· web viewfor jv firm – documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as...

200
Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 1 Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh NORTH WESTERN RAILWAY (SURVEY & CONSTRUCTION) TENDER DOCUMENT [Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 Dated – 28.01.2016] Name of work:- Construction of one bay PF shelter at Khinaniyan, Diplana, compound/Boundary wall in circulating area, white washing & painting work on newly constructed station buildings, Platform, FOB, LHS & level crossing duty huts and other residual works between Hanumangarh (including) Km 0.000 to Diplana (including) Km 88.000 section in connection with Suratpura - Hanumangarh - Sriganganagar gauge conversion project. OFFICE OF THE DEPUTY CHIEF ENGINEER, (CONSTRUCTION), NORTH WESTERN RAILWAY HANUMANGARH- (RAJASTHAN)

Upload: vuonghanh

Post on 12-May-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 1

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

NORTH WESTERN RAILWAY(SURVEY & CONSTRUCTION)

TENDER DOCUMENT[Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 Dated –28.01.2016]

Name of work:- Construction of one bay PF shelter at Khinaniyan, Diplana, compound/Boundary wall in circulating area, white washing & painting work on newly constructed station buildings, Platform, FOB, LHS & level crossing duty huts and other residual works between Hanumangarh (including) Km 0.000 to Diplana (including) Km 88.000 section in connection with Suratpura - Hanumangarh - Sriganganagar gauge conversion project.

OFFICE OF THE DEPUTY CHIEF ENGINEER,

(CONSTRUCTION),NORTH WESTERN RAILWAY

HANUMANGARH- (RAJASTHAN)

Page 2:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 2

TENDER DOCUMENT

Name of work:- Construction of one bay PF shelter at Khinaniyan, Diplana, compound/Boundary wall in circulating area, white washing & painting work on newly constructed station buildings, Platform, FOB, LHS & level crossing duty huts and other residual works between Hanumangarh (including) Km 0.000 to Diplana (including) Km 88.000 section in connection with Suratpura - Hanumangarh - Sriganganagar gauge conversion project..

1. Approximate cost of work : Rs. 3,41,80,780/-

2. Earnest Money : Rs. 3,20,910/-

3. Completion Period : 04 (Four) months

________________________________________________________________________

Tender sale closing date : 02.03.2016 upto 11.30 Hrs

Tender to be submitted : 02.03.2016 upto 15.00 Hrs Tender opening Date and time : 02.03.2016 at 15.30 Hrs.

NOT TRANSFERABLE

Issued by: DEPUTY CHIEF ENGINEER (CONST.) NORTH WESTERN RAILWAY, Hanumangarh Jn (Raj) 335512

Issued to: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ _ ___ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ __ _ _ _ _ _ _ _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 3:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 3

Name of work:- Construction of one bay PF shelter at Khinaniyan, Diplana, compound/Boundary wall in circulating area, white washing & painting work on newly constructed station buildings, Platform, FOB, LHS & level crossing duty huts and other residual works between Hanumangarh (including) Km 0.000 to Diplana (including) Km 88.000 section in connection with Suratpura - Hanumangarh - Sriganganagar gauge conversion project.

INDEX

S.No. Description Page No.From To

1 Section I --- Tender Form – First Sheet ( Forwarding letter from the tenderer while submitting the tender)

4 4

2 Section II ---- Tender Form – Second Sheet ( Instructions to the tenderer)

5 17

3 Section III --- Important Clauses of General Conditions of Contract.

18 31

4 Section IV--Special Conditions of Contract (General ) 32 38

5 Section V-- Safety Precautions during execution of work. 39 46

6 Section VI—Important Codal Provision for General Guidance.. 47 72

7 Model Quality Assurance Plan for POT-PTFE Bearing 73 80

8 Annexure I to XVI 81 100

9 Special Conditions of NS items 101 107

10 Schedules of approximate quantities 108 129

11 Offer Sheet 130 130

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 4:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 4

SECTION- ITENDER FORMS

Name of work:-Construction of one bay PF shelter at Khinaniyan, Diplana, compound/Boundary wall in circulating area, white washing & painting work on newly constructed station buildings, Platform, FOB, LHS & level crossing duty huts and other residual works between Hanumangarh (including) Km 0.000 to Diplana (including) Km 88.000 section in connection with Suratpura - Hanumangarh - Sriganganagar gauge conversion project.

ToThe President of IndiaActing through the ………………..……………………………………..North Western Railway

I/We …………………..have read the various conditions to tender attached here to and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 (Ninety) days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work for North Western Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 04 (four) months from the date of issue of letter of acceptance of the tender.2. I/We also hereby agree to abide by the General Conditions of Contract-2014 corrected up- to- date and to carry out the work according to the Special Conditions of Contract and Indian Railways Unified Standard Specifications (Materials and Works) Vol-I & II 2010 as corrected up-to-date, Unified Standard Schedule of Rates of North-Western Railway, 2010 as corrected up-to-date (for the present contract).3. A sum of Rs. 3,20,910/- (Rs Three lakhs twenty thousand nine hundred ten only) is herewith forwarded as Earnest Money. The full value of the Earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our tender is accepted and if:-

(a) I/We do not execute the contract documents within seven days after receipt of notice issued by the Railway that such documents are ready; and(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. I/We have downloaded this tender document from official website of North-Western Railway and a sum of Rs 10,000.00 is herewith forwarded as tender fee failing which my/our offer shall be summarily rejected. OR I/We have purchased the Tender Form from the office of …………………………………………… North Western Railway on payment of Rs………………….. as prescribed fee, vide…………………. (Receipt No.)

5. 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 Witness:- …………………………..(1)………………… Signature of Tenderer(s)

(2)………………… Date………..

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 5:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 5

SECTION-II

TENDER FORMS

Instructions to tenderers and conditions of tender: - 1. The following documents form part of tender /contract:-

(a) Tender forms – First Sheet and Second Sheet

(b) Special Conditions of Contract (enclosed)

(c) Schedule of approximate quantities (enclosed)

(d) General Conditions of Contract 2014 and Indian Railways Unified Standard Specifications (Materials and Works) Vol-I & II -2010 as amended/corrected up-to-date, copies of which can be seen in the office of Dy. Chief Engineer (Const) NW Railway Hanumangarh/ Chief Administrative Officer (Const), North Western Railway or obtained from the office of the Principal Chief Engineer, North Western Railway on payment of prescribed charges.

(e) Unified Standard Schedule of Rates of North Western Railway - 2010 as amended / corrected up-to-date, copies of which can be seen in the office of Dy Chief Engineer (Const) NW Railway Hanumangarh./Chief Administrative Officer (Const), North Western Railway or obtained from the office of the Principal Chief Engineer, North Western Railway on payment of prescribed charges.

(f) All general and detailed drawings pertaining to this work issued by the Engineer or his representatives (from time to time) with all changes and modifications.

2. Drawings for the work: - The general drawings for the work can be seen in the office of the Dy Chief Engineer (Const) NW Railway Hanumangarh and / or Chief Administrative Officer (Const) North Western Railway at any time during the office hours. Generally the drawings are only for the guidance of tenderer(s).

Detailed working drawings. (if required) based generally on the drawing mentioned above, will be prepared by the contractor and got approved from engineer. Structural drawing, where ever required, will be given by Railways from time to time.

3. The tenderer(s) shall quote his / their rates as a percentage above or below or at par the total value of tender. The quantities shown in the attached schedule are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway does not guarantee work under each item of the schedule.

4. Tenders containing erasures and / or alterations of tender documents are liable to be rejected. Any correction made by tenderer(s) in his / their entries must be attested by him / them.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 6:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 6

5. Earnest Money: (a) The tender must be accompanied by a sum of Rs. 3,20,910/- (Rs Three lakhs twenty

thousand nine hundred ten only) as earnest money deposited in terms of the provisions contained in para 5(e) of this section, failing which the tender shall not be considered.

(b) The tenderer(s) shall keep the offer open for a minimum period of 90 (Ninety) days from the date of opening of the tender. It is understood that the tender documents have been sold/issued to the tenderer(s) and the tenderer(s), is / are permitted to tender in consideration of the stipulation on his / their part that after submitting his / their tender subject to the period being extended further if required by mutual agreement from time to time, he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to the Chief Engineer…../Dy Chief Engineer/Const,NW Railway Hanumangarh, Should the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as Earnest Money for the due performance of the above stipulation, shall be forfeited by the Railway.

(c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted asSecurity Deposit for the due and faithful fulfillment of the contract. This amount of Security Deposit shall be forfeited if the tenderer(s) fail to execute the contract agreement within 7 days after receipt of notice issued by Railway that such documents are ready or to commence the work within 15 days after receipt of the order to that effect.

(d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be returned to the unsuccessful tender(s) (lead partner in case of JV) within a reasonable time but the Railway shall not be responsible for any loss or depreciation that may happen to the Security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon.

(e) The Earnest Money should be in cash or Bankers cheque/demand drafts in favour of FA & CAO/C, North Western Railway, Jaipur, executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.

Note:-For depositing cash, a letter from Dy.CE(C) concerned/issuing authority of tender may be taken for depositing money at station or cash office of this railway and after depositing the money, Money Receipt shall be enclosed in token of earnest money.

6. Rights of the Railway to deal with tender: - The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderers(s) shall demand neither any explanation for the cause of rejection of his /their tender nor the Railway to assign reasons for declining to consider or reject any particular tender or tenders.

6.1 System of tendering:-

6.1.1 Two Packet system: Following procedure shall be adopted for dealing with ’Two Packet System’ of tendering:

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 7:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 7

(a) With a view to assess the tenders technically without being influenced by the financial bids, ‘Two Packet System’ of tendering shall be adopted. . In this system, the tenderers shall submit their quotations/offers in two sealed envelopes; with one cover containing the Technical & Commercial offer and the other cover containing the Financial Bids. The first packet shall be with the objective of scrutinizing the capability, possession of appropriate machinery & equipments, financial strength, experience etc. of the tenderers.

(b) The technical details and commercial conditions shall be read out before the tenderers or their representatives at the time of opening of tenders and the same shall be evaluated by the Tender Committee. If the offers are found acceptable by the competent authority, the second packet shall be opened and the tenders shall be processed for finalization in the normal manner.

(c) However, if on the basis of information contained in the first packet, the Tender Committee needs clarification regarding designs, specifications etc. discussions may be held with each individual party/tenderer after obtaining approval of the Competent Authority.

(d) Details of the documents to be submitted in the First Packet (Technical & Commercial offer) are given in clause 23 of this section. The envelope containing the First Packet (Technical & Commercial Bid) shall be super-scribed as under :- First Packet (Technical & Commercial offer)Tender No. ……………………… Name of Work……………………

(e) In the Second Packet (Financial Bid) only schedule of approximate quantities and offers sheet of the tender documents duly filled in, stamped and signed by the tenderer (s) is to be submitted. The envelope containing the Second Packet (Financial Bid) shall be superscribed as under -

Second Packet (Financial Bid)

Tender No. …………………...Name of Work……………………

(f) Both of the envelopes containing ‘Technical & Commercial offer’ and ‘Financial Bids’ shall then be put together in common envelope and submitted as detailed in clause 11 of this section.

6.1.2 Single Packet tender: In case of Single packet tender, all the documents i.e. Technical & Commercial offer and Financial Bid shall be sealed in one envelope only and submitted in accordance with clause 11 of this section.

6.2 An affidavit is required to be submitted by all tenderers (as given in Annexure II). Based on this affidavit, Tender Committee will deliberate and decide eligibility of tenderers for first packet.

Second packet (Finance Bid) of only eligible tenderers will be opened and relevant documents of eligible tenderers will be got verified. The number of tenderers, whose documents are to be got verified, will be decided by the Tender Committee.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 8:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 8

If contents in documents submitted by tenderers are found to be incorrect/false action will be taken against such tenderers as per provisions contained in Affidavit submitted by them as annexure II.

7. If the tenderer(s) deliberately gives / 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.

8. If the tenderer(s) expires/expire after the submission of his / their tender or after the acceptance of his/their tender, the Railway shall deem such tender cancelled unless the firm retains its character..

9. Tenderer should submit the tender with due diligence after going through the tender documents and should sign and stamp the same. .

10. Offer sheet of the tender document shall be signed and stamped by the tenderer failing which the tender shall be summarily rejected.

11. Tender must be enclosed in a sealed cover, super-scribed “Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 Dated –28.01.2016 and must be sent by registered post to the address of Dy Chief Engineer/Const. North Western Railway, Hanumangarh or from the office of Chief Administrative Officer/Const, 5th Floor, North Western Railway , Head Quarters Office, Near Jawahar Circle, Malviya Nagar, Jaipur-302017 so as to reach his office not later than 15.00 Hours on the 02.03.2016 or deposited in the special box allotted for the purpose in the office of Dy Chief Engineer/Const. North Western Railway, Hanumangarh or from the office of Chief Administrative Officer/Const, 5th Floor, North Western Railway , Head Quarters Office, Near Jawahar Circle, Malviya Nagar, Jaipur-302017. This special box will be sealed at 15.00 hours on 02.03.2016. The tender will be opened at 15.30 hours on the same day. The tender papers will not be sold after 11.30 hours on 02.03.2016.

12. Execution of Contract Documents:- The successful tenderer (s) shall be required to execute an agreement with the President of India acting through the Deputy Chief Engineer/Const. NW Railway, Hanumangarh for carrying out the work according to General conditions of Contract, Special conditions of Contract annexed to the tender and Indian Railways Unified Standard Specifications (Work and Materials)Vol-I & II – 2010, USSOR-2010 of NWR as amended/corrected up-to-date.

The tenderer whose tender is accepted shall be required to appear in person at the office of the General Manager/ Chief Administrative Officer (Construction), or Dy Chief 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 issue of notice by Railway that the contract documents are ready. 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.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 9:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 9

If 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 thereupon 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.

13. 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.

14. (a) For participating in tendering process :- Power of Attorney, duly stamped and authenticated by a Notary Public from all partners of the firm in favour of one or more partners(s) or any other persons(s) as listed in Para 24 of this section.

(b) On award of work to successful tenderer :- One or more partners of the firm or any other persons(s) shall be designated as the authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a “Power of Attorney”, specifically authorizing him/them to sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate”, refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such “Power of Attorney” should be notarized/registered and submitted as listed in Para 23.2.2(b) of this section.

15. Employment/Partnership, etc., of Retired Railway Employees:- (a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer

working before his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in the Engineering or any other department of any of the railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired engineer or retired 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 case where such Engineer or Officer had not retired from Government service at least one year prior to the date of submission of the tender, 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 the case may be, or to take the employment under the contractor, has been obtained by the tenderer or the Engineer or 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. Tenders without the information referred above 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.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 10:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 10

(b) Should a tenderer or contractor have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) & employed in gazetted capacity in the Engineering or any other department of the North Western Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tenderer may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision of clause 62 of the General Conditions of Contract.

