south central railway construction organisation … caocsc2016...south central railway construction...

113
T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 1 Signature of the tenderer/Contractor. SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations. Intended tenderers are requested to take note that the Tender for the above work has been called under Two Packet System of tendering as detailed below:

Upload: others

Post on 01-Nov-2019

14 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 1    

                                                                                                         Signature of the tenderer/Contractor. 

SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION

SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s

own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

Intended tenderers are requested to take note that the Tender for the above work has been called under Two Packet System of tendering as detailed below:

Page 2: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 2    

                                                                                                         Signature of the tenderer/Contractor. 

PACKET–1 - TECHNO–COMMERCIAL BID

PACKET–2 - PRICE BID

Page 3: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 3    

                                                                                                         Signature of the tenderer/Contractor. 

PACKET – 1

TECHNO – COMMERCIAL BID

Page 4: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 4    

                                                                                                         Signature of the tenderer/Contractor. 

SOUTH CENTRAL RAILWAY

Issued to: M.R.No: Dated:

Sri/M/s.

For Chief Admn Officer/Con/SC.

F O R M ‘A’

Tender Notice No. 18/CAO/C/SC/2016, Dated: 18-05-2016 (Item No.2) NAME OF WORK:- Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s

own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

1. Tender Value of work : Rs. 15,36,02,000/- 2. Earnest Money Deposit : Rs. 9,18,010 /- ( in Cash or Banker’s

cheques/ Demand Drafts) 3. Cost of Tender document

a) in person / Down loaded : Rs. 10,000.00 b) By post : Rs. 10,500.00

4. Completion period : 10(Ten) Months including monsoon period

6 Validity of offer : 120 days from date of opening of tender

7. Date & Time of Closing of : 23- 06 -2016 at 11.00 A.M.

Tender Box 8. Date & Time of Opening of : 23- 06 -2016 at 11.30 A.M.

Tender Box 9. Tender document is not transferable and the amount paid for is non-refundable.

10. Cash remittances will not be accepted by Chief Cashier or Divisional Cashier / Pay after

10.00 AM on 23- 06 -2016 (i.e., Tender opening day). Special attention to tenderers: Contractor has to set up temporary office with equipment at suitable place specified by Railway as envisaged in Para No.43, 44 and Annexure-XVI of special conditions of contract. The equipment can be taken back by contractor after completion of works. Contractor is deemed to have taken this into consideration while quoting his rates. Nothing extra will be paid.

Page 5: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 5    

                                                                                                         Signature of the tenderer/Contractor. 

NAME OF WORK: Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s

own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

CHECK LIST

(FOR THE GUIDANCE OF TENDERER WHILE SUBMISSION OF TENDER)

Sl. No. Action required Confirmed

( ✓ ) 1 Signing the tender documents on all the pages of Packet-1 and Packet-2 by

Tenderer / Authorised Signatory.

2 Submission of offer on Original printout of the tender document down loaded from the website as per Para No.19 of Instructions to Tenderer and Conditions of Tender.

3 Submission of Demand Draft towards the cost of tender document downloaded from website as per Para No.19 of Instructions to Tenderer and Conditions of Tender.

4 Submission of Earnest Money Deposit as per Para No.12 of Instructions to Tenderer and Conditions of Tender.

5 Submission of Certificate in support of Technical Eligibility, self attested photo copy, as per Para No.1.0 of Instructions to Tenderer and Conditions of Tender. a) In case of Railway works, the certificate should be issued by an officer not

below the rank of JA grade. b) In case of any other Government departments/ PSUs (other than Railways),

the certificate should be issued by an officer not the below the rank of Executive Engineer / equivalent grade.

6 Submission of Certificate in support of Financial Eligibility as per Para No.3.0 of Instructions to Tenderer and Conditions of Tender. a) Audited Balance sheet duly certified by Chartered Accountant (clearly

indicating contractual payments). b) Certificates from the Govt. department or Semi Governments / PSUs for the

work done for them.

7 Submission of Ballast test certificate as per Para No.1.0 of Instructions to Tenderer and Conditions of Tender (in case of tender schedule having item for Supply of Ballast).

8 Submission of documents of Tenderer as per Para No.5.0 of Instructions to Tenderer and Conditions of Tender to consider the offer for further evaluation as below :

In case the Tenderer is a Proprietary Firm or HUF : Affidavit on stamp paper of appropriate value to the effect that he is a sole proprietor (or) has consent / authority to act on behalf of HUF.

Page 6: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 6    

                                                                                                         Signature of the tenderer/Contractor. 

In case the Tenderer is a Partnership Firm(s) : i) Notary certified copy of the Partnership deed (or) Partnership deed duly

attested by Gazetted officer. ii) Power of Attorney in favour of one of the partners to act on behalf of the

firm and to enter into liability by signing the tender / agreement.

In case the Tenderer is a Private Limited / Limited Companies, the following documents: i) Notary certified copy of Resolution of the Directors of the Company

authorizing the one of the Directors / Managers of the company to act on behalf of the company.

ii) Copy of Memorandum and Articles of Association of the Company. iii) Power of Attorney by the Company authorizing the person to act as per (i) above.

9 Submission of Documents to be enclosed by the JV firm along with the tender as per Para No.15 of JV guide lines at Annexure–VI to consider the offer for further evaluation as below :

In case one or more members is / or a Proprietary Firm or HUF : Affidavit on Stamp Paper of appropriate value to the effect that he is sole proprietor (or) has consent / authority to act on behalf of HUF.

In case one or more members of the JV firm is / or a Partnership Firms: a) Notary certified copy of the Partnership Deed or Partnership Deed duly

attested by Gazetted officer. b) Consent of all the partners to enter into the Joint Venture Agreement on a

stamp paper of appropriate value (in original). c) Power of Attorney in favour of one of the partners to act on behalf of the

Firm an to enter into liability by signing the tender / agreement.

In case one or more members of a JV firm is/or a Private Limited Companies / Limited Companies :

a) Notary certified copy of Resolution of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign JV Agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company.

b) Copy of Memorandum and Articles of Association of the Company. c) Power of Attorney (duly registered as per prevailing law) by the Company

authorizing the person to act as per (a) above.

10 Submission of MEMORANDUM OF UNDERSTANDING as per Annexure –VII for participation of Joint Venture Firms

11 Submission of Declaration regarding Employment of Retired Engineer/Retired Railway Officer as per Para No.5.4 of Instructions to Tenderer and Conditions of Tender - as per Annexure-XI

Page 7: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 7    

                                                                                                         Signature of the tenderer/Contractor. 

12 Submission of Certificate by the Tenderer / all the members of the JV that they have not been black listed or debarred by Railways or any other Ministry/ Department of the Government of India/ PSU/ State Government from participation in tenders/ contract on the date of opening of bids either in their individual capacity as members of the JV or the JV firm in which they were/are members as per Para No.15.4 of Guidelines for participation of JV Firms- as per Annexure-VI

13 Submission of Affidavit by Tenderer along with the Tender Document – as per Annexure-I

14 Submission of NEFT FORM - as per Annexure-XII 15 Submission of Method statement as per Para No. 2.0 of Instructions to Tenderer

and Conditions of Tender.

16 Submission of Details of Personnel to be deployed on work as per Annexure- III of Instructions to Tenderer and Conditions of Tender.

17 Submission of Details of Plants & Machineries to be deployed on work as per Annexure-IV of Instructions to Tenderer and Conditions of Tender.

18 Submission of Statement Showing the particulars of Works on Hand & Works Completed as per Annexure-V of Instructions to Tenderer and Conditions of Tender.

19 Submission of offer on amended document in case CORRIGENDUM is issued for the subject tender.

20 Perusal of conditions of Tender including submission of documents as per Para no.7.0 of Instructions of Tenderer and Conditions of Tender.

21 Submission of Packet-1 (Techno Commercial Bid) and Packet-2 (Price Bid) in separate sealed envelopes / covers duly Super-scribing the details on them and both the covers / envelopes should be put together in a separate sealed cover duly super-scribing the details as per Para No.20.0 of Instructions to Tenderer and Conditions of Tender.

22 Quoting of Uniform percentage rate Below/At par/ above over the total value of each schedule both in figures and words.

Note: The above check list is not exhaustive. Tenderers shall go through the contents of the tender

notice and tender document carefully and ensure that all the relevant documents are filled and submitted along with the tender.

Page 8: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 8    

                                                                                                         Signature of the tenderer/Contractor. 

SOUTH CENTRAL RAILWAY

INDEX

Page No. Sl. No. Contents From To

PACKET – 1

1. Top sheet 1 3

2. Form 'A' 4 - 3. Check List 5 7 4. Index 8 9 5. Tender Form (First Sheet) 10 -

6. Regulations for Tenders and Contracts for Guidance of contractors 11 14

7. Instructions to tenderers and conditions of tender & Eligibility Criteria. 15 26

8. Format for Affidavit to be submitted by Tenderer along with the Tender Document - Annexure-I 27 28

9. Programme of Mile stones - Annexure–II 29 -

10. Details of Personnel to be deployed on work - Annexure-III & Details of Plant & Machinery to be deployed on work - Annexure-IV

30

-

11. Statement showing the particulars of works on hand & works executed - Annexure–V 30 -

12. Guidelines for Participation of Joint Venture Firms in Works Tender - Annexure-VI 31 34

13. Memorandum of Understanding Format for J.V. Firms - Annexure-VII 35 39

14. Agreement Format for J.V. Firms - Annexure-VIII 40 43

15. Format for Power of Attorney for Authorised Signatory of Joint Venture (JV) Partners/ Partnership Firm/ Private Limited Company/ Limited Company - Annexure-IX

44

-

16. Format for Power of Attorney to Lead Partner of Joint Venture (JV) - Annexure-X 45 46

17. Form for Reporting of Employment of Railway officials - Annexure-XI

47 -

18. NEFT FORM - ANNEXURE-XII 48 - 19. Form of Bank Guarantee - ANNEXURE-XIII 49 50 20. Awareness of provisions of GCC 51 -

21. Certificate of Familiarization – Annexure-XIV 52 53

Page 9: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 9    

                                                                                                         Signature of the tenderer/Contractor. 

Page No. Sl.

No. Contents From To

22. Special Conditions & Specifications of Contract 54 78

Variation in quantities 55 63

Seigniorage clause 64 65

VAT, Building & Construction Workers Welfare Cess 66 72

Price Variation Clause 73 82

23. Particulars of work

24. Special Conditions of contract (Technical)

25. Special Conditions in Annexure

83 to 110

PACKET – 2

26. Price bid 111 -

27. Schedule of Rates & Quantities 112 113

Page 10: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016, Dt: 18-05-2016 (Item No. 2) Page 10  

  

                                                                                                         Signature of the tenderer/Contractor. 

To The President of India acting- Through: Chief Administrative Officer (Construction) South Central Railway, Secunderabad.

1. I/We …………………………………………………………………have read the various conditions of tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 120 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 Deposit of Rs.9,18,010/- (Rupees Nine Lakhs Eighteen thousands and ten only).

2 I/We offer to do the work " Nadikudi - Srikalahasti New BG line Project- Providing selected

Contractor’s own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations." at the percentage rates quoted by me/us in the attached schedule and bind myself/ourselves to complete the work in 10 (Ten ) months from the date of issue of letter of acceptance of this tender. I/We also hereby agree to abide by the IRSGCC and Special Conditions of contract and to carry out the works according to the IRU Standard specification for materials and works, 2010 laid down, for the present contract.

3. A sum of Rs.9,18,010/- is herewith forwarded as earnest money deposit. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies if –

a) I/We do not execute the contract document within seven days after receipt of notice issued by the Railway that such documents are ready:

OR b) I/We do not commence the work within fifteen days after receipt of orders

to that effect. 4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

Signature of Tenderer(s)

Date

Address of Tenderer(s) Signature of witnesses:

1.

2.

Page 11: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 11   

                                                                                                         Signature of the tenderer/Contractor. 

REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF CONTRACTORS FOR CIVIL ENGINEERING WORKS

MEANING OF TERMS:

Interpretation: These Regulations for Tenders and Contracts shall be read in conjunction with the Standard General Conditions of Contract which are referred to herein and shall be subject to modifications additions or suppression by special conditions of contract and/or special specifications, if any, annexed to the Tender Forms. Definition: In these Regulations for Tenders and Contracts the following terms shall have the meanings assigned hereunder except where the context otherwise requires.

(a) “Railway” shall mean the President of the Republic of India or the Administrative Officers of the Railway or Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf.

(b) “General Manager” shall mean the Officer-in-Charge of the general superintendence and

control of the Zonal Railway/Production Units and shall also include the General Manager (Construction) and shall mean and include their successors, of the Successor Railway.

(c) “Chief Engineer” shall mean the Officer in charge of the Engineering Department of

Railway and shall also include the Chief Engineer (Construction), Chief Electrical Engineer, Chief Electrical Engineer (Construction), Chief Signal & Telecom Engineer, Chief Signal & Telecom Engineer (Construction) and shall mean and include their successors of the Successor Railway.

(d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the Zonal

Railway and shall mean and include the Divisional Railway Manager of the Successor Railway.

(e) “Engineer” shall mean the Divisional Engineer or the Executive Engineer, Divisional

Signal & Telecom Engineer, Divisional Electrical Engineer in executive charge of the works and shall include the superior officers of Open Line and Construction organisations on the Railway of the Engineering, Signal & Telecom and Electrical Departments, i.e. the Senior Divisional Engineer/Deputy Chief Engineer/Chief Engineer, Senior Divisional Signal & Telecom Engineer / Dy. Chief Signal & Telecom Engineer, Senior Divisional Electrical Engineer / Deputy Chief Electrical Engineer and shall mean & include the Engineers of the Successors Railway.

(f) “Tenderer” shall mean the person / the firm / co-operative or company whether

incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns.

(g) “Limited Tenders” shall mean tenders invited from all or some Contractors on the

approved or select list of Contractors with the Railway.

Page 12: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 12   

                                                                                                         Signature of the tenderer/Contractor. 

(h) “Open Tenders” shall mean the tenders invited in open and public manner and with

adequate notice.

(i) “Works” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be executed according to the specifications.

(j) “Specifications” shall mean the Specifications for Materials and Works of the Railway as specified under the authority of the Ministry of Railways or Chief Engineer or as amplified, added to or superseded by special specifications if any, appended to the Tender Forms.

(k) “Schedule of Rates of the Railway” shall mean the Schedule of Rates issued under the

authority of the Chief Engineer from time to time.

(l) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender Forms.

2.0 Singular and Plural: Words importing the singular number shall also include the plural and

vice versa where the context requires. 3.0 Headings and Marginal Headings: The headings and marginal headings in these Standard

General Conditions are solely for the purpose of facilitating reference and shall not be deemed to be part thereof or be taken into consideration in the interpretation or construction thereof or the contract.

4. Tenderer’s Credentials: Documents testifying tenderer’s previous experience and financial

status should be produced along with the tender or when desired by competent authority of the Railway.

Tenderer(s) who has / have not carried out any work so far on S. C. Railway and / or who is / are not borne on the approved list of the Contractors of S. C. Railway should submit along with his / their tender credentials to establish:

(i) His capacity to carry out the works satisfactorily. (ii) His financial status supported by Bank reference and other documents. (iii) Certificates duly attested and testimonials regarding contracting experience for the

type of job for which tender is invited with list of works carried out in the past. 5.0 Omissions & Discrepancies: Should a tenderer find discrepancies in or omissions from the

drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenders. It shall be understood that every endeavour has been made to avoid any error which can materially affect the basis of tender and successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

Care In Submission Of Tenders:

(a) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered

Page 13: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 13   

                                                                                                         Signature of the tenderer/Contractor. 

during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause-37 of IRS General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf.

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by

changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

7.0 Right of Railway to Deal with Tenders: The Railway reserves the right of not to invite

tenders for any of Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

8.0 Execution of Contract Document: The Tenderer whose tender is accepted shall be required to appear in person at the office of General Manager/General Manager (Construction), Chief Administrative Officer (Construction), Divisional Railway Manager or concerned Engineer, as the case may be, or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 7 days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies. In the event of any tenderer whose tender is accepted shall refuse to execute the contract document as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover the damages for such default.

9.0 Form of Contract Document: Every contract shall be complete in respect of the document it shall so constitute. Not less than 5 copies of the contract document shall be signed by the competent authority and the contractor and one copy given to the contractor.

(a) For Zone contracts, awarded on the basis of the percentage above or below the Schedule of

Rates of Railway for the whole or part of financial year, the contract agreement required to be executed by the tenderer whose tender is accepted shall be as per specimen form, Annexure-II of IRS GCC. During the currency of the Zone Contract, work orders as per specimen form Annexure-III or IV of IRS GCC, for works not exceeding Rs.2,00,000 each, shall be issued by the Divisional Railway Manager / Executive Engineer under the agreement for Zone Contract.

(b) For contracts for specific works, valued at more than Rs.2,00,000 the contract document required to be executed by the tenderer whose tender is accepted shall be either an Agreement as per specimen form Annexure-IV of IRS GCC or a work order as per specimen form Annexure-V of IRS GCC as may be prescribed by the Railway.

Page 14: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 14   

                                                                                                         Signature of the tenderer/Contractor. 

FORM OF QUOTATIONS:

a) The tender should be submitted in prescribed form annexed hereto. The quotations will be subject to the General. Instructions contained in pages of Schedule of Rates and quantities to which the tenderer’s special attention is drawn. Tenderers are required to quote item-wise rates/ percentage rates as stipulated in the schedules of the tender. The rates/percentage must be clearly written in figures and in words.

b) If any item is excluded by the tenderer in submitting his tender, the Chief Administrative Officer (Construction), Chief Engineer (Construction), Deputy Chief Engineer (Construction), Divisional Railway Manager, Senior Divisional Engineer/ Divisional Engineer may reject the tender.

PLACE:

DATE:

Page 15: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 15   

                                                                                                         Signature of the tenderer/Contractor. 

INSTRUCTIONS TO TENDERER AND CONDITIONS OF TENDER

1.0 TECHNICAL ELIGIBILITY CRITERIA:

1.1 The tenderer(s) should have physically completed at least one similar nature of single work for a minimum value of 35% of advertised tender value with in the qualifying period, i.e., three previous financial years and in the current financial year up to the date of Tender opening (even though the work might have commenced before the qualifying period).

Similar nature of work means “Any one work of earth work individually or any one work of Rock cutting individually or any one work of earth work combination with Rock cutting or any one work of earth work and bridges or rock cutting and bridges or earthwork combination with rock cutting and bridges.”

1.2 The total value of similar nature of work completed during the qualifying period and not the

payments received within qualifying period alone, shall be considered. In case, final Bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deductions will be considered.

If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deductions will be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility.

1.3 In case of composite works involving combination of different works, even separate

completed works of required value will be considered while evaluating the eligibility criteria. For example, in a tender for bridge works where similar nature of work has been defined as bridge works with Pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with Pile foundation of value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender value shall be considered as having fulfilled the eligibility criterion of having completed single similar nature of work.

1.4 Technical eligibility of the JV firm shall be adjudged based on satisfactory fulfilment of the

Para No. 16.1 of J.V. guide lines (Annexure-VI). 1.5 ’The works executed by the tenderer for Government Departments or Semi Governments/

Public Sector undertaking shall only be considered for eligibility. Works executed for private parties shall not be considered.

Tenderers shall submit self-attested photo copies of their Experience Certificates issued by an officer not below the rank of Executive Engineer/Equivalent grade in other Central/State Government Departments/Semi Government Departments/Public Sector Undertakings.

In case of Railway works, the Experience Certificates issued by an officer not below the rank of JA Grade, shall only be considered.

Page 16: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 16  

  

                                                                                                         Signature of the tenderer/Contractor. 

The certificate should indicate there-in the name of works executed, value of works, and period during which completed, bill paid etc., and with the signature, seal of the issuing officer, details of department, etc.

1.6 The value of work completed will not include the cost of any materials issued free of cost by

the Railway/ Department concerned. Price variation amount (if any) if indicated / incorporated in the experience certificate will also be considered towards eligibility.

2.0 TECHNICAL CAPABILITY:

2.1 The tenderer(s) may also submit the following documents along with his/their tender: The contractor may submit method statement, which shall contain organizational set up and working systems to be adopted by the successful tenderer(s) during the operation of the contract. It shall contain the details of man power and machineries in the prescribed format given below and details of methodology for planning, execution, monitoring and completion of the project. The methodology so adopted shall suit to the nature of work and shall also comply fully with best practice and current regulations. A comprehensive detailing for each activity like setting-up organization, safety plan, execution plan, quality assurance plan, sequence of work to achieve the mile stones, ensure targeted progress and quality and in turn deployment of resources, risk analysis and its mitigation strategy shall be given communication arrangement within his organization and with the railways for decisions, progress or any other matter connected with this project to ensure full information about the project including progress of work at different time scale shall also be furnished.

2.2 Tenderer shall adhere to the time frame as mentioned in Annexure-II. 2.3 Tenderer shall engage the personnel with requisite qualification as per para No.23 of Special

Conditions of Contract.

DETAILS OF PERSONNELTO BE DEPLOYED ON WORK Annexure -III

S.No. Name Position/Designation Already on roll/proposed for engagement.

2.4 Tenderer shall deploy adequate no of plant & equipment for the execution of subject contract

works to achieve progress as per mile stone chart.

DETAILS OF PLANT & MACHINARIES TO BE DEPLOYED ON WORK Annexure-IV

S.No. Name of plant & Machinery OWNED/TO BE HIRED 2.5 List of works completed in the last three financial years giving description of work, organization

for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

Page 17: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 17  

  

                                                                                                         Signature of the tenderer/Contractor. 

2.6 List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award.

2.7 In case of Clause 2.5 and 2.6 mentioned above, supportive documents/ certificates from the organizations with whom they worked/are working should be enclosed (Annexure-V).

3.0 FINANCIAL ELIGIBILITY CRITERIA: 3.1 The tenderer(s) shall be eligible only if he / they fulfil Eligibility Criteria of having received

total contract amount during the last three financial years and in the current financial year upto date of tender opening, with a minimum of 150% of the advertised tender value.

3.2 Tenderer(s) should submit to this effect an attested certificate from the Government Departments or Semi Governments/Public Sector under takings for the work done for them, Audited balance sheet duly certified by the Chartered Accountant.

3.3 Financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the Para no.16.2 of J.V guide lines. (Annexure-VI).

4.0 SUB SECTIONING ELIGIBILITY CRITERIA: a) If, Sub-Sectioning as indicated in the NIT has been done with a view to expedite the works

and in view of the sub-sectioning, if eligible tenderer/firm becomes L-1 only in one tender, the tender will be awarded to the lowest eligible tenderer/firm.

OR If the tenderer/firm becomes L-1 in more than one tender for the same nature of work invited for the same project in the same tender notice, then Evaluation of Tenderer/firm for his/its eligibility for award of all such tenders shall be done, duly considering the work experience of 35% of combined value of such tenders and Financial capability of 150% of combined value of such tenders, in which the tenderer/firm is L-1.

b) In case the tenderer is lowest in more than one tender under consideration, however, falls

short of above sub-sectioning eligibility criteria, then the tenderer will be considered for awarding any of the work(s) at the sole discretion of the Railways. The decision of the Railway will be final and binding on the tenderer.

5.0 CONDITIONS FOR PARTICIPATION OF PARTNERSHIP FIRM/ PROPRIETARY

FIRM/ PRIVATE LIMITED COMPANY/ LIMITED COMPANY: 5.1 i) In case the tenderer is an individual / proprietary concern, the experience and turnover

shall be in the name and style of the Individual / Proprietary concern only. (Note: The partner of a partnership firm cannot claim the credentials of Partnership firm to the extent of his share either during the subsistence of the Partnership firm or after its dissolution).

ii) In case the tenderer is a partnership firm(s), the experience and turnover shall be in the

name and style of the firm only.

iii) If the Tenderer is a partnership firm, all the partners shall be jointly and severely liable for successful completion of the work and no request for change in the constitution of the Firm shall be entertained.

iv) During the currency of the contract, no partner of the firm shall be permitted to

Page 18: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 18  

  

                                                                                                         Signature of the tenderer/Contractor. 

withdraw from the partnership business and in such an event it shall be treated as breach of trust and abandonment of contract work.

