south central railway construction organisation · south central railway construction organisation...

150
02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 1 Signature of Tenderer / Contractor Item No.02 of Tender Notice No. 02 /CAO/C/SC/2016, Dated 18.01.2016 SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches 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

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 1

Signature of Tenderer / Contractor

Item No.02 of Tender Notice No. 02 /CAO/C/SC/2016, Dated 18.01.2016

SOUTH CENTRAL RAILWAY

CONSTRUCTION ORGANISATION

SECUNDERABAD

NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 2

Signature of Tenderer / Contractor

PACKET – 1- TECHNO – COMMERCIAL BID

PACKET – 2 - PRICE BID

Page 3: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 3

Signature of Tenderer / Contractor

PACKET – 1

TECHNO – COMMERCIAL BID

Page 4: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 4

Signature of 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: 02/CAO/C/SC/ 2016 ( item No.02), DT18-01-2016

1. NAME OF WORK:- Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

2. Approximate Value of work : Rs. 15,15,29,565.45 Ps 3. Earnest Money Deposit : Rs.9,07,650/- ( in Cash or Banker’s cheques /

Demand Drafts) 4. Cost of Tender document a) in person / Down loaded : Rs. 10,000.00 b) By post : Rs. 10,500.00 5. 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 : 25-02-2016 at 11.00 AM Tender Box 8. Date & Time of Opening of : 25-02-2016 at 11.30 AM 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 25-02-2016 (i.e., Tender opening day).

Page 5: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 5

Signature of Tenderer / Contractor

NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches 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 downloaded 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 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 a proprietor (or) has consent / authority to act on behalf of HUF.

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.

Page 6: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 6

Signature of Tenderer / Contractor

Sl. No. Action required Confirmed

( )

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 a 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 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 in case of Joint Venture Firms - as per Annexure-VII

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

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 at Annexure-VI.

Page 7: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 7

Signature of Tenderer / Contractor

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.

Sl. No. Action required Confirmed

( ) 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 to 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 8

Signature of Tenderer / Contractor

SOUTH CENTRAL RAILWAY INDEX

Page No. Sl. No. Contents From To

PACKET – 1

1. Techno–Commercial Bid 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 25

8. Format for Affidavit to be submitted by Tenderer along with the Tender Document - Annexure-I 26 27

9. Programme of Mile stones - Annexure–II 28 ---

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

29 ---

11. Statement showing the particulars of works on hand & works executed - Annexure–V 29 ---

12. Guidelines for Participation of Joint Venture Firms in Works Tender - Annexure-VI 30 33

13. Memorandum of Understanding Format for J.V. Firms - Annexure-VII 34 38

14. Agreement Format for J.V. Firms - Annexure-VIII 39 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 Officers - 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 22. Special Conditions & Specifications of Contract 54 ---

Variation in quantities 55 62 Seigniorage clause 63 64 VAT, Building & Construction Workers Welfare Cess 65 69 Price Variation Clause 70 80

Page 9: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 9

Signature of Tenderer / Contractor

Page No. Sl. No. Contents From To 23. Particulars of work 81 88

24. Special Conditions of contract (Technical) 25. Special Conditions in Annexure 89 to 132

PACKET – 2

26. Price Bid 133 --- 27. Schedule of Rates & Quantities 134 150

.

Page 10: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 10

Signature of 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.9,07,650/- (Rupees Nine lakhs seven thousands and six hundred fifty only). 2 I/We offer to do the work “Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches 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 IRS GCC and Special Conditions of contract and to carry out the works according to the IRU Standard specification of materials and works, 2010, laid down by South Central Railway for the present contract.

3. A sum of Rs.9,07,650/- 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 11

Signature of Tenderer / Contractor

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

MEANING OF TERMS: 1.1 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.

1.2 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 12

Signature of 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.

4.0 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.

6.0 Care in Submission of Tenders:

(a) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the

Page 13: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 13

Signature of Tenderer / Contractor

tender forms are adequate and all inclusive to accord with the provisions in Clause-37 of IRS GCC 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 14

Signature of Tenderer / Contractor

10.0 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 15

Signature of Tenderer / Contractor

INSTRUCTIONS TO TENDERER AND CONDITIONS OF TENDER

1.0 TECHNICAL ELEGIBILITY 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 and 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 bridge work involving RCC/PSC

slabs/Girders/Boxes of individual span of minimum 60% of the maximum individual span involved in the tendered work including foundation”

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 fulfillment 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 16

Signature of 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.

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.

Page 17: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 17

Signature of Tenderer / Contractor

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 fulfill 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.

Page 18: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 18

Signature of Tenderer / Contractor

iv) During the currency of the contract, no partner of the firm shall be permitted to 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) In case of the tenderer be a retired Engineer of the gazetted rank or any other gazetted

officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pension able post or not, in the Engineering 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 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 department of the South Central Railway, the authority inviting tenders shall be informed of the fact

Page 19: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 19

Signature of Tenderer / Contractor

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 IRS 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 consent is a proprietary concern and he/she is a 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 HAVE TO PARTICIPATE IN WORKS TENDER TO THE

CONDITIONS OF ANNEXURE of tender document. JOINT VENTURE FIRMS requires to be submitted MEMORANDUM OF UNDERSTANDING along with tender as per ANNEXURE of tender document. J.V Firm, whose offer was accepted, only requires to be submitted 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. 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.

Page 20: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 20

Signature of Tenderer / Contractor

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 Administrative 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 a quote uniform percentage rate AT PAR/ BELOW/

ABOVE over the total value of Schedule A, B, C, D, E, F & G 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.

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: a) 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.

Page 21: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 21

Signature of Tenderer / Contractor

b) 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 conditions thereof in a manner not acceptable to the Chief Administrative Officer (Construction)/ Chief Engineer (Construction) / 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.

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

retained as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of 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.

d) 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”.

e) 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.

f) The tender must be accompanied with Earnest Money Deposit of Rs. 9,07,650/- as per

Para Nos. d) & e) above failing which, the tender will not be considered and will be summarily rejected.

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

will not be accepted.

h) 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.

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

be remitted.

j) Use of discharged instruments towards Earnest Money Deposit (EMD) of other tenders will not be accepted.

k) 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

Page 22: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 22

Signature of Tenderer / Contractor

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:

a) Tenderer(s) who are submitting down loaded from website Error! Hyperlink reference not valid.. Tender documents 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.

Whenever the tenderer wants to submit in the form of cash towards the cost of tender document 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.

b) Only the original printout of the tender documents down loaded from the Error! Hyperlink reference not valid. website must be submitted. Photo copies are not acceptable. Tenders submitted in photo copies of down loaded documents liable to be rejected.

c) 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.

Page 23: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 23

Signature of Tenderer / Contractor

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 address 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 25-02-2016 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 the Deputy Chief Engineer/ Construction/ S.C.Railway/ Vijayawada. The Boxes will be sealed at 11-00 AM on 25-02-2016 and will be opened at 11-30 AM on 25-02-2016 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 tenderer. The tenders sent by Registered Post/Courier should be addressed to Deputy Chief Engineer/ Construction/ General–I/ 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.

Page 24: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 24

Signature of Tenderer / Contractor

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 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.

24.1 The 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.

Page 25: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 25

Signature of Tenderer / Contractor

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.02/CAO/C/SC/2016, Dt. 18-01-2016 (Item No.02 ) opened on 25 - 02 -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 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 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.

27.0 The successful bidder shall have to submit a Performance Guarantee (PG) as per Special

Conditions of contract. 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 26: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 26

Signature of Tenderer / Contractor

Annexure-I

FORMAT FOR AFFIDIAVIT TO BE SUBMITTED BY TENDERER ALONGWITH

THE TENDER DOCUMENT

(To be executed in the 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.

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.

Page 27: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 27

Signature of Tenderer / Contractor

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 28: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 28

Signature of Tenderer / Contractor

Name of Work: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

Annexure-II

PROGRAMME OF MILESTONES

S. No.

Mile stone No.

Name of event (mile stone) Schedule (in days)

1 I Mobilization of materials, plant and machinery and preliminary arrangements

D+15

2 II Submission of design & drawings for open foundation, sub-structure , bed block etc., & approval by Railways

D+30

3 III Construction of open foundation for Br.nos. 43,50,53 , 59& 65 for piers & abutments & Br. No. 63 B

D1+90

4 IV Construction of piers and abutments for Br.nos. 43,50,53,59, & 65 and Construction of RCC Box for Br. No. 63 B.

D1+180

5 V Casting, Transportation & launching of PSC girders/Slabs for Br.nos. 43,50,53,59 & 65 and Construction of RCC Box for Br. No. 63 B.

D1+240

6 VI Embankment for approaches of the bridge D1+270

7 VII Provision of ballast protection walls, side /cross drains & other protective 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.

3) Part of the work may be required to be carried out across Irrigation Channels/canals. This work shall be executed in the scheduled short period as per Irrigation Channels/canals closing/ maintenance time.

Page 29: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 29

Signature of Tenderer / Contractor

NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

Annexure–III

DETAILS OF PERSONNELTO BE DEPLOYED ON WORK

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 30: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 30

Signature of 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.

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.

Page 31: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 31

Signature of Tenderer / Contractor

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

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 a Proprietary Concern and he/she is a 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.

Page 32: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 32

Signature of Tenderer / Contractor

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 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.

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. 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.

Page 33: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 33

Signature of Tenderer / Contractor

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 34: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 34

Signature of 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 _____ 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 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_______________ vide their Tender Notice No.________ dated _____. 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 35: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 35

Signature of 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 be submitted by the Joint Venture Firm as per tender conditions. All the guarantees

Page 36: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 36

Signature of Tenderer / Contractor

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 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.)

Page 37: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 37

Signature of Tenderer / Contractor

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 payments 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 modifications 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.

Page 38: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 38

Signature of Tenderer / Contractor

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.

Lead member. Member -2 Member-3.

Member-4. Member-5. WITNESS: (Name & Address) 1. 2. N O T A R Y

Page 39: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 39

Signature of 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 40: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 40

Signature of 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.

Page 41: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 41

Signature of Tenderer / Contractor

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 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:- 7.1 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.

Page 42: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 42

Signature of Tenderer / Contractor

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 / 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.

8.0 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 modifications 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 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.

11.0 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 43: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 43

Signature of Tenderer / Contractor

In witness whereof the parties hereto have hereunder set their respective hands and seals on this the __________ day of _________, 20 .

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

WITNESS: (Name & Address) 1. 2.

Page 44: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 44

Signature of 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 . . . . . . . . . . 2015. (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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 45

Signature of 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-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches 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 . . . . . . . . . .2015 . ……………………………… (Signature)

Page 46: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 46

Signature of 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 47

Signature of Tenderer / Contractor

Annexure – XI

NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

FORM 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 48

Signature of Tenderer / Contractor

Annexure–XII

Name of work: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

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.

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.

Page 49: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 49

Signature of Tenderer / Contractor

ANNEXURE - XIII

FORM OF BANK GUARANTEE BOND

To FA&CAO/Con/SC Railway Secunderabad 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 50

Signature of 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 _________2015 For _____________________________________

(indicate the name of Bank)

Page 51: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 51

Signature of Tenderer / Contractor

I.R.S. 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 IRS 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 52

Signature of 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/ SC.

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 Deputy Chief Project Manager/ 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,

Page 53: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 53

Signature of Tenderer / Contractor

electricity and water, etc., before quoting his rates. The extent of lead and lift involved in the execution of works and any difficulties involved in the execution of work should also be examined before formulating the rates for complete items of works described in the schedule. 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 54

Signature of 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. Indian Railway Standard General Conditions of 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 IRS 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 authorised 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 centerline 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 outside 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.

Page 55: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 55

Signature of Tenderer / Contractor

4.0 SITE FACILITIES: 4.1 The quoted rates would be deemed to include charges for any and all site 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 GCC 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 charge for the use of contractor for his field offices, 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 land should be handed over as vacant possession to the Railway within one month.

4.3 If sufficient land cannot be made available by the Railway to the contractor’s

requirements, 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.

Page 56: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 56

Signature of Tenderer / Contractor

iii) variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

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

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

Page 57: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 57

Signature of Tenderer / Contractor

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 procedure.

6.0 ADDITIONSL ITEMS: 6.1 IR USSR 2010 ITEMS:

If any other items of work involved in IR USSR 2010 of S.C.Railway are required to be carried out, they shall also be carried out and paid at the rate of At Par/Above/Below, as the case may be, the same percentage as accepted for the Schedule provided with Lumpsum provision for IRU SSR-2010 Items.

6.2 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 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 carefully 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

Page 58: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 58

Signature of Tenderer / Contractor

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.

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.

Page 59: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 59

Signature of Tenderer / Contractor

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

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 sites, specific instructions, wherever considered necessary, shall be issued

by the Engineer-in-charge. 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 · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 60

Signature of Tenderer / Contractor

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

8.7 No child labour, (below 18 years of age) will be allowed to work in any of the work under

this contract. 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 and 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 Explosive

and Blasting as enumerated in 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 whatsoever 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.

Page 61: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 61

Signature of Tenderer / Contractor

11.0 NIGHT WORK: 11.1 The Provision in clause-23 of IRS GCC should be noted regarding execution of the work

between the sun-set and-rise. If the Railway is however satisfied that the work is not likely to be completed in time except by resorting to night work, by special order the contractor should be required to carry out the work even at night without conferring any right to contractor for claiming for extra payment for introducing night work. Contractor shall provide adequate flood lighting arrangements for night working. Night working also shall be done to meet the tight targets.

12.0 WATER CHARGES: 12.1 The contractor should make his own arrangements for water required for the work. The

rates will be deemed to be inclusive of all such charges. The Railway will not arrange water for the execution of the works.

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.

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. Such materials will be made available to the Contractor at the Railway Stores Depot or at any other stations and the tenderer shall transport these materials at their cost to the site of work and they shall be returned 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).

Page 62: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 62

Signature of Tenderer / Contractor

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 GCC.

15.6 If due to any reason, the Railway is not in a position to make available the Railway 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 rack linking & dismantling will be arranged. Balance 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 suo-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. 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.

Page 63: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 63

Signature of Tenderer / Contractor

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: 17.1 The Railway will not supply from its own quota to the Contractor, controlled or imported

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 license 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 from the Government either from the Government stocks or purchase under arrangements made or permit, or license 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 license 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 SEIGNIORAGE 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 tender.

Page 64: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 64

Signature of Tenderer / Contractor

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 IRS GCC. 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 IRS GCC.

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 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.

Page 65: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 65

Signature of Tenderer / Contractor

19.0 TAXES: 19.1 The accepted rates should be deemed to include all taxes direct or indirect including

Income Tax leviable under Central/State or Local Bodies Act or Rules, Octroies, Tolls, Royalties, Seigniorages, Cess and similar imposts that may be prevailing from time to time in respect of land, structures 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. 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 thereto by the concerned State Govt. and submit certificate of Registration, issued from the Registering Officer of the concerned State Govt. (Labour Department). As per this act, the tenderer shall be levied a cess @ 1% of cost of construction work, which would be deducted from each bill.

Page 66: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 66

Signature of Tenderer / Contractor

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 ROYALITIES AND PATENT RIGHTS: 22.1 The contractor shall defray the cost of all royalties, fees and other payments in respect of

patents, patent rights and licenses which may be payable to patentee, license or other person or 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 its officers, servants, representatives against all claims, proceedings, damages, cost, charges, acceptance, loss and liability which they or any of them, may sustain, incur or be put to by reason or inconsequence of directly or indirectly or any such breach and against payment of any royalties, damages or other monies which the Railways may have to make to any person or paid in total to patent rights in respect of the users of any machine, instrument, process, articles, matters of thing constructed, manufactured, supplied or delivered by the contractors to his order under this contract.

