You are on page 1of 99

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



END OF DOCUMENT

You might also like