall be paid at 98% of the agreemental rate. (d) Operation of an individual NS items/ "SOR schedule as a whole", in excess of 140 but upto 150% of their respective agreemental quantity shall be paid at 96% of the agreemental rate. (e) Operation of an individual NS item/ ''SOR schedule as a Whole", in excess of 150% of their respective agreemental quantity, if required by Railway in exceptional circumstances, shall be paid at 96% of the agreemental rate, unless otherwise defined in the agreement.
4.8.1.2 Variation in items whose agreemental value is less than 1% of the total original agreement value (Minor value items):- Such items (i.e. NS items / "SOR schedule as whole"), can be operated with variation of plus or minus, 100% of their respective agreemental quantities and the payment would be made as per their respective agreemental rate. However, rates for variation of such items beyond 100% shall be decided as per General Conditions of the contract and prevailing codal provision.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 16 of 99 www.nr.indianrailways.gov.in
4.8.2. No such quantity variation limit shall apply for foundation items.
4.8.3. In case the over all revised agreemental value goes beyond 150% of original agreemental value in exceptional circumstances, due to variation of additional quantities, the tenderer/contractor will be bound to execute the additional quantities on negotiated rates.
5.0 Security deposit and Performance Guarantee on acceptance of tender
5.1 The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under:
a The security deposit for each work will be 5% of the contract value, b The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is recovered, c Security deposit will be recovered only from the running bill of the contract and no other mode of collecting security deposit such as security deposit in the form of instruments like BG, FD etc. shall be accepted towards security deposit.
The total security deposit recoverable from a contractor including the amount of earnest money deposited with the tender as given in Clause above will not exceed the security amount recoverable at the rates mentioned above.
The security deposit shall be forfeited whenever the contract is rescinded. The Security Deposit unless forfeited in whole or in part according to the terms and conditions shall be released to the contractor only after the expiry of the maintenance period and after passing the final bill based on no claim certificate. Thus before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained. The competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the final bill based on no claim certificate. The competent authority shall be the authority who is competent to sign this contract. If the competent authority is of the rank lower than JA grade, then a JA Grade officer (concerned with the work) should issue the certificate.
Note:-
i) After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him. ii) In case of contracts of value Rs.50 Crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.
5.2. Performance Guarantee
(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 upto 60 days from the date Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 17 of 99 www.nr.indianrailways.gov.in
of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, the penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e. from 31 st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 (sixty) days from the date of issue of LOA, the contract shall be terminated by issuing notice under relevant provisions of General Conditions of Contract duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for this work. (b) The successful bidder shall submit the Performance Guarantee(PG) in any of the following forms, amounting to 5% of the contract value: (i) A deposit of cash; (ii) Irrevocable Bank Guarantee; (iii) Govt. Securities including State Loan Bonds at 5% below the market value; (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks; (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled banks. (vi) A Deposit in the Post Office Saving bank; (vii) A deposit in National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds; (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less and (xii) FDR (Free from any encumbrance). NOTE: The instruments as listed above will also be acceptable for Guarantees in case of mobilization advance. All the instruments mentioned in (iii) to (xii) above should be pledged in favour of FA&CAO/USBRL, Jammu Tawi or Dy. FA & CAO/C/NR, Jammu. (c) (i) The performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance has been issued, but before signing of the contract agreement. This P.G. 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 P.G extended to cover such extended time for completion of work plus 60 days. (ii) If railway PSUs are awarded contracts through competitive bidding (open tender, Special limited tender etc.) the normal rule regarding submission of Performance Guarantee as applicable to other tenderer/s shall be applicable to these PSUs. (iii) Wherever the railway PSUs are awarded works contracts by Railways, on single tender basis, they are exempted from the requirement of submitting Performance Guarantee. (iv) However, in the event of failure of the railway PSU to successfully execute the contract as per terms and conditions laid down in the agreement, a penalty equivalent to 5% of the original value of contract would be levied. (d) The value of PG to be submitted by the Contractor will not change for variation upto 25% Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 18 of 99 www.nr.indianrailways.gov.in
(either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contact 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 shall be released after physical completion of the work based on 'Completion Certificate' issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The certificate, inter-alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor and that there is no due from the contractor to railways against the contract concerned. The competent authority shall normally be the authority who is competent to sign this contract. If the competent authority is of the rank lower than JA grade, then a JA Grade Officer (concerned with the work) should issue the certificate, The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on 'No Claim Certificate' from the contractor. (f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred' from participating in the tender for the balance Work in his/her individual capacity or as a partner of any other JV/Partnership firm.
(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 serving 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.
5.3 Exemption of Earnest Money & Security Deposit
Public Sector Undertakings wholly owned by Railways like RITES, IRCON, Konkan Railway Corporation Limited, CRIS, Rail-Tel Corporation etc. are exempted from depositing Earnest Money & Security Deposit. 6.0 Conditions of contract and specifications
6.1 Except where specifically stated otherwise in the tender documents the work is to be carried in accordance with (i) Northern Railway General Conditions of contract Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 19 of 99 www.nr.indianrailways.gov.in
regulations and instructions for tenderer/s and standard form of contract 1999 amended from time to time & upto date(ii) Indian Railway Unified Standard Specifications (Works and Material) Vol. I and II 2010 amended from time to time & upto date and (iii) Northern Railway Unified Standard Schedule of Rates (Works and material) 2010 copies of all these publications can be obtained from the CAO/USBRL, Jammu Tawi on payment as under:-
I) General Conditions of Contract and regulations and instructions to tenderer/s standard form of contract 1999 Rs.100/- ii) Indian Railway Unified Standard Specifications (Works and Material) Vol. I and II 2010. Rs.1000/- each iii) Northern Railway Unified Standard Schedule of Rates (Works and material) 2010 Rs.1000/- each
Demand for these publications from out station will be considered only if a sum of Rs.50/- towards postal charges is also sent with the cost of the books by money order.
6.2 The tender documents referred to in clause 2.1.1 above will govern the works done under this contract in addition to documents referred to in clause 6.1 above. Where there is any conflict between special tender conditions regarding instructions to tenderer/s, Special conditions relating to site data and specifications and the stipulations contained in the schedule of rates and quantities on the one hand and the Indian Railway Unified Standard Specifications (Works and Material) Vol. I and II 2010 and the General Conditions of Contract 1999 etc. and Northern Railway Unified Standard Schedule of Rates (Works and material) 2010 on the other hand the former shall prevail.
7.0 Study of drawings and local conditions
7.1 The drawings for the works can be seen in the office of the Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village-Omala, Near Tunnel No. 1A, Udhampur. It should be noted by tenderer/s that these drawings are meant for general guidance only and the railway may suitably modify them during the execution of the work according to the circumstances without making the Railway liable for any claims on account of such changes. 7.2 The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and conditions of soil, difficulties involved due to inadequate stacking space, due to built up area around the site, availability of materials water and labour probable sites for labour camps, stores, godowns, etc. They should also satisfy themselves as to the sources of supply and adequacy for their respective purpose of different materials referred in the specifications and indicated in the drawings. The extent of lead and lift involved in the execution of works and any difficulties involved in the execution of work should also be examined before formulating the rates for complete items of works described in the schedule.
7.3.1. Fencing at work: Site contractor(s) while executing the work of gauge conversion/doubling, yard remodeling etc. shall provide suitable Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 20 of 99 www.nr.indianrailways.gov.in
fencing/barricading to protect/segregate the existing Railway line from any damage and un-toward incident, as per the directions or plan approved by Engineer-in- charge. The payment of barricading/fencing shall be paid under the relevant N.S. item as given in the Schedule. No work will be started till he fencing/barricading is provided and clearance in writing is issued by the Engineer-in-charge.
7.3.2 Suitable gates/barriers should be installed across the new embankment, preferably adjoining the manned/unmanned level crossings. The entry for the vehicles should be regulated by an authorized representative of the Engineer-in-charge during the working hours.
7.4 During execution of the work, contractors shall ensure that all safety precautions are taken by their man to protect themselves and site to prevent any untoward incident. In this regard contractor will ensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band; rope ladders emergency light etc. are available at site before the work is actually started. The above list is only indicating and is not exhaustive and safety item will be arranged as per the requirement. Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall be entertained in this regard. Decision of the Engineer-in-charge will be final and binding upon the contractor. The cost of all the safety gear is deemed to have been included in the rates quoted and nothing extra is payable under this contract.
8.0. Period of completion
8.1 The entire work is required to be completed in respects within 08 (Eight) months from the date of issue of the acceptance letter. Time is the essence of contract. The contractor/s will be required to maintain speedy and required progress to the satisfactions of the Engineer to ensure that the work will be completed in all respects within the stipulated period failing which action may be taken by the Railway Administration in terms of Clause 17 and/or clause 62 of the General Conditions of Contract, 1999.
8.2 The contractor/s shall arrange to execute the different items of works in close consultation with and as per directions of the Engineer so that other works being executed in the same area either departmentally or through another agency such as steel erection, P-way earthwork in formation, etc. are also progressed concurrently. It may be noted, however, that any delay in the execution of departmental works, for whatsoever reason shall not be accepted as an excuse for non-performance of the contract.
8.3 The contractor/s will be required to give Dy. Chief Engineer monthly progress report of the work done during the month on 4 th of the following month. He will also give to the Dy. Chief Engineer the program of work to be done in coming month by 25 th of the preceding month. The programmed will be subject to alteration or modification at the direction of the CAO/USBRL/Chief Engineer/USBRL, Dy.Chief Engineer/S&C-I who may discuss such modifications or alterations with the contractor as considered necessary. Approval of any program shall not in any way relieve the contractor from any of the obligations to complete the whole of work by the prescribed time or extended time, if any. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 21 of 99 www.nr.indianrailways.gov.in
8.4 Incentive Bonus Payment clause:
The incentive bonus payment clause will apply to contracts for throughput enhancement relating to Doubling & Traffic facility works only. The contracts which are for works covering plan heads other than doubling and traffic facility the incentive bonus clause shall not apply.
The incentive bonus payment will be regulated as follows:-
1. This incentive Bonus payable shall not be more than 1% of the initial contract value or revised contract value whichever is less for every one month of early completion ahead of the original completion period or revised completion period whichever is less. 2. However, the maximum incentive bonus shall not be more than 6% of the original contract value or revised contract value whichever is less. 3. Period less than one month shall not be reckoned for the incentive bonus Calculation. 4. This incentive scheme shall not apply if extension to the original completion period is given irrespective of on whose account (Railways Account or Contractors Account)
9.0 Rates for payment
9.1 The rates given in the attached schedule of rates tendered by the contractor and as accepted by the Railways will form the basis of payment for such items under this contract.
9.2 No material price variation or wages escalation on any account whatsoever the compensation for Force meajure etc. shall be payable under the contract except payable as per price escalation clause if any, provided separately in the tender documents.
9.3 The rates for any item work not included in the Schedule of items, Rates and quantities and, which the contractor may be called upon to do by Railway Administration shall be fixed by the supplementary written agreement between the contractor and the Railway before the particular item or items of work is/are executed. In the event of such agreement not being entered into and executed the Railway may execute these works by making alternative arrangements. Railways will not be responsible for any loss or damages on this account. 9.3.1 The contractor shall work in close co-operation with the contractor/ departmental staff working in the adjacent sections of Railway local authorities.
9.4 It should be specifically noted by the tenderer/s that no separate loading, unloading and leading charges for materials (which are supplied by the Railway) shall be paid for by the Railways and the rates quoted by the tenderer/s shall be inclusive of all these charges.
9.5 The items Nos. description, units and rates given in schedule of rates are as per Northern Railway Unified Standard Schedule of Rates (Works and material) 2010 and any discrepancy during the execution of the work in the working rates quantity Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 22 of 99 www.nr.indianrailways.gov.in
and units etc. should be rectified by reference to the printed schedule of rates which shall be treated as authority and will be binding on the contractor.
9.6 Should there arise any items which may be necessary for the completion of work but which does not appear in the Schedule of items, rates and Quantities attached with tenders, items rate will be fixed by analysis of actual in puts of all types including labour and material or derived from the labour and material rates given in the Northern Railway Unified Standard Schedule of Rates (Works and material) 2010. The rates for such non-scheduled items occurring during the course of construction shall be payable subject to the approval of the competent authority. No items of work requiring non-schedule rates will be carried out unless ordered to do so by the Engineer. The rates derived from the Northern Railway Unified Standard Schedule of Rates (Works and material) 2010 will be subject to percentage above or below tendered by the contractor.
9.7 Payment for the work done will be made to the contractor only when the formal agreement has been executed between the parties.
9.8 Supplementary agreement
After the work is completed and taken over by the Railway as per terms and conditions of the contract agreement or otherwise concluded by the parties with mutual consent and full and final payment is made by the Railway to the contractor for work done under the contract the parties shall execute the supplementary agreement annexed here to as Annexure-B. 9.9 Measures to be taken in construction and repairs on road, embankments etc.
9.9.1 All borrow pits dug for and in connection with the construction and repairs of buildings, roads, embankments etc. shall be deep and connected with each other in the formation of drain directed towards the lowest level and properly sloped for discharge into a river, stream, channel or drain and no person shall create any isolated borrow pit which is likely to cause accumulation of water which may breed mosquitoes. 9.9.2 Non fulfillment of the provision in 9.9.1 above shall be a breach of the contract and contractor/s shall be liable to pay by way of agreed liquidated damages to the Railway at the rates of Rs.100/- for each breach and in addition to that contractor further undertake to pay the amount incurred by the Railway in getting the said job/s done at the risk and cost of the contractor. Besides this, the contractor will also be held responsible for any laws for contravening them.
10.0 Setting out works
10.1 The contractor is to set out the whole of the work in consultation with the engineer or an official to be deputed by the Engineer and during the progress of works to amend on the requisition of the Engineer any errors which may arise there in and provide efficient and sufficient staff and labour thereon. The contractor shall also alter or amend any errors in the dimension lines on level to the satisfaction of the Engineer or his authorized representative without claiming any compensation for the same. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 23 of 99 www.nr.indianrailways.gov.in
10.2 The contractor shall provide, fix and be responsible for maintenance of all stocks, templates, profiles, land marks, points, burjies, monuments, center line pillars, reference pillars, etc. and shall take all necessary precautions to prevent their being removed altered or disturbed and will be responsible for the consequence of such removal, alterations or disturbances and for their efficient reinstatement. 10.3 The contractor shall protect and support, as may be required or as directed by the Engineer, building, fences, walls, towers, drains, road paths, waterways, foreshores banks, bridges, Railway ground and overhead electric lighting, the telegraphs/telephones and crossing water service main pipes and cables and wire and altogether matters and things of whatever kind not otherwise herein specified other than those specified or directed to be removed or altered which may be interfered with or which is likely to be affected disturbed or endanger by the execution completion of maintenance of the works and shall support provided under this clause to such cases as directed by the Engineer. No payment shall be made by the Railway to the contractor for these works on account of delay for re- arrangement of road traffic or in the contractor having to carry out the short lengths and in such places as per conditions and circumstances may warrant. These will not form the basis of any claim and or dispute for compensation of any kind.
11.0 Drawing for works
11.1 The Railway Administration reserves the right to modify the plans and drawings as referred to in the special data and specifications as also the estimate and specifications without assigning any reasons as and when considered necessary by the railway. The percentage rates for the schedule items and items rates for the non-schedule items quoted by the contractor as may be accepted by the railways will, however, hold good irrespective of any changes, modifications, alterations, additions, omissions in the location of structures and detailed drawings, specifications and/or the manner of executing the work.
11.2. It should be specifically noted that some of the detailed drawings may not have been finalized by the Railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration.
11.3 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work/s arising out of delay in approval of drawings, changes, modifications, alterations additions, omission and the site layout plans or details drawings and design and or late supply of such material as are required to be arranged by the Railway or due to any other factor on Railway Accounts.
12.0 SUPPLY OF MATERIALS BY THE RAILWAYS
12.1 If at any time, material which the contractor/s should normally have to arrange himself/themselves, are supplied by the Railway either at the contractor's request or in order to prevent any avoidable delay in the execution of work due to the contractor's inability to make adequate timely arrangements for supply thereof or for any other reason, recovery will be made from the contractor's bill either at the market rate prevailing at the time of supply or at the book rate whichever is greater, plus fixed departmental charges viz. freight at 5% (8.33% for items of Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 24 of 99 www.nr.indianrailways.gov.in
Iron and G.I. pipe steel) incidental charges at 2% and added on total cost supervision charges at 12 1 / 2 %. No carriage or incidental charges will be borne by the Railway. The contractor cannot, however, claim as a matter of right the issue of such material by the Railway which he/they is required to arrange himself/themselves in accordance with the terms and conditions of this contract.
12.1.1 In case, cement and/or steel is issued to the contractor/s free of cost or on cost to be recovered for use on the work, the supply thereof shall be made in stages limited to the quantity/ quantities computed by the Railway according to the prescribed specifications and approved drawings as per the agreement. The cement and/or steel issued in excess of the requirements as above shall be returned in perfectly good conditions by the contractor to the Railway immediately after completion or determination of the contract. If the contractor/s fail/s to return the said stores, then the cost of cement and/or steel issued in excess of the requirement computed by the Railway according to the specifications and approved drawing will be recovered from the contractor/s @ twice the prevailing procurement cost at the time of last issue viz. 2 X (purchase price + 5% freight only). This will be without prejudice to the right of the Railway to take action against the contractor/s under the conditions of the contract for not doing/completing the work according to the prescribed specifications and approved drawings. If it is discovered that the quantity of cement and or steel used is less than the quantity ascertained as herein before provided, the cost of the cement and/or steel not so used shall be recovered from the contractor/s on the basis of the above stipulated formula.
The contractor shall be responsible for the safe transport custody and storage of all Railway materials issued to him and he will be liable to make good the loss due to any cause whatsoever, that may be suffered by the Railway on this account. Special precautions should be taken in respect of cement while transporting cement, steps should be taken to safeguard against cement becoming damp or wet due to moisture or rain. The contractor will also be responsible for storing cement in damp proof conditions at site of work at his own cost in accordance with the standard specifications. The Engineer shall decide whether the cement stored in the godown is fit for the work and his decision shall be final and binding on the contractor/s.