23.0 DEPLOYMENT OF QUALIFIED ENGINEERS AT WORK SITE BY THE

CONTRACTOR: 23.1 In terms of provisions of new clause 26 A-1 to IRS GCC, the contractor shall also employ

following qualified Engineers during the execution of the allotted work. i) One qualified graduate Engineer when cost of work to be executed is Rs.200 lakh and above, and ii) 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 GCC, shall be liable to pay an amount of Rs. 40,000/- (Rupees forty thousand only) and Rs. 25,000/- (Rupees Twenty five thousand only) for each month or part thereof for the default period for the provision as contained in Para (i) & (ii) 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 thereof and the rules made there under by the Central Government in respect of all contract labour

Page 67: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 67

Signature of Tenderer / Contractor

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 License under the provisions of the said Act, Rules

made there under and the statutory modifications thereof 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 Section 20(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.

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 and the 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

Page 68: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 68

Signature of Tenderer / Contractor

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 GCC 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 IRS

GCC. 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 GCC. 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. 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 equipment available with the working

contractor which can be used in train accidents/natural calamities involved 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 concern officials of the Railway. However, only authorized official 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 P.G beyond 30 (thirty) days and up to 60 (sixty) days from the date of issue of LOA may be given by Railway. However a penal interest of 15% p.a. shall be charged for the delay beyond 30 (thirty) days, ie., from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite P.G even after 60 (sixty) days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against the contract. The failed contractor shall be debarred from participating in the retender for that work.

28.2 The successful bidder shall submit 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

Page 69: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 69

Signature of Tenderer / Contractor

(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.

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 up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

28.4 The value of Performance Guarantee to be submitted by the Contractor will not change

for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the Contractor.

28.5 The Performance Guarantee (PG) shall be released after physical completion of the work

based on the ‘Completion Certificate” issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit shall, however, be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

28.6 Whenever the contract is rescinded, the security deposit shall be forfeited and the

Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership Firm, then every member/ partner of such a firm shall be debarred from participating in the tender for the balance work in his / her individual capacity or as a partner of any other JV / Partnership Firm.

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 IRS GCC, the

Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

Page 70: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 70

Signature of Tenderer / Contractor

28.8 Acceptance of Bank Guarantees submitted by the contractors/suppliers:

i) The prescribed format for Bank Guarantees (BGs) to be accepted from the contractor is enclosed with the tender document at Annexure - XIII and it will be verified verbatim on receipt with original document.

ii) Bank Guarantee (BGs) to be submitted by Suppliers / Contractors should be sent

directly to the concerned authorities ie. Dy.CE/C or CAO/C office in favour of FA&CAO / Construction/ S.C.Railway / Secunderabad by the issuing bank under registered post with A.D.

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 crore and above, an Irrevocable Bank Guarantee can

also be accepted as a mode of Security deposit. 30.0 PRICE VARIATION CLAUSE:

Price variation clause shall be applicable only for contracts of value (contract agreement value) Rs.50 Lakh and more, irrespective of the contract completion period.

Applicability of PVC based on original contract value is illustrated as under: If the estimated value of a tender (N.I.T. value) is Rs.55.00 lakh; but the value of the

contract as per contract agreement is Rs.45 lakh, 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 contract. Thus, variation in quantities after signing of contract agreement is not relevant for deciding whether PVC is applicable to a contract or not.

Note: “Contract Agreement” in the above means “Original Contract Agreement” only.

Page 71: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 71

Signature of Tenderer / Contractor

30.1 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 cement, steel, labour, materials and fuel shall be determined in the manner prescribed below:

1) STEEL ITEMS: The amount of price variation for steel component in the contract shall be admissible is as

under: Ms = Q (Bs – Bso) Where, Ms = Amount of price variation in steel payable / recoverable Q = Weight of steel in tonnes supplied by the contractor as per the on account bill for

the month under consideration. Bs = SAIL's (Steel Authority of India Limited) ex-works price plus excise duty thereof

(in rupees per tonne) for relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.

Bso = SAIL's ex-works price plus excise duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

NOTE: i) Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL's ex-works price plus Excise Duty thereof are as under:

Sl. No.

Category of steel supplied in the Railway work

Category of steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determined price variation

1. Reinforcement bars and other rounds

TMT 8 mm IS 1786 Fe 415/Fe 500

2. All types and sizes of angles Angle 65 x 65 x 6mm IS 2062 E250A SK 3. All types and sizes of plates PM plates above 10-20 mm IS 2062 E250A Sk

4. All types and sizes of channels and joists

Channels 200 x 75 mm IS 2062 E250A Sk

5. Any other section of steel not covered in the above categories and excluding HTS

Average of price for the 3 categories covered under Sl.No.1,2, 3 above

Page 72: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 72

Signature of Tenderer / Contractor

ii) The prevailing ex-works/ex-plant base price of steel per tonne as available for the above categories of steel to be taken, as available on SAIL’s website www.sail.co.in for that month. In case there is no notification by SAIL for the month under consideration, the price of steel as notified in the last available month is to be taken.

2) CEMENT: For the component of cement in the contract the variation in prices shall be admissible is

as under: Mc = Rc x (Wc-Wco) / Wco Where, Mc = Amount of price variation for cement payable / recoverable. Rc = Gross value of cement supply items as per on account bill. Wco = Index No. of wholesale price of sub-group (cement and lime) as published in RBI

bulletin for the base period. Wc = Index No. of the wholesale price of sub-group (cement and lime) as published in

RBI bulletin for the first month of the quarter under consideration. 3) For component of bill other than cement and steel items. The revised weightage would be applied on the value arrived at after deducting the cost of

steel and cement from the total contract value i.e. the general price variation clause given below will be applicable on value Ro, Where, Ro = R – (Rs+Rc), 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).

Rs = Gross value of steel supply item / items as per on account bill. Rc = Gross value of cement item as per on account bill The following weightage will be applicable to the components of labour, material and fuel etc. a. Labour component (P) : 30% (Thirty percent) b. Material component (Q) : 25% (Twenty five percent) c. Fuel component (Z) : 15% (Fifteen percent) Total (P+Q+Z) : 70% (Seventy percent) d. The balance 30% (Thirty 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 as follows:

Mo = (L + M + U)

Page 73: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 73

Signature of Tenderer / Contractor

i) L = Ro x (I-Io) x 30 Io 100 ii) M = Ro x (W-Wo) x 25 Wo 100 iii) U = Ro x (F-Fo) x 15 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

The total price variation will be the summation component of Ms, Mc and Mo.

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 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

Page 74: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 74

Signature of Tenderer / Contractor

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. And also if any,

Specific payments, 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 GCC. 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 IRS GCC as the case may be.

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 GCC.

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 GCC.

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/-

Engineering Works Contractors

101 to 200 779/-

Page 75: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 75

Signature of Tenderer / Contractor

201 to 300 937/- 301 to 750 1082/- 751 to 1500 2176/- 1501 to 3000 4353/- 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.

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 suchcancellation; 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.

Page 76: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 76

Signature of Tenderer / 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 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 though 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.

Page 77: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 77

Signature of Tenderer / Contractor

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.

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

GCC, 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 handover 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-in-charge. 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 78: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 78

Signature of 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 registers 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 Earthwork 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 NOTICES 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, 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.

43.0 PROJECT MANAGEMENT AND SITE FACILITIES BY THE CONTRACTOR: 43.1 Contractor shall maintain following office/ site facilities at the Tunnel site/ other

locations for ensuring smooth and efficient communication and work execution. 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 officials and staff, as well as for officials supervising blasting operations. Contractor shall maintain round the clock electricity in site offices. Contractor shall maintain minimum one computer of approved configuration (one desktops/ laptops) with least one color laser printer-cum-fax machines 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.

Page 79: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 79

Signature of Tenderer / Contractor

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 configuration 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 conditions may attract a penalty upto Rs.50 thousand 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 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.

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 contractor’s interest concerning the works shall preferably be in writing.

Page 80: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 80

Signature of Tenderer / Contractor

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 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: 48.1 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 81: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 81

Signature of the Tenderer / Contractor  

SOUTH CENTRAL RAILWAY NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

PARTICULARS OF WORK: 1.0 SITE: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major

bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

2. GENERAL FEATURES: The following works are proposed to be executed under this contract.

2.1. Foundation & sub-structure : Open foundation, abutment , piers , bed blocks, bearings are as per contractor’s design and drawings and approved by Railway.

2.2. Super structure : Casting of PSC girders with deck slab with ballast retainer as per Contractors design & drawings and approved by Railway.

2.3 Casting of PSC slabs of 9.15m & 6.10m with ballast retainer for the nominated bridges , Transportation and launching as per Railways design & drawings.

2.4 Casting of RCC Box of Size of 3x5.00mx6.00m RCC Box as per contractor’s design and drawings and approved by Railway.

2.5. Formation in embankment to BG standards with Contractors Own Earth from outside the Railway limits duly compacting with mechanical roller of suitable capacity in layers at OMC as per RDSO specifications.

2.6. Bridge protective works, Construction of side drains, ballast wall on approaches.

2.7 Other miscellaneous works

2.7 The bridges list is as follows: Sl.No Br.No Chainage Span & Type Foundation 1 43 24978.00 1x 12.20m PSC I- Girder Open

foundations 2 50 28053.00 1x 12.20m PSC I- Girder Open

foundations

3 53 29149.00 1x 18.30m PSC I- Girder Open foundations

Page 82: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 82

Signature of the Tenderer / Contractor  

4 59 31316.00 1x6.10 m PSC Slab+2x12.20 m PSC I Girder +1x6.10 m PSC Slab

Open foundations

5 63B 33527.00 3x5.00x6.00m RCC Box Open foundations

6 65 34686.00 1x9.15 m PSC Slab Open foundations

NOTE: The Span for the above bridges is tentative and the same may vary as per technical considerations/site conditions as per approved drawings

3.0 Any other particulars required in connection with the above work can be perused in the

office of the Chief Administration Officer/ construction /S.C. Railway /Secunderabad.500371 or Deputy Chief Project Manager/ Construction/S.C. Railway /Secunderabad during working hours of any working day.

4.0 SPECIFICATIONS:

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 & materials – 2010. ii) Indian Railways Standard Concrete Bridge Code (Revised) 1997 read in conjunction

with Indian Standard Specifications mentioned therein. iii) Notes in Indian Railway Unified Standard Schedule of Rates, 2010. iv) Indian Railway’s Standard Bridge sub-structure code –1985 (Revised) corrected up

date. v) IS-456-2000 code of practice for plain and reinforced cement concrete. vi) All concrete works should be carried out according to specifications / conditions. vii) I.S.Code of practice for electric welding of mild steel structures. viii) I.R. Permanent Way, works and Bridge manuals. ix) Standard schedule of dimensions. x) The works shall be carried out to the relevant I.S codes of practice and other

specifications mentioned in plans. xi) The works shall be carried out as per latest Railway Specifications. xii) Indian Railway standard bridge substructure and foundations code-Code of practice

for the design of the sub-structure and foundation of bridges – 1985 (Hereinafter referred to as Sub-structure code) with up to date correction slips.

xiii) I.S.2062 Specifications for structural steel standard quality (1st revision). xiv) I.S.1392-1975 Criteria to Earthquakes resistant design of structures (3rd revision

1976). xv) Indian Road congress code for items not specifically covered by any code or

provision mentioned in these documents.

Page 83: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 83

Signature of the Tenderer / Contractor  

xvi) 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.

xvii) RDSO’s specifications for earth work in formation vide in formation vide GE:0014, GE-1 issued in July 2003 and GE-2 issued in Feb 2003.

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 Deputy Chief Project Manager/ Construction/S.C. Railway /Secunderabad 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 would be liable for termination under Clause-62 of I.R.S. GCC.

6.0 Mile stone programme.

S. No.

Mile stone No.

Name of event (mile stone) Schedule (in days)

1 I Mobilization of materials, plant and machinery and preliminary arrangements

D+15

2 II Submission of design & drawings for open foundation, sub-structure , bed block etc., & approval by Railways

D+30

3 III Construction of open foundation for Br.nos. 43,50,53 , 59& 65 for piers & abutments & Br. No. 63 B

D1+90

4 IV Construction of piers and abutments for Br.nos. 43,50,53,59, & 65 and Construction of RCC Box for Br. No. 63 B.

D1+180

5 V Casting, Transportation & launching of PSC girders/Slabs for Br.nos. 43,50,53,59 & 65 and Construction of RCC Box for Br. No. 63 B.

D1+240

Page 84: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 84

Signature of the Tenderer / Contractor  

6 VI Embankment for approaches of the bridge D1+270

7 VII Provision of ballast protection walls, side /cross drains & other protective 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.

3) Part of the work may be required to be carried out across Irrigation Channels/canals. This work shall be executed in the scheduled short period as per Irrigation Channels/canals closing/ maintenance time.

6.1 Extension of time of completion will be governed by Clause-17 of IRS GCC. However, while granting the extension of time under Clause-17 (B) of IRS 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 IRS GCC.

7.0 MAINTENANCE:

7.1 Earth work in formation of embankment and cutting shall be maintained as per IRU SSR 2010 para no: 1.1.3.1 read with clause no: 48 of IRS GCC.

7.2 All works should be maintained by the contractor for a period of 6(Six) months from the

certified date of completion of the whole work as covered by the contract. In the case of wood work, the maintenance period will be 12 Calender months. If any warping, cracks or any other defects develop during this period, the timber will have to be replaced at the Contractor’s cost to the satisfaction of the Engineer. 10% of the cost of the items of wood work involved will be retained as Security Deposit during maintenance period.

7.3 During the maintenance period, the Contractor shall bear the responsibility and be liable for

maintenance as envisaged in the clause No.47 of IRS GCC.

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.

Page 85: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 85

Signature of the Tenderer / Contractor  

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 specifications 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 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 guidelines 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

Page 86: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 86

Signature of the Tenderer / Contractor  

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))

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 within 15 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.

Page 87: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 87

Signature of the Tenderer / Contractor  

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 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) Cohesionless 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 testing adequate number of soil samples.

xv) The 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.

Page 88: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 88

Signature of the Tenderer / Contractor  

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: 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 the directions of Engineer- in – charge as per the directions of Engineer-in–charge will also 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 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 89: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 89

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 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) 1.1 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 sub grade/sub grade 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)

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.

Page 90: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 90

Signature of the Tenderer / Contractor  

Table-5: Grading Percentage of Blanket Material

Sl.No. 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 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:

Page 91: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 91

Signature of the Tenderer / Contractor  

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.

