08 04 2011 Cdg Frt Terminal

March 16, 2018 | Author: Gurminder Pahwa | Category: Guarantee, Partnership, Money, Specification (Technical Standard), Breach Of Contract


Comments



Description

Freight Boundary Wall CDGSTART 0F TENDER DOCUMENTS Tender documents No.__. NORTHERN RAILWAY Tender Notice No. 100 -W/C/162/CDG/Freight boundary Wall Dated 02.03.201 Name of work Const.of boundary wall and cement concrete approach road additional work extension of platforms and other allied works in c/w Freight Terminal facilities works at Chandigarh in c/w CDG-LDH new BG Rail link Rs.207.75 Lacs 253880/08.04.2011 09 (nine) Months Approx. cost Earnest money Date of opening Completion period Whether partnership deed and power of attorney furnished with the tender When the partnership constituted and deed was executed / registered. The working contractor should submit a list of work with their value and agreement No. along with the tender Name and address of the party to whom tender sold. Signature of OS/W Sign.of tenderer/s Page 1 of 89 Freight Boundary Wall CDG NORTHERN RAILWAY TENDER FORM (FIRST SHEET) The President of India, Acting through the Chief Engineer/Const., NR, Kashmere Gate, Delhi/ Dy.CE/Const., N.R., Chandigarh. 1. I/We---------------------------------------------------------------------------------------------------------------------have read the various conditions to tender attached here to and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90(Ninety) days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our earnest money. I/We offer to do this work “ As on Top Sheet” for Northern Railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects with in 09 (Nine ) 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. A sum of Rs.253880/- (Rs. Two lacs fifty three thousand eight hundred and eighty only) i.e. (a) 2% for works estimated to cost up to Rs.1 Crore and (b) for works estimated to cost more than Rs. 1 Crore -Rs. 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyond Rs.1 Crore, subject to a maximum of Rs.1 Crore, rounded off to nearest Rs. Ten as indicated in tender notice is herewith forwarded as earnest money. The full value of the earnest money 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 I/We do not commence the work within fifteen days after receipt of orders to that effect. I/We resile from my/our offer or modify the terms and conditions thereof in a manner not acceptable to the Northern Railway during a period of 90 (Ninety) days from the date of opening of the tender. I/We do not submit a performance Guarantee in the form of an irrevocable Bank guarantee amounting to 5% of contract value as per the performa as prescribed by the Railways, before signing of agreement which should be normally about 15 days after the issue of letter of acceptance and the performance guarantee shall be initially valid upto to 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 3. (b) (c) (d) Sign.of tenderer/s Page 2 of 89 Freight Boundary Wall CDG guarantee extended to cover such extended time for completion of work plus 60 days. 4. The amount of earnest money in the form of cash lodged with Chief Cashier, Northern Railway, New Delhi vide Cash Receipt No:_____________ dated__________ or deposited in the form of pay order, deposit receipts, demand drafts is attached. I/we have clearly noted that the earnest money will be acceptable in the above forms only. 5. Until a formal agreement is prepared and executed acceptance of the tender shall constitute a binding contract between us subject to modification, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work. Signature of the Tenderer/s Address (complete postal address to be given) Dated: Signature of Witnesses:1.------------------------------------2.________________________________ Sign.of tenderer/s Page 3 of 89 Freight Boundary Wall CDG CONSTRUCTION DEPARTMENT NORTHERN RAILWAY SPECIAL TENDER CONDITIONS AND INSTRUCTION TO TENDERER 1.0 DETAILS OF WORKS TENDERS ARE INVITED FOR THE WORK AS PER DETAIL ON TOP SHEET 2.1 2.2 2.2.1 TENDER DOCUMENTS SUBMISSION OF TENDERS The tender documents consist of (a) tender form first sheet (b) Special tender conditions and instructions to tenderer/s (c) Special conditions relating to site data and specifications (d) Schedule of Rates, Schedule of Quantities. These must be submitted together as one set, failing which the tender is liable to be rejected. Tender documents can be had from the office of the CAO/Const., N.Rly., K.Gate, Delhi or from the office of the Deputy Chief Engineer/Const. I, Northern Railway, Chandigarh on any working day i.e. 10.30 hours to 15.00 hours from 24.03.2011 to 07.04.2011 on cash payment of Rs.10000/- (Rs. Ten thousand only) for each set and Rs.10500/-(Rs. Ten thousand and five hundred only if required by post. The cost of this tender form is not transferable or refundable. Request for tender by post must accompany draft of Rs.10500/-(Rs. Ten thousand and five hundred) only in favour of FA&CAO/C, Northern Railway, Kashmere Gate, Delhi. 2.1.2 2.1.2(a) Cost of Tender Documents: Tender documents are available on Northern Railway website i.e. www.nr.indianrail.gov.in. and the same can be downloaded and used as tender document for submitting the offer.This facility is available free of cost. However the cost of tender document as indicated above in para 2.1.2 will have to be deposited by the tenderer in the form of bank draft payable in favour of FA&CAO/C, Northern Railway, Kashmere Gate, Delhi along with the tender document. This should be paid separately and not included in the earnest money. In case, tender is not accompanied with the cost of the tender document as detailed above, tender will be summarily rejected. 2.1.3 These tender documents must be submitted duly completed in all respects in a sealed cover super scribed as tender form for the work ‘AS ON TOP SHEET’ and should be deposited in the tender box in the office of the CAO/Const., N.Rly., K.Gate, Delhi or in the office of the Deputy Chief Engineer/Const.I, Northern Railway, Chandigarh or on or before up to 15.00 hours on 08.04.2011.The tender will be opened immediately thereafter in both the offices simultaneously and rates read out in the presence of such tenderer/s as is/are present. Tenders which are received after the time and date specified above may not be considered. In case the intended dates for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time. Tenders sealed and superscribed as aforesaid can also be sent by registered post addressed to the Dy.Chief Engineer/Const.I, N.Railway, Chandigarh or, to the CAO/Const., N.Rly., K.Gate, Delhi on or before up to 15.00 hrs on 08.04.2011 but a 2.1.4 Sign.of tenderer/s Page 4 of 89 2.3. the rates quoted in ‘Words’ shall be taken as correct. Certificates of successful completion of his/their work 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 2.5. 2.(A) i.2 COMPLETION OF TENDER DOCUMENTS : 2.2. The rate/s should be quoted in figures as well as in words. The Railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. the offer will be treated as incomplete and shall be summarily rejected. equipment’s and vehicles he/they has/have in hand for executing the work and those he/they intends/intend to purchase.1 “The tenderer/s shall quote one uniform percentage rate.2. Additional conditions or stipulations if any must be made by the tenderer/s in a covering letter with the tender. If there is any variation between the rates quoted in figures and in words.3.3.2.2. for all labour and materials for Schedule-‘A’ items of Northern Railway standard schedule of Rates-1996 and the tenderer/s shall quote item rates for each non-schedule items in figures as well as in words in the attached ScheduleB of NS. In case.Freight Boundary Wall CDG tender which is received after the time and date of specified in para 2. 2. tools and plants. 2. The tenderer/s must submit.of tenderer/s Page 5 of 89 . items. Any tender delivered or sent otherwise will be at the risk of the tenderer/s. If more than one rates or improper rates are tendered for the same items. along with his/their tender:Statement showing similar works executed by him/them. the tenderer/s quote/s multiple rates.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. 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. 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.3 above may not be considered. 2. Tenders containing erasures and alterations of the tender documents are liable to be rejected. iii.3 CREDENTIALS TO BE SUBMITTED ALONGWITH TENDERER/S 2. Only those additional conditions which are explicitly accepted by the Railway shall form part of the contract.” Every possible fluctuation.3. 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. if any. 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. the tender is liable to be rejected. in the rate of labour material and general commodities and other possibilities of each and every kind which may affect the rates. in figures as well as in words. ii.2 The tenderer/s shall submit with his/their tender a list of serviceable machinery. 2.1. 2. 2. provided separately in the tender documents.2. Sign.2.4. i) Similar nature of work physically completed within the qualifying period. in a tender for bridge work where similar nature of work has been defined as bridge work with pile foundation and PSC superstructure. duly attested. Technical eligibility criteria (a) As a proof of technical experience/competence. list of their Engineering organization and equipment’s.e. original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility. if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned. 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.2 (A) (vi) Financial Eligibility Criteria. In case of composite works involving combination of different works. a tenderer. then also the paid amount including statutory deductions is to be considered.Freight Boundary Wall CDG received. the final bill of similar nature of work has not been passed and final measurements have not been recorded. If final measurements have been recorded and work has been completed with negative. 2. For example. from the authorities who made the payments for three preceding years should be enclosed. In case. 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. in last Three Financial Years (i. inclusive cost of cement and steel. The total value of similar nature of work completed during the qualifying period and not the payment received within qualifying alone should be considered. construction tools and plants available with them. even separate completed works of required value should be considered while evaluating the eligibility criteria. Necessary certificates in this regard. i.3. v) ii) iii) Sign.” The similar nature of work is defined as under:“Execution of civil engineering works. 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. iv.of tenderer/s Page 6 of 89 . However. As a proof of sufficient financial capacity and organizational resources. the tenderer should have successfully at least one similar single work for a minimum value of 35% of advertised tender value.e. Current year and Three Previous Years) up to the date of opening of the tender. the total the total paid amount including statutory deductions is to be considered.” (b) The following will be applicable for evaluating the eligibility. Freight Boundary Wall CDG vii) “For judging the technical eligibility and financial capability only those works which had been executed for the Govt. the Railway shall deem such tender as cancelled unless the firm retain its character. company association or society must forward attested copies of the constitution of their concern.e.1 CONSTITUTION OF THE FIRM: The tenderer/s who are constituents of firm. The photocopies of the form 16A shall be enclosed duly attested by Notary public with seal and Notarial stamps thereon. Sign. company association or society as the case may be Co-operative societies must likewise submit a attested copy of their certificate of registration alongwith the documents as above mentioned. 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. cost of which will be chargeable to the contractor. the Railway shall deem such tender/contract as cancelled. organizations shall be considered and the tenderer will submit the certificate to this effect from the officer concerned duly signed under the official seal.e. The details shall be based on the form 16-A issued by employer i. Tenderer has to satisfy the eligibility criteria for technical capability and competence as well as for financial capacity and organizational resources. The tenderer/s/contractor shall submit a statement of contractual payment received during the last three financial years and current year on the prescribed proforma as detailed at Annexure-I.of tenderer/s Page 7 of 89 . (a) If the tenderer expires after the submission of his tender or after the acceptance of his tender. balance sheet etc. the certificate of deduction of tax at a source under Section 203 of the Income Tax Act. turn over. partnership deed and power of attorney with their tender.‘K’ viii) ix) x) xi) xii) 2. 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. It should be noted that credentials for the works executed for Private Organizations shall not be considered.4. The overall financial soundness of the tenderers will be evaluated based upon the volume of the work handled. 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. tenderers will accordingly furnish these particulars for the last three years (i.2. 2.4. The Railway may however recognize such power of attorney and change after obtaining proper legal advice. 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.4 2. if a partner of firm expires after the submission of their tender. “JVs/ Consortiums/ MOUs shall be considered in accordance with Tender Notice / approved tender conditions. or Semi Govt. current year and three previous financial years) duly supported by latest audited results/balance sheets. 1961. 2.5 2.(Rs.1. 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.5.4. if required.(d) The value of contract and the quantities given in the attached schedule of items.1 Crore. 2 lakhs plus 1/2 % (half percent) of the excess of the estimated cost beyond Rs.1. by mutual agreement from time to time. 2. The amount of such compensation shall be decided by Chief Engineer/Const. the amount of all earnest money will be held as initial security deposit for due and faithful fulfillment of the contract. 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. 2. loading. stacking.2 failing which the tender shall be summarily rejected.1 Crore. retirement of any partners or for any reason what-so-ever before fully completing the whole work or any part of it. save as herein before provided be returned to the 3.) EARNEST MONEY: The tender must be accompanied by a sum of Rs.1 Crore) and for works estimated to cost more than Rs. subject to a maximum of Rs. unloading. Northern Railway.253880/. shall be forfeited to the Railway. Kashmere Gate.4. These are subject to variations/additions and omission.4. In case of supply contract for ballast. The earnest money shall be rounded to the nearest Rs.2 Sign. Labour Co-operative are required to deposit only 50% of the earnest money as referred to clause 3.(c ) The cancellation of any documents such as power of attorney.2(b) If the contractor’s firm is dissolved on account of death.2. measurement and laying etc. Delhi and his decision in the matter shall be final and binding on the contractor. partnership deed etc.2. 10. The earnest money of unsuccessful tenderer/s will.1 above.1 3.e. 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. failing which the Railway shall have no responsibility or liability for any action taken on the strength of the said documents. (as indicated in tender notice ) as earnest money in the manner prescribed in para 3. Two lacs fifty three thousand eight hundred and eighty only) 2% for works estimated to cost up to Rs.Freight Boundary Wall CDG 2. 1 Crore -Rs. shall forth be communicated to the Railway in writing.0 3.1 INCOME TAX DEDUCTION Under Section 194-C of the Income Tax Act 1961 deduction of 2% plus surcharge as applicable on Income Tax will be made for sums paid for carrying out the work under this contract. rates and quantities are approximate and are given only as a guide. 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 the tender is accepted.1 3. deduction of 2% (Two Percent) Income tax will be made for the sums paid for labour portion only (i...of tenderer/s Page 8 of 89 .. No confirmatory advice from Reserve Bank of India will be necessary. /Dy.FA&CAO/Const. Delhi. failing which. for carrying out of the work as per agreed conditions. is to be attached with the tender. be entertained. The above instruments should be pledged in favour Dy. ACCEPTANCE OF TENDER: “IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/ WHOSE CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE (S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER.Chief Engineer/Const.2 4. Tenders submitted with Earnest Money in any form other than those specified above shall not be considered.2011 or in any of the following forms:Deposit receipts. 3. 2. No interest will be payable upon the Earnest Money and Security Deposit or amount payable to the contractor under the Contract.of tenderer/s Page 9 of 89 .00 Hrs. 3. Delhi on any working day before 12. as the case may be.Freight Boundary Wall CDG unsuccessful tenderer/s within a reasonable time. The cost of stamp for the agreement will be borne by the Northern Railway. The authority for acceptance of tender rests with Chief Administrative officer/Const.2 The Earnest Money of the requisite amount referred to in Clause 3. BESIDES. RAILWAY RESERVES THE RIGHT TO REJECT SUCH TENDER AT ANY STAGE. tender will be summarily rejected. Pay Order or Demand Draft as mentioned above./Chief Engineer/Const.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./Executive Engineer/Const.3 Sign. N O T E:1./ Executive Engineer/C as the case may be who does not undertake to assign reasons for declining to consider any particular tender or tenders. 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./FA&CAO/Const. Northern Railway Kashmere Gate. Any request for recovery from outstanding bills for earnest money against present tender will not./ Chief Engineer/Const.04./Dy. of (i) (ii) (iii) The official cash receipt having a mention of the firm/individual who has deposited the cash or the Deposit Receipt. 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. 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.0 4. on 08. Northern Railway.1 4. SHALL SUSPEND THE BUSINESS FOR ONE YEAR”. under any circumstances.Chief Engineer/Const. pay orders & demand drafts.1 above is required to be deposited either in cash with the Chief Cashier. 4. The successful tenderer/s shall be required to execute an agreement with the President of India acting through the Chief Administrative Officer/Const. 3. 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.3.1 “The tenderer/contractor will be bound to execute the following quantities as per the original agreement rate. Non-compliance with any of the conditions set forth herein is liable to result in the tender being rejected.8. of India. The contractor shall at all times keep the Railway administration indemnified against all penalties that may be imposed by the Govt. (b) Sign.3. of India or State Govt. the general condition of contract and the codal provisions will be followed. each of which is more than 1% of the total original agreement value. 100% of the original agreement quantity for minor value items.2 In case there in an increase in quantities of individual non schedule items by more than (a) 25% of the original agreement quantity for major value items. concerned as amended from time to time. (b) 4. Variation in quantities: 4.000/whichever is less. for infringements or any of the clause of the mines act and rules made there under in respect of quarries from which the ballast for these works is procured. The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates for reduction of rates.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.8 4. Plus or minus 25% of original agreement value of the SOR schedule as a whole.5 4. 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. State Govt.Freight Boundary Wall CDG 4.50. ordinance. (a) Individual NS items in contract shall be operated with variation of plus or minus 25% of the agreement quantity and payment would be made as per the agreement rate. The Hospital and medical regulations in force for the time being shall also be complied with by the contractor/s and his workmen.4 4. each of which is less than 1% of the total original agreement value.6 4.7 4. 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. The tenderer/s shall submit an analysis of rates called upon to do so.3.2 4. 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. Such negotiations shall not amount to cancellation or withdrawals of the original offer and rates originally quoted will be binding on the tenderer/s.3 4. 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.8.of tenderer/s Page 10 of 89 . 8. ii) In case of contracts of value Rs. FD etc. 5. (iii) Government securities including State Loan Bonds at 5 percent below the market value.0 5. (ii) Irrevocable Bank guarantee. 5. Performance Guarantee: (a) On acceptance of the tender. the general conditions of contract and the codal provisions will be followed. Note:i) After the work is physically completed . the limit of 25% mentioned in 4. irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.1 a b C Sign.2 (a) above and 100% as mentioned in 4.2.Freight Boundary Wall CDG Note:. the successful bidder may give Performance Guarantee amounting to 5% of the contract value in any of the following forms:(i) A deposit of cash. security deposit recovered from the running bills of a contractor can be returned to him if he so desires. 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’. The security deposit unless forfeited whenever the contract is rescinded. Thus before releasing the SD. shall be accepted towards security deposit. 4. Security deposit and performance Guarantee on Acceptance of Tender The security deposit/rate of recovery/mode of recovery on acceptance of tender shall be as under: The security deposit for each work will be 5% of the contract value. The 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.2 (b) above would apply on quantity of individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).3 In case there is an increase in value of SOR schedule as a whole and not on individual SOR items) by more than 25% of the original agreement value of SOR as a whole. then a JA Grade officer( concerned with the work) should issue the certificate.50 Crore and above.8. an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained. in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him. 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’.8.In case non schedule items.of tenderer/s Page 11 of 89 . The competent authority shall be the authority who is competent to sign this contract. The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is recovered. If the competent authority is of the rank lower than JA grade. 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. Whenever the contract is rescinded. a penalty equivalent to 5% of the original value of contract would be levied. (v) Guarantee Bonds executed or deposits Receipts tendered by all Scheduled Banks. (vi) A deposit in the Post office Saving Bank. Special Limited tender etc.Freight Boundary Wall CDG Deposit Receipts. If the failed contractor is a JV or a Partnership Firm then every member / Partner of such a firm shall be debarred from participating in the tender for the balance work either in his / her individual capacity or as a partner of any other JV / Partnership firm. (iii) Wherever the railway PSUs are awarded works contracts by Railways. then a JA Grade Officer (concerned with the work) should issue the certificate. (c) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the “completion certificate” issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. (x) National Defence Bonds. and (xi) Unit Trust certificates at 5 percent below market value or at the face value which ever is less.) the normal rule regarding submission of Performance Guarantee as applicable to other tenderer/s shall be applicable to these PSUs. The certificate. on single tender basis. (b) (i) . (viii) Twelve years National Defence Certificates. Demand Drafts and Guarantee Bonds. inter alia. (vii) A deposit in the National Saving Bank. should mentioned 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. (xii) FDR All the instruments mentioned in (iii) to (xii) above should be in favour of FA&CAO/C/ Dy. The agreement should normally be signed within 15 (Fifteen) days after the issue of LOA and the Performance Guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. The competent authority shall normally be the authority who is competent to sign this contract. but before signing of the agreement as per performa prescribed by Railway board. These forms of performance guarantee could be either of the State Bank of India or any of the Nationalized Banks. FA&CAO/C/NR or pledged in favour of FA&CAO/C or Dy. (iv) (d) Sign. the security deposit shall be forfeited and the performance Guarantee shall be encashed and the balance work shall be got done independently without risk and cost of the failed contractor. If the competent authority is of the rank lower than JA grade.FA&CAO/C. (iv) However. The failed contractor shall be debarred from participating the tender for executing the balance work. (ix) Ten years Defence deposits. In case the time for completion of work gets extended. (ii) If railway PSUs are awarded contracts through competitive bidding (open tender. in the event of failure of the railway PSU to successfully execute the contract as per terms & conditions laid down in the agreement. the contractor shall get the validity of performance Guarantee extended to cover such extended time for completion of work plus 60 days.of tenderer/s Page 12 of 89 . Pay orders. they are exempted from the requirement of submitting Performance Guarantee.A Performance Guarantee shall be submitted by the successful bidder after the letter of acceptance has been issued. special limited tender etc. within 30 days of the service of notice to this effect by Engineer. they are exempted from the requirements of submitting performance guarantee.1 CONDITIONS OF CONTRACT AND SPECIFICATIONS. (i) (ii) (iii) 5.0 6. a penalty equivalent to 5% of the original value of contract would be levied.4 6. 