16 Omissions & Discrepancies: - Should a tenderer find discrepancies or omissions in the drawings or tender documents or should he be in doubt as to their meaning or should need a clarification about any item, he should at once notify the authority inviting tenders either through a registered letter or through e-mail at [email protected] so that the same is received by the tender inviting authority within 15 days from the date of uploading of tender documents on the official website. The tender inviting authority will post necessary amendments/clarifications, if required, on the website within 21 days of uploading of the tender documents on official website. Such amendments/clarifications shall be deemed to be the part of tender documents. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the 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.

17. Care in Submission of Tenders:-

(a) Before submitting a tender, the tenderer shall 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 tender forms are adequate and all inclusive in accordance with the provisions of Clause-37 of the General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(b) When work is tendered for by a firm or company, 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.

18. Right of Railway to deal with Tenders:- The Railway reserves the right 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.

19 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 :

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 11:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 11

I/we ………………………. do declare that in the event of failure of the contemplated

negotiations relating to Tender No. ………………….dated………….. opened on …..

………. my original tender shall remain open for acceptance on its original terms and

conditions upto the date specified in the tender or the date extended by mutual

agreement from time to time.

20 The tenderer/s are required to quote his/their rates as %(percentage) above/below /at par in figures and words (both) on the total value for tender as per the offer sheet annexure of the tender document and in case of discrepancy between rate quoted in figures and words, the rate quoted in words shall be taken into account. Rates quoted only in figure shall not be considered and the tender shall be summarily rejected.

21 Tender documents are not transferable.

22. MINIMUM ELIGIBILITY CRITERIA:- Only such tenderer(s) who satisfy the following eligibility criteria shall be considered:-

(i) Turnover:-Total contractual amount received during last three financial years and in the current financial year up-to-date of opening of tender should be minimum 150% of advertised tender value. Authentic Certificates shall be produced by the tenderer(s) to this effect which may be an attested certificate from the employer/client, Audited Balance Sheet duly certified by the Chartered Accountant etc.

(ii) Experience in similar nature of work:- The tenderer (s) should have completed in last three financial years and in

current financial year, at least one single work of similar nature for a minimum value of 35% of the advertised tender value. Following works will be treated as of similar nature:

“Any Civil Engineering Work”

NOTE: --

(a) Para 22(i) is self explanatory. Certificate issued by Chartered Accountants based on the audited balance sheets will also be accepted.( as per Annexure-VIII )

(b) For para 22(ii) , the criteria for completed works shall be as under :-

(i) Entire work has to be completed in all respects as per contract agreement. Part completed work shall not be considered.

(ii) Completion certificate should be as per proforma given in Annexure-IV-A or B, as applicable or in the format containing all information required as per the Annexure-IV-A or B. In case work is awarded to the tenderer by a Concessionaire as mentioned in (iii)(b) below, the completion certificate should be submitted as per performa given in Annex.IV-B.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 12:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 12

(iii) Completion certificate from following organizations shall only be considered:-

(a) For tenders costing below Rs.50.00 Crores.

The work(s) should have been directly awarded to the tenderer by Govt. Organization/ Semi Govt. Organization/ Public Sector Undertaking / Autonomous bodies/ Municipal Bodies

(b) For tenders costing Rs.50.00 Cr. and above The work(s) should have been directly awarded to the tenderer by Central/State Governments/Public Sector Undertaking/Public Funded Institutions/Municipal Bodies/Railways Siding owners/Concessionaire (to whom the work is awarded by Indian Railways/CPWD/NHAI/PWD/State Road Development Corporation on PPP/DBFOT or any other mode).Note:- The credentials of a wholly owned subsidiary of a parent company will also be considered in respect of works mentioned above if tender is submitted by the parent company.

(iv) Details of works physically completed is to be submitted in the proforma as per ‘Annexure-III’ as per para (iii) above.

(v) The value of completed work shall be reckoned from the total payment received by the tenderer from the organization completion certificates submitted in terms of note (ii) above.

(vi) The amount given at Sr. No. 9 in proforma vide Annexure-IV for the completion certificate will be the value of completed work, if nomenclature of work as given in completion certificate matches with similar nature work mentioned in 22(ii).

(vii) The amount mentioned at Sr. No. 10 in ‘Annexure-IV’ for the completion certificate shall be the value of completed work if the nomenclature of completed work includes additional components of work which are not matching with similar nature of works mentioned in 22(ii).

(viii) Certificate from private individuals for whom such works are executed shall not be considered for eligibility of tenderer for 22(ii) .

Note:- Any false certificate submitted by tenderer shall lead to forfeiture of EMD and further action as mentioned in affidavit at ‘Annexure-II’ will be taken.

(c) Conditional tenders are liable to be rejected straight away. Railway reserves the right

to reject such tenders summarily without assigning any reasons whatsoever.

23. The list of documents to be attached by the tenderer(s) for this tender:- 23.1 Following documents are common for all types of firms i.e. Sole proprietorship, Partnership, Limited Company or JV.

a) Firm details as per ‘Annexure-I’b) Affidavit as per proforma given in ‘Annexure-II’ (Mandatory) c) List of similar nature of works physically completed in all respects in current

and last three financial years directly awarded by Govt./Semi Govt./Public sector undertaking / Autonomous bodies /Municipal bodies/ Railways Siding owners/Concessionaire (to whom the work is awarded by Indian Railways/CPWD/NHAI/PWD/State Road Development Corpotation on PPP/DBFOT or any other mode). as per proforma given in ‘Annexure-III’

d) Attested copy of Completion Certificate of works mentioned in para (c) above from the Organizations with whom they worked as per proforma given in ‘Annexure-IV-A or B’ as applicable.(Mandatory)

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 13:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 13

e) List of works on hand as per proforma given in ‘Annexure-V’f) List of plants & Machinery available on hand (own) and proposed to be

inducted (own and hired to be given separately) for the subject work in ‘Annexure–VI’.

g) List of Personnel, Organization available on hand and proposed to be engaged for the subject work in ‘Annexure –VII’.

h) Earnest Money in proper form Earnest money should be in cash or bankers cheque/demand draft in favour of FA&CAO/C North Western Railway, Jaipur, executed by State Bank of India or any Nationalised Bank or by a Scheduled Bank . (Mandatory)

i) Demand draft/Bankers cheque towards the cost of tender documents in case tender documents are downloaded from website of North-Western Railway.(Mandatory)

j) (i) For Two Packet System of TenderFirst packet will contain complete tender documents except schedule of approximate quantities and offer sheet duly stamped & signed by the tenderer(s) as mentioned in INDEX. Second packet will contain schedule of approximate quantities and offer sheet duly filled in stamped & signed by the tenderer(s) (Mandatory).

(ii) For Single Packet System of Tender Complete tender documents duly filled in stamped & signed by the tenderer(s) (Mandatory)

k) Annual turnover for the last three years and current financial year with supporting documents required as per para 22(i) (Mandatory).

l) Self attested copy of Permanent Account Number (PAN) issued by Income Tax Department.

m) The tenderers are required to submit the test report of the stone ballast conforming to railways specifications as given in the condition no.7.2.2 of section-VI along with their offer, issued from the approved laboratory as listed in condition no 7.1.1(a) of section-VI in the tender documents otherwise their offer shall be summarily rejected. (This item will be applicable only for the tenders of supply of ballast) (Mandatory).

n) Any other document in support of his/their credentials/scheme

23.2 In addition to Para 23.1 above certain more documents are to be submitted by tenderers as per status of their firms and are mandatory. These documents are listed below –

23.2.1 For Sole Proprietorship firma) Affidavit as per ‘Annexure –IX’.b) Special power of Attorney as per proforma given in Annexure XIV to be

submitted by sole proprietor firm duly notarized.(Not required if tender documents are submitted by proprietor himself)

23.2.2 For Partnership firma) Self/Notary attested copies of Partnership deed. .

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 14:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 14

b) Special Power of Attorney as per proforma given in ‘Annexure-XIII’ to be submitted by Partnership firm. (Not required if one or more partners are authorized in Parternership deed to sign on behalf of the firm.)

23.2.3 For Limited Companya) Copy of Memorandum & Articles of Association of Company. b) Self /Notary attested copy of resolution passed by Board of Directors

authorizing its Director/Employee to deal with tender on behalf of company.c) Attested copy of Notarized Special Power of Attorney including ratification

clause duly signed by person authorized by the company vide (b) above as per proforma given in ‘Annexure-XV’.

23.2.4 For JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents are mandatorily to be submitted. a) Memorandum of Understanding of JV as per proforma given in ‘Annex-X’

b) Letter of consent as per proforma given in ‘Annexure-XI’ to be submitted

by a partnership firm participating as a Member of JV firm (wherever applicable).

c) Notary Certified copy of resolution passed by Board of Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors of Mangers 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.

d) Special Power of Attorney as per proforma given in ‘Annexure-XII’ to be submitted by Limited Companies or Sole Proprietor participating as member of JV firm (wherever applicable).

NOTE: BE IT KNOWN TO THE TENDERER THAT :- (a) No post tender submission of documents shall be permitted in respect

of item mentioned in item (b) below. However,only clarification can be called for by Railway in respect of any part / document submitted by the tenderer which shall be responded to by the tenderer within 10 working days of the date of issue of such letter for clarifications, failing which the offer shall be dealt with as per available documents.

(b) The documents required vide items 23.1(b)(d)(h)(i)(j)(k)(m) and 23.2 in above list are mandatory for submission with tender document. If any of these documents is not submitted alongwith tender, the offer shall be summarily rejected.

24. Instruction for submitting the tenders as Partnership Firms in works tender

24.1 The partnership firm should have been in existence or should have been formed prior to submission of tender.

24.2 The partnership firm should have PAN/TAN number in its own name and PAN/TAN number in the name of any of the constituents partners shall not be considered.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 15:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 15

24.3 Partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender.

24.4 The tender form shall be purchased and submitted only in the name of partnership firm and not in the name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The EMD submitted in the name of any individual partner or in the name of authorized partner(s) shall not be considered.

24.5 On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantees like Performance Guarantee, Guarantee for Mobilization advance, Plant and Machineries advance shall be submitted by the partnership firm and no splitting of guarantees among the partners shall be acceptable.

24.6 On issue of LOA, contract agreement shall be executed in the name of the firm only and not in the name of any individual partner.

24.7 Evaluation of eligibility of a partnership firm. Technical and financial eligibility of the firm shall be adjudged based on satisfactory

fulfillments of the eligibility criteria by the firm in its own name and style. Share of individual partners towards their performance in other firms shall not be considered.

However, if the partnership firm has executed certain works as a member of any JV, the value of completed works and contractual payments received by the partnership firm shall be reckoned only to the extent of the share of partnership firm in that JV.

25 Instructions for submitting the tender as JV firm in works tender.

25.1 JV firms will be permitted participation in tender costing rupees more than Rs. 10 crores.

25.2 Separate identity/name shall be given to the Joint Venture Firm. 25.3 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.

25.4 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.

25.5 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.

25.6 The Joint Venture Firm shall be required to submit Earnest Money Deposit (EMD) along with the tender forms in any form as per para 5(e) of TENDER FORMS (SECOND SHEET).

25.7 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 member 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

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 16:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 16

of JV Firm with foreign member(s), the Lead Member has to be an Indian Firm with a minimum share of 51%.

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

25.9 Similarly, after the contract is awarded, the constitution of JV firm shall not 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.

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

25.11 An account will be opened in any Schedule Bank / Nationalized Bank in the name of the Joint Venture firm which will be operated by the authorized representative of the JV firm. The name of the bank shall be intimated to the Railway by lead partner of the JV, and payment by the Railways shall be made to the said bank account only.

25.12 A copy of this 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 is enclosed as Annexure ‘X’ in this document).

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

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

25.14.1 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 Contract. The JV members shall also be liable jointly and severally for the loss,

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 17:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 17

damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof.

25.14.2 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.

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

25.15 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.

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

27. Technical eligibility criteria : 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 up to the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value.

ORIn case of composite works (e.g. works involving more than one distinct component such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges, substructure and superstructure etc.), at least 35% of the value of each such component of similar nature should have been satisfactorily completed by the JV firm or any one of the members of the JV firm in the previous three financial years and the current financial year up to the date of opening of tender.. In such cases, what constitutes a component in a composite work shall be clearly defined as part of the tender condition without any ambiguity.

NOTE:-

Value of a completed work done by a Member in an earlier partnership firm or a JV firm shall be reckoned only to the extent of the concerned member’s share in that partnership firm/JV firm for the purpose of satisfying his compliance of the above mentioned technical eligibility criteria in the tender under consideration.

28. 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.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 18:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 18

SECTION -III IMPORTANT CLAUSES OF GENERAL CONDITIONS OF

CONTRACT

Some important clauses of GCC are reproduced below in this section for general guidance of the tenderer. However, GCC 2014 with upto correction shall continue to govern the contract. (In case of any difference in description of clause reproduced herewith & GCC 2014, description of GCC 2014 shall prevail.)

1(1) Security Deposit (Clause No. 16 (1) of GCC): - The Earnest Money deposited by the Contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates for which are given below, may be deposited by the Contractor in cash or may be recovered by percentage deduction from the Contractor's "on account" bills. Provided also that in case of defaulting contractor the Railway may retain any amount due for payment to the Contractor on the pending "on account bills" so that the amounts so retained may not exceed 10% of the total value of the contract.

1(2) Recovery of Security Deposit (Clause No.16 (2) of GCC):- Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under:

(a) Security Deposit for each work should be 5% of the contract value,(b) The rate of recovery should be at the rate of 10% of the bill amount till the full

Security Deposit is recovered,(c) Security Deposits 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 BG (except Note (ii) below); FD etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the expiry of the maintenance period in all the cases other than Note (i) mentioned below and after passing the final bill based on No Claim Certificate with the approval of the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mentioned that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal ‘No Claim Certificate’ from the contractor concerned should be obtained.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 19:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 19

Note-(i) After the work is physically completed, Security Deposit recovered from the

running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

(ii) In case of contracts of value Rs 50 crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.

1(3) (Clause No.16 (3) of GCC):- No interest will be payable upon the Earnest Money and Security Deposit or

amounts payable to the Contractor under the Contract, but Government Securities deposited in terms of Sub-Clause (1) of this clause shall be payable with interest accrued thereon.

1(4) Performance Guarantee (P.G ) (Clause No.16 (4) of GCC):-The procedure for obtaining Performance Guarantee is outlined below: -

(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (Thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (Thirty) days and up to 60 days from the date of issue of LOA may be given by the authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(b) The successful bidder should give a Performance Guarantee 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 should 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

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 20:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 20

(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/Const. North Western Railway, Jaipur (free from any encumbrance)may be accepted.