2.2 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 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

Page 92: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 92

Signature of the Tenderer / Contractor  

3.2.2 undrained cohesion (Cu) < 25 kPa, or

3.2.3 N-value (determined from Standard Penetration Test –SPT ) < 5, shall require Ground Improvement.

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 and surcharging, 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 Vibro-floatation,

3.2.3.6 lime pile, Injection/ lime slurry pressure injection/ion exchange, 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-A. 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, and

embankment fill are mandatory provisions to be adopted, as follows: i) Conventional blanket layer over formation sub-grade ii) Blanket layer over prepared sub grade layer (good/imported soil) Any of the two systems 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 sub grade 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 93: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 93  

Signature of the Tenderer / Contractor              

Table 6 - Specification and thickness of sub grade 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 Assurance Test

Page 94: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 94  

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. & for Lower Fill

Layers CBR > = 3) Compacted upto 97%

of MDD

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 95: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 95  

Signature of the Tenderer / Contractor              

2.Two Layer System (Blanket & Prepared Sub grade on Embankment Fill)

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)

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 96: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 96  

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

45 MPa

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

97% MDD

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 97: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 97  

Signature of the Tenderer / Contractor  

11. – Bar Diagrams Showing Formation Layers Thickness

Single Layer System

Blanket (Min. CBR – 25) Embankment Fill (Top Layer)

200

180

140

120

100

80

100 75

60

80 75

100

80

60

40 50 50 50

20

75 75

75 75

0 Soil Type Below Blanket

SQ1* SQ2 SQ3 SQ2 SQ3

SQ2 SQ3

Min. CBR of Top Layer of Embankment Fill

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 cases

25 T

* (For SQ1 soil, CBR > = 4 generally, but not < 3 in top 1 m. & for Lower

Fill Layers CBR > = 3)

30 T 32.5 T

Axle Load

Thic

knes

s (c

m)

Soils� Fines(<75 micron)�SQ 1� Fines >50%�

SQ 2�12% to50%�

SQ 3� <12%�

Page 98: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 98  

Signature of the Tenderer / Contractor  

Two Layer System (Blanket + Prepared Subgrade on Embankment Fill)

Blanket (Min. CBR – 25) Prepared Subgrade (of SQ2/SQ3 Soil)

200

180

160

140

120

45 30

60 60 45 45

100

80

60 100

40

100

100

100

100

100

20

0 Soil Type Below Blanket

SQ2 SQ3 SQ2 SQ3

SQ2 SQ3

Min. CBR of Prepared Subgrade

CBR ≥ 7 generally but not < 6 in isolated cases

CBR ≥ 7 generally but not < 6 in isolated cases

CBR ≥ 8 generally but not < 7 in isolated cases

25 T 30 T 32.5 T

Axle Load

Thic

knes

s (c

m)

Soils�Fines(<75micron)�SQ1�Fines>50%�

SQ2�12%to50%�

SQ3�<12%�

Page 99: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 99  

Signature of the Tenderer / Contractor  

5. OTHER IMPORTANT GUIDELINES : 5.1 EXISTING PROVISIONS OF BLANKET AND FORMATION ON

INDIAN RAILWAYS (Guidelines for Earthwork in Rly Project No. GE: G-1, July 2003)

Unsuitable Soils for Construction of formation layers: Soils to be normally avoided are: a) Organic clays, organic silts, peat, chalks, dispersive soils, poorly graded gravel

and sand with uniformity coefficient (Cu) less than 2, b) 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.

Page 100: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 100  

Signature of the Tenderer / Contractor  

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 geosynthetic 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 101: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 101  

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 are 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 undrained 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 undrained 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 2 m.

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 102: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 102  

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 of CBR)

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. 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.

Page 103: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 103  

Signature of the Tenderer / Contractor  

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 extension stem. 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 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.

Page 104: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 104  

Signature of the Tenderer / Contractor  

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:

Load Penetration Curve for a CBR Test

Page 105: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 105  

Signature of the Tenderer / Contractor  

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 as follows:-

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 106: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 106  

Signature of the Tenderer / Contractor  

Annexure-XVI

SPECIFICATIONS AND SPECIAL CONDITIONS FOR CONCRETING, READY MIXED CONCRETE & STEEL REINFORCEMENT 1.0. MATERIAL & IS CODES.

i) Concrete : 1S 456, IS 4926(Ready Mixed Concrete) ii) Cement : IS 12269 (53 grade OPC). iii) Aggregates : IS 383-1970. iv) Steel Reinforcement: IS 1786-1985 (grade Fe 415/ Fe 500)

2.0 CEMENT: Supply and usage of cement shall be as per the IRU standard specifications 2010.

2.1. The cement shall confirm to the specifications of ordinary port land cement as per the site requirement and as approved by the Engineer-in-charge.

2.2 In addition to confirming to IS specifications as detailed above, the contractor(s) Shall procure Cement from the reputed cement companies/ brands but not cement manufactured by minor cement plants. The make should be approved by the Railways.

2.3. The contractor should submit the bill of purchase of cement to the Railways for Verification and record. Contractor shall also submit a test certificate issued by the

manufacturer for standard properties of cement for verification & record. 2.4 Occasionally Cement has to be got tested at reputed private/Govt. laboratories ( or)

Engineering colleges as per the directions of Engineer-in-charge and submit the report. Charges for such tests shall be borne by the contractor.

2.5. Storage of cement: 2.5.1. The contractor shall make his own arrangements for storage of cement and other materials

and see that no damage takes place during storage. The storage of cement should confirm to standard height in a column to avoid damage during storage.

2.5.2. The Railway reserves the right to inspect the storage accommodation of the contractor and to reject in the event of any clotted cement is noticed or any other cement which is not suitable for usage of work and not confirming to the specifications and no compensation will be made for the loss if any sustained by contractor on this account. A ledger shall be maintained at site showing the quantities of cement procured, date wise consumption and balance available at site. These Ledgers are to be jointly signed by the JE/ SE/Works at site and contractor/his representative.

2.6. CONSUMPTION/USAGE OF CEMENT: 2.6.1. The contractor shall take all precaution for effective usage of cement between the period of

procurement and period of usage without losing any strength of cement. 2.6.2. The contractor shall ensure the consumption of cement specified under each item of work

correctly. No sub-standard work on this account shall be permitted. If for any item of work at any stage, the Railway finds that less consumption were effected, such item of work will be rejected and cost of removal of such items of work and re- doing the same shall be borne by the contractor. The decision of the Engineer in charge in this regard is final & binding on the contractor. No claims will be entertained on this account.

Page 107: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 107  

Signature of the Tenderer / Contractor  

2.7 PAYMENT FOR CONTRACTORS CEMENT: Payment for the supply of cement will be paid under relevant item of supply of cement

under relevant schedule. Payment for above item will be made on the basis of actual consumption in the item/as per approved design mix and no advance payment will be made on procurement of cement. No extra payment will be made for wastage.

3.0 AGGREGATES shall be as per the IRU standard specifications 2010: 3.1. Aggregate shall consist of naturally occurring stones, gravel & sand. They shall be hard,

strong, dense, durable, clear and free from injurious amounts of disintegrated pieces, alkali, vegetable matter and other deleterious substances.

3.2. Materials for concrete such as granite stone metal, sand, etc., should also be collected from outside Railways land and the Contractor shall pay all seigniorage charges.

3.3. Aggregate shall not contain any harmful material such as pyrites, coal, lignite, mica, shale or similar laminated material.

4.0. COARSE AGGREGATE shall be as per the IRU standard specifications 2010.

5.0. FINE AGGREGATE shall be as per the IRU standard specifications 2010.

5.1 Fine aggregate shall be of approved quality and Grading to IS 383, IS 456 & IS 1343standards. It shall be free from impurities &deleterious substances. The decision of Engineer in charge shall be final and binding on the contractor regarding the approval of the coarse and fine aggregate for concreting works. The contractor shall be required to carry out weighing and sieving aggregates, if directed by Engineer in charge and all costs shall be borne by the Contractor.

6.0 CONCRETE WORKS: shall be as per IRU Standard Specification-2010.

6.1 Supply of RMC i) “In case the total quantity of RCC/PSC/CC/MCC involved is significant (say 15,000 Cum

or more) the Contractor shall preferably set up his own RMC plant at site or shall make suitable exclusive arrangement close to the site to ensure high quality RMC supply”.

ii) “Use of RMC shall also be mandatory in the work where substantial quantity (say 500 Cum or more) of RCC/PSC/CC/MCC is involved and work site is located in Urban areas and RMC plants are readily available nearby”.

iii) “The specification for RMC shall confirm to IS 4926-2003 as well as IRU Standard Specifications, 2010”.

iv) “The RMC plant shall be inspected and approved by concerned Dy.CE/C. The accepted

rates of items of RCC/PSC/CC/MCC shall be deemed to be for RMC. Nothing extra will be payable for RMC in the Contract of work. However, if RMC is not feasible in certain isolated portion of work, then conventional concreting can be allowed by Engineer-in-charge in such isolated locations/portions with the same rates”.

Page 108: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 108  

Signature of the Tenderer / Contractor  

6.2 Concrete required for all works shall be machine mixed using weigh batches. Hand mixing

will not be permitted. The Contractor should keep vibrators of 25mm needle for jacketing work and 40mm needle for concrete work. Standby needles and vibrators should be kept. During the course of concrete work if vibrator is not working the work shall be stopped.

The materials proposed to be used for the work should pass tests/analysis as prescribed in relevant IS/ IRS codes & manuals. An approval given by the Railway in consequences of such tests or analysis shall limit or interfere with the absolute Right of the Railway to reject the whole or portions of such materials supplied which, in the judgment of the Railway do not comply with the specifications. The decision of the Railway in this regard shall be final and conclusive for all purposes.

6.3 The contractor shall prepare at his own cost, standard cubes of concrete at specified intervals during concreting operations under the supervision of the Engineer or his authorized representatives and submit the same to the Railway for testing and approval. Contractor should arrange equipment for testing of concrete cubes at site. Based on the discretion of Engineer –in –charge certain cubes shall be got tested reputed private/Govt. laboratories ( or) Engineering colleges as per the directions of Engineer- in – charge. Charges for such tests shall be borne by the agency.

6.4 While executing all concrete works below sub-soil water level the foundation pit must be

kept free of all seepage water by bailing or pumping or in any other manner. The rates adopted for concrete items below bed/ground level are inclusive of the charges.

6. 5 As this work is located in “Severe/Moderate” category of environment the minimum cementitious material content in concrete structures shall be as given below and the actual consumption of cement depends upon the requirement as per design mix.

Plain concrete -- 300/250 Kgs. Cement/Cum. -- Max. W/C ratio 0.50/0.50 R.C.C. -- 350/300 Kgs. Cement/Cum. -- Max. W/C ratio 0.45/0.45

NOTE: For under water concrete 10% extra cement should be added over and above the normal cement content of the concrete mix specified above. For SSR items the cement consumption shall be as specified in the USSR, 2010.

6.6 DESIGN MIX: Nominal mix concrete shall be permitted for concretes of M-20 and lower. For all other grades design mix concrete shall be used. All the concrete mixes richer than M-20 specified in the schedule of items for various works shall be designed by conducting tests on raw materials such as aggregate, sand and cement on strength criteria only. The contractor has to submit the design for design mix concrete from a recognized /approved laboratory/ reputed engineering colleges. Designing of concrete mix shall confirm to IS 10262.These design mixes will be approved by Engineer-in-charge before commencement of concrete works, only after conducting tests and sample test cubes cast as per design mix with the ingredients available at work spot and intended to be used in the works. Minimum and maximum cement content in the design must be as per Indian Railway concrete Bridge code, read along with all relevant correction slips issued up to date.

Page 109: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 109  

Signature of the Tenderer / Contractor  

6.7 All the concrete works shall be done only in the presence of the SSE/JE/Work. The

programme/ planning of the concrete works shall be submitted to XEN/AXEN well in advance so as to direct SSE/JE/Works for witnessing the same.

7.0 Curing shall be executed as per IRU Standard specification-2010 for IRUSSR-2010 items.

7.1 All concrete work in cement, mortar/plaster pointing etc., shall be continuously cured for the prescribed period as per direction of the Engineer. Curing shall be done by covering the newly laid concrete with gunny bags and keeping them wet constantly. If it is found that the contractor is not properly observing these instructions, the Engineer may undertake the curing through another Agency/labour without any notice to the Contractor at the cost of the contractor. The cost incurred along with incidental charges @ 2% and along with supervision charges 12.5% of the cost will be debited to the Contractor. Intimation of the employment of another agency, for curing will be given to the Contractor as soon as possible. This intimation in writing to the Contractor under the head of the Engineer-in-charge of the work shall be conclusive evidence of the employment of another agency.

8.0 STONE AGGREGATE shall be executed as per IRU Standard specification-2010 for IRUSSR-2010 items. Lime stone, quartz and shale are not acceptable for concrete or masonry work. The contractor will have to use hard granite/ basalt stone aggregate for RCC, PSC works and other concrete items and quote the rates accordingly. Occasionally aggregate has to be got tested at reputed private/Govt. laboratories ( or) Engineering colleges as per the directions of Engineer-in-charge for chloride, Sulphates, abrasion, impact value and water absorption and submit the report. Charges for such tests shall be borne by the contractor. The tests are to be conducted at every stage of change in quarry besides occasional tests as ordered by the engineer or his representative.

9.0 USE OF SAND COLLECTED FROM THE WATER COURSES WITHIN THE RAILWAY LAND:

If the sand available in the river bed water course with in the Railway land, and if it is found suitable for the works, the contractor can collect the sand from the area within the Railway boundary and utilize the same for the works. The Railway will not levy any charges for sand so collected for the work within the Railway boundary. However, seigniorages charges if any payable to state or local authorities shall be borne by the Contractor. The tenderer shall take these aspects in to account while quoting the rates. The location of the borrow pits for collection of sand within the Railway area should be approved by Engineer-in-charge.

10.0 SHUTTERING ARRANGMENTS shall be executed as per IRU Standard

specification-2010 for IRUSSR-2010 items. 11.0 SUPPLY, FABRICATION AND ERECTION OF STEEL WORK shall be executed

as per IRU Standard specification-2010.

Page 110: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 110  

Signature of the Tenderer / Contractor  

11.1 For works the contractor is required to use own steel for reinforcement. Payment for supply of reinforcement steel in MCC / RCC/PSC items will be made under respective Schedule.

11.2 The Contractor is required to safeguard the steel and use the same on the work in accordance with the actual requirement as approved by the Engineer and as may be indicated in the relevant drawings or specifications. Short length of rods should also be utilized to the extent possible by the lapping joints.

11.3 The Railway reserves the right to inspect the storage yard of the contractor, where the steel

materials are stored and take samples wherever considered necessary, got them tested by agency for Physical & Mechanical properties, chemical composition as directed by the Engineer-in-charge at reputed private/Govt. laboratories ( or) Engineering colleges as per the directions of Engineer- in – charge and submit the report. Charges for such tests shall be borne by the contractor. If the steel is found to be not confirming to relevant IS 1786 and IS: 2062 provisions, the entire steel lot represented by the tested sample will be rejected. The contractor shall not use any such reinforcement & will lift them from site at his own expenses. The contractor cannot claim in such an event any losses, damages, expenditure incurred by him and Railway shall not entertain any claim on this account.

11.4 The payment for the steel reinforcement will be made on bar bending schedule and the

quantity shall be arrived by converting the lengths into weight based on sectional weight. While working out the quantity consumed, the overlaps, hooks, bends, chains will be taken into account. If there is any wastage, it shall be to the contractor’s account. The item for placement of reinforcement steel is provided with cost of binding wire.

a) Supply and placement of reinforcement steel and supply, fabrication and erection of structural steel shall be as per IRU Standard speicifications-2010.

b) All Reinforcement Steel (TMT Bars) and Structural Steel shall be procured as per specifications mentioned in BIS’s documents – IS: 1786 and IS: 2062 respectively. Independent tests shall be conducted, wherever required, to ensure that the materials procured conform to the specifications. The Contractor shall submit a bill copy along with manufacturer’s test certificate at the time of supply of material.

c) These steel shall be procured only from those firms, which are Established, Reliable, Indigenous & Primary Producers of Steel, having Integrated Steel Plants (ISP), using iron ore as the basic raw material and having in-house iron rolling facilities, followed by production of liquid steel and crude steel, as per Ministry of Steels guidelines.

d) However, only certain isolated sections of structural steel, not being rolled by ISPs, can be

procured from the authorized re-rollers of ISPs or authorized licensee of BIS having traceability system and who use billets produced by ISPs. The traceability of the material shall be ensured by an officer authorized by the concerned CE/C on case to case basis for this purpose.