5.2 Partnership deeds, Power of Attorney Etc: - The tenderer shall clearly specify whether

the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

5.3 The tenderer whether sole proprietor, a limited company or a partnership firm if they want to

act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or any disputes to arbitration.

5.4 Employment/Partnership, etc., of Retired Railway Employees: a) Should a tenderer be a retired Engineer of the gazetted rank or any other gazetted officer

working before his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in the Engineering or any other department of any of the Railways owned and administered by the President of India for the time being or should a tenderer being Partnership Firm have as one of its partners a Retired Engineer or a retired gazetted officer as aforesaid, or should a tenderer being an incorporated Company have, any such retired Engineer or retired Gazetted officer as one of its directors, or should a tenderer have, in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or gazetted officer from the said service and in cases where such Engineer or officer had not retired from Government service, at-least ONE year prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a Partnership firm or an Incorporated Company, to become a partner or director as case may be, or to make employment under the contractor has been obtained by the tenderers or the Engineer or the Officer as the case may be from the President of India or any officer duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tender without the information above referred to or a statement to the effect that no such retired Engineer or retired gazetted officer is so associated with the tenderer, as the case may be shall be rejected.

b) In case of the tenderer or contractor being an individual on the list of approved contractors,

have a relative(s) employed in the gazetted capacity in the Engineering department of the South Central Railway or in the case of partnership firm or Company incorporated under the

Page 19: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 19  

  

                                                                                                         Signature of the tenderer/Contractor. 

Indian company Law should a partner or a relative of the partner or a share holder or a relative of shareholder be employed in gazetted capacity in the Engineering or any other department of the South Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tenders, failing which the tender may be rejected, or if such fact subsequently come to light, the contract may be rescinded in accordance with the provision in clause 62 of the General conditions of contract.

5.5 a) In case Proprietary Firm or HUF, the following documents shall be enclosed:

Affidavit on stamp paper of appropriate value declaring that his/her concern is a proprietary concern and he/she is sole proprietor of the concern or he/she is in a position of “KARTA” of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF.

b) In case Partnership Firm(s), the following documents shall be enclosed: i) Notary certified copy of the partnership deed.

Note: Partnership deed is also acceptable as per Para No.1.0 of Special Conditions of Contract.

ii) Power of attorney (duly registered as per prevailing law) in favour of one of the partners of the partnership firm to sign on the tender/agreement on behalf of the partnership firm and create liability against the firm.

c) In case Private Limited /Limited Companies, the following documents shall be enclosed:

i) Notary certified copy of resolution of the Directors of the company permitting the company to participate in the tender, authorizing MD or one of the Directors or Managers of the company to sign the agreement, such other documents required to be signed on behalf of the company and enter into liability against the company and/or do any other act on behalf of the company.

ii) Copy of memorandum and articles of association of the company.

iii) Power of attorney (duly registered as per prevailing law) by the company authorizing the person to do/act mentioned in the para (c) (i) above.

6.0 CONSORTIUM AGREEMENTS AND MOUS SHALL NOT BE CONSIDERED FOR

THIS WORK. BUT JOINT VENTURE FIRMS ARE CONSIDERED FOR ELIGIBILITY.

(JOINT VENTURE FIRMS TO PARTICIPATE IN WORKS TENDER AS P ER THE CONDITIONS OF ANNEXURE of tender document. JOINT VENTURE FIRMS are required to submit MEMORANDUM OF UNDERSTANDING along with tender as per ANNEXURE of tender document. J.V Firm, whose offer is accepted, only required to submit AGREEMENT FORMAT AS PER ANNEXURE of tender document after issue of letter of acceptance.)

7.0 Tenderers are required to submit the following documents along with the tender:

i) EMD as per Para No.12 of Instructions to Tenderer and Conditions of Tender.

Page 20: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 20  

  

                                                                                                         Signature of the tenderer/Contractor. 

ii) Demand Draft for cost of tender document in case downloaded as per Para No.19 Instructions to Tenderer and Conditions of Tender.

iii) Certificate in support of Technical Eligibility as per Para No.1 of Instructions to Tenderer and Conditions of Tender.

iv) Certificate in support of Financial Eligibility as per Para No.3 of Instructions to Tenderer and Conditions of Tender.

v) Certified copy of document in support of Partnership Firm/ Proprietary Firm/ Private Limited Company/ Limited Company/ valid MOU for JV firms as per Para No.5 and 6 of Instructions to Tenderer and Conditions of Tender.

vi) Affidavit duly filled and signed as per Annexure-I. 7.1 If the tender is not accompanied by any of the documents mentioned in Para 7.0 above, the

tender shall be rejected. No post-tender correspondence will be entertained. However, if any clarification is required by the Railway, the same will be sought from the tenderer.

7.2 i) The onus of establishing the credentials of the tenderer(s) from the Office records or

otherwise does not lie with the Railway. Railway shall evaluate the offer only from the certificates/documents (as referred above) submitted along with the tender offer.

ii) Any Certificate/Documents offered after the tender opening shall not be given any

credit and shall not be considered.

iii) Even if the tenderer(s) is/are working contractor(s) of any division also if he/they do not enclose the required certificates, his /their offer will not be considered.

8.0 The drawings for the works can be seen in the office of the Chief Admn. Officer

(Construction) / S.C.Railway, Secunderabad on any working day during office hours. 9.0 IRS General conditions of contract, IRU Standard Schedule of Rates, 2010 and IRU

Standard specifications for materials & works, 2010, be seen in the office of the Chief Administrative Officer (Construction) S.C. Railway/ Secunderabad or had on payment at the rates fixed for each book from time to time.

10.0 RATES:

10.1 The tenderer/tenderers shall quote percentage rates as stipulated in the schedules. The quantities shown in the attached schedule are given as guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy and the Railway does not guarantee work under each item of schedule.

10.2 The tenderers are required to quote a percentage of rate AT PAR/ BELOW/ ABOVE on the

total value of Schedule A & B both in figures and words. Where there is any discrepancy between the percentage rate quoted in the figures and words, the percentage rate quoted in words only will prevail.

10.3 The tenderers are required to take note of all the taxes and cess leviable under works

contract and quote their rates inclusive of all taxes and cess.

Page 21: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 21  

  

                                                                                                         Signature of the tenderer/Contractor. 

11.0 The tenderer shall keep the offer open for a minimum period of 120 days from the date of

opening of the tender, within which period the tenderer cannot withdraw his offer, subject to the period being extended further if required, by mutual agreement from time to time. Any contravention of the above condition will make the tenderer liable for forfeiture of EMD for due performance of the foregoing stipulations.

12.0 Earnest Money:

12.1 The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender.

12.2 The tenderer shall hold the offer open till such date as may be specified in the tender. It is understood that the tender documents have been sold/issued to the tenderer and the tenderer is being permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or modify the terms and conditionsthereof in a manner not acceptable to the Chief Administrative Officer (Const)/ Chief Engineer (Const)/South Central Railway/ Secunderabad. Should the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as security for the due performance of the above stipulation shall be forfeited to the Railway.

12.3 If his tender is accepted this earnest money mentioned in sub clause (a) above will be

retained as part security for the due and faithful fulfilment of the contract in terms of Clause16 of IRS GCC. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

12.4 The Earnest Money should be in Cash or Banker’s cheques / Demand Drafts, executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank in favour of “FA&CAO/Construction/S.C.Railway/ Secunderabad”.

12.5 Whenever the tenderer wants to submit EMD in the form of cash the same shall be

remitted in Railway’s cash office located at Secunderabad / Vijayawada / Guntakal / Nanded / Guntur or at any station master office of Railway station and the money (cash) receipt in original to be enclosed along with tender document.

12.6 The tender must be accompanied with Earnest Money Deposit of Rs.9,18,010/- as per

Para Nos. 12.4 & 12.5 above failing which, the tender will not be considered and will be summarily rejected.

12.7 A single Banker’s cheque / DD for the cost of tender form and Earnest Money Deposit will

not be accepted. 12.8 If any of these instruments are found to have been drawn in favour of / payable to the

tenderer, they are invalid and will not be considered.

Page 22: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 22  

  

                                                                                                         Signature of the tenderer/Contractor. 

12.9 The unreleased EMD if any, held with the Railways shall not be adjusted with the EMD to

be remitted. 12.10 Use of discharged instruments towards Earnest Money Deposit (EMD) of other tenders will

not be accepted. 12.11 Cheques, War Bonds and Government Promissory Notes will not be accepted towards the

earnest money. No interest shall be allowed on the earnest money. 13.0 It shall not be obligatory on the said authority to accept the lowest tender and no

tenderer/tenderers shall demand any explanation for the cause of rejection of his/their tender.

14.0 If the tenderer deliberately gives/tenderers deliberately give wrong information in his/their

tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage. The entire Earnest Money Deposit with the Railway will be forfeited. In addition action will be taken to suspend the business with the tenderer for a specified period at the discretion of Administration.

15.0 If a tenderer expires after the submission of his tender or after the acceptance of his tender,

the railway shall deem such tender is cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless the firm retains its character.

16.0 Tenders containing erasures and alterations of the tender documents are liable to be rejected.

Any corrections made by the tenderer / tenderers in his/their entries must be attested by him/them.

17.0 The authority for acceptance of the tender will rest with, the Chief Administrative Officer

(Construction) /S.C.Railway/Secunderabad, who does not bind himself to accept the lowest or any other tender or does he undertake to assign reasons for declining to consider any particular tender or tenders.

18.0 The successful tenderer/tenderers shall be required to execute an agreement with the

President of India acting through the Chief Engineer (Construction)/ Divisional Railway Manager/Divisional Engineer/Superintending Engineer of the Railway for carrying out the work according to the Indian Railway Standard General Conditions of Contract and Indian Railways Unified Standard Specifications (Works & Materials) - 2010 including correction slips issued upto date of tender opening.

19.0 SUBMISSION OF TENDER DOCUMENTS: 19.1 Tenderer(s) who are submitting down loaded (from website www. scr. indian railways.

gov.in) tender document must enclose with the tender form a Demand Draft issued by any Nationalized Bank in favour of “FA&CAO/ CONSTRUCTION/ S.C.RAILWAY / SECUNDERABAD” towards the cost of tender documents. Tender offers not accompanying with the requisite tender fee as above shall summarily be rejected.(Cost of

Page 23: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 23  

  

                                                                                                         Signature of the tenderer/Contractor. 

tender document is as indicated in Form “A”.)

Whenever the tenderer wants to submit the cost of tender document in the form of cash, the same shall be remitted in Railway’s cash office located at Secunderabad / Vijayawada / Guntakal / Nanded / Guntur or at any station master office of Railway station and the money (cash) receipt in original to be enclosed along with tender document.

19.2 Only the original printout of the tender documents down loaded from the www. scr.

indianrailways.gov.in website must be submitted. Photo copies are not acceptable. Tenders submitted in photo copies of down loaded documents are liable to be rejected.

19.3 If during the process of tender finalization it is detected that tenderer has submitted tender

documents after making any changes/additions/ deletions in the tender documents down loaded from website, his offer will be summarily rejected and the earnest money deposited by the tenderer shall be forfeited by the Railway and the tenderer will have no claim whatsoever and the railways decision will be final.

20.0 PROCEDURE FOR SUBMISSION OF TWO PACKET TENDER DOCUMENT: 20.1 The tenderers will be required to put all the contents/enclosures of Packet-1 (Techno-

Commercial Bid) & Packet – 2 (Price Bid) in separate envelopes/covers duly sealed in and Super-scribing following details on the top of the concerned envelope/Cover.

(i) ‘PACKET – 1 : TECHNO COMMERCIAL BID (a) Tender Notice No. & Date of opening (b) Name of work (c) Name & Address of the tenderer

(ii) ‘PACKET – 2 : PRICE BID

(a) Tender Notice No. (b) Name of work (c) Name & Address of the tenderer

20.2 Thereafter the Packet-1 and the Packet-2 shall be again put together in a separate envelope

/cover duly Super-scribing the following details: (i) Tender Notice No. & Date of opening (ii) Name of work (iii) Name & Address of the tenderer

21.0 a) Tenders must be enclosed in a sealed cover, subscribed with the name of the work as

appearing on the top sheet and must be sent by registered post to the office of the Chief Administrative Officer (Construction)/South Central Railway/Secunderabad-500 071 or so as to reach this office not later than 11-00 AM on 23-06-2016 or deposited in the box allotted for the purpose in the Tender hall adjacent main gate of old office of Chief Administrative Officer, Construction, South Central Railway, Secunderabad - 500071 or office of Deputy Chief Engineer/ Construction/ S.C.Railway/ Vijayawada . The Boxes will be sealed at 11-00 AM on 23-06-2016 and will be opened at 11-30 AM on 23-06-2016 at the places mentioned above. Any tender received after the stipulated time will be summarily rejected. Any tender delivered or sent otherwise will be at the risk of the

Page 24: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 24  

  

                                                                                                         Signature of the tenderer/Contractor. 

tenderer. The tenders sent by Registered Post/Courier should be addressed to Deputy Chief Engineer/ Construction/General – I/SC, Office of the Chief Administrative Officer/Construction , South Central Railway, Secunderabad -500 071. Tenders received by FAX will not be considered as valid and will be rejected.

b) No responsibility will be accepted for delay, loss, damage, non-receipt or late receipt

towards dispatch / receipt of tenders by post in postal transit.

c) Tenders will not be considered if dropped in the wrong tender box. 22.0 CORRIGENDUM TO TENDER DOCUMENT. 22.1 Before the deadlines for the submission of bids, Railways may modify the Tender

Document by issuing CORRIGENDUM.

22.2 CORRIGENDUM thus issued shall be part of the Tender Document and shall be uploaded on the official website www.scr.indianrailways.gov.in Prospective Bidders shall keep watch for CORRIGENDUM uploaded on website and/or issued through News Papers upto 10 days before the date of tender opening.

22.3 To give prospective bidders a reasonable time on account of CORRIGENDUM in

preparing their bids, the Railways may at their discretion extend as necessary, the deadline for submission of Tender document. Railways decision will be final and no correspondence will be entertained from prospective bidders.

22.4 If the date of receipt and opening of tender is declared as a holiday at a later date, the tender

will be opened on the next working day. 22.5 Tenderer’s representatives are advised to bring authorization letter from the tenderer / firm for

attending opening, without which he / she will not be allowed to attend the tender opening. 22.6 Only one representative/tenderer is permitted to attend the tender opening, irrespective of

number of tender documents submitted on a particular day of opening. 22.7 Tenderers/Representatives are requested to attend the tender opening in time and also to keep

their cell phones switched off while attending. 22.8 Tenderer/representatives are not permitted to enter the premises after the prescribed time for

opening of tenders. 22.9 On the date of opening of tender, only the Packet-1 of the Tender Document i.e. “Techno-

Commercial Bid” will be opened. However, the Packet-2, i.e. “Price Bid” will be kept intact and will not be opened.

23.0 Tenderer should note that, if on opening of the tender document on the date and time as

specified, it is found that any tenderer(s), have submitted their bids by intermixing the contents of the two packets, like PRICE BID’ submitted in packet-1, and/or TECHNO

Page 25: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 25  

  

                                                                                                         Signature of the tenderer/Contractor. 

COMMERCIAL BID’ submitted in packet-2, then their offer will be summarily rejected, and it will be treated as invalid tender, and the tenderer(s) offer will not be considered for evaluation, even though the tenderer(s), is/are found to be eligible and his/their offer is lowest.

24.1The Packet-2 i.e. “Price Bid” of the Tenderers who gets short-listed as a result of consideration

of Packet-1 of the Tender Document will be opened in the office of the Chief Administrative Officer (Construction), South Central Railway, Secunderabad- 500 071, at the date and time which will be intimated to all the short-listed tenderers and will be opened in the presence of tenderers/their authorised representatives.

24.2 The Packet-2 i.e. “Price Bid” of the Tenderers who are not short-listed as a result of

consideration of Packet-1 of the Tender Document i.e. “Techno-Commercial Bid” will not be opened and will be destroyed.

24.3 The Packet-1 of the Tender Document i.e. “Techno-Commercial Bid” opened on the

nominated day will be considered for short-listing the tenderers as per the Eligibility Criteria and other stipulations in the Tender Document. The tenderers who are shortlisted as a result of evaluation will be intimated about the date and time of opening of their Packet 2 of Tender Document i.e. “Price-Bid” and the same will be opened as mentioned at 24.1 above. The tenderers shall note that no intimation will be sent to the tenderers who are not short- listed.

24.4 The Earnest Money of tenderers who do not get short-listed on evaluation of Packet-1 of the

Tender Document i.e. “Techno-Commercial Bid” will be returned by Railways.

24.5 The “Price-Bids” of short-listed tenderers will be further evaluated for consideration and award of work.

24.6 If a Tenderer fails to quote their rates for any schedules of the tender, then the same will be treated as incomplete offer and offer will be rejected.

24.7 If the Bid of a Tenderer is seriously unbalanced in relation to the Engineer’s estimate of the cost

of work to be performed under the contract, the Railways may require the tenderer to produce detailed price analysis for any or all items of the Tender Schedule, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed.

25.0 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer

called for negotiations should furnish the following form of declaration before commencement of negotiations.

I/We-------------------------do declare that in the event of failure of contemplated negotiations relating to Tender No. /CAO/C/SC/2016, Dt. - - 2016 (Item No. ) opened on - -2016 my original tender shall remain open for acceptance on its original terms and condition.

I also declare that I am aware that during this negotiations, I cannot increase the originally quoted rates against any of the individual items and that in the event of my doing so the same would not be considered at all i.e., reduction in rates during negotiation alone would

Page 26: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 26  

  

                                                                                                         Signature of the tenderer/Contractor. 

be considered and for some items if I/we increase the rates, the same would not be considered and in lieu my originally quoted rates alone would be considered and my offer would be evaluated accordingly.

26.0 The successful bidder shall have to submit a Performance Guarantee (PG) as per special

conditions of contract. 27.0 In case, FDRs are submitted towards Performance Guarantee the same should be “with

automatic renewal” facility only so that there will be no need to part with FDR lodged in safe custody for renewal purposes. In some cases, though banks do not affix auto renewal stamp on the FDR, they are deemed to be issued with automatic renewals on expiry. In such cases, the successful tenderer submitting the FDR towards Performance Guarantee shall certify that the security furnished as FDR will be automatically renewed by the issuing bank.

28.0 The scale of security deposit to be recovered from the contractor’s bills shall be as per the

Special conditions of contract.

Page 27: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 27  

  

                                                                                                         Signature of the tenderer/Contractor. 

Annexure-I

FORMAT FOR AFFIDIAVIT TO BE SUBMITTED BY TENDERER ALONGWITH THE TENDER DOCUMENT

(To be executed in presence of Public notary on non-judicial stamp paper of the value of Rs 100/-. The stamp paper has to be in the name of the tenderer) **

I ……………………............................................... (Name and designation)** appointed as the attorney/ authorized signatory of the tenderer (including its constituents), M/s..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... ..... (Hereinafter called the tenderer) for the purpose of the Tender documents for the work of ……………………………… ………………………………………………………………………………………………………… …… as per the Tender Notice No. ….. ...... .......... dated..... ..... ..... of South Central Railway, do hereby solemnly affirm and state on behalf of the tenderer including its constituents as under:

1. I/We the tenderer(s) am/are signing this document after carefully reading the contents.

2. I/We the tenderer(s) also accept all the conditions of the tender and have signed in all the

pages in confirmation thereof.

3. I/We hereby declare that I/we have downloaded the tender document from South Central Railway website www.scr.indianrailways.gov.in and printed the same. I / we have verified the contents of the printed document from the website and there is no addition, no deletion or no alteration to the contents of the tender document. In case of any discrepancy noticed at any stage i.e.; evaluation of tenders, execution of work or final payment of the contract, the master copy available with the railway administration shall be final and binding upon me/us.

4. I/We declare and certify that I/we have not made any misleading or false representation in

the forms, statements and attachments in proof of the qualification requirements.

5. I/We also understand that my/our offer will be evaluated based on the documents/ credentials submitted along with the offer and same shall be binding upon me/us.

6. I/We declare that the information and documents submitted along with the tender by me/us

are correct and I/We are fully responsible for the correctness of the information and documents, submitted by us. Accordingly, I/We have self attested all the documents submitted. I/We are aware that, in case the documents submitted are not self attested, our offers will be summarily rejected.

Page 28: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 28  

  

                                                                                                         Signature of the tenderer/Contractor. 

7. I/We undersigned do hereby undertake that, if the certificates regarding eligibility criteria submitted by us are found to be forged/false or incorrect at any time during the process of evaluation of tenders, it shall lead to forfeiture of the tender EMD besides suspending of business for FIVE years. Further, I/we (insert name of the tenderer)** and all my/our constituents understand that my/our offer shall be summarily rejected.

8. I/we also understand that if the certificates submitted by us are found to be false/forged

or incorrect at any time after the award of the contract, it will lead to termination of the contract, along with forfeiture of EMD/SD and Performance guarantee besides any other action provided in the contract.

DEPONENT

SEAL AND SIGNATURE OF THE TENDERER

VERIFICATION:

I/we above named tenderer do hereby solemnly affirm and verify that the contents of my/our above affidavit are true and correct. Nothing has been concealed and no part of it is false.

DEPONENT

SEAL AND SIGNATURE OF THE TENDERER

Place: Dated:

**The contents in italics are only for guidance purpose. Details as appropriate are to be filled in suitably by tenderer. Attestation before Magistrate/Notary Public.

Non-submission of this affidavit will lead to summary rejection of the offer and incorrectness in the credentials will attract 5 years blacklisting.

Page 29: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 29  

  

                                                                                                         Signature of the tenderer/Contractor. 

Annexure-II PROGRAMME OF MILESTONES

Name of Work: Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

Tenderer shall adhere to the following time frame.

Sl.No. Mile stone

Description of work ( in days)

1

I

Preliminary works, like erection of site offices, collection of material, mobilization of Machinery, deployment of man power etc.

D1 + 15

2

II

Submission and getting approval of prepared sub- bank material (SQ2/SQ3 quality) & blanketing sample , establishing the Pug mill type blanketing etc.

D1 + 25

3

III

First priority 7Kms stretch of earth work (SQ2/SQ3) in formation including blanketing complete in all respects as desired by Engineer-in-Charge

D1 + 120

4

IV

Second priority 7Kms stretch of earth work (SQ2/SQ3) in formation including blanketing complete in all respects as desired by Engineer-in-Charge

D1 + 210

5

V

Third priority 7Kms stretch of earth work (SQ2/SQ3) in formation including blanketing complete in all respects as desired by Engineer-in-Charge

D1 +240

6

VI

Forth priority 7Kms stretch of earth work (SQ2/SQ3) in formation including blanketing complete in all respects as desired by Engineer-in-Charge

D1 + 270

7

VII

Balance 3Kms of earth work (SQ2/SQ3) including blanketing formation in all respects and other miscellaneous dressing etc., works

D1 +300

NOTE: 1) D1 stands for the date on which Railway has given the site/drawings as relevant to the

contractor.

2) The above schedule should be for completion of each item in totality. Hence the tenderer should plan for execution simultaneously for some of the items given above so as to give proportionate progress to complete the entire work within the schedule. As such the tenderer is required to give milestone chart within 15 days from the date of issue of acceptance letter.

Page 30: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                                   Page 30  

  

                                                                                                         Signature of the tenderer/Contractor. 

NAME OF WORK : Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s

own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

DETAILS OF PERSONNELTO BE DEPLOYED ON WORK Annexure –III

S.No. Name Position/Designation Already on roll/proposed for

engagement

Annexure -IV DETAILS OF PLANT AND MACHINERY TO BE DEPLOYED ON WORK

SL No.

Name of the Plant& machinery Owned / To be Hired.

ANNEXURE – V

STATEMENT SHOWING THE PARTICULARS OF WORKS ON HAND & WORKS EXECUTED

S.No. Name of work For whom executed

Value of work

Present position

Remarks

A. Completed works

B. Works in progress

Page 31: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 31        

                                                                                                         Signature of the tenderer/Contractor. 