Note–The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.

(c) 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.

(d) The value of PG 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 contact increases by more than 25% of 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.

(e) 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.

(f) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

(g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:-

i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clause/Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer.

iii) The contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India

Note:-(a) It should be insisted upon the contractors, suppliers etc. that Bank Guarantees(BGs) to submitted by them should be sent to the concerned authorities as directed by the issuing bank under Registered Post AD.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 21:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 21

(b) In exceptional cases, where the BGs are received through the contractors, suppliers etc., the issuing branch should be requested to immediately send by Registered Post AD an unstamped duplicate copy of the Bank Guarantee directly to the Railways with a covering letter to compare with the original BGs and to confirm that it is in order.

(c) MODEL FORM OF BANK GUARANTEE BOND FOR PG - As per Annexure-XVI.

2. FORCE MAJEURE CLAUSE (CLAUSE No. 17 of GCC) If at any time, during the continuance of this contract, the performance in whole or in

part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by fire, explosions, epidemics, strikes, lockouts or acts of God (hereinafter, referred to events) provided, notice of the happening of any such events is given by either party to the other within 30 days from the date of occurrence thereof, neither party shall by reason of such event, be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance of delay in performance, and works under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision of the Engineer as to whether the works have been so resumed or not shall be final and conclusive, PROVIDED FURTHER that if the performance in whole or in part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 120 days, either party may at its option terminate the contract by giving notice to the other party.

2 (1) Extension of time in contracts (Clause No. 17–A of GCC):Subject to any requirement in the contract as to completion of any portions or portions of the works before completion of the whole, the contractor shall fully and finally complete the whole of the works comprised in the contract (with such modifications as may be directed under conditions of this contract) by the date entered in the contract or extended date in terms of the following clauses:-

(i) Extension Due to Modification : If any modifications have been ordered which in the opinion of the Engineer have materially increased the magnitude of the work, then such extension of the contracted date of completion may be granted as shall appear to the Engineer to be reasonable in the circumstances, provided moreover that the Contractor shall be responsible for requesting such extension of the date as may be considered necessary as soon as the cause thereof shall arise and in any case not less than one month before the expiry of the date fixed for completion of the works.

(ii) Extension For Delay Not Due to Railway Or Contractor : If in the opinion of the Engineer the progress of work has any time been delayed by any act or neglect of Railway's employees or by other contractor employed by the Railway under sub-clause (4) of clause 20 of these conditions or in executing the work not forming part of the contract but on which contractor's performance necessarily depends or by reason of proceeding taken or threatened by or dispute with adjoining or to neighboring owners or public authority arising otherwise through the Contractor's own default etc. or by the delay authorized by the Engineer pending arbitration or in consequences of the contractor not having received in due time necessary

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 22:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 22

instructions from the Railway for which he shall have specially applied in writing to the Engineer or his authorized representative then upon happening of any such event causing delay, the Contractor shall immediately give notice thereof in writing to the Engineer within 15 days of such happening but shall nevertheless make constantly his best endeavours to bring down or make good the delay and shall do all that may be reasonably required of him to the satisfaction of the Engineer to proceed with the works. The contractor may also indicate the period for which the work is likely to be delayed and shall be bound to ask for necessary extension of time. The Engineer on receipt of such request from the contractor shall consider the same and shall grant such extension of time as in his opinion is reasonable having regard to the nature and period of delay and the type and quantum of work affected thereby. No other compensation shall be payable for works so carried forward to the extended period of time, the same rates, terms and conditions of contract being applicable as if such extended period of time was originally provided in the original contract itself.

(iii) Extension For Delay Due To Railways: In the event of any failure or delay by the Railway to hand over the Contractor possession of the lands necessary for the execution of the works or to give the necessary notice to commence the works or to provide the necessary drawings or instructions or any other delay caused by the Railway due to any other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract or alter the character thereof or entitle the contractor to damages or compensation therefore but in any such case, the Railway may grant such extension or extensions of the completion date as may be considered reasonable.

2.(2) 17-B Extension of time for delay due to contractor:- The time for the execution of the work or part of the works specified in the contract documents shall be deemed to be the essence of the contract and the works must be completed not later than the date(s) as specified in the contract. If the contractor fails to complete the works within the time as specified in the contract for the reasons other than the reasons specified in clause 17 and 17 -A, the Railway may, if satisfied that the works can be completed by the contractor within reasonable short time thereafter, allow the contractor for further extension of time (Proforma Annex-VII of GCC) as the Engineer may decide. On such extension the Railway will be entitled without prejudice to any other right and remedy available on that behalf, to recover from the contractor as agreed damages and not by way of penalty a sum equivalent to 1/2 of 1 % of the contract value of the works for each week or part of the week.

For the purpose of this clause, the contract value of the works shall be taken as value of work as per contract agreement including any supplementary work order/contract agreement issued. Provided also, that the total amount of liquidated damages under this condition, shall not exceed the under noted percentage value or of the total value of the item or groups of items of work for which a separate distinct completion period is specified in the contract.

(i) For contract value up to Rs. 2 lakhs - 10% of the total value of the contract.(ii) For contracts valued above Rs. 2 lakhs - 10% of the first Rs.2 lakhs and the 5% of the balance.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 23:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 23

Further competent authority while granting extension to the currency of contract under clause 17 (B) of GCC may also consider levy of token penalty as deemed fit based on the merit of the case.

Provided further, that if the Railway is not satisfied that the works can be completed by the Contractor and in the event of failure on the part of the contractor to complete the work within further extension of time allowed as aforesaid, the Railway shall be entitled without prejudice to any other right or remedy available in that behalf, to appropriate the contractor's security deposit and rescind the contract under clause 62 of these conditions, whether or not actual damage is caused by such default.

3. Provision of Efficient and Competent Staff at Work Sites by the contractor (Clause 26 of GCC)

3.1 The Contractor shall place and keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound & proper manner and shall employ only such supervisors, workmen & labourers in or about the execution of any of these works as are careful and skilled in the various trades.

3.2 The contractor shall at once remove from the works any agents, permitted sub-contractor, supervisor, workman or labourer who shall be objected to by the Engineer and if and whenever required by the Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him.

3.3 In the event of the Engineer being of the opinion that the Contractor is not employing on the works a sufficient number of staff and workmen as is necessary for proper completion of the works within the time prescribed, the contractor shall forthwith on receiving intimation to this effect deploy the additional number of staff and labour as specified by the Engineer within seven days of being so required and failure on the part of the Contractor to comply with such instructions will entitle the Railway to rescind the contract under Clause 62 of these conditions.

3A. Deployment of Qualified Engineers At Work Sites by the contractor: (Clause 26-A of GCC)

3A.1 The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder Engineer, based on value of contract, as may be prescribed by the Ministry of Railways (Para 3A.3) through separate instructions from time to time.

3A.2 In case the contractor fails to employ the Engineer, as aforesaid in Para 3A.1, he

shall be liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways (Para 3A.4) through separate instructions from time to time for the default period for the provisions, as contained in Para 3A.1.

3A.3 No. of qualified Engineers required to be deployed by the Contractor for various activities contained in this works contract shall be as under:-

(i) For tenders costing below Rs.50.00 Cr.1) Graduate Engineer – Minimum 1 Nos. 2) Diploma Engineer – Minimum 1 Nos.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 24:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 24

(ii) For tenders costing Rs.50.00 Cr. and above.1) Graduate Engineer – Minimum 2 Nos. 2) Diploma Engineer – Minimum 2 Nos.

Note:-Above provision will not be applicable to service contracts & supply contracts.

3A.4 Further for this work in case the contractor fails to employ the Qualified Engineer, as aforesaid in Para 3A.1 above, he, in terms of provisions of Clause 3A.2 to the Conditions of Contract, shall be liable to pay an amount of Rs. 40,000/- per Graduate Engineer, and Rs. 25,000/- per Diploma Engineer for each month or part thereof for the default period for the provisions, as contained in Para 3A.3 above respectively.

4. (1) Powers of modification to contract (Clause No 42 (1) of GCC) :- The Engineer on behalf of the Railway shall be entitled by order in writing to enlarge or extend, diminish or reduce the works or make any alterations in their design, character position, site, quantities, dimensions or in the method of their execution or in the combination and use of materials for the execution thereof or to order any additional work to be done or any works not to be done and the contractor will not be entitled, to any compensation for any increase/reduction in the quantities of work but will be paid only for the actual amount of work done and for approved materials supplied against a specific order.

4.(2) (Clause No 42 (2) of GCC) (i) Unless otherwise specified in the special conditions of

the contract, the accepted variation in quantity of each individual item of the contract would be up to 25% of the quantity originally contracted, except in case of foundation work. The contractor shall be bound to carry out the work at the agreed rates and shall not be entitled to any claim or any compensation whatsoever up to the limit of 25% variation in quantity of individual item of works.

(ii) In case of earthwork, the variation limit of 25% shall apply to the gross quantity of earth work and variation in the quantities of individual classifications of soil shall not be subject to this limit. (iii) In case of foundation work, no variation limit shall apply and the work shall be carried out by the contractor on agreed rates irrespective of any variation.

4.(3) Valuation of variations (Clause No 42 (3) of GCC) :- The enlargements, extensions, diminution, reduction, alterations or additions referred to in sub-clause (2) of this clause shall in no degree affect the validity of the contract but shall be performed by the Contractor as provided therein and be subject to the same conditions, stipulations and obligations as if they had been originally and expressively included and provided for in the specifications and drawings and the amounts to be paid therefore shall be calculated in accordance with the accepted schedule of rates. Any extra items/quantities of work falling outside the purview of the provisions of sub-clause (2) above shall be paid for at the rates determined under clause-39 of GCC.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 25:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 25

4.(4) Variation In Quantities During Execution Of Works Contract (Clause No 42 (4) of GCC):- The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:

1. 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.

2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered as 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 up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

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

(iii) Variation in quantities of individual item 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 of 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/C and approval of General Manger treating it as a single tender.

3. In cases where decrease is involved during execution of contract:

(a) The contract signing authority can decrease the items up to 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 the rank of SA grade will 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.

4. 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.

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

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 26:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 26

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

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

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

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

10. 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.

Note :-

(1) Variation in quantity of individual Minor value item beyond 100%:- 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 upto further 100%. (2) Above Note (1) would be applicable only for the contracts which have been finalised based on single percentage above/below the assessed cost of tender. If the contract includes itemized rates for all items separately, the variation beyond 100% in minor value items would be dealt on case to case basis with finance concurrence and approved by tender accepting authority. Normally this should be prohibited. In exceptional circumstances, detailed reasons should be recorded on file.

5. Price Variation Clause [Clause 46A of (GCC)]Applicability :- Price variation clause (PVC) shall be applicable only for the contracts of value (contract agreement value) Rs. 50 lakh and more irrespective of the contract completion period.

(i) Variation in quantities shall not be taken into account for applicability of PVC in the contract. Materials supplied free of cost by Railways to the contractors shall fall outside the purview of price variation clause. If , in any case, accepted offer includes some specific payment to be made to the consultants or some materials supplied by Railways free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of the price variation. Applicability of the PVC based on original contract is illustrated as under :-

If estimated value of a tender (NIT value) is Rs. 55 lakh, but value of the 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.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 27:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 27

Thus, variation in quantities after signing of the contract agreement is not relevant for deciding whether PVC is applicable to a contract or not.

(ii) The Base Month for ‘Price Variation Clause’ shall be taken as month of opening of tender including extensions, if any, However, if the rates quoted in negotiated tender are accepted, the base month for price variation clause shall be the month in which negotiations are held. . The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under consideration.

(iii) Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim shall be admissible on account of fluctuations in market rates, increase in taxes/any other levies/tolls etc. except that payment/recovery for overall market situation shall be made as per Price Variation Clause given hereunder.

(iv) Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner prescribed.

(v) Component of various items in a contract on which variation in prices be admissible, shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, Concreting, Ferrous, Non-ferrous, Insulator, Zinc, Erection etc. However, for fixed components, no price variation shall be admissible.

(vi) The percentages of labour component, material component, fuel component etc. in various types of Engineering Works shall be as under :

Component Percentage Component Percentage

(A) Earthwork Contracts:

Labour Component 50% Other Material Components

15%

Fuel Component 20% Fixed Component* 15%(B) Ballast and Quarry Products Contracts: Labour Component 55% Other Material

Components15%

Fuel Component 15% Fixed Component * 15%

(C) Tunnelling Contracts:Labour Component 45% Detonators Component 5%

Fuel Component 15% Other Material Components

5%

Explosive Component 15% Fixed Component * 15%

(D) Other Works Contracts : Labour Component 30% Fuel Component 15%

Material Component 40% Fixed Component * 15%

* It shall not be considered for any price variation.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 28:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 28

(viii) Formulae : The Amount of variation in prices in several components (labour material etc.) shall be worked out by the following formulae :

(i) L = W x ( L Q – L B ) x Lc

LB 100

(ii) M = W x (M Q – M B ) x Mc

MB 100

(iii) F = W x (F Q – F B ) x Fc__

FB 100

(iv) E = W x (E Q – E B ) x Ec

EB 100

(v) D = W x (D Q – D B ) x Dc_

DB 100

(vi) S = Sw x (SQ - SB)

(vii) C = Cv x ( CQ - CB)/CB

Where,

L Amount of price variation in Labour

M Amount of price variation in Materials

F Amount of price variation in fuel

E Amount of price variation in Explosives

D Amount of price variation in Detonators

S Amount of price variation in Steel

C Amount of price variation in Cement

Lc % of Labour Component

Mc % of Material Component

Fc % of Fuel Component

Ec % of Explosive Component

Dc % of Detonators Component

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 29:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 29

W Gross value of work done by contractor as per on-account bills(s) excluding cost of materials supplied by Railway at fixed price minus the price values of cement & steel. This will also exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment will be indicated in the contractor’s offer).

LB Consumer Price Index Number for Industrial Workers – All India –

Published in R.B.I. Bulletin for the base period.

LQ Consumer Price Index Number for Industrial Workers – All India – Published in R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.

MB Index Number of Wholesale Prices – By Groups and Sub-Groups – All commodities – as published in the R.B.I. Bulletin for the base period.

MQ Index Number of Wholesale Prices – By Groups and Sub-Groups – All commodities – as published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.

FB 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.

FQ Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel and Power as published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter under consideration.

EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period.

EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration.

DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period.

DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the average price index of the 3 months of the quarter under consideration.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 30:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 30

Sw Weight of steel in tonne, supplied by the contractor as per the ‘on-account’ bill for the month under consideration.

SQ SAIL’s (Steel Authority of India Limited) 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 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.

SB SAIL’s ex-works price plus Excise Duty thereof (in Rs. 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.