The contractor should supply a schedule showing the requirements of explosives materials required to be supplied to him by the Railway based on detailed plans. The materials will be arranged by the Railway according to this schedule unless otherwise modified by the Railway due to additions or alterations in the approved plans. No claim whatsoever will be entertained by the Railway on account of late supply of such materials as are required to be arranged by the Railway.
13.0 SUPPLY OF MATERIALS BY THE CONTRACTOR/S
13.1 Materials used in the work by the contractor shall conform to the Northern Railway Standard Specifications and the relevant I.S.I./I.R.S Specifications, and should be approved by the Engineer before utilizing them on works.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 25 of 99 www.nr.indianrailways.gov.in
13.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods or any other cause whatsoever.
13.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will be paid for the materials, tools and plants and tools arranged and brought by the contractor to the site of work. 14.0 SERVICE ROADS
14.1 The contractor/s shall make his/their arrangements for service roads, paths etc. for carrying his/their tools and plants, labour and materials, etc. and will also allow the Railway use of such paths and service roads, etc. for plying its own vehicles free of cost. The tenderer/s will be deemed to have included the cost of making any service roads, roads or paths, etc., that may be required by him/them for plying his/their vehicles for the carriage of his/their men and materials, tools, plants and machinery for successful completion of the work. Similarly, any other feeder road connecting any of the existing roads will be made by the contractor at his/their own cost including any compensation that may be required to be paid for the temporary occupation and or usage of Govt. and or private land and without in any way involving the Railway in any dispute for damage and/or compensation.
14.2 In case the Railway has its own paths, service roads, the contractor/s will be allowed to use of such paths or service roads free of cost. He/They shall, however, in no way involve the Railway in any claims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due to their poor condition and or maintenance or their being to be blocked and/or closed.
14.3 The rates quoted by the contractor as per Schedule of Items, Rates and Quantities shall form the basis of on account payment for the various items under this contract.
14.4 In the course of execution of various items of work under schedule of Items, Rates and Quantities running bills payment for partly completed works will be made to the contractor. The quantum of such work for payment shall be decided by the Engineer-in-charge whose decision shall be final and binding on the contractor.
14.5 No `on account payment' by the Railway shall protect the contractor/s against or prevent the Railway from recovering from the contractor/s any over payment made to him/them.
14.6 Final payment of the balance amount due, exclusive of the security deposit required in terms of Clause-5 of these special conditions, will be made after the completion of the entire work and on the certification of the Engineer that work has been completed in all respects and found satisfactory. The security deposit will be refunded after the date of completion according to Clause 5.1 of these conditions.
15.0 EMERGENCY WORK
15.1 In the event of any accident or failure occurring in or about the work of arising out for or in connection with the construction completion or maintenance of the work Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 26 of 99 www.nr.indianrailways.gov.in
which in the opinion of the Engineer require immediate attention, the Railway may be with its own workmen or other agency execute or partly execute the necessary work or carry out repairs if the Engineer considers that the contractor is not in a position to do so in time and charge the cost thereof, as to be determined by the Chief Engineer/Const. to the contractor.
15.2 In terms of clause 32 of GCC of May 1999, the material and plants brought by the contractor on the site or land occupied by the contractor in connection with the works and intended to be used for execution thereof shall immediately, they are brought upon the sites of this said land be deemed to be the property of the Railway, vehicles, equipments, plant and machinery of the contractor can be drafted by the Railway Administration at their discretion in case of accidents, natural calamities involving human lives, breaches, stoppage of train operations or any contingencies which require such requisitioning as essential. The decision in this regard of the Engineer-in-charge or his superiors i.e. Sr. Engineer / Executive Engineer/Dy. Chief Engineer etc. shall be final and beyond the ambit of arbitration clause.
15.3 In terms of clause 2.3.2(A) (iv), tenderer is required to submit the list of equipment, machinery, construction tools and plants available /deployed at site. The successful tenderer on receipt of acceptance letter and conveying their consent shall submit name, addresses, telephone numbers, Fax number/E Mail address of the persons to be contacted for requisitioning the above items as detailed in forgoing clause 15.2 and notify from time to time if any change in the list of equipments/machinery or the addresses/ individuals to the Engineer-in-charge in writing. The name and address, telephone numbers and the contractor officials name shall also be displayed at the site of work.
15.4 The manpower, consumable items and maintenance of the above tools and plants when requisitioned shall be the responsibility of the tenderer/contractor so that the equipments, machinery, tools and plants shall be available for effective utilization at the accident sites, natural calamities, breaches sites etc.
15.5 The hire charges per annum shall be calculated at the following rates on the purchase cost of the plant as under:
(i) Depreciation charges at the following rates a) Light plant 16% per annum b) Heavy plant 10% per annum c) Special plant 6% per annum (ii) In additional 10% on the total of (i) above to meet contingencies (iii) 10% contractor profit on total cost as detailed (i) to (ii) (iv) The hire charges per day shall be arrived at dividing the annual hire charges of total of (i) to (iii) above by 365 which shall be the assumed number of working days in year for this purpose. These hire charges will be payable from the date the plant is handed over to the railway to date on which it is returned to the contractor by Railway. (v) The contractor man power charge shall be payable @ minimum wages as notified by the State Govt./local bodies /labour Deptt. as the case may be Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 27 of 99 www.nr.indianrailways.gov.in
for highly skilled, semi skilled personnel drafted for operating the plant and machinery. (vi) The payment for the fuel cost shall be paid on the basis of the actual expenditure incurred by the contractor for purchase + 10% contractor's profit thereof which will be the payments towards his miscellaneous expenses too.
16.0 NIGHT WORK
16.1 If the Engineer is satisfied that the work is not likely to be completed in time except by resorting to night work, he may order without confirming any right on the contractor for claiming any extra payment for the same.
17.0 DISPOSAL OF SURPLUS EXCAVATED MATERIALS
17.1 The contractor shall at all time keep the site free from all surplus earth, surplus materials, and all rubbish which shall arise from the works and should dispose of the surplus excavated materials as ordered by the Engineer failing which it will be done at the cost of the contractor and cost will be deducted from his dues.
17.2 The contractor shall within 15 days of completion of entire works remove all unused and surplus materials tools and plants staging and refuge or other materials produced by his operations and shall leave the site in a clear and tidy conditions.
18.0 SITE INSPECTION REGISTER
18.1 A site inspection register will be maintained by the Engineer or his representative in which the contractor will be bound to sign day to day entries made by the Engineer or his representative. The contractor is required to take note of the instructions given to him through the site inspection register and should comply with the same within a reasonable time. The contractor will also arrange to receive all the letters etc. issued to him at the site of works.
18.2 The contractor shall, from time to time (before the surface of any portion or the site is interfered with or the work thereon begun) take such levels as the Engineer may direct in his presence or any person authorized by him in writing. Such levels approved and checked by him or such authorized persons shall be recorded in writing and signed by the contractor and shall form the basis of the measurements. Immediately before any portion of the work, 19.0 The contractor shall have to make and maintain at his own cost suitable approach road and path, etc. for proper inspection of the various works. He shall also provide all facilities as required by the Engineer such as Ladder and other appliances for satisfactory inspection of the works and places where materials for the work are stored or prepared.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 28 of 99 www.nr.indianrailways.gov.in
20.0 OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST:
Should the Engineer, or any representative consider it necessary for the purpose of enabling inspection of tests analysis to be made to verify or ascertain the quality of any part of the works or of any materials, the contractor shall as and when required by the Engineer or his representatives open up the work or materials for inspection or test or analysis, pull down or cut into any part of the work to make such openings, into under or through any part of the works as may be directed and shall/provide all things facilities which in the opinion of the Engineer or his representative are necessary and essential for the purpose of inspection or test or analysis of the works or of any part thereof or the materials, or of workmanship and the contractor shall close up, cover, rebuild and made good the whole at his own cost, as and when directed by and to the satisfaction of Engineer provided always that of the work in the opinion of the Engineer is found to his satisfaction and in accordance with the contract. The excess expenditure in such examination, inspection or test shall, upon the certificate of the engineer, be borne by the Railways.
21.0 GENERAL
21.1 PROVISION OF LIGHT SIGNALS ETC.
The contractor/s shall make such provision for lighting the works, materials and plant and provide all such marks and lights, signals and other appliances as may be necessary or as may be required by the Engineer or other responsible authorities during the execution completion and maintenance of the work and shall provide all labour, stores, etc. required for their efficient working and use at any time of day or night. He/They shall also provide all arrangement of every description of watching and maintenance required in connection with the foregoing and all other services for protection of any securing all dangerous places whether to the contractor's workmen or to other persons and or vehicular traffic until the work is certified by the engineer to have been completed and taken over in accordance with the contract.
21.2 The contractor/s will provide upon the works to the satisfaction of the Engineer and at such, places as he may nominate, proper and sufficient life saving, fire fighting and first aid appliances which shall at all times be available for use.
21.3 LABOUR CAMPS
Land for setting up a workshop by the contractor or for his labour camp or for any other purpose, shall have to be arranged by the contractor at his own cost and under his own arrangements. The contractor, however, will be permitted to make use of the railway land to the extent that can be made available to him free of cost, by the railway in the vicinity of the site of works. The contractor/s shall at all times be responsible for any damage or trespass committed by his agent and workmen for carrying out the work.
21.4 The Railway Administration may recommend to the concerned authorities the issue of necessary transport permits for the work. The contractor shall, however, furnish Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 29 of 99 www.nr.indianrailways.gov.in
full justification for the above facilities, to enable the Railway Administration to address the State Government or other authorities in this connection. The contractor shall also maintain regular log book of receipts and issue of the materials to work, if so required by the Civil Authorities. No claim would, however, be entertained by the non-issue of any priority permits or owing to any interruption in supply.
21.5 No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claim shall be entertained for business loss or any such loss.
22.0 Levy of Token Penalty Attention is invited to clause 17 (B) of the GCC and clause 8.1 of tender condition according to which time is the essence of the contract. The competent authority while granting extension to the currency of contract under 17 (B) of GCC may also levy token penalty as deemed fit.
23.0 SALES TAX/TURN OVER TAX/LOCAL TAX
The contractor shall be governed by the Taxes applicable at the place of actual execution of work.
23.1 Sales Tax including turn over tax on works contract, octroi, royalty, toll tax, local tax on materials as well as services and any other tax levied by Central Govt /State Govt. or local bodies shall be borne by the tenderer. No part of such taxes on contractors labour/material or any other account will be paid by the Railways. Therefore, the contractor must ascertain the various taxes levied by the concerned Govt or local bodies at the place of execution of work and take into account for the same while quoting the rates. This should be kept in view before tendering.
23.2 If there is any increase/decrease/imposition of new tax/removal of existing tax by Central Govt/State Govt/Local bodies in respect to any of the tax mentioned above, the same shall be borne by the contractor and neither any additional payment will be made, nor any recovery will be made on this account. This should also be kept in view before tendering, as no subsequent changes will be made in the rates payable to the contractor on this account.
23.3 Railways will deduct the sales tax, Turn over tax or any other tax specified by the concerned Central Govt/State Govt/Local bodies if required to be deducted at source under the relevant laws as applicable on the date of making the payment. Railway will issue a certificate regarding tax so deducted. It will be responsibility of the contractor to make further correspondence with concerned Govt or local bodies to ensure full deposition of the tax or for claiming a refund, if due, as is done in case of income tax. 23.4 In case any tax is notified to be deducted at source from a specified date and certain payments have already been made in the period that lapsed between the date of applicability of tax and the actual date of implementation of the same, tax required to be deducted at source for this period will be recovered from the subsequent payment. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 30 of 99 www.nr.indianrailways.gov.in
23.5 Implementation of The Building and Other Construction Workers (RECS) Act, 1996 and The Building and Other Construction Workers Welfare Cess Act, 1996 in Railway Contracts:
The tenderer for carrying out any construction work in Jammu and Kashmir (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 Jammu and Kashmir (name of the State) Govt and submit certificate of Registration issued from the Registering Officer of the Jammu and Kashmir (name of the State) Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of the cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.
24.0 All payments in respect of the contract during the currency of the contract shall be made through National Electrical Fund Transfer (NEFT) / Real Time Gross Savings (RTGS). The successful tenderer on award of contract must submit NEFT/RTGS Mandate Form complete in all respects as detailed at Annexure-J of the tender document. However, if the facility of NEFT/RTGS is not available at a particular location the payment shall be made by Cheque. In such case the successful tenderer on award of contract will have to furnish contractors Bank Account Number and Name of the Bank against which all payments in respect of the contract during the currency of contract shall be made.
25.0 Damage to the Railway Property:
Contractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gauge conversion, yard remodeling etc. will take all care for avoiding any damage to the underground/OH services such as S&T cables, electric cables/wires, pipelines/sewer lines etc. They must ensure that the work is started after obtaining clearance in writing from the Engineer-in-charge regarding the route for signaling/Electrical cables/water supply/ sewer lines etc. However, if any damage occurs during execution, he will immediately report the same to the Engineer-in-charge and stop the work further till clearance for restarting the work is given by the Engineer-in-charge. It may be further noted that if it is proved that damage is occurred due to the negligence on the part of the contractor, the cost of the damage will be recovered from him/them. The decision of Engineer-in-charge will be final and binding upon the contractor(s).
26.0 Applicable for tender documents downloaded from internet
26.1 Tenderer/s are free to download tender documents at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting their offer. Master copy of the tender document will be available in the office of DyCE/S&C-I/UHP. After award of work, an agreement will be drawn up. The agreement shall be prepared based on the master copy available in the office of DyCE/S&C-I/UHP and not based on the tender documents submitted by the tenderer. The tenderer must see the corrigendums issued (if any) from time to time, for the said work, on same website till the time of submission of tender. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 31 of 99 www.nr.indianrailways.gov.in
In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall prevail and will be binding on the tenderer,s. No claim on this account will be entertained.
27.0 PPP will apply only to CPSEs and heir subsidiaries (i.e. where PSE own 51% or above share holding), but not to joint venture owned by a PSE and a private sector partner. In case the quoted price by CPSEs is within 10% of the lowest valid price quoted by the private tenderer, other things being equal, purchase preference will be granted to the CPSEs at the lowest valid price bid (L-1). However, in case the quoted price by CPSEs is not within 10% of the lowest valid price bid, such a price bid may be rejected without any further consideration. A minimum value addition of 20% by the CPSEs/subsidiary companies by way of manufacturing and/ and or services would be a pre-requisite for availing of purchase preference...Deleted
28.0 Maintenance Period
The contractor will have to maintain the work for a period of 6 (Six) months from the date of completion of work as certified by Engineer-in-charge of the work.
29.0. PRICE VARIATION CLAUSE
29.1 The rates quoted by tenderer and accepted by Railway administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes/any other levies/tools etc. except that payment/recovery for overall market situation shall be made as per price variation clause given in para below.
29.2 No cognizance will be given for any sort of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustment in payments. The contract shall, however, be governed by the general price variation clause as under:
29.3 Adjustment for variation in prices of material, labour, fuel, explosives, detonators shall be determined in the manner prescribed below.
29.4 The percentage component of various items in a contract on which variation in prices shall be admissible shall be:-
Material component = 30% Labour component = 25% Fuel component = 15% Fixed component = 30 % (No price variation will be admissible on it)
The above weight age will be applied on the value arrived at after deducting the cost of steel and cement from the total contract value.
29.5 A-1 The amount of variation in prices in the several components (labour material etc.) shall be worked out by the following formulae (except cost of steel and cement supplied by contractor as a separate NS item):- Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 32 of 99 www.nr.indianrailways.gov.in
(i) L = Rx (I-Io) x P Io 100
(ii) M = Rx (W-Wo) x Q Wo 100
(iii) U = R x (F-Fo ) x Z Fo 100
(iv) X = R x (DE-Do ) x S Eo 100
(v) N = R x (D-Do ) x T Do 100
L Amount of Price Variation in Labour M Amount of Price Variation in Materials U Amount of Price Variation in Fuel X Amount of price variation in Explosives N Amount of price variation in Detonators R Gross value of the work done by the contractor as per on account bill(s) excluding (i) Cost of materials supplied by Railways at fixed price (ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 29.5 A2(I) and clause no.29.5 A2(II). (iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer).
Io Consumer Price Index Number for Industrial Workers All India as Published in RBI Bulletin for the base period.
I Consumer Price Index Number for industrial Workers All India- as published in RBI Bulletin based on the average price index of the three months of the quarter.
Wo Index Number of wholesale Prices By Groups and sub-groups All commodities as published in the RBI Bulletin for the base period.
W Index Number of wholesale Prices BY groups and sub groups All commodities as published in the RBI Bulletin based on the average price index of the three months of the quarter.
Fo Index Number of wholesales Prices By Groups and sub-Groups for Fuel, Power, Light and Lubricants as published in the RBI Bulletin for the base period.
F Index Number of wholesale Prices By Group and sub-groups for Fuel, Power, Light and Lubricants as published in the RBI Bulletin based on the average price index of the three months of the quarter
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 33 of 99 www.nr.indianrailways.gov.in
Eo - Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period.
E - Cost of explosive as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the first month of the quarter under consideration.
Do - Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period.
D- Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the first month of the quarter under consideration.
P - % of labour component Q - % of material component Z - % of fuel component S - % of explosive component T - % of detonators component
NOTE :- 1. The Price Variation Clause shall be applicable for tenders of value more than Rs.50 lacs irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs.50 lacs.
2. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC.
3. No maximum value for the price variation is prescribed.
4. If, in any case, the accepted offer includes
(i) Cost of materials supplied by Railways at fixed price.
(ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 29.5 A 2(I) and clause no.29.5 A2(II).
(iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 34 of 99 www.nr.indianrailways.gov.in
5. The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated tender are accepted, the base month for the price variation clause is the month in which negotiations are held.
6. The adjustment for variation in prices if required shall be made once every quarter in the on-account payments, if more than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill.
7. The price variation should be based on RBIs average price index of the 3 months of the quarter.
8. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available.
9. The weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value.
10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be.
29.5 A-2(I) Price Variation in case of Steel supplied by the contractor
This special Price Variation Clause will be applicable only on Iron and Steel supply items of tender schedule without value addition.