ANNEXURE-VI 1.0 GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS

TENDER. (Applicable for a tender value more than Rs. 10.00 Crs. only)

1 Separate identity/name shall be given to the Joint Venture firm. 2 Number of members in a JV firm shall not be more than three, if the work involves only

one department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves more than one department.

3 A member of JV firm shall not be permitted to participate either in individual capacity or as a member of another JV firm in the same tender.

4 The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of any constituent member.

5 The Joint Venture Firm shall be required to submit Earnest Money Deposit (EMD) along with tender, in cash or Banker’s Cheques / Demand Drafts executed by State Bank of India or any of the Nationalised Banks or by a Scheduled Bank in favour of FA&CAO/Construction / S.C.Railway / Secunderabad.

6 One of the members of the JV Firm shall be its Lead Member who shall have a majority (at least 51%) share of interest in the JV Firm and also, must have satisfactorily completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar single work for a minimum value of 35'% of advertised tender value. The other members shall have a share of not less than 20% each in case of JV Firms with upto three members and not less than 10% each in case of JV Firms with more than three members. In case of JV Firm with foreign member(s), the Lead Member has to be an Indian Firm with a Minimum share of 51 %.

7 A copy of Memorandum of Understanding (MOU) executed by the JV members shall be submitted by the JV firm along with the tender. The complete details of the members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference to financial, technical and other obligations shall be furnished in the MOU. (The MOU format for this purpose shall be finalized by the Railway in consultation with their Law Branch and shall be enclosed along with the tender).

8. Once the tender is submitted, the MOU shall not be modified / altered / terminated during the validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be liable to be forfeited.

9 Approval for change of constitution of JV firm shall be at the sole discretion of the Employer (Railways). The constitution of the JV firm shall not be allowed to be modified after submission of the tender bid by the JV firm, except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. However, the Lead Member shall continue to be the Lead Member of the JV firm. Failure to observe this requirement would render the offer invalid.

Page 32: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 32        

                                                                                                         Signature of the tenderer/Contractor. 

10 Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions.

11 On award of contract to a JV firm, a single Performance Guarantee shall be submitted by the JV firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization advance, Machinery Advance etc. shall be accepted only in the name of the JV firm and no splitting of guarantee amongst the members of the JV firm shall be permitted.

12 On issue of LOA (Letter of Acceptance), an agreement among the members of the JV Firm (to whom the work has been awarded) shall be executed and got registered before the Registrar of the Companies under Companies Act or before the Registrar/Sub-Registrar under the Registration Act, 1908. This JV Agreement shall be submitted by the JV Firm to the Railways before signing the contract agreement for the work. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This Joint Venture Agreement shall have, inter-alia, following Clauses:

12.1 Joint and Several liability – Members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special Conditions of the Contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof.

12.2 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.

12.3 Governing Laws – The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.

13 Authorized Member – Joint Venture members shall authorize one of the members on behalf of the Joint Venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/correspondences with respect to the contract would be sent only to this authorized member of the JV firm.

14 No member of the Joint Venture firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract.

15 Documents to be enclosed by the JV firm along with the tender: 15.1 In case one or more members of the JV firm is/are Partnership Firm(s), the following

documents shall be submitted: a) Notary certified copy of the Partnership Deed,

b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate value (in original).

c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners of the Partnership firm to sign the JV agreement on behalf of the partnership firm and create liability against the firm.

Page 33: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 33        

                                                                                                         Signature of the tenderer/Contractor. 

15.2 In case one or more members is/are Proprietary Firm or HUF, the following documents shall be enclosed:

Affidavit on Stamp Paper of appropriate value declaring that his/her concern is Proprietary Concern and he/she is a sole proprietor of the Concern OR he/her is in position of “KARTA” of Hindu Undivided Family and he/she has the authority, power and consent given by other partners to act on behalf of HUF.

15.3 In case one or more members is/are Limited Companies, the following documents shall be submitted:

a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign JV Agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company.

b) Copy of Memorandum and articles of Association of the Company. c) Power of Attorney (duly registered as per prevailing law) by the Company authorizing

the person to do/act mentioned in the para (a) above. 15.4 All the members of the JV shall certify that they have not been black listed or debarred by

Railways or any other Ministry/Department PSU (Public Sector Under taking) of India/State Government from participation in tenders/contract on the date of opening of bids either in their individual capacity or as a members of the JV firm in which they were/are members.

16 Credentials & Qualifying criteria: Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following criteria:

16.1 Technical Eligibility Criteria (‘a' or 'b' mentioned hereunder) : (a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar single work for a minimum of 35% of advertised value of the tender. (OR) (b) (i) In case of composite works (e.g. works involving more than one distinct component, such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges - substructure, superstructure etc.), for each component, at least 35% of the value of any of such components individually for single similar nature of work should have been satisfactorily completed by the JV Firm or by any member of the JV Firm in the previous three financial years and the current financial year upto the date of opening of tender. The member satisfying technical eligibility criteria for the largest component of the work shall be the Lead Member and that Member shall have a majority (at least 51%) share of interest in the JV Firm.. (ii) In such cases, what constitutes a component in a composite work shall be clearly pre- defined with estimated tender cost of it, as part of the tender documents without any ambiguity. Any work or set of works shall be considered to be a separate component, only when cost of the component is more than Rs.2 crore each.

Page 34: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 34        

                                                                                                         Signature of the tenderer/Contractor. 

16.1 iii) However, as long as the JV Firm or any member of the JV Firm meets with the requirements, in one or more components of the work, and has completed a minimum of 35% of the advertised value of the tender for the same value of the component, and resultantly, all the members of the JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand technically qualified. Note: Value of a completed work done by a Member in an earlier JV Firm shall be reckoned only to the extent of the concerned member's share in that JV Firm for the purpose of satisfying his/her compliance to the above mentioned technical eligibility criteria in the tender under consideration.

16.2 Financial eligibility criteria: The contractual payments received by the JV Firm or the arithmetic sum of contractual payments received by all the members of JV Firm in the previous three financial years and the current financial year upto the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender. Note: Contractual payment received by a Member in an earlier JV Firm shall be reckoned only to the extent of the concerned member's share in that JV Firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration.

Page 35: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 35        

                                                                                                         Signature of the tenderer/Contractor. 

ANNEXURE-VII

MEMORANDUM OF UNDERSTANDING FORMAT FOR J.V. FIRMS (Applicable for a tender value costing more than Rs. 10 .00 Crs. only and if Joint

venture firms is considered for eligibility)

This Agreement is made and executed on this day of 2016 Between

1. M/s./Sri S/o. aged about years, Occupation R/o. hereinafter called the First party, which term shall means and includes his heirs, successors, Legal representatives, assignees, etc.

2. Sri S/o. aged about years, Occupation R/o. hereinafter called the second party, which term shall means and includes his heirs, successors, Legal representatives, assignees, etc..

3. Sri S/o. aged about years, Occupation R/o. hereinafter called the third party, which term shall means and includes his heirs, successors Legal representatives, assignees, etc..

4. Sri S/o. aged about years, Occupation R/o. hereinafter called the fourth party, which term shall means and includes his heirs, successors Legal representatives, assignees, etc.

A N D 5. Sri S/o. aged about years, Occupation

R/o. hereinafter called the fifth party, which term shall means and includes his heirs, successors Legal representatives, assignees, etc. WHEREAS, the South Central Railway, through its Chief Administrative Officer (Construction)/ Chief Engineer (Construction)/ Dy.Chief Engineer (Construction), South Central Railway has invited tenders for the work of Notice No. dated .

vide their Tender

WHEREAS, the parties herein agreed to form a Joint Venture in order to join their expertise to obtain best results from the combination of their individual resources of technical, financial, management and equipments for the benefit of project and in order to submit a joint tender (herein after referred to as “Tender”) for the work of as notified by Chief Administrative Officer(Construction), South Central Railway (herein after referred to as “the Employee”) under Tender Notice No. dated . NOW the parties hereto have come to an understanding and agreed to execute the project/work on the following terms and conditions:

Page 36: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 36        

                                                                                                         Signature of the tenderer/Contractor. 

1.0 FORMATION AND TERMINATION OF THE JOINT VENTURE FIRM.

1.1 The parties herein, under this MOU, have decided to form a Joint Venture Firm to submit the tender for the above project and execute the contract with the Employer for the project if qualified and contract is awarded.

1.2 The parties herein expressly agreed that any member of this joint venture firm shall not participate either in individual capacity or as a member of another joint venture firm to participate in this tender. 1.3 The name and style of the joint venture shall be (with full address of office)

hereinafter called the “Joint Venture” all communication regarding the project will be made in the name of the joint venture at the above address with Telephone No. .

2.0 LEAD PARTNER

2.1 The lead partner for the joint venture shall be represented by .

2.2 The joint venture authorizes the said lead partner to submit the tender for and on behalf of the joint venture.

2.3 The lead partner is hereby authorized to enter into negotiation if any and receive payments in the name of Joint Venture Firm and instructions from the Employer, to send all letters, correspondence etc.

2.4 The Joint Venture Firm shall be required to submit Earnest Money Deposit (EMD) along with tender, in cash or Banker’s Cheques / Demand Drafts executed by State Bank of India or any of the Nationalised Banks or by a Scheduled Bank in favour of FA&CAO/Construction / S.C.Railway / Secunderabad. 3.0 SHARE OF PROFIT AND LOSS

3.1 The capital of the firm shall be Rs. in which the LEAD PARTNER shall have a share of (not less than 51%) and other parties shall have shares (not less than 20% each), in case of joint venture firms with up to 3 constituent members (If the Joint Venture firm consists of 5 members the lead partner shall have a share of not less than 51% and the other constituent members shall have not less than 10% of the capital. In case of joint venture firms with foreign members, the lead member has to be an Indian firm with a minimum share of 51%).

3.2 The parties of the Joint venture hereby undertake not to modify the share percentage till the

work under the tender is completed to the satisfaction of the Tendering Authority, if the tender submitted by the joint venture firm is accepted.

3.3 It is agreed that a copy of the memorandum of understanding executed by the JV members shall be submitted by the JV firm along with the tender.

3.4 It is agreed that once tender is submitted by the Joint Venture firm, the MOU shall not be modified/altered/terminated during the validity of the tender.

3.5 It is also agreed that on award of contract to this JV firm, a single Performance Guarantee will

Page 37: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 37        

                                                                                                         Signature of the tenderer/Contractor. 

be submitted by the joint venture firm as per tender conditions. All the guarantees like performance guarantee, Bank guarantee for mobilization advance, Machinery advance etc., will be submitted only in the name of joint venture firm and no splitting of guarantees amongst the members of the joint venture firm shall be permitted. 4.0 Working capital

4.1 It is agreed that each party shall contribute working capital for equipment, manpower and material or any expenses to be incurred for execution of the project/work or any other investment required in connection with the execution of the project/work in proportionate to the share capital participation ratio.

4.2 It is agreed that Each party shall be responsible for the due fulfillment of all conditions, stipulations, obligations expressly included and provided in the submitted tender work as clarified by the agreement between the parties and shall hold harmless and indemnified against any damage arising from its default or non-fulfillment of such obligations etc.

4.3 It is agreed that If any party fails to perform its obligations described in the agreement during the execution of the project and to cure such breach within the stipulated period the other party shall have the right to take up the work, interest and responsibility of the defaulting party at the cost of the defaulting party. 5.0 LIABILITY OF JOINT VENTURE MEMBERS TO THE FIRM AND RAILWAYS.

5.1 JOINT AND SEVERAL LIABILITIES: It is agreed that the members of this Joint Venture firm are jointly and severally liable to the Railways for execution of the project/work in accordance with General and Special conditions of the Contract. The joint venture members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non execution of the contract or part thereof. 5.2 AUTHORISED MEMBER: It is agreed that the Joint Venture members shall authorize one of the members on behalf of the joint venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices, correspondences with respect to the contract would be sent only to this authorized member of the JV firm. 6.0 Technical and Financial Experience

6.1 The Joint Venture firm has executed works namely and as such the firm is having experience of constructing/executing the work of

OR

The party no. 1 of this Joint Venture firm is having experience of constructing work and in fact executed work.

6.2 The party no. 2 this Joint Venture is doing business and having a turnover

Page 38: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 38        

                                                                                                         Signature of the tenderer/Contractor. 

of Rs. an the project/work. 7.0 Miscellaneous:-

7.1 Bank Account: Separate bank account or accounts shall be opened in the name of the joint

venture in a scheduled or Nationalized Bank in India as decided by the parties herein with mutual consent and shall be operated by the lead partner or its authorized party as agreed by the parties herein.

7.2 It is agreed that All payment and receipts of the joint venture shall be in the name of the joint venture.

7.3 It is agreed that Parties of the Joint Venture shall have no right to assign, pledge, sell or otherwise

dispose all or any part of its respective interests in the joint venture to a third party without the consent of other parties in writing.

7.4 Subject to the above clause, the terms and conditions of this agreement shall be binding upon the parties, their Directors, officers, Employees, successors, assignees and representatives. 7.5 All the members of the Joint Venture Firm collectively assert that the firms/members are not black listed or debarred by any other Ministry/Department of Government of India/Public Sector Undertakings /State Government from participation in tenders/contracts on the date of tender opening of bids either in their individual capacity or partnership firm or JV firm in which they were /are members/partners. 7.6 This Joint Venture Agreement shall in all respect be governed and interpreted in accordance with Indian Laws. 7.7 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 8.0 This Joint Venture agreement shall not be modified/altered/ terminated during the validity of

the period. In case the Joint Venture firm fails to observe/comply with this stipulation, the full Earnest Money Deposit shall be forfeited.

9.0 Constitution of the Joint Venture firm will not be altered during the currency of the contract

except when modification become inevitable due to succession laws etc., and in any case the minimum eligibility criteria would not be affected. Failure to observe this stipulation will be deemed to be breach of contract and liable for all consequential penal action by the Railways against the Joint Venture firm as per contract conditions.

10.0 It is agreed that on receipt of L.O.A, the members of Joint Venture firm shall submit a copy of the JV agreement duly registered before the Registrar of the companies under companies Act or before the Registrar/ Sub-Registrar under the Registration Act, 1908. In case this firm fails to observe/comply with this stipulation, the Railways will have a right to forfeit the Earnest Money Deposit besides taking the penal action against the members of the Joint Venture and the Joint Venture firm.

11.0 No member of Joint Venture firm will assign or transfer the interest, right or liability in the

contract without the written consent of the other members and that of the South Central Railway in respect of this tender / contract.

Page 39: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 39        

                                                                                                         Signature of the tenderer/Contractor. 

Lead member. Member -2 Member-3. Member-4. Member-5.

WITNESS:

1. 2.

(Name & Address)

Page 40: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

  T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 40        

                                                                                                         Signature of the tenderer/Contractor. 

ANNEXURE-VIII

AGREEMENT FORMAT FOR J.V. FIRMS

(Applicable for a tender value costing more than Rs.10.00 Crs. only and if Joint Venture Firms is considered for eligibility)

This Agreement is made and executed on this _______ day of _____ 2015 Between 1. M/s./Sri ____________________ S/o. ______________ aged about ____ years, Occupation

________ R/o. ______________ hereinafter called the First party, which term shall means and includes his heirs, successors, Legal representatives, assignees, etc.

2. Sri ____________________ S/o. ______________ aged about ____ years, Occupation ________ R/o. ______________ hereinafter called the second party, which term shall means and includes his heirs, successors, Legal representatives, assignees, etc.

3. Sri ____________________ S/o. ______________ aged about ____ years, Occupation

________ R/o. ______________ hereinafter called the third party, which term shall means and includes his heirs, successors Legal representatives, assignees, etc.

4. Sri ____________________ S/o. ______________ aged about ____ years, Occupation ________ R/o. ______________ hereinafter called the fourth party, which term shall means and includes his heirs, successors Legal representatives, assignees, etc.

A n d

5. Sri ____________________ S/o. ______________ aged about ____ years, Occupation ________ R/o. ______________ hereinafter called the fifth party, which term shall means and includes his heirs, successors Legal representatives, assignees, etc.

WHEREAS the parties herein agreed to form a JOINT VENTURE by the name of M/s ------------------- as per MOU in order to join their individual expertise to obtain best results from the combination of their individual resources of technical, financial, management and equipments for the benefit of the project and in order to submit a joint tender (hereinafter referred to as “Tender”) for the work of ______________ as notified by the Chief Administrative Officer (Construction) / Chief Engineer (Construction) / Dy.Chief Engineer (Construction), South Central Railway, (hereinafter referred to as “the Tendering authority”) under Tender Notice No.__________ Dated __________. Whereas the above work has been awarded to the JV Firm M/s ……..…. as per the conditions of MOU vide LOA No ………………. Dated ………….. Henceforth, the Joint Venture thus formed will be known and continued to be existing on the name of M/s.-------------------- of which the above mentioned parties are the members of the Joint Venture. NOW THERFORE, the parties herein, in consideration of mutual understanding contained hereunder agree as follows:

Page 41: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 41   

                                                                                                         Signature of the tenderer/Contractor. 

1.0 FORMATION AND TERMINATION OF THE JOINT VENTURE FIRM.

1.1 The parties herein, under this agreement, have decided to form a Joint Venture Firm to submit the tender for the above project and execute the contract with the Employer for the project if qualified and contract is awarded.

1.2 The parties herein expressly agreed that any member of this joint venture firm shall not participate either in individual capacity or as a member of another joint venture firm in this tender.

1.3 The name and style of the joint venture shall be (with full address of office) hereinafter called the “Joint Venture” all communication regarding the project will be made in the name of the joint venture at the above address with Telephone No., . 2.0 LEAD PARTNER

2.1 The lead partner for the joint venture shall be represented by . 2.2 The joint venture authorizes the said lead partner to submit the tender for and on behalf of

the joint venture. 2.3 The lead partner is hereby authorized to enter into negotiation if any and receive payments

and instructions from the Employer, to send all letters, correspondence etc. 2.4 The Joint Venture Firm shall be required to submit Earnest Money Deposit (EMD) along

with tender, in cash or Banker’s Cheques / Demand Drafts executed by State Bank of India or any of the Nationalised Banks or by a Scheduled Bank in favour of FA&CAO/ Construction / S.C.Railway / Secunderabad. 3.0 SHARE OF PROFIT AND LOSS 3.1 The capital of the firm shall be Rs. in which the LEAD PARTNER shall have a

share of (not less than 51% ) and other parties shall have shares (not less than 20% each), in case of joint venture firms with up to 3 constituent members.( If the Joint Venture firm consists 4 or 5 members the lead partner shall have a share of not less than 51% and the other constituent members shall have not less than 10% of the capital. In case of joint venture firms with foreign members, the lead member has to be an Indian firm with a minimum share of 51%).

3.2 The parties of the Joint venture hereby undertake not to modify the share percentage till the

work under the tender is completed to the satisfaction of the Tendering Authority, if the tender submitted by the joint venture firm is accepted.

3.3 It is agreed that once tender is submitted by the Joint Venture firm, the MOU shall not be

modified/altered/terminated during the validity of the tender. 3.4 It is also agreed that on award of contract to this JV firm, a single Performance Guarantee will

be submitted by the joint venture firm as per tender conditions. All the guarantees like performance guarantee, Bank guarantee for mobilization advance, Machinery advance etc., will be submitted only in the name of joint venture firm and no splitting of guarantees amongst the members of the joint venture firm shall be permitted.

4.0 Working capital

4.1 It is agreed that each party shall contribute working capital for equipment, manpower and material or any expenses to be incurred for execution of the project/work or any other investment

Page 42: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 42   

                                                                                                         Signature of the tenderer/Contractor. 

required in connection with the execution of the project/work in proportionate to the share capital participation ratio.

4.2 It is agreed that Each party shall be responsible in toto for the fulfillment of all conditions, stipulations, obligations expressly included and provided in the submitted tender work as clarified by the agreement between the parties and shall hold harmless and indemnified against any damage arising from its default or non-fulfillment of such obligations etc.

4.3 It is agreed that If any party fails to perform its obligations described in the agreement during the execution of the project and to cure such breach within the stipulated period, the other party shall have the right to take up the work, interest and responsibility of the defaulting party at the cost of the defaulting party. 5.0 LIABILITY OF JOINT VENTURE MEMBERS TO THE FIRM AND RAILWAYS.

5.1 JOINT AND SEVERAL LIABILITIES: It is agreed that the members of this Joint Venture firm are jointly and severally liable to the Railways for execution of the project/work in accordance with General and Special conditions of the Contract. The joint venture members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non execution of the contract or part thereof. 5.2 AUTHORISED MEMBER: It is agreed that the Joint Venture members shall authorize one of the members on behalf of the joint venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices, correspondences with respect to the contract would be sent only to this authorized member of the JV firm. 6.0 Technical and Financial Experience

6.1 The Joint Venture firm has executed works namely and as such the firm is having experience of constructing/executing the work of

OR The party No.1 of this Joint Venture firm is having experience of constructing work and in fact executed work.

6.2 The party No.2 of this Joint Venture is doing business and having a turnover of Rs. and thus having the capacity of required finance for the execution of the project/work.

(Note:- The respective parties may give the description of experience in the field required for the project.)

7.0 Miscellaneous:-

7.1Bank Account: Separate bank account or accounts shall be opened in the name of the joint venture in a scheduled or Nationalized Bank in India as decided by the parties herein with mutual consent and shall be operated by the lead partner or its authorized party as agreed by the parties herein. 7.2 It is agreed that all payment and receipts of the joint venture shall be in the name of the joint venture.

Page 43: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 43   

                                                                                                         Signature of the tenderer/Contractor. 

7.3 It is agreed that Parties of the Joint Venture shall have no right to assign, pledge, sell or otherwise dispose all or any part of its respective interests in the joint venture to a third party without the consent of other parties in writing.

7.4 Subject to the above clause, the terms and conditions of this agreement shall be binding upon the parties, their Directors, officers, Employees, successors, assignees and representatives. 7.5 All the members of the Joint Venture Firm collectively assert that the firms/members are not black listed or debarred by any other Ministry/Department of Government of India/State Government/Public Sector Undertakings from participation in tenders/contracts on the date of tender opening of bids either in their individual capacity or partnership firm or JV firm in which they were /are members/partners. 7.6 This Joint Venture Agreement shall in all respect be governed and interpreted in accordance with Indian Laws. 7.7 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. 8. This Joint Venture agreement shall not be modified/altered/ terminated during the validity of

the period. In case the Joint Venture firm fails to observe/comply with this stipulation, the full Earnest Money Deposit shall be forfeited.

9. Constitution of the Joint Venture firm will not be altered during the currency of the contract

except when modification become inevitable due to succession laws etc., and in any case the minimum eligibility criteria would not be affected. Failure to observe this stipulation will be deemed to be breach of contract and liable for all consequential penal action by the Railways against the Joint Venture firm as per contract conditions.

10. It is agreed that on the receipt of L.O.A, the members of Joint Venture firm shall submit a

copy of the JV agreement duly registered before the Registrar of the companies under companies Act or before the Registrar/ Sub-Registrar under the Registration Act, 1908. In case this firm fails to observe/comply with this stipulation, the Railways will have a right to forfeit the Earnest Money Deposit besides taking the penal action against the members of the Joint Venture and the Joint Venture firm.

11. No member of Joint Venture firm will assign or transfer the interest, right or liability in the

contract without the written consent of the other members and that of the South Central Railway in respect of this tender / contract.

In witness whereof the parties hereto have hereunder set their respective hands and seals on this the day of , 2016 .

Party No.1 Party No.2 Party No.3 Party No.4 Party No.5

WITNESS: 1. 2.

(Name & Address)

NOTARY

Page 44: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 44 

                                                                                                         Signature of the tenderer/Contractor. 

ANNEXURE-IX

FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED SIGNATORY OF JOINT VENTURE (JV) PARTNERS/PARTNERSHIP FIRM/PRIVATE LMITED COMPANY/LIMITED

COMPANY

POWER OF ATTORNEY* (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant stamp Act. The stamp paper to be in the name of the company who is issuing the Power of Attorney. Know all men by these present, we …………………. do hereby constitute, appoint and authorize Mr./Ms. . . . . . . . . . . . who is presently employed with us and holding the position of . . . . as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the work of including signing and submission of all documents and providing information / responses to South central Railway Organisation representing us in all matters, dealing with South central Railway Construction Organisation in all matters in connection with our Tender for the said project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this . . . . . . . . . . . Day of . . . . . . . . . . 2016.