Cv Value of Cement supplied by Contractor as per on account bill in the quarter under consideration.

CB Index No. of Wholesale Price of sub-group (of cement & Lime) as published in RBI Bulletin for the base period.

CQ Index No. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin for the average price index of the 3 months of the quarter under consideration.

(ix) The demands for escalation of cost shall be allowed on the basis of provisional indices made available by Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be made as and when they become available.

(x) Relevant categories of steel for the purpose of operating Price Variation formula,as mentioned in this Clause, based on SAIL’s ex-works price plus Excise Duty thereof, shall be as under :

SL Category of Steel Supplied In Railway Work

Category of Steel Produced by SAIL Whose Ex-Works Price Plus Excise Duty could be adopted to determine price variation.

1 Reinforcement bars and other rounds

TMT 8mm 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 1, 2 & 3 above.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 31:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 31

(xi) Price Variation During Extended Period of contract

The price adjustment as worked out above, i.e. either increase or decrease shall be applicable upto the stipulated date of completion of work including the extended period of completion where such extension has been granted under clause 17-A of the General Conditions of Contract. However, where extension of time has been granted due to contractor’s failure under Clause 17-B of the General Condition of Contract, price adjustment shall be done as follows :-

(a) In case the indices increase above the indices applicable to the last month of original completion period or the extended period under Clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the last month of the original completion period or the extended period under clause 17-A of the General Conditions of Contract; as the case may be.

(b) In case the indices fall below the indices applicable to the last month of original/ extended period of completion under clause 17-A, as the case may be then the lower indices shall be adopted for the price adjustment for the period of extension under Clause 17-B of the General Conditions of Contract.

NOTE :- For calculation of price variation, cut-off date quarter for running bills/final bills will be as under :-

(a) In case of running bill, the date of measurement recorded in MB, shall be considered. If measurement date are more than one, then 1st date of measurement recorded in MB will be considered.

(b) In case of final bill, the date of completion or 1st date of measurement recorded in MB, whichever is earlier, will be considered.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 32:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 32

Section IV

SPECIAL CONDITIONS OF CONTRACT (General)

1 These special conditions and the work schedule shall govern the works to be executed under this contract in addition to and/or in part supersession of the General Conditions of Contract -2014 and Standard Specifications as laid down in the Indian Railways Unified Standard Specifications (Works and Material) -2010 as amended by correction slips on or before the opening of tender.

2 Where there is any conflict between the Special Conditions of Contract on one hand and Indian Railways Unified Standard Specifications (Works and Material) -2010 on the other hand, the former shall prevail.

3 Any special condition stated by the tenderer(s) in the covering letter submitted along with the tender shall be deemed as part of contract to such extent only as have explicitly been accepted by the Railway.

4 Use of Railway Land:4.1 Use of Railway land required by the contractor(s) for constructing temporary

offices, quarters, hutments etc. for the staff and for storing materials etc. would be permitted to him/them free of charge by Railway, if available. The location of these offices, hutments, stores etc., will be subject to the approval of the engineer or his authorized representative. The land will be restored to Railway by the contractor(s) in the same condition as when taken over or in vacant condition as desired by the engineer, after completion of the work or at any earlier day, as specified by the Engineer. The failure to do so will make the contractor(s) liable to pay the cost incurred by the Railway for getting possession of land.

4.2 The tenderer(s) shall also acquaint himself /themselves with the availability of land, working space for his/their works etc. The Railway will not acquire any land for the purpose of movement of vehicles of the Contractor/s for executing the work by the contractor/s.

5 Use of Private Land The Contractor will have to make his/their own arrangements for use of private land, outside Railway limits for due fulfillment of contract or for borrow pits, approaches, etc., directly with the land owners or local authority and to pay such rents if any as are payable as may be mutually agreed upon between them.

6 Figures, Dimensions, etc .

Figures, dimensions and drawings shall supersede measurements by scale and drawing to larger scale shall take precedence over those to a smaller scale. Special dimensions or directions in the specification shall supersede all else.

7 Plea of Custom

The plea of custom prevailing will not on any account be permitted as excuse for an infringement of any of the conditions of the contract or specifications.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 33:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 33

8 Taxes and Royalties

8.1 All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties’ etc payable by the Contractor(s) to the government or public body or local authority and no additional amount will be paid or claim entertained on this account by the Railway.

8.2 All taxes such as Income tax, Sales tax and other taxes as prescribed by Central/State Govt. from time to time shall be applicable. The Contractor shall be fully responsible for payments of all such taxes without any liability of Railway Administration. Deductions towards such taxes shall be made from the payments of the contractor in accordance with rules in force from time to time.

8.3 Income Tax :- The Railway will deduct income tax @ 2% of the gross amount and surcharge on income tax of each bill as prescribed by Government from time to time and such deduction of Income Tax shall be recovered while making payment to the Contractor/s. The settlement of income tax should be made by the contractor with the Income Tax authorities.

9 Notice to Public Bodies

The Contractor(s) shall give to the municipality, police and other authorities all notices that may be required by law and obtain all requisite licenses for temporary obstructions, enclosures and pay all fees, taxes and charges, which may be 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.

10. Damage by Accident, Floods or Tides The contractor shall take all precautions against damage from accident, floods or tides. No compensation shall be paid to the contractor for his plant or material lost or damaged by any cause whatsoever. The contractor shall make good the damages at his cost to any structure or part thereof by any cause during the course of the work.

11. SERVICE ROADS

The Contractor/s will be permitted to make use of existing service roads, or service roads constructed by the Railway for its use free of cost. New service roads required by the contractor/s either near the work site or elsewhere 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/s at his/their own cost. For the purpose of construction of service roads on railway land, permission will be given free of charge. If any land other than railway land is necessary to be acquired or to be entered upon, permission to enter in the land will have to be arranged by the contractor/s at his/ their cost. The contractor/s will not prefer any claim, whatsoever on this account. The Railway, however, reserves the right to make use of such service roads as may be constructed by the contractor/s without payment of any charges.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 34:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 34

12. EMERGENCY WORKS In the event of any accident or failure occurring in, on or about the work or arising out of or in connection with the construction, completion 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 carry out repairs if the Engineer considers that the contractor/s is/are not in a position to do so in time and charge the cost thereof, which will be determined by the Chief Administrative Officer (C), North Western Railway, to the contractor.

13.0 MAINTENANCE PERIOD

13.1 For Supply, consultancy and hiring items.The maintenance period is limited to date of completion of work

13.2 All works other than mentioned in clause 13.1 above.The tenderer(s) shall be required to maintain the work effectively for a period of six months from the date of completion as per Clause 47 of the General Conditions of Contract -2014 and no part refund of Security Deposit shall be permitted during the maintenance period mentioned above.

14. INSTRUCTIONS / DIRECTIVES OF THE ENGINEER'S REPRESENTATIVE.

14.1 The contractor shall at all times, execute the contract work only in the presence and under the supervision of the Engineer's Representative or a Railway employee specifically appointed on his behalf. No work under the contract shall ,therefore, be commenced by the contractor without the express permission of the Engineer’s representative.

14.2 The contractor shall always execute the work under this contract in strict compliance with the instructions/directives by the Engineer's representative. Any act of non-compliance with the instruction/directives issued by the Engineer's representative shall be considered as a default of the contractor where after the Railway shall be free to take further appropriate action as provided in the contract for dealing with such defaults of the contractors. The decision of the Engineer-in-charge whether there has been an act of non-compliance with the instruction/directives of the Engineer's representative for the purpose of this clause shall be final and conclusive.

14.3 The instructions/directives by the Engineer's representative shall not ,however, absolve the contractor of his responsibility or reduce his responsibility in any manner whatsoever in regards to maintaining at all times the safe working conditions at the work site.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 35:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 35

15. NON-COMPLIANCE WITH THE INSTRUCTIONS/DIRECTIVES OF THE ENGINEER'S REPRESENTATIVE .

15.1 The contractor shall always comply with the instructions/directives issued by the Engineer's representative from the time to time. In the event of any non-compliance with such instructions/directives, apart from and in addition to other remedies available to the Railway as specified herein above the Engineer's representative may employ at the works Railway's workmen with necessary equipment as considered appropriate and adequate by him to provide the requisite conditions for the safe and unhampered movement of Railway traffic. The decision of the Engineer's representatives in regard to the need of appropriateness and adequacy of the deployment of the Railway Workmen with necessary equipment shall be final and conclusive.

15.2 When the Railway workmen with necessary equipment are deployed in the above manner, recovery at the following rate shall be made from the contractor's dues under this contract or any other money of the contractor available with the Railway under this contract. The recovery for the total Railway Workmen Hours employed at the rate of Rs. 100/- (Rupees Hundred only) per Workmen-Hour irrespective of the type and grade of the Railway Employee actually employed. The aggregate period of the Workman-Hours for the above recoveries shall be reckoned from the time the Railway Workmen are actually deployed at the work site till the work is completed to the satisfaction of the Engineer's Representative whose decision in this regard shall be final and conclusive.

15.3 During the above-mentioned period of suspension of work, the contractor shall not in any manner attempt to carry out any work at the work site. Any such attempt of the contractor shall be deemed to be an unauthorized work on the work site. For such acts, the contractor shall then be liable for further appropriate action under the relevant provisions of the Indian Railway Act.

16. WARRANTYThe Contractor(s) shall warrant the materials supplied under this contract to be free of any defects in material and workmanship under ordinary use and service.

17. SHIFTING OF ELECTRICAL/TELEGRAPH WIRES.

In some stretches, high-tension grid towers /electric telegraph/telephones wires or posts etc. are to be shifted. It is expected that the electric lines/towers will be shifted in good time but in case, there is any delay on this account suitable extension in date of completion will be considered and given to the contractor for only the effected portion and no compensation whatsoever in this respect or due to the delay thus caused will be payable and contractor has to adopt such methods of execution of earthwork so as not to cause any damage to existing structure lines etc.

18. HANDING OVER OF SITE FOR WORK.The entire land required for this work is available. However, Railway may not hand over the entire land required for completion of this work for making bank/cutting or excavation to the contractor(s) due to any unavoidable reasons. Land may be handed over in different stretches, which may not be continuous. Contractor(s) will be

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 36:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 36

required to carry out the work in available stretches. If some stretch of land cannot be handed over to the contractor for borrowing earth or making bank/cutting within the contract period then suitable extension will be granted only for the affected portion without any payment of extra claim to the contractor.

19. MODE AND TERMS OF PAYMENT:

19.1 All payments will normally be made only for finished works on the basis of mode and terms of payments agreed upon and provided in the contract.

19.2 MANNER OF PAYMENT: Payment to the contractor will be made through Electronic Fund Transfer (EFT) for payment of running and final bills. The tenderers will also fill the Annexure-I indicating the bank account number, name of bank and bank specific code number (MICR/IFSC) as enclosed. The conditions and Annexure-I will be part of the tender document.

20. Accident/natural calamities:-

20.1 Vehicle and equipments of the contractor can be drafted by Railway Administration in case of accidents/natural calamities involving human lives.

20.2 For payment purpose, the item may be operated as New Non-Schedule (NS Item) as per existing norms and powers delegated .

20.3 Contractor may submit list of vehicles and equipment available with him.

21. MOBILIZATION ADVANCE (For Contract Value Rs. 25 Crores and Above) :-

21.1 This shall be limited to 10% of the contract value and payable in 2 stages as indicated below:-

Stage-I: - 5% of Contract Value on signing of the contract agreement. Stage-II: - 5% on mobilization of site-establishment, setting up offices, bringing in

equipment and actual commencement of work.

The two stages of advances shall be payable immediately after signing of contract documents and at the time of mobilization, respectively.

21.2 The rate of interest on ‘Mobilization Advance’ is @ 4.5% per annum above the Base Rate of State Bank of India as effective on the date of approval of payment of Mobilization Advance by the Competent Authority.

21.3 The Mobilization Advance Clause shall be restricted only for high value tenders of Rs. 25 crore and above.

21.4 The Mobilization Advance shall be against an irrevocable Bank Guarantee of value 110% of the sanctioned advance amount as per (a) & (b) below. The Bank Guarantee shall be from a Nationalised Bank in India or State Bank of India, all scheduled Banks in India, National Savings Certificate etc.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 37:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 37

(a) For works costing less than Rs. 50.00 Crores The mobilization shall be granted against a irrevocable bank guarantee which will be released only after full mobilization advance with interest will be recovered.

(b) For works costing Rs. 50.00 Crore & above.Mobilization advance can be granted against several bank guarantee. Individual Bank Guarantee can be refunded after the amount mentioned in the part B.G. has been recovered along with interest. BG will not be accepted in more than 5 parts. However, amount of each BG shall not be less than Rs. 1 Cr.

21.5 Method of Recovery of Interest:

“Interest will be recovered on the advance outstanding for the period commencing from the date of the payment of advance till date of particular on account bill (through which recovery of principal is effected) and adjusted fully against on account bill along with pro-rate principal recovery. In the event of the any shortfall the same will be carried forward to the next on account bill and will attract interest @ 4.5% per annum above the Base Rate of State Bank of India as effective on the date of approval of payment of mobilization advance by the Competent Authority.

22.0 Stage Payment on supply of steel in the Works Contract (For contract value Rs. 15.00 crores & above) :-

Stage payment for steel physically brought by the contractor to the site (even before its actual use in work) can be made subjected to following conditions:-

(a) The material shall be strictly in accordance with the contract specifications.

(b) The material shall be delivered a site and properly stored under covered sheds in measurable stacks.

(c) The quantities of materials shall be brought to the site only in such installments that would facilitate smooth progress of work and consumed in reasonable time.

(d) Proper accountal in the material register to be maintained in the prescribed format at the site for the receipt and use of the material.

(e) Ownership of such material shall be deemed to rest with the Railways for which the contractor should submit an indemnity bond in prescribed format.

(f) Before releasing the stage payment, the contractor shall insure the material at his own cost in favour of Railways against theft, damages, fire etc.

(g) Stage payment in all such cases shall not be more than 75% of the rate of steel awarded in the contract. The balance payment shall be released only after the material is actually consumed in the work.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 38:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 38

(h) The price variation claim for steel would continue to be governed as per extant PV clause and with reference to delivery at site.

23.0…Incentive Bonus Payment Clause (For Plan head Doubling and Traffic Facilities works only)

Considering the need of early and time bound completion of throughout enhancement works primarily those coming under the Plan Heads Doubling and Traffic Facilities’ , an Incentive Bonus Payment can be made in these works subjected to following conditions -

(a) The incentive bonus payable shall not be more than 1% of the initial contract value or revised contract value whichever is less for every one month of early completion ahead of the original completion period or revised completion period whichever is less.

(b) The maximum incentive payable shall not be more than 6% of the original contract value or revised contract value whichever is less.