5.3 Exemption of Earnest Money & Security Deposit: Public Sector Undertakings wholly owned by Railways like RITES. 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 regulations and instructions for tenderer/s and standard form of contract 1999 amended from time to time & upto date(ii) Northern Railway Standard Schedule of Rates 1996 amended from time to time & upto date and (iii) Northern Railway standard Specifications for material and works 1987 copies of all these publications can be obtained from the CAO(C). in the event of failure of the Railway PSU to successfully execute the contract as per terms and conditions laid down in the agreement. Rail-Tel Corporation etc.Freight Boundary Wall CDG (e) The Engineer shall not make a claim under the performance Guarantee except from amount to which the President of India is entitled under the contract (notwithstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: 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. Konkan Railway Corporation Limited. IRCON.70/Rs.of tenderer/s Page 13 of 89 . Northern Railway. either as agreed by the contractor or determined under any of the Clauses/Conditions of the agreement.) the normal rules regarding submission performance bank guarantee as applicable to other tenderer/s shall be applicable to these PSUs. CRIS.100/instructions to tenderer/s standard form of contract 1999 ii) iii) Northern Railway Standard Specifications for Material and Works 1987 Northern Railway Standard Schedule of Rates 1996 Rs. Sign. on single tender basis. Delhi on payment as under:I) General Conditions of Contract and regulations and Rs. are exempted from depositing Earnest Money & Security Deposit. Whenever the Railways PSUs are awarded works contracts by Railways. Failure by the contractor to pay President of India any amount . Kashmere Gate. However. If Railway PSUs are awarded contract through competitive bidding (open tender.50/towards postal charges is also sent with the cost of the books by money order.200/- Demand for these publications from out station will be considered only if a sum of Rs. 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. rope ladders emergency light etc. Where there is any conflict between special tender conditions regarding instructions to tenderer/s. 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. safety jackets with reflective arm band. Kashmere Gate. STUDY OF DRAWINGS AND LOCAL CONDITIONS. godowns. 7.0 7.of tenderer/s Page 14 of 89 . Chandigarh. The drawings for the works can be seen in the office of the Chief Administrative Officer/Construction. Northern Railway.2 7. Northern Railway. are available at site before the work is actually started. and the Standard Schedule of Rates of 1996 on the other hand the former shall prevail. Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall be entertained in this regard. contractors shall ensure that all safety precautions are taken by their man to protect themselves and site to prevent any untoward incident.1. Chief Engineer/Const.2 The tender documents referred to in clause 2. No work will be started till he fencing/barricading is provided and clearance in writing is issued by the Engineer-in-charge. The entry for the vehicles should be regulated by an authorized representative of the Engineer-in-charge during the working hours.Freight Boundary Wall CDG 6.3. The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and conditions of soil.S. as per .1 above will govern the works done under this contract in addition to documents referred to in clause 6.the directions or plan approved by Engineer-in-charge. The payment of barricading/fencing shall be paid under the relevant N. preferably adjoining the manned/unmanned level crossings. due to built up area around the site.2 7.3. Special conditions relating to site data and specifications and the stipulations contained in the schedule of rates and quantities on the one hand and the Northern railway Standard specifications for Materials and works 1987 the General Conditions of Contract 1999 etc. 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. Fencing at work: Contractor(s) while executing the work of gauge conversion/doubling. 7.1 7. availability of materials water and labour probable sites for labour camps.1 above. stores. In this regard contractor will ensure that adequate number of safety helmets.1. Decision of the Engineer-in-charge will be final and binding upon the contractor.shall provide suitable fencing/barricading to protect/segregate the existing Railway line from any damage and un-toward incident. It should be noted by tenderer/s that these drawings are meant for general guidance only and the railway may suitably modify them during the execution of the work according to the circumstances without making the Railway liable for any claims on account of such changes. The above list is only indicating and is not exhaustive and safety item will be arranged as per the requirement. During execution of the work. item as given in the Schedule. Suitable gates/barriers should be installed across the new embankment.I. etc. 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. Delhi and in the office of Dy.4 Sign. safety belts. difficulties involved due to inadequate stacking space. yard remodeling etc . if any.Freight Boundary Wall CDG 8.1 RATES FOR PAYMENT The rates given in the attached schedule of rates tendered by the contractor and as accepted by the Railways will form the basis of payment for such items under this contract. Dy.. The contractor/s will be required to give Dy. etc. Chief Engineer the program of work to be done in coming month by 25th of the preceding month. The programmed will be subject to alteration or modification at the direction of the CAO/Const/Chief Engineer/Const.3 8. who may discuss such modifications or alterations with the contractor as considered necessary.0 9. for whatsoever reason shall not be accepted as an excuse for non-performance of the contract. The contracts which are for works covering plan heads other than doubling and traffic facility the incentive bonus clause shall not apply. 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. Sign.of tenderer/s Page 15 of 89 .1 PERIOD OF COMPLETION The entire work is required to be completed in respects within 09 (Nine months from the date of issue of the acceptance letter/telegram. Time is the essence of contract. however. This incentive scheme shall not apply if extension to the original completion period is given irrespective of on whose account (Railway’s Account or Contractor’s Account) 8.Chief Engineer/Const.0. He will also give to the Dy. 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. that any delay in the execution of departmental works. 1999. the maximum incentive bonus shall not be more than 6% of the original contract value or revised contract value whichever is less. It may be noted.Chief Engineer monthly progress report of the work done during the month on 4th of the following month. However. Period less than one month shall not be reckoned for the incentive bonus Calculation. P-way earthwork in formation. Incentive Bonus Payment clause: The incentive bonus payment clause will apply to contracts for throughput enhancement relating to “Doubling” & “Traffic facility” works only. 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. are also progressed concurrently.2 8. 8. 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.4 2) 3) 4) 9. The rates for such non-scheduled items occurring during the course of construction shall be payable subject to the approval of the competent authority. shall be payable under the contract except payable as per price escalation clause if any. 9.9 9. rates and Quantities attached with tenders.2 No material price variation or wages escalation on any account whatsoever the compensation for Force majure etc.Freight Boundary Wall CDG 9.1 Sign. The rates derived from the Northern Railway Standard Schedule of Rates. units and rates given in schedule of rates are as per Northern Railway Standard Schedule of Rates.3 9. items rate will be fixed by analysis of actual inputs of all types including labour and material or derived from the labour and material rtes given in the Northern Railway Standard Schedule of Rates. 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. description. The rates for any item work not included in the (Schedule of items.3. provided separately in the tender documents.8 9.6 9. Rates and quantities) and which the contractor my be called upon to do by Railway Administration shall be fixed by the supplementary written agreement between the contractor and the Railway before the particular item or items of work is/are executed in the event of such agreement not being entered into and executed the Railway may execute these works by making alternative arrangements. Measures to be taken in construction and repairs on road. 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’. Should there arise any items which may be necessary for the completion of work but which does not appear in the Schedule of items.4 9. 1996 will be subject to percentage above or below tendered by the contractor. should be rectified by reference to the printed schedule of rates which shall be treated as authority and will be binding on the contractor. The items Nos. Payment for the work done will be made to the contractor only when the formal agreement has been executed between the parties. 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.7 9. 1996 and any discrepancy during the execution of the work in the working rates quantity and units etc. No items of work requiring non-schedule rates will be carried out unless ordered to do so by the Engineer.9. All borrow pits dug for and in connection with the construction and repairs of buildings. 1996. It should be specifically noted by the tenderer/s that no separate loading.of tenderer/s Page 16 of 89 . embankments etc.1 9. Railways will not be responsible for any loss or damages on this account. The contractor shall work in close co-operation with the contractor/ departmental staff working in the adjacent sections of Railway local authorities. embankments etc. 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.5 9. roads. burjies. The contractor shall protect and support.of tenderer/s Page 17 of 89 . The contractor shall provide. No compensation whatsoever on this account shall be payable by the Railway Administration. omissions in the location of structures and detailed drawings. Sign. Railway ground and overhead electric lighting. points. center line pillars. and shall take all necessary precautions to prevent their being removed altered or disturbed and will be responsible for the consequence of such removal.9. 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. land marks. be supplied to the contractor as and when they are finalized on demand. road paths. specifications and/or the manner of executing the work. etc.3 11. 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. 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. SETTING OUT WORKS The contractor is to set out the whole of the work in consultation with the engineer or an official to be deputed by the Engineer and during the progress of works to amend on the requisition of the Engineer any errors which may arise there in and provide efficient and sufficient staff and labour thereon. drains.2 Non fulfillment of the provision in 9.2. fix and be responsible for maintenance of all stocks.Freight Boundary Wall CDG 9. bridges. The percentage rates for the schedule items and items rates for the nonschedule items quoted by the contractor as may be accepted by the railways will. templates. as may be required or as directed by the Engineer. waterways. alterations. additions.0 11.1 11. DRAWING FOR WORKS: The Railway Administration reserves the right to modify the plans and drawings as referred to in the special data and specifications as also the estimate and specifications without assigning any reasons as and when considered necessary by the railway.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.0 10. the contractor will also be held responsible for any laws for contravening them.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. foreshores banks.1 10.9.100/. Besides this. It should be specifically noted that some of the detailed drawings may not have been finalized by the Railway and will.2 10. profiles. fences. monuments. towers. These will not form the basis of any claim and or dispute for compensation of any kind. alterations or disturbances and for their efficient reinstatement. walls. however. therefore. building. modifications. reference pillars. hold good irrespective of any changes. 10. 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. step should be taken to safeguard against cement becoming damp or wet due to moisture or rain.2. 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. SUPPLY OF MATERIAL BY THE RAILWAY If at any time. cement and/or steel is issued to the contractor/s free of cost or on the cost to be recovered for use on the work. material which the contractor/s should normally have to arrange himself/themselves.3 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work/s arising out delay in approval of drawings.2 The contractor shall be responsible for the safe transport custody and storage of all railway materials issued to him and he will be liable to make good the loss due to any cause whatsoever.33% for items or iron and GI pipe steel) incidental charges at 12% and added on total cost of supervision charges at 12-1/2%. 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. alterations additions.1 12. If it is discovered that the quantity of cement and steel used is less than the quantity ascertained as herein before provided the cost of the cement and/or steel not so used shall be recovered from the contractor/s on the basis of the above-stipulated formula. 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. 12. modifications. The contractor should supply a schedule showing the requirement of explosives/materials required to be supplied to him by the railway based on detailed plans. No claim whatsoever will be entertained by the railway on account of late supply of such material as are required to be arranged by the Railway. Special precautions should be taken in respect of cement while transporting cement. 12.Freight Boundary Wall CDG 11. freight at 5% (8.1. that may be suffered by the railway on this account.0. In the case. changes. No carriage or incidental which he/they is required to arrange himself/themselves in accordance with the terms and conditions of this contract. 12. If the contractor/s fail/s to return the said stores. 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. (purchase price + 5% freight only). The contractor will also be responsible for storing cement in damp proof condition at site of work at his own cost in accordance with the standard specifications. Sign. are supplied by the Railway either at the contractor request or in order to prevent any avoidable delay in the execution of work due to the 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 and fixed departmental charges viz.of tenderer/s Page 18 of 89 .1 12. The engineer shall decide whether the cement stored in the godowns is fit for the work and his decision shall be final and binding to the contractor/s. The materials will be arranged by the railway according to the schedule unless otherwise modified by the railway due to additions or alterations in the approved plans.1. No loading. scaffolding.2.R. lead. stacking. items in the Schedule of items.3. Rates & quantities.15 Crores): Stage payment limited to 75% of the rate of steel awarded in the contract (as a separate NS item for the purpose) shall be made to the contractor for steel physically brought by the contractor to the site (even before its actual use in the work) subject to following:(a) (b) The material shall be strictly in accordance with the contract specifications.D. etc. No recovery on account of empty cement bags shall be made from the contractor.I. and should be approved by the engineer before utilizing them on works.3 13. SUPPLY OF CEMENT AND STEEL BY THE RAILWAYS 12.1 13. centering.3. octroi. The material shall be delivered at site and properly stored under covered sheds at contractor’s cost and protected against damage. SUPPLY OF MATERIALS BY THE CONTRACTOR/S Materials used in the work by the contractor shall conform to the Northern Railway Standard Specifications and the relevant B./I. The 12. Mild Steel/H. will have to be arranged entirely by the contractor at his own cost. deterioration.2 13. theft. to be supplied by the railway to the extent as would become a part of the work involved in the tender schedule will be supplied by the Railway free of cost or on cost recovery basis as the case maybe as per relevant clauses of special conditions relating to site data and specifications at construction store godown.D. The contractor shall store the bulk material in the measurable stacks.1. It should be clearly understood that the tendered rates include wastage and wash away due to rains. 12. sales tax.S. reserves its right to take empty bags as are in good conditions and in that case no recovery will be made for bags so taken back. The contractor will be required to lead the same to the site of work at his own cost subject to payment at the rate as quoted against relevant item of N. The quantities of materials shall be brought to the site only in such installments that would facilitate smooth progress of work and consumed in reasonable time.4 (c) Sign. fire etc. however. to the satisfaction of the engineer in charge. Cement. lift. toll tax. shuttering.Y. The empty cement bags for the supply of cement by the Railway shall be property of the contractor and the cost of the same shall be recovered at the rate of Rupees two per empty cement bag from the ‘on account bill’ of the contractor in case the cement is supplied in Jute bags. royalty or any other charges will be paid for the materials.S. etc. specifications.3. in case the cement is supplied in H. These rates will apply for bags deteriorated while in use and not found acceptable to the railway so taken back from the contractor.3. The Railway. unloading. bags.S. storms. Stage payment for supply of steel by the contractor (For works above Rs.Freight Boundary Wall CDG 12.3.of tenderer/s Page 19 of 89 . tools and plants and tools arranged and brought by the contractor to the site of work.0. Cement and steel required for temporary works timbering. floods or any other cause whatsoever.P./Bars/RSJ/MS plate.S. 13. 13.E. 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. He / they shall. The price variation claim for steel would continue to be governed as per extant PV clause and with reference to delivery at site 14.Freight Boundary Wall CDG decision of Engineer-in-charge regarding quantity of steel to be brought to the site shall be final and binding to the contractor. and will also allow the railway use of such paths and service roads etc. will be made after completion of entire work and on the certification of the engineer that work has been completed in all resects and found satisfactory. In the course of execution of various items of work under schedule of items. that may be required by him/them for plying his/their vehicles for the carriage of his/their man and materials. Similarly. roads or paths. The quantum of such works shall be decided by the engineer-in-charge whose decision shall be final and binding on the contractor.6 Final payment of the balance amount due. 14. The security deposit will be refunded 6(Six) months after the date of completion according to clause 5.3 14. and or private land without in anyway involving the railway in any dispute for damage and /or compensation.4 14. The balance payment shall be released only after material is actually consumed in the work. rates and quantities shall form the basis of ‘ on account payment’ for the various items under this contract. tools. for plying its on vehicles free of cost.1 of these conditions. fire etc. any other feeder road connecting any of the existing roads will be made by the contractor at his/their own cost including any compensation that may be required to be paid for the temporary occupation or usage of Govt. in no way involve the railway in any claims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due to their poor conditions and . for carrying his/their tools and plants. service roads. Rates and Quantities running bills payment for partly completed works will be made to the contractor. Sign. (e) (f) 14. Submission of insurance policy with a validity upto the completion/extended period at the contractor’s cost.or maintenance or their being to be blocked and /or closed. exclusive of the security deposit in terms of clause-5 of these special conditions. etc. The rates quoted by the contractor as per schedule or items.1 SERVICE ROADS The contractor/s shall make his/their arrangements for service roads. paths etc. deterioration. plants and machinery for successful completion of the work. Submission of indemnity bond with validity up to the completion/extended period in the prescribed format at the contractor’s cost. however.. In case the railway has its own paths. labour and materials etc.2 14. (d) Proper accountal in the material register to be maintained in the prescribed format at the site for the receipt and use of the material on day to day basis.of tenderer/s Page 20 of 89 . theft. The tenderer/s will be deemed to have included the cost of making any service roads.0. vesting the ownership of such material with the railways. the contractor/s will be allowed to use of such paths or service roads free of cost. in favour of the railway against damage. 14. exception of arbitration clauses. tools & plants shall be available for effective utilization at the accident sites.of tenderer/s Page 21 of 89 ./E-mail address of the persons to be contacted for requisition the above items as detailed in foregoing clause 15. The hire charges per annum shall be calculated at the following rates on the purchase cost of the plant as under:Depreciation charges at the following rates: Light plant 16% per annum.e. shall be final and beyond the ambit of arbitration clauses i.2 and notify from time to time if any change in the list of equipment/machinery or the addresses/individuals to the Engineer In-charge in writing. breaches. Engineer Executive Engineer/Dy.5 (i) a) b) c) (ii) (iii) (iv) Sign. Heavy plant 10% per annum. as to be determined by the Chief Engineer/Const. 10% contractor profit on total cost as detailed (i) to (ii).2. which shall be the assumed number of working days in year for this purpose. breaches sites etc.0 15. to the contractor.Chief Engineer etc.e. natural calamities involving human lives. Vehicles. The successful tenderer on receipt of acceptance letter and conveying their consent. These higher charges will be payable from the day the plant is handed over to the Railway to date on which it is returned to the contractor by Railway. construction tools and plants available/ deployed at site. The man-power. the railway may be with its own workmen or other agency execute or partly execute the necessary work or carry out repairs if the engineer considers that the contractors is not in a position to do so in time and charge the cost thereof. In terms of the clause No. addresses. 15. plant and machinery of the contractor can be drafted by the Railway Administration at their discretion in case of accidents. The hire charges per day shall be arrived at dividing the annual hire charges of total of (i) to (iii) above by 250.1 EMERGENCY WORK In the event of any accident or failure occurring in or about the work or arising out for or in connection with the construction completion or maintenance of the work which in the opinion of the engineer required immediate attention. The name and address. In terms of Clause 32 of GCC of May’99” the materials & plants brought by the contractor on the site or land occupied to be used for execution thereof shall immediately. natural calamities.2 (A) (iv) tenderer is required to submit the list of equipment. machinery. telephone nos.4 15. fax nos. Sr. stoppage of the train operations or any contingencies which requires such requisitioning as essential.3. equipments. Special plant 6% per annum An additional 10% on the total of (1) above to meet contingencies.3 15.Freight Boundary Wall CDG 15.2 15. they are brought upon the sites of this said land bee deemed to be the property of the Railway. The decision in this regard of the Engineer In charge or his superiors i. shall submit name. consumable items and maintenance of the above tools & plants when requisitioned shall be the responsibility of the tenderer/contractor so that the equipments. machinery. telephone nos and the contractor officials name shall also be displayed at the site of work. 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.Freight Boundary Wall CDG (v) The contractor manpower charges shall be payable @ minimum wages as notified by the State Govt/Local bodies/Labour deptt.of tenderer/s Page 22 of 89 . The contractor shall have to make and maintain at his own cost suitable approach road and path etc. he may order without confirming any right on the contractor for claiming any extra payment for the same. from time to time (before the surface of any portion or the site is interfered with or the work thereon begun) take such levels as the Engineer may direct in his presence or any person authorised by him in writing. and all rubbish which shall arise from the works and should dispose of the surplus excavated materials as ordered by the engineer failing which it will be done at the cost of contractor and cost will be deducted from his dues.1 17. As the case may be for highly skilled. The payment for the fuel cost shall be paid on the basis of the actual expenditure incurred by the contractor for purchases + 10% contractor’s profit thereof which will be the payments towards his miscellaneous expenses too. The contractor will also arrange to receive all the letters etc. pull down or cut into any part of the work to make such openings. Immediately before any portion of the work. for proper inspection of the various works.0 17.0 16. surplus materials. 