The amount of variation for the component of supply of steel shall be adjusted paid/recovered) by the following formulae :-
Ms = Q(Bs-Bso) where
Ms= Amount of price variation in steel payable/recoverable.
Q= Weight of steel in tones supplied by the contractor as per the on account bill for the month under consideration.
Bs= SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tone) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.
Bso= SAILs ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 35 of 99 www.nr.indianrailways.gov.in
NOTE:
1. Relevant categories of steel for the purpose of operating the above price variation formula based on SAILs ex-works price plus Excise Duty thereof are as under:-
SN Category of steel supplied in the Railway work Category of steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determine price variation. 1 Reinforcement bars and other rounds. TMT 8 mm IS 1786 Fe 415 / FE 500.
2 All types and sizes of angles. Angle 65x65 x 6 mm IS 2062 E250A SK
3 All types and sizes of plates. PM Plates above 10-20 mm IS 2062 E 250A SK
4 All types and sizes of channels and joints. Channels 200 x 75 mm IS 2062 E250A SK 5 Any other section of steel not covered in the above categories and excluding HTS. Average of price for the 3 categories covered under sl. No. 1,2,3 above.
2. The prevailing ex-works price of steel per tone as on 1 st of every month for the above categories of steel as advised by SAIL to Railway Board would be circulated to all the Zonal Railways.
3. Separate items for supply of steel for RCC/PSC work should have been incorporated in the tender schedule to know the cost of steel actually consumed at any given point of time.
4. The Price Variation Clause shall be applicable for tenders of value more than Rs.50 lacs irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs.50 lacs.
5. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC.
6. No maximum value for the price variation is prescribed.
7. If, in any case, the accepted offer includes (i) Cost of materials supplied by Railways at fixed price (ii) Value of steel, for which PVC is being paid/ recovered under this clause (iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no. 29.5 A 1. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 36 of 99 www.nr.indianrailways.gov.in
8. The SAILs Ex-work price plus Excise Duty there of (in Rupees per tone) for the relevant category of steel, as prevailing on first day of the month in which tender is opened, will be considered. However, if the rates quoted in negotiated tender are accepted, the base month for PVC will be the month in which negotiations are held.
9. The adjustment for variation in prices, if required, shall be made every month in the on-account payments as per above formula.
10. The Dy CE concerned will maintain a register showing receipt of steel from contractor on site (supported by documentary evidence of purchase) and consumption thereof.
11. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be.
12. Steel supplied free or at firm price by Railway, as per contract, if any, will not be considered for calculation of PVC.
A-2(II) Price Variation in case of Cement supplied by the contractor
This special Price Variation Clause will be applicable only on Cement supply items of tender schedule without value addition.
1. The amount of variation for the component of supply of cement shall be adjusted (paid/recovered) by the following formulae :- Where Mc= R x(Wc-Wco)/Wco Where
Mc= Amount of price variation in material (-Cement).
R= Value of Cement supplied by contractor as per on account bill in the quarter under consideration.
Wco= Index No. of Wholesale price of sub-group (of cement) as published in RBI Bulletin for the base period.
Wc= Index No. of wholesale price of sub group (of cement) as published in RBI Bulletin for the first month of the quarter under consideration.
Note: 1. Separate items for supply of cement for RCC/PSC work should have been incorporated in the tender schedule to know the cost of cement actually consumed at any given point of time.
2. The Price Variation Clause shall be applicable for tenders of value more than Rs.50 lacs irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs.50 lacs. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 37 of 99 www.nr.indianrailways.gov.in
3. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC.
4. No maximum value for the price variation is prescribed.
5. If, in any case, the accepted offer includes (i) Cost of materials supplied by Railways at fixed price
(ii) Value of cement, for which PVC is being paid/ recovered under this clause
(iii) Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no.29.5 A 1.
6. The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated tender are accepted, the base month for the Price Variation Clause is the month in which negotiations are held.
7. The adjustment for variation in prices, if required, shall be made once every quarter in the on-account payments, if more than one on-account payment is made to the contractor in a quarter, the adjustment, if required shall be made in each bill.
8. The price variation would be based on the price index of the first month of the quarter under consideration.
9. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available.
10. The price variation implies both increase as well as decrease in input prices and, therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be.
11. Cement supplied free or at firm price by Railway, as per contract if any, will not be considered for calculation of PVC.
30.0 Mobilization Advance: (Not applicable)
(Applicable for Advertised Tender value exceeding Rs. 25 Crores)
30.1 The Tender/Contractor may be granted a recoverable interest bearing mobilization advance upto 10% of the contract value provided he specifically apply for it Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 38 of 99 www.nr.indianrailways.gov.in
while tendering. If the tenderer fails to apply specifically for mobilization advance, while giving his offer at the tendering stage, in cases where grant of mobilization advance is permissible, no subsequent requests from him for grant of this advance will be entertained. The rate of interest is 4.5% p.a above the Base Rate of State Bank of India, as effective on the date of approval of payment of Mobilization Advance by the Competent Authority.
30.2 The Mobilization advance shall be against an irrevocable Bank Guarantee of value 110% of the sanctioned advance amount. The Bank Guarantee shall be from a Nationalized Bank in India or State Bank of India, all scheduled banks in India, National Saving certificate etc.
30.3 The advance will be granted in two installments viz 5% of the contract value on signing of the contract agreement and the balance 5% on mobilization of site establishment, setting up offices, bringing in equipment and actual commencing of work. Each installment will be released on submission of an irrevocable guarantee bond from any nationalized bank, in a form acceptable to the railway, for the amount of the installment together with interest charges calculated to the end of the contract period. These two guarantee bonds shall be returned as and when the value of the advance plus interest is recovered from the running bill.
30.4 The recovery of advance and interest thereon will be made through the on account bills, pro rata, commencing when the value of the work executed under the contract reaches 15% of the contract value, and completed when the value of the work executed under the contract reaches 85% of the contract value, or the assessed value of the work whichever is less.
30.5 Interest will be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular on account bill (though which recovery of principle is effected) and adjusted fully against such on account bills along with pro rata principle recovery. In the event of any shortfall the same will be carried forward to the next on account bill and will attract interest at 4.5% p.a above the Base Rate of State Bank of India.
30.6 The bank guarantee for advance should clearly cover principle plus interest.
Note: The various instruments as listed for Performance Guarantee (Clause 5.2) will also be acceptable for Mobilization Advance.
31.0 ADVANCE AGAINST MACHINERY AND PLANT:-
(Applicable for Advertised Tender value exceeding Rs. 25 Crores)
31.1 The Tender/Contractor may be granted a recoverable interest bearing mobilization advance against security of machinery and equipment provided he specifically apply for it while tendering. If the tenderer fails to apply specifically for mobilization advance, while giving his offer at the tendering stage, in cases where grant of mobilization advance is permissible, no subsequent requests from him for grant of this advance will be entertained.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 39 of 99 www.nr.indianrailways.gov.in
31.2 Advance on security of machinery and equipment brought to the site shall be limited only to new machinery and equipment, which are essentially required for the work and involve a substantial outlay. This also includes portable gantry if they are fabricated specifically for this work. The advance will not exceed 75% of the purchase price of such equipment and will be limited to a maximum of 10% of the contract value. This is subject to the plant and machinery having been brought to the site and hypothecated to the President of India by a suitable bond acceptable to the Railways. The plant and equipment should also be insured by the tenderer/s for the full value and for the entire period for which they are required for the work or till the advance granted together with interest thereon is fully recovered whichever is later. The advance will carry an interest rate of is 4.5% p.a above the Base Rate of State Bank of India, as effective on the date of approval of payment of Advance by the Competent Authority.. 31.3 The advance so given together with the interest accrued thereon will be recovered in installments through on account bills. The recovery shall commence when the value of the contract executed reaches 15% of the contract value and will be completed when the value of the work executed reaches 85% of the contract value. The installment recovery on each on account bill will be on pro-rata basis. 31.4 RECOVERY OF INTEREST ON ADVANCES:- Interest will be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular on account bill (through which recovery of principal is effected) and adjusted fully against such on-account bills alongwith pro-rata principle recovery. In the event of any shortfall the same will be carried forward to the next on-account bill & will attract interest at 4.5% p.a above the Base Rate of State Bank of India. The banks guarantee for such advance should clearly cover principal plus interest. Also the advance shall be granted subject to the following conditions in addition to the above. -- The Engineer-in-charge shall decide as to on what type of equipment, machinery advance may be given as above. -- In the event of dis-agreement regarding the type of equipment necessary, the decision of the Chief Engineer/Const. Will be final and binding on contractor and no claim shall be entertained on this account. -- The cost towards insurance shall be borne by the contractor. -- The document of Hypothecation will have to be registered with the appropriate authority. The cost of registration will be borne by the contractor. -- No advance is admissible for consumable stores and spare parts. -- No new advance shall be granted again against the same machinery in the same contract. -- Where, it is customary for the RTO to issue registration certificate for machinery, the same shall be produced by the contractor for custody / endorsement of department when advance of such machinery is to be granted. -- Machinery Hypothecated shall not be moved out of the project area even for heavy repairs without prior written approval of the Executive Engineer. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 40 of 99 www.nr.indianrailways.gov.in
-- In case the contractor abandons the work, the advance will be recovered by disposal of the machinery so hypothecated. It will not be binding on the Railway to take possession to utilize the machinery for the Railway work and the Railway shall be free to dispose off the machinery by auction or any other mode. The difference between the amount of advance outstanding and receipt as above will be recovered or adjusted from other assets of the contractor.
32.0 The tenderer for carrying out any construction work in J&K 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 J&K State Govt. and submit certificate of registration issued from the registering officer of J&K State Govt. (Labour Deptt.). For enactment of this act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule himself. 33.0 Damages by Accidents / Floods / Rains / Cyclones 33.1 The contractor shall take all precautions against damages from climatic conditions, snowing, rainfalls, accidents, floods. No compensation shall be allowed to the contractor for his tools, plant, materials, machines and other equipment lost or damaged by any cause whatsoever. The contractor shall be liable to make good the damages to any structure or part of a structure plant or materials of every description belonging to the Railway, lost or damaged by any cause during the course of construction work. It is essential that the contractor should take an all risk comprehensive insurance to cover not only contractors men, materials and machinery but also to cover public property and third part risks for the duration of the contract and regularly pay all insurance premia within his quoted rates and produce proof of the same to the Railway. 33.2 The Railway will not be liable to pay the contractor any charges for rectification or repairs to any damage which may have occurred from any cause whatsoever, to any part of the new structures during construction.
34.0 The tenderer shall deploy experienced supervisors and Engineer on the work, having sufficient experience of drilling and grouting work as per directions of Engineer in charge. Any replacement asked for by Engineer in charge shall be promptly complied with
Dy. Chief Engineer/S&C-I Northern Railway, Udhampur For and on behalf of the President of India.
Signature of the Tenderer/s Address .. ....................................... ........................................ Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 41 of 99 www.nr.indianrailways.gov.in
Special condition of contract relating to site data and specifications including scope and general description of work
Name of work:- Construction of electrical Loco shed and inspection pits, offices, earthwork in cutting/filling in embankment, retaining & breast walls, extension of existing minor bridges, protection work i.e. toe walls, drains etc. and other balance ancillary works at Katra complex on Udhampur Katra Section in connection with USBRL Project..
1.0 Scope of work
The scope of work consists of:-
(i) Construction of Loco electric shed at Katra Railway complex. (ii) Construction of Inspection pits at Katra Railway complex. (iii) Construction of offices for electric loco inspection pit at Katra Railway complex (iv) Cutting/filling in embankment Katra yard. (v) Extension of existing minor bridges in Katra yard. (vi) Construction of retaining & breast wallls, protection work i.e. toe walls, drains etc at Katra Railway complex. (vii) Other balance ancillary works at Katra complex.
2.0 Site of the work
The site of work is located at Katra Railway Complex on Udhampur-Katra section of Udhampur Srinagar Baramulla Rail Link Project, which are located in district Reasi.
The site can be approached by existing network of motorable/all weather roads from Jammu/Udhampur town or Katra town.
3.0 Site inspection
The tenderers are advised to visit the site before tendering to see the approach roads. If approach road is to be prepared to the site of work, nothing shall be paid extra for the same.
4.0 The work is required to be executed as per Indian Railway Unified Standard Specifications (Works and Material) Vol. I and II 2010. and relevant IRS & BIS codes and Manuals. The list of codes and manuals as given below is by no means, exhaustive and any relevant code or manual even if not mentioned in the list, will be applicable.
The design and Construction will be done in terms of IRS, IRC and BIS Specifications.
(a) The specifications mentioned herein bid documents shall be prime governing. (b) Where there is conflict between IRS & IS Specifications, IRS Specifications shall prevail. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 42 of 99 www.nr.indianrailways.gov.in
(c) Where there is no provision of Specifications in IRS, the IRC conditions shall be referred to and followed. (d) The decision of Chief Engineer/USBRL of the project shall be final and binding in the interpretation of the clause of the codes of practice and specifications under the special conditions relating to site data and specifications of this tender and no claim whatsoever shall be entertained on this account by Railways.
(e) Apart from the basic data, specifications etc. all items of works shall be governed by the following codes as revised/corrected/amended up to the time of submission of the tenders/ negotiated rates for acceptance. i) Northern Railway Unified Standard Schedule of Rates (Works and material) 2010. ii) Indian Railway Unified Standard Specifications (Works and Material) Vol. I and II 2010. iii) Northern Railway Engg. Deptt. General Conditions of Contract and regulations and instructions to tenderer/s and Standard Form of Contract, 1999. iv) I.S. Code of practice for plain and reinforced concrete for General building construction (IS-456). v) I.S. Code of practice for use of Structural steel in plain and reinforced concrete for general building construction (I.S. 800). vi) Indian Railway Standard code of practice for plain, reinforced and prestressed concrete for general bridge construction (concrete bridge code). vii) I.R.S. Code of Practice for plain concrete construction. viii) IS-2062: Specifications for structural steel (Standard Quality). ix) IS-1786- High Strength deformed steel bars and wires for concrete reinforcement? x) Specifications for fine and coarse aggregates, from natural source for concrete IS- 383. xi) Code of practice for structural safety of buildings: loading standards-IS: 875. xii) IS:1893, IS:1905, IS:1904, IS:1256, IS:2527, IS:2212, IS:4990, IS:1659, IS:2114, IS:3067, IS:1742. xiii) IS:3548, IS:8812, IS:458, IS:411, IS:1237, IS:6313, SP62(S&T). xiv) EIA Notification, 1994 and subsequent modifications; by Ministry of Environment and Forest.
5.0 Setting out of work
The tenderers are advised to visit the site of work before tendering, for proper appreciation of site conditions and it may be noted that in event of any failure or delay by the Railway to hand over to the contractor the possession of the site for execution of the work or to provide necessary drawings etc. whatsoever, nothing shall be paid extra except to consider the case under clause 17 of General Conditions of Contract 1999 as applicable for the present work in terms of contract conditions.
The contractor is to set out the whole of the works at his own cost as per clause 10 of special tender conditions and instructions to tenderers. None of the items of work mentioned in the above clause will entitle the contractors to any extra payment.
6.0 Contractor will have to supply cement and reinforcement steel as per specifications, at site of work, payment of which shall be made separately
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 43 of 99 www.nr.indianrailways.gov.in
7.0 Plans and drawings for execution of works
7.1 Conceptual layout plans for the work, can be seen in the office of Dy. Chief Engineer/Survey & Const.-I/N.Railway, Village-Omala, Near Tunnel No. 1A, Udhampur on any working day from 10.30 hrs to 15.00 hrs. These drawings are meant for general guidance only and as provided in Special tender conditions and Instructions to tenderer/s, Railway may suitably modify them, without making the Railways liable for any claims on account of such changes or delay in modification of the same. 7.2. Detailed working drawings shall be made available as the mobilization of resources and execution of work progresses. One copy of each approved plan related with the work will be supplied to the successful tenderer, free of cost, by Railways.
8.0 Plain/reinforced cement concrete works
The BIS and IRS code of practice for the structural use of reinforced concrete in bridges and buildings shall form part of these additional specifications.
8.1 Fine aggregate (sand)
Coarse sand of approved quality and conforming to Indian Railway Unified Standard Specifications (Works and Material) Vol. I and II 2010 shall be used as fine aggregate for cement concrete/reinforced cement concrete/controlled concrete & RBC. Sand shall be clean and absolutely free from dirt and mixture of earth, kankar or other deleterious matter. Local pit/river sand shall under no circumstances be permitted for any such works.
8.2 Coarse aggregates
The coarse aggregate which may be stone ballast or chips, should be well graded and preferably machine broken and should conform to IRS standard specifications and shall be obtained from approved quarries. The stone aggregate should be free from soft, thin, elongated laminated or decayed pieces and should be free from dust. Cleaning and washing if necessary should be carried out as per directions of the Engineer or his representatives.
8.3 The mention of the sources by the Railway does not however absolve the contractor/s of his/their liability to ensure that the coarse sand, stone chips and ballast as may be required for the work are strictly in accordance with the standard specifications. In case these materials do not conform to specifications from existing sources the same could be procured from other sources by obtaining prior permission of the Engineer provided the materials are according to standard specifications.
8.4 In addition to the routine tests special tests on materials will be carried out whenever required by the Engineer. The cost of the specific tests will be borne by the Railway if the results are as per standards laid down, failing which the cost of these tests will be borne by the contractor. Necessary facilities in the form of supply of moulds, cones, scales, materials, labour for casting, curing of specimens Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 44 of 99 www.nr.indianrailways.gov.in
and such other facilities as are pre-requisite to any standard concrete tests will in any case be provided by the contractor/s.
8.5 If at any stage of the work during or after placing the concrete in the structures the work is found defective, the work will have to be dismantled by the contractor/s at his/their own cost. The work will be executed afresh and cement used in the dismantled portion shall be recovered from contractor as per relevant clause of special tender conditions and instructions to the tenderers.
8.6 Wherever chamfer or rounded corners are mentioned in the drawing, formwork shall be such that no chiseling or cutting is required.