(c) This incentive scheme shall not apply if extension to the original completion period is given irrespective of on whose account (Railways account or contractors account).

(d) Period less than a month will not be reckoned for the incentive bonus calculation.

24.0 In case of any difference in the description of any NS item in tender schedule and the special conditions for that NS item, the description of that NS item intender schedule shall prevail over the special conditions.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 39:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 39

SECTION-V

(SAFTY PRECAUTIONS)

Safety Precautions to be Taken during execution of work,

1.0 Safe working of contractors (Extract of para 826 of IRPWM) :– 1.1 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 are 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 acknowledged 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 look out 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 supervisor as per Performa annexed shall be issued by AXEN/XEN, 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 site specific instructions, wherever considered necessary shall be issued by the Engineer in Charge.

1.2 PLYING OF ROAD VEHICLES AND WORKING OF MACHINERIES CLOSE TO RUNNING TRACKS

(i) Normally, the road vehicles shall be run or machinery shall be worked so as not to come closer than 6.0m from centre line of nearest running track.

(ii) The land strip adjacent to running tracks, where road vehicle is to ply or machinery is to work, shall be demarcated by lime in advance in consultation with the Railway’s Supervisor. Wooden pegs at interval not exceeding 75mts shall be provided along the line marking as permanent marks. The road vehicles shall ply or machinery shall work so as not to infringe the line of demarcation.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 40:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 40

(iii) 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.

a. In no case the road vehicle shall run or machinery shall work at distance less than 3.5m from centreline of track.

b. Demarcation of land shall be done by bright coloured ribbon/nylon chord suspended on 75cm high wooden/bamboo posts at distance of 3.5 m from centreline of nearest running track.

c. Presence of an authorized Railway’s representative shall be ensured before plying of vehicle or working of machinery.

d. 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.

e. 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 the road vehicle/machinery users about the approaching trains.

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

(iv) If vehicle/machinery is to be worked closer to 3.5m from running track.

Under unavoidable conditions, if road vehicles is to ply or machinery is to work closer to 3.5m due to site conditions or requirement of work, following precautions shall be observed:

a. Plying of vehicles or working of machinery closer to 3.5m of 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 case may be.

b. Presence of a Railway’s Supervisor shall be ensured at worksite.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 41:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 41

c. 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.

(v) Precaution to be taken while reversing road vehicle along side the track.

The location where vehicle will take a turn shall be demarcated duly approved by Railway’s representative. The road vehicle driver shall always face the Railway track during the course of turning/reversing his vehicle. Presence of an authorized Railway representative shall be ensured at such location.

(vi) Road vehicle shall not be allowed to run along the track during night hours generally. In unavoidable situations, however, vehicles shall be allowed to work during night hours only in the presence of an authorized Railway’s representative and where adequate lighting arrangements are made and where adequate precautions as mentioned earlier have been ensured.

(vii) Road vehicles/machinery/plant etc. when stabled near running tracks shall be properly secured against any possible roll off and always be manned even during off hours.

1.3 EXECUTION OF WORKS CLOSE TO OR ON RUNNING LINES(i) Any work close to or on running tracks shall be executed under the presence of a

Railway’s Supervisor only.(ii) Precaution to be taken to ensure safety of trains while execution of work close

to the running line or on running lines.

a. Such works shall be planned and necessary drawings particularly with regard to infringement to moving dimensions shall be finalized duly approved by competent authority before execution of work. The work shall be executed only as per approved procedure and drawings.

b. All temporary arrangements required to be made during execution of work shall be made in such a manner that moving dimension do not infringe.

c. Suitable speed restriction shall be imposed or Traffic block shall be ensured as required.

d. The site shall be protected as per provisions of Para No. 806 & 807 of Indian Railway P-Way Manual as case may be

e. Necessary equipment for safety of trains during emergency shall be kept ready at site.

(iii) Precaution to be taken to ensure safety of electrical/signal/ telephone cables while excavating near tracks.

a. Particular care shall be taken to mark the locations of buried electrical/signal/telephone cables on the plans jointly with S & T/Electric supervisor and also at site so that these are not damaged during excavation.

b. Copy of the cable plan should be given to the contractor’s authorised representative before handing over the site to start the work.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 42:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 42

c. Due care shall be taken to ensure that any part of the equipment or machinery or temporary arrangement does not come close to cables while working.

(iv) Precaution to be taken during execution of works requiring traffic blocks.

a. Any work, which infringes the moving dimensions, shall be started only after the traffic block has been imposed.

b. Before closing the work, the track shall be left with the proper track geometry so that the trains run safely.

c. After completion of work the released sleeper and fittings should be properly stacked away from the track to be kept clear of moving dimensions.

d. Block shall be removed only when all the temporary arrangement, machineries, tools, plants etc. have been kept clear of moving dimensions.

(v) Precaution to be taken during execution of works during night.

The work close to running line, generally, shall be carried out only during day hours. At locations, however, where night working is unavoidable, proper lighting arrangement should be made. The engineering indicator boards shall be lighted during night hours as per the provisions of IRPWM. The staff deputed for night working should have taken adequate rest before deploying them in night shift. We can specify duration of night shift from 20.00 hrs to 04.00 hrs. All other safety precautions applicable for day time work should be strictly observed during night working.

(vi) Precautions to be taken to ensure safety of workers while working close to running lines.

a. Necessary lookout men with red flags and whistles shall be provided to warn the workmen about the approaching train.

b. Railway’s supervisor shall issue suitable caution order to Drivers of approaching train for whistling to warn the workers about the approaching train. Whistle boards shall be provided wherever considered necessary.

c. A “First aid kit” shall always be kept ready at site.

(vii) Precaution shall be taken for safety of public or passengers ,while executing works at locations, used by passengers and public,.

The worksite shall be suitably demarcated to keep public and passengers away from work area. Necessary signage boards such as “Work in progress. Inconvenience is regretted” etc. shall be provided at appropriate locations to warn the public/ passengers. Adequate lighting arrangement of worksite wherever required shall be done to ensure safety of public/passengers during night.

(viii) Precaution to be taken before stacking materials along side the track to ensure that safety of trains is not affected.

The following precautions shall be taken before stacking the materials along the track for stacking of ballast, rails, sleepers etc.

a. The sites for material stacking should be selected in advance in such a manner as to ensure that no part of the material to be stacked is infringing the Standard Moving

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 43:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 43

Dimensions. A plan of proposed stacking locations be made and signed jointly by an authorized Railway’s representative and contractor’s representative.

b. The selected locations shall be marked by lime in advance.

c. Presence of an authorized Railway’s representative while unloading and stacking shall be ensured.

d. The material shall be stacked in such a height so as to not to infringe SOD in case of accidental roll off.

1.4 PROTECTION OF TRACK DURING EMERGENCY

(i) Action to be taken when a contractor’s supervisor or vehicle operator apprehends any unusual circumstances likely to infringe the track and endanger safe running of trains.

At any time if a contractor’s supervisor or vehicle operator observes any unusual circumstances likely to infringe the track and apprehend danger to safe running of track, he shall take immediate steps to advise a Railway official of such danger and assist him in protection of track.The track shall be protected as under. One person shall immediately plant a red flag (red lamp during night) at the spot and proceed with all haste in the direction of approaching train with a red flag in hand (red lamp during night) and plant a detonator on rail at a distance of 600m from the place of obstruction of BG track (400m for MG track) after which he shall further proceed for not less than 1200m from the place of obstruction from BG track (800m for MG track) and plant three detonators at 10m apart on rails. After this he shall display the red flag (red lamp during night) at a distance of 45m from the detonators.Attempts shall also be made to send an advice to nearest Railway station about the incident immediately.

(ii) Action to be taken if train is seen approaching to site of danger and there is no time to protect the track as per guidelines mentioned above.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 44:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 44

In such a case the detonators shall be planted on rails immediately at distance away from place of danger as far as possible and attention of driver of approaching train shall be invited by whistling, waving the red flag vigorously, gesticulating and shouting.

(iii) What action shall be taken if more than one track is obstructed.

a. In case of single line protection as above shall be done in both the directions from place of danger.

b. In case of double line or multiple lines, if other tracks are also obstructed, the protection as above shall be done for other track also.

c. The protection shall be done in that direction and on that track first on which train is likely to arrive first.

d. The Contractor’s Supervisors, Operators and lookout men shall be properly explained about the direction of trains on running tracks.

(iv) Equipment required for protection of track.

Minimum compliment of protection equipment i.e. 10 detonators, 4 red hand flags, 4 red hand lamps, 4 banner flags and whistles etc. shall always be kept ready at worksites for use in case of emergency. Railway will arrange to provide detonators, whereas Contractor shall arrange other equipment at his own cost.

(v) Arrangement of lookout men and competency required for lookout man to warn labour about approaching train.

a. Contractor will provide lookout men.

b. The lookout men shall be properly trained in warning to staff at worksite about approaching train.

c. Only those lookout men shall be provided at site who have been issued with a competency certificate by the Railway’s Supervisor.

d. In case, it is felt necessary to provide lookout men by Railway, the charges for the same as fixed by Railway Administration shall be recovered from Contractor.

1.5 Training to Supervisors and Operators of Contractor.

The Supervisors and Operators of the contractor proposed to be deployed at wok site, which is close to the running track, shall be imparted mandatory training by the Railway at site free of cost about the safety measures to be adopted while working in the vicinity of running track. Engineer-in charge of the work shall decide the scale, extent & adequacy of training. In case training is imparted at a recognized Railway training institute, the charges for the same, as decided by Railway, shall be recovered from contractor. A competency certificate to this effect to the individual Supervisor/Operator shall be issued as given below, by a Railway Officer not below the rank of Assistant Officer. No Supervisor/Operator of the Contractor shall work or allowed to work in the vicinity of running track that is not in possession of valid competency certificate.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 45:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 45

All the labour, materials, tools, plants etc. except detonators, required for ensuring safe running of trains shall be provided by Contractor at his own cost. Wherever lookout men are provided by Railway, charges at the rate of Rs. 500/- per man day shall be recovered from Contractor.

COMPETENCY CERTIFICATE

Certified that Shri ____________________________________ Supervisor/Operator

of M/s. __________________________________ has been trained and examined in

safety measures to be followed while working in the vicinity of running railway

track for the work _________________________________. His knowledge has

been found satisfactory and he is capable of supervising the work safely.

This certificate is valid only for the work mentioned in this certificate only.

Signature and designation of the officer

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 46:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 46

SECTION-VI

IMPORTANT CODAL PROVISIONS

These are Important Codal Provisions for General Guidance. However, work will be

carried out as per relevant codes.

1.0 Earthwork

1.1 Earthwork in embankment/blanketing

(a) For Earthwork in formation for Gauge conversion projects RDSO’s guide line for

Earthwork in Railway projects GE G-1 with latest amendment will be applicable.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 47:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 47

(b) For earthwork in formation/ blanketing for New Line and doubling projects guide line &

specifications for design of formation for Heavy Axle Load GE-0014 will be

applicable.

1.2 Earthwork in cuttings :-

For earthwork in cutting RDSO guide line for cutting in Railway formation GE G-2 with latest

amendment will be applicable.

1.3.0 Quality Control of Compacted Earth / Blanket layer

1.3.1 Compacted Earth: Degree of compaction of each layer of compacted soil

should be ascertained by measurement of dry density / Relative Density of soil at

locations selected in specified pattern. The method of sampling, frequency of

tests, method of tests to be conducted and acceptance criteria to be adopted are as

under.

a) Method of Sampling :

Various methods of selection of sample points for check of in-situ dry

density are in vogue. The sampling adopted has to be such that

effectiveness of proper compaction having been done for the entire area

under consideration can be judged. For this, the Engineer will lay down in

detail the method to be adopted in detail depending on site conditions and

accordingly records of checks done are to be properly maintained.

However, in absence of such procedure laid down, following method

should be adopted.

(b) Suggested Method of Sampling: For each layer, a minimum of one

sample at a predetermined interval (in compliance with the requirement)

along the centre line of the alignment, would be taken in a staggered pattern

so as to attain a minimum frequency of tests as given in sub para 1.4.1 “b” .

For subsequent layer, the stagger should be such that the point of sampling

does not fall vertically on the earlier sampling points of the layer

immediately below. Additional sampling points can be taken, as considered

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 48:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 48

necessary.

1.4 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.

i) 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.

ii) Quality Assurance Test on Compacted Layer : Quality Assurance Tests are required to be

conducted on part completion stages of formation, prior to clearing for further earthwork, track

linking work:

Heavy Proctor test is required to be conducted to determine the Maximum Dry Density of soil as

per IS: 2720 (part 8). In-situ density is measured in the field by Sand Replacement Method (IS:

2720 – part 28) or Core Cutter Method (IS: 2720 – part 29) to calculate the degree of

compaction. this shall be determined in laboratory as per BIS procedure with the specified

frequency of earthwork quantity, as envisaged in ‘Guidelines of Earthwork in Railway Projects,

GE:G-1, July, 2003.

Brief procedure of these above tests has been given in Annexure-2 of GE-0014.

1.4.1 Frequency of Quality Assurance Tests

a) CBR test for selection of formation materials and other tests required for ensuring conformation of the materials (blanket, subgrade) as per specification e.g. size gradation, Cu, Cc, Los Angles Tests, OMC/MDD etc. shall be conducted at following frequency :

i) Embankment Fill : one set of tests for every 5000 cum.

ii) Prepared subgrade : 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

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 49:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 49

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 Subgrade: one density measurement at every 200 sqm

surface area of each compacted layers.

iii)In case of bank widening, sampling should be done at an interval of minimum

200 metres on widened side(s) of embankment.

1.5 RECOMMENDED SPECIFICATIONS OF BLANKET MATERIAL (Mandatory)

1.5.1 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 subgrade/subgrade layer just below blanket

layer, as given below :

Criteria–1: D15 (blanket) < 5 x D85 (sub-grade)

Criteria–2: D15(blanket) > 4 to5 D15 (sub-grade)

Criteria–3: D50(blanket) < 25 x D50 (sub-grade)

1.5.2 Filter Criteria is optional, at present. This can be adopted with the experienced gained of its compliance for different types of soils with blanket.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 50:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 50

Table-5:Grading Percentage of Blanket Material

SL IS Sieve Size Percent Passing (by weight)

1 40mm 1002 20mm 80-1003 10mm 63-854 4.75mm 42-685 2mm 27-526 600micron 13-357 425micron Oct-328 212micron Jun-22

Fig.9:Enveloping Curves for Blanket Material

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 51:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 51

2.0 Cement Concrete work

2.1 IRS code of Practice for plain, reinforced & Pre-stressed concrete will be apply for General Bridge

construction.

2.2 For Road bridges, the construction shall comply with the standard specifications and Codes of

Practices for Road Bridges issued by Indian Road Congress.