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 (vi) 16.0 SITE INSPECTION REGISTER 18. below water level is started the existing water levels are to be taken and recorded in a similar manner. DISPOSAL OR SURPLUS EXCAVATED MATERIALS The contractor shall at all time keep the site free from all surplus earth. NIGHT WORK If the engineer is satisfied that the work is not likely to be completed in time except by resorting to night work. Such levels approved and checked by him or such authorised persons shall be recorded in writing and signed by the contractor and shall form the basis of the measurements. 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. 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.1 17. 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 19.1 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.0 Sign. 18.2 18. semiskilled personnel drafted for operating the plant & machinery. issued to him at the site of works. 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.0 20.2 The contractor shall. The contractor shall also maintain regular log book of receipts and issue of the materials to work. rebuild and made good the whole at his own cost. proper and sufficient life saving. materials and plant and provide all such marks and lights.4 21. 21.5 22. if so required by the Civil Authorities.3 LABOUR CAMP Land for setting up a workshop by the contractor or for his labour camp or for any other purpose. The contractor/s shall make such provision for lighting the works.of tenderer/s Page 23 of 89 . be borne by the Railways.0 22.1 23. shall have to be arranged by the contractor at his own cost and under his own arrangements. required for their efficient working and use at any time of day or night. 21. to enable the Railway administration to address the State Government or other authorities in this connection. be entertained by the non-issue of any priority permits or owing to any interruption in supply. 21. will be permitted to make use of the railway land to the extent that can make use of the railway land to the extent that can be made available to him free of cost.1 of tender condition according to which tile is the essence of the contract. on any account will be entertained. however. The contractor. No claim would. The competent authority while granting extension to the currency of contract under 17 (B) of GCC may also levy token penalty as deemed fit. The contractor shall.0 21. He/they shall also provide all arrangement of every description of watching and maintenance required in connection with foregoing and all other services for protection of any securing all dangerous places whether to the 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.Freight Boundary Wall CDG materials. inspection or test shall. No claim for idle labour and or idle machinery etc. upon the certificate of the engineer. etc. SALES TAX/TURN OVER TAX/LOCAL TAX. 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. however. The excess expenditure in such examination. 21. Similarly no claim shall be entertain for business loss or any such loss.1 GENERAL PROVISION OF LIGHT SIGNALS ETC. stores. 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. furnish full justification for the above facilities. by the railway in the vicinity of the site of works. however. places as he may nominate.. fire fighting and first aid appliances which shall at all times be available for use. cover. Levy of Token Penalty Attention is invited to clause 17 (B) of the GCC and clause 8. The railway administration may recommend to the concerned authorities the issue of necessary transport permits for the work. or of workmanship and the contractor shall close up. The contractor shall be governed by the Taxes applicable at the place of actual execution of work.0 Sign.2 The contractor/s will provide upon the works to the satisfaction of the Engineer and at such. 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. Freight Boundary Wall CDG 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 contractor’s labour/material or any other account will be paid by the Railways. Therefore, the contractor must ascertain the various taxes levied by the concerned Govt or local bodies at the place of execution of work and take into account for the same while quoting the rates. This should be kept in view before tendering. If there is any increase/decrease/imposition of new tax/removal of existing tax by Central Govt/State Govt/Local bodies in respect to any of the tax mentioned above, the same shall be borne by the contractor and neither any additional payment will be made, nor any recovery will be made on this account. This should also be kept in view before tendering, as no subsequent changes will be made in the rates payable to the contractor on this account. Railways will deduct the sales tax or any other tax specified by the concerned Central Govt/State Govt/Local bodies if required to be deducted at source under the relevant laws as applicable on the date of making the payment. Railway will issue a certificate regarding tax so deducted. It will be responsibility of the contractor to make further correspondence with concerned Govt or local bodies to ensure full deposition of the tax or for claiming a refund, if due, as is done in case of income tax. In case any tax is notified to be deducted at source from a specified date and certain payments have already been made in the period that lapsed between the date of applicability of tax and the actual date of implementation of the same, tax required to be deducted at source for this period will be recovered from the subsequent payment. Implementation of – The Building and Other Construction Workers (RECS) Act, 1996 and The Building and Other Construction Workers Welfare Cess Act, 1996 in Railway Contracts: “The tenderer for carrying out any construction work in Chandigarh (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 Chandigarh (name of the State) Govt and submit certificate of Registration issued from the Registering Officer of the Chandigarh (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.” 23.2 23.3 23.4 23.5 24.0 All payments in respect of the contract during the currency of the contract shall be made through electronic Clearing system (ECS)/Electronic Funds Transfer (EFT). The successful tenderer on award of contract must submit ECS/EFT Mandate Form complete in all respects as detailed at annexure-J of the tender document. However, if the facility of ECS/EFT 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 contractor’s Bank Account Number and Name of the Bank against which all payments in respect of the contract during the currency of contract shall be made. 25.0 Contractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gauge conversion, yard remodeling etc. will take all care for avoiding any damage to the underground/OH services such as S & T cables, electric cables/wires, pipelines/sewer lines etc. They must ensure that the work is started after obtaining clearance in writing from the Engineer-in-charge regarding the route for Sign.of tenderer/s Page 24 of 89 Freight Boundary Wall CDG signaling/electrical cables/water supply/sewer lines etc. However, if any damage occurs during execution, he will immediately report the same to the Engineer-in-charge and stop the work further till clearance for restarting he work is given by the Engineer-incharge. It may be further noted hat 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 down load ender documents at their own risk and cost for the purpose of perusal as well as for using the same as tender documents for submitting their offer. Master copy of the tender documents will be available in the office of the Dy.Chief Engineer/Const.I, N.Railway, Chandigarh. .After award of work, an agreement will be drawn up. The agreement shall be prepared based on the master copy available in the office of Dy.Chief Engineer/Const.I, N.Railway, Chandigarh. and not based on the tender documents submitted by the tenderer. In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall prevail and will be binding on the tenderers. No claim on this account will be entertained. 27.0 Maintenance Period : The contractor will have to maintain the work for a period of 06 (Six ) months from the date of completion of work as certified by Engineer-in-charge of the work. Price Variation Clause : The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes/ any other levies/- tolls etc. except that payment/recovery for overall market situation shall be made as per price variation clause given in para below : No cognizance will be given for any sort of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustment in payments. The contact shall, however, be governed by the general price variation clause as under : Adjustment for variation in prices of material, labour, fuel, explosives, detonators shall be determined in the manner prescribed below : The percentage component of various items in a contract on which variation in prices shall be admissible shall be :Material component Labour component = = % % % % % % No price variation will be admissible [To be specified depending upon the type of the work] Explosives component = Detonators component = Fuel component For Fixed component = = 28.0. 281 28.2 28.3 28.4 Sign.of tenderer/s Page 25 of 89 Freight Boundary Wall CDG 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. 28.5 (A-1) The amount of variation in prices in the several components (labour material etc.) shall be worked out by the following formulae (except cost of steel and cement supplied by contractor as a separate NS item) :(i) (ii) (iii) (iv) (v) N L = R x (I-IO) X IO M = R x (W-WO) X WO U = R x (F-FO ) X FO X = = EO R x (D-DO ) DO X P 100 Q 100 Z 100 100 T 100 R x (DE-DO ) X S L – Amount of Price Variation in Labour M – Amount of Price Variation in Materials U – Amount of Price Variation in Fuel X – Amount of price variation in Explosives N – Amount of price variation in Detonators R – Gross value of the work done by the contractor as per on account bill(s) excluding (i) Cost of materials supplied by Railways at fixed price (ii) Cement and steel provided by the contractor for which separate PVC formulae is given in clause no. 29.5 A2 (I) and clause no.29.5 A2(II). Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer). (iii) IO = Consumer Price Index Number for Industrial Workers – All India –as Published in RBI Bulletin for the base period. Consumer Price Index Number for industrial Workers – All India- as published in RBI Bulletin based on the average price index of the three months of the quarter. I = 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. Sign.of tenderer/s Page 26 of 89 Freight Boundary Wall CDG F = Index Number of wholesale Prices – By Group and sub-groups for Fuel, Power, Light and Lubricants as published in the RBI Bulletin based on the average price index of the three months of the quarter EO = Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period. E = Cost of explosive as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the first month of the quarter under consideration. DO = Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period. D Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the first month of the quarter under consideration. = = = = = % of labour component % of material component % of fuel component % of explosive component % of detonators component P Q Z S T NOTE :1. The Price Variation Clause shall be applicable for tenders of value more than Rs.fifty lac irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs.fifty lac. Price variation is payable/recoverable during the extended period of contract, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17-A (i), (ii) and (iii) of GCC. No maximum value for the price variation is prescribed. If, in any case, the accepted offer includes Cost of materials supplied by Railways at fixed price 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). Specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer). Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations. 5. The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarters will commence from the month following the month of opening of tender. However, if the rates quoted in negotiated 2. 3. 4. (i) (ii) (iii) Sign.of tenderer/s Page 27 of 89 8.of tenderer/s Page 28 of 89 . if more than one on-account payment is made to the contractor in a quarter. (a) Earthwork Contract Labour component Fuel component Other material components Fixed component (b) Ballast and Quarry Products Contracts Labour component Fuel component Other material components Fixed component (c) Tunneling Contracts Labour component Fuel component Explosive component Detonators component Other material components Fixed component 50% 20% 15% 15% * 55% 15% 15% 15%* 45% 15% 15% 5% 5% 15%* Sign. 9. etc. therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. Statement showing the percentage of Labour Components. Material Components. The adjustment for variation in prices if required shall be made once every quarter in the on-account payments. Fuel Components. The price variation implies both increase as well as decrease in input prices and. the adjustment. the base month for the price variation clause is the month in which negotiations are held. in various types of works. 10.Freight Boundary Wall CDG tender are accepted. The weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. 7. if required shall be made in each bill. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available. The price variation should be based on RBI’s average price index of the 3 months of the quarter. 6. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India. 5% 12.5% 25%* 30% 25% 15% 30%* Bs= Bso= SAIL’s 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. 12. Weight of steel in tones supplied by the contractor as per the on account bill for the month under consideration.of tenderer/s Page 29 of 89 .Freight Boundary Wall CDG (d) Track Renewal Works on Works with Contractor’s Portal Cranes Labour component 50% Fuel component Other material components Fixed component (e) Other works Contracts Labour component Material component Fuel component Fixed component *Will not be considered for any price variation. Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL’s ex-works price plus Excise Duty thereof are as under:- Sign. The amount of variation for the component of supply of steel shall be adjusted (paid/recovered) by the following formulae :Ms Ms= Q= = Q(Bs-Bso) where Amount of price variation in steel payable/recoverable. 28.5 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. NOTE: 1. SAIL’s (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. Price variation is payable/recoverable during the extended period of contract. The Price Variation Clause shall be applicable for tenders of value more than Rs. 3. 6. No. under Clause 17-A (i). the accepted offer includes (i) Cost of materials supplied by Railways at fixed price.of tenderer/s Page 30 of 89 . 9. HTS.3 above. TMT 8 mm IS 1786 Fe 415/ Fe 500 Angle 65x65 x 6 mm IS 2062 E250A SK PM Plates above 10-20 mm IS 2062 E 250A SK 1 2 3 4 5 All types and sizes of channels and Channels 200 x 75 mm IS 2062 E250A SK joints. The prevailing ex-works price of steel per tone as on 1st of every month for the above categories of steel as advised by SAIL to Railway Board would be circulated to all the Zonal Railways. Any other section of steel not covered Average of price for the 3 categories covered in the above categories and excluding under sl.fifty lac. All types and sizes of angles. will be considered. 1. 5. shall be made every month in the onaccount payments as per above formula. 29.e. However. 8. 4. No maximum value for the price variation is prescribed. the base month for PVC will be the month in which negotiations are held.2. as prevailing on first day of the month in which tender is opened. If. (ii) and (iii) of GCC. if required. provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.5 A 1. 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. for which PVC is being paid/ recovered under this clause Specific payment. Reinforcement bars and other rounds. if the rates quoted in negotiated tender are accepted. Fifty lac irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs. The SAIL’s Ex-work price plus Excise Duty there of (in Rupees per tone) for the relevant category of steel. All types and sizes of plates. to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer). Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no. in any case. Sign. The adjustment for variation in prices. if any. 7.Freight Boundary Wall CDG SN Category of steel supplied in the Category of steel produced by SAIL whose Railway work ex-works price plus Excise Duty thereof would be adopted to determine price variation. (ii) (iii) Value of steel. 2. of Wholesale price of sub-group (of cement) as published in RBI Bulletin for the base period. for which PVC is being paid/ recovered under this clause Specific payment. The Price Variation Clause shall be applicable for tenders of value more than Rs. Note: 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).of tenderer/s Page 31 of 89 . R= Value of Cement supplied by contractor as per on account bill in the quarter under consideration. 12. (i) (ii) (iii) Sign. The price variation implies both increase as well as decrease in input prices and. under Clause 17-A (i). Wco= Index No. 3. provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e.Freight Boundary Wall CDG 10. Price variation is payable/recoverable during the extended period of contract. (ii) and (iii) of GCC. 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.fifty lac. No maximum value for the price variation is prescribed. if any. therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. of wholesale price of sub group (of cement) as published in RBI Bulletin for the first month of the quarter under consideration. 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. 4. as per contract.fifty lac irrespective of the contract completion period and PVC shall not be applicable to the tender of value less than Rs. 2. Steel supplied free or at firm price by Railway. 5. 11. 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. in any case. the accepted offer includes Cost of materials supplied by Railways at fixed price Value of cement. will not be considered for calculation of PVC. Wc= Index No. If. to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer). if any. 1. Freight Boundary Wall CDG Such payments would be excluded from the gross value of the work for purpose of payment/ recovery of variations as per clause no. 9.2 29. These two guarantee bonds shall be returned as and when the value of the advance plus interest is recovered from the running bill. the base month for the Price Variation Clause is the month in which negotiations are held. Each installment will be released on submission of an irrecoverable guarantee bond from any nationalized bank. if required.of tenderer/s Page 32 of 89 . setting up of offices. The price variation implies both increase as well as decrease in input prices and. as per contract if any. 10.a. However. shall be made once every quarter in the on-account payments. and completed when the value of the work executed under the contract reaches 85% of the contract value. if required shall be made in each bill.3 Sign.10 crores] 29. The rate of interest is 12% p. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available. commencing when the value of the work executed under the contract reaches 15% of the contract value.29. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India.5 A 1. the adjustment. while giving his offer at the tendering stage. 29. 29. Mobilization Advance: 7. The adjustment for variation in prices. 8. The recovery of advance and interest thereon will be made through the on account bills. pro rata. 11. If the contractor fails to apply specifically for mobilization advance. 5% of the contract value on signing of the contract agreement and the balance 5% on mobilization of site establishment. in a form acceptable to the railway. 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. Cement supplied free or at firm price by Railway. bringing in equipment and actual commissioning of work. no subsequent requests from him for grant of this advance will be entertained. will not be considered for calculation of PVC.1 The tender / contractor may be granted a recoverable interest bearing mobilization advance up to 10% of the contract value provided he specifically apply for it while tendering.0 [Applicable for advertised tender value exceeding Rs. therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. The price variation would be based on the price index of the first month of the quarter under consideration. 6. if more than one on-account payment is made to the contractor in a quarter. for the amount of the installment together with interest charges calculated to the end of the contract period. in case where grant of mobilization is permissible. The advance will be granted in two installments viz. or the assessed value of the work whichever is less. if the rates quoted in negotiated tender are accepted. ...... Northern Railway...Freight Boundary Wall CDG 29.... Dy.. In the event of any shortfall the same will be carried forward to the next on account bill and will attract interest at 12% The Bank Guarantee for advance should clearly cover Principal plus Interest......2) will also be acceptable for Mobilization Advance...... ....Chief Engineer/Const.. Chandigarh For and on behalf of the President of India ..I.........5 Note : The various Instruments as listed for Performance Guarantee (Clause 5...... ...... 29..... Signature of the Tenderer/s Address ………………………….............4 Interest will be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular on account bill (through which recovery of principle is effected) and adjusted fully against such on account bills along with pro rata principle recovery.... Sign........of tenderer/s Page 33 of 89 ........ No. 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.______________________ Address: ________________________ For and on behalf of the President of India Witness of the Signature 1. all works done under the aforesaid Principal Agreement including/excluding the security deposit. 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. And whereas the party hereto of the second part have received further sum of Rs. 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. 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. acting through the_________________________ Northern Railway Administration having his office at _____________________________hereinafter called the Railway of the one part and __________________________________________of the second part._ _________________________dated_______________(the receipt of which is hereby acknowledged by the party hereto of the second part in full and final settlement of all his._ ________________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. under the agreement.____________________ Sign.of tenderer/s Page 34 of 89 .Freight Boundary Wall CDG Annexure-B SUPPLEMENTARY AGREEMENT Articles of Agreement made this day _______________in the year Two thousand and_________ between the President of India. No. 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. 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. It is further agreed and understood by and between the parties that in consideration of the payment already made. Signature of contractor/s Witness of the Signature. its claims under the principal Agreement. the said Principal ._______________________ 2.________________ through the final bill bearing Vr. 1.____________________ 2.Agreement shall stand finally discharged and rescinded all the terms and conditions including the arbitration clause. 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. 2. I/We have quoted my/our rates for various items in the schedule of items. that shall be required by me/us for various purposes.of tenderer/s Page 35 of 89 . quantities and rates taking into account all the above factors also. Climatic conditions and availability of working days. The availability and rates of private land etc. Signature of the Tenderer/s Sign. 3. water electricity including all local taxes.Freight Boundary Wall CDG Annexure-C P R O F O R M AE 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. Source and availability of construction material. 4. octrois etc. The existing roads and approaches to the site of work and requirements for further services roads/approaches to be constructed by me/us. Topography of area Soil strata at site of work. 8. 6. 5. 7. Rates for construction of material. royalties. Availability of local labour (both skilled and unskilled) and relevant labour rates and labour laws. Freight Boundary Wall CDG Annexure-D Constitution of Firm 1. Address on which correspondence regarding this tender should be done. Full name of contractor/s construction firm and year of establishment. 4 5. Organization. 2. Constitution of firm. 6. 