(Signature of authorised signatory) ……………………………… (Signature and Name in Block letters of Signatory)

Seal of Company Witness:

Witness 1 : Witness 2: Name : Name : Address : Address : Occupation : Occupation :

Notes: i) To be executed by all the partners individually, in case of a Joint Venture.

ii) The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, lay down by the applicable law and the charter documents of the executants(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 45: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 45 

                                                                                                         Signature of the tenderer/Contractor. 

ANNEXURE-X

FORMAT FOR POWER OF ATTORNEY TO LEAD PARTNER OF JOINT

VENTURE (JV) (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant stamp Act. The stamp paper shall be in the name of the company, who is issuing the Power of Attorney.

POWER OF ATTORNEY*

Whereas South Central Railway Construction Organisation has invited Tender for the work of whereas, the members of the Joint Venture comprising of M/s. . . . . . . . ............................................................................................................... M/s. . . . . . …………………...................................................................................and M/s. . . . . . ............................................................................................., are interested in submission of bid for the work " Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations" in accordance with the terms and conditions contained in the bidding documents. Whereas, it is necessary for the members of the Joint Venture to designate one of them as the Lead Partner, with all necessary power and authority to do, for and on behalf of the Joint Venture, all acts, deeds and things as may be necessary in connection with the Joint Venture’s bid for the project, as may be necessary in connection with the Joint Venture’s bid for the project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT:

We, M/s. . . . . . . . . . . . . . , hereby designate M/s . . . . . . . . . . . . being one of the partners of the Joint Venture, as the lead partner of the Joint Venture, to do on behalf of the Joint Venture, all or any of the acts, deeds or things necessary or incidental to the Joint Venture’s Tender for the contract, including submission of Tender, participating in conferences, responding to queries, submission of information/documents and generally to represent the Joint Venture in all its dealings with the Railway or any other Government Agency or any person, in connection with the contract for the said work until culmination of the process of Tendering till the contract agreement is entered into with the South central Railway Construction Organisation and thereafter till the expiry of the maintenance period. We hereby agree to ratify all acts, deeds and things lawfully done by lead member, our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Joint Venture. Dated this the . . . . . . . . . . . day of . . . . . . . . . .2016 . ……………………………… (Signature)

Page 46: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 46 

                                                                                                         Signature of the tenderer/Contractor. 

Notes: i) To be executed by all the partners individually, in case of a Joint Venture. ii) The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

……………………………… (Name in Block letters of Executants) Seal of Company Witness: Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation:

Page 47: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 47 

                                                                                                         Signature of the tenderer/Contractor. 

Annexure – XI

NAME OF WORK: Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s

own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

FORMAT FOR REPORTING OF EMPLOYMENT OF RAILWAY OFFICERS (Proforma to be filled in and signed by the Tenderer and submitted along with the tender)

(Strike out whichever is not applicable) The undersigned –

(a) is a retired Gazetted officer holding prior to retirement a pensionable / non – pensionable post in the Engineering Department of Railway.

(b) is a partnership firm having as one of its partners a retired Engineer or a retired Gazetted officer as aforesaid.

(c) is an incorporated company having any such retired Engineer or retired Gazetted officer as aforesaid, as one of its directors.

(d) is having in my employment any retired Engineer or retired Gazetted officer as aforesaid. (e) has no such retired Engineer or retired Gazetted officer so associated with me as stated

above. 2. If falling under any of the above categories (a) to (d), particulars of the officer may be

furnished hereunder: 1 Post held before retirement 2 Date of retirement. 3 If not retired at least one year prior to date of submission

of tender state whether permission for taking such contracts has been obtained from the President of India or any officer duly authorized in this behalf.

3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or relatives employed in Gazetted capacity in the Engineering or any other Department of the Railways, particulars of such relatives in the Railway may be furnished hereunder---

(i) Name ……………………………………….. (ii) Designation ……………………………………….. (iii)Relationship ……………………………………….. (iv)Address ……………………………………….. (v) Date ……………………………………….

Name and Signature:

Page 48: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 48 

                                                                                                         Signature of the tenderer/Contractor. 

To FA & CAO/C/SC/ South Central Railway, Secunderabad

Sub : EFT payments Sir,

We prefer to the National Electronic fund Transfer (NEFT) being followed by South Central Railway (con) for remittance of our payments using RBI’s NEFT Scheme. In confirmation to this, I/We agree to receive our payments being made through the above scheme to our under noted Bank Account.

Annexure – XII

Name of Work: Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s own earth

of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

Sl No. Details to provided by tenderer Details to be filled up by the tenderer

1. Name of the tenderer 2. Full postal address with PIN code 3. E-mail address of tenderer 4. PAN number of tenderer 5. Bank’s name and branch 6. Full address of bank 7. Name of city 8. Bank code no 9. Bank Telephone/Fax No. & E.mail 10. Bank’s IFSC code for NEFT 11. Bank’s IFSC code for RTGS 12. Banks' MICR code 13. Tenderer Bank Account number 14. Type of bank account 15. Tenderer name as per Bank account

Telephone Nos. of tenderer a. BSNL/Landline b. Mobile/Cell phone

16.

c. Fax number (Tenderer should note that the above particulars are necessarily to be provided for return of EMD, SD and other payments due to the tenderer during execution and on completion of work) Certified that the above bank particulars of tenderer are correct, as per Bank records. Name & signature of Bank official with stamp.

Contractor’s signature

Page 49: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 49 

                                                                                                         Signature of the tenderer/Contractor. 

ANNEXURE-XIII

To FA&CAO/Con/SC Railway Secunderabad

FORM OF BANK GUARANTEE BOND

1. In consideration of the President of India acting through the Chief Engineer/Construction/ SC Railway, Secunderabad. (herein after called “the Government”) having agreed to exempt (hereinafter called “the “the said Contractor’s) from the demand, under the terms and conditions of an agreement dated made between and for (hereafter called “the said agreement”) of Performance guarantee for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said agreement, on production of a Bank guarantee for Rs. (Rupees only). We, (hereinafter the name of the bank) “the Bank”) (indicate the name of the Bank) at the request of (Contractor’s) do hereby undertake to pay to the Government an amount not exceeding Rs. against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms and conditions contained in the said agreement.

2. We (indicate the name of the Bank) do hereby undertake to pay the amounts (indicate the name of the bank) due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount/claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said Contractor(s) of any of the terms or conditions contained in the said agreement or by reason of the Contractor(s) failure to perform the said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. .

3. We under-take to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the Contractor(s) /suppliers(s) in any suite or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) /suppliers(s) shall have no claim against us for making such payment.

Page 50: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 50 

                                                                                                         Signature of the tenderer/Contractor. 

4. We, (indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said the agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till the Chief Admn. Officer/Construction’s office/ Engg department/Ministry of Railway certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the we shall be discharged from all liability under this guarantee thereafter.

5. We, (indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to very any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s) /suppliers(s).

7. We, (indicate the name of the Bank) lastly under take not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the day of 2016 For

(indicate the name of Bank)

Page 51: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 51 

                                                                                                         Signature of the tenderer/Contractor. 

GENERAL CONDITIONS OF CONTRACT The General Conditions of Contract governing the performance of the works covered by this tender

are the “Indian Railway Standard General Conditions of Contract” as amended from time to time up

to date. A copy of the book-let incorporating the above “Indian Railway Standard General conditions

of Contract” may be perused in the office of the Chief Administrative Officer/ Construction/ South

Central Railway Secunderabad - 500071. This may also be perused in the office of the Deputy Chief

Project Manager/ World Class Station Project/ S.C.Railway/ Secunderabad

In submitting his tender it would be deemed that the tenderer has kept himself fully

Informed of the provision of the Indian Railway Standard General conditions of Contract including

all corrections and Amendments issued up to date and claim that he is not aware of any amendment

or correction slip to the IRS GCC shall not be entertained.

Page 52: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 52  

                                                                                                         Signature of the tenderer/Contractor. 

Annexure-XIV CERTIFICATION OF FAMILIARISATION

I/We hereby solemnly declare that I/We visited the site of the above work and have familiarised myself/ourselves of the working conditions there in all respects and in particular the following.

i) Topography of the area.

ii) Soil conditions at the site of work.

iii) Sources and availability of construction materials.

iv) Rates for construction materials.

v) Availability of local labour, both skilled and unskilled and the prevailing labour rates.

vi) Availability of water and electricity.

vii) The existing roads and access to the site of work with regard to crossing of Existing track and re-handlings involved in crossing of existing tracks.

viii) Availability of space for putting labour camps, offices, stores godowns, Engg. yard for

collection of required materials and stacking. ix) Any particulars/clarifications regarding Bridge may be obtained from the office of Dy.

Chief Engineer /Construction /Designs/ S.C.Railway/ Secunderabad Or Dy. Chief Project Manager /Construction/ World Class Station Project/S.C.Railway/ Secunderabad.

x) Any other matter that may have bearing on work.

xi) STUDY OF DRAWINGS AND LOCAL CONDITIONS:

The drawings for the works can be seen in the office of the Chief Administrative Officer, Construction, S.C.Railway, Secunderabad-500 071 or in the office of Dy. Chief Project Manager /Construction/ World Class Station Project /S.C.Railway/ Secunderabad. It should be noted that these drawings are meant for general guidance only and Railway may suitably modify them during the execution of work according to the circumstances without making the Railways liable for any claims on account of such changes.

If there is any variation between the description in the tender and the detailed plans, the

Engineer-in-Charge will operate the correct description and his decision is final and binding on the tenderer/ Contractor.

The Tenderer/Contractor is required to inspect the sites of works and acquaint himself

with the site conditions, availability of approaches for transporting of men and materials, space and other factors relating to the works, availability of labour, electricity and water, etc., before quoting his rates. The extent of lead and lift involved in the execution of works and

Page 53: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 53  

                                                                                                         Signature of the tenderer/Contractor. 

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. The Tender submitted will be deemed to have been made after such inspection.

xii) DRAWINGS FOR WORKS:

The percentage rates for the schedule items and itemized rates for the non-

scheduled items quoted by the tenderer as may be accepted by the railways will, hold good irrespective of any changes, modifications, alterations, additions, omissions in the locations of structures and detailed drawings, specifications and/or the manner of executing the work.

It should be specifically noted that some of the detailed drawings may not have

been finalised by the Railway and will, therefore, be supplied to the contractor as and when they are finalised on demand. No compensation whatsoever on this account shall be payable by the Railway Administration.

No claim whatsoever will be entertained by the Railway on account of any delay

or hold up of the works arising out of delay in approval of drawings, changes, modifications, alterations, additions, omission and the site layout plans or detailed 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.

Page 54: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 54  

                                                                                                         Signature of the tenderer/Contractor. 

SPECIAL CONDITIONS AND SPECIFICATIONS OF CONTRACT

Note: The following special conditions are supplement to the conditions of tenders already submitted by the tenderer. I.R.S.General conditions of the contract read along with correction slips, IRU Standard Schedule of Rates, (South Central Railway) 2010 and notes appearing under the relevant chapters and sub-chapters should be considered as part of the tender papers. Where the provisions of Special Conditions are at variance with the I.R.S.General Conditions of Contract and other documents mentioned above, these Special Conditions shall prevail.

1.0 Partnership Deeds:

Partnership Deed duly attested by a Gazetted officer, certified true copy by authorized notary public can also be accepted in all types of works tenders. However, Railway reserves the right to call for the production of Original Partnership Deed for verification, if necessary.

2.0 SETTING OUT OF WORK:

2.1 The center line of the proposed alignment and center of Bridge will be initially set out by the Railway Engineer or his representative. The contractor shall thereafter set out the work and every part thereof fully including all other control points and base line with masonry and concrete pillars for proper lines and levels. The contractor shall be responsible for the accuracy of the lines, levels and dimensions of the work in accordance with the drawings, further directions or instructions and every facility shall be given to the Engineer for checking their correctness. The Contractor shall also alter or amend any error in the dimensions, line or levels or work set out or constructed by him to the satisfaction of the Engineer.

2.2 The work shall be set out to the satisfaction of the Engineer, but his approval thereto shall not, nor shall his joining with the contractor in setting out the work relieve the contractor from his entire sole responsibility therefor.

2.3 The contractor shall also provide, fix and be responsible for the maintenance of all stakes, templates, profiles, level marks, points etc., and must take all necessary precautions to prevent their being removed, altered or disturbed and will be held responsible for the consequences of such removal, alterations or disturbances should the same take place, and for their efficient reinstatement.

3.0 SERVICE ROADS

3.1 The contractor will be permitted to make use of existing service roads if any free of cost new service roads required by the contractor in connection with the work either near the work site elsewhere whether within or out side Railway limits for carriage of materials or for any other purpose whatsoever will have to be constructed and maintained by the contractor at his cost. For the purpose of construction of Service Roads on Railway land permission will be given to the contractor at Railway’s discretion free of any charges. If any land other than Railway land is necessary to be acquired or to be entered upon for the purpose such land acquisition or permission to enter upon the land have to be arranged for by the contractor at his cost. The contractor will however, indemnify the Railway against all claims for all damages whatsoever in this account. Railway however reserves the right to make use of such service roads without any charges. 4.0 SITE FACILITIES

Page 55: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 55  

                                                                                                         Signature of the tenderer/Contractor. 

4.1 The quoted rate would be deemed to include charges for any and all the facilities that are considered necessary for execution of the work unless otherwise indicated in the contract. In this connection, specific attention is drawn to stipulations in clause 19 (i) of IRS General Conditions of Contract and intending tenderers are advised to acquaint themselves well with site conditions. Land that can conveniently be spared will be made available by the Railway free of charges for the use of contractor for his field office, stores, depots, works shops, bore wells and temporary accommodation of his staff. The extent of land that can be made available may be ascertained by inspections at site. No assurance can be given regarding the vulnerability of such land to flooding during floods. The Railway under takes no responsibility or liability in this regard and the contractor should take sufficient protective measures against such eventualities at his cost.

4.2 On completion of the works, the Contractor should remove all the temporary structures etc., at his own cost and the land should be handed over as vacant possession to Railway within one month.

4.3 If sufficient land cannot be made available by the Railway to the contractor’s requirement the contractor will have to make his own arrangements at his own cost.

5.0 VARIATION IN QUANTITIES: 5.1 The Railway reserves the right to alter the drawings. If due to change in drawing or any other

reasons there be variations either increase or decrease in quantities, payment will be made only for the actual quantities executed at the accepted rates. If there be sufficient cause, the Railway may grant extension of the date of completion suitably. Such circumstances shall in no way affect or vitiate the contract or alter the character thereof, or entitle the contractor to damages or compensation therefor except as provided for in this contract.

5.2 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this no Finance concurrence would be required.

5.3 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than SA grade.

i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of

the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender.

iii) ariation in quantities of individual items beyond 150% will be prohibited and would

be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

b) The variation in quantities as per the above formula will apply only to the Individual

Page 56: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 56  

                                                                                                         Signature of the tenderer/Contractor. 

items of the contract and not on the overall contract value.

c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO / FA & CAO(C) and approval of General Manager.

5.4 In case where decrease is involved during execution of contract:

a) The contract signing authority can decrease the items upto 25% of individual item

without finance concurrence.

b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of SA Grade may be taken after obtaining “No Claim Certificate” from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

c) It should be certified that the work proposed to be reduced will not be required in the

same work.

5.5 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

Variation in quantity of individual minor value item beyond 100% (ie total quantity 200%) will be prohibited & would be permitted only in exceptional unavoidable circumstances with the concurrence of associated finance & shall be paid at 96% of the rate awarded for that item in that particular tender.

5.6 No such quantity variation limit shall apply for foundation items.

5.7 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR

schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

5.8 For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

5.9 For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by General Manager.

5.10 For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager.

5.11 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (Both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

5.12 In case the contractor fails to attend the meeting after being notified to do so or in the event of no settlement being arrived at, the Railway shall be entitled to execute the extra works by other means and the contractor shall have no claim for loss or damage that may result from such

Page 57: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 57  

                                                                                                         Signature of the tenderer/Contractor. 

procedure. 6.0 ADDITIONAL ITEMS:

6.1 N.S. ITEMS:

Any items of work, which are not provided in the schedule of quantities, for which no rates exists shall be executed only with the prior approval of the Railway and at rates and conditions to be actually agreed upon incorporated in the supplementary agreement. The rates for the same shall be fixed by mutual agreement, as prescribed in Clause No.39 of IRS GCC.

7.0 ENVIRONMENTAL PROTECTION:

7.1 The Contractor must organize his work in such a way that the ecology of the area is not badly affected. The instructions issued in this regard will have to be care fully followed. Particular attention is required in case of making the pits for taking out the earth from the quarries and also in the dumping of cut spoils, etc. The Contractor or his labour is prohibited to cut the trees for the purpose of firewood or for any other purpose. Cutting of trees as required under the items of works indicated in the tender schedule may be carried out strictly as directed by the engineer in charge of the work. Unauthorized felling of trees will result in prosecution and imprisonment. So it is the contractor’s responsibility to cause no damage to the forest growth and any fuel required by the contractor for his own use or for the use of his labourers, should be arranged by the contractor at his own cost.

8.0 SAFE WORKING METHODS:

8.1 The contractor shall, at all times, adopt such safe methods of works as will ensure safety of structures, equipment and labour. If at any time the Railway finds the safety arrangements inadequate or unsafe, the contractor shall take immediate corrective action as directed by the Railway’s representative at site. Any dereliction in the matter shall no way absolve the contractor of his sole responsibility to adopt safe working methods.

8.2 The contractor shall not allow any road vehicle belonging to him or his suppliers etc., to ply in Railway land next to the running line. If, for execution of work, road vehicles are necessary to be used in Railway land next to the Railway line, the contractor shall apply to the Engineer- in-charge for permission giving the type and No. of individual vehicles, names and license particulars of the drivers, location, duration and timing of such work/movement. The Engineer-in-charge or his authorized representative will personally counsel, examine and certify the road vehicle drivers, contractor’s flagmen and supervisor and will give written permission giving names of road vehicle drivers, contractor’s flagmen and supervisors to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory condition.

Page 58: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 58   

                                                                                                         Signature of the tenderer/Contractor. 

i) The road vehicles can ply along the track after suitable cordoning of track with

minimum distance of 6.00metres from the center of nearest track. For plying of road vehicles during night hours, adequate measures to be communicated in writing along with a sketch to the contractor/contractor’s representative and controlling engineer/ supervisor-in-charge of the work including officers and the in-charge of the section.

ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work.

iii) Execution of doubling works in the vicinity of nearest track is not permitted without providing barricade at minimum distance of 2.80m clear of nearest track centre and any movement of vehicles less than 2.80m clear of nearest track centre is also not permitted. Any work less than 2.80m clear of nearest track centre will be carried out under block protection only.

iv). The contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear cost of all damages to his equipment and men and also damages to Railway and its passengers.

8.3 When the vehicle is to be worked closer to 6.0m but not less than 3.50m from center line of running track. If a road vehicle or machinery is to work closer to 6.0m due to site conditions or requirement of work, following precautions shall be observed:

i) In no case the road vehicle shall run or machinery shall work at distance less than 3.5m from center line of track

ii) Demarcation of land shall be done by bright colored ribbon/nylon chord suspended on 75 Cm. High wooden/bamboo posts at a distance of 3.50m from center line of nearest running track.

iii) Presence of an authorized Railways representative shall be ensured before plying of vehicle or working of machinery.

iv). Railway’s Supervisor shall issue suitable caution order to drivers of approaching train about road vehicles plying or machineries working close to running tracks. The train drivers shall be advised to whistle freely to warn about the approaching train. Whistle boards shall be provided wherever considered necessary.

v) Lookout men shall be posted along the track at a distance of 800m from such locations who will carry red flag and whistles to warn to the road vehicle/machinery users about the approaching trains.

vi). On curves where visibility is poor, additional lookout men shall be posted.

8.4 When the vehicle is to be worked closer to 3.50m from center line of running track:-

Page 59: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 59   

                                                                                                         Signature of the tenderer/Contractor. 

i) Plying of vehicle or working of machinery closer to 3.50m or running track shall be done only under protection of track.

Traffic block shall be imposed wherever considered necessary. The site shall be protected as per provisions of Para No.806 & 807 of P.Way manual as the case may be.

ii) Presence of a Railway’s supervisor shall be ensured at work site.

iii) Railway’s Supervisor shall issue suitable Caution Order to Drivers of approaching train about road vehicles plying or machineries working close to running tracks. The train drivers shall be advised to whistle freely to warn about the approaching train.

8.5 Safe Working of Contractors –

8.5.1 A large number of men and machinery are deployed by the contractors for track renewals, gauge conversions, doublings, bridge rebuilding etc. It is, therefore, essential that adequate safety measures shall be taken for safety of the trains as well as the work force. The following measures should invariably be adopted.

i) The contractor shall not start any work without the presence of railway supervisor or his

representative and contractor’s supervisor at site. ii) Wherever the road vehicles and/or machinery are required to work in the close vicinity

of Railway line, the work shall be so carried out that there is no infringement to the Railway’s Schedule of Dimensions. For this purpose, the area where road vehicles and/or machinery are required to ply, shall be demarcated and acknowledge by the contractor. Special care shall be taken for turning/reversal of road vehicles/ machinery without infringing the running track. Barricading shall be provided wherever justified and feasible as per site conditions.

iii) The lookout and whistle caution orders shall be issued to the trains and Speed

Restrictions imposed where considered necessary. Suitable flagmen/detonators shall be provided where necessary for protection of trains.

iv) The supervisor/workmen should be counseled about safety measures. A competency

certificate to the contractor’s supervisors as per proforma annexed shall be issued by AEN, which will be valid only for the work for which it has been issued.

Certified that Sri ________________________________ P.Way supervisor of M/s.

______________________ has been examined regarding P.Way working on __________________ work. His knowledge has been found satisfactory and he is capable of supervising the work safely.

Assistant Engineer

Page 60: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 60   

                                                                                                         Signature of the tenderer/Contractor. 

v) The unloaded ballast/rails/sleepers/other P.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.

vi) Supplementary site specific instructions, wherever considered necessary, shall be issued

by the Engineer-in-charge. Engineer-in-charge may impose any other condition necessary for a particular work or site.

vii) The Engineer-in–charge shall approve the methodology proposed to be adopted by the

contractor, with a view to ensure safety of trains, passengers and workers and he shall also ensure that the methods and arrangements are actually available at site before start of the work and the contractor’s supervisors and the workers have clearly understood the safety aspects and requirements to be adopted/ followed while executing the work.

There shall be an assurance register kept at each site, which will have to be signed by both, i.e., Railway Supervisor or his representative as well as the contractor’s supervisor as a token of their having understood the safety precautions to be observed at site.

9.0 EXPLOSIVES:

9.1 Explosive rules are in accordance with Law & Regulations in force at the material time, including obtaining necessary licenses.

9.2 The contractor will make his own arrangements for procurement and storage of explosives and detonators needed for the work at suitably located primary Magazines under contractor’s own license. The contractor may draw his requirements of explosives from these Magazines and arrange to transport and stores them in convenient quantities at the site of work in his own regular or portable magazines under his own license. 9.3 The contractor shall get the necessary clearance/license from the authorities concerned for purchase, storing and use of explosives/detonators for the work. For the transport of explosives/ detonators from the primary magazines to the work site, the contractor shall make his own arrangements with his own “EXPLOSIVE VANS” or “MOBILE MAGAZINES” at his own cost and risk. The contractor shall employ persons with competency certificates for the storage, transporting and use of the explosives/detonators.

9.4 All equipments, machinery, tools, like large capacity air compressors, Pneumatic rock drills, power shovels, dumpers shall be arranged, maintained and operated by the contractor.

9.5 The contractor(s) shall be responsible for taking full precautions for ensuring proper safety of life and property adjoining the areas, where explosives are used/stored and shall pay for all the damages caused as a result of use/storage of explosives.