2.3 For building & other construction works provisions of Plain and Reinforced Concrete Code of

Practices IS-456-2000 will be followed.

2.4 MATERIALS

2.4.1 General : Water, cement, lime and fine aggregate shall be as specified in Chapter 26 ‘Mortar’ of

Unified Standard Specifications for Works & Materials. Fine aggregates are divided into four

Zones as described in Table 26.1 of Chapter 26 of Unified Standard Specifications for Works &

Materials. Most of the natural sand found in the country has grading corresponding to one or other of

these zones. Typical good sand falls in Zone II Grading. However Finer Sand (Zones III and IV) and

Coarse sand (Zone I) may be used with suitable adjustments in the ratio of quantities of Fine to Coarse

aggregates as indicated in Table 3.15 of Unified Standard Specifications for Works & Materials

for Nominal Mix Concrete. Fine sand coming under Zone IV grading should not be used except

where the concrete is closely controlled by the use of Design Mix. With nominal mix concrete, it is

not advisable to use Zone IV Sand under any circumstances and Zone I sand should be avoided if a

lean concrete mix is desired.

2.4.2 Coarse Aggregate

2.4.2.1 Size and Grading

(i) Stone aggregate and gravel

It shall be either graded or single sized as specified. Nominal size and grading shall be as

under:

(a) Nominal sizes of graded stone aggregate or gravel shall be 40, 20, 16, or 12.5 mm as

specified. For any one of the nominal sizes, the proportion of other sizes as determined by the method

prescribed in Annexure 3.1 of Unified Standard Specifications for Works & Materials shall be in

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 52:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 52

accordance with Table.3.1 below.

TABLE 3.1 of Unified Standard Specifications for Works & Materials

GRADED STONE AGGREEGATE OR GRAVEL

IS Sieve

Designation

Percentage passing (by weight) for nominal size of

40 mm 20 mm 16 mm 12.5 mm

80 mm 100 - - -

40 mm 95 to 100 100 - -

20 mm 30 to 70 95 to 100 100 100

16 mm - - 90 to 100 --

12.5 mm - - - 90 to 100

10 mm 10 to 35 25 to 55 30 to 70 40 to 85

4.75 mm 0 to 5 0 to 10 0 to 10 0 to 10

(b) Nominal sizes of single sized stone aggregate or gravel shall be 63, 40, 20, 16, 12.5 or 10

mm as specified. For any of the nominal size, the proportion of other sizes as

determined by the method prescribed in Annexure 3.1 of Unified Standard

Specifications for Works & Materials shall be in accordance with Table.3.2 below.

TABLE 3.2 of Unified Standard Specifications for Works & Materials

SINGLE SIZED (UNGRADED) STONE AGGREGATE OR GRAVEL

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 53:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 53

IS Sieve

Designation

Percentage passing (by weight) for nominal size of

63 mm 40 mm 20 mm 16 mm 2.5 mm 10 mm

80 mm 100 -- -- -- -- --

63 mm 85-100 100 - - - -

40 mm 0-30 85-100 100 - - -

20 mm 0-5 0-20 85-100 100 - -

16 mm -- - - 85-100 100 --

12.5 mm -- - - - 85-100 100

10 mm 0-5 0-5 0-20 0-30 0-45 85-100

4.75 mm -- - 0-5 0-5 0-10 0-20

2.36 mm -- - - - - 0-5

(c) When stone aggregate or gravel brought to site is single sized (ungraded), it shall be mixed

with single size aggregates of different sizes in the proportion to be determined by field tests to

obtain graded aggregate of specified nominal size. For the required nominal size, the

proportions of other sizes in mixed aggregate as determined by the method prescribed in

Annexure 3.1 of Unified Standard Specifications for Works & Materials shall be in

accordance with Table 3.1 above.

2.4.3 Construction Joints

2.4.3.1 Construction joints for structures other than bridges will be provided as under

(based on para 4.4.5 of Indian Railway Unified Standard Specifications (works

& materials):-

(a) Concreting shall be carried out continuously up to the construction joints, the

position and details of which shall be as shown in structural drawing as

directed by the Engineer. Number of such joints shall be kept minimum. The

Joints shall be kept at places where the shear force is the minimum. These

shall be straight and shall be at right angles to the direction of main

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 54:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 54

reinforcement

(b) In case of columns the joints shall be horizontal and 10 to 15 cm below the

bottom of the beam running into the column head. The portion of the column

between the stepping off level and the top of the slab shall be concreted with

the beam.

(c) When stopping the concrete on a vertical plane in slabs and beams an approved

stop-board shall be placed with necessary slots for reinforcement bars or any

other obstruction to pass the bars freely without bending. The construction

joints shall be keyed by providing triangular or trapezoidal filler nailed on the

stop-board. Inclined or feather joints shall not be permitted. Any concrete

flowing through the joints of stop-board shall be removed soon after the

initial set. When concrete is stopped on a horizontal plane, the surface shall be

roughened and cleaned after the initial set.

(d) When the work has to be resumed, the joint shall be thoroughly cleaned with

wire brush and loose particles removed..

(e) Fig. 4.2, in Chapter-4 of Indian Railway Unified Standard Specifications

(Works & Materials) may be referred to comply with above details for

construction joints.

2.4.3.2Construction Joints shall be avoided as far as possible and in no case the locations of such joints shall

be changed or increased from those shown on the drawings, except with express approval of the

Engineer. The joints shall be provided in a direction perpendicular to the member axis.

Location, preparation of surface and concreting of construction joints shall conform to the additional

specifications given in Appendix-A of IRS – Concrete Bridge Code (Clause 8.5.3) which is

reproduced below -

(a) Construction joints should be positioned to minimise the effect of the discontinuity on the durability, structural integrity and appearance of the structure.

(b) As far as possible, joints should be positioned in non-aggressive zones, but if aggressive zones cannot be avoided, joints should be sealed.

(c) Joints should be positioned where they are readily accessible for preparation and concreting, the preparation of the joints is more likely to be satisfactory where the cross section is relatively small and where reinforcement is not congested.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 55:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 55

(d) As far as possible, joints for fairfaced concrete should be located where they conform with the architectural features of the construction. Unless they are masked in this way, the position of the joints are always obvious, even when the concrete is given a textured finish.

(e) If substantial changes in the cross section of a member are necessary, the joints should be formed where they minimise stresses caused by temperature gradients and shrinkage.

(f) Joints should be located away from regions of maximum stress caused by loading, particularly where shear and bond stress are high. Construction joints between slabs and ribs in composite beam should be avoided. As a general rule, joints in column are made as near as possible to the beam hunching, joints in beams and slabs should normally be made at the centre or within the middle third of the span.

(g) The minimum number of joints should be used and their construction should be simple. They should be either horizontal or vertical, because concreting sloping surfaces are usually unsatisfactory.

(h) Where concrete is placed in vertical members e.g. walls, columns and the like, the lift of concrete shall finish level or at right angles to the axis of the member, the joint line matching the features of the finished work. Concreting shall be carried out continuously upto the construction joint.

(i) Laitance, both on the horizontal and vertical surfaces of the concrete, should be removed before fresh concrete is cast. The surface should be roughened to promote good adhesion. Various methods for removal can be used but they should not dislodge the coarse aggregate particles. Concrete may be brushed with a stiff brush soon after casting while the concrete is still fresh, and while it has only slightly stiffened.

(j) If the concrete has partially hardened, it may be treated by wire brushing or with a high pressure water jet, followed by drying with an air jet, immediately before the new concrete is placed.

(k) Fully hardened concrete should be treated with mechanical hand tools or grill blasting, taking care not to split or crack aggregate particles.

(l) The best time for treating the joint is a matter of judgement because it depends on the rate of setting and hardening (which is itself dependent on the temperature of the concrete). Before further concrete is cast, the surface should be thoroughly cleaned to remove debris and accumulated rubbish, one effective method, being air jet.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 56:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 56

(m)Where there is likely to be a delay before placing the next concrete lift, protruding reinforcement should be protected. Before the next lift is placed, rust, loose mortar or other contamination should be removed from the bars and where conditions are particularly aggressive and there has been a substantial delay between lifts, the concrete should be cut back to expose the bars for a length of about 50mm to ensure that contaminated concrete is removed.

(n) In all cases, when construction joints are made to essential it is to ensure that the joint surface is not contaminated with release agents, dust or curing membrane, and that the reinforcement is fixed firmly in position at the correct cover.

(o) When the form work is fixed for the next lift, it should be inspected to ensure that no leakage can occur from the fresh concrete. It is a good practice to fix a 6mm thick sponge which seals the gap completely.

(p) The practice of first placing a layer of mortar or grout is not recommended. The old surface should be soaked with water without leaving puddles, immediately before starting concreting, then the new concrete should be thoroughly compacted against it. When fresh concrete is cast against existing mature concrete or masonary, the older surfaces should be thoroughly cleaned and soaked to prevent the absorption of water from the new concrete. Standing water should be removed shortly before the new concrete is placed and the new concrete should be thoroughly vibrated in the region of the joint.

3.0 REINFORCED CEMENT CONCRETE3.1 GENERAL

Reinforced cement concrete work may be cast-in-situ or pre-cast as may be directed by the Engineer according to the nature of work. Reinforced cement concrete work shall comprise of the following which may be paid separately or collectively as per the description of the item of work.a) Form work (Centering and Shuttering)b) Reinforcementc) Concreting : (1) Cast-in-situ (2) Pre-cast

3.1.1 Selection and Preparation of Test Sample for steel reinforcement:This shall be done in accordance with provisions of IS:1786. All test pieces shall be selected by the Engineer or his authorized representative either – a) From cutting of bars orb) If he so desires, from any bar after it has been cut to the required or specified size and the test piece taken from any part of it.

In neither case, the test pieces shall be detached from the bar or coil except in the presence of the Engineer or his authorized representative. The test pieces obtained in accordance with above shall be full sections of the bars as rolled and shall be subjected to physical tests without any further modifications. No reduction in size by machining or otherwise shall be permissible except in case of bars of size 28mm and above. No test piece shall be annealed or otherwise subject to heat treatment. Any straightening which a test piece may require shall be done cold.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 57:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 57

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

3.1.2 Retest - Should any one of the test pieces first selected fail to pass any of the tests specified above, two further samples shall be selected for testing in respect of each failure. Should the test pieces from both these additional samples pass, the materials represented by the test samples shall be deemed to comply with the requirement of the particular test. Should the test piece from either of these additional samples fail, the material represented by the test samples shall be considered as not having complied with standard.

3.1.3 Guidelines for use of Steel Items in Railway Projects/Contracts.

(a) 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.

(b) 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 Steel’s guidelines.

(c) However, only certain isolated sections of structural steel, not being rolled by ISPs, can be procured from the authorised re-rollers of ISPs or authorised licensee of BIS having traceability system and who use billets produced by ISPs. Traceability shall be ensured by an officer specially authorised by the concerned SAG officer of the Zonal Railway on case to case basis for this purpose

Page 58:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 58

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

3.2 FORM WORK (CENTERING AND SHUTTERING)3.2.1 Removal of Form work (Stripping time)

In normal circumstances and where ordinary Portland cement is used, forms may generally be removed after the expiry of the following periods. (Based on Clause 9.5.1 of IS: 14687-1999)

Type of Formwork Minimum Period before striking Form work

(a) Vertical formwork to columns, walls, beams 16 – 24 hours

(b) Soffit formwork to slabs (Props to be refixed immediately after removal of formwork)

3 days

(c ) Soffit formwork to - beams (Props to be refixed immediately after removal of formwork)

7 days

(d) Props to slabs

(1) Spanning up to 4.5m

(2) Spanning over 4.5 m

7 days

14 days

(e) Props to beams and arches:

(1) Spanning up to 6m

(2) Spanning over 6m

14 days

21 days

3.3 SAMPLING AND ACCEPTANCE CRITERIA OF STRENGTH OF

DESIGN CONCRETE MIX (Extract from IS: 456-2000)

3.3.1 General:

Samples from fresh concrete shall be taken as per IS: 1199 and cubes shall be made, cured and tested at 28 days in accordance with IS: 516.

3.3.2 Frequency of sampling

3.3.2.1 Sampling Procedure -

A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable chance of being tested that is, the sampling should be spread over the entire period of concreting and cover all mixing units.

3.3.2.2 Frequency

The minimum frequency of sampling of concrete of each grade shall be as shown in para 3.5 below.

3.3.3 Test Specimen

Three test specimens shall be made from each sample for testing at 28 days. Additional samples may be required for various purposes such as to determine the strength of concrete at 7 days or at the time of striking the formwork, or to determine the duration of curing, or to check the testing error. Additional samples may also be required for testing samples cured by accelerated methods as described in IS: 9013. The specimen shall be tested as described in IS: 516.

3.3.4 Test Results of Sample The test results of the sample shall be the average of the strength of three specimens. The individual variation should not be more than ± 15percent of the average. If more, the test results of the sample are invalid.

Page 59:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 59

4.0 Bridge Works: Super Structure-Concrete

4.1 CONCRETE FOR SUPERSTRUCTURE

4.1.1 Additional Requirements

Concrete shall meet with any other requirements as specified on the drawing or as

directed by the Engineer. Additional requirements shall also consist of the

following overall limits of deleterious substances in concrete:

a) The total chloride content of all constituents of concrete as a percentage of mass of

cement in mix shall be limited to values given below:

- Prestressed Concrete : 0.1 per cent

- Reinforced concrete exposed to chloride in service : 0.2 per cent

(e.g. structures located near sea coast)

- Other reinforced concrete construction : 0.3 per cent

b) The total sulphuric anhydride (SO2) content of all the constituents of concrete as a percentage of mass of cement in the mix shall be limited to 4 per cent.

4.1.2 Size of Coarse Aggregate

The size (maximum nominal) of coarse aggregates for concrete to be used in various components of bridges shall be given as Table 20.3.

TABLE 20.3 of Unified Standard Specifications for Works & Materials Coarse Aggregate Size

Components Maximum Nominal Size of Coarse Aggregate

(mm)i) RCC well curb 20ii) RCC/ PCC well steining 40iii) Well cap or Pile Cap Solid type piers and

abutments40

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 60:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 60

iv) RCC work in girders, slabs, wearing coat, kerb, approach slab, hollow piers and abutments, pier / abutment caps, piles

20

v) PSC work 20vi) Any other item As specified by Engineer

Maximum nominal size of aggregates shall also be restricted to the smaller of the following values:

a) 10mm less than the minimum lateral clear distance between main reinforcementsb) 10mm less than the minimum clear cover to the reinforcements

The proportions of the various individual size of aggregates shall be so adjusted that the grading produces densest mix and the grading curve corresponds to the maximum nominal size adopted for the concrete mix.