Page 111: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 111  

Signature of the Tenderer / Contractor  

Annexure–XVII

LIST OF EQUIPMENTS 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 location as instructed by the Engineer-in-charge in Railway premises with following facilities:

S.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, 212 mic, 75 mic. 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 -

Electrical-cum-hand operated with single pressure gauge 1 No.

6. Slump cone test apparatus with tamping rod 2 Nos. 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 OS, MS office & MS Project

1 No.

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

Page 112: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 112  

Signature of the Tenderer / Contractor  

NOTE: 1. 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.

2. 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 basis is.

Page 113: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 113  

Signature of the Tenderer / Contractor  

Annexure–XVIII

SPECIAL CONDITIONS FOR SUBMISSION OF DETAILED DESIGNS AND DRAWINGS INCLUDING PROOF CHECKING.

1 The Detailed design and drawings prepared by the reputed consultants in Structural

Engineering should be submitted duly proof checked by IITs/ NIT / Government College of Engineering / Deemed Universities. All the firms / institutions making Design / Proof check shall follow the conditions given below :

The Scope of Work for the Design Consultants:

1. Design of and preparation of working drawings for:

a. Box culverts with or without box pushing technique

b. Substructure of Railway/Highway bridges

c. Superstructure of Steel, PSC, RCC & Composite construction (Rail/Road),

d. Important station, residential and industrial buildings.

All the above works should be done in consultation with officers of South Central Railway, incorporating all relevant codal provisions, safety requirements for safe and economic design of bridges and buildings with proper specifications for various works and construction methodology, temporary works and preparation of relevant working drawings, including discussions at Secunderabad, site or any other location.

2. All the designs, drawings, schemes & methodology shall be scrutinized and certified by the authorized and competent design engineer/s as per applicable latest codal provisions and relevant specifications and include:

a. Submission of designs and drawings may be required in stages.

b. Conduct Design Alternatives on the conceptual design provided in the contract package using principles for cost-effective designs. The conceptual design can be a General Arrangement Drawing showing the tentative layout or any other document presented by the Railway.

c. Perform detailed designs of structures (Superstructure, substructure, foundation, expansion joints, bearings & Seismic restrainers etc.) considering all load combinations including earthquake, wind, erection and other loads, as per prevailing IR/IRC/BIS and other Codes.

Page 114: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 114  

Signature of the Tenderer / Contractor  

d. Various codes and manuals in order of preference: The List of various codes and manuals to be adopted for the design shall be as provided it the drawings given and provisions in the contract agreement for the particular work. Wherever such codal provisions are not available, DDC shall use sound engineering practices and provide the complete logic for using the practice.

e. Prepare the detailed design document which can be easily understood by the approving authority i.e. the Railway. For this purpose, the design shall be comprehensive with full sequence of the steps with design formulae used and relevant codal provisions brought out.

f. Manage the design task for cost, schedule and performance compliance.

g. Incorporate and co-ordinate changes in design due to system wide interfacing.

h. Incorporate changes in design resulting from the Railway’s/approved proof consultant’s design reviews.

i. Plan, design, detail, control, co-ordinate, and execute the design phase of the Works for production of drawings, documents and reports to meet the key schedule date included in the Agreement and as directed by the Railway.

j. Prepare and submit a Design Quality Control Plan to the Railway, wherever required, for approval;

k. Maintain a Quality Control activity and an effective internal procedure for checking the accuracy of Work and assuring compliance with contract requirements;

l. Attend all meetings and prepare reports, notes and other documents of whatever nature required during the course of the work;

m. Proof checking of designs and drawings shall be done by the Railway or any person/entity so authorised by the Railway.

n. Maintain a qualified design and drafting team for engineering services to prepare bar bending schedules, shop and working drawings for the Works for compliance with the design requirements and contract documents; to prepare supplemental reports, calculations, recommendations, etc. or modify existing drawings as necessary to incorporate system wise requirements and unforeseen conditions

o. Providing solutions to the various problems during construction raised by the field engineers

3. The various details to be given in general for each type of design include, but are not limited to, the following:

Page 115: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 115  

Signature of the Tenderer / Contractor  

a. Details to be given in Steel design for bridges: i. Detailed design booklet and soft copy of design as per conditions of

contract

ii. Detailed drawing for each joint, bearing etc

iii. General arrangement drawing and Detailed drawing for compression or tension members and bracings

iv. Fabrication drawings; temporary arrangement drawings and execution drawings, where required.

v. Details of Shear Connectors And RCC Slab in case of Composite construction

vi. Details for load testing, where involved

vii. Detailed drawing for foundation and sub-structure, where design of sub-structure is involved

b. PSC design and RCC design for bridges: i. Super- structure design for all components- booklet and soft copy of

calculations as per contract conditions

ii. Super- stricture general arrangement- drawing

iii. Details of bearing s- drawing

iv. Details of cable profile& prestressing details-drawing

v. Reinforcement details of deck slab-drawling.

vi. Reinforcement details of girder and diaphragm –drawing along with bar bending schedule.

vii. Detailed drawing for foundation and sub-structure, where design of sub-structure is involved

viii. Design and detailed drawing for load test.

c. Details to be given in Steel design for industrial buildings and other structures:

i. Detailed design booklet and soft copy of design as per conditions of contract

ii. Detailed drawing for each joint, support etc

iii. General arrangement drawing and Detailed drawing for compression or tension members and bracings

iv. Fabrication drawings and execution drawings, where required.

v. Detailed drawings for foundations

Page 116: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 116  

Signature of the Tenderer / Contractor  

d. Details to be given in RCC design for buildings: i. Detailed design booklet and soft copy of design

ii. Foundation, columns arrangement drawing

Beams, slabs and column drawings along with reinforcement details and bar bending schedule.

Staircase and/ or lift well drawing, where involved.

Any other relevant design/drawing required for all the above structures.

4. The design/drawing shall be submitted within 20days after design task is assigned and within 10days after correction is suggested by railway/authorised proof check consultant.

5. Attending the meetings with South Central Railway officers and Proof check Consultant at Secunderabad as and when required as per the decision of Engineer in Charge in connection with the above work. Liaison with the proof check consultant for expeditious finalization of the designs and drawings.

The scope of work for Proof Checking includes the following: 2.1 Proof checking of designs and drawings, in consultation with officers of South

Central Railway, for incorporation of all relevant codal provisions, safety requirements for safe and economic design of bridges and buildings with proper specifications for various works and construction methodology including discussions at Secunderabad, or any other location as required on item rate basis as per the schedule of items given.

2.2. Proof checking involves checking of all designs and working drawings prepared

by the design consultant of the required structure for substructure and superstructure, construction scheme and methodology, temporary works etc and submitting consolidated reports regarding the correctness and acceptability of the design, expert comments with relevant copies of codal provisions, specifications etc complete. All the design reports, drawings, schemes & methodology shall be scrutinized and certified by the authorized and competent design engineer/s as per applicable codal provisions and relevant specifications. Designs and drawings may be required to be proof checked in stages as and when submitted by Design Consultant.

2.3. The proof check consultant is required to check the design submitted by the

Design Consultant for the steel, PSC, RCC & composite bridges and other structures. A comparison statement bringing out the design details carried out by Design Consultant shall be submitted along with the report .Any design criteria given by the Railways shall be considered in this regard.

Page 117: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 117  

Signature of the Tenderer / Contractor  

2.4 Attending the meetings with South Central Railway officers and Design Consultant at Secunderabad as and when required as per the decision of Engineer in Charge in connection with the above work. Liaison with the design consultant for expeditious finalization of the designs and drawings.

2.5 The proof check of the designs, drawings & schemes above, has to be completed within 15 days from the day of handing over of the design papers. Initial report shall be submitted within 7 days and final report within 15 days. The report shall be complete, bringing out all details, procedure, checks, codal provisions compliance, with proper recommendations for approval by the Railway. A soft copy of the same shall also be submitted.

3.0 Design Criteria for bridges and buildings:

3.1 Where standard designs for the super-structure are available, the same shall be followed for the work. The availability/ non-availability of the standard drawings shall be got confirmed by the contractor, in writing from the Railway. Any designs shall be submitted by the Contractor only after a written instruction/ confirmation to this effect, that the designs are not available, from the in-charge Dy.CE/Construction of the work. In the absence of the above, the contractor shall have no claim against such designs/drawings submitted.

3.2 The designs and drawings, where required, are to be got done by Design Consultant and then proof checked as per the latest instructions. The design shall satisfy all the safety and serviceability conditions under various stages of loading. Where the codes provide for Limit state method of design, the same shall be followed. The designs and drawings shall be made according to the conditions and relevant codes mentioned in the General Arrangement Drawings supplied by the railway for the work. Where any relevant code is not mentioned in the General Arrangement Drawings, the designs and drawings shall confirm to the codes and specifications mentioned hereunder for various types of structures. Where any provision in General Arrangement Drawings differs from that in the codes mentioned hereunder, the former shall prevail.

3.3 Scope of design

3.3.1 Bridges – super-structure: It involves design of Railway and Highway bridges as the case may be, with reference to relevant codes referred. The scope of design of super-structure of a bridge includes the structural Analysis & Designs of Super structure including Bearings with pedestals, expansion joints, crash barriers (in case of ROBs), shear connectors (in case if composite girders), erection scheme, temporary arrangements, load test etc. Where designs/drawings are already available for superstructure, contractor can follow the same. In case of non-standard design, super-structure design shall be got done by an approved Design Consultant.

Page 118: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 118  

Signature of the Tenderer / Contractor  

3.3.2 Bridges – sub-structure: The design of sub-structure of a bridge includes that of Foundations including load test where required, Piers/Abutments, trestle beams and bed blocks and any temporary arrangements. Where standard designs and drawings are available with Railway for the super-structure, design for the substructure needs to be done considering the super-structure drawings.

3.3.3 RCC structures: The scope of design includes residential building, office and other buildings, water tanks and other structures and includes the structural analysis and Design of all the elements of the structure.

3.3.4 Steel structures: The scope of design includes Industrial buildings like workshops, Platform shelters, water tanks and other structures and includes the structural analysis and Design of all the elements of the structure.

4.0 The design considerations: 4.1 Railway bridges and RUBs: Unless otherwise mentioned, the bridges carrying

Railway loading shall be designed for 25Ton/ 32.5Ton loading standard as per the Indian Railway Bridge Rules and & other relevant codes and as mentioned in the General Arrangement drawing.

4.2 Highway bridges (ROBs): Unless otherwise mentioned, the bridges carrying Highway loading shall be designed for Class A/70R loading as per IRC–6: Standard specifications and Code of practice for Road Bridges - Section-II – Loads & stresses and other relevant codes.

4.3 Buildings - RCC: These shall be designed as per IS-456 -2000 and loading standards of IS-875 and other relevant codes.

4.4 Buildings and other structures- Steel: These shall be designed as per IS-800-2007 and loading standards of IS-875 and other relevant codes.

4.5 For the all codes and specifications mentioned above, reference shall be made only to latest editions of codes with upto date correction slips.

5.0 Earth quake, wind and other loads:

5.1 The design shall cater for the earthquake, wind, erection and other loads as per the relevant codal provisions. Any additional loads specially given shall also be considered.

6.0 Design and detailing:

6.1 The design calculations shall be self explanatory giving the relevant formulae, references to latest standard codes and clauses. Non-standard references and assumptions will not be accepted. Where codes provide for SI units, the same shall be used in the calculations. Where codes provide for SI units, the same shall be used in the design.

Page 119: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 119  

Signature of the Tenderer / Contractor  

6.2 In case of structures with concrete, the complete reinforcement details including bar bending schedule and quantities of steel of various categories/dimensions shall be given, along with the other working drawings. In the case of structures with steel the fabrication and connection drawings shall also be given.

6.3 Computerized analysis using software like Staad Pro shall be made. Where required (like in skew bridges), 2D/3D analysis shall be made.

6.4 Two copies of the designs and drawings along with a soft copy shall be submitted to the Railway, which will be proof checked by the Railway or its nominee. The design consultant shall attend the office, when called upon, for any clarifications required by the Railway. Any deficiencies noticed and corrections advised shall be made good and resubmitted for final approval. After the final approval, one copy of the final detailed design and the detailed drawings on tracing paper shall be submitted to the Railway for final approval.

6.5 The designs and drawings shall be signed along with name and stamp of the designer, proof checker.

6.6 The designs and drawings submitted shall remain the property of the Railway and Railway shall have full rights over them.

6.7 The contractor/ Design consultant shall attend the office of the Chief Administrative Officer/Construction/Secunderabad whenever called for any clarifications regarding the Designs/Drawing submitted.

7.0 CODES AND SPECIFICATION: The following codes and specifications shall apply for the various types of

designs and drawings: 1. South Central Railway Engineering Department General conditions of

contract and instructions to tenderers and Standard Form of Contract, 2. South Central Railway Engineering Department I R U Standard

Specifications for material and works, 2010 with errata and correction slip up to date.

3. I.R.S. Code of practice for plain concrete construction, 1982. 4. I.R.S. Code of practice for electric welding of mild steel structures. 5. Indian Railway Code of Practice of Plain/Reinforced and prestressed

concrete for general/bridge construction (Concrete bridge Code adopted in 1936 revised in 1962 and May, 1982 latest revision and all latest correction slips) including supplemental measures as incorporated in Correction Slip No. 20 dated 20.3.89.

6. Indian Railway Bridge Rules, specifying the loads for Design of Superstructure and substructure of Bridge including chapter-VII for the rule for the opening of Railway adopted in 1941 – Revised - August, 1982 incorporating up-to-date corrections slips including RDSO letter No. CSB/PBR/RCS, dated 31/12/87 (herein after referred to as the bridge rules).

Page 120: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 120  

Signature of the Tenderer / Contractor  

7. Indian Railway Standard (IRS) Bridge sub-structure and foundations code - code of practice for the design of the substructure and foundation of Bridges adopted 1936 – Revised – 1985 (Hereinafter referred to as “Substructure Code”) – with up to date correction slip.

8. Indian Railways Schedule of dimensions for Broad Gauge. 9. IRS: Welded Bridge Code for steel bridge girders, 2001. 10. IRS: Fabrication and Erection of Steel Girder Bridges & Locomotive

Turn Tables. (B1-2001) 11. IRS: Erection and Riveting of Bridge Girders (B2-1979) 12. IRS: Specification for Steel Bridge code Revised 1962 13. Indian Railways Bridge Manual, 1998 14. Indian Railways P. Way Manual. 15. Indian Railways Works Manual.

INDIAN ROADS CONGRESS CODES AND SPECIFICATIONS. 1. IRC-5: Standard specifications and Code of practice for Road Bridges

- Section-I – General features of design. 2. IRC–6: Standard specifications and Code of practice for Road Bridges

- Section-II – Loads & stresses. 3. IRC–18: Design Criteria for Prestressed Concrete Road Bridges (Post-

Tensioned Concrete) (Third Revision) 4. IRC–21: Standard specifications and Code of practice for Road Bridges

- Section-III - Cement concrete (Plain & reinforced) 5. IRC–22: Standard Specifications and Code of Practice for Road

Bridges, Section VI – Composite Construction (First Revision) 6. IRC–24: Standard specifications and Code of practice for Road Bridges

- Section-V- Steel Road Bridges. 7. IRC–83: Bearings for bridges. 8. IRC-78: Road Bridges. 9. IRC–87: Design and erection of false work for road bridges.

INDIAN STANDARDS CODES & SPECIFICATIONS:

1. IS: 34 – White lead for paints. 2. IS: 57 – Red lead for paints and other purposes 3. IS: 75 – Linseed oil, raw and refined 4. IS: 77 – Linseed oil, boiled for paints 5. IS: 102 – Ready mixed paints, brushing, red lead, non-settling, priming 6. IS: 104 – Ready mixed paint, brushing, zinc chrome, priming 7. IS: 123 – Ready mixed paints, brushing, finishing, semi-gloss, for

general purposes to Indian Colours etc.