3. Sign. Branch Office in India. give full details including name of partners/executives/power of attorney/holders etc. Registered Head Office Address. Signature of the Tenderer/s.of tenderer/s Page 36 of 89 . Particulars of registrations with Government/Semi Govt. Public Sectors Undertakings and local bodies etc. 6 7.E Details of Plant and Machinery. Signature of the Tenderer/s. SN Particulars of equipment No. Work on which it is being used 8.Freight Boundary Wall CDG ANNEXURE. Sign. of unit Kind and make Capacity firm from which to be hired 4 5 1 2 3 Date by which the plant Age & Condition would be available for use on this work.of tenderer/s Page 37 of 89 . already available with the firm. 5 6 1 2 3 4 Signature of the Tenderer/s.No. Name & Qualification Designation Professional Experience AVAILABLE/PROPOSED TOBE Organization Date by With whom which working personnel will be available for this work.Freight Boundary Wall CDG ANNEXURE-F LIST OF ENGINEERS/PERSONNEL ALREADY EMPLOYED FOR DEPLOYMENT ON THIS WORK: S. Sign.of tenderer/s Page 38 of 89 . Agreement No.of tenderer/s Page 39 of 89 . relevant document are completion enclosed. SN Name and place of work Authority/agency for whom Date of award and the work is being carried out. work in brief.Freight Boundary Wall CDG Annexure-G STATEMENT OF WORKS EXECUTED BY THE CONTRACTORS DURING LAST THREE (03) YEARS . 3 4 1 2 Date of Agreemental cost of Principal/technical features of S. (original/ Actual) 5 6 7 8 Signature of the Tenderer/s. Sign. at which work/completion cost. and date. No. No. Sign.of tenderer/s Page 40 of 89 . work in brief. 7 8 9 Signature of the Tenderer/s.Freight Boundary Wall CDG Annexure-H STATEMENT OF WORKS BEING EXECUTED/IN HAND BY THE CONTRACTOR/S SN Name and place of work Authority/agency for Date of award and whom the work is Agreement No. and being carried out. at which Payment taken till. 3 4 1 2 Date of Agreemental cost completi of work/likely cost. Principal/tec relevant document hnical features of are enclosed. on( Original / actual) 5 6 S. date. Freight Boundary Wall CDG Annexure-I Detail of Contractual payment received in the last three financial year and current financial year. SN Name work of Name of Detail employer payment of For the Total financial Contract year amount received Sign.of tenderer/s Page 41 of 89 . (…………………………………….of tenderer/s Page 42 of 89 . C) 9-Digitcode number of the bank and branch appearing on the MICR Cheque issued by the bank. 1. E) Ledger and Ledger folio number. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme.) Signature of the Investor/ Customer Date Certified that he particulars furnished above are correct as per our records.E-5 Appendix-VIII Electronic Clearing Service (Credit Clearing) Model Mandate Form (Investor/customer’s option to receive payments through Credit Clearing Mechanism) Name of the scheme and the periodicity of payment No. please attach a blank cancelled cheque or a photocopy of a cheque or front page of your savings bank pass book issued by your bank for verification of the above particulars) Date of effect I hereby declare that the particulars given above are correct and complete. D) Type of the account (S.Freight Boundary Wall CDG ANNEXURE-J FORMS FORM NO. Bank’s Stamp Sign. I would not hold the user institution responsible. A) B) 3. Investor/customer’s name Particular’s of Bank Account: Name of the Bank: Name of the Branch. F) Account number (as appearing on the Cheque book) (in lieu of the bank certificate to be obtained as under. 2. Current or Cash Credit) With code (10/11/13). Address Telephone No. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information..B. 8. and in any case the minimum eligibility criteria should not get vitiated. The complete details of the members of 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. 10. Normally EMD shall be submitted only in the name of the JV and not in the name of constituent member. 4. 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. after the contract is awarded. the full Earnest Money Deposit (EMD) shall be forfeited. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer (Railways). Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions. Separate identity/name shall be given to the Joint Venture firm.Freight Boundary Wall CDG Annexure-K GUIDELINES’ FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS TENDER OF VALUE COSTING MORE THAN Rs. In any case the Lead Member should continue to be the Lead Member of the JV firm. 3. Once the tender is submitted. Similarly. 6. 5. the MOU shall not be modified/altered/terminated during the validity of the tender. 2. particularly with reference to financial technical and other obligations shall be furnished in the MOU. A member of JV firm shall not be permitted to participate either in individual capacity or as a member of another JV firm in the same tender. the lead member has to be an Indian firm with a minimum share of 51%. In case of JV firm with foreign member(s). 9. their share and responsibility in the JV firm etc. 7.of tenderer/s Page 43 of 89 . Format of MOU is enclosed as Annexure K1. Failure to observe this requirement would render the offer invalid. However. 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. 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. In case the tenderer fails to observe/comply with this stipulation. Sign. and in any case the minimum eligibility criteria should not get vitiated. 5 CRORE 1. 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. the validity of this MOU shall be extended till the currency of the contract expires. 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. A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV firm along with the tender. In case of successful tenderer. 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. sign the agreement or enter into contract in respect of the said tender. Documents to be enclosed by the JV firm along with the tender: In case one or more of the members of the JV firm is/are partnership firm(s). Governing Laws – The joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws. In case the tenderer fails to observe/comply with this stipulation. All the Guarantees like Performance Guarantee.2 Sign. On award of contract to a JV firm. inter-alia. All notices/correspondence with respect to the contract would be sent only to this authorized member of the JV firm. This agreement shall be submitted by the JV firm to the Railways before signing the contract agreement for the work. to sign measurement books and similar such action in respect of the said tender/contract. This joint venture agreement shall have. Power 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. an agreement among the members of the 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.3 13. following clauses: Joint and several liability – The members of the JV firm to which the contract is awarded. 15. 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 12. to witness joint measurement of work done. 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. 15. to receive payment. 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. In case one or more members is/or Proprietary Firm or HUF.1 (a) (b) (c) 15. following documents shall be submitted: Notary certified copy of the Partnership Deed. Bank Guarantee for Mobilization advance. On issue of LOA. 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.Freight Boundary Wall CDG 11. Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in original).of tenderer/s Page 44 of 89 .2 12. 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. a single Performance Guarantee shall be required to be submitted by the JV firm as per tender conditions.1 12. 14. machinery Advance etc. damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof. Authorized Member . The JV members shall also be liable jointly and severally for the loss. Format of JV agreement is enclosed as Annexure K1. 1908.Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the tender. 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. power and consent given by other partners to act on behalf of HUF. and in the case of major bridges. JV Agreement. S&T works. Credentials & Qualifying criteria Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following criteria. 15. Sign.3 (a) In case one or more members is/are limited companies.Freight Boundary Wall CDG “KARTA” of Hindu Undivided Family and he has the authority. Electrical works. OR In case of composite works (e. (b) (c) 15. from participation in tenders/contract on the date of opening of bids either in their individual capacity or the JV firm or partnership firm in which they were/are members / partners. permitting the company to enter into a JV agreement. the following documents shall be submitted : Notary certified copy of resolutions of the Directors of the Company.2 Financial eligibility criteria: The contractual payments received by the JV firm or the arithmetic sum of contractual payments received by all the members of JV firm in the previous three financial years and the current financial year 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. Copy of Memorandum and articles of Association of the Company.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. NOTE: Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of the concerned member’s share in that JV firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender consideration. NOTE : Value of a completed work done by a Member in an earlier partnership firm or a JV firm shall be reckoned only to the extent of the concerned member’s 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. OHE works etc. one similar single work for a minimum value of 35% of advertised tender value.4 16.) 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.of tenderer/s Page 45 of 89 .g. works involving more than one distinct component such as Civil Engineering works. 16. such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act or on behalf of the company. of India/State Govt. substructure and superstructure etc. authorizing MD or one of the Directors or Mangers of the Company to sign MOU. 16. All the members of the JV shall certify that they are not black listed or debarred by Railways or any other Ministry/ Department of the govt. Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person to do/act mentioned in the para (a) above. Sign. WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture for carrying on Engineering and /or contract works. 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.of tenderer/s Page 46 of 89 . 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.Freight Boundary Wall CDG Annexure K1 FORMAT FOR JOINT VENTURE MEMORANDUM OF UNDERSTANIDNG/AGREEMENT THIS JONT VENTURE MEMORANDUM OF UDERSTANDING (MoU)/AGREEMENT EXECUTED AT ________________ ON THIS ____________DAY OF ___________2009 between M/s____________________________________ Registered office at ___________________ as the first party and M/s___________________ Registered office at _________________ as the Second party___________________ as third party (The expression and words of the first and second and third party shall mean and include their heirs successors. administrators and legal representatives respectively). NOW THIS MoU/AGREEMENT WITNESSTH AS UNDER: 1. That the role of each constituent of the said Joint Venture in details shall be as under:The first party shall be responsible for__________________________ The second party shall be responsible for ________________________ The third party shall be responsible for ___________________________ 4 5 The share of profit and loss of each constituent of the said Joint Venture shall be as under:That all the parties of this Joint Venture shall depute their experienced staff as committed commensurating with their role and responsibility and as required for the successful completion of the works in close consultation with each other. assigns. 2.__________________ dated_______________ of Northern Railway or any other work or works. WHEREAS all the parties are desirous of recording the terms and conditions of this Joint Venture to avoid further disputes. WHEREAS all the parties are engaged mainly in the business of execution of Civil. in connection with _____________________ and other works mentioned in Tender Notice No. Engineering and General Contracts for various Government Departments and organizations.___________________________________ (Joint Venture of M/s________________ M/s___________________________________ and M/s____________________) That all the parties shall be legally liable. nominees execution. 3. as mutually decided between the parties to this Joint Venture. _________________________________________ not to make any change in the agreement without prior written consent of the Railways.Freight Boundary Wall CDG 6 7 8 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. That all the above noted parties. That the entire Bank guarantee shall be furnished jointly by the parties in the name of Joint Venture. 9 NOW THE PARTIES HAVE JOINED HANDS TO FORM THIS JOINT VENTURE ON THIS ____________________ DAY OF _______________ TWO THOUSAND WITH REFEENCE TO AND IN CONFIRMATION OF THEIR DISCUSSONS AND UNDERSTANDING BROUGHT ON RECORD ON____________________.e. MONTH AND YEAR FIRST ABVOE MENTIONED IN THE PRESENCE OF THE FOLLOIWNG WITNESS: WITNESS: 1. IN WITESS THEREOF ALL/BOTH THE ABVOE NAMED PARTIES HAVE SET THEIR RESPECTIVE HANDS ON THIS JOINT VENTURE AGREEMENT ON THE DAY. 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. FIRST PARTY SECOND PARTY Sign. 2.of tenderer/s Page 47 of 89 . I. of tenderer/s Page 48 of 89 . site for labour camps. rules and codes. temporary fencing. 1.2. Northern Railway Engg. The work specified under this contract shall include all general works. store/godown etc. plant.0 2. CC road etc. first aid equipment. 1. 1. The Work involves: Construction of RCC wall. compliance with all general/ special conditions of contract. machinery. the effecting and maintenance of all insurance.2. all materials. strutting timbering. apparatus. Deptt. water for work and drinking purpose.1 .Freight Boundary Wall CDG SPECIAL CONDITIONS RELATING TO SITE DATA AND SPECIFICATIONS 1. Standard Schedule of Rates-1996 with errata and correction slip up to date. extent of lead. sanitary.of boundary wall and cement concrete approach road additional work extension of platforms and other allied works in c/w Freight Terminal facilities works at Chandigarh in c/w CDG-LDH new BG Rail link SCOPE OF WORK. Keeping regular record of construction activities.1 (i) (ii) (iii) NAME OF THE WORK: Const.3. royalties. fees. transport.2. completion and maintenance of the works. duties or the other charges arising out of the erection of works and the regular clearance of rubbish. necessary for the due and satisfactory construction. accommodation of the staff and workmen. Deptt. the payment of all wages. Any other items of work not given but considered essential for the successful completion of the work.0 3. Allied works as directed by Engineer-in-charge. site clean on completion. lighting and watching required for the safety of the public and protection of the works and adjoining land. tools. Northern Railway Engg. Deptt. availability of material. 1.1. and clearing up and leaving. of practice as revised from time to time must be followed. whether specifically mentioned or not. workshop . offices. labour and the provision of proper and sufficient protective works diversion. involved in execution of work before submitting the tender. stores. Standard specifications for material and works 1987 with errata and correction slip up to date.0.1 i) ii) iii) Sign. fuel. (part I regulations for tenders and contracts and part-II general conditions of contract). works hand book part-I and II incorporating slip no. water. No claim shall be entertained on account of any deviation from the information given above. lift. 2.2. quantities and rates unless specifically mentioned in the items and nothing extra is payable. List of codes: The following standard specifications. requisites etc. The cost of such items shall be deemed to have been included in item rates quoted in the schedule of items. Northern Railway Engg. channel. staff. 3. preparatory to the construction such as crossing of approach roads. 1.May 1999. in the clause of this specification.2.1 General description and special features: This information is only for general guidance of tenderers and they are advised to visit the site and ascertain all the conditions regarding nature of soil. salaries. drains and all other things. 87 (Herein after referred to as the Bridge rules). xvii) Design loads for OHE masts. xxxiii) IS code 8112 specification for 43 grade ordinary Portland cement Ist.1) part 2. viii) Indian Railway Bridge Rules specifying the loads for design of superstructure and substructure of Bridge including chapter-VII for the rule for the opening of Railway adopted in 1941 Revised August – 1982 incorporating up-to-date corrections slips.S. including RDSO letter no.I. vi) Arch Bridge code of Indian Railway. revision amendment No. 456-2000). xxiii) IS-3955-well foundation xxix Manual of the design and construction of well and pile foundations 1985 issued by RDSO Lucknow.of tenderer/s Page 49 of 89 . xxi) SP-33 of B. ix) Indian Railway standard (IRS) Bridge substructure and foundations code-code of practice for the design of the substructure and foundation of Bridges adopted 1936Revised-1985 (here in after referred to as “Substructure Code”) .56 of CBRI for bored pile foundations. v) IS.with up to date correction slip.6.12. x) IS-875-1987 Code of practice for design. Revision). iv) Sign. xii) IS-1893-1984 Criteria for Earthquakes resistant design of structure (4th revision with amendments) xiii) Indian Road congress-Design criteria for pre-stressed concrete Bridges.1786-1985 latest Indian Standard specification for high strength deformed steel bars and wires for concrete reinforcement (3rd. xiv) Indian Road Congress Codes for items not specially covered by any code or provision mentioned in these documents. IRC-83 All parts-bearings for Bridges.2911 (part-1: section 4): 1984 part 2: 1980 part 3: 1980 and part 4 1985 code of practice for design and construction of pile foundations.2720 (all parts) (latest revision with up to date correction slips).1997 and all latest correction slips) including supplemental measures as incorporated in correction slips. IS code of practice for design and construction for raft foundations part-I (second revision with amendment No. code practice for plain and reinforced concrete for general building construction (I. xxxii) Building digest No. revision amendment No. part 5 (2nd.Freight Boundary Wall CDG I. 31. xxii) SP-36 (Part I & II ) of BIS. xv) UIC-772.S.6. part 4.S.S.1) IS 2950-Part-I/1981. xx) I. xxxiv) IS code 12269: specification for 53 grade ordinary Portland cement amendment No. xi) IS-1343-1980 Code of Practice for pre-stressed concrete (First revision with amendments).S. Revision amendment No. CBS/PBR/RCS dt. Methods on testing of soil I.II & III with upto date correction slips. xviii) Indian Railway Schedule of dimensions for Broad Gauge – 1963 (1973 reprint) with up to date correction slips.1).I. Specifications for fine and coarse aggregate from natural source for concrete IS383-1972 and IS-516-1959. loads(other than earthquake) for buildings and structures (all parts): Part 1 and 3 (2nd. xvi) MOST’s Guidelines for recommended practice for grouting of post tensioned cables in pre-stressed concrete bridges. xxxi) IRS code of practice for design and construction of pile foundations and IS2911/1964/Pt. xix) I.S. vii) Indian Railway code of practice of plain/reinforced and pre-stressed concrete for general/bridge construction (concrete Bridge code adopted in 1936 revised in 1962 and May-1982 latest revision.Latest with uptodate correction slips. xxx) IS. In case of difference between provision of codes as mentioned above or any discrepancy in the interpretation of codes provision. N. 17. IS 1149: High tensile steel rivets for str.. 4. purposes. 13. IS 1929: Rivets for general purposes. Purposes.S. IS 786: Conversion factors & conversion tables. Copies of the approved plans and additional information as required by tenderers may be obtained IRS:1972: Specification for Welded bridge code for Steel girder bridges. Indian Railway specification B-1. 8. 15. Supply condition for threaded fastners. 24) 26 NOTE: Latest edition including correction slips shall govern. 3. 6.R. Railway would be treated as final and binding on the contractor. IS:8500 specification for HTS. 18) 19) 20. IS:1929-1961-Rivets for general purposes (12 to 48 mm diameter). IS:1148-1973-Hot rolled steel rivet bars (upto 40 mm dia) for structural purpose. XXXVI) Guidelines for earthwork in railway projects July. IS 1915:Specification for steel girder bridges. 2. IS:2155-1962-Rivets for general purposes (upto 12 mm dia). 4. IS 1367: Tech. decision of Chief Engineer/Dy. 5. 2003. I.800-1984 : code practice for use of structural steel in plain and reinforced concrete for general building construction(). nuts and lock nuts (dia 6 to 39 mm) and Black Hexagonal screws (dia 6 to 24mm). Latest additions and up to date correction slip in all the relevant codes will be applicable as for as this work is concerned. 22.0 Approved Northern Railway Drawings: The work shall be carried out as per approved railway drawings. 7. I. IS 1963-1967 Black Hexagonal bolts. Steel : fusion welding quality. XXXVII) Guidelines for safety while working near railway track For steel: 1 IRS: Specification for steel bridge code Revised 1962 + Amendments. 12. 10. IS 226: 1975: Specification for structural steel : Revisable quality. 11. road or pedestrian traffic (steel bridge code).S code of practice for electric welding of mild steel structures. 23. 14. Indian Railway standard code of practice for the design of steel or wrought iron bridges carrying rail. nuts and lock nuts.S. IS 1363: Black hexagon bolts. IRS: Specification for fabrication & erection of steel girder bridges (B1-79). IS 1024:Use of welding in bridges and structures subject to Dynamic loading. IRS: Specification for Bridge Rules code Revised 1964 + Amendments. 1979 Fabrication and erection on steel girder bridges. 23. 9.of tenderer/s Page 50 of 89 . IS 2062: Specification for str. Sign.-226-1975 specification for structural steel for building(standard quality) 1st Revision. IS 6639: 1984: Hexagon bolts for steel structures. IS 1148: Specification for Hot Rolled steel Rivet bars for str.Freight Boundary Wall CDG XXXV) IS –1489 for Portland pozzolana cement. Chief Engineer/Const. 16. IS 1261: Code of practice for seam welding in mild steel. I.The list given above is by no means exhaustive. 21. @ Rs 45/. Copies of the plans prepared specifically for the project of major works like Major buildings .per copy. Items under this scope shall be deemed to be “Excepted matters”.0. 6. Where there is no provision of specifications in IRS. 6. L. a) b) c) d) e) f) Sign. Any difference of opinion between an Engineer and contractor shall be referred to Engineer in charge. BS-5400 part I to 10 may be followed.per copy. or things and shall indemnify the Railway in respect thereof and shall be held entirely responsible for all works carried out by him until it is finally taken over by the Railway and he will be liable to be called upon to make good any damage or loss which may occur to the bridge work by inclemency of weather. the IRC conditions shall be referred to and followed.sections . IRC & IS specifications. IRS specifications shall prevail. All plans which are prepared specially on account of contractor’s request like copies of cross section etc. Important buildings etc. 6. floods etc.Freight Boundary Wall CDG from the office of Dy CE/Const. Where there is conflict between IRS. or due to any other cause during entire period until the work is taken over. For items not covered in IRS/IRC specification. The appeal against decision of Engineer in charge shall lie with Chief Engineer/Const.per copy . 5. 7.2 One copy of the approved working drawing shall be supplied to contractor free of cost. 4. @ Rs 15/. Programme for completion of work: The whole work shall be completed within 09 months from the date of issue of acceptance letter.-I/CDG during office hours on any working day by prior appointment.1.0. OTHER CODES AND SPECIFICATIOINS. Where applicable CEB/FIP recommendations and codes of practices shall be used if specific recommendation does not exist in IRS/IRC/BS specifications. 5. animals. The decision of Chief Engineer/Const of the project shall be final and binding regarding the interpretation of the clause of the codes of practices and specifications under the special conditions regarding site data and specifications of this tender and no claim whatsoever shall be entertained on this account by Railway. The construction of the piles & substructure and bearings shall be carried out in terms of specifications of latest editions of IRS (Indian Standard specifications) The order of precedence shall be: The specifications mentioned in special conditions regarding site data and specifications shall be prime governing.0.1. 7.of tenderer/s Page 51 of 89 . Longitudinal plans . whose decision shall be final and binding.2. The sequence in which works are programmed to be carried out shall be represented by a network /bar chart to be prepared by the contractor and submitted as part of his/their offer. General responsibility of Contractor Contractor shall be responsible for all structural and decorative damage to property or injury caused by work or his workmen to persons. Any additional copies of the plans may be had on payment (non refundable) at the following charges Copies of standard Northern Railway type plan of unimportant plans prepared for the work @ Rs 10/.1. land mark. The coarse aggregate should be crushed stone metal chips machine – broken. any error which may arise there in and provide efficient and sufficient staff and labour therefore. well graded and should be obtained from approved quarries. templates. all items of works shall be governed by the code as indicating in para 3. The aggregate should be free from dust.0 11. The stone should be free from soft. monuments.0. Lay out: Alignment and lay out pillars as may be considered necessary by the Engineer up to formation level behind each of the bridge abutments should be constructed by the contractor at his own cost to de-note center line.1. Nothing extra shall be paid on this account. 