4.1.3 Construction Joints Construction Joints shall be avoided as far as possible and in no case the locations of such joints shall be changed or increased from those shown on the drawings, except with express approval of the Engineer. The joints shall be provided in a direction perpendicular to the member axis.Location, preparation of surface and concreting of construction joints shall conform to the additional specifications given in Appendix-A of IRS – Concrete Bridge Code (Clause 8.5.3) which is reproduced below -

(a) Construction joints should be positioned to minimise the effect of the discontinuity on the durability, structural integrity and appearance of the structure.

(b) As far as possible, joints should be positioned in non-aggressive zones, but if aggressive zones cannot be avoided, joints should be sealed.

(c) Joints should be positioned where they are readily accessible for preparation and concreting, the preparation of the joints is more likely to be satisfactory where the cross section is relatively small and where reinforcement is not congested.

(d) As far as possible, joints for fairfaced concrete should be located where they conform with the architectural features of the construction. Unless they are masked in this way, the position of the joints are always obvious, even when the concret eis given a textured finish.

(e) If substantial changes in the cross section of a member are necessary, the joints should be formed where they minimise stresses caused by temperature gradients and shrinkage.

(f) Joints should be located away from regions of maximum stress caused by loading, particularly where shear and bond stress are high. Construction joints between slabs and ribs in composite beam should be avoided. As a general rule, joints in column are made as near as possible to the beam hunching, joints in beams and slabs should normally be made at the centre or within the middle third of the span.

(g) The minimum number of joints should be used and their construction should be simple. They should be either horizontal or vertical, because concreting sloping surfaces are usually unsatisfactory.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 61:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 61

(h)Where concrete is placed in vertical members e.g. walls, columns and the like, the lift of concrete shall finish level or at right angles to the axis of the member, the joint line matching the features of the finished work. Concreting shall be carried out continuously upto the construction joint.

(i) Laitance, both on the horizontal and vertical surfaces of the concrete, should be removed before fresh concrete is cast. The surface should be roughened to promote good adhesion. Various methods for removal can be used but they should not dislodge the coarse aggregate particles. Concrete may be brushed with a stiff brush soon after casting while the concrete is still fresh, and while it has only slightly stiffened.

(j) If the concrete has partially hardened, it may be treated by wire brushing or with a high pressure water jet, followed by drying with an air jet, immediately before the new concrete is placed.

(k) Fully hardened concrete should be treated with mechanical hand tools or grill blasting,taking care not to split or crack aggregate particles.

(l) The best time for treating the joint is a matter of judgement because it depends on the rate of setting and hardening (which is itself dependent on the temperature of the concrete). Before further concrete is cast, the surface should be thoroughly cleaned to remove debris and accumulated rubbish, one effective method, being air jet.

(m) Where there is likely to be a delay before placing the next concrete lift, protruding reinforcement should be protected. Before the next lift is placed, rust, loose mortar or other contamination should be removed from the bars and where conditions are particularly aggressive and there has been a substantial delay between lifts, the concrete should be cut back to expose the bars for a length of about 50mm to ensure that contaminated concrete is removed.

(n) In all cases, when construction joints are made to essential it is to ensure that the joint surface is not contaminated with release agents, dust or curing membrane, and that the reinforcement is fixed firmly in position at the correct cover.

(o) When the form work is fixed for the next lift, it should be inspected to ensure that no leakage can occur from the fresh concrete. It is a good practice to fix a 6mm thick sponge which seals the gap completely.

(p) The practice of first placing a layer of mortar or grout is not recommended. The old surface should be soaked with water without leaving puddles, immediately before starting concreting, then the new concrete should be thoroughly compacted against it. When fresh concrete is cast against existing mature concrete or masonary, the older surfaces should be thoroughly cleaned and soaked to prevent the absorption of water from the new concrete. Standing water should be removed shortly before the new concrete is placed and the new concrete should be thoroughly vibrated in the region of the joint.

5. Bridge Works: Superstructure-Steel5.1 FABRICATION OF STEEL WORK

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 62:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 62

5.1.1 Codes of Specifications:- The work shall be done in accordance with the following codes and specifications and any other requirements that may be prescribed in special cases.

(a) Bridge Work

1. IRS Steel Bridge Code

2. IRS Specification No.B-1-2001 for Steel Girder Bridges

3. IRS Specification No P-31 Zinc Chromate red oxide primer.

The fabrication and erection of the steel work shall be in accordance with IRS: B1-2001 supplemented by relevant provisions of this Specifications.

(b) Iron and steel tanks and stagings:- IRS Specification No.B-3-61 Part 4

5.1.2 Quality of Steel:- The structural steel will be used as per IS Code 2062 – 2011 as

required grade & Quality.

5.1.3 HSFG Bolts: - HSFG Bolts may also be used in lieu of rivets with the approval of Chief Engineer/Const. However RDSO guidelines No.BS-111(Revision-2) Nov-13 shall be strictly followed.

5.1.4 Tolerances

Tolerances in dimensions of components of fabricated structural steel work shall be specified on the drawings and shall be subject to the approval of the Engineer before fabrication. Unless otherwise specified, all parts of an assembly shall fit together accurately within tolerances specified in Table 21.2 below.

A machined bearing surface, where specified by the Engineer, shall be machined within a deviation of 0.25 mm for surfaces that can be inscribed within a square of side 0.5m

TABLE 21.2 of Unified Standard Specifications for Works & MaterialsFABRICATION TOLERANCES

A. INDIVIDUAL COMPONENTS1. Length

a) Member with both ends finished for contact bearing

+ 1mm

b) Individual components of members with end plate connection

+ 0 mm- 2 mm

c) Other members i) Upto and including 12M ii) Over 12M

+ 2mm+ 3.5mm

2. Widtha) Width of built-up girders + 3mmb) Deviation in the width of members required to be inserted in other members

+ 0mm- 3mm

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 63:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 63

3. DepthDeviation in the depths of solid web and open web girders

+ 3mm-2 mm

4. Straightnessa) Deviation from straightness of columns L/3000 subject to a maximum

of 15mm where L is length of member

i) In elevation + 5mm- 0 mm

ii) In plan L/1000 subject to a maximum of 10mm

5. Deviation of centre line of web from centre line of flanges in built-up members at contact surfaces

3mm

6. Deviation from flatness of plate of webs of built-up members in a length equal to the depth of the member

0.005 d to a maximum of 2mm where d is depth of the member

7. Tilt of flange of plate girders a) At splices and stiffeners, at supports, at the top flanges of plate girders and at bearings

0.005 b to a maximum of 2mm where b is width of the member

b) at other places 0.015b to a maximum of 4 mm where b is width of the member

8. Deviation from squareness of flange to web of columns and box girders

L/1000, where L is nominal length of the diagonal

9. Deviation from squareness of fixed base plate (not machined) to axis of column. These dimensions shall be measured parallel to the longitudinal axis of the column at points where the outer surfaces of the column sections make contact with the base plate.

D/500 where D is the distance from the column axis to the point under consideration on the base plate

10. Deviation from squareness of machined ends to axes of columns

D/1000, where D is as defined in 9 above

11 Deviation from squareness of machined ends to axes of beams or girder

D/1000, where D is as defined in 9 above

12 Ends of members abutting at joints through cleats or end plates, permissible deviation from squareness of ends

1/600 of depth of member subject to a maximum of 1.5mm

5.1.5 Guidelines for procurement of Steel Items in Railway Projects/ Contracts.

(a) 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.

(b) 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 are 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 Steel’s guidelines.

(c) However, only certain isolated sections of structural steel, not being rolled by ISPs, can be procured from the authorised re-rollers of ISPs or authorised licensee of BIS having traceability system and who use billets produced by ISPs. Traceability shall

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 64:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 64

be ensured by an officer specially authorised by the concerned SAG officer of the Zonal Railway on case to case basis for this purpose.

6.0 Bridge Works-Miscellaneous

6.1 POT BEARINGS AS PER RDSO GUIDE LINES.(As per para 22.4 of IRUSS (W&M)Vol.II-2010)

6.1.1 General

Pot type bearings shall consist of a metal piston supported by a disc or reinforced elastomer confined within a metal cylinder to take care of rotation. Horizontal movement, if required, shall with a system of sealing rings be provided by sliding surfaces of PTFE pads sliding against stainless steel mating surfaces. The pot bearings shall consist of cast steel assemblies or fabricated structural steel assemblies.

Provisions of IRC-83 (Part I) shall be applicable for all metallic elements. Provisions of IRC:83 (Part II) shall be applicable for all elastomer elements. When any item is not covered by IRC:83 (Parts I and II), the same shall be as per guidelines given hereunder and BS:5400 (Sections 9.1 and 9.2), except that no natural rubber shall be permitted. If there is any conflict between BS on the one hand and IRC on the other, the provisions of IRC will be guiding.

6.1.2 Welding(a) Tolerances

i) Plan dimensions : -0 to +5mmii) Overall height : -0 to +3mmiii) Height of elastomer : + 5 percentiv) Height of any steel component

a) Machined : -0 to + 1mm b) Un-machined : Class of IS :4897

v) Stainless steel sliding surfacea) Flatness : 0.0004L, where L=length in direction of

measurementb) Surface Finish : Ra < 0.25 pm as per IS:3073

(b) Painting (i) All non-working surfaces shall be coated with two coats of epoxy primer and one or

more coat each of epoxy intermediate and finish, total thickness < 0.150 m or any other painting scheme as approved by the Engineer.

(ii) Silicon grease shall be applied at the PTFE /SS interface after testing.

(iii) Anchor sleeves shall be cement coated at the manufacturer’s works.

6.1.3 Test

Raw Materials: Necessary test certificates for all raw materials listed in Para 22.4.3 above shall be furnished by the manufacturers. Reference may also be made to Para 22.3.1 for tests on elastomers.

Test on Casting: Tests specified in IS:1030 shall be performed. Castings shall be ultrasonically tested and certificates submitted. Quality level of castings shall be level 3 as per IS:9565.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 65:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 65

Test on Welding: All welding shall be tested by Dye Penetration method. Butt welding shall be tested by Ultrasonic method. Soundness of welding shall be certified by the manufacturer.

Acceptance test on Bearing

i) All bearings shall be checked for overall dimensions.

ii) All bearings shall be load tested to 1.1 times maximum design capacity including seismic force. Bearing tested at higher loads cannot be used.

iii) A pair of bearings selected at random will undergo testing in order to determine the coefficient of friction “”. The coefficient of friction shall be < 0.05 at the design load.

iv) Two bearings selected at random shall be tested for permissible rotation.

6.1.4 Installation of POT –cum-PTFE Bearings

a) General

i) Care shall be taken during installation of the bearings to permit their correct functioning in accordance with the design scheme.

ii) To prevent contamination, dismantling of the bearings at site shall not be done.

iii) The load shall be transferred on to the bearings only when the bedding material has developed sufficient strength. The props for the form work shall be removed only after lapse of appropriate time. In special cases, this can be ensured by suitable devices like jacks etc.

iv) Temporary clamps and shims (introduced to maintain working clearance) shall be removed at an appropriate time, before the bearing is required to permit movement.

v) Permitted installation tolerance of the bearing from plane of sliding shall be maintained.

vi) Cement based non-shrink grout with air releasing additive and epoxy based grout, whichever is specified, shall be first tried at the site. For the proprietary grout mixes, appropriate instructions from the manufacturer shall be followed specially with regard to the following:

a) Preparation concrete cleaning, roughening, pre-soaking, etc

b) Forms sturdiness, leak proofing, shape, header funnel vents, etc.

c) Bearing Base cleaning, etc.

d) Placement mixing, consistency, time period, finishing etc.

e) Protection curing, ambient température, etc.

b) In-situ Casting of Superstructure

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 66:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 66

i) Form work around the bearing shall be carefully sealed to prevent leakage.

ii) Sliding plates shall be fully supported and care taken to prevent tilting, displacement or distortion of the bearings under the weight of wet concrete.

iii) Bearings shall be protected during concreting operation. Any mortar contaminating the bearing shall be completely removed before it sets.

c) Seating of bearing

A. Using Template

(i) Template with required rigidity and matching holes corresponding to the base of the bearing shall be used.

ii) All the anchors shall be fitted to the lower face of the template using the anchor screws but with steel washer replacing the elastomer washers. Separate screws may be used in case of inconvenience in the length of the original anchor screws.

iii) The template assembly shall be located with regard to level and alignment. It shall be ensured that the top of the anchors lie in a horizontal plane at the required elevation. The anchors shall be tied / welded to reinforcements to avoid displacement during concreting.

iv) Concreting of the pedestal / pier cap shall be done to a level leaving a gap of 25-50mm below the template.

v) The template and steel washers shall be removed prior to placement of the bearing assembly with temporary clamps. The bearing assembly shall be fitted to the anchors with the help of anchor screws and elastomer washers. Level at the bearing shall be checked.

vi) The gap below the bearing assembly shall be grouted with cement based grout. Reference may be made to Para 22.4.6 (a) (vi)

B. Without Template with Gap

i) Pockets commensurate with the sizes of the anchors shall be kept in pedestals during concreting of the same. The pedestal shall be cast approximately 25mm short of the required finished level.

ii) Anchors shall be fitted to the bearing bottom with elastomer washers and anchor screws. The bearing assembly shall be seated in the location on steel chairs / packs. The anchors fitted below the bearing shall go into pockets in the bed block. Level and alignment of the bearing shall be checked. It shall be ensured that the bearing sits in a horizontal plane.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 67:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 67

iii) The gap below the bearing assembly including anchor pockets shall be grouted with cement based grout.

C. Without Template without Gap

Elongated pockets commensurate with the sizes of the anchors shall be kept in pedestals during concreting of the same. The geometry and location of the anchor pockets (with tapered funnel extension, if required) shall be such that after placement of the bearing the pockets can be successfully grouted. The pedestal shall be cast 5mm to 15mm short of the required finished level. The required level shall be achieved by chipping before placement of the bearing. Careful control shall be exercised to cast at the exact finished level or 1mm to 3mm down from the required finished level.

D. Seating of bearings shall be as per manufacturer’s instructions.

6.1.5 Inspection and Testing

Where any patents are used, the manufacturer’s certificate with test proofs shall be submitted along with the design and got approved by the Engineer before their use in work

6.1.6 Tests and Standards of Acceptance

The materials shall be tested in accordance with these specifications and shall meet the prescribed criteria.

The work shall conform to these specifications and shall meet the prescribed standards of acceptance.

Model Quality Assurance plan (QAP) issued by RDSO for POT-PTFE bearing is attached as Annexure(Tech)-A(8 pages) of this section.