Page 121: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 121  

Signature of the Tenderer / Contractor  

8. IS: 280 – Mild steel wire for general engineering purposes 9. IS: 383 – Coarse and fine aggregates from natural sources for concrete 10. IS: 456 – Plain and reinforced concrete 11. IS: 487 – Brush, paint and varnish 12. IS: 516 – Method of test for strength of concrete 13. IS: 786 – Conversion factors and conversion tables 14. IS: 800 – General construction in steel 15. IS: 814 – Covered electrodes for manual metal arc welding 16. IS: 816 – Metal arc welding for general construction in mild steel 17. IS: 817 – Training and testing of metal arc welders 18. IS: 819 – Resistance spot welding for light assemblies in mild steel 19. IS: 875 (all 5 parts) – design loads (other than earthquakes) for

buildings and structures 20. IS: 883 – Design of structural timber in buildings 21. IS: 887 – Animal tallow 22. IS: 1024 – Welding in bridges and structures subject to dynamic

loading 23. IS: 1030 – Carbon steel castings for general engineering purposes 24. IS: 1148 – Hot rolled rivet bars ( up to 40mm dia) for structural

purposes 25. IS: 1149 – High tensile steel rivet bars for structural purposes 26. IS: 1182 – Radiographic examination of butt joints in steel plates 27. IS: 1200 (all relevant parts) – Method of measurement of building and

civil engineering works 28. IS: 1261 - Seam welding in mild steel 29. IS: 1270 – Metric steel tape measure 30. IS: 1323 - Oxy-acetylene welding for structural work in mild steel 31. IS: 1363 (all 3 parts) – Hexagon head bolts, screws and nuts of product

grade C 32. IS: 1367 (all 20 parts) – Threaded steel fasteners 33. IS: 1786 - High strength deformed steel bars & wires for concrete

reinforcement 34. IS: 1791 – Batch type concrete mixers 35. IS: 1852 - Rolling and cutting tolerances for hot rolled steel products 36. IS: 1892 – Subsurface investigations for foundations 37. IS: 1893 : 1984, 2002 – Earthquake resistant design of structures 38. IS: 1929 – Hot forged steel rivets for hot closing (12 to 36 mm dia) 39. IS: 2004 – Carbon steel forgings for general engineering purposes

Page 122: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 122  

Signature of the Tenderer / Contractor  

40. IS: 2062 – Steel for general structural purposes 41. IS: 2074 - Ready mixed paint, air drying, red oxide-zinc chrome,

priming 42. IS: 2131 – Standard penetration test for soils 43. IS: 2132 – Thin walled tube sampling of soils 44. IS: 2339 – Aluminum paints for general purposes, in dual container 45. IS: 2386 (all 8 parts) – Tests for aggregates for concrete 46. IS: 2595 – Radiographic testing 47. IS: 2629 - Hot Dip Galvanize 48. IS: 2633 – Methods of testing Uniformity of coating 49. IS: 2720 (all 41 parts) – Method of tests for soils 50. IS: 2911 – Design and construction of pile foundation (all 4 parts) 51. IS: 3025 (all 49 parts) – Methods of sampling and test for water and

waste water 52. IS: 3085 – Method of test for permeability of cement mortar and

concrete 53. IS: 3370 – concrete structures for storage of liquids. 54. IS: 3400 (all 22 parts) – Methods of tests for vulcanized rubbers 55. IS: 3502 – Steel Chequered Plates 56. IS: 3757 – High strength structural bolts 57. IS: 3764 – Safety code for excavation work. 58. IS: 3935 – Composite Construction 59. IS: 3955 – Design and construction of well foundations 60. IS: 4000 – High strength bolts in steel structures – code of practice 61. IS: 4031 (all 15 parts)– Physical tests for hydraulic cement 62. IS: 4081 – Safety code for blasting and related drilling operations 63. IS: 4326 – Earthquake resistant design and construction of buildings 64. IS: 4634 – Methods of testing performance of batch type concrete

mixers 65. IS: 4736 –1986.Galvanising of Mild Steel 66. IS: 4759 – 1968 Hot Dip Zinc coating on structure and other allied

structures 67. IS: 4991-1968 – Blast Resistance of design of structure for explosions

above ground 68. IS: 5513 – Vicat apparatus 69. IS: 5515 – Compaction factor apparatus 70. IS: 5624 – Foundation bolts 71. IS: 5666 – Etch primer

Page 123: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 123  

Signature of the Tenderer / Contractor  

72. IS: 6586 – Metal spraying for protection of iron steel 73. IS: 6639 – Hexagonal bolts for steel structures 74. IS: 6745 – Determination of mass of zinc coating on zinc coated iron

/steel article 75. IS: 6925 – Methods of test for determination of water soluble chlorides

in concrete admixtures 76. IS: 7205 – Safety code for erection of structural steel work 77. IS: 7215 – Tolerances for fabrication of steel structures 78. IS: 7293 – Safety code for working with construction machinery 79. IS: 7320 – Concrete slump test apparatus 80. IS: 8112 – 43 Grade OPC 81. IS: 8500 – Structural steel – Micro alloyed (Medium and high strength

qualities) 82. IS: 8629 – Protection of iron and steel structures form atmospheric

corrosion 83. IS: 9103 – Admixtures for concrete 84. IS: 9595 – Metal Arc Welding

85. IS: 10080 – Vibration machine for casting standard cement mortar

cubes 86. IS: 10262 – Concrete mix design 87. IS: 13920 – Ductile detailing of reinforced concrete structures

subjected to seismic forces 88. IS: 14268 – Uncoated stress relieved low relaxation seven-ply strand

for pre-stressed concrete specification. 89. SP 6, 7,16, 21, 22, 23, 24, 34, 36, 52, 60

INTERNATIONAL CODES:

1. UIC-772R: Bearings of rail bridges. 2. UIC-776-2R Bridges for high and very high speed. 3. UIC-778-1-R Recommendations for consideration of fatigue in the

design of steel bridges. 4. BS : 8081 : 1989 Code of practice for ground anchorages (or latest

edition) 5. BS-5400 (all parts). 6. Other relevant UIC and BS Codes for bridges and Structures.

Page 124: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 124  

Signature of the Tenderer / Contractor  

7.1 The design shall be carried out in terms of specifications/codes of the latest editions of IRS (Indian Railway Standards) including RDSO (Research Design Standard Organization) Guidelines, Engineering codes and other South Central Railway Specifications; IRC (Indian Road Congress), BIS and UIC (Bureau of Indian Standards) where specifically not mentioned in the General Arrangement Drawing. 7.2 The priority of the Codes and Specifications to be followed for Railway bridges

shall be IRS, IRC, UIC, IS and other International specifications. In case of contradictory specifications, the specifications given in the IRS code shall be prime governing. For Road bridges, IRC specifications and for building works IS specifications shall govern first, followed by other specifications where referred or required.

NOTE:

a. Latest edition including correction slips up to the time of submission of the tender/ negotiated rates for acceptance, shall govern.

b. Codes indicated above are by no means not exhaustive. All IS, UIC, IRC and IRS codes pertaining to the work shall be applicable.

c. Omissions, errors if any shall be exempted. d. All relevant codes and as directed by Engineer-in-charge shall be made

available by the consultant at any time at his own cost. Authorized representative of Railway shall have free use of any of the codes.

e. Among the International Codes, UIC will hold precedence, followed by other codes such as BS Codes, and Other relevant codes.

8.0 SUBMISSION OF DETAILED DESIGN AND DRAWING FOR APPROVAL

a) After award of the tender the contractor shall submit the detailed design calculations in 3 copies along with the drawings for Railway Administrative approval within a period of 30 days after issue of the acceptance letter.

b) It shall be responsibility of the successful tenderer(s) to ensure continued attendance and assistance of his design Engineer’s representative and get the design and drawings approved by the Chief Administrative Officer / Construction / S.C.Railway / Secunderabad.

c) After the designs and drawings have been approved the contractor is required to submit 6 copies of approved design. The original being typed on electronic typewriting machine on bond paper, the report being bound suitably and super scribed detail design calculations for the proposed span The format being as decided and approved by Engineer-in-charge. The final design report shall be comprehensive text giving all the detailed design calculations, brief theory for the basis of design etc., as directed by Engineering-in-charge. The contractor shall also submit approved detail drawings on re-producible ( tracing / polythene film ) media to the full drawing sheet A0 size as well as 4 sets of drawings reduced to size using the standard reductions procedure.

d) The cost of above items (a) to (c) will be deemed to have been included in Schedules and the percentage quoted by the tenderer is deemed to be inclusive of these elements and

Page 125: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 125  

Signature of the Tenderer / Contractor  

nothing extra is payable, including revision of design and drawings if so required by the Railway before giving approval.

9.0 DESIGN AND DRAWINGS OF TEMPORARY ARRANGEMENTS.

a) The successful tenderer is also required to elaborate details of the method of construction. He shall be required to give along with detail designs at each stage the calculations for stresses and displacements at various constructions stages. These shall also be got approved from S.C. Railway and shall form part of the reports as above. Nothing extra is payable for above and the cost of the same shall be deemed to have been included in the rates quoted for the various items of work.

b) The Contractor shall ensure timely and regular attendance of his consultant for discussionand checking of the detailed design calculations in the office of the Chief AdministrativeOfficer, Construction, S. C. Railway, Secunderabad. All the corrections as required are to be done in the design and drawings as directed by the Chief Administrative Officer,Construction, S. C. Railway, Secunderabad shall be carried out promptly and thenecessary corrected designs and drawings resubmitted within 7 days.

c) The design and drawings after approval shall be the property of the S.C. Railway and S.C. Railway shall have exclusive right to use and reuse it elsewhere. The contractor shall have no claims whatsoever in this regard.

d) In case computer programmes are used for analysis and design of the bridge structure, the same shall be used so as to give a format of out put as would be for manual calculations copy of the computer programme shall be supplied. Design calculations shall, in such a case be validated by sample manual calculations to the satisfaction of the Chief Administrative Officer/ Construction / S.C. Railway / Secunderabad. Otherwise the entire calculations shall have to be carried out by detailed manual calculations.

e) The contractor shall specially note that while every effort shall be made to approve the design and drawings expeditiously, no claim shall be entertained on account of delay in approval of design and drawings for whatsoever reasons.

f) Railway may decide to get the detailed designs checked by any independent agency in Secunderabad or at Research Designs and Standards Organisation, Ministry of Railways, Lucknow. The contractor shall ensure the regular presence and assistance of the consultants for the checking of the designs by the above agencies in their offices.

Page 126: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 126  

Signature of the Tenderer / Contractor  

ANNEXURE

SPECIAL CONDITIONS FOR EXECUTION OF PSC SUPERSTRUCTURE:

1.0 DESIGNS & DRAWINGS:

The Railways will furnish the detailed drawings for construction of superstructure. The contractor has to furnish the scheme of casting and launching of PSC superstructure. The quoted rate shall include the cost of submission of launching scheme. No additional payment will be arranged for this work. The Special conditions for submission of detailed designs and drawings including proof checking are to be followed as per Annexure enclosed.

2.0 BED BLOCKS: The bed block shall be cast in situ as per Railways approved drawing. The grade of

concrete shall be executed as per approved drawings. The provision of OHE mast, trolley refuges shall be made as per the details shown in the General Arrangement drawing and in other relevant standard drawing. Holes have to be left in the bed block for fixing the anchor bolts required for OHE mast, TP post, steel ladders, etc. The rates adopted for the bed blocks, are inclusive of cost for provision of the holes and bolts complete.

3.0 The PSC girders/slabs shall be pre-stressed by the method as specified in Railway

Drawing. The Contractor shall submit full details source of supply of the pre-stressing steel, anchorage, bearings, etc.,

4.0. TEMPORARY ARRANGEMENTS FOR CASTING AND LAUNCHING/ LOWERING OF PSC GIRDER:

4.1 While casting and launching/lowering of PSC girders all precautionary measures shall be taken to avoid accidents and secure the centering firmly and the contractors have to take all such measures while quoting the rates. The centering/staging and shuttering shall be approved by the Engineer before concreting is done.

4.2 Casting of PSC girders/slabs is to be done either on the approaches or in situ without causing any disruption to the normal running traffic. The Contractor has to erect his own platform with cribs or any other suitable temporary staging arrangements approved by Railways. The rate quoted for PSC superstructure is inclusive of all the arrangements and no extra payment will be made.

4.3 For casting and launching/lowering the PSC girders on to the abutments/piers the contractor has to make/erect temporary arrangements with RSJ columns, angles, rails etc. All precautionary measures shall be taken to avoid accidents and secure the temporary arrangements firmly and the contractor is deemed to have taken all such measures into consideration while quoting the rates.. The contractor has to make his own arrangements for erecting temporary staging. The Railway may however supply staging material if available on hire charges as detailed in the Special Conditions of Contract.

4.4 While casting and launching/lowering any damages occurred to the Railway property, the cost of the same will be recovered from the contractor as per extant rules.

Page 127: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 127  

Signature of the Tenderer / Contractor  

4.5 While doing concreting the contractor will not be permitted to use any supports, and struts

projecting from walls which are likely to cause infringements to the train movements.

4.6 In case of Launching of girders has to be done by end launching method with launching girders, the contractors have to submit the launching scheme/ erection scheme and arrangements for casting of deck slab. If it is proposed to be cast in situ, the scheme for casting the girder, along with the temporary arrangements proposed for supporting the formwork and the details of casting girders shall be submitted and got approval from Railway. The cost provided for the item is inclusive of all such charges.

4.7 In case PSC girders, diaphragms or any of the components of the span breaks or damaged

during any of the operations of casting, prestressing, lowering, launching, testing etc., due to what so ever reason before completion of the work, it will be at contractor’s cost and no payment shall be made to such breakage/ damage. The decision of the Engineer, in this regard, shall be final and binding on the contractor.

4.8 The contractor shall carry out non-destructive tests on any span after the bridge is

completed as per the method of test submitted by Contractor and approved by railways. All arrangements shall have to be made including providing staging by the contractor without causing any infringements for the moving dimensions. The rates adopted for initial test on any one selected span and tests on the other span are deemed to include the charges for repeating the tests, in case, if the recovery of deflection is less than 85% within 24 hours of removal of the load. The Railway may supply staging materials on hire charges as detailed in the special condition for supply of materials by Railway, if available.

5.0 PRESTRESSED CONCRETE GIRDERS AND DECK SLAB:

5.1 The lump sum rate adopted per span for superstructure with pre-stressed concrete girders decking etc. complete in all respects and shall be inclusive of the following but excluding hand railing, drainage spouts, expansion joints, and trolley refuges which are included as separate items in the schedule.

i) Casting and erection in position of pre-stressed concrete girders including casting of diaphragms in situ and providing elastomeric bearing, wearing course, box type footpath, footpath slabs, ballast retainer etc. as per approved drawings.

ii) The high tensile steel cables, helix, cones, anchorages, wedges, metal sheathing, elastomeric bearing plates, etc. required for PSC girders/slabs shall be arranged by the contractor and the rate shall include the cost of these materials.

iii) The materials required for concreting of girders, diaphragms, deck slab, wearing coat etc., shall be arranged by the contractor and the rate shall include all such items.

iv) The contractor shall arrange for prestressing the cables and grouting as per approved methods and rate includes the cost of the same.

v) The contractor shall maintain and submit 6 copies of bar bending schedule, cable profile register, stressing register, grouting register, detailing all the relevant works

Page 128: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 128  

Signature of the Tenderer / Contractor  

and hand over to the Railways on completion of the work duly signed by contractor and Engineer in charge.

vi) The adopted rate shall also include formation of service road of suitable size in the river bed and approaches for transportation of construction materials and workmen including its maintenance till the completion of work.

vii) The contractor shall submit neatly prepared completion drawings in polythene film in six copies for record as per the approved design and drawing.

viii) The contractor shall construct a Temporary shed of size 20 m X 6 m/suitable size of shed as per the drawing supplied by Engineer- in- charge and hand over the same to Railway for storing the PSC materials supplied and paid under stage payment clause and it will be exclusively for the use of Railway. The span rate adopted in the schedule includes all charges for this work.