8.7 Quality Control
The contractor shall set up, at his own cost, a properly equipped laboratory at site which shall be open for use and inspection by Railways at any time. All the equipments and instruments etc. shall be kept in good working conditions. The contractor shall be required to have the gauges and equipments calibrated from a reputed laboratory as per relevant codes or as directed by Engineer. The laboratory shall be equipped with following minimum equipments:
i) Sieve analysis apparatus for coarse and fine aggregates with suitable weigh balance. ii) Slump test apparatus as per IS: 7320. iii) Compression tests on concrete cubes as per IS: 516. iv) Apparatus for determining moisture content of fine aggregates as per relevant part of IS: 2386.
The contractor shall also be required to get the materials (to be used for the work which are supplied by him) certified by independent agency for following tests (once every quarter unless directed otherwise by Engineer-in-charge) at his own cost. Depending upon the exigencies, the frequency for these tests may be varied by the Engineer-in-charge.
i) Sieve Analysis of coarse aggregates. ii) Sieve Analysis of fine aggregates. iii) Test on Aggregate-Alkali reaction, hardness, abrasion and soundness of coarse aggregates. iv) Cube strength of mix design proportions. v) Quality tests for water as required for concrete. vi) Chloride and sulphate contents of all constituents of concrete. vii) Tests required on GI items. viii) Tests required on high tensile steel. ix) Any other test as directed by Engineer-in-charge.
The contractor shall submit concrete mix design for the concrete strength M-20 and above. The design shall be further checked by trial mixes as per relevant BIS/IS codes. Cement for trial mixes shall be issued free of cost. The mix design shall be as per IS: 10262 and shall be subject to approval by the Railways.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 45 of 99 www.nr.indianrailways.gov.in
9.0 Preliminary Site Testing
After the materials and mixes have been approved and at least 10-days before any concrete is placed in the works, the contractor shall make preliminary sets of test cubes. Each set shall comprise nine nos. 150mm cubes.
10.0 Form work and shuttering
10.1 Form work shall be as specified in relevant para of Indian Railway Unified Standard Specifications (Works and Material) Vol. I and II 2010 and shall be sufficiently rigid to resist forces caused by vibration and incidental loads associated with it. The forms used shall be invariably oiled but not with staining mineral oil. Only steel/water proof plywood shuttering shall be used. 10.2 If at any stage of the work during or after placing the concrete in the structure the form work is found defective such concrete shall be removed and work redone with fresh concrete and adequate rigid forms at the cost of the contractor. 10.3 All bond rods, bond plates, bottle nuts, rubber water stops/water seals, hooks, rings or other fittings as may be required shall be fixed in position as the work proceeds. No extra payment for the same shall be made nor any extra payment will be made for any lead or/and lift, except that provided in the accepted Schedule of items, rates and quantities. 10.4 The surface of the form shall be clean and smooth and free of cement mortar etc.
11.0 Concreting
11.1 The contractor shall design the concrete mix and get the same approved by Railway. Necessary corrections as required from time to time during the progress of the work shall be carried out by the contractor and got approved by the Engineer-in-charge. Mix design shall be carried out as per guidelines contained in IS-10262 or any other standard approved method. Rates for all cement concrete/reinforced cement concrete items shall include all expenses on account of and incidental to concrete mix design and corrections thereto from time to time and nothing extra shall be payable on this account. No payment shall be made for the cement used for trials for mix design and this aspect shall be deemed to be covered in the accepted rates of relevant items in Schedule of items, rates and quantities for the present work.
11.2 The concrete shall be mixed properly in specified proportions in mechanical mixers and shall be of proper consistency. The consistency shall be determined by the Engineer by slump test which shall be carried out by the contractor. The concreting shall be commenced only after the Engineer has inspected the shuttering and placement of reinforcement and passed the same. Cost of slump cones and moulds, labour, tools and plants etc, for the slump tests shall be borne by the contractor. 11.3 The concrete shall be compacted immediately after placing by means of mechanical/electrical vibrators of approved quality, designed for continuous operation. 11.4 The contractor will ensure smooth surface of the concrete and no payment will be made for any additional finishing work done for giving smooth surface of the exposed concrete. No payment shall be made for the cement used for this Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 46 of 99 www.nr.indianrailways.gov.in
purpose and this aspect shall be deemed to be covered in the accepted rates of relevant items in Schedule of items, rates and quantities for the present work.
12.0 Reinforcement
12.1 Only TMT reinforcement steel will be permitted for the work as per the approved drawings. 12.2 It shall be the responsibility of the contractor to clean the reinforcement bars with wire brush/gunny bags if they are coated with light rust or other impurities. No extra payment will be made on this account. 12.3 Welding of reinforcement will not be permitted except in special circumstances under the written approval of the Engineer. 12.4 Binding wire of approved quality shall be arranged by the contractor himself at his own cost and rates quoted for RCC work shall include cost of this item of work. 12.5 Temperature/surface reinforcement shall be provided in mass CC as per approved plans/directions of the Engineer. Whenever this item has not been included in the item rate, separate payment for the same shall be made under relevant item of Northern Railway Unified Standard Schedule of Rates (Works and material) 2010. 12.6 Precast C.C. Blocks of suitable size and shape and of same mix and strength as of the structure with binding wire fixed in while casting shall be provided by the contractor duly tied with the reinforcement, so as to give required concrete cover as per plan and directions of the Engineer without any extra payment to the contractor. In case of cast-in-situ piles in foundations, such blocks may be circular in shape with suitable size hole in the center to pass through the reinforcement.
13.0 Curing
13.1 All concrete/RCC/brick work in cement mortar/plastering/pointing etc. shall be continuously cured for the prescribed period as per direction of the Engineer. Curing shall be done by covering the newly laid concrete with gunny bags and keeping them wet constantly. If it is found that contractor is not properly observing these instructions the Engineer may under-take the curing through another Agency/labour without any notice to the contractor at the cost of the contractor. The cost incurred along with incidental charges of 2% and supervision charges @ 12-% of the cost will be debited to the contractor. Intimation of the employment of another agency for curing will be given to the contractor as soon as possible. This intimation in writing to the contractor under the hand of the Engineer-in-charge of the work shall be conclusive evidence of the employment of another agency.
14.0 Measurement
14.1 The work will be paid for at the tendered rates (as accepted by Railway) on the basis of the actual measurements taken at site. No cognizance will be taken for heights and thickness in excess of those shown in the approved drawings and not approved by Engineer-in-charge in writing.
15.0 Rates
15.1 For all USOR items for cement concrete and reinforced cement concrete, the tendered rates shall include removal of the scaffolding where required, etc. of Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 47 of 99 www.nr.indianrailways.gov.in
approved design, their erection, dismantling, cleaning and oiling etc, screening and washing the aggregate, mixing with mechanical mixer and placing the same in position. Provision and use of equipment including mechanical mixers, vibrators etc. during the work for the prescribed period and rendering exposed surface smooth with carborandum stone wherever required, plastering required, uncoiling, straightening, cutting, hooking, bending & binding, placing and maintaining in position of reinforcement including cost of binding wire. Nothing extra shall be payable to the contractor on this account unless specifically mentioned otherwise in the schedule of items, rates and quantities.
16.0 R.C.C
16.1 R.C.C. work shall be provided as per approved plans. Scaffolding and shuttering shall be allowed to be removed after proper curing and having attained the required strength but in no case before 14 days.
17.0 Foundations
17.1 No investigative borings have been carried out by the railway at the site. The contractor/s are advised in their own interest to carry out any boring that they may deem necessary and derive such conclusions about the nature of the strata as may seem to him/them relevant and appropriate before quoting rates for the work. 17.2 Alignment and layout pillars as may be considered necessary by the Engineer shall be constructed by the contractor at his own cost to denote center line. These shall be so constructed that there are adequate facilities for climbing on the top of the same with proper working space for conducting theodolite work. Necessary base/reference lines as required for setting out and execution of work are also to be constructed and maintained by contractor without any extra cost as per directions of the Engineer. 17.3 The contractor shall arrange for the diversion of the water if required for facilitating the excavation of the foundation and execution of the work. Nothing extra will be paid for the same. The tenderer must keep this aspect in mind while quoting the rates.
18.0 Timely notice for inspection of foundations or work to be covered up
18.1 The contractor shall give timely notice to the Engineer as soon as the excavation of foundation has reached the required depth and width shown on the drawings. The contractor shall also give further notice to the Engineer whenever any foundation is ready for inspection and whenever it is necessary to cover up any work in respect of which prior inspection is desired/required by the Engineer, so that the Engineer may inspect the same before it is covered up. 18.2 No foundation or covered part of work shall be covered up or filled or built upon without the previous consent in writing of the Engineer. In default of such notice and consent in writing the foundation or covered part of work shall on the order in writing of the engineer be uncovered and any filling put in or work built thereon be removed or pulled down by the contractor at his own cost.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 48 of 99 www.nr.indianrailways.gov.in
19.0 Changes in drawings
The design of foundations, depth of foundations below the ground level may be varied and will be decided by the Engineer during the progress of the work according to actual soil conditions at site of work. The drawings already prepared and which may be prepared hereafter are not to be taken as final nor are these binding on railway in any respect. The contractor shall have no claim on the railway if any change is made in the approved drawings. Also his inability to make timely arrangements for the necessary plant and machinery due to any such changes which the Engineer may make will not be taken as an excuse for slow performance or non- performance of the work.
20.0 Open foundations
The bed of open foundation should be made horizontal and sides on neatly dressed and in all cases got approved by the Engineer before concrete is laid, if foundations are laid in sandy or clay, soil, the variation in level should not be more than 15mm but in case it is laid on soft/rock boulder studded soil, larger variation may be permitted by the Engineer at his discretion, according to considerations at site. In no case will concrete to be laid on a sloping bed. In case of loose pockets the same will have to be filled with lean concrete as directed by the Engineer for which no extra payment will be made. 20.1 It may be noted that the payment of excavation in foundations, having depth upto 2 meters below average ground level will be made only for vertical cut having base width equal to the width of foundations as shown in plan. Nothing extra will be payable to the contractor/s for the extra width that he/they may have to excavate for any reasons what-so-ever during the execution of work as strutting required or done, if any, the payment of extra lift and refilling earth in foundations will also be limited to vertical dimensions only. If the depth of excavation of foundation below average ground level is more than 2 meters, the payment of excavation will be made 1V : H slope above the Top level of base concrete. Bottom portion of foundation trenches where base concrete (foundations concrete) is to be laid, will however, be excavated to its true dimensions as shown in plan. No payment will be made for lifts and refilling earth in foundations for the foundations trenches with 1V : H slopes as mentioned above. Nothing extra will be payable for shoring strutting required or done if any. 20.2 Earthwork in excavation in connection with const. of protection works of bridge, foundations and floors, side drains, catch water drains, breast wall, retaining walls, drop walls, curtain walls etc. is to be done in all type of soils including rock requiring use of blasting, crow bars etc. and leading all the surplus cuts spoils to a dumping site outside railway line or as directed by Engineer-in-charge at contractors own cost. The rate also includes all dressing of banks and cutting as per direction of Engineer-in-charge for site clearance, cutting down of trees, shrubs, roots of vegetation and heavy grass etc. Nothing extra will be paid for blasting wherever required. Nothing extra will be paid for use of explosives wherever required. Necessary recoveries for the issue of explosives by railways will be made in accordance with the agreemental provisions i.e @ procurement rate at the time of supply. 20.3 Contractor has to arrange for license / permission for blasting at his own cost. Railways will not be responsible for any delay on account of this. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 49 of 99 www.nr.indianrailways.gov.in
20.4 Timely notice for inspection of foundations or works to be covered up. 20.5 The contractor shall give notice to the Engineer when and as soon as the excavation of any portion of the site for obtaining a foundation or bottom, whether above or below water, has reached the depth and width shown on the drawings. The contractor shall also give further notice to the Engineer when-ever any bottom of foundation is ready for inspection and whenever it is necessary to cover up any work in respect of which previous inspection is desired by the Engineer, so that the Engineer may inspect the same before it is covered up. No foundation or bottom of work shall be covered up or filled or built upon without the previous consent in writing of the Engineer. 20.6 In default of such notice and consent in writing as aforesaid, the foundation or bottom of work shall on the order in writing of the Engineer be uncovered and any filling put in or work built there on be removed or pulled down by the contractor at his own cost. 20.7 In case of loose pockets the same will have to be filled with lean concrete, as directed by the Engineer, for which no extra payment will be made excepting that the cement required for this purpose will supplied by the Railway free of cost to the contractor.
21.0 Cement plaster
21.1 All brick masonry shall be thoroughly wetted and joints raked out to a depth of at least inch and in walls washed with clean fresh water and thoroughly wetted for 3 hours before plastering is done. 21.2 Cement plaster shall be done in two layers, bottom layer thickness. Desired finish shall be brought by sponges. Samples shall be got approved from Engineer-in- charge before commencement of work and work shall be done strictly according to approved sample.
22.0 Steel work welded in built up section
22.1 The IRS Code of practice for electric welding of mild structures shall be followed wherever welding is required to be carried out. 22.2 Welding shall generally be done by electric process. All necessary equipments, appliances and materials shall be arranged by the contractor/s. 22.3 As far as possible, effort shall be made to limit the welding that must be done after the structure is erected as site welding after erection has slightly inferior quality as compared to the shop welding.
23.0 Painting
Standard brands of paints and primers as per relevant BIS code and as approved by engineer-in-charge shall be used for painting wood work and steel work. The rates include cost of all labour and materials, ladders, scaffolding, tools, plants and equipments of approved patterns etc. Mode of measurement shall be same as detailed in Northern Railway Unified Standard Schedule of Rates (Works and material) 2010 & Indian Railway Unified Standard Specifications (Works and Material) Vol. I and II 2010.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 50 of 99 www.nr.indianrailways.gov.in
24.0 Procurement of raw materials
24.1 The contractor shall make his own arrangement for procurement of all constituent materials (including cement/steel) in time for expeditious completion of the work. The Railway shall not be responsible for any loss or any damage resulting from delay incurred by the contractor in connection with such procurement of material for the work. 24.2 Safe custody of materials at site is contractors responsibility until the completion of the work by the contractor and handing over to Railways.
The material to be used for the work shall be of standard quality from standard firms, for which they will submit the evidence whenever asked for by engineer-in-charge.
25.0 Certification of inspection and approval
25.1 Material should not be used in any case in the work until and unless it is certified by the Engineer or their nominee in writing that they have inspected the material and have approved the same. 25.2 Facilities must be provided by the contractor to the Railway or its representative for inspection of the stores, equipment and structures etc. at all stages during execution. The contract rates shall also include the cost that may be necessary for stacking the materials, tools, plants, machinery etc. at site of work whether arranged by the contractor or issued by the Railway. The contractor shall ensure that the materials are not stacked close to the Railway track which may endanger the safety of trains and workmen or in anyway affect other ongoing works.
26.0 Surplus store
26.1 On completion of the work, surplus Railway materials, if any, shall be returned back to Railway and stacked in the store of IOW/PWI as directed by representative of Railway including all lead etc. by the contractor free of cost.
27.0 Machinery and plant
27.1 Railway may give letter of recommendation for contractor if required only to assist them in obtaining machinery on purchase/hire from elsewhere.
28.0 EMPLOYMENT OF TECHNICAL STAFF :-
28.1 The contractor shall employ the following minimum technical staff during the execution of work.
1. One graduate engineer and at least one diploma holder engineer when the cost of work is more than Rs.5.00 crore. 2. One graduate engineer when the cost of work to be executed is between Rs. 1.00 cr, to Rs.5.00 crore.
3. One qualified Diploma holder engineer, when cost of the work to be executed is more than rs. 30 lacs but less than Rs.100 lacs.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 51 of 99 www.nr.indianrailways.gov.in
28.2 Technical staff should be available at site whenever required by the Engineer-in- Charge or his authorized representative to take instructions. In case, the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay Rs.30,000/-( rupees Thirty thousand only) for each month of default or part thereof in case of each Graduate engineer and Rs. 20,000/- ( Rupees twenty thousand only) for each month of default or part thereof in case of each qualified diploma holder.
28.3 The contractor shall submit the copy of bio-data and Degree/Diploma certificate of the above technical staff employed by him for the scrutiny by railway and for the record. Railway reserve the right to scrutinize the records of the contractor to ascertain as to whether the qualified staff has been actually employed by him and is paid for.
28.4 While passing each on account bill, the AXEN/XEN in charge will certify the availability of technical staff as above otherwise the recovery as above shall be made from every bill.
28.5 The decision of Engineer-in- Charge , whether the required technical staff was not employed by the contractor shall be final and binding upon the contractor.
29.0 Supply of electric power
29.1 The contractor shall be responsible for the arrangements to obtain supply of electric power necessary for the work. He shall preferably arrange his own generating set especially in view of erratic and unreliable electric supply in Katra. 29.2 The contractor shall abide by the Indian Electricity Rules as amended from time to time.
30.0 Labour
30.1 The contractor/s will be held responsible for compliance with provision of various laws, acts and rules & regulations related to contract labour even in respect of labour employed by his/their sub-contractor in the execution of the works contracted by him/them.
30.2 The contractor/s shall obtain labour license/registration certificate from the appropriate licensing officer/labour enforcement authority of the area before commencement of the work and shall produce a copy thereof alongwith the original to the Dy CE/S&C-I/Udhampur to start the work.
30.3 In any case, in which by virtue of provisions of contract labour (regulation and abolition) Act. 1970, the railway is obliged to provide amenities and/or pay wages to labour employed by the contractor directly or through petty contractor/s or sub- contractor/s under this contract then the contractor shall indemnify the railway fully and the railway shall be entitled to recover from the contractor the expenditure incurred on providing the said amenities and wages so paid by deducting it from the security deposit or from any sum due to the contractor from the Railway provided that if any dispute arises as to the expenditure incurred by the Railway on provisions of the said amenities, the decision of the Engineer-in-charge shall be final and binding on the contractor.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 52 of 99 www.nr.indianrailways.gov.in
30.4 The railway will not take any responsibility or make arrangements for supply of food stuff to the contractors staff or his/their laborers.
30.5 The contractor/s shall make his/their own arrangements at his/their own cost for supply of water to his/their staff and labour and the Railways undertake no responsibilities for such supply of water to the contractors staff or laborers.
30.6 The contractor/s shall take all precautionary measures in order to ensure protection of his own personnel moving about or working on the Railway premises & shall have to conform to the rules and regulations of Northern Railway. If any unforeseen incident or injury happens to any of contractors personnel while working the contractor shall be solely responsible for the same.