9.6 Tenderer’s special attention is drawn to the conditions of contract in respect of

Page 61: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 61   

                                                                                                         Signature of the tenderer/Contractor. 

Explosive and Blasting as enumerated IRS GCC.

9.7 The contractor shall arrange to procure and store in advance the size, type and quantity of explosives/detonators he would need for the next six months.

9.8 The Railway shall in no way be responsible for purchase, storage and use of explosives/detonators. The contractor will indemnify the Railway against all the claims, damages, losses what so ever either for property or life. However the Railway may, at the request of contractor recommend to the authorities concerned, for issue of license for procurement, storage, transport and correct use of explosives/detonators for this work.

9.9 The Contractor shall take adequate safety precautions in consultation with local police for protecting the road users, while carrying out blasting operations adjacent to road/residential area.

10.0 STORAGE OF PETROLIEUM:

10.1 No petroleum spirit within the meaning of Indian Petroleum Act shall be stored at site or adjacent to it until the approval of the Railway and necessary license under the act has been obtained by the Contractor.

11.0 NIGHT WORK:

11.1 During the course of work, if night works to be resorted to, the contractor shall make necessary arrangements for lighting the area etc., at his own cost and ensure that there shall be safe working to the required standard in the night.

11.2 If night work is permitted by the Railway the quoted rates shall hold good for the items of the work done during night also.

12.0 WATER CHARGES:

12.1 Special attention is drawn to Clause 31 of IRS General Conditions of Contract and it is advised for the guidance of the Tenderer/Contractor that there is no possibility of any Railway source for supply of water to their works. The Tenderer/Contractor has to make necessary arrangements for supply of potable water at his own cost for concreting, curing and for any other use. Chemical analysis of water and other ingredients shall be done from time to time as desired by the Engineer-in-charge at the cost of the Contractor.

13.0 ELECTRIC POWER:

13.1 The Contractor shall make his own arrangements for electric power supply as may be required for the work. The Railway does not undertake to arrange for the supply of electricity to any of the contractor's work. The Railway will however assist in recommending his application to the electricity authority for the power supply.

Page 62: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 62   

                                                                                                         Signature of the tenderer/Contractor. 

14.0 HIRE OF TOOLS, PLANT AND MACHINERY:

14.1. The contractor shall make his own arrangements for all plant, machinery, equipment and tools including spare parts, fuel and consumable stores and all labour required to ensure efficient and methodical execution of the work. The quoted rates shall be deemed to be inclusive of all charges for such items.

15.0 SUPPLY OF MATERIALS BY RAILWAY:

15.1 Contractor has to make his own arrangements for making temporary staging arrangements as required. In case the Railway materials are available and can be spared the Railways may supply staging materials viz. steel cribs of size 2’ x 2’ x 6’ rails and RSJs etc., on hire charges subject to availability as per rules in force on request. The Railway materials shall be supplied at the stores depot located at Secunderabad or any other stations and the tenderer shall transport these materials at their cost to the site of work and they shall be return backs to the same depot or at any other depot as directed by the Engineer-in-charge after completion of work. The discretion of Railway with regard to sparing of Railway materials on hire charges is final and the Contractor shall have no further claim on this account.

The Contractor has to make his own arrangements for any other materials required other than those supplied by Railways on hire charges.

15.2 The hire charges are as follows:

Description of material Hire charges per day

i) Steel cribs of size 2’x2’x6’ Rs. 5.55 per day each crib ii) Second hand rails, RSJs etc. Rs. 16.00 per day per MT iii) Dip Lorries 15 MT cap. Rs. 40.00 per day per each

iv) Second hand wooden sleepers Rs. 0.57 per day per each

15.3 The hire charges will be levied for the period from the day of issue of Railway materials to the handing over date of material at the depot (both days inclusive)

15.4 Materials issued by the Railway shall be used solely and economically for the purpose of the work covered by this contract. Loss or damage of such material in any manner shall be totally avoided. If any loss or damage is caused to the Railway materials recovery will be made as per extant rules in force.

15.5 It shall be the responsibility of the Contractor to keep in safe custody of Railway materials plant or equipment issued for the work the Contractor shall at his own expenses provide suitable temporary sheds for this purpose on the Railway land made available by the Railway free or rent and shall remove the sheds when no longer required in terms of Clause- 30 of IRS General Conditions of Contract.

15.6 If due to any reason, the Railway is not in a position to make available the Railway

Page 63: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 63   

                                                                                                         Signature of the tenderer/Contractor. 

land, the Railway –in-charge of work may permit the contractor to erect at his own cost shed/ sheds or secure private accommodation outside the Railway premises. In such a case, the Contractor may be permitted to take the Railway materials required for the work outside the Railway premises and to store in the shed to erect on private accommodation so secured. It shall be the responsibility of the Contractor to keep the Railway materials in safe custody and the same should kept entirely separate from the Contractor's materials and the Railway shall have liberty to inspect the same from time to time.

15.7 For released materials:

a) While executing gauge conversion works ; on completion of dismantling and linking of track only 70% payment of dismantling and lining work will be arranged. Balance 30% payment will be made only after the entire released p.way materials and surplus material if any, is trucked out fully from mid-section and handed over to custodian at nominated locations.

b) While executing new lines , Doublings, yard remodeling works etc., on completion of

dismantling and linking of track , only 90% of payment of that items connected with track linking & dismantling will be arranged. Balance 10% payment will be made after handing over of released materials and surplus materials, if any, to the custodian at nominated locations.

c) The date of handing over of released materials by the contractor along with DMTR

number should be mentioned in the certificate given by AXEN/XEN to the effect that all the released P.way Materials & surplus p.way material is trucked out fully from mid section along with the bill for payment of balance 30% and 10% amount respectively

16.0 SUPPLY OF MATERIALS BY RAILWAYS OTHER THAN SPECIFIED:

16.1 If at any time any material which the contractor would normally have to arrange for himself is supplied by the Railway either at the Contractor’s request or sue-moto in order to prevent possible delays in the execution of work due to the Contractor’s inability to make adequate arrangements for supply therefor or otherwise, such materials will be made available to the Contractor at the Railway Stores Depot at Secunderabad . All handling there from to site of work will be done by the Contractor at his cost. Recovery of the cost of such materials supplied will be made from the Contractor’s bills as per extant departmental rules of the Railway.

16.2 If the material is however not available in Railway stock or the Railway decides not to supply the same whatever be the reason, the Railway shall not be bound to arrange for the supply nor will this fact be accepted as an excuse for delay in the execution of the work.

17.0 CONTROLLED & IMPORTED COMMODITIES: The Railway will not supply from its own quota to the Contractor, controlled or imported

Page 64: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 64   

                                                                                                         Signature of the tenderer/Contractor. 

commodities. The Railway will, however, render assistance to the Contractor by recommending to the appropriate authorities on the Contractor's application for issue of import licence or release of controlled commodities if the Engineer is satisfied that the materials are actually required by the Contractor for carrying out the work and the materials proposed to be imported are not available indigenously. When any materials for execution of contract are procured with the assistance of the Government stocks or purchase under arrangements made or permit, or licence issued by the Government, the Contractor shall hold the said materials as trustee and use such material economically and solely for the purpose of the Contract against which they are issued and shall not dispose them off without the permission of the Government and shall return if required by the Government. All surplus or unserviceable materials that may be left with him after the completion of the Contract or at its termination for any reason whatsoever, on his being paid such price as the Government may fix with due regard to the condition of the material. The freight charges for return of the materials according to the directions of the Railway shall be borne by the Contractor in the event of Contract being cancelled for any default on his part. The decision of the Government shall be final and conclusive. In the event of any breach of the aforesaid conditions, the Contractor shall in addition to throwing himself open to action for contravention of terms of the licence or the permits and/or for criminal breach of trust, be liable to account to Government for all monies, advantages, or profits resulting or which in the usual course would have resulted by reason of such breach.

18.0 SEIGNORAGE CHARGES 18.1 Seigniorage charges/fee for consumption of earth, moorum, sand and other minerals

in works execution as fixed by the state government from where the minerals are drawn and payable to them as revised from time to time during currency of contract will be recovered by the Railway from the contractors, in “on account” and “final bills” and remitted to the State government, unless exemption obtained to the contrary or proof of payment of seigniorage charges submitted as indicated below :

‘’Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates’’ issued by State Govt. officials in token of having paid seigniorage fee. Such passes/permits/certificates should also indicate the relevant name of work / Contract Agreement Number. In such cases, the genuineness of such documentary evidence produced along with proof of payment of seigniorage charges shall be got verified by the Railway from concerned Mining and Geology department and excess amount recovered, if any, refunded to the contractor Note: The word “Consumption” of various minerals indicated in above clause, inter alia means “supply” as well.

18.2 The rates quoted by the tenderer shall be inclusive of seigniorage charges on all items

of work to be executed under the contract, applicable as on the last date of submission of

Page 65: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 65   

                                                                                                         Signature of the tenderer/Contractor. 

tender.

18.3 For any subsequent increase or decrease in the rates of seigniorage charges, reimbursement / recovery will be effected to / from the contractor as per the following provisions. a) For increase in the rates of seigniorage charges after the last date of submission of

tender :- the increased amount will be recovered by the Railway from the contractors, in “on account” and “final bills” and remitted to the State Govt., on receipt of state Govt.’s order to that effect. However, the Railway shall reimburse the additional liability to the contractor, provided that the work executed falls in the original completion period of the work or in the extended period granted on administrative grounds i.e under clause 17-A (i), (ii) or (iii) of IRSGCC.

As such, claims regarding reimbursement due to increase in seigniorage charges shall not be payable for works executed in the extended period granted on contractors account under clause 17(B) of IRSGCC.

b) For any decrease in seigniorage charges or waival, recovery of seigniorage charges will

be made at the rates as prevailing on the last date of submission of tender but remittances to State government will be made only at the revised reduced rates. The difference in amount will be retained by Railway and contractors will not have any claim on this amount.

c) In the event of contractor submitting proof of payment of seigniorage charges also,

adjustment of liability by way of reimbursement / recovery of the difference amount arrived based on the increased / reduced rates at which actual payments done by the contractor and the rates of seigniorage as prevailing on the last date of submission of tender shall be effected on the lines of provisions under (a) & b) above.

18.4 No additional amount will be paid or claim entertained on this account by the

Railway. Contractor shall not have any claim whatsoever as a result of the increase in the rates of all other taxes, duties, octroi or any form of levies etc., even if incurred on the supply / use of minerals indicated above.

Note: A register shall be maintained by Dy.CE/C/Executive Engineer/ Construction concerned in which the entries should be made regarding the documentary evidence i.e., Serial No. of “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates” issued by concerned authority showing proof of payment of seigniorage charges, for each bill. Relevant entries shall also be made on receipt of verified document from Mines & Geology department of State Government against the particular bill and “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates”. The verified “Transit passes / Redestinated Mineral

Page 66: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 66   

                                                                                                         Signature of the tenderer/Contractor. 

Despatch Permits / Royalty Clearance Certificates” shall be scored out with cross mark with an endorsement “Accounted against CC/Final bill No. dt. for Agt.No. ”. These passes shall be kept on record for subsequent verification till closure of the contract. The register should be page numbered and one page allotted to one contract. The reference where the verified, “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates” is filed shall also be made on the register.

19.0 TAXES:

19.1 The accepted rates shall be deemed to include all taxes direct or indirect including Income Tax leviable under central, state or local bodies act or rules, octroi, toll, royalties, seigniorages cess and similar imposts that may be prevailing from time to time in respect of land, structures, services and all materials supplied in the performance of this contract.

19.2 VAT: As per VAT Act of concerned State Government, the Works Contracts are brought under purview of Value Added Tax (VAT) and as amended from time to time. As such, accepted rates are deemed to include VAT which will be recovered from the contractor’s bills from time to time. The guide lines for deduction of VAT are furnished below.

i) Where the Works Contracts are inclusive of tax component and the labour & material component is not easily identifiable, the VAT should be deducted at 3.50% of the total value of the Contract.

ii) For the contracts like earthwork, where the transfer of property is minimum or the

material component is negligible, the VAT as TDS should be recovered at 1.75% of the Contract value.

iii) If the contractor opts for the composition in the Commercial Taxes Department of

concerned State Government and produces an acknowledgement towards receipt for the Form No.250 by the assessing authority of the Commercial Taxes Department, the VAT should be deducted at 5% as TDS.

iv) Wherever labour is identifiable in a Works Contract, the Tax shall be deducted at 5%

on 70% of the value of the works or 2.50% on 70% keeping in view the labour portion in the Contract. (But not at 5% of the remaining value is to be deducted as TDS towards VAT from each “On Account Bill”).

v) In case if the VAT is provided extra over Contract value, the Tax provided extra shall be deducted and paid to the Government.

vi) Where inter-state movement of goods is involved and Sales Tax is being charged,

VAT shall be recovered as usual either at 3.50% or 1.75% as the case may be.

Page 67: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 67   

                                                                                                         Signature of the tenderer/Contractor. 

vii) VAT is also recoverable from the contracts for supply of ballast in addition to the seigniorage charges payable to the Department of Mines & Geology.

20.0 Provisions for “The Building and Other Construction Workers (Regulation of

Employment and Conditions of Service) Act, 1996” and “The Building and Other Construction Workers’ Welfare Cess Act, 1996”:

20.1 The tenderers for carrying out any construction work must get themselves registered with the Registering officer under section-7 of the “Building and other Construction Workers Act, 1996 and rules made there to by the concerned State Govt. and submit certificate of Registration issued from the Registering Officer of the concerned State Govt. ( Labour Dept). As per this Act, the tenderer shall be levied a cess @ 1% of cost of construction work, which would be deducted from each bill. ”

21.0 DEDUCTION OF INCOME TAX AT SOURCE: 21.1 In terms of new section 194 inserted by the Finance Act 1972 in the income tax act 1961,the Railway shall at all the time arranging payment to the contractor sub-contractor (in case of sub-contractor only when the Railway responsible for payment of the consideration to him under the contract) for carryout any work (including supply of labour for carryout the work under the contract) be entitled to deduct income tax at source or income comprised in the sum of such payments. The deduction towards income tax to be made at source from the payments due to non-residents shall continue to be governed by section 195 of the income tax 1961.

22.0 ROYALTIES AND PATENT RIGHTS:

22.1 The contractor shall defray the cost of all royalties, fees and payment in respect of patent, patent rights and licenses which may be payable to patentee, license or other person of corporation and shall obtain all necessary licenses. In case of any breach (whether willfully or inadvertently) by the contractor of this provision, the contractor shall indemnify the Railway and the officers, servants, representatives against all claims proceedings damages cost charges acceptance, loss and liability which any of them may sustain, incur or be put to by reason or in consequence of directly or indirectly of any such breach and against payment of any royalties, damages, other moneys which the instruments process, articles, matters or thing constructed, manufactured, supplied or delivered by the contractors to his orders under his contract. 23.0 DEPLOYMENT OF QUALIFIED ENGINEERS AT WORKSITES BY THE CONTRACTOR:

23.1 In terms of provisions of new clause 26. A-1 to the IRS G.C.C, the contractor shall also employ the following qualified Engineers during the execution of the allotted work.

Page 68: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 68   

                                                                                                         Signature of the tenderer/Contractor. 

a) One qualified graduate Engineer when cost of work to be executed is Rs. 200 lakh and above, and

b) One qualified diploma holder Engineer when cost of work to be executed is more than Rs. 25 lakh, but less than Rs. 200 lakh.

23.2 In case the contractor fails to employ the qualified Engineer as per above para, the contractor, in terms of provision of clause 26. A -2 to IRS G.C.C, shall be liable to pay an amount of Rs. 40,000/- ( Rupees forty thousand ) and Rs. 25,000/-( Twenty five thousand ) for each month or part thereof for the default period for the provision as contained in para (a) & (b) above respectively

23.3 The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor.

24.0 PROVISION OF CONTRACT LABOUR (Regulation and Abolition) ACT OF 1970:-

24.1 The contractor shall perform all the obligations enjoined upon him in the conditions of License and comply with all the provisions of the contract labour (Regulation & Abolition) Act, 1970 and/or any statutory modifications and/or reenactment there of and the rules made there under by the Central Government in respect of all contract labour employed by him directly or through sub-contractors for performance of the contract. The expenditure incurred to perform the conditions of License and comply with the provisions of the said Act and/or Rules made there under shall be borne by the contractor.

24.2 The contractor shall obtain the required Licence under the provisions of the said Act, Rules made there under and the statutory modifications there of on payment of such fee and on deposit of such sums as security for the due performance of the conditions as may be prescribed at his cost.

24.3 If the Railway Administration is obliged to provide amenities or arrange payment of wages to contract labour employed by the contractor either directly or through sub-contractor under the contract on account of failures on the part the contractor to provide the amenities and/or arrange payment of wages to the contract labour as required of him under the provision of the said act/rules made there under, the Railway Administration shall be at liberty without prejudice to the rights of Railway under Section 20(2) and 21(4) of the Contract Labour (Regulation & Abolition) Act, 1970 to recover the whole or part of the expenditure so incurred on the wages so paid by the Railway from the security deposit and/or from any sum(s) due by the Railway to the Contractor whether under these or any other presents provided that if any disputes arises as to the amount due by the Contractor to the Railways towards providing the said amenities and/or making payment of wages under Section20(2) and 21(4) of the said Act/Rules, made there under, the decision of the Engineer thereon shall be final and binding upon the contractor.

Page 69: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 69   

                                                                                                         Signature of the tenderer/Contractor. 

25.0 EPF ACT, 1952:

25.1 The contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain Code Number from the concerned authorities whenever workmen employed by him are 20 or more. He shall also indemnify Railways from and against any claim, penalties, recoveries

under the above Act and Rules. Contractors to get the Code Number under the EPF, so as to enable, the PF Commissioner to extend the social security benefits to the workmen engaged by the Railway contractors. The first month’s bill will be released only after Code Number is taken from the PF office and a copy of coverage intimation produced. Subsequently, for each month bills will be released only on submission of challans & Form No.12A, Monthly return copy in proof of remittance of PF dues for previous month.

25.2 Provisions of Employees Provident Fund and miscellaneous Provisions Act,1952: The contractor shall comply with the provisions of para 30 & 36-B of the Employees Provident fund Scheme, 1952; Para 3&4 of Employees Pension Scheme,1995 and para 7 & 8 of Employees Deposit linked Insurance Scheme, 1976; as modified from time to time through enactment of “ Employees provident Fund & Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act of rules”

26.0 INDIAN RAILWAYS ARBITRATION RULES:

26.1 The provision of Clause 63 and 64 of IRS General Conditions of Contract will be applicable only for settlement of claims / disputes, for values less than or equal to 20% of the original value (excluding the cost of materials supplied free by Railway) of the contract or 20% of the actual value of the work done (excluding the value of the work rejected) under the contract, whichever is less. When Claims / disputes are of value more than 20% of the value of the original contract or 20% of the value of the actual work done under the contract whichever is less, the contractor will not be entitled to seek such disputes/claims for reference to arbitration and the provisions of Clause 63 and 64 of IRS General Conditions of Contract will not be applicable for referring the disputes to be settled through arbitration.

26.2 The contractor shall furnish his monthly statement of claims as per Clause 43 (1) of I.R.S General Conditions of Contract. But, the contractor should seek reference to arbitration to settle the disputes only once, subject to the condition as mentioned in above para.

26.3 These special conditions shall prevail over the existing Clause of 63 & 64 of IRS General Conditions of Contract. 27.0 ASSISTANCE DURING ACCIDENTS/DISASTER/CALAMITIES:

27.1 Vehicles and equipment of Contractors can be drafted by Railway Administration in case of accidents/natural calamities involving human lives.

Page 70: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 70   

                                                                                                         Signature of the tenderer/Contractor. 

27.2 For payment purposes the item may be operated as a non-schedule (NS Items) as per the existing norms. 27.3 A data base should be kept ready in respect of the equipments available with the working contractors which can be used in train accidents/natural calamities involving human lives in each Division and Construction Office. This data base may also be kept on Railway’s secured website which can be accessed by the concerned officials of the Railways. However, only authorized officials should be able to edit the same. 28.0 PERFORMANCE GUARANTEE

28.1 The successful bidder shall have to submit a performance Guarantee (PG) within 30 (Thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (Thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged

for the delay beyond 30 (Thirty) days, i.e., from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

28.2 The successful bidder shall submit the performance Guarantee (PG) in any of the

following forms, amounting to 5% of the contract value: (i) A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government Securities including State Loan Bonds at 5 percent below the

market value, (iv) Deposit receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These

forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits, Receipts tendered by all Scheduled Banks;

(vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5 percent below market value or at the face value

whichever is less. Also FDR in favour of FA&CAO/C/ S.C.Railway/ Secunderabad, (free from any encumbrance) will be accepted.

Page 71: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 71   

                                                                                                         Signature of the tenderer/Contractor. 

Note: The instruments as listed above will also be acceptable for Guarantees in case of Mobilisation Advance.

28.3 The performance Guarantee shall be submitted by the successful bidder after the

letter of acceptance (LOA) has been issued, but before signing of the contract agreement. This PG shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work plus 60 days.

28.4 The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor”.

28.5 The performance Guarantee (PG) shall be released after physical completion of the work based on completion certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on “No claim certificate” from the contractor

28.6 Whenever the contractor is rescinded, the security deposit shall be forfeited and the performance guarantee shall be encashed. The balance work shall be got done independently without risk & cost of failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV /partnership firm.

28.7 The engineer shall not make a claim under the performance guarantee except

for amounts to which the President of India is entitled under the contract (not withstanding and /or without prejudice to any other provisions in the contract agreement) in the event of : i) Failure by the contractor to extend the validity of the performance

guarantee as described herein above, in which event the Engineer may claim the full amount of the performance Guarantee.

ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer.

iii) The contract being determined or rescinded under provision of the I.R.S GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

Page 72: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 72   

                                                                                                         Signature of the tenderer/Contractor. 

28.8 Acceptance of Bank Guarantees submitted by contractors/suppliers:

i) The prescribed format for Bank Guarantee (BGs) to be accepted from the contractor is enclosed with the tender documents at Annexure –XIII and it will be verified verbatim on receipt with original document.

ii) Bank Guarantees (BGs) to be submitted by suppliers/contractors should be sent

directly to the concerned authorities of CAO/C/Dy.CE/C Office in favour of FA&CAO/C/SC Railway, Secunderbad by issuing Bank under Registered Post with Acknowledgement Due.

29.0 SECURITY DEPOSIT

The scale of security Deposit that is to be recovered from the contractor shall be as follows.

29.1 Security Deposit should be 5% of the contract value. 29.2 The rate of recovery will be at the rate of 10% of the bill amount till the full Security Deposit is recovered. 29.3 Security Deposit will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like Bank Guarantee, Fixed Deposit receipt etc., shall be accepted towards Security deposit. 29.4 The security deposit shall be released only after the expiry of the maintenance period and after passing the final bill based on an un conditional and un equivocal no claim certificate obtained from the contractor concerned. 29.5 After the work is physically completed Security Deposit received from the running bills of a Contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank guarantee for equivalent amount to be submitted by him. 29.6 In case of contract value is Rs.50 crores and above, irrevocable bank guarantee can also be accepted as a mode of Security deposit. 30.0 PRICE VARIATION CLAUSE : Price Variation Clause (PVC) shall be applicable

only for Contracts of value (Contract Agreement Value) Rs. 50 Lakh and more, irrespective of Contract completion Period.

Applicability of PVC based on original contract value is illustrated as under: “If

estimated value of tender (NIT value) is Rs. 55 Lakhs but value of the contract as per contract agreement is Rs. 45 Lakhs then PVC shall not apply, even if the actual final value is Rs. 50 Lakh or more due to variation in quantities during execution of the

Page 73: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 73   

                                                                                                         Signature of the tenderer/Contractor. 

contract. Thus variation in quantities after signing of Contract Agreement is not relevant for deciding whether PVC applicable to a contract or not.

NOTE: “Contract Agreement" in the above mean “Original Contract Agreement” only.