5.2 Provision of expansion joints in the deck slab and kerb have to be done as per the

Railway drawings. A separate rate will be paid for the fabricating and fixing of steelwork in expansion joints with Contractor’s structural steel. The adopted rate for expansion joints shall include the cost of bolts and nuts, galvanizing the angles, plates, bolts and nuts including fixing them in position in the deck slab and kerb.

5.3 If the girders are of precast, all works for making girder casting yard such as earthwork,

rolling, leveling , jungle clearance etc,. is included in the span rate. Railway will provide land to the extent available from the toe of bank to the railway boundary, free of cost for making girder casting yard. Any extra area of land required for this purpose shall be arranged by the contractor at his own cost. No extra payment shall be made for the land so arranged by the contractor. No extra payment shall be made for making girder casting yard in the land arranged by the contractor.

6.0 STAGE PAYMENTS FOR PSC GIRDERS WITH DECKING ELASTOMERIC BEARINGS, WEARING COAT, etc. The following stage payments will be made for PSC span:

STAGE-I S.No STAGE Work Percentage of stage payment 1. Procurement of prestressing materials such as

HT steel, Prestressing cones, sheathing cables, cables, Helical spring and elastomeric bearings.

90 % of the invoice value subject to a maximum of 20 % of the rate per span

(The materials have to be kept in custody of SSE/SE (Works) in charge of the work. The payment made under this stage will be deducted from the payments to be made under Stage-II).

STAGE-II

Page 129: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 129  

Signature of the Tenderer / Contractor  

S.No STAGE Work: Percentage of stage payment 1. Casting of PSC girders, curing, and initial

Pre-stressing. 40 % of the span rate less pro-rata amount of payments made under Stage- I for procurement of Pre-stressing. Materials.

2. Fixing of bearings in position and Launching of PSC girders

25 % of the rate quoted per span

3. Completion of prestressing and casting of diaphragms, deck slab, footpaths, footpath slabs &ballast retainers.

20 % of the rate quoted per span

4 Providing wearing coat , drainage arrangement, hand railing, etc

5 % of the rate quoted per span

5. On completion of testing of any one selected span and completion of span in all respects

10 % of the rate quoted per span

ii)The Contractors will be eligible for payment of 90% cost of the prestressing materials as per the invoice after they procure the prestressing materials such as HT steel, prestressing cones, sheathing cables, helical spring, elastomeric bearings. The Contractor has to deposit the materials with the SE/SSE in-charge of the work along with the invoice/bill for the materials and the relevant test certificates as per specifications. A shed shall be made by the Contractor at his cost for storing the PSC materials. The PSC materials shall be properly protected against corrosion by the Contractor using water soluble oil etc., at the Contractor's own cost. The SSE/SE will keep these materials in his custody and will issue back to the Contractor as and when required for the work. The SSE/SE will submit the invoice/bill certifying receipt of materials to the Engineer who will arrange for payment as per Stage-I above, for the PSC materials required for all the spans at a time or progressively according to the supply of the same. The payment made in Stage-I for procurement of materials will be limited to the value of PSC girder work, at 20% of the rate quoted per span.

iii) The payment made for procurement of PSC materials under Stage-I will be deducted pro rata of number of spans from the payments to be made under Stage-II. For instance, if Stage-I payment has been made for materials required for 9 spans and Stage-II payment is being made later for only 4 spans, the deduction from Stage-II payment will be limited to 90% of the cost of PSC materials for 4 spans only. For this purpose, the Contractor has to furnish the prestressing materials required per span after the designs are finalised and accepted by the Railway.

7.0 SITE FACILITIES PROVIDED BY THE RAILWAY FOR PSC GIRDER WORK 7.1. The approach banks from the abutments on either side of bridge are to be made ready along

with the abutments by the Contractor up to bed block level or formation level as required at site to the relevant specifications and special conditions of earth work and blanketing. The banks will have to be consolidated with rollers so as to attain the density to the specifications of IRUSSR 2010. The Contractor can make use of the new embankment on either side of the bridge for casting of PSC girders. In case he requires the approach bank

Page 130: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 130  

Signature of the Tenderer / Contractor  

to be widened for accommodating his girder yard, such widening will have to be done by him at his cost.

7.2 If the contractor decides to cast the girders in the river bed along the bridge alignment and lift them on to the bed block, the contractor shall make his own arrangements for leveling the river bed at his cost. Damage or loss to the girders, cast in the river bed, due to flood water or any other reasons will be at the contractor’s cost only.

7.3 Rails required for embedding in the substructure will be supplied by the railways at store

depots/mid section in SC railway. The loading, transportation and unloading for these rails would be paid under relevant item.

7.4 The casting yard required is to be made ready by the contractor at his own cost; the cost of which is covered in the respective concrete item and no separate payment will be made on this account

8.0 PRESTRESSED CONCRETE SLABS/RCC BALLAST RETAINERS:

8.1 The rate per cum of concrete of pre stressed concrete slabs, RCC ballast retainers etc. complete in all respects is inclusive of the following.

1. Casting and supply of PSC slabs/ RCC ballast retainers. The cost of loading, unloading and transportation to the bridge site will be paid separately under relevant items.

2. PSC slabs including the cost of all works for making casting yard such as earth work, rolling, leveling, jungle clearance etc. have to be borne by the contractor. Railway will provide land to the extent available from the toe of bank to the railway boundary free of cost for casting of slabs. Any extra area of land required for the purpose shall be arranged by the contractor at his own cost. Casting of PSC slabs shall not be permitted in river bed. Rate adopted per cum is inclusive of all such relevant works.

3. If the contractor desires to take Supply of PSC Slabs/RCC ballast retainers from the existing concrete depots/factory as approved by the Engineer-in-charge may be permitted, subject to maximum lead of 70kms (for payment) as per relevant items.

iv) The pre-stressing steel such as high tensile steel cables/strands, wire helix, cones, anchorage, wedges, bearing plates etc. required for PSC slabs shall be arranged by the contractor and the rate shall include these materials.

v) The steel MS/HYSD bars to be used in PSC slabs shall conform to IS: 1786-1985 (grade Fe.415/Fe.500) and IS 432 Part-1 1966 (Grade-1).

1. The contractor’s shall maintain and submit 6 copies of bar bending schedule, cable profile register, stressing register, grouting register, detailing all the relevant works and hand over to the railway on completion of the work duly signed by the contractor and the Engineer-in-charge.

2. The tenderer shall submit neatly prepared completion drawings in polythene film and six copies for record.

8.2 In case PSC slabs or any of the components of the span break during any of the operations of casting, pre-stressing, Transportation, launching etc. due to whatever reason before

Page 131: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 131  

Signature of the Tenderer / Contractor  

completion of the work in the span the same will be at contractor’s cost and no payment shall be made to such breakage/ damages slabs. The decision of Engineer- in charge in assessing such breakage/damage shall be final and binding on the contractor.

8.3 LAUNCHING OF PSC SLABS/PRE-CAST RCC BALLAST RETAINERS:

Launching the PSC slabs/Pre-Cast RCC ballast retainers shall be carried out as per the programmed submitted by the contractor. Skilled men, tools, plant and machinery required for launching of slab shall be arranged by the contractor at his cost. A scheme of launching/ erection of pre stressed slabs should be briefly indicated along with the tender. The contractor shall submit detailed scheme of launching/ erection of slabs with the drawings and calculations for the approval from the office of the Chief Administrative Officer/ Construction. The scheme of launching of PSC slabs/Pre-Cast RCC ballast retainers shall be approved by the Railway before commencement of the work, if launching is carried out by the road cranes, temporary road/path way required for the movement of crane and road vehicles for launching of slabs shall be borne by the contractor.

8.4 The contractor shall carry out non-destructive tests on any span after the bridge is completed as per the method of test submitted by Contractor and approved by railways. All arrangements shall have to be made including providing staging by the contractor without causing any infringements for the moving dimensions. The rates adopted for initial test on any one selected span and tests on the other span are deemed to include the charges for repeating the tests, in case, if the recovery of deflection is less than 85% within 24 hours of removal of the load. The Railway may supply staging materials on hire charges as detailed in the special condition for supply of materials by Railway, if available.

8.5 STAGE PAYMENTS FOR PSC SLABS/PRE-CAST RCC BALLAST

RETAINERS: The Stage payment shall be made as per the Note condition given against the relevant

item of PSC in the Schedule. 8.6 TRANSPORTATION AND STORAGE OF PRE CAST UNITS: 8.6.1 Pre-cast Girders/slabs shall be transported in an upright position, and points of support and

the direction of reactions during transportation and storage as when the same is in its final position.

8.6.2 When Pre-cast Girders/Slabs are to be stored, they shall be firmly supported at such

bearing positions as will ensure that the stresses induced in them are always less than the permissible design stresses. Care shall be taken during storage, hoisting and handling of the pre-cast units to prevent their cracking or being damaged. Units damaged by improper storing or handling shall be replaced by the Contractor at his cost.

Page 132: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 132  

Signature of the Tenderer / Contractor  

9.0 ADMIXTURES AND PLASTICIZERS shall be as per IRU standard Specification of 2010:

9.1 Use of admixtures / plastizers is not normally permitted. Where it is conserved absolutely necessary for the PSC works, the approval of the engineer is necessary. This should be indicated in the mix design submitted by the tenderer. However , the tenderer shall furnish mix design and its results with and without additives. No additional payments shall be for use of such approved admixtures/plasticizers.

9.2. Before using the admixtures the tenderer shall carry out experiments and test in advance of these admixtures to ascertain the results obtained shall comply to IS 9103-1979 and are suited to the method of working and equipment used by them,. The concrete made with the admixtures shall fulfill the physical requirement in regards to setting time, workability, compressive strength etc., The rate for concrete work shall include the cost f carrying out uch experiment tests, all leads, lifts and handling the equipment required for the use of these admixtures and cost for mixing the admixtures in specified proportions etc., complete.

Page 133: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016, dt. 18.01.2016 (Item No.02) Page - 133  

Signature of the Tenderer / Contractor  

ITEM No..2. of TENDER NOTICE No.02 /CAO/C/SC/2016 Dated 18.01.2016

PACKET - 2

SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION

SECUNDERABAD

(Price Bid) NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

Page 134: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page134

Sl.NO. USSR Description of item Qty Unit Rate Rs.

Amount Rs.

1 192010 Earth work in excavation forfoundations and floors of the bridges,retaining walls etc., including setting out,dressing of sides, ramming of bottom, gettingout the excavated material, back filling inlayers with approved material andconsolidation of the layers byramming and watering etc. incl. all lift,disposal of surplus soil upto a lead of 300M, all types of shoring and strutting withall labour and material complete as perdrawing and technical specification asdirected by Engineer in charge

a 192011 All kinds of soils 8000 Cum 147.10 11,76,800.00b 192012 Ordinary rock 4950 Cum 207.73 10,28,263.50c 192013 Hard rock ( requiring blasting) 2230 Cum 363.12 8,09,757.602 192020 Extra for the quantity of works, executed

in or underwater and/ or liquidmud including pumping out water as required

a For all soils (192011) 3560 Cum 29.42 1,04,735.20b For ordinary rock (192012) 3000 Cum 41.55 1,24,650.00c Rock requires blasting (192013) 1500 Cum 72.62 1,08,930.00

3 065270 Drilling or cutting holes in hard stone:

a 065272 Exceeding 20 mm and upto 40 mm dia 6000 metre 236.84 14,21,040.00

4 222040 Supply and laying of coarse sand includingconsolidation, supply of all materials, labour, lead,lift, tools, plants, crossing of tracks as per drawingand technical specification as directed by theEngineer incharge in case loose slush isencountered at site of foundation before casting thefoundation or before laying the filtering media.

285 cum 1083.60 3,08,826.00

5 192030 Providing and laying Plain Cement Concrete 1:3:6with graded stone aggregate of 40 mm nominalsize, in foundation and floors, retaining walls ofbridges including mechanical mixing, vibrating,pumping and bailing out water where ever requiredwith all materials and labour complete butexcluding the cost of cement and shuttering as perdrawings and technical specifications as directedby Engineer

1185 cum 1547.96 18,34,332.60

SOUTH CENTRAL RAILWAYNAME OF WORK:-Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43(1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br.No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC IGirder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) andPSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works ,miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro)stations.

SCHEDULE 'A'( Items that are covered by IRUSSR 2010 for S.C.Railway)

Signature of the Tendere/Contractorr

Page 135: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page135

Sl.NO. USSR Description of item Qty Unit Rate Rs.

Amount Rs.

6 192040 Providing and laying in position machinemixed, machine vibrated and machinebatched Design Mix Cement Concrete M35grade (Cast - in Situ) using 20 mm gradedcrushed stone aggregate and coarse sand ofapproved quality in RCC raft foundation &Pile cap including finishing, UsingAdmixtures in recommended proportions( as per IS 9103), if approved inMix design to accelerate or retard settingof concrete and/or improve workabilitywithout impairing strength and durabilitycomplete as per specifications anddirection of the Engineer incharge. Payment for cement,reinforcement and shuttering shall be paidextra

4550 Cum 1940.73 88,30,321.50

7 192050 Providing and laying in position machinemixed, machine vibrated and machinebatched Design Mix Cement Concrete M20grade (Cast - in Situ) using 20 mm gradedcrushed stone aggregate and coarsesand of approved quality inAbutment, pier, wing walls and returnwalls of Mass cement concrete above RCCraft Including finishing complete as perspecifications and direction of theEngineer in charge. Payment for cement,reinforcement and shuttering shall be paidextra

9100 Cum 1940.73 1,76,60,643.00

8 195010 Deduct if 40mm graded stone aggregate isused in place of 20mm graded stone aggregatein any grade of concrete. (Deduction tobe made for quantity of concrete)

13650 Cum -406.53 -5,549,134.50

9 192060 Providing and laying in position machinemixed, machine vibrated and machinebatched Design Mix Cement Concrete M35grade (Cast - in Situ) using 20 mm gradedcrushed stone aggregate and coarse sandof approved quality for the followingReinforced cement concrete structural elementsup to height of 10 M from foundation toplevel, including finishing, UsingAdmixtures in recommended proportions ( asper IS 9103), if approved in Mix design toaccelerate or retard setting of concreteand/or improve workability withoutimpairing strength and durabilitycomplete as per specifications anddirection of the Engineer in charge.Payment for cement, reinforcement andshuttering shall be paid extra

a 192061 Abutment and pier 100 Cum 2037.77 2,03,777.00b 192063 Abutment cap, Pier Cap, Inspection

Platform & Pedestal over Pier cap, Fenderwall, Diaphragm wall, etc.

145 Cum 2231.84 3,23,616.80

10 195030 Centring and shuttering including strutting ,propingetc.,and removal of form for:

a 195031 RCC raft foundation & pile cap 3410 Sqm 132.50 4,51,825.00b 195032 Abutment,pier,wing walls and return walls 10340 Sqm 227.70 23,54,418.00

Signature of the Tendere/Contractorr

Page 136: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page136

Sl.NO. USSR Description of item Qty Unit Rate Rs.

Amount Rs.

c 195033 Abutment cap, Pier Cap, InspectionPlatform & Pedestal over Pier cap, Fenderwall, Diaphragm wall, etc.