30.7 The Contractor/s shall maintain necessary records such as employment cards, service certificates etc to be displayed on board in accordance with provisions of contractor labour act and contract labour rules.
31.0 Service roads
31.1 Any service road required by the contractor/s for carting the materials etc. to the site, along railway alignment or elsewhere required for the work, will be provided and maintained by the contractor/s at his/their own cost.
32.0 Water
The contractor shall be responsible for the arrangement to obtain supply of water necessary for the work at his own cost and rates quoted should take into account the cost of wells or any other arrangements required to be made for procuring water and loading/transporting/conducting water to the site of work, irrespective of the distance from the source. Quality of water in accordance with relevant BIS specifications depending upon the type of work will have to be conformed. Railway has no source of supply of water so far as construction of this work is concerned.
33.0 Notice to public bodies
The contractor/s shall give to the municipality, police and other authorities, all notices that may be required by law and obtain all requisite licenses for temporary obstructions, enclosures and pay all fees, taxes and charges, which may be livable on account of his operations in executing the contract. He should make good any damage to adjoining premises whether public or private and supply and maintain any lights etc. required at night. Nothing extra shall be payable on any such account and accepted rates of various items in the schedule of items, rates and quantities shall be deemed to cover any such aspect.
34.0 First aid
The contractor/s shall maintain in a readily accessible place First Aid appliances including adequate supply of sterilized cotton wool. The appliances shall be placed under the charge of a responsible person who shall be trained for the purpose and shall be readily available during working hours.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 53 of 99 www.nr.indianrailways.gov.in
35.0 Records and registers
The contractor shall maintain proper records, plans and charts showing the dates and progress of all main operations and the Engineer shall have access to this information at all reasonable times. Records of tests made shall be handed over to the Engineers representative after carrying out the tests.
The following registers will be maintained at site by the contractor/s.
(i) Site order register: - The contractor shall promptly comply with site orders given therein by the Engineer or his representative or superior officers. The compliance shall be reported by the contractor to the Engineer in reasonable time so that it can be checked. (ii) Cement register:- This register will be maintained to record daily receipt and issue of cement duly indicating the balance quantity. The quantum of work done for which cement is used on a particular date will also be mentioned. (iii) Steel register:- This register will record the receipts of steel items and details of reinforcements and members wherever steel is used. (iv) Labour register:- This register will be maintained to show daily strength of labour in different categories employed by the contractor. (v) Plant and machinery register:- This register will record daily particulars of machinery with the contractor. (vi) Daily activity register:- All activities are required to be chronologically logged in this book, shifts-wise and date-wise. (vii) Unusual occurences register:- All unusual occurrences are required to be chronologically logged in this book.
All these registers/records will be signed jointly by the Engineers representative and the contractor.
36.0 Supply of materials by the contractor/s
36.1 Materials used in the work by the contractor shall conform to the Indian Railway Unified Standard Specifications for Material and Works 2010 and the relevant B.I.S./I.R.S. specifications, and should be approved by the engineer before utilizing them on works. 36.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods or any other cause whatsoever. 36.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will be paid for the materials, tools and plants and tools arranged and brought by the contractor to the site of work.
37.0 SUPPLY OF CEMENT
37.1 Cement used shall be PPC conforming to IS 1489. However, whenever permissible & provided in the schedule of items, the ordinary Portland cement (OPC-43grade /53 Grade) confirming to IS: 8112 & IS 12269 respectively may also be used and supplied by contractor at site payable under relevant item in the schedule. Transportation to worksite, storage and handling shall be the responsibility of the Contractor. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 54 of 99 www.nr.indianrailways.gov.in
Cement shall be procured by the contractor from the main producers or their authorised dealer of approved make such as L & T, Ambuja, Grasim, A.C.C., JK cement, Shree Ultra & Birla cement or any other reputed make as approved by Engineer in charge.
37.1.1 PPC conforming to IS 1489 will be arranged by the contractor at his own cost. Payment shall be made under relevant USSOR item. 37.1.2 Supply for cement by contractor at the rate of relevant item will be governed by the following conditions: 37.1.3 Cement for use in works, shall be procured by the contractor from the main producer or their authorized dealers only. 37.1.4 Cement older than 03 months from the date of manufacture as marked open the bags shall not be accepted. Cement bags should bear the following marking :- i. Manufacturers name, ii. Regd. Trade mark of manufacture if any, iii. Type of cement, iv. Weight of each bag in kg or no. of bags/tones. V. Date of manufacture generally marked as week of the year/year of manufacture. 37.1.5 Quality test certificate for cement as per IS-4031 shall be furnished by the contractor/s at his own cost from the mfg/before used of cement. 37.1.6 Railway may also take sample during the course of execution of work and get the cement tested to ascertain its conformity to the relevant IS specifications at contractors cost before a particular lot is put to use. Frequency of testing shall be as prescribed in the relevant IS code. Following test interlia shall be carried out. i. Fineness, ii. Compressive strength, iii. Initial and final setting time. Iv. Consistency, v. Soundness. 37.1.7 In case samples tested do not pass quality test conducted, the entire batch of cement supplied shall be rejected and returned to the contractor. No payment will be made on this account. 37.1.8 For storage of cement, the contractor shall have to construct temporary Godown at his own cost. The contractor shall bring the cement to the site of work only on written instruction from Gazetted officer/Incharge of work, it will be obligatory on the part of the contractor to get every consigenment/truck of cement weighted in the presence of inspector in-charge or his representative and supply the original copy of weight slip alongwith consignment. The inspector-in-charge will verify the weight of cement brought to the site of work and return one verified weight slip to the contractor after the same is stacked inside the cement Godown under his supervision. 37.1.9 The record of cement brought to the site work, daily consumption, daily opening balance and closing balance shall be maintained at the site jointly by the inspector in-charge of work and contractor or his/their authorized representative. For this purpose, 2 sets of register duly reconciled as 1 signed by the contractor and the inspector-in-charge of work certifying the opening balance, consumption , closing, balance should be maintained. One register each shall be kept in the custody of inspector-in-charge of work and contractor or his authorized representative. 37.1.10 The contractor shall be the custodian of cement Godown and shall keep the Godown under his lock and key to ensure safe custody of cement. The contractor shall ensure that the cement once brought to the site and accounted shall be sued at the site only shall not be taken from site for any purpose. 37.1.11 The contractor shall make the cement Godown available for inspection any time along with concerned record to the site Engineer or his representative as and when required. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 55 of 99 www.nr.indianrailways.gov.in
37.1.12 Land for constructing the temporary cement Godown shall be handed over by the Railway on the written request of the contractor free of any rent, for construction period only. 37.1.13 The contractor shall ensure that after completion of the work and / or termination of the cement for any reasons whatsoever, the temporary cement Godown shall be dismantled and all dismantled material/debries shall be removed and the clear site shall be handed over back to Railway. All the released material shall be the property of the contractor/s and no payment shall be made by the Railways for dismantling , leading the material etc. The final bill and earnest money shall not be released unless the Godown is dismantled and the site is cleared in all respects. 37.1.14 Tolerance requirements for the mass of cement 37.1.15 Cement supplied one time will be taken as forming one batch. The number of bags taken for sample from each batch shall be as under :-
S.N. Batch Size. Sample size.
1. 100 to 150 20 2. 151 to 280 32 3. 281 to 500 50 4. 501 to 1200 80 5. 1201 to 3200 125 6. 3201 and above 200
37.1.16 The number of bags in sample showing a minus error greater than 2 percent of the specified net mass ( 50 kg) shall be not more than 5 percent of bags in the sample. Also the minus error in one of such bags in the sample shall exceed 4 percent of the specified net mass of cement in the bags. In case, the minus error exceeds the percentages herein, the entire batch of cement samples shall be rejected. 37.1.17 The consumption of cement or work shall be assessed on the basis of cement contents per unit quantity for various items of works as per NS/USSOR-2010 of cement contents per unit quantity as per design in case of designed mix of cement concrete of specified strength. In case of designed mix of concrete of specified strength where the cement is to be used by weight where specifically ordered in the NS item rate or tender conditions , a variation of + 1% ( max) will be allowed in the consumption of cement of works. 37.1.18 Stacking of cement in the Godown shall be done on a layer of wooden sleeper so as to avoid contact of cement bags with the floor, or alternatively scrap of sheets may be used in place of sleepers but these must be placed at least 20 cm above the floor. The bags shall be stacked at least 50cm clear of the walls to prevent deterioration. The wooden sleepers/scrap GI sheet shall be arranged by the contractor/s at his /their own cost. 37.1.19 Cement shall be stored in such a manner as to permit easy access for proper inspection. Cement should be stacked not more than ten layers high to prevent bursting of bags in the bottom layers and formation of clod. The stacks of cement bags shall be covered with tarpaulin during monsoons so as to obviate the possibility of deterioration of cement by moisture in the atmosphere. Cement that is set or partially set is on no account to be used. 37.1.20 The cement brought to the site/Godown in excess of the requirement calculated based on the cement factory shall be taken back by the contractor/s on completion of the work after written approval from Engineer-in-charge on proper documents. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 56 of 99 www.nr.indianrailways.gov.in
37.1.21 Payment as per relevant item will be made on the basis of quantity of cement actually consumed and the quantity calculated as per cement factor for various items, whichever is less subject to recovery as per clause 38.1.22 below. 37.1.22 Cement actually consumed on works shall normally match the quantity calculated as per cement factors for various items. If, it is discovered that the cement actually consumed at site is less than the quantity ascertained taking into consideration of the cement factors for various items by more 1% the cost of the cement not so used. ( i.e difference between the quantity of cement calculated as per cement factors and cement actually consumed) shall be recovered at double the quoted rate from the contractor. 37.1.23 Empty cement bags will be the property of contractor. 37.1.24 When Portland pozzolana cement is used in plain & reinforcement concrete, it is to be ensured that proper damp curing of concrete at least for 14 days and supporting form work shall be removed till concrete attains at least 75% of the design strength.
38.0 STRUCTURAL STEEL:
38.1 The Structural steel for the works is to be procured from primary producers having integrated steel plants namely SAIL, TISCO, RINL, JINDAL or as per latest RDSO guidelines and shall conform to stipulated BIS /IRS Specifications applicable.
38.2 Steel from secondary producers (mini steel plants) or re-rollers who are having valid & approved license from BIS for manufacture of specific product (i.e.tubes, angles, I-sections, channels and plates etc.) on the date of steel supply shall also be acceptable. Validity of licence to be checked as per web site www.bis.org.in or from BIS office.
38.3 Steel of only those BIS approved re-rollers who have system of traceability from transfer of cast mark (from ingots, billets and blooms to the finished produces) will be accepted /is also permitted subject to use of ingots/blooms/billets from integrated steel plants accompanied by identification marks/cast marks which are required to be transferred to finished product even in case of small quantity. These provisions should be ensured by Contractor at the time of offering the steel for passing. In case of any dispute, the decision of DyCE/S&C-I/UHP. will be final.
38.4 Before use, contractor/s will be required to get the test certificate from the manufacturer pertaining to the various quality tests as specified in the relevant BIS Code. 38.5 In addition, Railway will also take sample during the course of work at requisite frequency and get the steel tested to ascertain its conformity to the laid down Specifications at contractors cost. Frequency of testing shall be as prescribed by the relevant Code. 38.6 The Quality Assurance Plan (QAP) and Welding Procedure Specification Sheet (WPSS) shall have to be got approved before starting the work. All welds shall be done by SAW process (automatic/semi-automatic). MIG welding or MMAW may be done only for welds of very short run or of minor importance or where the Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 57 of 99 www.nr.indianrailways.gov.in
access of the locations of welds does not permit automatic /semi-automatic welding.
39.0 REINFORCEMENT STEEL:
39.1 The reinforcement steel for use in the work shall be procured by the contractor only from the primary producers (namely SAIL/TISCO/RINL or any other reputed make as approved by Engineer in charge)/their authorized dealers/ authorized stockyard, which should conform to latest relevant, BIS specifications.
39.2 Reinforcement steel bars shall normally be the TMT Steel bars, High yield strength deformed bars, or cold twisted deformed bars. 39.3 Before use, contractor/s will be required to get the test certificate from the manufacturer pertaining to the various quality tests on steel reinforcement as specified in the relevant BIS Code (IS:1786). 39.4 In addition, Railway will also take sample during the course of work at requisite frequency and get the steel tested to ascertain its conformity to the BIS Specification at contractors cost. Frequency of testing shall be as prescribed by the relevant BIS Code 40.0 INSPECTION OF MATERIALS
40.1 Whenever the Engineer or his representative gives notice to the contractor that materials are to be inspected at the site, the contractor shall having regard to the inspection, test or examination required, give to the Engineer or his representative sufficient notice of such materials being ready for inspection.
40.2 Delay to works arising from the late submission of such notice will not be acceptable as reason for delay in the completion of the works.
41.0 REJECTION OF MATERIALS
41.1 Factory made material shall have to be tested before leaving the manufacturers premises. However, appropriate materials may also be tested on the site and they may be rejected if found not suitable or not in accordance with the specifications, notwithstanding the result of tests at manufacturers works or elsewhere or test certificate.
41.2 The Engineer or his representative shall have the right to order, at any time, that any construction materials which do not meet with his approval shall not be used in the works. Such rejected materials shall be removed from the site by the contractor at his own expenses, not withstanding any prior approval which might have been given earlier. Once a particular material is rejected by Engineer, an entry to that effect should be made in material passing register.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 58 of 99 www.nr.indianrailways.gov.in
41.3 The instructions to the contractor to remove the rejected material within reasonable time as given by the Engineer should be complied by the contractor/s at his own cost.
41.4 In case of default on the part of the contractor in removing rejected materials within the time specified in notice, the Engineer shall be at liberty to have them removed by other means at the cost of the contractor. In addition, a penalty of upto Rs. 50,000/- per case for above default may also be levied on contractor.
42.0 JURISDICTION OF COURT:
In case of any legal dispute, Jurisdiction of Courts in Jammu area only shall be applicable.
43.0 Miscellaneous
Railway shall not be responsible for any loss or damage to contractors men, materials, equipments, tools and plants etc from any cause whatsoever. No claim for idle labour, idle machinery/plant etc on any account shall be entertained by railways. Similarly no claim will be entertained for business loss or any such loss for whatsoever reason. All matters pertaining to this clause shall be deemed as Excepted Matter.
The contractor will ensure that minimum waterway of the bridge is blocked during the course of its construction and also that such blockages shall be removed by him at his own cost before the middle of June of the year or as directed by the Engineer. Any damage to the bridge on this account will be contractors sole responsibility.
44.0 Conditional tenders
Conditional tenders are liable to be rejected straight away. Railways reserve the right to reject such tenders summarily without assigning any reasons whatsoever.
Dy.Chief Engineer/S&C-I., N. Railway, Udhampur For & on behalf of President of India
I/We agree to abide by the terms and conditions mentioned at page 1 to 58 all as well as the General Conditions of the Contract, 1999 and the Unified Standard Specifications, 2010, Unified Standard Schedule of Rates, 2010 of the Northern Railway, to the extent the later three books are applicable and corrected uptodate.
Signature of the contractor/s Address:____________________ ___________________________
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 59 of 99 www.nr.indianrailways.gov.in
Annexure-B SUPPLEMENTARY AGREEMENT
Articles of Agreement made this day _______________in the year Two thousand and_________ between the President of India, acting through the_________________________ Northern Railway Administration having his office at _____________________________hereinafter called the Railway of the one part and __________________________________________of the second part.
Whereas the party hereto of the other part executed an agreement with the party hereto of the first part being agreement No ________________________ dated __________ for the performance of ___________________________________ _____________ ___________________________ ___________________ here-in-after called principal Agreement.
And whereas it was agreed by and between the parties hereto that the works would be completed by the party hereto of the second part on ______________date last extended and whereas the party hereto of the second part has executed the work to the entire satisfaction of the party hereto of the first part. And whereas the party hereto of the first part already made payment of the party hereto of the second part diverse sums from time to time aggregating to Rs.______________ including the final bill bearing Vr. No._ _________________________dated_______________ (the receipt of which is hereby acknowledged by the party hereto of the second part in full and final settlement of all his, its claims under the principal Agreement.
And whereas the party hereto of the second part have received further sum of Rs.________________ through the final bill bearing Vr. No._ ________________dated _________(the receipt of which is hereby acknowledged by the party thereto of the second part) from the party hereto the first part in full and final settlement of all his/its disputed claims under Principal Agreement.
Now it is hereby agreed by and between the parties in the consideration of sums already paid by the party hereto of the first part to the party hereto of the second part against all outstanding dues and claims for, all works done under the aforesaid Principal Agreement including/excluding the security deposit, the party hereto of the second part have no further dues of claims against the party hereto the first part under the said principal agreement. It is further agreed by and between the parties that the party hereto of the second part has accepted the said sums mentioned above in full and final satisfaction of all its dues and claims under the said Principal Agreement.
It is further agreed and understood by and between the parties that in consideration of the payment already made, under the agreement, the said Principal .Agreement shall stand finally discharged and rescinded all the terms and conditions including the arbitration clause. It is further agreed and understood by and between the parties that the arbitration clause contained in the said principal Agreement shall cease to have any effect and /or shall be deemed to be non-existent for all purposes.
Signature of contractor/s For and on behalf of the President of India Witness of the Signature.
1._______________________
2.______________________ Witness of the Signature
1.____________________
2.____________________
Address: ________________________ Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 60 of 99 www.nr.indianrailways.gov.in
Annexure-C P R O F O R M A D E C L A R A T I O N
I/We hereby solemnly declare that I/We visited the site of the work (as on top sheet) personally and have made myself/ourselves fully conversant of the conditions therein and in particular the following :-
1. Topography of area
2. Soil strata at site of work.
3. Source and availability of construction material.
4. Rates for construction of material, water electricity including all local taxes, royalties, octrois etc.
5. Availability of local labour (both skilled and unskilled) and relevant labour rates and labour laws.
6. The existing roads and approaches to the site of work and requirements for further services roads/approaches to be constructed by me/us.