8. specifications etc. 8. Apart from the basic data. level etc required for setting out and execution of works at his own cost.2.2. Contractor will arrange the required survey equipments like theodolite. and shall take all necessary precautions to prevent these being removed altered or disturbed and will be responsible for the consequence of such removal. cleaning and washing if necessary should be carried out as per directions of the Engineer or/his representative at the contractor’s own cost. reference pillars etc. The contractor shall also amend or alter any error in the dimensions. fix and be responsible for the maintenance of all stakes. 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.of tenderer/s Page 52 of 89 . Local pit/river sand shall under no circumstances be permitted for any concrete work. Coarse aggregate. 9. PLAIN/REINFORCED CEMENT CONCRETE WORKS: The material used must conform to the specifications laid down in the relevant chapter of ISI/IRS codes of practice before using the material the same must be got passed from the Engineer in charge. profiles. 8. Setting out of work: The contractor is to set out the whole of the work in consultation with an official to be deputed by the Engineer and during progress of works to amend on the requisition of the Engineer. SUPPLY OF MATERIALS: Portland pozzolana cement conforming to 43 grade for RCC works and reinforcement steel & MS pipes etc as required shall be arranged by the contractor at his own and payment shall be made under relevant NS items. thin elongated or laminated or decayed pieces. 10 11. 11. Fine Aggregate: Coarse Sand of approved quality in cement concrete / reinforced cement concrete work shall be clean and absolutely free from dirt and admixture or earth kankar or other deleterious matter. Contractor will be required to clean and wash the sand as per direction of Engineer-In-charge.Freight Boundary Wall CDG 7.1 11. burgees. Sign. lines or levels to the satisfaction of the Engineer or his authorized representative without claiming any compensation of the same. center line pillars. Necessary base/reference lines and pillars as and where required for setting out of the bridge and execution of work are also to be constructed and maintained by contractor without any extra cost as per directions of the Engineer. alterations or disturbance and for their efficient reinstatement. The contractor at his own cost shall provide. points.3.0.0.2. The permissible limits of solids must satisfy the following: Permissible limit (Max. All such cement concrete should be vibrated by use of mech. MIX DESIGN: Mix design calculations wherever required should be done by an experienced engineer. In addition to the routine tests.3 of IRS Concrete Bridge Code. 11. slump cones.) Organic 200 mg/lit. Sign. however.0. 11.Water: Clause 5. scales. The contractor should modify and carry out the mix design to the satisfaction of the Engineer and get his final prior approval. vibrators and nothing extra over and above the quoted rates for concrete will be payable for these operations.4.7.1.for concrete not containing embedded steel & 500 mg/ltr. Sulphates (SO4) 400 mg/lit. . rates and quantities. Chlorides 2000 mg/lit. mix design calculation along with analysis of aggregates and concrete tests cube results for 7 days and 28 days. special tests on materials will be carried out whenever required by the Engineer.5. Necessary facilities in the form of supply of moulds. failing which the cost of these tests will be borne by the contractor. should be sent to the engineer for their approval. however. 11. The mention of the sources by the Railway does not. Inorganic 3000 mg/lit. Engineer may however permit the use of any mix design already in use at his discretion. The PH value shall not be less than 6. The cost of the special tests will be borne by the railways. Payment of CC & RCC will be made under relevant non-schedule items of schedule of item.6. All concrete shall be mixed in approved mixing machine. absolve the contractor/s of his/their liability to ensure that the sand.Testing of water will be got done by the contractor at his own cost from a lab as approved by the Engineer in-charge.8 . 11.of tenderer/s Page 53 of 89 . if the results are as per standard laid down. materials labour for casting. compacting factor instruments and cube testing machine. reinforced concrete for general bridge construction (concrete bridge code) and the relevant Indian Standard Specifications or as Directed by the Engineer.4 of IS:456 – 2000 shall be applicable in place of Clause 4. specimen and such other facilities as per pre-requisite for the standard concrete tests will in any case be provided/made available by the contractor free of cost. curing.9 12. 11. stone chips/aggregate and ballast as may be required for the work are strictly in accordance with the standard specifications. The cost of the same shall be borne by contractor and nothing extra shall be paid on this account. does not relieve the contractor of his responsibility and obligations regarding minimum strength required. Such approval.Freight Boundary Wall CDG 11.for RCC work & 250 for PSC work Suspended matter 2000 mg/lit. All concrete works whether plain or RCC should confirm to IRS code of practice for plain. 12. The props for the centering wherever permitted shall be supported by the double wedges in order to facilitate casing and removal of the shuttering without jarring. the work is found defective. built in mud mortar may be used. Tendered rates shall be deemed to have taken care of the above element. shall be entertained on this account. No claim. The work is required to be executed in close proximity of running tracks and all faces of shuttering should be so planned so as not to interfere with schedule of minimum moving dimension as shown in standard schedule of minimum moving dimensions (BG).0. It should be water tight sufficiently strong and rigid to resist forces caused by vibration and incidental loads associated with it and keep the form rigid. whatsoever. Wherever chamfer or rounded corners are mentioned in the drawings. Nothing extra shall be payable to the contractors for any prolonged retention of shuttering/centering in position which may be necessitated due to use of PPC cement or any other reasons. shuttering of suitable thickness with or without steel plates lining may be permitted for unimportant RCC work etc. during or after placing the concrete in the structure.1. 13. such concrete shall be removed and work redone with fresh concrete and adequate and rigid forms at the cost of the contractor.3.7. 13.5.of tenderer/s Page 54 of 89 . Centering and shuttering should be carefully eased in order to prevent the loading being instantly transferred to concrete. 13. In place of ballies. the edges of the planks and the top surface will be made plain to ensure butting of the planks and top level surface so that no leakage of cement slurry takes place during concreting. No centering or propping will be permitted on the running track side. The contractor should not be paid for cement/steel used for dismantled work. form work should be such that no chiseling or cutting is required. proper brick pillars of adequate section. properly braced to make the form rigid. For easing and removal of centering and shuttering the period that shall lapse after the last pour of concrete shall be as per Northern Railway Standard Specifications as fixed by the Engineer-in-charge. Form work shall be of 5mm thick steel plates fixed on the angle iron frame of adequate size and thickness unless otherwise directed by the Engineer in charge. The shuttering should be water-tight and supported on wooden battens and beams and props of vertical ballies. If at any stage of the work. FORM WORK & SHUTTERING.2. The period that shall lapse after the last pour of concrete. Shuttering for slabs and beams and other important works shall be of steel plates stiffened by steel angles. 13. for removal of centering and shuttering shall be fixed by the Engineer-incharge and will be binding on the contractor.Freight Boundary Wall CDG 13. where wooden plank without steel lining are used.6.8. 13. 13. It may be necessary to make provision for holes and grooves in the form work to house the various services and drainage arrangements and for any projecting bars and no extra payment shall be made to the contractor for making these provisions nor any deductions shall be made on account of any saving in RCC work due to these provision. 13.4. 13. Sign. wooden plates. 14. Welding of reinforcement will not be generally permitted except in special circumstances under the written approval of the engineer in charge. 13. Steel will be procured from SAIL/TISCO/IISCO/Rastriya Ispat Nigam Limited.11.10. Actual weight measurement will not be done. smooth and free of cement mortar etc.2.5.11. oiling of forms in general will not be permitted. if any. 14.9. 14.of tenderer/s Page 55 of 89 .9. Engineer-in-charge may like to get the steel tested from any laboratory himself and the cost of such test will be borne by the contractor. Contractor will ensure that before fixing.11 Protective coating 14. 14.8. 14. before using the steel in the work for which nothing extra will be paid as the rates quoted by the contractor will deem to be inclusive of these items. Reinforced steel will be arranged by the contractor and payment shall be made as per relevant NS items. 14.3. The payment for steel against corresponding item will be made only after concrete work is done. Contractor shall also furnish test certificate of the steel to be used on work from the authorized test laboratory as per direction of the Engineer-in-charge before using the steel in the work for which nothing extra will be paid as the rates quoted by the contractor will deem to be inclusive of these items.10. for arranging pipe etc. or any other ISO certified firm. The payment of steel reinforcing bars will be made on the basis of standard unit weight per meter for the actual length of bars provided. Binding wire of approved quality shall be arranged by the contractor himself and the rates quoted for RCC work should include cost of this item of work. 14.0. 14. The surface of form shall be clear. No shuttering plates less than 5 mm thick would be used on the work for important members.6. Nothing extra will be paid for un authorized over laps and wastage of steel. for making holes for holding down bolts. reinforcement bars shall be provided with suitable protective coatings depending upon the environmental Sign. involved in cutting of the bars to their required sizes and only tested steel shall be used. 14. REINFORCEMENT Reinforcement will be TMT bars as per the drawings and conforming to the latest ISI/IRC codes.4.1. 13. 14. Contractor shall furnish test certificate of the steel to be used on work from the manufacturer as well as from the authorized test laboratory as per direction of Engineer-in-charge.1 In order to offer adequate resistance against corrosion. Steel pipes for providing holding down bolts should be four times the dia of bolts/and lengths as directed by engineer. 14. Double knot binding of steel reinforcement will only be permitted. reinforcement bars are cleaned with dry gunny bags to remove the light rust or other impurities. no extra payment shall be made to the contractor. 14.7.Freight Boundary Wall CDG 13. 15. and provide the necessary equipments to carry out all preliminary test and working out the grading and proportioning of aggregate assessing the moisture contents.4. 15. The concerting shall be commenced only after the Engineer-in-charge has inspected the shuttering. 109784/67)) by dipping or brushing. These cubes shall then be tested by the contractor for various parameters as per instructions of site in-charge at his own cost.3.5. Deduction from relevant NS item to the tune of 3% of the net rate shall be made if proper cleaning and application of protective coating is not done. No volume batching for controlled concrete work will be allowed.6. 15. No extra payment shall be made for the same. Apply second coat of cement slurry (same as above) Allow it to dry for 24 hours in shade. the placement of reinforcement and passed the same. The concrete shall be compacted immediately after placing by means of mechanical vibrator of approved quality. Apply one coat of cement slurry (One-kg cement and 600 cc of inhibitor solution (patent No. design for continuous operation. slump cone. by compacting factor which shall be carried out by the contractor. The controlled concrete ingredients should be weigh-batched in approved type mechanical weigh batcher. in order to obtain and maintain uniform quality of work conforming to codal practices.1 CONCRETING The concrete shall be mixed properly in mechanical mixture and shall be of proper consistency. Aggregate and fine aggregates. IS sieve sets for C. 15.Freight Boundary Wall CDG conditions. Sign. electrical oven and other misc. tools and plants etc. 15. labour. The contractor shall establish a field laboratory having the appratus for determination of compaction factor. The rates for RCC quoted by the contractor shall include all such expenses by the contractor.of tenderer/s Page 56 of 89 . electrical cum hand operated machine. Nothing extra shall be payable for mechanical mixing and vibration and the rates for NS items includes this element also. The proper consistency shall be determined by Engineer-in-charge. The inhibitor solution is prepared in ionised water. Details are given below: The HYSD bars shall be provided using cement and inhibitor using following procedures: i) ii) Cleaning of steel wire brush for dust and rust. allied apparatus required for testing of cubes. The recommended coating for non-aggressive environment (Mild and Moderate) for all structures shall be truncated inhibited cement slurry coating. Cost of concrete. casting and testing of cubes etc. The water is not to be used. The contractor shall make adequate arrangements for casting of necessary number of cubes and finish them as per direction of Engineer. for the slump compacting factor and other tests shall be borne by the contractor.2. cube moulds. The exposed surface of plain concrete and RCC work shall be rubbed with Carborandum stone and rendered smooth if necessary with cement to leave surface smooth and even.0 15. moulds. weighing machines including Le-Chatelier apparatus. bulkage specific gravity moisture content etc. Nothing extra shall be payable on this account. Allow it to dry for 24 hours in shade. Nothing extra will be payable for Carborandum stone and labour iii) 15. compression testing machine. 0. The cost of cement and other materials used for rendering. and the drawings already prepared or which may be prepared hereinafter. adopt such safe methods of work as will ensure safety of structure. If at any time. VARIATION IN QUANTITIES: Quantities indicated in the schedule of items.1. repairs.0. all items. 19. The contractor shall have no claim on the Railway if a change is made in the approved drawings.0. rates and quantities are approximate. 20.5% will be debited to the contractor. 17. etc. Any variation in quantities during the course of execution of work shall be governed by Clause 41 and 42 of Engineering Deptt. Curing shall be done by covering the newly laid concrete with gunny bags/hassain clothes and keeping them wet constantly. The contractor should plan the execution of various works in close co-ordination with the Engineer-in-charge or his authorized representative.0. Chief Engineer/Const. Such variation in quantities shall not form basis for any claim for higher rates or compensation or for arbitration. which the Engineer may make.2. 20. shall have full power to make any alteration in the drawings and to give such further instructions and directions as may appear to him necessary or proper for the guidance of contractor and for the efficient execution completion and maintenance of the work.Freight Boundary Wall CDG which will be considered as having been included in the rates quoted for plain/RCC items.of tenderer/s Page 57 of 89 . the Engineer may undertake the curing through another agency/labour without any notice to the contractor at the cost of the contractor. the contractor shall take immediate corrective action as directed by Railway representative at site. CHANGE OF DRAWINGS: The Dy. GCC of May 1999. Any direction in the matter shall in no way absolve the contractor of his sole responsibility to adopt safe working methods. Also his inability to make timely arrangements for the necessary plans. The design of foundation will be decided by the Engineer in charge during the progress of the work according to actual site conditions. 17. Intimation of the employment of another agency for curing will be given to the contractor as soon as possible. If it is found that the contractor is not properly observing these instructions. The contractors shall. shall be continuously cured for the prescribed period as per direction of engineer. shall be borne by the contractor. They are likely to vary depending upon site conditions and final adopted designs. 19. This intimation in writing to the contractor under the hand & seal of Engineerin-charge of the work shall be conclusive evidence of the employment of another agency. No claim of any kind whatsoever will be entertained if the execution of the work is held up or delayed for want of approved plan or drawings or changes in the same. the railway finds the safety arrangements to be inadequate or unsafe.1. SAFE WORKING METHODS. Sign. 18.1. equipment and labour. will not be taken as excuse for slow performance or non performance of the work. are not to be taken as final nor are they binding on the Railway in any respect. 16. due to any such change.. The cost incurred along with incidental charges @ 2% and added by supervision charges @ 12. CURING: All CC & RCC work etc. No deduction shall be made for the volume of reinforcement and weep holes for drainage etc. the tendered rates shall include supplying. the work is of an entirely different nature. shuttering and centering etc. the rate for the same shall be fixed by mutual agreement based on similar or corresponding or combination of items of work available in the said schedule or will be derived from the various items provided in the N. all watering during the work and for the prescribed period for curing afterwards and rendering plastering and finishing the exposed surface where required. binding and placing in position of reinforcement etc. the rates to be paid shall be fixed through work study/rate analysis for a representative portion of work when a reasonable rate of progress has been established for (I) direct material (ii) direct labour (iii) hire charges for major plants and machinery. It may also be clearly noted that all surplus earthwork of the foundations of the RCC wall may have to be disposed off as directed by the Engineer without any extra payment or leading. 22. as the case may be depending on the nature and specification of the work involved or by any other procedure mutually agreed upon. The cost thus arrived at will be enhanced by 10% to cover the contractor’s profit. 23. 23.3.1. Sign.0.5. of approved design.of tenderer/s Page 58 of 89 . The gross dimensions of RCC work exclusive of the thickness of plaster shall be measured for purpose of payment. No cognizance will be taken for heights and thickness of concrete / masonry / structural members over those shown in the plan. loading. supply of form work. For all items of reinforced cement concrete as per items rates under Non-Schedule. shuttering etc. RATES: Payment for the earthwork in excavation of foundation of RCC wall will be limited as per clause 1. 22.1. re-handling. For all items of cement concrete of all kind as per items rates under Non-Schedule. unloading. fixing and removal of form work. rates and quantities is required to be done. vibrators etc. No deduction shall be made for the volume of structural steel measurement for the portion embedded in concrete. complete manufacturing of reinforcement required .Freight Boundary Wall CDG 21.2. 22. MEASUREMENT: All work will be paid for at the tendered rates on the basis of actual measurements taken at site. No Payment shall be made for plastering over the exposed surface of the RCC or concrete if necessary wherever ordered by the Engineer to make good the defective concrete. i.e. its placing in position as per plan.3.10 page 12 of earthwork chapter I of Northern Railway Standard specifications 1987 irrespective of the facts that excavation has to be done in slope and there has been any slip etc.0. 23. UNFORESEEN ITEM OF WORK: 21. 23.1. dressing the earthwork etc. 23.Rly Schedule of rates. In the event of deriving the rate from the Northern Railway Schedule of Rates 1996 the rate so derived will be subject to the percentage increase/decrease as quoted against items. the tendered rates shall include supplying. rates and quantities provided in the schedule.4. screening and washing the aggregate mixing and compacting mechanically the concrete . If in the course of the work any unforeseen items of work not already covered by the schedule of items.. 22. If however.duly placed in position provision and use of equipment including mechanical mixers.2. including uncoiling and straightening of steel section. fixing and removal of scaffolding where required.0. but it will not entertain any claim for compensation due to Railway’s failure to do so nor can the Railway’s inability to supply such plant to be taken as an excuse for slow progress or non-performance of the work repairs and replacements of parts. Delay in procurement of such items due to their non-availability on account of import difficulties or any other cause whatsoever will not be taken as an excuse for slow non-performance of the work. rendering plastering and finishing the exposed surface where required. WATER SUPPLY: The contractor shall be responsible for the arrangements to obtain supply of water necessary for works at his own cost and the rates quoted should include the cost of wells or any other arrangement required to be made for procuring water and leading/transporting/conducting water to the site of work irrespective of the distance from the source. motor vehicle. compressors. trailer tools and plants and their spare parts required for efficient and methodical execution of the work and transport them to the site of work. screening and washing the aggregates. The present day market valve of various types of plants and machinery (irrespective of ‘Make’) will be ascertained in the month of April every year and hire charges fixed on the basis of this market value will be adopted for the whole year (i. 25. a) b) Sign. Ordinary repairs and maintenance charges @ 5 %. if available. all watering during the work and for the prescribed period for curing afterwards. 24. Special repairs and maintenance charges @ 10 %. The carriage of the plant to and fro the site of work to IOW’s godown will have to be arranged by the contractor at his own cost.3. mixing mortar and concrete and placing the same in position and the use of equipment including mechanical mixer vibrators etc. staging. pumps. 25.0. pneumatic equipment winches.0.e. Depreciation charges at the following rates:- 25. derricks. If any plant is loaned by the Railway to the contractor hire charges will be levied as detailed below and a separate hire agreement will have to be executed before the plant is issued:The cost of plant for the purpose of calculating the hire charges will be its present day market value. for the part loaned by the Railways as and when required will be carried out by the Railway. 3025-1964 at his own cost and nothing extra shall be paid for the same. 24.4.1. The hire charges per annum will be calculated at the following rates on the cost of the plant as per (a) above i) ii) iii) iv) Interest on the capital cost at the ruling rate of dividend payable by the Railways to the General Revenue. and dismantling including cleaning and oiling etc. Freight and all other incidental charges to which supervision charges @ 12.2.5% on the total cost will be added. Railway may give letter of recommendation only for contractor if required to assist them in obtaining machinery on purchase/hire from elsewhere. 25. from 1st April of the particular year to 31st March of the following year). cranes.Freight Boundary Wall CDG of approved design their erection. Physical/chemical testing of the water shall be done by the contractor as per IS code of practice No.of tenderer/s Page 59 of 89 . TOOL & PLANTS AND TRANSPORT: The contractor will be entirely responsible to arrange all necessary machinery including rollers (vibratory and smooth wheel type). The Railway may give on hire to the contractor any plant or equipment. 25.1. CONTRACTORS MATERIALS: RESPONSIBILITIES FOR TEMPORARY WORKS AND 26. Contractor should construct the temporary site offices for the proper working at required location. staging. construct. embankment or other temporary works or temporary materials until they are certified by the Engineer to be no longer required for the purpose of the contract. completion and maintenance of works which are the subject of the contract and shall from time to time submit for the information of the Engineer drawings showing the details the type and construction of the temporary dams. The contractor shall from time to time. He shall be entirely responsible for the sufficiency. coffer dams. coffer dams .5.1. failure or accident may arise or happen and shall replace. furnish particulars and drawings of any other temporary works and details or any other temporary materials in use or contemplated to be used by him. bridges. provide at his own cost all dams.0. The hire charges incorporated in the above contract conditions will be operative during currency of the contract. The contractor will be entirely responsible to arrange all necessary machinery including vibratory rollers. temporary railway connections and other temporary works or temporary materials which he may construct and/or employ and for all claims for damages to property or injury to persons arising out of any failure or accident to such dams. The hire charges per day shall be arrived at by dividing the annual hire charges vide (b) above by 250. 26. 