PRICE ADJUSTMENT TOWARDS INCREASE / DECREASE OF CEMENT, STEEL, LABOUR, MATERIALS AND FUEL:

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, levies, tolls etc., except the payment / recovery for overall market situation which shall be made as per price adjustment clause given in paras below:

No cognizance will be given for any kind of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustments in payments. The contract shall, however, be governed by the general price variation clause as under. The adjustment for variation in price of labour, materials and fuel shall be determined in the manner prescribed below:

30.1. R = Gross value of the work done by contractor as per on accounts bill (s)

excluding cost of materials supplied by Railway at fixed price. This will also exclude specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer).

The following weightage will be applicable to the components of labour, material and fuel etc.

a. Labour component (P) : 50% (Fifty percent) b. Material component (Q) : 15% (Fifteen percent) c. Fuel component (Z) : 20% (Twenty percent)

Total (P+Q+Z) : 85% (Eighty five percent)

d. The balance 15% (Fifteen percent) shall be considered as fixed component on which no price variation shall be admissible.

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

The amount of variation in prices in the above three components shall be worked out

Page 74: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 74   

                                                                                                         Signature of the tenderer/Contractor. 

as follows:

i) L = R x (I-Io) x 50 Io 100

ii) M = R x (W-Wo) x 15 Wo 100

iii) U = R x (F-Fo) x 20 Fo 100

Where – L = Amount of price variation in labour

M = Amount of price variation in materials

U = Amount of price variation in fuel

Io = Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin for the base period.

I = Consumer price index number for industrial workers - All India - published in R.B.I.

Bulletin, based on the average price index of three months of the quarter under consideration.

Wo = Index number of whole sale prices – by groups and subgroups "All commodities" – as

published in the R.B.I. Bulletin for the base period. W = Index number of whole sale prices – by groups and subgroups "All commodities" as

published in the R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration.

Fo = Index number of wholesale prices – by groups and sub-groups for "fuel and power" as

published in the R.B.I. bulletin for the base period. F = Index number of wholesale prices – by groups and sub-groups for "fuel and power" as

published in the R.B.I. Bulletin based on the average price index of three months of the quarter under consideration

Note: The index number for the base period will be the index number as obtained for the

month of opening of the tender or the month in which final negotiations are held. The quarter will commence from the month following the month of opening of the tender or month in which negotiations are held, if any. The adjustment for variation in prices if required shall be made once in every quarter in the on account bills. If more than

Page 75: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 75   

                                                                                                         Signature of the tenderer/Contractor. 

one on account bill is made to the contractor in a quarter, the adjustment, if required, shall be made in each bill.

The demands for escalation of the cost will be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment need to be done based on the finally published indices will be made as and when they become available.

For the work executed in a particular quarter, the measurement will be recorded in the last week of last month of the quarter, if not paid already in the preceding weeks or months. If the price variation is downward and recoverable from the contractor, the variation amount will be adjusted in the on account/final bill on hand and if the recovery cannot be fully effected it will be recovered from subsequent bills in respect of the same work or any other sum due to the contractor.

30.2 ITEMS EXCLUDED FROM THE SCOPE OF PRICE ADJUSTMENT The following shall be excluded from the value of the work done for the purpose of price adjustment.

i) Materials supplied free by the Railway to the contractors will not form part of the value of the contract entered into and will fall outside the purview of the price variation clause.

ii) Execution of Quantities beyond 150% of the overall agreement value for which separate rates may be negotiated.

iii) Value of the additional items of work not covered in schedule of quantities, for which separate rates may be negotiated.

iv) The value of the materials, if any, supplied by the Railway at fixed prices. v) Specific payments, if any, made by the contractor to the consultants engaged by him

where such payments are indicated in the accepted offer.

30.3 PRICE ADJUSTMENT DURING EXTENDED PERIODS OF COMPLETION: The price variation is payable / recoverable during the extended period of the contract also, provided the price variation clause was part of the original contract and the extension has been granted on administrative ground i.e. under Clause 17 – A (i), (ii) and (iii) of IRS G.C.C. However, where extension of time has been granted due to contractor's failure under Clause 17(B) of IRS GCC price adjustment will be done as follows:

a) In case the indices increase above the indices applicable to the last month of original

completion period of the extended period under Clause 17 (A) (i), (ii), (iii), the price adjustment for the period of extension granted under Clause 17 (B) will be limited to the amount payable as per the indices applicable to the last month of original completion period or the extended periods under Clause 17 (A) (i), (ii), (iii) of I.R.S General Conditions of the Contract as the case may be.

Page 76: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 76   

                                                                                                         Signature of the tenderer/Contractor. 

b) In case the indices fall below the indices applicable to the last month of the original / extended period of completion under Clause 17 (A), (i), (ii), (iii) as the case may be, then the lower indices will be adopted for prices adjustment for the period of extension under 17(B) of IRS General Conditions of Contract.

31.0 CONSERVANCY CHARGES : 31.1 As applicable from time to time shall be levied. It is the responsibility of the tenderer

to make necessary sanitary arrangements required for their labour in terms of Clause 59 (4) of IRS General Conditions of Contract.

Railway Contractors

Average No. of Labourers or Workmen employed per

day.

Proposed Conservancy Cess charges to be recovered – PER

MONTH. Rs.

1 to 5 64/- 6 to 10 126/- 11 to 25 317/- 26 to 50 462/- 51 to 100 620/- 101 to 200 779/- 201 to 300 937/- 301 to 750 1082/- 751 to 1500 2176/- 1501 to 3000 4353/-

Engineering Works

Contractors

3001 & over 8694/- 32.0 FORCE MAJEURE

32.1 No claim by South Central Railway against the agency shall be valid in case the delay is on account of civil commotion, serious damage by fires, war, declared or not, sabotage or by a natural calamity such as floods, earthquakes and events over which the agency has no control whatsoever.

32.2 In any such event, the agency shall give a notice in writing within seven days of that happening to the South Central Railway but shall, nevertheless constantly Endeavour to bring down the delay and recommence the work at the very earliest.

32.3 The Agency shall, on removal of the cause of delay, seek extension of the time allowed for completion and the South Central Railway shall consider the application and grant such extension as in its opinion is reasonable having regard to the nature and period of delay and the type and quantum of work effected thereby. No other compensation of any form shall be available to the agency in such an eventuality. The decision of the South Central Railway in this eventuality shall be final and binding.

Page 77: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 77   

                                                                                                         Signature of the tenderer/Contractor. 

33.0 SUBLETTING OF CONTRACT: 33.1 The Contractor shall not assign or sublet the contract or any part thereof or allow any

person to become interested therein any manner Whatsoever without the special permission in writing of the Railway. Any breach of this condition shall entitle the Railway to rescind the contract under Clause 62 of IRSGCC and also render the contractor liable for payment to the Railway in respect of any loss or damage arising or ensuing from such cancellation; provided always that execution of the details of the work by petty contractor under the direct and personal supervision of the Contractor or his agent shall not be deemed to be sub-letting under this clause. The permitted subletting of work by the Contractor shall not establish any contractual relationship between the sub-contractor and the Railway and shall not relieve the Contractor of any responsibility under the Contract.

34.0 LOSS / DAMAGES TO RAILWAY PROPERTY:- 34.1 The contractor will be held responsible for any loss or damage that may occur to the

pre- stressed concrete sleepers while leading and unloading when they are in custody of contractor and the cost of such damage or loss will be recovered from him as per the rules in force.

34.2 Entire cost of sleeper will be recovered from contractors on account bills if the sleeper is damaged to such as extent that it becomes unfit for use in track. If any small damage (like breaking of corners, edges etc.) occurs appropriate penalty will be levied on contractor for damages as deemed by railway. Contractor cannot have any objection on penalty levied by Railway and the decision of the Railway is final and binding on contractor.

35.0 GENERAL RESPONSIBILITY OF CONTRACTOR:

35.1 Contractor shall be responsible for all structural and decorative damage to property or injury caused by work or his workmen to persons, animals or things and shall indemnify the Railway in respect thereof and shall be held entire responsibility for all works carried out by him until it is finally taken over by the Railways and he will be liable to be called upon to make good any damage or loss which may occur to the bridge work by inclement weather, floods etc., or due to any other cause during entire period until the work is taken over.

36.0 FILMING OF THE CONSTRUCTION

36.1 The contractor shall be required to prepare a video film on VHS format and CD format for the construction of the entire work sequentially and edit the same with sound track etc,. These films shall pictorially represent the entire construction of the work starting from the beginning to the end for education and training. Two copies in both the format of the video shall be handed over to the Railway with necessary detailed instructions, literature etc., and necessary acknowledgement may be obtained from

Page 78: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 78   

                                                                                                         Signature of the tenderer/Contractor. 

the concerned authority. The rates adopted are inclusive of such documentation. .

37.0 REGARDING OBSTRUCTIONS:

37.1 Any obstructions such as service lines, water pipe lines, cables, sewerages, etc., met with during the progress of the work shall immediately be reported to the Engineer-in-charge and the department shall make necessary arrangements for removal of such obstructions. 37.2 If the existing mains are affected during excavation of foundations, Temporary/Permanent arrangements for maintaining continuous flow through the sewer/water mains will have to be made by the Contractor, duly realigning the sewer/water mains, underground cables, etc., at extra cost separately by negotiating rate or shall be got done through separate agencies.

37.3 The works shall be carried out without any interference to the normal working of the Railway track and structures.

37.4 The Contractor shall be responsible for any loss/damage to Railway and public property or third party’s property. If it occurs during the course of execution, the Railway reserves its right to have the damages made good by the Contractor.

37.5 The contractor must ensure the safety of labourers engaged by him during the course of execution of work and/or while crossing the track and the Railway will not be responsible for any injury sustained by the labourer or for any fatal accident and the Contractor should bear all the loss and expenditure involved.

38.0 SUPPLY OF MATERIALS BY THE CONTRACTORS

38.1 Materials used in the work by the contractor shall conform to the South Central Railway Standard specifications and the relevant BIS/I.R.S specifications, and should be approved by the Engineer-in-charge before utilizing them on works.

38.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods or any other cause whatsoever.

38.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will be paid for the materials, tools and plants and tools arranged and brought by the contractor to the site of work.

38.4 It should be clearly understood that it is entirely the Contractor’s responsibility and liability to find, procure and use all machinery, tools and plants and their spare parts that are required for efficient and methodical execution of the work. Delay in procurement of such items due to their non-availability or import difficulties or any other cause whatsoever will not be taken as an excuse for not carrying out the work.

Page 79: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 79   

                                                                                                         Signature of the tenderer/Contractor. 

39.0 HOUSE KEEPING, COVERING & SITE CLEARANCE:

39.1 In addition to and without prejudice to what is provided in the clause No. 40(2) of IRS General Conditions of Contract, the Contractor shall ensure proper housekeeping and covering of all works, goods, material, equipments etc., at work sites without any inconvenience or difficulty or danger to the Railway uses/ staff and train services. He shall clear the work sites duly removing all the debris, surplus/ released/ scrap materials, equipments and machinery etc. completely and properly as directed by and to the satisfaction of the Engineer-in-charge and hand over the site in clear condition duly handing over all the Railway materials completely after each stage or on entire commissioning of the work as required by the Railway.

Note: For failure to do the above within fifteen (15) days of receipt of notice thereof from

the Engineer-in-charge, without prejudice to the other remedies available to the Railway under the contract, payment of the on-account bill shall be restricted to ninety percent (90%) of the bill amount and the balance payment shall not be payable till such time the site is covered/ cleared/ returned/ handed over to the Railway and a certificate to that effect is issued by the Engineer-incharge. The decision of the Engineer-in-charge is final in this regard and the Contractor is not eligible for any compensation and shall make no claims whatsoever.

40.0 MAINTAINING RECORD OF CONSTRUCTION WORK:

40.1 The contractor shall maintain accurate, plans and charts showing the dates and progress of all main operations and the Engineer shall have access to this information at all reasonable times. Records of tests made shall be handed over to the Engineer’s representative after carrying out the tests.

The following registers will be maintained at site by the contractor: 1) Site Order Register:

The contractor shall promptly sign orders given therein by the Engineer or his representative or his superior officers and comply with them. The compliance shall be reported by the contractor to the Engineer in good time so that it can be checked.

2) Cement register:

This register will be maintained to record daily receipt and issue of cement, thus indicating the balance quantity. The quantum of work done for the cement issued on particular date will also be mentioned.

3) Steel register: This register will be maintained to record the receipts of steel items and details of reinforcement and members wherever steel is used.

Page 80: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 80   

                                                                                                         Signature of the tenderer/Contractor. 

4) Labour register: This register will be maintained to show daily strength of labour in different categories employed by the contractor.

5) Plant and machinery register: This register will be maintained to record daily particulars of machinery with the contractor and will be signed jointly by the Engineer’s representative and the contractor

6) Log book of events: All events are chronologically logged in this register date and shift wise.

7) Compaction register for Earth work: This register will be maintained to record the compaction of Earth work at various stages of work, in layers, location wise.

8) Soil samples test register: This register will be maintained to record the details of the soil samples for Earth work in bank, cutting and excavations in foundations at various stages of work.

9) Concrete cube casting & testing, slump etc. This register will be maintained to record the details of the concrete done and the cubes casted.

41.0 NOTICE TO PUBLIC BODIES: 41.1 The contractor(s) shall give all notices that may be required by law to the

Municipality, Police and other authorities, all notices that may be required by law, Forest Department and obtain all required licenses for temporary obstructions, enclosures and pay all fees, taxes and charges, which may be leviable on account of his operations in executing the contract. He should make good any damage to adjoining premises whether public or private and supply and maintain any lights etc., required at night.

42.0 PRECAUTIONS AT WORK SITE:

42.1 All precautions to ensure safety of workmen must be taken while unloading and leading the materials during execution of work. Traffic rules should be strictly followed and the contractor should indemnify the Railway against any claim due to accidents and unforeseen incidents.

42.2 The contractor must ensure the safety of labourers engaged by him while crossing the track during the course of execution of work and the Railway will not be responsible for any injury sustained by the labourer or for any fatal accident. The contractor should bear all the loss and expenditure involved. Wherever necessary he should also provide necessary look out men.

Page 81: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 81   

                                                                                                         Signature of the tenderer/Contractor. 

43.0 PROJECT MANAGEMENT AND SITE FACILITIES BY THE CONTRACTOR:

43.1 Contractor shall maintain following office / site facilities at suitable location as per Engineer –in-Charge instructions for ensuring smooth and efficient communication and work execution including internet facility. Cost of these facilities is deemed to be included in the quoted rates and nothing extra shall be paid for this item. Agency shall provide site office for Railway supervisors and staff and representatives. Contractor shall maintain round the clock electricity in site offices. Contractor shall maintain minimum one computer of approved configuration (one desktop / laptop) with atleast one color laser printer cum fax machine capable of printing A-3 size for Railway offices. The contractor shall also maintain one competent and qualified operator who should be aware of hardware and software both. Contractor shall maintain and always keep above machines in the good working conditions and take away the same at the time of completion of the works.

43.2 The contractor ( at his own cost) will keep deployed at least one survey team,

consisting of one competent surveyor, one competent survey staff and a TOTAL STATION SURVEY INSTRUMENT of approved quality WITH ALL OTHER ACCESSORIES for exact and precise setting out of the all the works. Contractor shall also have to make / maintain adequate numbers of secondary reference survey pillars / points/towers of suitable dimensions.

Non compliance of above condition may attract a penalty upto Rs. 50 Thousands per month, as decided by Engineer, whose decision in this regard shall be final, binding and conclusive. In case, above facilities are not provided by contractor then Railway may provide the same at the contractor’s cost, out of the penalty amount. Testing laboratory facilities shall be provided at site of work as directed by Engineer-in-charge.

44.0 PROJECT MONITORING SYSTEM:

44.1 System of project monitoring system will have introduced by successful tenderer and the same shall be available at site of work. The work shall be monitored monthly/ quarterly basis.

44.2 The contractor will be required to submit monthly progress report of the work in a computerized form. The progress report shall contain the following apart from whatever else may be required to be specified.

a) Project information, giving the broad features of the contact. b) Introduction giving a brief scope of the work under contract and the broad structural

or other details. c) Construction schedule of the various components of the work, through a bar chart for

the next three quarters or as may be specified, showing the milestones, targeted takes and upto date progress.

d) Progress chart of the various components of the work that are planned and achieved

Page 82: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 82   

                                                                                                         Signature of the tenderer/Contractor. 

for the month as well as cumulative up to the month with reasons for deviations, if any in a tabular format.

e) Plant and machinery statement, indicating those deployed in the work, and their working status.

f) Man power statement. g) Progress photographs, in colour of the various items / components of the work done

up to date to indicate visually the actual progress of the work. h) Quality assurance and quality control tests conducted during the month, with the

results thereof. i) Any hold up shall be specified, dispute, if any shall also be highlighted.

j) For effective project monitoring the contractor will be required to install at his cost a

Computer along with suitable Software like, MS project at the site of work. k) The contractor should arrange minimum 4 display boards of size 1.80mx1.20m or as

approved by the Engineer-in-charge, for displaying the programme chart and progress of work, photographs etc.

l) Progress of different works to be video graphed and edited for presentation as submitted in a CD when required as instructed by Engineer-in-charge.

45.0 COMMUNICATION DURING EXECUTION OF WORK: 45.1 In all notices, communications, reference and complaints made by the Railways or

the Engineer or the Engineers representatives or the contractors interest concerning the works shall preferably be in writing.

45.2 However communication in the form of email and/or fax from Railways or from contractor may also be treated as written communication.

45.3 The contractor shall provide his valid website address (if available), email id, fax number at the time of submission of tender. This cannot be changed without prior approval of the Engineer-in-charge after submission of tender and during execution of work.

46.0 MEDICAL FACILITIES AT SITE:

46.1 The Contractor shall provide medical facilities at the site as may be prescribed by the Engineer on the advice of the Railway Medical Authority in relation to the strength of the Contractor's resident staff and workmen. First aid box along with the prescribed medicines and trained personnel should be available at site.

47.0 STEPS TO BE TAKEN IN ORDER TO AVOID DAMAGES TO RAILWAY INSTALLATIONS / RAILWAY TRAFFIC:

47.1 The contractor shall see that no damage is caused to Railway’s signaling and transmission wires, stations, installations, communication lines, electric devices, trains of any kind, fencing, as well as any rolling stock and is general to all Railway installations and equipment. In case any damage is caused to these due to the fault of

Page 83: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 83   

                                                                                                         Signature of the tenderer/Contractor. 

the contractor or on the part of any one on his behalf, all repairs there under required will be carried out by the Railway at the entire cost of the contractor and the amount of expenses thus incurred will be recovered from the payment due to him. However if any shifting of over head alignment or underground cable / pipes etc., is required, the cost of the same will be borne by Railway.

47.2 The contractor shall plan and execute the work in such a way as to ensure that no disruption or damage / distortion is caused to Railway track / Railway communication / power lines resulting in disruption / danger to traffic and caused to Railway’s personal / public will be recovered from the contractor against this work or any other work / works being executed by the firm under Railway or any Government Department.

48.0 EMERGENCY WORKS:

In the event of any accident or failure occurring in or around the work or arising out of or in connection with the construction or maintenance of the works which in the opinion of the engineer requires immediate attention, the railway may bring its own workmen or other agency to execute or partly execute the necessary work or carryout repairs if the engineer considers that the contractors is/are not in a position to do so in time and charge the cost thereof as to be determined by the Engineer-in-charge to the contractor.

Page 84: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 84   

                                                                                                         Signature of the tenderer/Contractor. 

SOUTH CENTRAL RAILWAY

Name of Work: Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

PARTICULARS OF WORK:

1.0 SITE: The works included in this tender are to be carried out in connection

with Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations. The work area included in Guntur District of Andhra Pradesh State.

2.0 GENERAL FEATURES:

The following works have to be executed under this tender.

a) Providing prepared sub-grade (SQ2/SQ3) soil / earth below blanket layer for a maximum thickness of 1m as as per RDSO guidelines and specifications for earthwork GE:0014 (Table 6 (2))

b) Providing blanketing layer up to the required depth as per RDSO guidelines and specifications for earth work as per GE:0014 (Table 6 (2)). Top width of Bank is 7.85m as per Railway Board letter no. 98/W-I/Genl/0/30/Pt.I. dt. 13-01-2015 guidelines for formation.

c) The work has to be carried out on the embankment fill already executed. The programme of work to be planned in accordance with the progress of the base embankment (embankment fill).

3.0 Any other particulars required in connection with the above work can be perused in the office of the Chief Administrative Officer/ Construction /S.C. Railway /Secunderabad.500071 or Deputy Chief Project Manager/ Construction/WCSP/ S.C. Railway/Secunderabad during working hours on any working day.

4.0 SPECIFICATIONS:

Page 85: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 85   

                                                                                                         Signature of the tenderer/Contractor. 

4.1 The execution of all works under this Tender/Contract shall conform to the

specifications and codes of practice mentioned below and as mentioned in other part of this document as amended from time to time.

i) Indian Railways Unified Standard Specifications for works and materials – 2010 Vol. I and II.

ii) For Earth work in embankment: RDSO ’s guide lines GE: 0014 read with RDSO’s guide lines GE-G1-July,2003 , for Earthwork in cutting, RDSO’s guide lines GE: G-2 and Manufactured Blanketing material as per RDSO guide lines - GE:0014 .

iii) Indian Railways Standard Concrete Bridge Code (Revised) 1997 read in conjunction with Indian Standard Specifications mentioned therein.

iv) Notes in South Central Railway Unified Standard Schedule of Rates, 2010 v) Indian Railway Permanent-Way, Bridges and Works Manual. vi) Indian Railway Standard Schedule of dimensions. vii) The works shall be carried out to the relevant I.S. Codes of practice and other

specifications mentioned in plans. viii) RDSO lr. No. RS/G/108/Heavy Axle load dt.19.10.2015

Note:-

1) Latest edition including correction slips up to date of submission of price bid /revised

bids, shall govern.

2) The list given above is by no means exhaustive. All I.S. and I.R.S. codes pertaining to Work shall be applicable.

3) Copies of plans and additional information required may be had by tenderers from office of the Chief Administrative officer, construction, S.C. Railway, Secunderabad or office of Dy. Chief Project Manager/Construction/WCSP/SC on any working day during office hours.

4.2 The Railway reserves the right to reject or alter any part of the work executed by the contractor which in the judgment of Railway does not comply with the requirements of the above specifications. The decision of the Railway shall be final and conclusive for all purpose.

5.0 TIME OF COMPLETION:

Time is the essence of the contract. All works included in the contract shall be completed within the period of 10 (Ten ) months from the date of issue of acceptance letter, including intervening monsoon period. The tenderer/ Contractor would be expected to adhere to the progress of work as per accepted mile stone chart below. In case he/they fail in achieving the first 2 miles stones, the contract

Page 86: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 86   

                                                                                                         Signature of the tenderer/Contractor. 

would be liable for termination under Clause-62 of I.R.S. GCC.

5.0 Mile stone programme. Sl.No. Mile

stonDescription of work ( in days)

1

I

Preliminary works, like erection of site offices, collection of material, mobilization of Machinery, deployment of man

D1 + 15

2

II

Submission and getting approval of prepared sub- bank material (SQ2/SQ3 quality) & blanketing sample ,

D1 + 25

3

III

First priority 7Kms stretch of earth work (SQ2/SQ3) in formation including blanketing complete in all respects as

D1 + 120

4

IV

Second priority 7Kms stretch of earth work (SQ2/SQ3) in formation including blanketing complete in all respects as

D1 + 210

5

V

Third priority 7Kms stretch of earth work (SQ2/SQ3) in formation including blanketing complete in all respects as

D1 +240

6

VI

Forth priority 7Kms stretch of earth work (SQ2/SQ3) in formation including blanketing complete in all respects as

D1 + 270

7

VII

Balance 3Kms of earth work (SQ2/SQ3) including blanketing formation in all respects and other miscellaneous

D1 +300

NOTE: 1) “D1 stands for the date on which Railway has given the site/drawings

as relevant to the contractor.

2) The above schedule should be for completion of each item in totality. Hence the tenderer should plan for execution simultaneously for some of the items given above so as to give proportionate progress to complete the entire work within the schedule. As such the tenderer is required to give milestone chart within 15 days from the date of issue of acceptance letter.