7. The availability and rates of private land etc. that shall be required by me/us for various purposes.
8. Climatic conditions and availability of working days.
I/We have quoted my/our rates for various items in the schedule of items, quantities and rates taking into account all the above factors also.
Signature of the Tenderer/s Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 61 of 99 www.nr.indianrailways.gov.in
Annexure-D
Constitution of Firm
1. Full name of contractor/s Construction firm and year of establishment.
2. Registered Head Office Address.
3. Branch Office in India.
4. Address on which correspondence regarding this tender should be done.
5. Constitution of firm, give full details including name of partners/executives/power of attorney/holders etc.
6. Particulars of registrations with Government/Semi Govt. Organization, Public Sectors Undertakings and local bodies etc.
Signature of the Tenderer/s. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 62 of 99 www.nr.indianrailways.gov.in
ANNEXURE- E
Details of Plant and Machinery already available with the firm.
SN Particulars of equipment No. of unit Kind and make firm from which to be hired Capacity 1 2 3 4 5
Date by which the plant would be available for use on this work. Age & Condition Work on which it is being used 6 7. 8.
Signature of the Tenderer/s. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 63 of 99 www.nr.indianrailways.gov.in
ANNEXURE-F
LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE/PROPOSED TOBE EMPLOYED FOR DEPLOYMENT ON THIS WORK:
S.No. Name & Designation Qualification Professional Experience
Organization With whom working
Date by which personnel will be available for this work.
1 2 3 4 5 6
Signature of the Tenderer/s. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 64 of 99 www.nr.indianrailways.gov.in
Annexure-G
STATEMENT OF WORKS EXECUTED BY THE CONTRACTORS DURING LAST THREE (03) YEARS .
SN Name and place of work Authority/agency for whom the work is being carried out. Date of award and Agreement No. and date. 1 2 3 4
Date of completion (original/ Actual) Agreemental cost of work/completion cost. Principal/technical features of work in brief. S. No. at which relevant document are enclosed. 5 6 7 8
Signature of the Tenderer/s. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 65 of 99 www.nr.indianrailways.gov.in
Annexure-H
STATEMENT OF WORKS BEING EXECUTED/IN HAND BY THE CONTRACTOR/S
SN Name and place of work Authority/agency for whom the work is being carried out. Date of award and Agreement No. and date. 1 2 3 4
Date of completion( Original / actual) Agreemental cost of work/likely cost. Principal/technic al features of work in brief. S. No. at which relevant document are enclosed. Payment taken till. 5 6 7 8 9
Signature of the Tenderer/s. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 66 of 99 www.nr.indianrailways.gov.in
Annexure-I
Detail of Contractual payment received in the last three financial year and current financial year.
SN Name of work Name of employer Detail of payment For the financial year Total Contract amount received
Signature of the Tenderer/s.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 67 of 99 www.nr.indianrailways.gov.in
Annexure J
Appendix VIII Real Time Gross Savinq (RTGS)/National Electronic Fund Transfer(NEFT) (Model Mandate Form) , (investor/customers option to receive payments throuuh RTGS/NEFT 1. Investor/customers Name 2. Particulars of Bank Account. (A) Name of the Bank: (B) Name of the Branch Address Telephone No. I RTGS/NEFT IFS Code . (D)Type of the account (S.B. Current or Cash Credit) With Code(10/11/13). (E) Ledger and Ledger folio number. (F) Account number (as appearing on the Cheque book)(in lieu of the Bank certificate to be obtained as under, please attach a blank cancelled cheque or a photocopy of a cheque or front page 0f your savings bank pass book issued by your bank for verification of the above particulars).
7. Date of Effect.
I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme.
( ) Signature of the investor/Customer Date
Certified that the particulars furnished above are correct as per our records. Banks Stamp
Signature of Bank Authority (with seal) Signature of the Tenderer/s Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 68 of 99 www.nr.indianrailways.gov.in
Annexure-K
GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS TENDER OF VALUE MORE THAN RS 25 CRORE.
1. Separate identity/name shall be given to the Joint Venture firm. 2. Number of members in a JV shall not be more than three if the work involves only one department (say Civil or S&T or Electrical) and shall not be more than five if the work involves more than one department. 3. A member of JV firm shall not be permitted to participate either in individual capacity or as a member of another JV firm in the same tender. 4. The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of any constituent member. 5. Normally EMD shall be submitted only in the name of the JV and not in the name of constituent member. However, in exceptional cases EMD in the name of lead partner can be accepted subject to submission of specific request letter from lead partner stating the reasons for not submitting the EMD in the name of JV and giving written confirmation from the JV partners to the effect that the EMD submitted by the lead partner may be deemed as EMD submitted by JV firm. 6 One of the members of the JV firm shall be the lead member of the JV firm who shall have a majority (at least 51%) share of interest in the JV firm. The other members shall have a share of not less than 20% each in case of JV firms with up to three members and not less than 10% each in case of JV firms with more than three members. In case of JV firm with foreign member(s), the lead member has to be an Indian firm with a minimum share of 51%. 7 A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV firm alongwith the tender. The complete details of the members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference to financial technical and other obligations shall be furnished in the MOU. Format of MOU is enclosed as Annexure K1. 8. Once the tender is submitted, the MOU shall not be modified/altered/terminated during the validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited. In case of successful tenderer, the validity of this MOU shall be extended till the currency of the contract expires. 9. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV firm shall not be allowed to be modified after submission of the tender bid by the JV firm except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. In any case the Lead Member should continue to be the Lead Member of the JV firm. Failure to observe this requirement would render the offer invalid. 10. Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc. and in any case the minimum eligibility should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal actions as per contract conditions.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 69 of 99 www.nr.indianrailways.gov.in
11. On award of contract to a JV firm, a single Performance Guarantee shall be required to be submitted by the JV firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization advance, machinery Advance etc. shall be accepted only in the name of the JV firm and no splitting of guarantees amongst the members of the JV firm shall be permitted. 12. On issue of LOA, an agreement among the members of the firm JV firm (to whom the work has been awarded) has to be executed and got registered before the Registrar of Companies under Companies Act or before the Registrar/Sub- Registrar under the Registration Act, 1908. This agreement shall be submitted by the JV firm to the Railways before signing the contract agreement for the work. Format of JV agreement is enclosed as Annexure K1. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This joint venture agreement shall have, inter-alia, following clauses:
8. Joint and several liability the members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the employer (Railways) for execution of the project in accordance with General and Special conditions of the contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non- execution of the contract or part thereof.
9. Duration of the Joint Venture Agreement It shall be valid during the entire currency of the contract including the period of extension if any and the maintenance period after the work is completed.
10. Governing Laws The joint venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.
13. Authorized Member - Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/correspondence with respect to the contract would be sent only to this authorized member of the JV firm.
14. No member of the Joint Venture firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract.
15. Documents to enclosed by the JV firm along with the tender:
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 70 of 99 www.nr.indianrailways.gov.in
15.1 In case one or more of the members of the JV firm is/are partnership firm(s), following documents shall be submitted:
(a) Notary certified copy of the Partnership Deed. (b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in original).
11. IPower of Attorney (duly registered as per prevailing law) in favour of one of the partners to sign the MOU and JV Agreement on behalf of the partners and create liability against the firm.
15.2 In case one or more members is/are Proprietary Firm or HUF, the following documents shall be enclosed:
Affidavit on Stamp Paper of appropriate value declaring that his concern is a Proprietary Concern and he is sole proprietor of the Concern or he is in position of KARTA of Hindu Undivided Family and he has the authority, power and consent given by other partners to act on behalf of HUF.
15.3 In case one or more members is/are limited companies, the following documents shall be submitted:
(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign MOU, JV Agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company an/or do any other act or on behalf of the Company. (b) Copy of Memorandum and articles of Association of the Company. I Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act mentioned in the para (a) above.
15.4 All the members of the JV shall certify that they have not been black-listed or debarred by The Railways or any other Ministry/Department of the govt. of India/State Govt. from participation in tenders/contract in the past either in their individual capacity of the JV firm or partnership firm in which they were members/partners.
12. Credentials & Qualifying Criteria Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following criteria.
16.1 Technical eligibility criteria:
Either the JV or any one of the members of the JV firm must have satisfactorily completed in the last three previous financial years and the current financial year up to the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value. OR Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 71 of 99 www.nr.indianrailways.gov.in
In case of composite works (e.g. works involving more than one distinct component such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges, substructure and superstructure etc. at least 35% of the value of each such component of similar nature should have been satisfactorily completed by the JV firm or any one of the members of the JV firm in the previous three financial years and the current financial year up to the date of opening of tender.
NOTE: Value of a completed work done by a Member in an earlier partnership firm or a J V firm shall be reckoned only to the extent of the concerned members share in that partnership firm/JV firm for the purpose of satisfying his compliance of the above mentioned technical eligibility criteria in the tender under consideration.
16.0 Financial eligibility criteria : The contractual payments received by the JV firm or the arithmetic sum of contractual payments received by all the members of JV firm in the previous three financial years and the current financial year up to the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender.
NOTE :- Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of they concerned members share in that JV firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender consideration. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 72 of 99 www.nr.indianrailways.gov.in
Annexure K1
FORMAT FOR JOINT VENTURE MEMORANDUM OF UNDERSTANDING/AGREEMENT
THIS JOINT VENTURE MEMORANDUM OF UNDERSTANDING (MoU)/AGREEMENT EXECUTED AT . ON THIS . DAY OF ..2012 between M/s _____________________________________________________________________ Registered office at ________________________________________________________________ as the first party and M/s ___________________________________________________________ as the Second party _______________________________________________________________ as third party. (The expression and words of the first and second and third party shall mean and include their heirs, successors, assigns, nominees execution, administrators and legal representatives respectively).
WHEREAS all the parties are engaged mainly in the business of execution of Civil, Engineering and General Contracts for various Government Departments and Organizations.
WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture for carrying on Engineering and/or contract works, in connection with _________________________________________ and other works mentioned in Tender Notice No. _________________________________ dated _______________ of Northern Railway or any other work or works, as mutually decided between the parties to this Joint Venture.
WHEREAS all the parties are desirous of recording the terms and conditions of this Joint Venture to avoid future disputes.
NOW THIS MoU/AGREEMENT WITNESSTH AS UNDER: 13. That in and under this Joint Venture agreement the work will be done jointly by the First Party and Second Party in the name and style of M/s ______________________________ (Joint Venture of M/s __________________________________________ and M/s ____________________________________). 14. That all the parties shall be legally liable, severally and or jointly responsible for the satisfactory/successful execution/completion of the work in all respects and in accordance with terms and conditions of the contract. 15. That the role of each constituent of the said Joint Venture in details shall be as under :- The First party shall be responsible for ____________________________________ The Second party shall be responsible for __________________________________ The Third party shall be responsible for ___________________________________ 16. The share of profit and loss of each constituent of the said Joint Venture shall be as under :- Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 73 of 99 www.nr.indianrailways.gov.in
17. That all the parties of this Joint Venture shall depute their experienced staff as committed commensuration with their role and responsibility and as required for the successful completion of the works in close consultation with each other. 18. That the investment required for the works under this Joint Venture shall be brought in by the parties as agreed to between them from time to time. 19. That all the Bank guarantee shall be furnished jointly by the parties in the name of Joint Venture. 20. That the party number ______________________________________________ to this Joint Venture shall be the prime (lead) contractor and will be responsible for timely completion of work and to coordinate with the Railways to receive payments and also to make all correspondence on behalf of this Consortium/Joint Venture. 21. That all the above noted parties i.e. _______________________________________ not to make any change in the agreement without prior written consent of the Railway.
NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ON THIS _____________ DAY OF ___________ TWO THOUSAND AND NINE WITH REFERENCE TO AND IN CONFIRMATION OF THEIR DISCUSSIONS AND UNDERSTANDING BROUGHT ON RECORD ON _______________.
IN WITNESS THEREOF ALL/BOTH THE ABOVE NAMED PARTIES HAVE SET THEIR RESPECTIVE HANDS ON THIS JOINT VENTURE AGREEMENT ON THE DAY, MONTH AND YEAR FIRST ABOVE MENTIONED IN THE PRESENCE OF THE FOLLOWING WITNESS:
WITNESSES :
1. FIRST PARTY
2. SECOND PARTY
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 74 of 99 www.nr.indianrailways.gov.in
Annexure K2
Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria
1. The Partnership Firms participating in the tender should be legally valid under the provisions of Indian Partnership Act.
2. Partnership Firms are eligible to quote tenders of any value 3. The partnership firm should have been in existence or should have been formed prior to submission of tender. Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening, as per Indian partnership Act. 4. Separate identity/name should be given to the partnership firm. The partnership firm should have PAN/TAN number in its own name and PAN/TAN number in the name of the any of the constituent partners shall not he considered. The valid constituents of the firm shall be called partners. 5. Once the tender has been submitted, the constitution of firm shall not be allowed to be modified/altered/terminated during the validity of the tender as well as the Currency of the contract except when modification becomes inevitable due to succession laws etc., in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraw from the firm after opening or the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. In case the tenderer fails to inform Railway beforehand about any sue h changes/modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such rum, then it will be considered a breach of contract condition, liable for determination of contract under Clause 62 of General Condition of Contract. 6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender.
7. The tender form shall be purchased and submitted only in the name of partnership firm and not in the name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The EMD submitted in the name of any individual partner or in the name of authorised partner(s) shall not be considered.
8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a Power of Attorney, specifically authorizing himself to submit & sign the tender, sign the agreement, recei ve payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the fi rm, sign No Claim Certificate , refer all or any dispute to arbitration and to take similar such action in Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 75 of 99 www.nr.indianrailways.gov.in
respect of the said tender/contract. Such Power of Attorney should be notarized/registered and submitted along with tender.
9. A notary certified copy of registered or notarized partnership deed shall be submitted along with the tender.
10. On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantee like Performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantees among the partners shall be acceptable.
11. On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm only and not in the name of any individual partner.
12. In case, the contract is awarded to a partnership firm, the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement:-
a) Joint and several liabilities The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general and special conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract or due to non-execution of the contract or part thereof.
b) Duration of the partnership deed and partnership firm agreement The partnership deed/partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the conditions of the contract. Any change carried out by partners in the constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under clause 62 of General Conditions of Contract.
c) Governing Laws The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian laws.
d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the of the other partner and that of the Railway in respect of the tender/contract.
12 The tender shall clearly specify that the tender is submitted on behalf of a partnership concern. The following documents shall be submitted by the partnership firm, with the tender.
a) A copy of registered/notarized partnership deed duly authenticated by notary b) Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from all partners of the firm in favour of one or more (of the partner(s) or any other person(s) as detailed in para (8) above. c) An undertaking by all the partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt of India/any State Govt from participation in tenders contract on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 76 of 99 www.nr.indianrailways.gov.in
Concealment/wrong information. In regard to above, shall make the contract liable for determination under clause 62 of General Conditions of Comractl999
13 Evaluation of eligibility of a partnership firm.
Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfilment of the following conditions:
i) Technical eligibility criteria The tenderer should satisfy either of the following criteria: a) The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers) , in its own name and style; OR In case the partnership firm does not fulfil the technical eligibility criteria in its own name and style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in a different partnership firm, then such partner of the firm shall satisfy the technical eligibility Criteria (defined in para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers) on the basis of his/her proportionate share in that proprietorship/partnership firm reduced further by his/her percentage share in the tendering firm.
ii) Financial eligibility criteria:- The tenderer should satisfy either of the following criteria: a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined in para 2.3.2 (A) (VI) of Special tender conditions and instructions for tenderers) in its own name and style; OR b) In case the partnership firm does not fulfil the financial eligibility criteria in its own name and style, but one or more of its partners have executed a work/contract in the past either as sole proprietor or as partner in different firms then the arithmetic sum of the contractual payments received by all the partners of the tendering firm, derived on the basis of their respective proportionate share in the such firms reduced further by their respective percentage share in the tendering firm, shall satisfy the full requirements of the financial eligibility criteria, (as defined in para 2.3.2(A) (VI) of special tender conditions and instructions for tenderers)
Example on Evaluation of Technical & Financial Eligibility of Partnetrship firm
A tendering partnership firm ABCD has four constituent partners namely A, B, C & D with their respective snares as 40%, 30%, 20% & 10% but this firm has not executed any work in its own name and style. However, the constituent partners have executed the work in earlier partnership firm(s) or as sole proprietor as under:-
(i) Partnership firm ABZ having three partners namely A , B & Z with respective Shares of 10%, 20% & 70%, has executed a work of value Rs. 1O.OO crores earlier. (ii) Partnership firm CYX having three partners namely C, Y & X with respective shares of 50%, 30%, & 20%, has executed a work of value Rs.5.00 crores earlier. (iii) Sole proprietorship firm P having D as sole proprietor has executed a work of value Rs. 2.0 Crores earlier.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 77 of 99 www.nr.indianrailways.gov.in
The evaluation of technical and financial eligibility of tendering firm ABCD shall be one by taking proportionate share of credentials of partners A, B, C and D. Derived from their earlier partnership firms to be reduced further by their percentage share in the tendering firm as calculated in table below:-
1. 2. 3. 4. 5. Partner s Credentials of A & B derived from firm ABZ which has executed work of Rs. 10.00 Cr. Credentials of C derived from firm CYX which has executed work of Rs. 5.00 Cr. Credentials of D derived from firm Proprietorship firm P which has executed work of Rs. 2.00 Cr. Contribution of A & B to credentials of tendering firm ABCD. % shar e in firm ABZ
Proportionat e credentials. % shar e in firm CYX
Proportionat e credentials. % shar e in firm P Proportio nate credential s. % share in firm ABCD
Proportion- ate credentials . A 10% 10% of 10 Cr.= 1.0 Cr - - - - 40% 40% of 1 Cr.= 0.4 Cr B 20% 20% of 10 Cr.= 2.0 Cr - - - - 30% 30% of 2 Cr.= 0.6 Cr C - - 50 % 50% of 5 Cr.= 2.5 Cr - - 20% 20% of 2.5 Cr.= 0.5 Cr D - - - - 100 % 100% of 2 Cr.= 2.0 Cr 10% 10% of 2.0 Cr.= 0.20 Cr
Evaluation of Technical Eligibility :-
Any one of the partners of ABCD tendering firm viz. A, B, C or D should satisfy the technical eligibility criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in the tendering firm. As calculated in above table, the contribution of partners A, B, C & D towards the credentials of tendering firm ABCD will be taken as Rs. 0.40 Cr., Rs. 0.60 Cr., Rs. 0.50 Cr., Rs. 0.20 Cr. Respectively. Thus, in this example the firm ABCD is deemed to have executed one single work of maximum value of Rs. 0.60 Cr. For the purpose of technical eligibility criteria.