26. motor vehicle. size 15 –18 sqm & provide necessary furniture also for the Railways staff. pumps. v) An additional 10% on the total of (i) to (iv) above to meet contingencies. security and safety of all dams. bridges. bridges. this office will be property of contractor and he can take the released material after completion of work. to the day it is returned by him to the Railway workshop. penumatic equipment winches derricks cranes. embankments and other works which he propose to adopt and construct and the exact position in which he propose to construct and employ them and during the progress of the works he shall if so directed by the Engineer. but such removal shall not be effected without the previous written approval of the Engineer and the Sign. However. or temporary materials from wherever cause such damage.3. embankments and all other temporary work of whatever nature and temporary materials necessary or the construction . Delay in procurement of such items due to their non-availability on account of import difficulties or any other cause whatsoever will not be taken as an excuse for slow or non-performance of the work. injury. 26. The classification of the plants shall be as per para 3502 of Indian Railway way & works manual. The contractor shall before handing over the works or and part thereof to the Railway dismantle and remove all temporary works and temporary materials. coffer dams. repair and maintenance the whole of such dams . coffer dams. These hire charges will be payable from the day the plant is handed over to the hirer.of tenderer/s Page 60 of 89 . Contractor has to construct the temporary site office approx. trailers tools and plants and their spare parts required for efficient and methodical execution of the work and transport them to the site of work. which shall be the assumed number of working days in a year for this purpose. compressors. coffer dams bridges embankments or other temporary works. embankments. 25. Special plant 6% per annum. Heavy plant 10% per annum.2.Freight Boundary Wall CDG a) b) c) Light plant 16% per annum. 27. 27.2.2 27. before use of cement supplied. the contractor shall have to construct a temporary godown as per Railway specifications of adequate capacity at his own cost.2. producers or 27. (i) Fineness. Tender conditions for supply of cement by contractor.Charge will verify the quantity of cement brought to the site of work and return one verified slip to the contractor after the same is stacked inside the cement godown under his supervision.0.5. 27.Freight Boundary Wall CDG contractor shall comply with the directions (if any) given by him as to the method or removal and/or disposal. Portland pozzalana cement (Fly ash based) Cement grade/43/53 conforming to IS 1489-1989 Pt.of tenderer/s Page 61 of 89 . Supply for cement by contractor at the rate for relevant NS item will be governed by the following conditions.4. trademark of manufacturer if any.2.2. 27.2. Type of cement Weight of each bag in kgs or No. of bags/ tonne.7.2.i) ii) iii) iv) v) Manufacturer’s name Regd. (iii) Initial and final setting time. (ii) Compressive strength. the entire batch of cement supplied shall be rejected and returned to the contractor and it will be the responsibility of the contractor to remove it from the site of work within 48 hours after the communication of the Railways. daily consumption. The contractor shall procure cement for use in the works from the main their authorized dealers only. Railway may also take samples during the course of execution of works and get the cement tested to ascertain its conformity to the relevant IS specifications at contractor’s cost before a particular lot is put to use. The Inspector in. Cement bags preferably in paper bag packings should bear the following markings:. Date of manufacture generally marked as week of the year/year of manufacture.2.6. 27.1. It will be obligatory on the part of the contractor to get every consignment/trucks of cement weighed in the presence of Inspector in-charge or his representative on demand and supply an original copy of weigh slip along with consignment.1. 27. 27. daily opening balance and closing balance shall be maintained at site jointly by the Inspector In- Sign. For storage of cement. Quality test certificate for cement as per IS:4031 shall be furnished by the contractor for at his own cost from the manufacturer. Frequency of testing shall be as prescribed by the relevant IS Code.I will be arranged by the contractor at his own cost. (iv) Consistency (v) Soundness. Payment shall be made under relevant NS item. The record of cement brought to the site of work.2. Cement older than 3 months from the date of manufacture as marked on the bags shall not be accepted.1.2. SUPPLY OF CEMENT: 27.3.2. Following test inter alia shall be carried out. 27. In case samples tested do not pass the quality tests conducted. 27.7. 7.5%.7.4.8. One register each shall be kept in the custody of Inspector-incharge of the work and contractor or his representative.Freight Boundary Wall CDG charge of work and contractor or his authorized representative.S. The contractor shall make the cement godown available for inspection along with connected record to the site engineer or his representative as and when required. Tolerance requirements for the mass of cement: a) Cement supplied at one time will be taken as forming one batch.7. For this purpose 2 set of registers duly reconciled and signed by the contractor and the inspector in-charge of work certifying the opening balance.2.2. 27. closing balance should be maintained.2.2.3. 20 32 50 80 125 200 The bags in sample shall be selected at random The number of bags in sample showing a minus error greater than 2% of the specified net mass (50 kg) shall be not more than 5 percent of the bags in the sample. In case of Designed mix of concrete of specified strength where the cement is to be used by weight where specially ordered in Sign. Also the minus error in none of such bags in the sample shall exceed 4 percent of the specified net mass of cement in the bag. the temporary cement godown shall be dismantled and all dismantled material /debris shall be removed and the clear site shall be handed over back to Railway. Any batch of cement not conforming to above tolerances will be rejected. 27. In case if minor error exceeds the percentages herein specified. The number of bags taken for sample from each batch shall be as under: Batch Size 100 TO 150 151 TO 280 281 TO 500 501 TO 1200 1201 TO 3200 3201 and above b) sample size. 27.2.2. The final bill and earnest money/security deposit shall not be released unless the godown is dismantled and the site is cleared in all respects.7.2. the entire batch of cement samples shall be rejected. The contractor shall be the custodian of cement godown and shall keep the godown under his lock and shall ensure that the cement once brought to the site accounted for shall be used at the site only and shall not be taken away from site for any other purpose. c) 27. the overall tolerance on net mass of cement shall be 0 to 0. 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. The consumption of cement on works shall be assessed on the basis of CEMENT CONTENTS per unit quantity for various items of works as per N. consumption.9.of tenderer/s Page 62 of 89 . 27. 27.5. In case of a wagon/ truck load of 10 to 25 tonne. The contractor shall ensure that after completion of the work and/or determination of the contract for any reason whatsoever./SOR-1996 of CEMENT CONTENTS per unit quantity or as per Design in case of designed mix of cement concrete of specified strength. All the released material shall be the property of the contractor and no payment shall be made by the Railways for dismantling etc. 27.11 The cement brought to the site godown in excess of the requirement calculated based on the cement factors shall be taken back by the contractor on completion of the work after written approval from AXEN/XEN on proper document. In case the Railway has its own paths.12 Payment as per relevant NS items will be made on the basis of quantity of cement actually consumed and the quantity calculated as per cement factors for. item rate or tender conditions.I. sheets may also be used in place of sleepers but these must be placed atleast 20 cm above the floor. sheets shall be arranged by the Contractor at his own cost. The bags shall be stacked atleast 30 cm clear of the walls to prevent deterioration.2.e. Cement which is set or partially set is on no account to be used. He/they shall however in no way involve the Railway in any claims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due to their poor conditions and or maintenance or their being blocked and/or closed. If it is discovered that the cement actually consumed at site is less than the quantity ascertained taking into consideration the cement factors for various items by more than 1% the cost of the cement not so used (i. service roads the contractor/s will be allowed the use of such path or service roads free of cost. 27. 28.I. Empty cement bags will be the property of contractor.14 28.2. Contractors will have to produce license for labour to be engaged on for this work from the concerned Labour Enforcement Officer under Contractor Labour Regulation and 28. so as to avoid contact of cement bags with the floor or alternatively scrap G. The stacks of cement bags shall be covered with tarpauline during monsoons so as to obviate the possibility of deterioration of cement by moisture in the atmosphere.2. 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 and or private land and without in any way involving the Railway in any dispute for damage and/or compensation. 27. paths etc. whichever is less subject to recovery as per clause given below.of tenderer/s Page 63 of 89 .10 Stacking of cement in the godown shall be done on a layer of wooden sleepers. for carrying his/their tools and plants labour and materials etc. will be final and binding on the contractor. a variation of + 1% (MAX) will be allowed in the consumption of cement on works.3 Sign. tools. that may be required by him/them for plying his/their vehicles for the carriage of his/their men and materials. 27.Freight Boundary Wall CDG the N.S. various items. SERVICE ROADS: The contractor/s shall make his/their arrangements for service roads. 27. plants and machinery for successful completion of the work.2. The tenderers/s will be deemed to have included the cost of making any service roads.1. Cement shall be stored in such a manner as to permit easy access for proper inspection.2 28. In case of any dispute regarding interpretation of any of the above mentioned clause the decision of Chief Engineer/Const. and will also allow the Railways use of such paths and service roads etc..0.2.13 Cement actually consumed on works shall normally match the quantity calculated as per cement factors for various items . roads or paths etc. The wooden sleepers/scrap G. for plying its own vehicles free of cost. Cement should not be stacked more than ten layers high to prevent bursting of bags in the bottom layers and formation of clods. 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. 0. railway experienced gang man will be posted as flagman at the cost of the contractor to prevent accident. 29. life and property during execution of work. men. the barricading shall be done by Railways and the entire cost plus departmental charges @12.3 Proper lighting arrangements. telecom and/or electrical cables may exist in the vicinity of such an area where utmost precautions are to be taken while excavating the earth. Contractor would not bring any item at site which is of hazardous nature and threatens the safety at site. 29. an amount as decided by Railways shall be recovered from the contractor for loss due to damage of service cable. The work is to be carried out along over the running track. Similarly. it would be desirable that the contractor does isolate such existing cables in a manner as directed at site and re-lay them in the position after execution of such work at his own cost for which nothing extra shall be paid. The rate quoted shall be inclusive of all lead. 31. decision taken by Dy. 30. informatory signs and boards and additional members are required to be provided for execution of work to maintain the safety at site. adequate supports.0. descend. In addition. 31. Sign. PRECAUTIONS DURING EXECUTION OF WORK ALONG RUNNING TRACK.CE/C will be final and binding upon the contractor and no claim on this account whatsoever shall be entertained.2.Freight Boundary Wall CDG Abolition Act 1970 prior to the commencement of the work failing which payment for the work done will not be made. Contractor shall have to take adequate precautions to avoid cutting/ damage to such existing cables.1. handling. Contractor is fully responsible for compile safety at site. material and machinery.4 30. In this regard. ascend. 29. The contractor shall ensure that no damage injury or loss is caused or likely to be caused to any person or property. SAFETY OF TRACK AND MEN: 30. life. At such locations where road vehicles of the contractor are permitted to ply adjacent to the running lines. the cost of bricks or any quantifiable additional work shall be paid under relevant items of tender schedule. regulations regarding the complete safety of the works. Proper guidance and education and knowledge may be given by the contractor/representative regarding the safety procedures to the concerned staff. There is a possibility that operative cable of signals.of tenderer/s Page 64 of 89 . The contractor shall adopt all precautionary measures to safeguard track. However. re-handling if any due to any reasons including crossing of track and also shall cover risk to track. It may involve excavation of natural ground level as per requirement. even after written notice from the Engineer to this effect. lifts. property structure etc. 29. suitable barricading will have to be done by providing bamboo/wooden/steel pipe posts and nylon rope at a distance of 3. SAFETY AT SITE:Contract has to follow and observe all the rules.2.5 metre from centre line of running track as approved by the Engineer if the contractor fails to make the arrangements of barricading. in case of damage to the existing cable due to carelessness on the part of contractor. If the work is required to be done during night shifts proper lightening arrangements should be done by contractor and prior permission is required to be obtained from Engineer in charge before commencing the work during night shifts.0.1. For this purpose. and the rates shall include all measures.1.5% shall be recovered from the contractor’s on account bill. 29. signals. stacking at site. As per the direction of the site Engineer.4 The contractor shall make the watering arrangements inclusive of digging of tube wells/hand pumps. No request will be entertained for finalizing closing the contractor after part execution. 32. excavating pit. octroi.4. The sapling with attached soil (PINI) shall be placed in the middle of the half filled pit and soil poured around it. the contractor shall make proper arrangement of lighting. 33. 32.S. at regular interval at his own cost and noting extra will be paid on account of it. which will have to be removed/dismantled to clear the site.2 Plantation The pits should be excavating in a row and at regular spacing. 32. the progress of works of such items will have to be expedited or hold back taking into consideration the smooth working of other agencies also without any extra cost.2. 32.e.10 The contract is for full job i. 33.5 The basin of plants will be regularly hoed fortnightly and all round the tree up to a distance of at least 0. at his own cost and nothing extra will be paid. it should be compacted by foot. The irrigation of plants will be as per NS items 32. Contractor shall be fully responsible for protection of plants from termite. handling.9 The minimum height of tree should be as per prescribed in the N. may be interlinked with certain other works to be executed by other Railway/ Other agencies. 33. item at the end of two years maintenance period. sub. security. construction of channels. And shall apply insecticides/pesticides etc. 32.1.6 The contractor shall provide the fertilizer time to time to the tree for propped health and growth at his own cost and noting extra will be paid. pests.Freight Boundary Wall CDG 32. sales tax and royalty or any other charges levied or leviable by the State Government or Local Bodies. healthy and straight sapling in height as prescribed in the N. the contractor will keep one sapling near each pit after that he will fill the excavated pit with soil mixed with manure & powder leaving a depth equal to height of polythene containing the sapling.item in polythene bag/PW for transplanting.5 m. insects. 32.0 32. Sign. leads/lifts. disease etc. re-handling. The rates quoted by the Contractor/s shall be all inclusive of through rates i. toll tax. 32. 33. There may be obstructions due to existing services/structures over ground/ underground.7 The contractor shall bring the fresh.S. Polythene will be cut with the knife from top to bottom and shall be removed.e.0. at site during the night to undertake the work smoothly adhering to the prescribed quality standards. If the Engineer is satisfied that the work is not likely to be completed in time except by resorting to night working and the contractor is ordered to carry out the event at night.of tenderer/s Page 65 of 89 .8 While transplanting the sapling. tools and plants etc. After pouring the soil all around. All such works will be done as per the direction of Engineer at site for which necessary payment shall be made.3.1 32. 33.3 The contractor shall be fully responsible for watching and protection of plants from cattle or any other danger and will keep adequate number of chowkidars on site for safety of plants. Nothing extra to be paid on this account. GENERAL INSTRUCTIONS: Some of Civil Engineering works required to be executed under this agreement. Channels etc. transplanting sapling and maintaining it for 2 years. loading/unloading. 33. labour etc. Tenderers are required to submit credentials about their experience of having executed this type of various works. equipments and finance to handle the job.5. The work is to be completed on a strict time bound schedule. Northern Railway will be final and the binding on the contractor. equipments and finance to handle the job shall be considered. Northern Railway. 33. Signature of tenderer__________ Address_____________________ Sign.10. The contractor will be required to stack the material at the specified area nominated by the Engineer-in-charge. Proper spacing for stacking the material may not be given in the yard and it may be away from the yard. requisite tools and plants. for layout at his/their own cost & shall maintain at site till completion & handing over of the work.8. 33. pegs. material. Contractor/s shall arrange chord. and Standard Schedule of rates 1996 of Northern Railway as corrected up to the extent..9. The contractors are advised to see the site of work and make themselves familiar with the working conditions availability of labour. For & on behalf of the President of India I/We agree to abide by the terms and conditions mentioned at page 1 to 89 as well as General Conditions of contract 1999. paints. Standard Specifications of 1987. The contractors who have sound experience and necessary resources. Chandigarh.6.12. In case of any dispute regarding interpretation of any of the above mentioned clause. so that they can quote their rates keeping these things in account. Dy.of tenderer/s Page 66 of 89 . contractor will be required to submit the detailed program for completion of works. requisite tools and plants. the decision of Chief Engineer/Const.Freight Boundary Wall CDG 33.7 33. 33. shall be considered. Only those contractors who have sound experience and necessary resources. the contractor may have to handle the material involving head lead etc. site for labour huts and approach road etc. If. 33. The work is to be completed on a strict time bound schedule. Tenderer/s is/are required to submit credentials about their experience of having executed these kinds of various works. Chief Engineer/Const-I. After the acceptance letter is issued. 33. The successful tenderers on award of contract will have to furnish contractor’s bank A/c number and name of the bank against which all payments in respect of the contract during currency of the contract shall be made. proper approach road for transporting the various material are not available.11. the latest three books are applicable. 23.2001 (Authority RB letter No. 1986 to read as under: 826. v) The unloaded ballast / rails/ sleepers/ other P. shall be demarcated and acknowledged by the contractor. the work shall be so carried out that there is no infringement to the Railways schedule of dimensions.of tenderer/s Page 67 of 89 . vi) Supplementary site specific instructions. the area where road vehicles and / or machinery are required to ply. Competency Certificate.98/CE-II/PRA/32.2 Sign.826 be added to Chapter VIII of the IRPWM.______________________. which will be valid only for the work for which it has been issued. Certified that Sh. Special care shall be taken for turning / reversal of road vehicles / machinery without infringing the running track Barricading shall be provided wherever justified and feasible as per site conditions. For this purpose. Way working on ______________________ work. doublings.Way materials after unloading along track should be kept clear off moving dimensions and stacked as per the specified heights and distance from the running track.Freight Boundary Wall CDG ANNEXURE-1 IRPWM C/S NO. ii) Wherever the road vehicles and/ or machinery are required to work in the close vicinity of railway line. i) The contractor shall not start any work without the presence of railway supervisor at site. iii) The look out and whistle caution orders shall be issued to the trains and speed restrictions imposed where considered necessary. wherever considered necessary shall be issued by the Engineer in charge. The following measures should invariably be adopted.5. Safe working of contractors – A large number of men and machinery are deployed by the contractors for track renewals.5. iv) The supervisor / workmen should be counseled about safety measures. gauge conversions.2001) A new Para No. It is therefore essential that adequate safety measures are taken for safety of the trains as well as the work force. P. dated 23. Asstt: Engineer Signature of the tenderers Annexure. bridge rebuilding etc. 69 DT. A competency certificate to the contractor’s as per proforma annexed shall be issued by AEN. Suitable flagmen / detonators shall be provided where necessary for protection of trains. Way supervisor of M/s.___________________ has been examined regarding P. His knowledge has been found satisfactory and he is capable of supervising the work safety. required for ensuring safe running of trains shall be provided by Contractor at his own cost. In case training is imparted at a recognized Railway training institute. His knowledge has been found satisfactory and he is capable of supervising the work safely. No Supervisor / Operator of the Contractor shall work or allowed to work in the vicinity of running track who is not in possession of valid competency certificate. plants etc. which is close to the running track. by a Railway Officer not below the rank of Assistant level. materials. tools. Signature of the tenderer/s. Annexure – 3 Sign.__________________________ Supervisor/ Operator of M/s____________________ has been trained and examined in safety measures to be followed while working in the vicinity of running Railway track for the work _____________________. Signature and designation of the Officer. All the labour.of tenderer/s Page 68 of 89 . This certificate is valid only for the work mentioned in this certificate only. Engineer in charge of the work shall decide the scale. as decided by Railway shall be recovered from contractor. Competency Certificate Certified that Shri.Freight Boundary Wall CDG Special conditions of contract Training to Supervisors and Operators of the Contractor The Supervisors and Operators of the Contractor proposed to be deployed at work site. shall be imparted mandatory training by the Railway about the safety measures to be adopted while working in the vicinity of running track. A competency certificate to this effect to the individual Supervisor / Operator shall be issued as given below. the charges for the same. extent & adequacy of training. 5 m from center line of the nearest track. The contractor shall not allow any road vehicle belonging to him or his suppliers etc. of individual vehicles. shall bear cost of all damages to his equipment’s & men and also damages to railway & its passengers. Rly. dated 13. Contractor shall provide 150 mm thick white line with lime at a distance of 3.Freight Boundary Wall CDG COMPENDIUM OF INSTRUCTIONS ON SAFETY AT WORK SITES 1. scale Officer shall be the overall in charge for the safety at the site of work. Nominated vehicles & drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work. This will be placed at a distance of 3. contractor’s flagman and supervisor and will give written permission giving names of road vehicles drivers. Sign.of tenderer/s Page 69 of 89 . names and license particulars of the drivers location. This white line shall be in the entire length where work is going on and/or the vehicles/ machineries are plying along the track.8. road vehicles are necessary to be used in railway land next to the railway line. Machine / vehicles shall ply 6m clear of track and movement / work at less than 6m and upto 3.98 Annexure VIII) 2. Inspector at site shall ensure that the driver who does not possess competency certificate will not work at site. 2. The area between running line and white line shall not be permitted to become slushy and adequate drainage must be ensured at all times. Cost of such railway employee shall be borne by the railway. The contractor shall remain fully responsible for ensuring safety and in case of any accident.2. 