6.1 Extension of time of completion will be governed by Clause-17 of I.R.S. General Conditions of Contract. However, while granting the extension of time under Clause- 17 (B) of I.R.S. GCC, a token penalty as deemed fit based on the circumstances of the case can be imposed on the Contractor without prejudice to other rights of Railway Administration as provided under I.R.S.G C C.

7.0 MAINTENANCE: 7.1 Earthwork in formation of embankment and cutting shall be maintained as per IR Unified

Standard Specifications-2010 para No. 1.1.3.1 read with clause No. 48 of I.R.S. GCC. 7.2 The contractor is not required to do any maintenance for the work connected to track

linking works in this tender after completion of the work in all respects, but any defects noticed/reported at the time of execution should be made good and rectified.

Page 87: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 87   

                                                                                                         Signature of the tenderer/Contractor. 

7.3 The contractor shall maintain all other works covered under this contract for a period of 6 (Six) calendar months from the certified date of completion of the work as covered by the contract.

7.4 During the maintenance period, the contractor shall bear the responsibility and be liable for maintenance as envisaged in Clause 47 of IRS General Conditions of Contract.

TECHNICAL 8.0 EARTH WORK a) EXECUTION OF EARTH WORK FOR FOUNDATIONS: shall be as per IRU

standard specifications 2010 for USSR 2010. b) EXECUTION OF EARTH WORK in embankment shall be as per IRU standard

specifications 2010 for USSR 2010. c) EXECUTION OF EARTH WORK in cutting shall be as per IRU standard

specifications 2010 for USSR 2010. 8.1 Jungle Clearance: Before the work is started, the contractor shall clear the areas

between the toes of the new bank/cutting, all the jungle, grass shrubs, trees including roots etc. In case the new bank is to be made in contact with the slope of the existing bank, slopes of the existing bank/cutting coming in contact with the new earthwork shall be cleared of all jungles, bushes, trees etc.. No extra payment will be made for clearance of the jungle, shrubs, bushes, trees, etc., The jungle and trees so cleared shall be given to the contractor free of cost except trees having girth of more than 30 cm which will be the property of Railways. The rates quoted for earth work are deemed to include the charges for clearance of jungle, shrubs trees etc. and for providing benching on the existing banks slopes as per specifications including all labour, T & P etc.

8.2 Earthwork in embankment: 8.2.1 The following paragraphs are intended only to give a general idea to the tenderer/

contractor about the specifications & procedure to be adopted in earth work. However the work of formation, prepared sub-grade and blanketing material is to be carried out as per RDSO guide lines issued vide GE: G-1 , GE: G-2 & GE: 0014 as amended from time to time. The contractors are required to go through these RDSO specification in detail and understand the implications of conducting quality assurance test with respect to availability of earth fill, prepared sub-grade and blanketing materials and accordingly the rates may be quoted.

8.2.2 Source of soils: Earth work in embankment to RDSO standards is to be done with earth obtained from outside railway land by carting from contractor's own borrowed areas with contractor’s vehicles. No borrow pits should be made within (H+3)m from

Page 88: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 88   

                                                                                                         Signature of the tenderer/Contractor. 

the toe of the proposed embankment either in Railway land or private land without specific approval of the Engineer-in-charge, where H = height the bank in metres.

8.2.3 The execution of the earth work in formation may involve re-handling, carting and

dumping by head loads, as vehicles may not be able to come near the bank and directly unload at the locations required. The work may also involve crossing of nallahs, and crossing of the existing track. The rates adopted for earthwork are inclusive of cost for benching of the existing embankment, jungle clearance, re- handling and crossing of nallahs and the existing track wherever required.

8.2.4 The embankment fill shall be formed by means of (1) Contractor's own earth and (2)

by leading cut spoils from the cuttings with leads as mentioned in the respective items.

8.2.5 Embankment fill so made shall consist of soil other than Organic Clays, silts, peat,

chalk, dispersive soils, poorly grade gravel and sand with uniformity coefficient <2, clays and silts of high plasticity (CH&MH). Soils with plasticity index >7 are not permitted.

8.3 Prepared sub-grade: The soil /earth proposed to be used for prepared subgrade

(below blanket layer for a maximum thickness of 1m) should be as per RDSO guide lines and specifications for design of formation for heavy axle load vide report No. RDSO/2007/GE:0014. The frequency of quality assurance test shall be conducted by the contractor as specified in the GE:0014 (para13.1 at his own cost, the specification and thickness of sub-grade layers for heavier axle loads (25T) shall be as per GE:0014 (Table 6 (2)). The work of sub-grade will only be commenced after recording finished levels for earth fill.

8.4 Blanketing Blanket material proposed to be used for blanketing shall be as per “RDSO guidelines and Specifications for Design of Formation for Heavy Axle Loads, vide Report No. RDSO/2007/GE: 0014 specifications mentioned in Annexure- XV. During the course of supply of the blanketing material samples shall be subjected to necessary physical, technical tests and only those samples which pass such tests will be accepted. Rates quoted are inclusive of all such tests.

8.4.1 Before blanketing is provided, the top surface of the embankment should be dressed

giving a cross slope of 1 in 30 on both sides from the center and compacted with a suitable capacity vibratory roller which gives equivalent compaction. Any undulation or potholes should be filled with earth and rolled.

8.4.2 The blanketing material should be laid over the prepared sub-grade as per the specifications of GE:0014 (Table 6 (2))

Page 89: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 89   

                                                                                                         Signature of the tenderer/Contractor. 

8.5 Approval of soil sample: The earth work in both the cases for widening / new embankment has to be done with non - expansive soils and use of expansive soil is prohibited. The successful contractor is required to submit samples of ordinary earth, prepared sub-grade soil(SQ2/SQ/3) and blanketing material within 25 days after issue of acceptance letter. Each sample shall be submitted in three wide mouthed sealed glass jars containing the representative sample approximately 0.0035cum (1/8 cft) in each bottle. Those soils which are approved shall only be used at site. No work should start until soil sample is approved.

Any delay in submission /approval of soil sample will not be compensated. It is for the agency to study necessary specification for soil and to submit soil sample which will confirm to the specifications.

8.6 Compaction of Earthwork:

Compaction of embankment as contemplated in the relevant items of the Schedule shall be carried out under the direction of the Engineer and as per the specifications given below : i) After site clearance, all pockets and depressions left in the soil, if any, shall

be made good and compacted. ii) Thickness of layer: Suitable thickness of soil of each layer is necessary to

achieve uniform compaction. Field tests to be conducted to arrive at optimum layer thickness for achieving homogeneous compaction and required MDD. Normally, 200-300mm layer thickness is optimum to obtain the density specified as per IS 10379-1982 read with table 6 (2) of GE:0014. iii) The moisture content in the blanketing material/prepared sub-grade / embankment fill shall be predetermined before rolling. Deviation of moisture content from the optimum moisture content shall not exceed 2.0%. If water is to be added, it shall be done after spreading the COE/ prepared sub- grade/ blanketing materials, on the formation and the quantity of the water to be added shall be arrived at in litres for every strip of 5 meters of the formation. Strict control shall be exercised in adding the water. The water shall be sprinkled on the formation through a truck mounted water tank sprinkling system. Use of hose pipe for water need to be avoided. If the COE/ prepared sub-grade/blanketing materials contains excessive moisture, the rolling shall be commenced only after the materials are allowed to dry and the moisture content is brought down to permissible limit.

iv) The number of passes of the roller and the optimum thickness of each layer

will be fixed after carrying out field trials with the roller proposed to be used, from time to time and from location to location, the main criteria being to

Page 90: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 90   

                                                                                                         Signature of the tenderer/Contractor. 

obtain the maximum density achievable uniformly. However, a good practice thickness of layer should be generally kept as 300mm for fill material and 250mm for prepared sub-grade and blanketing in loose state before compaction. The directions of the Engineer with regard to the degree of compaction to be achieved and/or process of compaction should be strictly followed. The quoted rate should be deemed to include all the charges for the field compaction trials.

v) Cohesion less soils shall be compacted to get a minimum density index

(relative density) of 70 percent as obtained in accordance with IS: 2720 (Pt. XIV)-1983.

vi) All other types of soils when compacted shall attain at least 98 percent of the maximum dry density as determined using heavy compaction in accordance with IS:2720 (Pt. VIII)-1983 followed by field trials as per IS:10379-1982.

vii) While compacting, it shall be ensured that there is a minimum overlap of 150mm between each run of the roller.

viii) Mechanical compaction of the embankments shall be done only with vibratory roller/equipment. The suitability of the equipment will have to be demonstrated by field trials before employing it on the work.

ix) Care should be taken during the compaction operation, to slope the surface of the bank to facilitate draining of rain water and to minimize the absorption of rain water.

x) The top of the formation shall be finished to a slope of 1 in 30 away from the centre.

xi) The densities of the finished formation work shall be checked as per the frequency mentioned in RDSO’S- GE: 0014 at every layer level and records maintained. Wherever the density is falling short of the minimum specified density, the surface shall be re-compacted to attain the desired density. The contractor shall be allowed to lay a further layer of soil only after the compaction of a particular layer has been found satisfactory. During the progress of the work, the contractor shall afford all facilities to the Engineer or his authorised representative to carry out such field tests wherever necessary.

xii) If the soil is dry, water shall be sprinkled either in the borrow pit or over the spread layer, as convenient in order to obtain a workable moisture content before rolling is commenced. Where the natural moisture content of borrow soil is high, compaction at higher moisture contents can be allowed by the permission of Engineer- in-charge.

xiii) Each layer shall be compacted to the specified density over its entire width commencing from the two sides, before another layer is started.

xiv) The Railway shall ascertain the density of each layer of compacted soil by

Page 91: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 91   

                                                                                                         Signature of the tenderer/Contractor. 

testing adequate number of soil samples. xv) he quality of work shall be determined by considering the mean density of

the samples in each layer. The mean dry density shall be equal to or exceed the minimum specified density. In no individual case shall the density be less than the minimum value specified by more than 2 percent; otherwise further rolling shall be done at the appropriate location.

xvi) The Contractor shall be allowed to lay a further layer of soil only after the compaction of a particular layer has been found satisfactory.

8.6.2 Extra width of 50cm shall be rolled on either side, which after finishing the bank

upto the final height, shall be dressed by removing the loose earth. This is done to account for the rollers not being able to compact the soil at the edge of the formation. The rate quoted is inclusive of the same.

8.6.3 Places inaccessible to rolling equipment shall be compacted by hand tampers.

8.7 RECORDS OF COMPACTION: 8.7.1 The rate quoted shall include establishment of contractor’s own well equipped site

laboratory with all contractor’s staff, equipment, consumables, etc., for the purpose of conducting all required tests in the presence of Railway’s representative as directed by the Engineer. All the test results obtained shall be maintained in a proforma approved by Railways and shall be produced at the time of inspection of Railway officials. The signature of the Railway’s representative who witnessed the testing shall be obtained in the register.

8.8 Soil test reports from reputed Private/Govt. laboratories (or ) Engineering Colleges as

per directions of Engineer-in-charge will be considered. Charges for such tests shall be borne by the contractor.

8.9 Levels and Cross Sections:

It shall be the responsibility of the contractor to ensure that no work on the embankment is commenced until the existing ground levels at different cross-sections have been taken and recorded and such records of levels have been jointly signed and dated by the contractor and the Engineer or their authorised representatives. Cross- sectional profiles plotted on the basis of the observed ground levels shall also be jointly signed by the Contractor and the Engineer. The points at which the cross section ground levels are to be recorded and the extent of leveling work to be done shall be decided by the Engineer. The contractor may bring to the notice of the engineer such additional cross-sections that in his opinion should be taken for proper assessment of quantities. Such representation however should be made well before the commencement of any earth work. The engineer's decision there on shall however be final and binding on the contractor. The contractor should inspect the site and make himself familiar with site conditions and the works to be

Page 92: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 92   

                                                                                                         Signature of the tenderer/Contractor. 

done.

8.10 Payment for earthwork shall be as per IRU Standard specifications -2010 for USSR 2010.

9.0 DRILLING OF HOLES AND PROVIDING ANCHOR RODS: If the foundations are to be laid on the rock bed met in the river bed anchoring the rock surface by providing anchor rods of 25mm diameter MS/HYSD bars of suitable lengths at intervals as per the drawings. 40mm diameter of holes are required to be drilled for this purpose at the bottom of foundation level to suitable depths at required spacing as per drawing and the anchor rods of 25mm diameter should be fixed with contractor's cement capsules. The other end of the rod should be made bent suitably and buried in the foundation concrete for the bonding.

Page 93: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                        Page 93   

                                                                                                         Signature of the tenderer/Contractor. 

ANNEXURE-XV (EXTRACT OF RELEVANT / IMPORTANT PARAS OF RDSO/2007/GE: 0014)

Soil Quality Class SQ1, SQ2 & SQ3 has been given in Table 3 below.

Table 3 - Description of Soil Quality Class

Soil

Quality Description w.r.t. Fine- Particles (size less than 75 micron)

Soils as per IS Classification Conforming to Referred Soil Quality

SQ1 Soils containing fines > 50%

CL, ML, CL-ML, CI, MI, CH, MH

SQ2 Soils containing fines from12% to 50%

GM, GC, SM, SC

SQ3 Soils containing fines < 12%

GW, GP, SW, SP, GW-GM, GW-GC, SW-SM, GP-GM, GP-GC, SP-SM, SP-SC

1.0 RECOMMENDED SPECIFICATIONS OF BLANKET MATERIAL (Mandatory)

Specifications of the material for blanket layer over prepared sub-grade should be such that it is well-graded sandy gravel layer of adequate hardness. Particles size gradation curve should be more or less within Enveloping Curves of blanket material as shown in Fig. 9 below & Grading Percentages within the range given in Table-5 below and should also have following criteria satisfied:

i) Cu > 7 and Cc between 1 and 3. ii) Fines (passing 75 microns) : 3% to 10%. iii) Los Angeles Abrasion value < 35%. iv) Minimum required Soaked CBR value 25 of the blanket

material compacted at 100% of MDD In exceptional cases on technical and economic considerations, LAA value may be relaxed upto 40% by Pr CE on Open Line & CAO/C in construction projects.

v) Filter Criteria should be satisfied with prepared subgrade/subgrade layer just below blanket layer, as given below: Criteria–1: D15 (blanket) < 5 x D85(sub-grade) Criteria–2: D15(blanket) > 4 to5 D15 (sub-grade)

Criteria–3: D50(blanket) < 25 x D50 (sub-grade)

Page 94: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  94   

                                                                                                         Signature of the tenderer/Contractor. 

.

1.2 Filter Criteria is optional, at present. This can be adopted with the experienced

gained of its compliance for different types of soils with blanket.

Table-5 : Grading Percentage of Blanket Material

SL IS Sieve Size Percent Passing (by weight) 1. 40 mm 1002. 20 mm 80 - 1003. 10 mm 63 - 854. 4.75 mm 42 - 685. 2 mm 27 - 526. 600 micron 13 - 357. 425 micron 10 - 328. 212 micron 6 - 229. 75 micron 3 - 10

2.0 QUALIFYING AND QUALITY ASSURANCE TESTS (Mandatory) Qualifying tests as part of pre-selection of good earth for track subgrade, embankment fill is required to be carried out.

Also, quality of compaction is required to be done to ensure good quality construction.

2.1.1 Selection of soil: For selection of soil to be used as embankment fill CBR test is required to be conducted on material. CBR test is conducted on ground soil, embankment fill, prepared sub-grade & blanket material to ensure the minimum

Page 95: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  95   

                                                                                                         Signature of the tenderer/Contractor. 

specified CBR value of these materials to be used in construction. This test is carried out on soil sample in laboratory as per procedure given in IS:2720 (Part 16)-1987 & in field as per IS:2720 (Part 31)– 1969.

2.1.2 Quality Assurance Test on Compacted Layer : Quality Assurance Tests are

required to be conducted on part completion stages of formation, prior to clearing for further earthwork, track linking work:

Heavy Proctor test is required to be conducted to determine the Maximum Dry Density of soil as per IS: 2720 (part 8). In-situ density is measured in the field by Sand Replacement Method (IS: 2720 – part 28) or Core Cutter Method (IS: 2720 – part 29) to calculate the degree of compaction. this shall be determined in laboratory as per BIS procedure with the specified frequency of earthwork quantity, as envisaged in ‘Guidelines of Earthwork in Railway Projects, GE:G-1, July 2003.

Second Step Plate Load Test (Optional) is required to be conducted in-situ for measurement of Deformation Modulus EV2 of compacted layers of embankment, blanket, prepared sub-grade etc. The test procedure has been detailed in German Code DIN:18134- 2001,’Determining Deformation & Strength Characteristics Of Soil By Plate Loading Test”. The minimum value of EV2 should be ensured at different levels as specified. Brief procedure of these above tests has been given in Annexure-2.

Frequency of Quality Assurance Tests

a) CBR test for selection of formation materials and other tests required for ensuring conformation of the materials (blanket, sub-grade) as per specification e.g. size gradation, Cu, Cc, Los Angeles Tests, OMC/MDD etc. shall be conducted at following frequency :

i) Embankment Fill : one set of tests for every 5000 cum ii) Prepared sub-grade : one set of tests for every 2000 cum iii) Blanket material : one set of tests for every 500 cum

b) In-situ Degree of Compaction (or In-situ dry density measurement) test shall be conducted on each compacted layers in random pattern at following frequency for the different layers :

i) Embankment Fill : one density measurement at every 500 sqm surface area of each compacted layers

ii) Blanket and Prepared Sub-grade : one density measurement at every 200 sqm surface area of each compacted layers.

c) Second step Plate Load Test : This test is in practice in German Railways and recommended by UIC Code 719 to measure the quality of earthwork and blanketing after compaction. For Indian Railways, this test is made optional presently. In the guidelines, this test has been included as a future

Page 96: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  96   

                                                                                                         Signature of the tenderer/Contractor. 

development for quality assurance test on compacted surface. This should be done for EV2 measurement at top of each formation layers eg. at sub-soil, compacted sub-grade, prepared sub-grade, blanket etc. at the frequency of one test per km length of section.

3.0 GROUND IMPROVEMENT METHODS :

3.1 Field tests are required to be conducted on sub-soil strata, such as Plate load test for determination of Elastic Modulus at second loading (EV2), Standard Penetration test to determine N-value, and Unconfined Compression Test or Vane Shear Test to determine unconfined compressive strength or un drained cohesion, Cu. If values of these test parameters, as specified in following para are not achieved then ground improvement is required.

3.2 For ground soil/ sub-strata layers with low bearing capacities, assessed by following evaluation parameters:

3.2.1 Ev2 value less than 20 MPa, (Optional) or

3.2.2 undrained cohesion (Cu) < 25 kPa, or 3.2.3 N-value (determined from Standard Penetration Test –SPT ) < 5, shall require GroundImprovement.

Strengthening of sub-strata soil layers can be carried out using one or more of the following techniques, like:

3.2.3.1 removal and replacement ( R&R) of weak soil,

3.2.3.2 stage constructions of the fill, preloading andsurcharging,

3.2.3.3 Installation sub drainage system,

3.2.3.4 In-situ pile, Sand Gravel Compaction pile, Stone Colums

3.2.3.5 ibro-floatation,

3.2.3.6 lime pile, Injection/ lime slurry pressure injection/ionexchange,

3.2.3.7 Stir & Mixing,

3.2.3.8 Sand mat, Geosynthetics etc.

3.3 Brief on Ground Improvement Techniques has been given in Annexure-1. However, details of Some Ground Improvement Techniques are available in Various RDSO reports on RDSO website - www.rdso.gov.in.

4.0 SPECIFICATIONS & RECOMMENDATIONS : (Mandatory)

4.1 The following Specifications for two different systems for blanket, sub grade, embankment fill are mandatory provisions to be adopted, asfollows:

Page 97: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  97   

                                                                                                         Signature of the tenderer/Contractor. 

i) Conventional blanket layer over formation sub-grade ii) Blanket layer over prepared subgrade layer (good/importedsoil)

Any of the two system may be considered for adoption in the field based on good soil availability and material cost economics. These are given in form of following:

a) Table 6 (Specification and thickness of subgrade layers for Heavier Axle Loads),

b) Formation cross-sections (Fig. 10 of GE: 0014– Formation Profiles and Layers for Heavy Axle Load), and

c) Bar Diagrams (Fig. 11 – Formation Layer Thickness). 4.2 In order to design & construction of stable formation for heavy axle load, EV2

should be determined in the field as per procedure given in German Code DIN : 18134 at ground. Undrained shear strength, Cu of ground soil from Unconfined Compression (UCC) test or Vane Shear Test and Penetration Number (N – Value) from Standard Penetration Test should also be determined. If EV2 value is less than 20 MPa or Sub-soil strata having (Cu) <25 KPa (mostly in Marshy area) or N-value < 5 will also require ground improvement.

4.3 If, naturally available materials do not meet the desired specifications, blanket material can be produced by mechanical process from crushing or blending method or combination of these two methods. Details of these two methods are given in Appendix – C of GE: 0014. Naturally available sand, quarry dust or crusher run, if available at low cost, can be used as prepared sub grade also.

Page 98: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  98   

         Signature of the tenderer/Contractor. 

Table 6 - Specification and thickness of subgrade layers for Heavier Axle Loads

1.Single Blanket Layer over Embankment Fill- Specification and Layer Thickness

Layers Specification Axle Load 25T Axle Load 30 T Axle Load 32.5T

Blanket – Well Graded Sand Gravel Layer

i) Cu > 7 and Cc between 1 and 3. ii)Fines (passing 75 microns) :3% to 10% iii) Los Angeles Abrasion value < 40% (iv) Minimum CBR value 25 of the blanket material compacted at 100% of MDD

(v) Size gradation within specified range or enveloping curves.

(vi) Filter Criteria should be satisfied with subgrade layer, as given below :

Criteria–1: D15 (blanket) < 5 x D85 (sub-grade) Criteria–2: D15(blanket) >4to5 D15 (sub-grade) Criteria–3: D50(blanket) < 25 x D50 (sub- grade)

Minimum EV2 – determined from 2nd step Plate Load Test on top of compacted blanket layer (Ref : German Code : DIN 18134 – 2001)

60 cm for SQ3, 75 cm for SQ2 100 cm for SQ1 ( SQ1 only with dispensation of PCE/ CAO)

SQ2/SQ3 are preferred soil below blanket.

Blanket Compacted upto 98 % MDD

Min. EV2 – 100 MPa

75 cm for SQ3, 80 cm for SQ2

SQ2/SQ3 are preferred soil below blanket.

Blanket Compacted upto 100% MDD

For new line

construction, Min. EV2 – 120 MPa

As in-situ Assurance Test

80 cm for SQ3, 100 cm for SQ2

SQ2/SQ3 are preferred soil below blanket. Blanket Compacted

upto 100% MDD

For new line

construction, Min. EV2 – 120 MPa As in-situ A T

Page 99: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  99   

         Signature of the tenderer/Contractor. 

Embankment Fill Top Layer of Thickness (T)

CBR= 7 - 5 (of compacted soil at 98% of MDD) (Organic soils to be avoided) ( SQ1 to be avoided)

Minimum EV2 = 45 MPa

Compaction :

T = 50 cm

SQ2/SQ3

soils CBR > = 6

generally, but not < 5 in isolated cases

(For SQ1 soil, CBR >

= 4 generally, but not

< 3 in top 1 m. &

T = 75 cm

SQ2/SQ3

soils CBR > = 6

generally, but not <5 in isolated cases

Compacted upto 98% of MDD

T = 75 cm SQ2/SQ3 soils

CBR > = 7 generally, but not < 6 in isolated cases

Compacted upto 98% of MDD

Ground Soil/Sub- soil Strata

Minimum Undrained Cohesion of soil, Cu = 25 KPa or Minimum Ev2 = 20 MPa

Ground Improvement is required, if Cu < 25 kPa or Ev2 < 20 MPa

Min. Ev2 = 20 MPa

Min. Ev2 = 20 MPa Min. Ev2 = 20 MPa

Note : 1. SQ1 (fines > 50%), SQ2 (fines : 12 to 50 %), SQ3 ( fines <12%)

2. For axle load 25 T and higher, blanket & Embankment fill thickness can be reduced with determination of soil strength parameters CBR & Threshold stress determined based on repeated Triaxial tests.