180 Sqm 230.70 41,526.00

d 195038 In Bottom/top slab, side walls, toe wall andsumps haunch filling head walls or any othercomponent

200 Sqm 227.70 45,540.00

11 201060 Load testing of one or more spans of bridge asselected by the Engineer as per approvedload test procedure following relevantIS/IRC/Railway codes with contractor’s labour,deflection measuring instruments, loadingmaterials, recoding and analyzing the loadtesting results including all lead & lift, etc.complete as required. The ratesare all inclusive and will be paidafter load test is finished and girder iscleared of the kentledges /loading material etc.The load shall be 1.25 times thestipulated design load Based on Designload & not span

201061 For Span design load upto 100 MT 7 Each 67711.88 4,73,983.1612 201062 Extra for every increase of 100 MT

or part thereof in the span load capacity upto 800MT

7 Each 100 MT

66793.50 4,67,554.50

13 252390 Supply of Stone Boulder Weighing minimum 35Kg Each

1400 Cum 575.00 8,05,000.00

14 222290 Providing Boulder backing behind wingwall, return wall, retaining wall with handpacked boulders & cobbles with smaller sizeboulders toward the back including all lead,lift, labour & other incidental charges ascomplete work in all respect. Payment forboulder/cobbles will be done extra

1400 Cum 164.52 2,30,328.00

15 221050 Providing and laying Pitching withstone boulders weighing not less than 35kg each with the voids filled with spalls onslopes laid over prepared filter mediaincluding boulder apron laid dry in front oftoe of embankment complete as perdrawing and Technical specifications(Filter media to be paidseparately under the relevant item)

4000 Cum 1036.61 41,46,440.00

16 221070 Providing and laying Filter material As Per RDSOSpecifications underneath pitching in slopescomplete as per drawing and Technicalspecification

2000 cum 1932.31 38,64,620.00

17 222020 300 mm thick (average) Dry stoneflooring with boulders of not less than 35kg each in weight , hand packed withsurface levelled off to the correctsection with hammer dressing asnecessary on the ground includingfilling the gaps with quarry spalls andordinary sand complete including thecost of supply of all materials, labour,lead, lift, tools, plants, crossing of tracksand the like as per drawing and technicalspecification as directed by Engineer

1250 Cum 1002.95 12,53,687.50

Signature of the Tendere/Contractorr

Page 137: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page137

Sl.NO. USSR Description of item Qty Unit Rate Rs.

Amount Rs.

18 222180 Providing and laying of filter media consisting ofgranular materials of GW, GP, SW groups as perIS 1498-1970 in required profile behind boulderfilling of abutments, wing walls / return walls etcabove bed level with all labour and materialcomplete job as per drawing and technicalspecification of RDSO Guidelines

1000 cum 1102.53 11,02,530.00

19 222250 Providing cast in situ plaquesfor bridge foundations details of size45x45x5 cm in cement concrete 1:2:4mix using 20mm hard stoneaggregateembedded in 30mm deep notchover abutment & piers, engraving theletters & figures with CM 1:3 andfinished smoth including painting lettersand figures with 2 coats of black enameland plaque with white enamel with alllabour, tools, cement, paint, curing, etc. as acomplete job

15 Each 518.99 7,784.85

20 222240 Providing cast in situ bridge numberplaques as per Railway drawing incement concrete 1:2:4 mix using20mm hard stone aggregateembedded in 30mm notch inBridge parapet coping dulyengraving the letter and figures and anarrow indicating the direction offlow and finishing the topexposed surface with cement mortar1:3, painting letters and figures with twocoats of black enamel paint on twocoats of white back ground with alllabour, tools, cement, paint etc.with alllead and lifts

12 Each 393.19 4,718.28

21 222230 Painting the HFL and danger levelmarks, year of HFL on bridge abutmentsand piers with ready mixed paint as perstandard in two coats over one coat ofprimer with all materials, labour, tools,scaffolding, all lead and lift etc includingwriting complete

30 Each Mark

109.96 3,298.80

22 061010 Random rubble masonry with hardstone in foundation and plinth includinglevelling up with concrete as perspecifications, upto plinth level with :

a) 061013 Cement mortar 1:6 (1cement: 6coarse sand) 220 cum 1980.47 4,35,703.4023 111060 20 mm cement plaster of mix

a) 111061 1:4 (1cement: 4coarse sand) 500 Sqm 93.62 46,810.00

Signature of the Tendere/Contractorr

Page 138: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page138

Sl.NO. USSR Description of item Qty Unit Rate Rs.

Amount Rs.

24 031050 Providing and laying in position cementconcrete of M 20 grade, excluding the costof cement and of centering and shuttering,as per direction of the Engineer in charge :

a) 031052 All works above plinth level inretaining walls, walls (of any thickness)including attached pilasters, columns,pillars, posts, struts, buttresses, anchor blocks,parapets, copings, bed blocks, string orlacing courses, window sills, fillets, kerbs, stepsetc.

40 cum 2343.58 93,743.20

25 091090 Laying cement concrete 1:2:4 (1cement: 2coarsesand: 4graded stone aggregate 20mm nominal size)of thickness 40 to 100mm as under layer offlooring.

630 cum 2602.77 16,39,745.10

26 114040 Pointing on stone work with cement mortar 1:3(1cement: 3fine sand)

a) 114041 Flush/ Ruled pointing 3430 Sqm 78.05 2,67,711.50

27 115060 Applying one coat of cement primer of approvedbrand and manufacture on wall surface

12000 Sqm 21.75 2,61,000.00

28 115110 Finishing walls with water proofing cement paintof required shade two or more coats on new workapplied @ 3.84 Kg/10 sqm

12000 Sqm 38.31 4,59,720.00

29 123040 Painting, Two coat, any shade as directed ofapproved make and brand a) Trussesexceeding 9m clear span, b) Staging with O.H.tank where staging is more than 2.5m inheight, c) Flood light towers, d) Chimneys andsimilar structures

123044 With Aluminium paint as per IS:2339 2400 Sqm 35.10 84,240.00

30 231060 Providing and laying bitumen penetrationmacadam with hard stone aggregate, withbitumen of suitable penetration grade includingrequired key aggregate as specified, spreadingcoarse aggregate with the help of self propelled/ tipper tail mounted aggregate spreader andapplying bitumen by a pressure distributor andthen spreading key aggregate with the help ofaggregate spreader complete includingconsolidation with road roller of minimum 8 to10 tonne capacity

231062 For 75mm compacted thickness in two layersusing 9cum coarse aggregate of size 63-41mmgraded, 1.8cum key aggregate of size 20mmgraded, and 680kg paving asphalt 80/ 100 per100sqm

200 Sqm 494.20 98,840.00

Signature of the Tendere/Contractorr

Page 139: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page139

Sl.NO. USSR Description of item Qty Unit Rate Rs.

Amount Rs.

31 238010 Providing and laying Dense Bituminousmacadam on prepared surface with specifiedgraded crushed stone aggregate for profilecorrective base / binding course, mixing ofstone aggregate, filler and bitumen in hot mixplant, transporting the mixed material andlaying with paver finisher fitted with electronicsensing device to the required level and gradeand rolling by road roller as per specifications,to achieve the desired density, but excludingthe cost of primer / tack coat

238011 75 mm average compacted thickness withbitumen of 60/70 grade @ 5% by weight oftotal mix and lime filler @ 2% by weight ofAggregate. (For very heavy traffic condition)

200 Sqm 585.05 1,17,010.00

32 238020 Providing and laying Dense Bituminousconcrete on prepared surface with specifiedgraded stone aggregate for wearing course,mixing of bitumen, filler & stone aggregate inhot mix plant, transporting the mixed materialand laying with mechanical paver finisherfitted with electronic sensing device to therequired level and grade and rolling with roadrollers, as per specification, to achieve thedesired density and compaction but excludingcost of primer / tack

238021 40 mm / 50mm compacted thickness withbitumen of grade 60/70 @ 6.5% and lime @3% by weight of total mix

100 cum 8337.59 8,33,759.00

33 238030 Providing and laying bitumen mastic wearingcourse (as per specifications) with industrialbitumen of grade 85/25 conforming to IS : 702prepared by using mastic cooker and laid torequired level and slope including providingantiskid surface with bitumen precoated finegrained hard stone chipping of approved size atthe rate of 0.005 cum per 10 sqm and atapproximate spacing of 10cm centre to centrein both directions, pressed into surfaceprotruding 1mm to 4mm over mastic surface,including cleaning the surface, removal ofdebris etc. all complete. (Considering bitumenusing 10.2% as per MORTH specification)

238031 25 mm thick 200 Sqm 666.37 1,33,274.00

34 Any items as per IRUSSR 2010 for SouthCentral Railway as corrected by and upto thedate of opening of tenders likely to be operatedwhich are not covered by Schedules

20,00,000.00

(Items Thirty Four (34) only)5,01,11,368.99

Add Contractor' s Percentage AT PAR/ABOVE/BELOWTotal --------> Rs.

Total of Schedule-----> 'A' Rs.NOTE:1. Tenderer is required to quote a uniform percentage AT PAR/ BELOW/ ABOVE over the total of theschedule 'A' both in figures and words. In case of any discrepancy in quoted percentage, the percentage quotedin words will be taken as final.

Signature of the Tendere/Contractorr

Page 140: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page140

Sl.NO. USSR Description of item Qty Unit Rate Rs.

Amount Rs.

1 013120 Earth work in filling in embankment, guide bunds,arround buried type abutments, bridge gaps, trollyrefuges, rain bunds if provided, platforms etc. withearth excavated from outside Railway boundaryentirely arranged by the contractor at his own costas per RDSO's latest guidlines and specificationsand special conditions of contract including allleads, royalty , lifts, ascents, descents, crossing ofnallahs or any other obstructions. the rates shallinclude all dressing of bank to final profile,demacration and setting out of profile, siteclearence, removing of shurbs, roots of vegitationsgrowth, heavy grass, benching of existing slope ofold bank, all handing/re- handing, taxes, octori androyalty etc. as complete job. Cut trees shall beproperity of railways and to be deposited in therailway godown unless specified otherwise in thespecial conditions of contract.

215800 Cum 164.84 3,55,72,472.00

2 013130 Extra for mechanical compaction ofearth/blanketing material filled in embankment withcontractor's rollers of suitable capacity, type andsize to achieve specified density as perspecification, testing as per IS codes incl. cost ofwater, T&P consumable material and all labour as acomplete job. The work is to be executed as perlatest edition of "Guidelines for Earthwork inRailway projects" issued by RDSO, Lucknow.

215800 Cum 13.67 29,49,986.00

3 191090 Conducting determination of CaliforniaBearing Ratio as per IS 2720

46 Each 2903.75 1,33,572.50

(Items three (3) only) 3,86,56,030.50

Total of Schedule-----> 'B' Rs.NOTE:1. Tenderer is required to quote a uniform percentage AT PAR/ BELOW/ ABOVE overthe total of the schedule 'B' both in figures and words. In case of any discrepancy in quotedpercentage, the percentage quoted in words will be taken as final.

SOUTH CENTRAL RAILWAYNAME OF WORK:-Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridgeNo.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch:28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab+2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Boxat Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Openfoundations, including protective works , miscellaneous works and earth work in approaches betweenPiduguralla ( New) and Rompicherla (Pro) stations.

SCHEDULE 'B'( Items that are covered by IRUSSR 2010 for S.C.Railway)

Add Contractor' s Percentage AT PAR/ABOVE/BELOW

Signature of the Tenderer/Contractor

Page 141: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.021.2016‐Item‐2 Page141

Sl.NO. NS item Description of item Qty Unit Rate Rs.

Amount Rs.

1 1005 Designing and developing detailed reinforcementdrawings for the following items forROB/RUB/Bridge based on the Railwaysapproved GADs, duly collecting the necessarydata from Railways & R&B authorities dulydesigning the members and submission of checkplot duly getting proof checked by any of theinstitutes as per Annexure enclosed for Railwaysverification and approval making corrections dulyincorporating suggestions in thedrawings/designs, further submission of original intransparent film paper and soft copy (CD) forrailways approval etc., with contractor's technicalexpertise and instruments, labour, consumables,repeatedly attending till the final approval etc.,complete as per specifications and as directed bythe Engineer.

a) Open/Pile/Well foundations and substructure forRCC Column(s) (piers)

2 Each Bridge

22575.00 45,150.00

b) RCC Bed block 2 Each Bridge

5625.00 11,250.00

c) Bearings 1 Each Bridge

5625.00 5,625.00

e) Steel " I " Girders with RCC deck slab/ PSC " I"/Box girder/RCC T beam and slab/RCC Box

2 Each Bridge

77475.00 1,54,950.00

Note: i) The design of various elements referredabove submitted by the Contractor to the railwaysfor approval should be proof checked by any oneof the institutes as per Annexure enclosed . Noextra payment will be arranged for proof checking.The rate provided against each item shall includethe cost of proof checking also. For preparation ofdesigns & drawings, special conditions enclosedin Annexure- are to be followed.

ii) If Railway's designs are available for similarspans, the same will be adopted. The item will beoperated subject to non-availability of design &drawings with the Railway for the above item.Railway's decision in this regard is final andbinding on the contractor and no claims will beentertained on the plea that railway's designs &drawings are resorted to in actual execution ofwork.iii) The Superstructure shown in GAD areindicative. The decision of Railways in this regardare final and binding on the contractor and noclaims will be entertained on this account.

SOUTH CENTRAL RAILWAYNAME OF WORK:-Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20mPSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girderat Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br.No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) withOpen foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New)and Rompicherla (Pro) stations.

SCHEDULE 'C'( Items that are not covered by IRUSSR 2010 for S.C.Railway)

Signature of the Tenderer/Contractor

Page 142: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.021.2016‐Item‐2 Page142

Sl.NO. NS item Description of item Qty Unit Rate Rs.

Amount Rs.

2 401 Casting and launching of span PrecastPrestressed Concrete girders with deck slabincluding diaphragm with contractor's constructionscheme approved by Railways including sidekerbs and box type foot path on one side andballast retainer on the other side in controlledconcrete of approved mix by weigh batching/using RMC with crushing strength of 45 N/sq.mmand above at 28 days on 150mm test cubes using20mm and down graded hard granite stoneaggregate of appproved quality including castingthe PSC Girders, pre-stressing and grouting instages, supply and fixing elastomeric/pot-PTFE/pot bearings at both the ends of PSCgirders and casting of deck slab as per approveddrawings and other relavant drawings inaccordance with the relevent code and treatingthe deck with M25 Grade cement concretewearing coat of 75mm thick at centre and 50mmthick at edges applying hot bitumen of 80/100 (1.7kg./sq.m) over the surface of

wearing coat with all Contractor's materials viz.,20mm and down size graded hard granite stoneaggregate of approved quality, sand, High Tensilesteel wires / strands, Cone anchorages, brightmetal sheathing, all other materials, labour forprecasting, curing, stressing of girders, groutingthe HT steel cable ducts with cement grout mixedwith special admixtures of approved makeincluding form work for PSC girders, deck slab,kerbs, footpath, ballast retainers with allcontractor's labour, tools, plant & machinery,prestressing equipment, with all lead and lifts etc.,complete as per specifications and as perRailway's approved PSC drawings and asdirected by the Engineer but excluding cost ofsupply and usage of cement, supply of MS/HYSDreinforcement steel and placement thereinforcement as per approved drawings withgalnavised iron binding wire which will be paid asper item in the respective schedule.

Note : 1) The LS rate adopted for each spancaters for single track structure comprisingPSC girders with deck slab arrangement withfootpath on one side and ballast retainer onthe other side as per Railway's approvedGeneral Arrangement drawing for single trackbridge and includes all items of worksinvolved as indicated in the item.