1.5. This shall be paid.5m clear of track centre. contractor’s flagmen and supervisor to be deployed on the work. No part of the road vehicle will be allowed at less than 3. shall be done in the presence of railway employee 1. If for execution of certain works viz earthwork for parallel railway line and supply of ballast for new or existing rail line gauge conversion etc.2m height .3. This permission will be subject to the following obligatory conditions: The road vehicles will ply only between sunrise and sunset. to ply in railway land next to the running line.5 m from centre of existing track. The vehicles shall ply 6m clear of track.1. Assistant Officer/ Sr. Assistant Officer / Sr. shall be done only in the presence of railway employee authorised by the Engineer in charge. The fencing shall consist of selfsupporting steel column connected with at least 20 mm thick red nylon rope. It will be personal responsibility of the Inspectors (both in charge and supervisory) to ensure safety. 1. 1. 2.3.98CE-I/CT/15. scale Officer shall issue competency certificate after checking license and their working to all drivers of nominated vehicle /machinery.2. 2. The engineer in charge or his authorized representative will personally counsel.’s letter No. Nothing extra shall be paid for this Barricading with the help of portable fencing shall be provided in the length where the day’s work is to be done in close vicinity of the track. duration and timings for such work / movement. Engineer in charge may impose any other condition necessary for a particular work or site (Ref.1.4. location. Any movement/ work at less than 6m and upto minimum 3. period and timing of the work.6. 2. the contractor shall apply to the Engineer in charge for permission giving the type and no. 2.5m from track centre. examine and certify the road vehicle drivers. Bd.4.5m clear of track centre. The columns shall be of 1. R 17 04 (I/a) No work on overhead lines or in the zone within two mtrs of any live equipment. track bonds.R 17 04 and their S. they are reconnected properly when the work is completed. All 2. 3.R. An authorized OHE staff should invariably be present. Para 20714 of AC Traction Manual.1. 3.8. (Ref. provisions of G. Normally.5m of the existing track. hand signal lamps and detonators.T. cross bonds. Part.5. hand signal lamps and detonators.7.R. If vehicle/ Machinery/ materials are to come within 3. Nothing extra shall be paid for this (Ref.II. G.10. Chapter – X) Before any overhead equipment of bonding is disturbed. unless otherwise specified the contractor shall at his own cost provide materials for and execute all shoring. injury or loss is caused or likely to be caused to any person or property. in order to ensure the following points. Existing roads or water courses shall not be blocked. with banner flags. excavation and works and shall ensure that no damage. The setting distance of the structures is not disturbed affected during the slewing.A. Power Block is correctly taken and “Permit to Work” (PTW) is issued.2000 Annexure-V) 3. The site /area where night working is to be done shall be adequately lit. altered. CAO/C’s letter No.9. Sign. G.I) 3. The return feeder connections to the rails at the feeding posts are proper and not disturbed.6. Precautions for the safety of staff working under the OHE are taken correctly.M.1 of GCC 1999) 5. 3. timbering and strutting works as is necessary for the stability and safety of all structures. During the execution of works.04 and S. ( Ref. night working shall be avoided. The structure bonds.05 and their SRs shall be complied with.Spl/Genl. 3.0. Vol. Clause 34. diverted or obstructed in any way by the contractor.7. The clearance particularly at over line structure is maintained to the required standards. 17. except with the permission of the Engineer.4. A caution order shall be issued and track will be protected with the banner flags. All staff should be warned that contact within 2 mtrs (unless protected by the screen ) to live portion of 25 KV traction OHE is dangerous and shall be strictly avoided ( Ref. 3. 3.3. in certain areas like Delhi.12. However. shall be carried out unless a regular “Permit to Work” is obtained from the authorized traction staff and line is made dead and earthed ( Ref. work must be done under the presence of an inspector authorized to do safety works. when relaying work or any major work on track is carried out. The track level is not raised beyond the permissible limits during the work. 3. The night working shall be permitted by AEN in writing. longitudinal rail bonds etc are not disturbed and if disconnected for the work.of tenderer/s Page 70 of 89 . The railway employee so deputed shall ensure safety of the track.2. 2. Excavation or digging near a mast foundation is done in such a manner that the foundation is not exposed. dated 35. the night working is unavoidable. One INSPECTOR shall be specifically deputed to supervise the night working. 3. cut through.Freight Boundary Wall CDG authorized by Engineer in charge. 3. 3.R 17. 4.11.5.8. 3. The Engineering officials in charge of such major works shall ensure that intimation to their counterpart for OHE maintenance work is given with adequate notice.62-W/0/4/3/0/W.C. the contractor shall make adequate provision for the passage of traffic. Clause 34. Clause 34. or to pay any compensation. Clause 34. II 1999) The contractor shall be responsible for all risk to the works and for trespass and shall make good at his own expense all loss or damage whether to the works themselves or to any other property of the Railway or the lives. cutting through. defense or compromise. water supply or means of lighting which may be interrupted by reason of the execution of the works and shall erect and maintain at his own cost barriers lights and other safeguards as prescribed by the Engineer for the regulation of the traffic. including that payable under the provisions of the workmen’s compensation Act or any statutory amendments thereof to any person or persons sustaining damages as aforesaid by reason of any act. or otherwise according to law. (Ref. (Ref.which the Railway may incur in reference thereto. and the incoming of any such expenses shall nt be called in question by the contractor.Freight Boundary Wall CDG compensation claimed for any unauthorized closure.2 of GCC 1999) 6. any sum or sums of money which may be paid and any expenses whether for reinstatement or otherwise which may be incurred and the propriety of any such payment. diversion or obstruction to such roads or water courses by the Contractor or his agent or his staff shall be recoverable from the contractor by deduction from any sums which may become due to him in terms of the contract.of tenderer/s Page 71 of 89 . 9. or any negligence or omissions on the part of the contractor the amount of any costs or charges including costs and charges in connection with legal proceedings .4 of GCC Part. to take such steps as may be considered necessary or desirable to ward off or mitigate the effect of such proceedings. During progress of work in any street or thorough fare. for securing safe access to all premises approached from such street or thorough fare and for any drainage. and in case the Railway shall be called upon to make good any costs. persons or property of others from whatsoever cause in connection with the works until they are taken over by the Railway and this although all reasonable and proper precautions may have been taken by the Contractor.3 of GCC 1999) 7 The contractor shall be responsible to take all precautions to ensure the safety of the public whether on public or railway property and shall post such lookout men as may in the opinion of the Engineer be required to comply with the regulations appertaining to the work. charging to contractor. loss or damages. (Ref. as aforesaid. (Ref. Sign. Clause 56 of GCC Part.contractor employed by him on the works and shall report serious accidents to any of them however and wherever occurring on the work to the Engineer or the Engineer’s Representative and shall make every arrangements to tender all possible assistance. shall be charged to the Contractor. The Railway shall have the power and right to pay or to defend or compromise any claim of threatened legal proceedings or in anticipation of legal proceedings being instituted consequent on the action or default of the contractor. and provide watchmen necessary to prevent accidents. The contractor shall be responsible for the safety of all employees directly or through petty contractors or sub. The work shall in such cases be executed night and day if so ordered by the Engineer and with such vigour so that the traffic way be impeded for as short a time as possible. alteration. II 1999) 8. Mangla Express dt. 1 Drivers of train must be served with caution orders to look on for any obstructions at the place of work.99/WI/S/Accident.of tenderer/s Page 72 of 89 . The training could be imparted to such supervisors at Zonal / divisional training schools or even by existing officers and staff of the Construction Organization itself. 5. 23. The Railway supervisors incharge of such work should also give suitable message to adjacent stations as well as through control for issuing caution orders to the trains approaching the work site. no contractor should do any kind of night working unless the Executive “Engineer in charge of the work gives the specified spots according to priority of work where night working has to be done. For this purpose he should be equipped with field telephone /walkie talkie set (Ref. 13.2000 Annexure IV) (Rly.3.99/CE-II/PRA/32(CRS).Rly. Clause 24 of the GCC Part. 20. flags. The cost of training shall however by borne by the Contractor. 13. (Ref. dt. II 1999) 10.8.7 Contractor’s representative should be issued a certificate by XEN/AEN to the effect that they have acquired sufficient knowledge about the safety precautions that are needed to be followed while working near the track. dt. hand signal lamps and detonators to arrange protection of trains. hand signal flags. dt. In case it is un avoidable. the work should always be done under superviso9n of Railway Supervisors in addition to contractor’s supervisors. adequate protective measures including lighting must be ensured. 13. The barrier should be painted with retro reflective paint at suitable intervals to give warning at night. Vulnerable locations where construction work adjacent to running line can cause accident should be protected by suitable strong barrier which should be included as a paid item in contract schedule. Bd’s letter No.2000 Annexure VI) 13. Arrangements should be made to protect the track in case of emergency at work sites.8. 13.Mangla Express dt.2000 Annexure III) Sign. Machines and vehicles should ply 6 metres clear of track.7. 13. 23.2. The intention is to ensure that the supervisors of the work executing agencies get acquainted with the safety practices that are required to be taken while executing all those works which have bearing on the safety of the running tracks.4.5. Bd’s letter No.6.7.99/CE-II/PRA/32(CRS). Bd’s letter No.4 Movement of Lorries near the track should be prohibited during night. (Ref. These locations should be decided by Executive Engineer Incharge of the work at the beginning of construction and intimated to contractor in writing. Bd’s letter No. The area of work should be demarcated by providing barricades and sign board which will enable the workmen posted at site and also the lorry drivers to have clear guidelines of movement of vehicles. In case movement at less than 6 metres away from track is in escapable. Work should not be allowed to progress without the prior approval of the Engineer in charge incase movement of vehicles close to the track is involved. in charge of the work.Freight Boundary Wall CDG (Ref.99/CE-II/PRA/32. No work adjacent to running track should be carried out at night without express written authority from the Executive Engineer. (Ref. In fact. 13.Rly.1999 Annexure VII) The training to the operators and supervisors of the work executing agencies in safe working along and on the track should be provided by railways. 12. These spots should be well lit at night. 21.1999 Annexure VII) 11. In addition. Suitable Railway personnel should be posted at site with safety equipment’s like banner.99/WI/S/Accident.Rly. Bd’s letter No.Rly. it should be permitted in the presence of railway employee authorized by the Engineer in charge. They should record corrective action to be taken in site order books / inspection books and their compliance followed up. supply of ballast and bringing out earth in case of suburban sections.of tenderer/s Page 73 of 89 .3 14. ( Ref.5. dt. In order to ensure that no short cuts or unsafe practices are adopted at construction site. Railway Bd. 15. These should be checked once a year at Assistant Officer’s level and it should be ensured that there is no aggravation of any permitted infringement. constructed areas etc. Annexure-4 Sign. on bridges. Railway Bd. sand. deep cuttings. All works planned for execution close to the running lines and fixed structu5res.2000/CE-II/PRA/12. should be carried out only after preparation of detailed plans for the same.’s letter No. All the work inside a tunnel. SR.Freight Boundary Wall CDG 14.2 14. 16. Special training and counseling should be imparted to all field staff engaged in maintenance of railway assets regarding the safety at work sites and all of them should be in possessions of a compendium.2001/CE-II/PRA/10 (CRS).’s letter No.1.DSO or DSO. In addition periodic drives should be carried out to ensure safety at construction sites. ADRM.4. Construction Officers incharge of Division and relevant extracts with each Divisional and other Officers. cuttings.2002 Annexure – II) Wherever it is difficult to ply the trucks on road during day light hours for bringing building materials such as chips.2002 Annexure –I ) 14. The consolidated list should be in possession of DRM. (Ref. Sr.5.5. All permissible or sanctioned infringements should be consolidated for each Division traffic section wise. inside tunnels. In order to ensure safety provision of mobile phones based on the needs of the individual work sites and keeping the provision in the estimate may be provided. Officials should inspect the safety aspect in detail during their inspection and guide the staff in adopting safe practices. the additional staff should be posted during night working duly properly lighted to ensure safety of the running tracks. getting clearances from the Engineering Department of the Open line and approval of competent authority to ensure that the execution of the works will not in any way infringe the prescribed schedule of dimensions or aggravate existing permissible infringements. 14. dated 21. Similar training should also be organized for Railway’s Associates and contractors working in close proximity of the running track and specific para to this effect should also be included in all future contracts requiring execution of work in the near vicinity of running lines. on bridges. constructed areas etc. should be carried out in accordance to the provisions in Chapter VIII of IRPWM and Para 1009 of Bridge Manual 1998 and preferably under block protection. Freight Boundary Wall CDG QUESTIONNAIRE CONTRACTOR. Shall be provided along the lime making as permanent marks. At what distance. i) ii) FOR TRAINING OF SUPERVISORS AND OPERATORS OF IMPORTANT NOTES: The following set of Questionnaire is not exhaustive and supplementary site and work specific training should also be imparted.5m from center line of track.of tenderer/s Page 74 of 89 . Normally.0 m but not less than 3.5 m from center line of nearest running track.0 m from center line of nearest running track. iii) A. the road vehicles shall be run or machinery shall be worked so as not to come closer than 6. a road vehicle can be plied or machinery can be worked close to running tracks. Whistle boards shall be provided wherever considered necessary. The train drivers shall be advised to whistle freely to warn about the approaching train. Demarcation of land shall be done by bright coloured ribbon/ nylon chord suspended on 75 cm high wooden /bamboo posts of distance of 3. if vehicle/ machinery is to be worked closer to 6. The road vehicles shall ply or machinery shall work so as not to infringe the line of demarcation. PLYING OF ROAD VEHICLES AND WORKING OF MACHINERIES CLOSE TO RUNNING TRACKS.5m from center line of running track? If a road vehicle or machinery is to work closer to 6. 2) What precautions are required to be taken to ensure that vehicles/ machinery do not come closer to 6. whenever considered necessary. Railway’s Supervisor shall issue suitable caution order to Drivers of approaching train about road vehicles plying or machineries working close to running tracks. Presence of an authorized Railway’s representative shall be ensured before plying of vehicle or working of machinery. Wooden pegs at interval not exceeding 75 mts. 1) iii) iv) v) Sign. An officer not below the rank of Assistant Level shall issue the competency certificate to the Contractor’s Supervisor/Operator only after getting clear acknowledgement from person being imparted training for having been trained properly and understood various safety aspects. Lookout men shall be posted along the track at a distance of 800 m from such locations who will carry red flag and whistles to warn the road vehicles/ machinery users about the approaching trains. The contractor’s Supervisors of one department should be trained for safety requirements of other department also to ensure better co-ordination amongst different work executing agencies. i) ii) In no case the road vehicle shall run or machinery shall work at distance less than 3. following precautions shall be observed.0 m of running track? The land strip adjacent to running tracks where road vehicle is to ply or machinery is to work. shall be demarcated in advance in consultation with the Railway’s Supervisor.0 m due to site conditions or requirement of work. 3) What is required to be done. 6. if road vehicles is to ply or machinery is to work closer to 3.of tenderer/s Page 75 of 89 .Way Manual as case may be. The train drivers shall be advised to whistle freely to warn about the approaching train. 9. additional lookout men shall be posted.5m from running track? Under unavoidable conditions. iii) Suitable speed restriction shall be imposed on traffic block shall be ensured as required. B EXECUTION OF WORKS CLOSE TO OR ON RUNNING LINES.5m of running rack shall be done only under protection of track. What is required to be done. The site shall be protected as per provisions of para No. if vehicle/ machinery is to be worked closer to 3. Can the road vehicles be allowed to run close to running rack during night hours? No road vehicles shall not be allowed to run along the track during night hours generally in unavoidable situations. On curves where visibility is poor. Presence of Railway’s Supervisor shall be ensured at worksite. No any work close to or on running tracks shall be executed under the presence of Railway’s Supervisor only. Can road vehicle/ machinery etc be left at site unattended? No road vehicle / machinery/ plant etc. 806 & 807 of P. following precautions shall be observed:i) Ply of vehicle or working of machinery closer to 3. vehicles shall be allowed to work during night hours only in the presence of an authorised Railway’s representative and where adequate lighting arrangements are made and where adequate precautions as mentioned earlier have been ensured. What precaution shall be taken to ensure safety of trains while execution of works close to the running line or on running lines? The following precautions shall be taken before executing track works close to running lines or on running lines: i) Such works shall be planned and necessary drawings particularly with regard to infringement to moving dimensions shall be finalized duly approved by competent authority before execution of work. The road vehicle driver shall always face the Railway track during the course of running / reversing his vehicle. 8. Sign. ii) All temporary arrangements required to be made during execution of work shall be made in such a manner that moving dimension do not infringe. ii) iii) 5. Railway’s Supervisor shall issue suitable caution order to Drivers of approaching train about road vehicles plying or machineries working close to running tracks. when stabled near running tracks shall be property secured against any possible roll off and always be manned even during off Hours. Traffic block shall be imposed wherever considered necessary. 7. however. What precaution shall be taken while reversing road vehicle alongside the track? The location where vehicle will take a turn shall be demarcated duly approved by Railway’s representative. Can any work be started close to running line without presence of Railway’s share. Presence of an authorised Railway’s representative shall be ensured at such location.5 m due to site conditions or requirement of work.Freight Boundary Wall CDG vi) 4. The work shall be executed only as per approved procedure and drawings. Way Manual. After completion of work the released sleeper and fittings should be properly stacked away from the track to be kept clear of moving dimensions. shall be started only after the traffic block has been imposed. rails. The engineering indicator boards shall be lightened during night hours as per the provisions of P. While executing works at locations used by passengers and public. which infringes the moving dimensions. plants etc. the track shall be left with the proper track geometry so that the trains may pass safely. Block shall be removed only when all the temporary arrangement machineries.Way Manual as case may be. have been kept clear of moving dimensions. ii) Railway’s Supervisor shall issue suitable caution order to Drivers of approaching train for whistling to warn the workers about the approaching train. What precaution shall be taken before stacking materials alongside the track to ensure that safety of trains is not affected? The following precautions shall be taken before stacking the material along the track for stacking of ballast. At locations. Sign. shall be provided at appropriate locations to warn the public/ passengers. what precaution shall be taken to safety of public on Passengers? The work site shall be suitable demarcated to keep public and passengers away from the work area. Adequate lighting arrangement of work site wherever required shall be done to ensure safety of public / passengers during night 15. i) ii) iii) iv) What precaution shall be taken to ensure safety of electrical / signal/ telephone cables while excavating near tracks? Particular care shall be taken to mark locations of buried electrical / signal/ telephone cables on the plans and also at site so that these are not damaged during excavation. 13. Necessary signage boards such as ‘Work in Progress’ etc. A ‘First aid Kit’ shall always be kept ready at site. iii) 14.of tenderer/s Page 76 of 89 . The works close to running line. Before closing the work. 10. tools. 806 & 807 of P. What precautions shall be taken to ensure safety of workers while working close to running lines? i) Necessary lookout men with red flags and whistles shall be provided to warn the workmen about the approaching train. Due care shall be taken to ensure that any part of the equipment or machinery or temporary arrangement does not come close to cables while working.Freight Boundary Wall CDG iv) The site shall be protected as per provisions of para No. generally shall be carried out only during day hours. What precaution shall be taken during execution of works during night? 12. Whistle boards shall be provided wherever considered necessary. WHAT PRECAUITON SHALL BE TAKEN DURING EXECUTION OF WORKS REQUIRING TRAFFIC BLOCKS? Any work. however. i) ii) 11. where night working is unavoidable proper lighting arrangement should be made. sleepers etc. v) Necessary equipment for safety of trains during emergency shall be kept ready at site. iii) iv) 19. After this he shall display the red flag (red lamp during night) at distance of 45 m from the detonators. What equipment is required for protection of track? Minimum compliment of protection equipment i. The contractor’s supervisors.of tenderer/s Page 77 of 89 . PROTECTION OF TRACK DURING EMERGENCY. if other tracks are also obstructed. shall always be kept ready at work sites for use in case of emergency. 10 detonators.Freight Boundary Wall CDG i) The sites of material stacking should be selected in advance in such a manner to ensure that no part of the material to be stacked is infringing to the Standard Moving Dimensions. What action shall be taken if train is seen approaching to site of danger and there is no time to protect the track as per guidelines mentioned above? In such a case the detonators shall be planted on rails immediately at distance away from place of danger as possible and attention of driver of approaching train shall be invited by whistling. the protection as above shall be done for other tracks also. 4 red hand flags. 4 red hand lamps. Railway will arrange to provide detonators. Sign. gesticulating and shouting. he shall take immediate steps to advise a Railway official of such danger and assist him in protection of track. whereas Contractor shall arrange other equipment at his own cost. One person shall immediately plant a red flag ( red lamp during night ) at the spot and proceed with all haste in the direction of approaching train with a red flag in hand ( red lamp during night ) and plant a detonator on rail at a distance of 600 m from the place of obstruction for BG track ( 400 m for MG/NG track ) after which he shall further proceed for not less than 1200 m from the place of obstruction of BG track ( 800 m for MG/NG track ) and plant three detonators at 10 m apart on rails. Operators and lookout men shall be properly explained about the direction of trains on running tracks. What action shall be taken if more than one track is obstructed? i) ii) In case of single line protection as above shall be done in both the direction from place of danger. 17. 