3. Uniform total thickness of formation layers of 2 m should be provided including blanket, top layer of embankment fill etc.

Page 100: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  100   

         Signature of the tenderer/Contractor. 

2.Two Layer System (Blanket & Prepared Subgrade on Embankment Fill)

Layers Specification Axle Load 25T Axle Load 30 Axle Load Blanket – Well Graded Sand Gravel Layer

i) Cu > 7 and Cc between 1 and 3. ii)Fines (passing 75 microns) :3% to 10% iii) Los Angeles Abrasion value < 40% (iv) Minimum CBR value 25 of the blanket material compacted at 100% of MDD (v) Size gradation – within specified range or enveloping curves (vi) Filter Criteria should be satisfied with subgrade layer, as given below : Criteria–1: D15 (blanket) < 5 x D85 (sub-grade) Criteria–2: D15(blanket) >4to5 D15 (sub-grade) Criteria–3: D50(blanket) < 25 x D50 (sub-grade) Minimum EV2 - determined from 2nd step Plate

30 cm for SQ3, 45 cm for SQ2

SQ2/SQ3 are soil below blanket. Compacted upto 100% MDD

Min. EV2 – 100 MPa

45 cm for SQ3, 60 cm for SQ2

SQ2/SQ3 are soil below blanket. Compacted upto 100% MDD

For new line

construction, Min. EV2 – 120 MPa

As in-situ Assurance test

45 cm for SQ3, 60 cm for SQ2

SQ2/SQ3 are soil below blanket. Compacted upto 100% MDD

For new line construction, Min. EV2 – 120 MPa As in-situ Assurance Test

Page 101: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  101   

         Signature of the tenderer/Contractor. 

Layer 1 : Prepared Subgrade (Good/Imported Soil)

CBR >= 6 - 8 (of compacted soil upto 97%) SQ2/SQ3 & Limit fines 12 – 50% ( SQ1 to be avoided) Plasticity Index < = 12 Compaction : Minimum EV2 :

100 cm CBR > = 7

generally, but not < 6 in isolated cases 98% MDD

100 cm CBR > = 7

generally, but not < 6 in isolated cases 98% MDD

60 MPa

100 cm CBR > = 8 generally,

but not < 7 in isolated cases

98% MDD 60 MPa

Embankment Fill CBR > = 4 – 5 (of compacted soil upto 97%) (Organic soils to be avoided)

Minimum EV2 : Compaction :

CBR > = 5 generally, but not < 4 in isolated cases

For SQ1 soil, CBR

> = 3 generally, but not < 2 in isolated cases)

30 MPa

CBR > = 5 generally, but not < 4 in isolated cases

30 MPa 97% MDD

CBR > = 5 generally, but not < 4 in isolated cases 30 MPa

97% MDD

Ground Soil/Sub- soil Strata

Minimum Undrained Cohesion of soil, Cu = 25 KPa or Minimum EV2 = 20 MPa Ground Improvement is required, if Cu < 25 kPa, or Ev2 < 20 MPa

Min. Ev2 = 20 MPa

Min. Ev2 = 20 MPa

Min. Ev2 = 20 MPa

Total Thickness (Blanket + Layer 1)

- 130-145 cm 145-160 cm

145 – 160 cm

Note : Uniform total thickness of formation layers of 2 m should be provided including blanket, prepared subgrade & top layer of embankment fill etc.

Page 102: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  102  

     Signature of the tenderer/Contractor. 

  11. – Bar Diagrams Showing Formation Layers Thickness   Single  Layer System 

Min. CBR of Top Layer of Embankment Fill

(For SQ1 soil, CBR > = 4 generally, but not < 3 in top 1 m. & for Lower Fill Layers CBR > = 3)

CBR � 6 generally but not < 5 in isolated cases

CBR � 6 generally but not < 5 in isolated cases

CBR � 7 generally but not < 6 in isolated case

25 T 30 T 32.5 T Axle Load

Blanket (Min. CBR – 25)Embankment Fill (Top Layer)

Soils: Fines(<75 micron)SQ1) Fines>50%

SQ2) 12%to50%

SQ3) <12%

200 180

140 100 120 80 75 80

100 10075

80 60

60 40 75 75 75 75

50 50 5020

0

Soil Type Below Blanket SQ1* SQ2 SQ3 SQ2 SQ3 SQ2 SQ3Thic

knes

s (c

m)

Page 103: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  103  

     Signature of the tenderer/Contractor. 

Blanket (Min. CBR – 25)Prepared Subgrade (of SQ2/SQ3 Soil)

SoilsþFines (<75micron)�SQ1þFines>50%þ SQ2þ12%to50%þ

SQ3þ<12%þ

200 180 160 140 60 60

120 45 30 45 45

100 80

60

100 100 100 10040 100 100

20

0 Soil Type Below Blanket Min. CBR of Prepared

Subgrade

SQ2 SQ3 SQ2 SQ3 SQ2 SQ3CBR ≥ 7 generally butnot < 6 in isolated cases

CBR ≥ 7 generally but not < 6 in isolated cases

CBR ≥ 8 generally butnot < 7 in isolated cases

Two Layer System (Blanket + Prepared Subgrade on Embankment Fill)

25 T 30 T 32.5 T Axle Load

Page 104: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  104  

     Signature of the tenderer/Contractor. 

5.0 OTHER IMPORTANT GUIDELINES :

5.1 EXISTING PROVISIONS OF BLANKET AND FORMATION ON INDIANRAILWAYS (Guidelines for Earthwork in Railway Project No. GE:G-1, July 2003) Unsuitable Soils for Construction of formation layers:

Soils to be normally avoided are : Organic clays, organic silts, peat, chalks, dispersive soils, poorly graded gravel and sand with uniformity coefficient (Cu) less than 2,

a) Clays and silts of high plasticity (CH & MH) in top 3m of embankment.

5.2 Formation width: The formation width of embankment for single line BG should normally be 7.85m or as decided by Engineer-in-Charge.

5.3. For banks higher than 4.5 metres, suitable slope stability analysis, reinforcement of slopes, plantation of deep root grass and toe wall construction shall be suitably adopted. In case of high bank on soft sub-soil, flatter slope with berm/sub-bank should be provided after slope stability analysis.

5.4. Adequate drainage arrangement should be made by providing cross slope at top of formation and side drains/catch water drains, wherever required.

5.5. Stable slopes and adequate drainage arrangements in cutting areas should be provided as per details given in ‘Guidelines for Cutting in Railway Formations - No. GE: G-2, August 2005’.

5.6. For high banks at approaches of rail bridges, providing approach slabs and geogrid layer shall also be considered and adopted. In this regards, recommendations of RDSO report on ‘Transition System on Approaches of Bridges’ report No. GE: R-50, August- 2005 can be followed.

5.7. Reinforced Earth Construction may be adopted wherever steep slope/vertical wall construction is required due to space constraint or otherwise. In this regard, RDSO’s report on ‘Concept and Design of Reinforced Earth Structures, No. GE-R-63, June 2005’ should be consulted.

5.8. Adequate erosion control measures on slopes of bank & cutting should be ensured by vegetation on slopes with deep-rooted Vetiver grass & geo-jute textile, if necessary. In areas susceptible to flooding, the sides of an embankment should be protected with a layer of rock fill or stones with an intermediate granular layer upto 1 m above HFL.

5.9. At locations, where water table is high and fill-soil is fine-grained, it may be desirable to provide a granular layer of about 30 cm thickness at the base, above sub-soil across the full width of formation. Boulder pitching should be done on embankment slope.

5.10. Use of geo-synthetics improves the performance of formation. Geo-grid at ballast & blanket interface can reduce blanket thickness requirement. Geo-textile/geo-composite can be provide at the blanket – subgrade interface and/or blanket – prepared subgrade interface for the purpose of separation, filtration & drainage and better performance of the track substructure system as whole. A technical note on the use of various geo synthetic products in track bed applications is given in Annexure 4 of GE- 0014.

5.11. Apart from the above main & other recommendations, other provisions given in ‘Guidelines For Earthwork in Railway Projects’, GE:G-1, July 2003 such as construction procedure, drainage, erosion control etc. should also be followed.

Page 105: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  105   

     Signature of the tenderer/Contractor. 

Annexure-1

Ground Improvement Techniques/Soft Ground Improvement Methods :

These techniques can be adopted to improve the ground strength on which the embankment/fills is constructed. The underlying soil for fill is required to satisfy the same basic requirements of a continuous spread foundation system. The underlying soil should have the strength to support the proposed embankment and live loads with an adequate safety factor. In addition, the embankment/fill needs to be designed and constructed such that it can tolerate the projected degree of settlement. It is occasionally necessary to remove and replace portions of weak or highly compressible underlying soil or to improve their characteristics by using stabilization procedures or controlled construction techniques. Identification of vulnerable conditions of ground which requires improvement can be measured in terms of high content of soft clay having un drained shear strength less than 25 kPa, loose sand strata having N value less than 5, and Ev2 (Elastic Modulus of 2nd plate load test) assessed less than 20MPa. Controlled construction techniques could include one or combination of the following:

1. Removal and replacement of weak soil: For localized areas with soft soils (having un drained shear strength less than 20 kPa or CBR<3) of limited depth and thickness, removal of unsuitable material and replacement with suitable fill may be carried out. These unsuitable materials were encountered in valleys and low-lying areas and may be replaced with well-compacted suitable fill preferably coarse- grained/sandy soils.

Excavation and replacement could be carried out up to 2m.

The removal and replacement may be required to be carried out even in ‘cutting’ areas where the naturally occurring soils were found to be of a low shear strength and high moisture content. Subsurface drainage may have to be introduced in most of such areas.

Page 106: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  106   

     Signature of the tenderer/Contractor. 

Annexure-2

QUALITY ASSURANCE TESTS

1. Standard Test Procedure For California Bearing Ratio (Laboratory Method) (Ref: BIS Code – IS : 2720 (part 16) – 1979 Laboratory Determination ofCBR)

California Bearing Ratio

California Bearing Ratio (CBR) test is a penetration test developed by the California State Highway Department of USA for the evaluation of subgrade strengths for roads and pavements.

California Bearing Ratio (CBR) is defined as the Ratio of Force per unit Area required to penetrate a soil mass with a circular plunger of 50 mm diameter at the rate of 1.25 mm/minute to that required for corresponding penetration of a standard material. The test is arbitrary and results may not be directly related to fundamental properties governing the strength of soils such as cohesion, angle of internal friction etc. Schematic of CBR Test shown below:

Apparatus:

i) CBR mould 150 mm diameter and 175 mm high with detachable perforated base plate. (Net capacity is 2250 ml).

ii) Collar 50 mm high. iii) Penetration plunger - 50 mm diameter. iv) One annular and a few slotted surcharge masses 2.5 kg each.

Page 107: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  107   

     Signature of the tenderer/Contractor. 

v) Rammer 2.6 kg with 310 mm drop and 4.89 kg with 450 mm drop. vi) Steel rod 15-20 mm in dia and 400 mm long. vii) Cutting edge. viii) Loading machine of approximately 5000 kg capacity, fitted with a calibrated proving

ring giving a constant rate of penetration of about 1.25 mm/minute. ix) Penetration measuring 2 dial gauges accurate to 0.01 mm. x) Soaking tank of pan, drying oven, dishes and calibrated measuring jar. xi) Swelling gauge consisting of a perforated plate with an adjustable extensionstem. xii) I.S. Sieves 4.75 mm and 19 mm. xiii) Straight edge, mixing basin. xiv) Filter paper xv) Weights

Preparation of test specimen

The test may be conducted on undisturbed as well as disturbed (remoulded) soil specimen which may be compacted statically or dynamically.

Undisturbed soil specimen

Undisturbed soil specimen shall be obtained from the field in natural condition. For this, use

127.3 mm high mould and attach the steel cutting edge to its one end. Push the mould gently into the ground. When the mould is full of soil, it shall be taken out carefully. The top and bottom surfaces are then trimmed flat so as to achieve the correct length of specimen for testing. The specimen is then sealed with paraffin wax on both sides of the mould so as to preserve it with the natural moisture content.

Remoulded specimen (From disturbed sample)

When undisturbed specimen is not available, the specimen can be prepared by remoulding the disturbed soil sample. It can be prepared on maximum dry density of soil determined by compaction test. The water content used for compaction should be at optimum moisture content.

Remoulded specimens are prepared in the laboratory by compaction. The test material should pass 19 mm I.S. sieve and retained on 4.75 mm sieve.

TEST PROCEDURE

1. Soaking of remoulded specimen: Weight the mould with base plate and the specimen. Keep the filter paper on the specimen and place the perforated top plate with adjustable stem over the specimen. Keep the mould in a tank in which water is filled for soaking. Apply weights to produce a surcharge equal to the weight of base material and pavement to the nearest 2.5 kg on the compacted soil specimen. The whole mould and weights shall be immersed in a tank of water allowing free access of water to

Page 108: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  108   

     Signature of the tenderer/Contractor. 

top and bottom of the specimen. The tripod for the expansion measuring device shall be mounted on the edge of the mould and the initial dial gauge reading recorded. This set up shall be kept as such undisturbed for 96 hours noting down the readings every day against the time of reading. A constant water level shall be maintained in the tank throughout the period. At the end of the soaking period, the final reading of the dial gauge shall be noted, the tripod removed and the mould is taken out of the water tank.

The free water collected in the mould shall be removed and the specimen allowed to draining downward for 15 minutes. After draining out water, the weights, the perforated plate and the top filter paper shall be removed and the mould with the soaked soil sample shall be weighed and the mass recorded.

2. Penetration Test: The mould containing the test specimen is placed on the lower plate of the testing machine with the base plate in position and the top surface exposed. Surcharge mass is placed on the specimen. If the specimen has been soaked previously, the surcharge shall be equal to that use during the soaking period. To prevent upheaval of soil into the hole of the surcharge weights, 2.5 kg annular weight shall be placed on the soil surface. The plunger shall be seated under a load of 4 kg so that full contact is established between the surface of the specimen and the plunger. Load shall be applied to the penetration plunger so that the penetration is approximately 1.25 mm per minute. Reading of the load shall be taken at penetrations of 0.0, 0.5, 1.0, 2.0, 2.5, 4.0, 5.0, 7.5, 10.0 and 12.5 mm.

After the completion of the test, the plunger is raised and the mould is detached from the loading equipment. About 20 to 50 g of soil shall be collected from the top 30 mm layer of specimen for water content determination.

LOAD PENETRATION CURVE

The load penetration curve is drawn as shown in Fig.2. The curve is generally convex upwards, although the initial portion of the curve may be concave upwards due to surface irregularities. A correction shall then be applied by drawing a tangent to the upper curve at the point of contraflexure. The corrected curve shall then be taken to be this tangent plus the convex portion of the original curve with the origin of strains shifted to the point where the tangent cuts the horizontal strain axis as illustrated in Fig. below:

Page 109: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  109   

     Signature of the tenderer/Contractor. 

Load Penetration Curve for a CBR Test

DETERMINATION OF CBR:

Corrected load value shall then be taken from the load penetration curve corresponding to the penetration value at which CBR is desired. The CBR is then determined asfollows:-

CBR=PT/Psx100

Where,

PT =Corrected load corresponding to the chosen penetration from the load penetration curve,

Ps =Standard load for the same depth of penetration as for Ps

The CBR values are usually calculated for penetration of 2.5mm and 5mm. Generally, the CBR value at 2.5 mm penetration will be greater than that at 5mm penetration and in such a case; the former shall be taken as the CBR value for design purpose. If the CBR value corresponding to a penetration of 5mm exceeds that for 2.5mm, the test shall be repeated. If identical results follow, the bearing ratio corresponding to 5mm penetration shall be taken for design.

Standard Loads for CBR test

Penetration Depth (mm)

Unit Standard Load (kg/cm2)

Total Standard Load (kg)

2.5 70 1370 5.0 105 2055 7.5 134 2630 10.0 162 3180 12.5 183 3600

Test Observations are recorded in the table as given in the code.

Report

The CBR value shall then be reported correct to the first decimal place. The details shall be reported in prescribed proforma:-

CBR of specimen at 2.5 mm penetration –

CBR of specimen at 5 mm penetration –

CBR of specimen at …….Penetration – Results of repeat test, if conducted :

Page 110: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  110   

     Signature of the tenderer/Contractor. 

ANNEXURE – XVI LIST OF EQUIPMENDTS FOR TESTING LABORATORY TO BE ESTABLISHED BY

THE SUCCESSFULTENDERER AT THE SITE OF WORK Contractor should provide a testing lab at site/nearest stations/or nominated/specified locations as instructed by Engineer-in-charge in Railway premises. Sl.

No Description of equipments Unit ---------------------------------------------------------------------------------------------------------------- 1. IS set of sieves with base & top lid 65mm, 40mm,20mm, 16mm, 10mm, 4.75mm, 2mm, 600

mic, 425 mic, 212mic, 75mic. Equipment for checking moisture content , maximum dry density etc.,( core cutters with cap, hammer, stove, Electronic weigh balance, kerosene stove/oven, pan etc and other tools/plant/materials required for doing soil compaction test) , Plastic limits apparatus, Liquid limit apparatus, Moisture meter with accessories, Standard modified proctors test apparatus. Etc. 2 Sets

2. Hand/motor operated sieve shaker for above sieves 2 Nos. 3. Balance

a) Pan balance - 10 Kg capacity (with 1.0 gm least count) 2 Nos. b) Electronic/digital balance – 10 kg capacity (with 1 gm Least Count) 2 Nos.

4. Sieve brush - Wire brush As required 5. Concrete Cube testing Machine -200Tonne capacity- 1 No.

Electrical-cum-hand operated with single pressure gauge. 6. Slump cone test apparatus with tamping rod 2 No. 7. Cube moulds 150x150x150mm 24 Nos. 8. Vikat’s needle test apparatus with dashpot 1 No. 9. Flakiness Index Test apparatus 1 No. 10. Elongation Test Apparatus 1 No. 11. Aggregate impact value test apparatus 1 No. 12. Auto Level with accessories 2 Nos. 13. Thermometer for concrete 2 Nos. 14. Digital camera off 10.0megapixel or above of reputed brand

like Sony, Canon, etc with still/video shooting and SD card. 1 No. 15. Desk top PC, with LCD monitor minimum 20 “ wide or

Note book with WIN- 7 /8.1/10 OS, MS office & MS Project 3 Nos. 16. All in one A3 size ink jet printer & mobile /portable colour Printer 1 No. each 17. Screw gauge 1 No. 18. Vernier caliper 1 No. 19. Total Station 1 No. Date: Name and Signature of Authorized Signatory Note: (i): No payment will be made to the contractor on this account. Land/Open space required for the laboratory will be provided by the Railway free of cost. After completion of the work, contractor can take back all machinery and establishments etc., Contractor is deemed to have taken this into consideration while quoting his rates. (ii)The above list is only tentative and the actual requirement will be given by the Engineer in charge before commencement of work. The above equipment can be taken back by the contractor after completion of work as is where is basis .

Page 111: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

Signature of Tenderer/Contractor

T.No. 18/CAO/C/SC/2016,   Dt: 18‐05‐2016  (Item No. 2)                                                 Page  111   

 

PACKET - 2

SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION

SECUNDERABAD

(Price Bid) Name of work : - Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s

own earth of SQ2/SQ3 Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New) and Rompicherla (Pro) stations.

Page 112: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No.18/CAO/C/SC/2016 DT:18-05-2016 (item No.2) Page 112

Sl No. NS item Description of item Qty. Unit Rate

Rs. Ps.AmountRs. Ps.

1 -- Providing selected contractor's own earth of SQ2/SQ3quality for prepared sub-grade (Layer I below theBlanket layer) up to maximum thickness of 1.00 m asper RDSO guidelines for earth work GE 0014 information with approved quality earth with contractor'smaterials including excavation in quarries, leading tosite of work by contractor's vehicles, spreading in layersas specified in RDSO guidelines including demarcationand setting out profile ,levelling, sectioning to profile,watering and compacting the layer to get MDD, CBR,Plasticity index etc., as specified in RDSO guidelinesGE 0014 using vibratory rollers with all lead, lift etc.,duly ensuring site clearence, removing of shrubs, rootsof vegetation growth, heavy grass, benching of existingslope of old bank, all handling /rehandling etc.,wherever required as per specifications and as directedby the Engineer-in-charge.

233000 cum 214.00 4,98,62,000.00

(i) Seignorage charges/feeare to borne by the contractoras per the special conditions of the contract.ii) Rate includes compaction and conducting ofrequired laboratoy tests such as CBR,MDD,Percentageof fines,Plasticity index etc as per the specifiedfrequency in RDSO Guidelines for earthwork GE-14and no seprate payment will be made.

iii) Measurement will be made on the final profile aftercompaction.

iv) The above item should be paid for only 1m belowthe blanket material.

( Item One (01) only) Total Rs. 4,98,62,000.00

Contractors percentage Above/At par/BelowTotal of Schedule A :

NOTE The tenderer is required to quote a uniform percentage rate Above/At par/Below over the total valueof Schedule-'A' both in figures and words. In case of discrepancy in quoted percentage, thepercentage rate quoted in words will be taken as final.

SOUTH CENTRAL RAILWAYName of Work:Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s own earth of SQ2/SQ3

Quality sub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in betweenPiduguralla (New) and Rompicherla (Pro) stations.

SCHEDULE - 'A' ( NS Items)

(Items that are not covered by the S.C.Railway USSR, 2010)

Signature of Tenderer/contractor

Page 113: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION … CAOCSC2016...SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: -Nadikudi - Srikalahasti New BG line Project-

T.No.18/CAO/C/SC/2016 DT:18-05-2016 (item No.2) Page113

Sl No. NS item Description of item Qty. Unit Rate

Rs. Ps.AmountRs. Ps.

1 -- Providing of Blanketing over finished formation as perlatest RDSO specifications and procedures by supplyingmaterials of approved quality spreading in layers notexceeding in 30cm in thickness in loose conditions andleveling by motor grader/dozer and compacting by vibroroller of required capacity upto desired degree ofcompaction, finishing of correct profile with all lead andlift, complete in all respect upto the satisfaction ofRailway site engineer. Rate also includes wateringwherever required, all tools, plants, machinery, testingequipment and all testing charges, labours, all taxes ,Royalties, Octroi etc., as may be required. The workshall be carried out as per RDSO Guidelines andspecifications for Design of Formation for Heavy AxleLoad (Report No. RDSO/2007/GE: 0014 of November2009) for mechanically produced blanketing material forRailway Formation.

91000 cum 1140.00 10,37,40,000.00

Note: 1)The Quality Control tests as prescribed vide Para12&13 of RDSO/2007/GE: 0014 shall be arranged atsite by the Contractor, for which No separate paymentwill be made.

2) The tenderer is requested to go through specificationsof blanketing material as per GE-0014 RDSOspecification. The blanketing material is expected to bemanufactured in quarry/ site with pug mill type blenderfrom stone crushed material of required quality as perspecification with the grading falling in the envelopingcurve. The rate includes the CBR tests, Los angelsabrasion test, impact tests, Atterberg limits, grain sizeanalysis, MDD and all quality tests as per specificationto be carried as per the laid down frequency onblanketing material/ compacted finished blanket surface.

3) Measurement will be made on finished profile aftercompaction.

( Item One (01) only) Total Rs. 10,37,40,000.00

Contractors percentage Above/At par/BelowTotal of Schedule B :

NOTE The tenderer is required to quote a uniform percentage rate Above/At par/Below over the total value ofSchedule-'B' both in figures and words. In case of discrepancy in quoted percentage, the percentage ratequoted in words will be taken as final.

SOUTH CENTRAL RAILWAY Name of Work:Nadikudi - Srikalahasti New BG line Project- Providing selected Contractor’s own earth of SQ2/SQ3 Qualitysub-grade and Blanketing material to GE-14 Specifications from Ch:4500 m to Ch: 35500m in between Piduguralla (New)and Rompicherla (Pro) stations.

SCHEDULE - 'B' ( NS Items)

(Items that are not covered by the S.C.Railway USSR, 2010)

Signature of the tenderere/contractor