Evaluation of Financial Eligibility :-
The arithmetic sum of the contribution of all the partners of tendering firm ABCD derived on the basis of their respective proportionate share in the earlier partnership firms reduced further by their respective percentage share in the tendering firm, in this example will be taken as Rs. .70 Cr. (i.e., A + B + C + D = 0.40 + 0.60 + 0.50 + 0.20 = 1.70 Cr.). Thus, in this example, the firm ABCD is deemed to have received contractual payment of Rs. 1.70 Cr. For the purpose of financial eligibility criteria.
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 78 of 99 www.nr.indianrailways.gov.in
Annexure L
Name of the Bank______________________________ President of India Bank Guarantee Bond No.____________ Acting through _____________ (Designation Dated_______________ And address of contract signing authority).
PERFORMANCE GUARANTEE BOND
In consideration of the President of India acting through __ (Designation & address of contract signing authority), Northern Railway, Udhampur (hereinafter called The Government) having agreed under the terms and conditions of agreement / contract acceptance letter No. ______________ dtd. ___________ made between _____ (Designation & address of contract signing authority) and ______ (hereinafter called the said contractor (s) for the work __________________________________________ ________________________________________________________________________ _______________ (hereinafter called the said agreement) (Rs _________ (Rs.__________________________________ only) as a performance security guarantee bond for the contractor (s) for compliance of his obligations in accordance with the terms and conditions in the said agreement. 1. We ________________ (indicate the name of the bank) hereinafter referred to as the Bank, undertake to pay to the government an amount not exceeding Rs. ____________________ (Rs.__________ only) on demand by the Government.
2. We _____________(indicate the name of he bank, further agree that (and promise) to pay the amounts due and payable under this guarantee without any demur merely on a demand from the Government through the FA&CAO (USBRL Project, Northern Railway, Jammu or ________________ (Designation & Address of contract signing authority) Northern Railway, stating that the amount claimed is due by way of loss or damage caused to or would be caused or suffered by the government by reason of any breach by the said contractor of any of the terms or conditions contained in the said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ________________ (Rupees ____________________________only) 3. a. We, _______________(indicate the name of Bank) further undertake to pay to the government any more so demanded notwithstanding any dispute or dispute raised by the contractor (s) in any suit or proceeding pending before any court or Tribunal relating to liability under this present being absolute and unequivocal. b. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor (s) shall have no claim against us for making such payment. 4. We , _____________ (indicate the name of bank) to further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged by ___________ (Designation & Address of contract signing authority) on behalf of Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 79 of 99 www.nr.indianrailways.gov.in
the Government, certify that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor (s) and accordingly discharges this guarantee. (Continue ____________________ BG No. _____________ Dt_______) 5. a. Not withstanding anything to the contrary contained herein the liability of the bank under this guarantee will remain in force and effect until such time as this guarantee is discharged in writing by the Government or until (date of validity / extended validity) which ever is earlier and no claim shall be valid under this guarantee unless notice in writing thereof is given by the Government within validity/ extended period of validity of guarantee from the date aforesaid. b. Provided always that we _____________ (indicate the name of the Bank) unconditionally undertakes to renew this guarantee or to extend the period of guarantee from year to year before the expiry of the period or the extended period of the guarantee, as the case may be on being called upon to do so by the Government. If the guarantee is not renewed or the period extended on demand, we __________________ (indicate the name of the bank) shall pay the government the full amount of guarantee on demand and without demur. 6. We, ________________ (indicate the name of Bank) further agree with the Government that the government shall have the fullest liberty without our consent and without effecting in any manner out of obligations hereunder to vary any of the terms and conditions of the said contract from time to time or to postpone for any time or from time to time any the powers exercisable by the Government against the said contractor (s) and to forbear or enforce any of the terms and conditions of the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor (s) or for any bearance act or omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties for the said reservation would relieve us from the liability. 7. This guarantee will not be discharged by any change in the constitution of the Bank or the contractor(s). 8. We, __________ (indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing. 9. This guarantee shall be valid up to _________ (date of completion plus maintenance period). Unless extended on demand by Government. Notwithstanding anything to the contrary contained hereinbefore, out liability under this guarantee is restricted to Rs. ________________ (Rs. ______ ____________________ only) unless a demand under this guarantee is made on us in writing on or before _______________, we shall be discharged from our liabilities under this guarantee thereafter. Dated the day of ______________ for ________________ (Indicate the name of bank).
Signature of bank authorize official
(Name). Witness: Designation:. Full Address..
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 80 of 99 www.nr.indianrailways.gov.in
Performa for quoting Rates Name of work Construction of electrical Loco shed and inspection pits, offices, earthwork in cutting/filling in embankment, retaining & breast walls, extension of existing minor bridges, protection work i.e. toe walls, drains etc. and other balance ancillary works at Katra complex on Udhampur Katra Section in connection with USBRL Project. Tender Value Rs. 6,09,62,547/- Completion period 08 (Eight) Months Tender opened on 10.06.2014 Tender notice No. No. W-42/DCE/S&C-I/UHP/01/2014-15 Dated: 19.04.2014 Ist corrigendum notice No. No. W-42/DCE/S&C-I/UHP/01/2014-15 Dated: 02.05.2014
Schedule- A Items of Northern Railway unified standard schedule of rates (USOR)- 2010 (i) (ii) (iii) (iv) Ch. No Item description Updated cost as per basic rates of USOR-2010 (details enclosed in annexure-1 Rates to be quoted by the tenderers in %age above/below/at Par on the updated cost as per basic rates of USOR-2010 against each Chapter indicated in column (iii). Rate in figures Rate in words 1 All items of Chapter-1 Earth work of USOR-2010 Rs. 6155452.64 2 All items of Chapter-2 Carriage of materials of USOR-2010 Rs. 393629.26 3 All items of Chapter-3 Plain concrete of USOR-2010 except item No. 033060 to 033064 Rs. 2078818.13 3A Item No. 033060 to 033064 (Supplying & using cement) of Chapter-3 Plain concrete of USOR-2010 Rs. 10762095.14 4 All items of Chapter-4 Reinforced cement concrete except item No. 045010 to 045022 of USOR-2010 Rs . 1852314.69 4A Item No. 045010 to 045022 (Supply & using reinforcement steel) of Chapter-4 Reinforced cement concrete of USOR- 2010 Rs. 18451761.90 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 81 of 99 www.nr.indianrailways.gov.in
5 All items of Chapter-5 Brick work of USOR-2010 Rs. 2951472.68 7 All items of Chapter-7 Wood work of USOR-2010 Rs. 147753.56 8 All items of Chapter-8 Steel and aluminum work of USOR-2010 Rs. 4898534.04 9 All items of Chapter-9 Flooring, paving & dado of USOR-2010 Rs. 479778.24 10 All items of Chapter-10 Roofs and ceilings of USOR-2010 Rs. 1915687.07 11 All items of Chapter-11 Finishing masonry of USOR-2010 Rs. 573086.11 12 All items of Chapter-12 Painting, Polishing and Varnishing of USOR-2010 Rs. 16704.33 13 All items of Chapter-13 Water supply of USOR- 2010 Rs. 44013.89 14 All items of Chapter-14 Drainage and Sewerage of USOR-2010 Rs. 35871.92 15 All items of Chapter-15 Sanitary Installation of USOR-2010 Rs. 35108.80 18 All items of Chapter-18 Dismantling and Demolishing of USOR- 2010 Rs. 110603.71 19 All items of Chapter-19 Bridge works Sub-structure of USOR-2010 Rs. 8935267.79 22 All items of Chapter-22 Bridge work Miscellaneous of USOR-2010 Rs. 475315.60 25 All items of Chapter-25 Supply of Materials of USOR-2010 Rs. 649277.06
Note:-
1. The tenderer/s shall quote one uniform percentage rate/s, in figures as well as in words, for all labour and materials for Schedule A - for individual chapters of USOR 2010 in the attached Schedule of items, & quantities, failing which his/their offer will be treated as incomplete and shall be summarily rejected. Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 82 of 99 www.nr.indianrailways.gov.in
2. If there occurs any difference in the rate quoted by the tenderer/s, in words & figures, the rate quoted in words will be considered as final. 3. The quantities indicated in the schedule of items are approximate. The Railways reserve the right to delete/alter the same as per actual requirement and site conditions for successful completion of work. No claim on this account will be acceptable to the Railway administration. 4. The quantities are subject to variation depending upon site conditions. 5. The tenderer/s are advised to inspect the site to make themselves conversant about the site conditions before submitting their tender. 6. The schedule of items & quantities is attached.
I/We clearly understand that I/We am/are not entitled to any other payment on any account whatsoever except at the tendered rates for fully completed works as per conditions of contract.
Dy. CE/ S&C-I Northern Railway, Udhampur For and on behalf of the President of India.
Signature of the tenderer/s Address:- . .
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 83 of 99 www.nr.indianrailways.gov.in
Annexure-1
Schedule- A Details of Northern Railway USOR-2010
Note :- 1. The description/unit/Basic rate of items given below have been reproduced from USOR-2010 . In case of any difference/error in the description /unit/basic rate of item given below vis-a-viz USOR-2010, the same given in USOR-2010 shall prevail. 2. The items & quantity given below are approximate, and may vary in accordance with contract conditions.
S. No. USOR item No. Description of item unit Rate (in Rs) Qty. Amount (in Rs) Schedule A All items of USOR-2010 1 011010 Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap; the lift to be measured from natural ground level and paid for in layers of 1.5m each including incidental work, as per specifications
2 011011 All kinds of soils cum 81.36 1200 97632.00 3 012010 Extra over item 011010 for excavation in foundations for buildings and bridges to cover dressing to neat dimension and plumbing sides etc. Note : Dressing under this item is payable for the total quantity of excavation in foundation and not partly. cum 8.70 1200 10440.00 Note - (i) All usable earth arising from cut spoils shall be led into bank formation and Unusable spoils shall be dumped / stacked (ii) All hard rock /and boulders not fit for filling will be stacked by the contractor and will be property of the Railways.
4 012040 Filling, watering and ramming earth in 15cm layers in floors and foundations with surplus earth from foundations including 50m lead and 1.5m lift
cum 18.30 900 16470.00 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 84 of 99 www.nr.indianrailways.gov.in
5 012050 Supplying and filling sand in plinth and under floors including watering, ramming, consolidating and dressing complete
cum 725.00 200 145000.00 5 013110 Earthwork in cutting (classified) in formation, trolley refuges, side drains, level crossing approaches, platforms, catch water drains, diversion of nallah & finishing to required dimension and slopes to obtain a neat appearance to standard profile inclusive of all labour, machine & materials and removing & leading all cut spoils either to make spoil dumps beyond 10m from cutting edge or for filling in embankment with all leads within the section limit, lifts, ascent, descent, loading, unloading, all taxes/royalty, clearance of site and all incidental charges, bailing & pumping out water, if required, etc. complete as per directions of the Engineer- in-Charge. The work is to be executed as per latest / updated edition of "Guidelines for Earthwork in Railway Projects" issued by RDSO, Lucknow. Cut trees shall be property of Railways and to be deposited in the railway godown unless specified otherwise in the Special Conditions of Contract. Note - (i) All usable earth arising from cut spoils shall be led into bank formation and Unusable spoils shall be dumped / stacked (ii) All hard rock /and boulders not fit for filling will be stacked by the contractor and will be property of the Railways.
7 013111 In all conditions and classifications of soil except rock cum 140.57 10000 1405700.00 8 013112 Soft rock not requiring blasting in all conditions cum 219.65 100 21965.00 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 85 of 99 www.nr.indianrailways.gov.in
9 013114 In rock and very hard rock with hammer / chisel / pavement breaker etc. where blasting is not permitted due to special circumstances and if specifically ordered in writing including drilling and all incidental work in all conditions cum 448.96 50 22448.00 10 013120 Earthwork in filling in embankment, guide bunds, around buried type abutments, bridge gaps, trolley refuges, rain bunds, if provided, platforms etc. with earth excavated from outside railway boundary entirely arranged by the contractor at his own cost as per RDSO's latest guidelines and specifications and special condition of contract including all leads, royalty, lifts, ascents, descents, crossing of nallahs or any other obstructions. The rates shall include all dressing of bank to final profile, demarcation and setting out of profile, site clearance, removing of shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank, all handling/re-handling, taxes, octroi and royalty etc. as a complete job. Cut trees shall be property of railways and to be deposited in the railway godown unless specified otherwise in the Special Conditions of Contract. cum 213.67 12500 2670875.00 11 013130 Extra for mechanical compaction of earth/blanketing material filled in embankment with contractors rollers of suitable capacity, type and size to achieve specified density as per specification, testing as per IS codes including cost of water, T&P, consumable material and all labour as a complete job. The work is to be executed as per Latest edition of "Guidelines for Earthwork in Railway Projects" issued by RDSO, Lucknow. cum 11.43 20000 228600.00 Basic Total of Chapter-1 of USOR-2010, Rs 4619130.00 Escalation including WCT & building cess @ 33.26% above USOR-2010 1536322.64 Total of Chapter-1 of USOR-2010, Rs 6155452.64 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 86 of 99 www.nr.indianrailways.gov.in
12 021450 Hiring of Truck of loading capacity 9.0 MT and running upto 2500 km per month (with 24 hours availability) for leading of Engineering Machines, Materials & Men, as desired by Engineer-in- charge. It includes cost of driver, helper, fuel, e.g. diesel, mobil oil, brake oil etc. alongwith related repairs works and all type of taxes as admissible by State or Central Governments, octroi, toll tax, barrier tax etc. Vehicle shall run on pucca, kutcha road including along the track. The contractor shall arrange road permit for vehicle for all the States of operation, as per instructions of engineer in-charge and vehicle shall not be more than three years old. Each per month 70009.41 2 140018.82 13 021510 Hiring of JCB Machine (in good working condition) for leveling and dressing ground / dismantling structures including disposal of debris through dumpers etc. with contractors labour, JCB machine, machine operator, fuel etc. The contractor shall arrange road permit for vehicle for all the States of operation, as per instructions of engineer in-charge and vehicle shall not be more than three years old. Payment shall be made for actual working hours at site. Hour 612.40 250 153100.00 Basic Total of Chapter-2 of USOR-2010, Rs 293118.82 Escalation including WCT & building cess @ 34.29% above USOR-2010 100510.44 Total of Chapter-2 of USOR-2010, Rs 393629.26 14 031010 Providing and laying in position cement concrete of specified proportion excluding cost of cement, centering and shuttering - All works upto plinth level :
15 031012 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 40mm nominal size) cum 1882.49 500 941245.00 16 031050 Providing and laying in position cement concrete of M 20 grade, excluding the cost of cement and of centering and shuttering, as per direction of the Engineer in charge :
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 87 of 99 www.nr.indianrailways.gov.in
17 031051 All works upto plinth level cum 2082.64 100 208264.00 18 031052 All works above plinth level in retaining walls, walls (of any thickness) including attached pilasters, columns, pillars, posts, struts, buttresses, anchor blocks, parapets, copings, bed blocks, string or lacing courses, window sills, fillets, kerbs, steps etc. cum 2204.06 200 440812.00 19 031060 Centering and shuttering including strutting, propping etc. and removal of form work for :
20 031061 Foundations, footings, bases of columns Sqm 121.03 100 12103.00 21 031062 Retaining walls, return walls, walls (any thickness) including attached plasters, buttresses, plinth and string courses fillets etc. Sqm 191.19 100 19119.00 Basic Total of Chapter-3 of USOR-2010, Rs 1621543.00 Escalation including WCT & building cess @ 28.20% above USOR-2010 457275.13 Total of Chapter-3 of USOR-2010, Rs 2078818.13 22 033060 Supply and using cement at worksite:
23 33063 PPC Tonne 5198.00 1615 8394770.00 Basic Total of Chapter-3A of USOR-2010, Rs 8394770.00 Escalation including WCT & building cess @ 28.20% above USOR-2010 2367325.14 Total of Chapter-3A of USOR-2010, Rs 10762095.14 24 041010 Providing and laying in position M-20 Grade concrete for reinforced concrete structural elements, but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge
25 041011 All work upto plinth level including raft foundation of washable aprons, HS tank, pile cap, footings of FOB and Platform shelter etc. cum 2422.38 275 666154.50 26 041012 All works in buildings above plinth level upto floor two level cum 2645.23 150 396784.50 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 88 of 99 www.nr.indianrailways.gov.in
27 042010 Centering and shuttering including strutting, propping etc. and removal of form for :