4 banner flags and whistles etc. In case of double line or multiple lines. The protection shall be done in that direction and on that track first on which train is likely to arrive first. 18. 16. Attempts shall also be taken to send an advice to nearest Railway station about the incident. What action shall be taken when a Contractor’s Supervisor or vehicle operator apprehends any unusual circumstances likely to infringe the track and endanger safe running of trains? At any time if a contractor’s supervisor or vehicle operator observed any unusual circumstances likely to infringe the track and apprehend danger to safe running of track. waving the red flat vigorously. The track shall be protected as under.e. The material shall be stacked in such a height so as to not to infringe SOD in case of accidental roll off. Presence of an authorized Railways representative while unloading and stacking shall be ensured. A plan of proposed stacking locations be made and signed jointly by an authorized Railway’s representative and contractor’s representative. ii) iii) iv) C. The selected locations shall be marked by line in advance. immediately. The “Green” Aspects of the Signal means “Proceed with maximum permitted speed”. 27. crow bar. on points/turnouts which are provided with point machines or EDs. Only those lookout men shall be provided at site who have been issued with a competency certificate by the Railway/s Supervisor. it is felt necessary Railway Administration shall provide lookout men. 25. which may result in accident. In case. high voltage cables are also found in station area. fire and signal failures. The lookout men shall be properly trained in warning to staff at work site about approaching train. Contractor will provide lookout men. rail piece etc.of tenderer/s Page 78 of 89 .Freight Boundary Wall CDG 20. SAFETY ASPECTS RELATED TO SIGNALLING WHILE WORKING IN STATON YARD / NEAR THE TRACK. may cause failure of track circuit and signal leading to detention to trains. 28 What happens when working on points / turnouts. Cutting of these cables while digging may cause spark. What action is to be taken if any cable is found while digging in station area? While digging in station area. which are provided with point machines or Eds? Working without the presence of signaling staff. What happen when cutting of or interfering with any signaling cables / wires is done? Cutting of or interfering with any Signaling cables/ wires will cause failure of signals and thereby heavy detention to trains. if any cable is found. may cause failure of signal on the face of approaching train and result into accident. wires. Whose permission is required to be obtained prior to interference with any Signaling gears? Permission from concerned Station Master/ Signaling staff is required prior to interfering with any Signaling gears. The existence of cable route marker indicates the presence of cable at a depth of 0.0 m. rail piece etc? Shorting of both rails by metallic object like Motor trolley. crow bar. 21. What is the indication of different colour aspects of the Signal? The indications given by different colour aspects of signals to driver of approaching train are as under: i) ii) iii) The “Red” Aspect of the Signal indicates “Stop Dead” The “Yellow” Aspect of the Signal means “move the train cautiously upto next stop signal. 23. 24. wires. What happens if any high voltage cable is cut while digging in station area? Sometimes. 26. digging should be stopped and the signaling staff at the station should be informed immediately. What happen when both the rails are shorted by metallic object like Motor Trolley.6 m to 1. Who will arrange look out men? i) ii) iii) iv) D. 29 What precaution is to be taken while using earth excavator near Track in Station area? 22 What is the meaning of Existence of Cable Route Marker? Sign. 41. 38 What happens when is ballast come in between switch and stock rail of a point? In point zone. Can any electrical work be executed close to running line without presence of a Railway’s Representative? No any electrical work close to running track shall be executed only under the presence of an authorized Railway’s Representative. otherwise it may cause damage to cables. interfering with any track fittings on the route may cause failure of track circuit and signals.Freight Boundary Wall CDG Earth Excavator should only be used in presence of a Railway’s Supervisor near track in station area provided with MACLS. as it may cause point failure. 33 Why permission should be obtained before carrying rails by diplory? Permission should be obtained before carrying rails by diplorry to avoid track circuit/ signal failure. 30 31 What precaution is to be taken while cutting rails in track circuited area? Rails should be cut only in presence of signal staff in track circuited area. 34 What happens when signal is green/ yellow. 40. which may cause accident. What happens by cutting and disturbing the electrical Bonding in track circuit? Cutting and disturbing of Electrical bonding may cause failure of track circuit on unsafe side. Excavation should be stopped immediately and signaling staff on the station should be informed. ballast should not come in between switch and stock rail. What precautions are to be taken while doing excavation of trenches nearby Railway track? i) The path/location of excavation shall be got cleared from concerned electrical supervisor to prevent damage to existing cables etc.of tenderer/s Page 79 of 89 . 39. Disconnecting the same may cause unsafe condition. there is possibility of cable below the brick layer. provision of metallic liners can cause failure of signal 36 What does mean if bricks are found while digging and what is to be done in such case? While digging. and any track fitting is interfered with? When signal is green / yellow. While working near live OHE what minimum distance you will keep? A minimum distance of 2m has to be maintained between live OHE wire any body part of worker or tools or metallic supports etc. SAFETY ASPECTS TO BE OBSERVED WHILE WORKING NEAR OHE. Sign. 37 Why Earthing wires connected to Signaling gears should not be disconnected? Earthing provided for signals and location boxes in electrified area is for protection of equipments and human safety. 32 What any other voltage carrying live wire should not be touched to rails? Any other voltage carrying / live wire should not be touched to rails as it may cause short circuit. E. if bricks are found. 35 Why Metallic liners should not be used in track circuited area? In track circuited area. ii) No digging by JCB is to be done without obtaining clearance from concerned electrical supervisor. Can anyone tap electric connection from Railways supply for working electrical equipment / gadgets etc. 46. Only after getting ensured that structure is property earthed. 47. near tracks or platforms etc. 44. i) All wires shall be adequate rating / size so as not to cause insulation puncture or open circuits. it is unsafe and no one shall work under / below counter weight. It should be ensured that OHE is dead before commencing work. Whether any lighting connection etc. Can metallic ladders and metallic measuring tape be used in live electrified area? No metallic ladder and metallic measuring tape shall not be used in live electrified area. 45. Can anyone climb on electrical structure? No before climbing any electrical structure. ii) The wires use shall have adequate insulation to prevent short circuiting or shocks. If at all it is necessary. These may come in near vicinity of live OHE equipment and cause fatal shock. the same shall be done with due permission from Electrical Supervisor only. iii) All connections / joints shall be property tight and covered suitably to avoid accidental shocks or flashing etc. 43. the workman shall climb the structure. Is working under / below counter weight safe? No. 48. 50. Can electrical work be done on live OHE? No for doing any electrical work on OHE power block shall be obtained from competent authority. What precautions are required to be taken while doing electrical work on platform or in areas where human beings are moving? The area around the work place is to be cordoned off up to a suitable distance to prevent any damage or accidental electrocution of human beings passing nearby.of tenderer/s Page 80 of 89 .Freight Boundary Wall CDG 42. 52. Can earthing be removed/disconnected? While excavating of trenches or doing any other work near tracks? No farthing shall not be removed/ disconnected. permission from concerned electrical supervisor shall be taken. at site? No. What precautions are to be taken while operating electrical equipments from DG/Power source etc. no one is permitted to top railways electric supply lines without prior permission and payment of prescribed charges. can be tapped from OHE? No it is very unsafe being high voltage it is not permitted under any circumstances to take connecting from live OHE. 51. Whom will you approach before opening or fitting the track bond or structure bond? Opening or connecting of track/ structure bond is to be done in presence of Electrical Supervisor concerned. The connection has to be done in presence of electrical supervisor only. Can anyone climb over the roof of coach / engine standing on electrified section for doing any work? Sign. While operating electrical equipments weather through DG set or through normal electric supply following precautions shall be taken for safe working. 49. no one should climb over the roof of coach / engine standing on electrified section for any purpose unless a proper Power Block is obtained? 53. Sign. the work shall be done in close co-ordinator under instructions of railways representative. What are the precautions to be taken while erecting electrical fittings etc. in tunnels/ bridges? All such fittings are to be provided in such a way that they do not infringe “Standard Moving Dimensions”.Freight Boundary Wall CDG No.of tenderer/s Page 81 of 89 . For ensuring this. of boundary wall and cement concrete approach road additional work extension of platforms and other allied works in c/w Freight Terminal facilities works at Chandigarh in c/w CDGLDH new BG Rail link. RATES AND QUANTITIES Name of work Const. SOR96 except item (i) to (iv) above.00 (v) All other Chapters of N.Rly.65 (ii) CH.Freight Boundary Wall CDG SCHEDULE OF ITEMS.00 hrs.75 Lacs 253880/08/04/2011 at 15. 129916. SOR-96 348330.Rly.207.Rly. SOR-96 (i) 79285. SOR-96 76026. 09 (nine) months (From the date of issue of acceptance letters/ telegrams) SCHEDULE FOR QUOTING RATES SN DESCRIPTION Total cost as Rates to be quoted by the per N.22 of N.tenderer/s in %age above/below/ 1996 (Rs) at par on the cost as per SOR1996 (as shown in column 3) In Figures In Words 3 4 5 Approximate cost Earnest money Date of opening Completion period 1 2 SCHEDULE-A Ch.30 (iv) Ch.Rly.of tenderer/s Page 82 of 89 .Rly.Rly.13&15 (Brick work & Brick flooring only) of N.11&12 of N.25 (iii) CH 6 & 25 of N. Rs.40 Sign. SOR-96 201905. SOR. pumping/bailing out water if required all labour and material as a complete job. moorum with or without stones. vibrating the concrete. lift. boulders (excluding rock) as per specifications and special conditions of the contract and as directed by the Engineer. hooking. octroi and royalty etc.2 NS. in all respects with all labour and materials as a complete Cum 1120 Cum 1015 Cum 995 Cum 7500 Sign. Providing and laying RCC with M25/M30/M35 using cement. with earth excavated from outside railway boundary entirely arranged by the contractor at his own cost as per RDSO latest guide lines and specifications and special conditions of contract including all leads .Steel reinforcement & cement will be arranged by the contractor and payment (Except binding wire) shall be made under relevant NS items.3 NS. bending. leading and lifting. The rates are inclusive of contractor’s own machinery and equipment.. in all categories of soils such as sand. mechanical mixing.Cement will be arranged by the contractor and payment shall be made under relevant NS item. centering. weigh batching. descents. ascent. crossing of nallahas. water logged area and any other obstructions. labour.1 SCHEDULE B – SCHEDULE OF ITEMS & QUANTITIES Description of item Qty Unit Rate Figures words in & NS..4 Earth work in excavation for foundations of RCC wall. cutting down of trees. NOTE: . demarcation and setting out of profile. shoring. clay. clearing and disposing the un-wanted earth to low lying area within Railway boundary and leveling the site. pumping and bailing out water by manual or mechanical means etc. taxes. de-watering. NS. trolley refuges. heavy grass benching with all taxes. Earthwork in filling in embankment. if required. sand of approved quality and graded stone aggregate 40 mm and down gauge in foundation of RCC wall including all labour and material complete. keeping and maintaining in position all reinforcement steel including cost of binding wire.of tenderer/s Page 83 of 89 . shrubs. NOTE:. cutting. material. Cement concrete M10/M15/M20 using cement. the sites of the foundation pits and including refilling the excavated soil. binding and placing. station platform etc. curing for specified period all lead and lifts all labour and material as a complete job. leveling. timbering and buttressing with sand clay bags and all such measures necessary to retain in position. descents. strutting.Freight Boundary Wall CDG NS item no. (No claim will be entertained on any account and payment will be made as per dimension in plan and no payment of side slopes is allowed). mixing of concrete with mechanical mixers and compaction with mechanical/ electrical vibrators including all lead. dewatering. finishing the exposed surface. site clearance . The rate shall include all dressing of bank to the final profile. sand of approved quality and mechanically crushed stone chips 20 mm& down gauge in RCC wall as per approved GA plan provision of necessary shuttering. lift. roots of vegetation growth. The rate includes curing. ascents. uncoiling. site clearance and cutting down of trees.5 600 NS. octroi. The rate shall also include all dressing of side slopes of cutting and banks to final profile. crossing of railway line.Freight Boundary Wall CDG job. all lead.of tenderer/s Page 84 of 89 . straightening. hooking.7 105 Sign. descent. streams. Cement & steel will be arranged by the contractor and paid separately as per relevant NS items. heavy grass and other obstruction etc. ( No shrinkage will be deducted) Earth work in cutting in all types of soil except rock needing. provision of holes for OHE mast etc. temperature steel reinforcement including cost of MS binding wire of approved gauge mechanical mixing and vibrating of concrete. ascent. coarse sand of approved quality and mechanically crushed stone chips 20 mm/40 mm and down gauge well graded in bridges. lift. as per approved plan for all heights and depths in all ground water conditions above/below bed level including cost of shuttering.6 1500 NS. etc. watering and ramming in 15 cm layers including dressing with contractor’s own earth from outside Railway land all labour land material as a complete job. demarcation and setting out of profiles. curtain and drop wall. retaining wall. toe wall and side drains including any other protection works etc. pier. 2. NS. supplying and fixing 100 mm dia AC/PVC pipe weep holes in wing and return walls as per approved pattern. crossing of nallahs/streams or any other obstructions. cleaning. and leading all cuttings spoils in filling within the zone for making up embankments (after separating boulders weighing 15 kg and above) as per RDSO latest guide lines and specifications and special conditions of contract. curing of concrete for a specified period. of both cutting and embankments as a complete job. with earth of approved Cum quality including all lead. royalty taxes and compensation. wherever required with all labour and material as a complete job as per specifications. NOTE: To suit requirement as per relevant Clause of Special conditions relating to site data and specifications. Cum blasting/chiseling to be met with information. lift. wing wall/return walls/head wall. Earthwork in filling under floors etc. bending. placing and keeping in position. obstructions. centering scaffolding. abutment. trolly refuges. CC road. NOTE: To suit requirement as per relevant Clause of Special conditions relating to site data and specifications. roots of vegetation growth. Note: 1. ascent. rendering and finishing the exposed surfaces of concrete with carborandum stone. cutting. No deduction in concrete shall be made due to PVC/ AC weep holes and no additional payment of pipe shall be made. shrubs. Mass cement concrete with M-20/M-25 (Controlled Cum concrete) using cement. descent. binding. lift.e repairs etc. I/R for supplying and using JCB for earth work with fuel and other consumable items. Note 1. octroi. along with the test certificate of each lot of steel by the contractor from manufacturer and from the laboratory approved by the Engineer-in-charge at his own cost . complete job. This will include driver. unloading and stacking of steel reinforcement into contractor/s godown and leading the same to the site of work with contractor’s own labour. retaining walls etc.850 to km 44. over coping of toe walls. leading. crossing of nallahas. The rate shall be inclusive of all loading. handling. including all leads . water ways of bridges. with the contractor’s own equipment as detailed in special conditions relating site data and specifications. machinery. breast walls. toll tax. all labour material and machinery etc. required for this job including all lead.3. over berms and cutting. lifts. royalty if any. Nothing extra shall be paid on any account whatsoever it may be.railway track. Deduction rate of 3% shall be made if proper cleaning & application of protective coating is not done.11 MT 105 Sign. 2.Freight Boundary Wall CDG NS. barrier tax etc and other related works i. Extra for supplying and using steel reinforcement in RCC of high yield strength TMT bars of grade Fe 415 of make SAIL /TISCO/IISCO/Rashtriya Ispat Nigam Ltd or other ISO certified firm or repute as approved by Railways over all the items of SOR 1996 and NS items as per approved drawings and requirements. streams and all other obstructions including all taxes. trolley refuges and approaches of level crossings in layers not exceeding 60cm thick as per direction of engineer.10 Hour 50 NS. Payment of steel shall be made as per actual consumption at site.8 Extra for Mechanical compaction with vibratory rollers of earthwork in banks. crossing of lines. as a complete job and suitable vibratory roller at optimum moisture content to derived density as per RDSO latest guide lines and specifications and specials conditions of contract.of tenderer/s Page 85 of 89 .e. rehandling. descents or any other obstructions(from km 33. required helper and all taxes i.9 Cum 500 NS. Steel for temporary and enabling working will be arranged by the contractor at his own cost and will not be paid for. Nothing extra shall be paid on this account whatsoever it may be. station platforms. making approach roads. transportation. descents. ascents. side drains. including all arrangements. ascents . Nothing extra shall be paid on this account. Cum 7500 NS.590) on CHTL-AADR block section of NLDM-TLR new BG Rail Link). nallahas. Earthwork in all types soil including mud/slush slipped earth in catch water drains.Earth spoils to be dump outside the cutting or railway embankments as per instruction of the Engineer in charge for which necessary arrangements have to be made by the contractor. maintenance and protection from pest/insects cattle etc. 1. Watering alternative days with good quality potable water. plants materials. (e) Rest 20% after on completion of 2 years for surviving trees. Payment shall be made in following stages. NS.5 m radius. leading. creating infrastructure for site office and storage. Plantation of specified variety of plant. (a) 20% at the time of plantation. manure lindens dust neem. streams and all other obstructions including all taxes. machinery transportation required for this job including all leads.per plant shall be levied for any short fall dead of given variety plants at the time of handing over after two years of plantation. neem/jamun/Amaltas and thereafter maintenance/protection for two years of various plants along Railway boundary in c/w Freight Terminal facilities Chandigarh in c/w CDG-LDH new BG Rail link.13 Complete rate for procurement supply. (d) 20% after one and half year for surviving trees only. The plants shall be handed over to railway on successful completion of minimum two years of growth from the date of plantation in healthy condition with specified growth: Note: Penalty of Rs. Nothing extra shall be paid on this account. each 300 Bag 21306 Sign. lifts. as a complete job. For two years from the date of plantation by keeping sufficient number of gardeners/chowkidars etc. etc. The item rate shall be complete including cost of all labour.12 Supplying and using Portland pozzalona cement grade 43 conforming to IS 1489 Part I /1989 against all NS items as per cement factor for SOR/NS items. leading. and shall include flowing activities/work-making a pit 100cmx100cmxz100cmn and refilling the same with the mixture of sweet good quality (brought from outside) and dump manure (1:1) mixing 1 kg neem shield/neem powder in pit and 35 gms. nallahas. shields tools etc. The rate shall be inclusive of all loading.5% (BHC make or equivalent). testing. NOTE:-Cement for temporary an enabling works will be arranged by the contractor at his own cost and shall not be paid for. Lindane insecticide 6.500/. crossing of lines.of tenderer/s Page 86 of 89 . hoeing every fortnight upto 0. Height will be measured above ground level in natural strata. transplantation of sheesham. 2. unloading the cement into contractor/s godown and leading the same to the work site with contractor/s own labour.Freight Boundary Wall CDG NS. watering. (b) 20% after six months for surviving trees only (c) 20% after one year for surviving trees only. royalty etc. For making temporary arrangement. contractor will arrange cement. scaffolding. I/we clearly understand that I/we am/are not entitled to any other payment what so ever except at the tendered rate quoted against each item for fully completed works as per conditions of contract. unloading handling. 3. steel and other material as required at his own cost. and no extra payment will be made in this regard. Tenderer/s may please note that no separate correspondence will be made in this regard.e. all taxes. Signature of the Tenderer/s____________________ Address____________________________________ 2. centering etc. crossing of railway lines. leading. These are subject to variation depending upon the needs of the Railway and Railway reserves the right to increase /decrease the cost/quantities as per site conditions. obstructions. All items are for complete job including labour and material and all lead. rehandling. The tenderer/s are required to submit all the required documents including the credentials along with the original offer. descents.of tenderer/s Page 87 of 89 . i. ascents. rates and quantities are for rough guidance only. 4. octroi. Sign. lifts.Freight Boundary Wall CDG NOTES:-1. required for casting of sub structure / super structure. loading. The approximate cost /quantities shown against the schedule of items. 50 2.10 91.00 4740.10 22.75 18270.25 13 14 15 16 17 18 19 603(b) 605(b) 608(b) 613(b) 635 636(f) 637(f) 152 10 6 10 100 152 152 Qtl cut each each cm Qtl Qtl 1302.05 4727.22 Cement conc.80 148.6 Steel work welded in section Cutting rails Notching rail Drilling holes.35 Sign.00 120.00 8315.00 0.30 276.80 494. 1:2:4 All other Chapters E/W in excavation Extra for excavation in found.30 2.60 49. is mixed in mech.75 4088.00 53287.00 12351.40 14. Cum Cum Rate 242.13&15 ( Brick work & Brick flooring only ) B/W in foundation 1:4 B/W in foundation 1:6 B/W in super structure 1:4 B/W in super structure 1:6 Ch. & floors 1124 CC coping 1125 Pre cast 1127 Leading of bed block 1203 RCC in floors 1223(a) Fibre board 12 mm Qty 55 24 25 35 10 4080 Unit Cum Cum Cum Cum Cum Per cm depth per mtr.55 75.80 831. Lead Dismantling CC Dismantling RCC Dismantling brick work Dismantling steel sections Dismantling steel beams 1044 1044 17.00 7. By mech.45 89.00 54208.50 17.50 Amount 13310.40 1124.00 12.00 415.00 10268. CH. Vibrator Extra if conc.70 27.00 Total 79285.70 474.25 76026.00 9135. Mixer instead of being hand mixed.75 2.50 6120.65 65.00 427.50 8.15 39.65 138.65 9 10 11 12 1307(a) 1308(a) 1319(a) 1320(a) 10 10 110 25 Cum Cum Cum Cum 472.00 1470.00 10.70 207.00 335.70 21 22 23 24 25 26 27 28 29 30 31 32 33 103 109 115 116 406(a) 406(b) 408(a) 408(b) 902 903 905 943 944 100 100 100 750 1 1 4 4 10 10 20 2 2 Cum Cum Cum Cum MT MT MT MT Cum Cum Cum MT MT 14.80 15. Lead Leading rails Addl./elect.55 1.00 Total 348330.of tenderer/s Page 88 of 89 .20 3.05 17.00 1 2 3 4 5 6 7 8 1226 1227 Extra for compaction of conc.30 20 2241 1020 Cum 341. Filling watering ramming Sand filling Leading rails.50 794.Freight Boundary Wall CDG Details of SOR-96 items CH.40 9778.15 116.50 348330.90 2416.11&12 1114 CC in found.70 1.40 494. Welding by electric Extra to item 603(a) Extra to item applying two coat paint over item 603(b) Ch.00 492. Addl.85 391.50 2.80 Total 201905.35 71.50 891.95 198048. of tenderer/s Page 89 of 89 .1624 etc.50 5343.60 Total 207.90 5.25 32. (1:6) 1803 White washing with lime three coats 1824 Snowcem 2101 Fixing of 25 mm GI pipe (c ) (labour rate) 2406(d) P&L light duty non pressure NP2 600mm dia RCC pipe 2 825 125 125 100 260 50 25 120 210 40 MT Sqm Sqm Sqm 10 Sqm 10 Sqm 10 Sqm 10 Sqm 10 Sqm Mtr. Cement conc.65 159. 103. Flooring 1:2:4 (75 mm th) 1624 Precast terrazo tiles 1625 Extra to item .40 END OF TENDER DOCUMENTS Sign.00 129916.70 32.90 104.75 85.45 69.00 13744.25 19987.70 346.25 12.25 1258.90 42.75 857.80 1218. (1:4) 1746 Plaster ordy 13 mm th. Mtr.Freight Boundary Wall CDG 34 946 35 1525(c) 36 37 38 39 40 41 42 43 44 Dismantling rail post Prov. 1715 Ruled pointing on B/W 1:3 1744 Plaster ordy 13 mm th.80 343.00 1779.70 68.40 26936.
Copyright © 2024 DOKUMEN.SITE Inc.