2) The contractor shall make his ownarrangements for staging, centering,shuttering for casting of girders at his cost asdirected by the engineer taking all necessaryprotective and safety precautions while doingthe work.3) LS rate adopted for the span will include allitems of work involved as indicated in theitem.

Signature of the Tenderer/Contractor

Page 143: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.021.2016‐Item‐2 Page143

Sl.NO. NS item Description of item Qty Unit Rate Rs.

Amount Rs.

4) The Railway may supply staging materialsviz., steel cribs, rails and RSJs etc., on hirecharges subject to availability as per rules inforce, on request as specified in SpecialConditions of contract at DSK Stores Depot.The contractor will have to make his ownarrangements for transporting them to theworkspot and shall be returned back to theRailways at the same depot after usage at hiscost5) Stage payments will be made to thecontractor as specified in the specialconditions of contract.

f) For 12.2 m clear span, 5.70 m overall width(two girder system) and to the requiredconstruction depth.

4 Each span 875750 35,03,000.00

i) For 18.30 m clear span/19.76m overall length,5.70 m overall width (2 girder system) and tothe required construction depth.

1 Each span 1222812 12,22,812.00

3 403 Providing expansion joints in the girders-deckingto the entire width of deck as specified in GADand the kerbs similar to Drg.no.CAO/C/ ST/331/90including fabrication and fixing duly galvanising allcomponents with contractors mild steel, structuralsteel, bolts, n`uts, labour, tools, plants, andmachinery with all lead and lift as per specificationand as directed by Engineer.

13 Each 19000.00 2,47,000.00

Note: The rate provided is inclusive of cost ofstructural steel required and no extra will be paid.

4 1002 Providing and fixing in position 50mm dia. GIdrainage spouts of required length without gratingin RCC slab and filling bitumen along the kerb asshown in Drg.No.BD-1/69A with contractor's pipesbitumen, tools, equipment all lead and lifts etc.,complete as per specifications and as directed bythe Engineer.

60 Each 223.00 13,380.00

5 1003 Providing and fixing in position 100mm dia. CIdrainage spouts of required length with grating inRCC slab and filling bitumen along the kerb asshown in Drg.No.BD-1/69A with contractor's pipesbitumen, tools, equipment all lead and lifts etc.,complete as per specifications and as directed bythe Engineer.

75 Each 590.00 44,250.00

6 1006 Reinforced cement concrete M.30/M.35/M.40grade cast-in-situ, using controlled concrete byweigh batching/using RMC with Contractor'smaterials, steel shuttering, staging, scaffolding,supports, labour, tools, plant and machinery, alllead and lifts and curing etc.,complete includingleaving necessary reinforcement rods for providingparapet as per approved drawings and MOSTstandard drawings & MOST specifications and asdirected by the Engineer-in-charge but excludingcost of OP cement and reinforcement steel. Cost ofcement and steel will be paid as per items underrespective schedules.

Note: The Contractor should use plate vibratorsfor slab and needle vibrators in the beams.

( c ) For RCC Box of size above 5.00 m (bigger insidedimension)

820 Cum 3568.00 29,25,760.00

Signature of the Tenderer/Contractor

Page 144: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.021.2016‐Item‐2 Page144

Sl.NO. NS item Description of item Qty Unit Rate Rs.

Amount Rs.

7 209 Preparation and supply of drawings for major/RUB's/ROB's/ minor bridges with generalarrangements, new / extension to BG standards(Based on completion drawing of existing bridges/rough sketches supplied by Rly), prepared on AutoCAD on 50 Micron Polythene film with Indian inkwith different colour i.e. existing particulars inblack & proposed in red colour with contractorscomputer, stationery / staff, tools & equipment etc.,complete as per specification and as directed by theEngineer. The name of the drawing shall be writtenbilingual language both in English & Hindi.

6 Each 2000.00 12,000.00

8 1701 Preparation and submission of Completiondrawings of major/Minor bridges showing plan,elevation, section, notes and other relevantparticulars to appropriate scale as per Railwayengineering code, prepared in AUTO CAD on50 Micron thickness tracing film, includingsubmission of check print for proof check, toincorporate corrections and modifications assuggested by the Railway administration. Showingthe exg. particulars in Indian ink and completed inRed ink as per the details given by Railways, withcontractor's materials, labour, tools, plant etc., inthe following sizes as per special conditions and asdirected by Engineer-in-charge.

d) Size above A - 0 Size. 6 Each 5060.00 30,360.009 2133 Labour assistance for SE/JE in day to day works

ie.,checking the curves/straight alignment offormation, levels etc. Marking for bridges,buildings, platforms, drians etc., carrying the tools& equipment etc., during the course of executionof work as per the instructions of concernedSE/JE.

unskilled 1800 Per day 233.00 4,19,400.0010 410 Reinforced cement concrete M30 grade for hand

railing including trolley refuges in panels of2.0 m clear with cast in situ intermediate postsand end posts, with three horizontal membersprecast or cast in situ similar to Drg.No.CAO/C/RC/331-90 using 12mm gradedhard granite stone aggregate of approvedquality duly finishing the surface smooth,champhering the inner joints and joining thereinforcement rods with foot path slab withcontractor's materials, labour, shuttering formwork, staging, tools, plant and machinery,curing etc., complete but excluding cost ofcement and steel for reinforcement as perspecifications and as directed by theEngineer.

90 sqm 462.00 41,580.00

11 306 Providing hand packed dry rubble soling forcirculating area/shed flooring inclding filling ofiterstices with spalls and consolidating with powerroller to required grade and camber includingspreading water and rolling binding material ofmoorum or any approved binder with Contractor'sstones, binding material. labour, tools all lead andlifts etc., complete as per speicfications and asdirected by the Engineer.

285 1 Cum 479.00 1,36,515.00

Signature of the Tenderer/Contractor

Page 145: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.021.2016‐Item‐2 Page145

Sl.NO. NS item Description of item Qty Unit Rate Rs.

Amount Rs.

12 1604 Construction of Granular sub base by providingHBG material conforming to Grading - III ofMoRT&H Table 400-2 including cost, seignioragecharges and conveyance of all materials to worksite and spreading in uniform layers with motorgrader or by approved means, on prepared surfacemixing by mix in place method with Rotavator /approved means at OMC and compacting withvibratory roller to achieve the desired density etc.,complete for finished item of work as per MoRT&H Specification 401 (4th revision) and as directedby the Engineer.

100 Cum 888.00 88,800.00

(Items Twelve (12) only) 89,01,832.00

Add Contractor' s Percentage AT PAR/ABOVE/BELOWTotal of Schedule-----> 'C' Rs.

NOTE: Tenderer is required to quote a uniform percentage AT PAR/ BELOW/ ABOVE over the total of the schedule'C' both in figures and words. In case of any discrepancy in quoted percentage, the percentage quoted in words willbe taken as final.

Signature of the Tenderer/Contractor

Page 146: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page146

Sl.NO.

NS item Description of item Qty Unit Rate Rs.

Amount Rs.

1 701 Casting of precast pre/post tensionedPSC slab units of various spans as perRly. approved design & drawings usingM.45 grade and above controlledconcrete of approved design mix byweigh batching/ using RMC withcontractor's 20mm size graded hardstone aggregate of approved quality,sand, tools, plant and machinery hightensile steel of requisite class, formwork, tools, plant and machinery,curing etc., with all contractor'smaterials, labour, tools, plant andmachinery, cranes including all leadand lift complete Excluding cost ofCement, reinforcement Steel &placing reinforcement and GI bindingwire which will be paid as per item inthe respective schedule as perspecifications and as directed by theEngineer-in-charge.(Min cementrequired is 450 Kgs / 1 Cum).

20 Cum 9000.00 180000.00

a) Note : for item Nos. 1b) 1) The rate quoted above includes -d) Plastering with epoxy 30 mm thick as

protective coat to HTS strands oneither ends of the slabs with thefollowing composition.Araldite GY 257 - 100 parts byweight.Suitable sand/quarry mix no.10 .. 900parts by weight with all contractor'smaterials, labour, tools and plants etc.

2) The above rates includes cost ofdeveloping thrust bed curing ponds,sheds and other structures forcasting/curing etc., of PSC slabs.3) The rate also includes developingother facilities for casting of PSC slabsas required during execution.

SOUTH CENTRAL RAILWAYNAME OF WORK:-Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Majorbridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch:28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab+2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCCBox at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Openfoundations, including protective works , miscellaneous works and earth work in approaches betweenPiduguralla ( New) and Rompicherla (Pro) stations.

SCHEDULE 'D'( Items that are not covered by IRUSSR 2010 for S.C.Railway)

Signature of the Tenderer/Contractor

Page 147: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page147

Sl.NO.

NS item Description of item Qty Unit Rate Rs.

Amount Rs.

2 703 Reinforced cement concrete M.30 /M.35 grade for ballast retainers (cast-in-situ) / Precast units supplied at bridgesite using 20mm maximum size gradedhard granite stone aggregate ofapproved quality including provision of40mm dia PVC pipe at specifiedintervals with Contractor's materials,labour, steel shuttering, staging,scaffolding, tools, plant and equipment,consumables with all lead and lifts andcuring etc., complete as perspecifications and as directed by theEngineer but excluding cost of cementand steel for reinforcement placingreinforcement and GI binding wirewhich will be paid as per item in therespective schedule.

40 Cum 4601.00 184040.00

Note:- i) The rate adopted is inclusive ofmaking temporary arrangements formovement of Contractor's Crane /machinery.

3 704 Transportation of precast PSC Slabsfrom the casting depot to therespective bridge sites upto amaximum lead of 70km and placingon temporary end supports arrangedby the contractor with contractor'stractor/trailer, labour, tools, plant andmachinery, crew, fuel and otherconsumables etc.including loading intotrailers at casting depot, unloading atbridge location using contractor'scrane, other machineries andaccessories etc. complete including allleads and lifts as per specificationsand as directed by the Engineer-in-charge.

60 Cum 2139.00 128340.00

Note:- 1. If the actual lead exceedsabove mentioned 70kms, the additionalcost has to be borne by the contractor.No additional payment will be made fortransportation beyond 70km. Thecontractor has to establish the castingyard near the bridge site only. If thecasting yard is established away fromthe bridge site the maximum leadallowed for any bridge is only 70kmsfor payment.

2. There should not be any damage toPSC Slabs and Ballast retainers duringshifting/transportation.

Signature of the Tenderer/Contractor

Page 148: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page148

Sl.NO.

NS item Description of item Qty Unit Rate Rs.

Amount Rs.

4 705 Launching of precast PSC slabsincluding RCC ballast retainer slabsavailable near bridge site over to thenewly constructed abutments/piers byusing road crane of suitable capacityto their final position to the correctalignment over a nominal bed ofcement mixed with cast iron borings in1:1 proportion duly roughening theexisting surfaces with all contractorslabour, tools, road crane, plant,machinary, crew, consumbles with alllead and lift etc., complete as directedby the Engineer.

60 cum 2095.00 125700.00

Note: For items (1) & (2) , 80% ofPayment will be made after castingof PSC slabs/RCC Ballast retainersonly. Balance 20% can be releasedonly completion of item no.4 above.

(Items four (4) only) 6,18,080.00Add Contractor' s Percentage AT PAR/ABOVE/BELOW

Total of Schedule-----> 'D' Rs.NOTE:1. Tenderer is required to quote a uniform percentage AT PAR/ BELOW/ ABOVEover the total of the schedule 'D' both in figures and words. In case of any discrepancy inquoted percentage, the percentage quoted in words will be taken as final.

Signature of the Tenderer/Contractor

Page 149: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page149

Sl.NO. USSR Description of item Qty Unit Rate Amount Rs.

1 211090 Providing, cutting, fabricating, treating, fixing & painting structural steel conforming to IS:2062 in access ladders, inspection platforms, Trolley refugee, railing, etc. joints welded to neat finish including one coat of primer & two coats

3 MT 58531.32 1,75,593.96

2 081030 Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GLNote for Item 081030 : Purlins and wind bracings shall be paid separately under item 81010.

a 081031 In RSJ, tees, angles and channels 33600 Kg 80.00 26,88,000.00

b 081032 In flats, plates , round or square bars 14400 Kg 78.40 11,28,960.003 045010 Supply of reinforcemnt for RCC work

including straightening, cutting,bending,placing in position and bindingall complete

045014/16 High yield strength deformedbars/Thermo-Mechanically Treatedbars

a) Foundation 77250 Kg 50.76 39,21,210.00b) Non-foundation 180250 Kg 50.76 91,49,490.00

(Items Three(03) only)1,70,63,253.96

Total of Schedule-----> 'E' Rs.NOTE:1. Tenderer is required to quote a uniform percentage AT PAR/ BELOW/ABOVE over the total of the schedule' E' both in figures and words. In case of anydiscrepancy in quoted percentage, the percentage quoted in words will be taken asfinal.

SOUTH CENTRAL RAILWAYNAME OF WORK:-Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridgeNo.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch:28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab+2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCCBox at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Openfoundations, including protective works , miscellaneous works and earth work in approaches betweenPiduguralla ( New) and Rompicherla (Pro) stations.

SCHEDULE 'E'( Items that are covered by IRUSSR 2010 for S.C.Railway)

Total --------> Rs.Add Contractor' s Percentage AT PAR/ABOVE/BELOW

Note : i) For 'Rs' value of PVC bill, for supply rate of reinforcement steel will bepaid as per item No.252280- Rs.43.70/- Kg plus accepeted percentage ofSchedule-Eii) For 'Rs' value of PVC bill, for supply rate of Structural steel will be paid as peritem No.253810- Rs.46/- Kg plus accepeted percentage of Schedule-E.

SIgnature  of the tenderer/Contractor

Page 150: SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION · SOUTH CENTRAL RAILWAY CONSTRUCTION ORGANISATION SECUNDERABAD NAME OF WORK: Nadikudi - SriKalahasti New BG line Project-– Proposed

02/CAO/C/SC/2016,dt:18.01.2016‐Item‐2 Page150

Sl.NO. USSR Description of item Qty Unit Rate Rs. Amount Rs.

1 033060 Supply and using cement at worksite :033062 OPC 53 grade 7865 MT 4600.00 36179000.00

(Items One (01) only)3,61,79,000.00

Total of Schedule-----> 'F' Rs.

NOTE:1. Tenderer is required to quote a uniform percentage AT PAR/ BELOW/ ABOVEover the total of the schedule 'F' both in figures and words. In case of any discrepancy inquoted percentage, the percentage quoted in words will be taken as final.

SOUTH CENTRAL RAILWAY

SCHEDULE 'F'( Items that are covered by IRUSSR 2010 for S.C.Railway)

Total --------> Rs.Add Contractor' s Percentage AT PAR/ABOVE/BELOW

NAME OF WORK:-Nadikudi - SriKalahasti New BG line Project-– Proposed Construction of Major bridge No.43 (1x12.20m PSC I- Girder at Ch:24978.00m), Br. No 50 (1x12.20 m PSC I Girder at Ch: 28053.00m), Br. No.53 (1x18.30 m PSC I- Girder at Ch: 29149.00m), Br. No. 59 (1x6.10 m PSC Slab +2x12.20 m PSC I Girder +1x6.10 m PSC Slab at Ch: 31316.00m) , Br. No. 63 B (3x5.00x6.00m RCC Box at Ch: 33527.00m) and PSC Bridge No. 65 - (1x9.15m PSC Slab at Ch: 34686.00m) with Open foundations, including protective works , miscellaneous works and earth work in approaches between Piduguralla ( New) and Rompicherla (Pro) stations.

Signature of the Tenderer/Contractor