28 042011 Foundations, footings, bases of columns, raft foundation of washable aprons, Pile caps, Footings of FOB etc. Sqm 120.60 1000 120600.00 29 042012 Walls (any thickness) including attached plasters, buttresses, plinth and string courses etc. Sqm 191.20 150 28680.00 30 042013 Suspended floors, roofs, landings, balconies, FOB slabs, walkway slabs and access platform Sqm 185.57 225 41753.25 31 042014 Lintels, beams, plinth beams, bed blocks, girders, bressumers and cantilevers Sqm 163.20 600 97920.00 32 042015 Columns, pillars, posts and struts Sqm 240.50 320 76960.00 33 042016 Stairs (excluding landings) except spiral-staircases Sqm 225.10 50 11255.00 34 048070 Vacuum dewatering of all types & grades concrete by mechanical means including draining out the sucked excess water from concrete & then finishing the surface smooth with mechanical trowelling with suitable equipment etc. complete. The methodology to be adopted will be as per user manual of dewatering & trawling machine and as directed by Engineer. Sqm 5.80 820 4756.00 Basic Total of Chapter-4 of USOR-2010, Rs 1444863.25 Escalation including WCT & building cess @ 28.20% above USOR-2010 407451.44 Total of Chapter-4 of USOR-2010, Rs 1852314.69 35 045010 Supplying reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete -
36 045014 High yield strength deformed bars Kg 47.58 302500 14392950.00 Basic Total of Chapter-4A of USOR-2010, Rs 14392950.00 Escalation including WCT & building cess @ 28.20% above USOR-2010 4058811.90 Total of Chapter-4A of USOR-2010, Rs 18451761.90 37 051020 Brick work with modular bricks of class designation 7.5 in foundation and plinth in :
38 051026 Cement Mortar 1:6 (1 cement : 6 coarse sand) cum 1970.14 1000 1970140.00 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 89 of 99 www.nr.indianrailways.gov.in
39 051040 Extra over items 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level : cum 133.42 700 93394.00 Basic Total of Chapter-5 of USOR-2010, Rs 2063534.00 Escalation including WCT & building cess @ 43.03% above USOR-2010 887938.68 Total of Chapter-5 of USOR-2010, Rs 2951472.68 40 072090 Providing and fixing wire gauge shutter using galvanized M.S. wire gauge of average width of aperture 1.4mm with wire of dia 0.63mm for doors, windows and clerestory windows including ISI marked bright finished or black enamelled M.S. butt hinges with necessary screws
41 072095 Kail, venteak, pillamarudhu or locally available comparable species of good country wood (to be listed by respective railway) - 35mm thick Kail wood Sqm 1011.22 37 37415.14 42 072150 Providing and fixing flush door shutters to IS:2202 Part-I non- decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3-ply veneering with vertical grains or cross bands and face veneers on both faces of shutters
43 072151 35mm thick including ISI marked stainless steel butt hinges with necessary screws Sqm 1010.98 42 42461.16 44 072160 Extra for providing and fixing flush doors with teak veneering on one side in Item 072150 Sqm 267.15 42 11220.3 45 078020 Providing and fixing aluminium sliding door bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with nuts and screws etc. complete :
46 078021 300mmx16mm Each 178.83 12 2145.96 47 078030 Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with necessary screws etc. complete :
48 078032 250mmx10mm Each 57.87 24 1388.88 49 078035 100mmx10mm Each 29.60 24 710.4 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 90 of 99 www.nr.indianrailways.gov.in
50 078060 Providing and fixing aluminium handles ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with necessary screws etc. complete
51 078061 125mm Each 38.04 96 3651.84 52 078070 Providing and fixing aluminium hanging floor door stopper ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour and shade with necessary screws etc. complete :
53 078072 Twin rubber stopper Each 68.86 12 826.32 Basic Total of Chapter-7 of USOR-2010, Rs 99820.00 Escalation including WCT & building cess @ 48.02% above USOR-2010 47933.56 Total of Chapter-7 of USOR-2010, Rs 147753.56 54 081010 Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL
55 081011 In RSJ, tees, angles and channels Kg 50.84 3000 152520.00 56 081012 In flats, plates, round or square bars Kg 50.63 1000 50630.00 57 081250 Providing and fixing ISI standard steel glazed doors, windows and ventilators of standard rolled steel sections (shutters & frame), joints mitered and welded with 15mmx3mm lugs, 10cm long, embedded in cement concrete blocks 15x10x10cm of 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate-20mm nominal size) or with wooden plugs and screws or rawl plugs and screws or with fixing clips or with bolts and nuts as required, including providing and fixing glass panes with glazing clips and special metal sash putty of approved make, necessary fittings such as brass handles, brass peg stays, brass spring catch, bolts, hinges, locks etc. as required, applying a priming coat of approved steel primer; but excluding the cost of metal beading
58 081253 Windows-side hung Sqm 2808.15 30 84244.50 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 91 of 99 www.nr.indianrailways.gov.in
59 081280 Providing and fixing pressed steel door frames manufactured from commercial mild steel sheet of 1.25mm thickness including hinges jamb, lock jamb, bead and if required angle threshold of mild steel angle of section 50mmx25mm, or base ties of 1.25mm pressed mild steel welded or rigidly fixed together by mechanical means, adjustable lugs with split end tail to each jamb including steel butt hinges 25mm thick with mortar guard, lock strike-plate and shock absorbers as specified and applying a coat of approved steel primer after pretreatment of the surface as directed by the Engineer-in-Charge
60 081281 Profile-A (105mmx60mm) Single rebate metre 1802.09 20 36041.80 61 081283 Profile-C (160mmx60mm) Double rebate metre 2509.19 110 276010.90 62 081290 Steel work in built-up tubular trusses including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer, welded and bolted including special shaped washers etc. complete
63 081291 Hot finished welded type tubes Kg 100.32 29000 2909280.00 Basic Total of Chapter-8 of USOR-2010, Rs 3508727.20 39.61% above USOR-2010 1389806.84 Total of Chapter-8 of USOR-2010, Rs 4898534.04 64 095010 Providing and fixing Ist quality ceramic tiles conforming to Group B-III (Ceramic Wall Tiles) of IS:15622 of manufacturers approved by railway in all colours, shades, and design as approved by the Engineer-in-Charge in skirting, risers of steps and dado over 12mm thick bed of cement mortar 1:3 (1 cemen : 3 coarse sand) including pointing in white cement mixed with pigment of matching shade complete
65 095012 200x300 mm Sqm 498.12 50 24906.00 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 92 of 99 www.nr.indianrailways.gov.in
66 095020 Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of cement mortar 1:4 (1 cement : 3 coarse sand) including pointing in white cement mixed with pigment of matching shade complete
67 095025 Of Group B-I-a of IS:15622 (Vitrified tiles) of size upto 400mmx400mm Sqm 873.34 400 349336.00 Basic Total of Chapter-9 of USOR-2010, Rs 374242.00 Escalation including WCT & building cess @ 28.20% above USOR-2010 105536.24 Total of Chapter-9 of USOR-2010, Rs 479778.24 68 101090 Providing and fixing percolated galvanised steel sheet roofing accessories 0.50mm +/- 5% total coated thickness (TCT) thick Zinc coating 120 gsm as per IS:277 in 240mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15- 18 microns using self drilling/self tapping screws or with polymer coated J or L hooks, bolts and nuts and or G.I. seam bolts and nuts, G.I. plain and bitumen washers complete :
69 101091 Ridges plain (500-600mm) metre 286.76 80 22940.80 70 103090 Providing & fixing machine made UV stabilised fiber glass reinforced plastic sheet roofing upto any pitch including fixing with polymer coated `J' or `L' hooks, bolts and nuts 8mm dia. G.I. plain/bitumen washers complete but excluding the cost of purlins, rafters, trusses etc. The sheets shall be manufactured out of 2400 TEX panel rovigs incorporating minimum 0.3% Ultra- violet stabilizer in resin system under approximately 2400 psi and hot cured. They shall be of uniform pigmentation and thickness without air pockets and shall conform to IS 12866. The sheets shall be opaque or translucent, clear or pigmented, textured or smooth as specified.
71 103091 2mm thick corrugated and profile sheets Sqm 1213.87 260 315606.20 72 103092 2mm thick flat sheets Sqm 1107.93 400 443172.00 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 93 of 99 www.nr.indianrailways.gov.in
73 105120 Providing and laying in situ over roofs five course water proofing treatment with APP (Atactic Poly Propylene) modified Polymeric membrane 2.0mm thick of 3.0 kg/sqm weight. 5th, the top most layer shall be of specified surface finish which shall be paid for separately Sqm 600.59 200 120118.00 74 109200 Providing and fixing permanently colour coated trapezoidal profiled sheet of depth 28-30mm at 195- 205mm pitch distance with precisely engineered Rib & Flute design. Profiled sheets shall be min. 0.5mm TCT/0.45mm BMT high tensile zinc aluminium alloy coated zincalume / galvalume steel sheet (550 mpa yield strength) having a coating of mass of 150 gsm zinc-aluminium coating AZ-150 total on both sides as per AS 1397:1993 finished with 20 microns approved colour coating of Silicon Modified Polyester (SMP) / Super Polyester paint coat on exposed surface over a primer coat of 5 microns and a back coat of 5 microns on reverse side over a 5 microns primer coat. There shall be 2 small ribs/square flutes between profiles for providing additional strength. The sheet to be fixed over the purlins with hexagonal head self drilling suitable fasteners with neoprene / EPDM washer on crests of the sheet Sqm 538.95 1050 565897.50 Basic Total of Chapter-10 of USOR-2010, Rs 1467734.50 Escalation including WCT & building cess @ 30.52% above USOR-2010 447952.57 Total of Chapter-10 of USOR-2010, Rs 1915687.07 75 111010 12mm cement plaster of mix - 76 111012 1:6 (1 cement : 6 fine sand) Sqm 57.38 3850 220913.00 77 111170 6mm cement plaster 1:3 (1 cement : 3 fine sand) finished with a floating coat of neat cement and thick coat of lime wash on top of walls when dry for bearing of R.C.C. slabs and beams Sqm 63.64 200 12728.00 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 94 of 99 www.nr.indianrailways.gov.in
78 115040 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade
79 115042 New work (two or more coats of distemper) over and including priming coat with distemper primer Sqm 51.27 800 41016.00 80 115060 Applying one coat of cement primer of approved brand and manufacture on wall surface Sqm 20.77 2550 52963.50 81 115090 Wall painting on new work with two or more coats of plastic emulsion paint of approved brand and manufacture to give an even shade Sqm 46.09 2550 117529.50 Basic Total of Chapter-11 of USOR-2010, Rs 445150.00 Escalation including WCT & building cess @ 28.74% above USOR-2010 127936.11 Total of Chapter-11 of USOR-2010, Rs 573086.11 82 121010 Applying Priming Coat : 83 121011 With ready mixed pink or grey primer of approved brand and manufacture on woodwork (hard and soft wood) Sqm 19.08 80 1526.40 84 121150 Painting two coats (excluding priming coat) with chocolate, red, grey or buff ready mixed paint of approved quality on steel or wood work Sqm 38.79 100 3879.00 85 124020 French spirit polishing 86 124021 Two or more coats on new work including a coat of wood filler Sqm 87.92 80 7033.60 Basic Total of Chapter-12 of USOR-2010, Rs 12439.00 Escalation including WCT & building cess @ 34.29% above USOR-2010 4265.33 Total of Chapter-12 of USOR-2010, Rs 16704.33 87 132180 Providing and fixing C.P. brass bib cock, 15mm nominal bore of approved quality conforming to IS:8931 Each 353.73 10 3537.30 88 132200 Providing and fixing C.P. brass long body bib cock, 15mm nominal bore, of approved quality conforming to IS standards and weighing not less than 690 gm Each 421.62 10 4216.20 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 95 of 99 www.nr.indianrailways.gov.in
89 132220 Providing and fixing C.P. brass angle valve for basin mixer and geyser points of approved quality conforming to IS:8931
Each 535.68 10 5356.80 90 138020 Laying G.I. or polythene / CI / DI / Concrete or alike materials, pipes including -i) Fitting sockets, cutting, pipe threading and drilling holes as and where required. ii) Fitting up specials like tees, valves, bends, nipples, water meters etc. as and where required. iii) Lead upto 100mm iv) Keeping pipes level or in prescribed grade, aligning pipes, caulking joints etc. v) Refilling and ramming trench complete after the pipes have been tested to required pressure
91 138021 15mm dia. metre 56.17 50 2808.50 92 138023 25mm dia. metre 59.60 150 8940.00 93 138026 50mm dia. metre 79.96 100 7996.00 94 138040 Hoisting, fitting and fixing in position plastic moulded water storage tank including making connection of intake, delivery, outlet and overflow pipes etc. with all lead & lift upto all stories. (cost of tanks/fittings to be paid separately)
95 138043 1000 litres capacity tank
Each 867.15 1 867.15 Basic Total of Chapter-13 of USOR-2010, Rs
33721.95 Escalation including WCT & building cess @ 30.52% above USOR-2010
10291.94 Total of Chapter-13 of USOR-2010, Rs 44013.89 96 141010 Providing, laying and jointing glazed stoneware pipes grade A as per IS:651 including bends etc. with stiff mixture of cement mortar in the proportion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete
97 141012 150mm diameter metre 245.52 50 12276.00 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 96 of 99 www.nr.indianrailways.gov.in
98 143010 Constructing brick masonry manhole in cement mortar 1:4 (1 cement : 4 coarse sand) R.C.C. top slab with 1:2:4 (1 cement : 2 coarse sand : 4graded stone aggregate 20mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design
99 143011 Inside size 90cmx80cm and 45cm deep including C.I. cover with frame (light duty) 455mmx610mm internal dimensions total weight of cover and frame to be not less than 38kg (weight of cover 23kg and weight of frame 15kg) with F.P.S. bricks class designation 7.5
Each 4268.00 3 12804.00 Basic Total of Chapter-14 of USOR-2010, Rs
25080.00 Escalation including WCT & building cess @ 43.03% above USOR-2010
10791.92 Total of Chapter-14 of USOR-2010, Rs 35871.92 100 151010 Providing and fixing water closet squatting pan (Indian type W.C. pan) with 100mm sand cast iron 'P' or 'S' trap, 10 litres low level white P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS:7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required
101 151011 White Vitreous China Orissa pattern W.C. pan of size 580mmx440mm with integral type foot rests
Each 3057.59 2 6115.18 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 97 of 99 www.nr.indianrailways.gov.in
102 151040 Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430mmx260mmx350mm and 340mmx410mmx 265mm sizes respectively with automatic flushing cistern, with standard flush pipe and C.P. brass spreaders with brass unions and G.I. clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors, wherever required
103 151041 One urinal basin with 5 litres white P.V.C. automatic flushing cistern Each 2377.03 2 4754.06 104 151070 Providing and fixing wash basin with C.I./M.S. brackets, 15mm C.P. brass pillar taps, 32mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls, wherever required :
105 151071 White, vitreous china wash basin size 630mmx 450mm with a pair of 15mm C.P. brass pillar taps Each 1942.55 2 3885.10 106 153400 Providing and fixing Towel rail (C.P.) brass 15mm dia x 450mm long having approx. weight 380 gm Each 338.00 2 676.00 107 154010 Providing and fixing 110mm dia PVC soil, waste and vent pipes including jointing and cost of spun yarn and sand etc. complete metre 205.50 50 10275.00 108 154100 Providing and fixing 110mm PVC Plain bend of the required degree with access door inclusive of 3mm thick bitumastic felt washer, bolts and nuts, complete, including jointing and cost of spun yarn and sand etc. complete Each 77.54 6 465.24 109 154140 Providing and fixing 75mm PVC soil, waste and vent pipes including jointing and cost of spun yarn and sand etc. complete metre 128.17 25 3204.25 Basic Total of Chapter-15 of USOR-2010, Rs 29374.83 Escalation including WCT & building cess @ 19.52% above USOR-2010 5733.97 Total of Chapter-15 of USOR-2010, Rs 35108.80 110 181020 Demolishing plain cement concrete including disposal of material within 50m lead
Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 98 of 99 www.nr.indianrailways.gov.in
111 181021 1:2:4 or richer mix with max. 20 mm coarse aggregate cum 413.41 200 82682.00 Basic Total of Chapter-11 of USOR-2010, Rs 82682.00 Escalation including WCT & building cess @ 33.77% above USOR-2010 27921.71 Total of Chapter-18 of USOR-2010, Rs 110603.71 112 192010 Earthwork in excavation for foundations and floors of the bridges, retaining walls etc. including setting out, dressing of sides, ramming of bottom, getting out the excavated material, back filling in layers with approved material and consolidation of the layers by ramming and watering etc. including all lift, disposal of surplus soil upto a lead of 300m, all types of shoring and strutting with all labour and material complete as per drawing and technical specification as directed by Engineer in charge
113 192011 All kinds of soils cum 359.80 1200 431760.00 114 192030 Providing and laying Plain Cement Concrete 1:3:6 with graded stone aggregate of 40mm nominal size, in foundation and floors, retaining walls of bridges including mechanical mixing, .. contd. - cum 1723.15 200 344630.00 115 194010 Providing and laying in position machine mixed, machine vibrated and machine batched Design Mix Cement Concrete M35 grade (Cast in-Situ) in bottom/top slab, side walls, toe wall and sumps haunch filling head walls or any other component using 20mm graded crushed stone aggregate and coarse sand of approved quality of cast in-situ RCC box of size upto 5m (bigger inside dimension) including finishing, Admixtures in recommended proportions (as per IS:9103), if approved in Mix design, to accelerate, retard setting of concrete, improve workability without impairing strength and durability, complete as per drawings and technical specifications as directed by Engineer in charge. Payment for cement, reinforcement and shuttering shall be paid extra. cum 1999.29 2600 5198154.00 Construction of loco shed & inspection pit at Katra
Signature of tenderer/s Page 99 of 99 www.nr.indianrailways.gov.in
116 195030 Centring and shuttering including strutting, propping etc. and removal of form for :
117 195031 RCC Raft Foundation & Pile cap Sqm 120.60 200 24120.00 118 195032 Abutment, pier, wing walls and return walls Sqm 191.20 2650 506680.00 119 195038 In Bottom/top slab, side walls, toe wall and sumps haunch filling head walls or any other component Sqm 191.20 120 22944.00 Basic Total of Chapter-19 of USOR-2010, Rs 6528288.00 Escalation including WCT & building cess @36.87% above USOR-2010 2406979.79 Total of Chapter-19 of USOR-2010, Rs 8935267.79 120 222170 Providing and fixing of Drainage Spouts of 100mm UPVC complete as per drawing and Technical specification metre 450.91 600 270546.00 121 222290 Providing Boulder Backing behind wing wall, return wall, retaining wall with hand packed boulders & cobbles with smaller size boulders toward the back including all lead, lift, labour & other incidental charges as complete work in all respect. Payment for boulder/cobbles will be done extra. cum 133.62 750 100215.00 Basic Total of Chapter-22 of USOR-2010, Rs 370761.00 Escalation including WCT & building cess @ 28.20% above USOR-2010 104554.60 Total of Chapter-22 of USOR-2010, Rs 475315.60 Supply of material 122 252390 Stone Boulder Weighing minimum 35 kg each cum 632.50 750 474375.00 Basic Total of Chapter-25 of USOR-2010, Rs 474375.00 Escalation including WCT & building cess @ 36.87% above USOR-2010 174902.06 Total of Chapter-25 of USOR-2010, Rs 649277.06