7.0 SPECIFICATIONS FOR SUPPLYING AND STACKING STONE BALLAST

7.1 MANDATORY CONDITION FOR SUBMISSION OF TENDER

7.1.1 Each tenderer at the time of tendering for supply of ballast shall submit the following:-

(a) Test report of impact value, abrasion value, and water absorption value from reputed laboratory/institution as mentioned below. These shall have to be in accordance with is codes as under:

Aggregate abrasion value test..........IS: 2386 part IV 1963.

Aggregate impact value test ............IS: 2386 Part IV 1963

Water absorption test ......................IS: 2386 Part III 1963.

It may be noted by tenderer/s that they are required to submit the test report of the stone ballast, along with their offer, issued from the approved laboratory as

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 68:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 68

listed in the tender documents otherwise their offer shall be summarily rejected.

The test viz. determination of Abrasion value, Impact value and water absorption should be got done through approved laboratories or Railway’s own laboratories.(List given below).

(i) Government Engineering College.

(ii) Government Polytechnic College.

(iii) Engineering Workshop, Bhagat Ki Kothi, Jodhpur/Sabarmati, Ahmedabad / any other Railway Laboratory.

(iv) Laboratory /Test house owned / approved by Central / State Government/ NABL approved laboratory.

(b) The tenderer/s shall also furnish an undertaking that the ballast supply at all times will Conform to the specifications for track ballast as specified by Railway as mentioned at Note No. 3 of offer sheet.

7.2 SPECIFICATION FOR STONE BALLAST:-

7.2.1 GENERAL:

7.2.1.1 Basic Quality:- Ballast should be hard durable and as far as possible angular along edges/corners, free from weathered portion of parent rock, organic impurities and in organic residues.

7.2.1.2 Particle Shape:- Ballast should be cubical in shape as far as possible, individual pieces should not be flaky and should have generally flat faces with not more than two rounded/sub-rounded faces.

7.2.1.3 Mode of Manufacture:- Ballast shall be machine crushed.

7.2.2 PHYSICAL PROPERTIES:

7.2.2.1 Ballast sample should satisfy the following physical properties in accordance with IS: 2386 part-IV-1963, when tested as per the procedure given in Annexure-1-2 of specifications for track ballast from RDSO Geo-Technical Engineering Directorate.

Aggregate abrasion value ................30% maximum.

Aggregate impact value ...................20% maximum.

7.2.2.2 The water absorption tested as per IS: 2386 part-III-1963 (when tested as per the procedure given in Annexure–3 of RDSO Geo-Technical Engineering Directorate) should not be more than 1%.

7.3 The track ballast shall be procured confirming to specifications for Track Ballast-IRS-GE-I(Jan 2004) issued by RDSO with amendments upto the date of opening of tender.

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 69:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 69

Signature of tenderer/s Deputy Chief Engineer (Construction) North-Western Railway, Hanumangarh

Page 70:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 73

“Annexure (Technical) A”

MODEL QUALITY ASSURANCE PLAN FOR POT- PTFE BEARINGS

1.Name of Manufacture: ………………………………………………… 2.Drg.No.:………………………………………………………

3.Name of Project / Railway: ………………………………………………… 4.Authority (CA No./LOA No./Order No.)…………………………………

S.No.

Component Operation

Characteristic Checked

Frequency&Type of

check

Reference Document

Fabricator’s quality control

Inspection details Type of Records

Acceptance criteria

RemarksInspecting

AgencyExtent of

Inspection1 2 3 4 5 6 7 8 9 10 11

1.0 RAW Physical Test As per Mill Mill TC and 1.Verification RDSO/ Auth One Fabricator IS:1030 Manufacturer’s test certificateMATERIAL: UTS, Yield TC & test Challan of reference orized integral s record Cast steel shall be furnished. .UST shall

1.1 Cast Steel(CS)

Stress,Elongation%, Reduction of Area,Impact test at 0

Required byRDSO/ Authorized inspecting official of

document.

2.Complete visual

Inspecting official of Zonal Railway

Test pieceper heat

Co-relatedWith Mill TC & test report.

shallgenerally comply with Grade 280-520 Wor 340-

Be conducted as per provisionOf relevant specification before processing the material for manufacturing. UST after load test shall also be carried out.

Degree Zonal inspection. 570Wcentigrade or-20 Railway (Grade/classDegree for sub- From Govt. A s perZero zone Lab ./ relevantMicro Exam; NABL approvedHardness test approved Drg.).Chemical Test labC, Mn, Si, P, S,Cr, Ni, Mo, Cu ,V

Ultrasonic

Testing 100% IS:9565(On cast steel Level-III100%before&after load Test

Page 71:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 74

“Annexure (Technical) –A (Contd) ”

S.No.

Component Operation

Characteristic Checked

Frequency&Type of

check

Reference Document

Fabriactor’s quality

control

Inspection details Type of Records

Acceptance criteria

RemarksInspecting

AgencyExtent of

Inspection1 2 3 4 5 6 7 8 9 10 11

1.2 Mild Steel Mechanical Test UTS,Yield Stress, Elongation %,Bend test ,Impact test at 0 degree centigrade or-20 degree for sub-zero zone Chemical Test C, Mn, Si, P,S,CE.

Physical condition i.e. Pitting, rusting , rolling defect ,etc.

Ultrasonic Testing of plates (100%)

As per Mill TC & test required by RDSO/Authorized inspecting official of Zonal Railway from Govt.Lab ./NABLApproved lab.

Mill TC and Challan

1.Verification of reference document.

2.Complete visual inspection.

RDSO Authorized Inspecting official of Zonal Railway

One test piece per thickness per heat.

100%

Fabricators record Co-related with Mill TC & test report.

IS: 2062-11,E250 , Quality Bois generally used.However Quality C shall be used for subzero condition.( As specified in approved Drg.).

IS:4225or ASTMA435

Manufacturer’s test certificate shall be furnished. UST shall be conducted as per provision of relevant specification before processing the material for manufacturing. UST after load test shall also be carried out.

1.3 Stainless Steel (S.S.)

Physical Test UTS, Yield Stress, Elongation %,Hardness

Chemical Test C, Mn, Ni, Cr, P,S, Si, Mo

As per Mill TC & test required by RDSO/ Authorized inspecting official of Zonal Railway from Govt. Lab ./NABLapproved lab.

Mill TC and Challan

1.Verification of reference document.

2.Complete visual inspection.

RDSO/ Authorized Inspecting official of Zonal Railway

One test pc. Per heat

Fabricator records.

Stainless steel shall conform to AISI 316 L/x O2 Cr17Ni12Mo2 ofIS:6911

Or

(Grade/ class As per relevant approved Drg.)

Manufacturer’s test certificate shall be furnished. Sample from each lot of S.S shall be drawn by authorize inspecting official and tested in Govt./ NAB L approved laboratory.

Page 72:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 75

“Annexure (Technical) A (Contd) ”

1.4 PTFE(confined & dimpled)

a) Tensilestrength

b) % ofElongation At break.

c) Dimensional Stability

d) Resistance to heat

e) Duro meter Hardness

f) Specific Gravity.

g) Densityh) Electric

strength (Proof test)

i) Appearance and finish

As per manufacturer certificate & test required by RDSO/ Authorized inspecting officialFrom Govt.lab./ NABL approved lab

Manufacturer test certificate& Challan

1.Verification of reference document.

2.Complete visual inspection..

RDSO/ Authorized Inspecting official of Zonal Railway

One test pc for Full Lot of supply

Fabricators record.

Grade A of BS:3784or equivalent

(Grade/ class as per relevant specification /approved Drg.).

Manufacturer’s test certificate shall be furnished. Sample from each lot of PTFE shall be drawn by authorize inspector and tested in Govt./ NAB L approved laboratory.

1.5 Elastomer ( Neoprene WRT/Bayprene110 or equivalent/ Denka

Physical properties

a) Hardness (IRHD)

b) MinimumTensile strength(MPa)

c) Minimum Elongation at break(%)

d) Max. Compression set(%)

e) Accelerated ageing

f) Max.change in hardness.

As per Mill TC & tests required by RDSO/ Authorized Zonal Railway inspecting official from Govt.lab/ NABLApproved lab

Manufacturer test certificate& Challan

Verification of reference document.

RDSO/ Authorized Inspecting official of Zonal Railway

-

From each batch at Random

Fabricators record.

IRC:83(Part-III) &(Part-II) andIS:3400 (asper relevant test procedure)

Test certificate shall be furnished by manufacturer. Sample from each lot of Elastomer as prescribed in specification shall be drawn by authorize inspecting official of RDSO /Zonal Railway and tested in Govt. /NAB L approved laboratory.

Page 73:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 76

“Annexure (Technical) A (Contd)”

S.No.

Component Operation

Characteristic Checked

Frequency&Type of

check

Reference Document

Fabricator’s quality control

Inspection details Type of Records

Acceptance criteria

RemarksInspecting

AgencyExtent of

Inspection1 2 3 4 5 6 7 8 9 10 11

g) Max. change in tensile strength.

h) Max.change in elongation

Chemical Test i) Ash content

shall not exceed 5%

ii) The rawelastomeric ( polychlo-roprene)Content of the compound shall not be lower than 60%.

As per Mill TC & tests required by RDSO/ Authorized Zonal Railway inspecting official from Govt.lab/ NABLApproved lab

Manufacturer test certificate& Challan

Verification of reference document.

RDSO/Authorized Inspecting official of Zonal Railway

From each batch at Random

Fabricators record.

IRC:83(Part-II) &IS:3400(asper relevant test procedure)

Test certificate shall be furnished by manufacturer. Sample from each lot of Elastomeric as prescribed in specification shall be drawn by authorize inspecting official of RDSO/ Zonal Railway and tested in Govt./NABL approved laboratory.

1.6 Brass sealing Ring

(20mmwidex2mmThick)

Physical properties

(i) Tensile strength (N/mm2),(ii) Elongation %

(iii) Bend test(iv) ickers Hardness

Chemical Test Cu ,Pb, Feand total Cu+Pb+Fe & RemainderZn

As per Mill TC & tests required by RDSO/ Authorized Zonal Railway inspecting official from Govt. lab /NABLapproved lab

Manufacturer test certificate& Challan

Verification of reference document.

RDSO/ Authorized Inspector appointed by Zonal Railway

One test pc for full Lot of supply

Fabricators record.

IS:410,CuZn37 (HB)

Or

(Grade/ class As per relevant approved Drg.).

Test certificate shall be furnished by manufacturer. One sample for full lot of sealing ring supply shall be drawn by RDSO/ Authorized Zonal Railway inspecting official and tested in Govt./ NABL approved laboratory.

Page 74:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 77

“Annexure (Technical) A(Contd)”

S.No.

Component Operation

Characteristic Checked

Frequency&Type of

check

Reference Document

Fabricator’s quality control

Inspection details Type of Records

Acceptance criteria

RemarksInspecting

AgencyExtent of

Inspection1 2 3 4 5 6 7 8 9 10 11

1.7 Bolts & Nuts Physical properties

(i) Tensile strength (MPa)(ii) Hardness(BHN)(iii) Head sound-ness test(iv) decarburization.&Chemical Test

C,P & S

Dimensional check as per specification

As per Mill TC & test required by RDSO/Authorized inspecting officialfrom Govt.lab/NABLapproved lab

Visual & Measurement

Manufacturer test certificate& Challan

Verification of reference document.

Authorized Inspector appointed by Zonal Railway

As per relevant specification

Fabricators record.

IS:1364& IS: 1367(property class8.8)

Or

(Grade/ class as per relevant approved Drg.).

Test certificate shall be furnished by manufacturer. One sample for each lot of Bolts & Nuts supply shall be drawn by authorize inspecting official of Zonal Railway and tested in Govt./NABL approved laboratory.

1.8 Adhesive for bonding PTFE

Peel of strength As per Mill TC & test required by Zonal Railway inspection official from Govt./ NABLApproved lab.

Manufacturer test certificate& Challan

Verification of reference document.

Zonal Railway.

One sample per lot.

Fabricators record.

Adhesive for bonding PTFE to backing plates shall produce a bond with a minimum peel strength of 4N /mm width when tested in accordance with BS:5350 ( Part C9)

Test report shall be furnished to inspecting official.

1.9 Paint Verification of Manufacture’s Test Certificate, Inspection Certificate,Chalan

Visual Manufacturer test certificate& Challan

Verification of reference document.

Zonal Railway.

Each Batch Fabricators record.

As per relevant Specification

Paint should be as per IRS: B1

Page 75:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 78

“Annexure (Technical) A(Contd)”

S.No.

Component Operation

Characteristic Checked

Frequency&Type of

check

Reference Document

Fabriactor’s quality control

Inspection details Type of Records

Acceptance criteria

RemarksInspecting

AgencyExtent of

Inspection1 2 3 4 5 6 7 8 9 10 11

2.0

2.1

Manufacturi ng Process

a) plandimension

b) individual height of the component

c) Thickness of elastomericpad

Dimensional inspection

Visual & Measurement

As per approved drawing

Measurementof

dimension

Manufacturer’s inspecting official

100 % Fabricators record.

IRC 83 Part-III & as per drawing

Internal report shall be furnished, However random check may be done in presence of Zonal Railway inspecting official.

2.2 Check after attachment of stainless steel platea) Flatnessb) Surfac

eFinish

Dimensional inspection

Visual& Measurement

As per approved drawing

Measurementof

dimension

Manufacturer’s inspecting official

100% Fabricators record.

IRC 83 Part-III, IS:822 & IS:3658

Internal report shall be furnished, However, random check may be done in presence of Zonal Railway inspecting official.

2.3 NDT test

DP test on welding of the top plate and bearings after load test

DP Test, weld Size, visual

DP Test of weld, visual&gauge

As per approved WPSS & Drg.

Visual inspection & verification of dimension by gauge.

Manufacturer’s inspecting official/ Zonal Railway/ RDSO

100%

Fabricators record.

IS:3658 -1981 Internal report will be furnished by the manufacture and final clearance will be given by RDSO.

2.4 Hardnessa) On

major steel components

b) On the hard facing zone

Hardness tester measurement As per drg.

and relevant specification

Fabricators record

&check.

Manufacturer inspecting official/ Zonal Railway

100% Fabricators record.

IRC 83 Part-III

Internal report will be furnished, however, random check will be done in presence of Railway representative inspecting authority.Firm should keep the records of hard facing and submit the same to inspection official at the time of inspection

Page 76:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 79

“Annexure (Technical) A(Contd)”

S.No.

Component Operation

Characteristic Checked

Frequency&Type of

check

Reference Document

Fabricator’s quality control

Inspection details Type of Records

Acceptance criteria

RemarksInspecting

AgencyExtent of

Inspection1 2 3 4 5 6 7 8 9 10 11

2.5 Corrosion Protectiona) Grit

Blastingb) Zn

metalizingc) Painting

Visual and measurement

As per drg. and relevant specification

Fabricators record & check.

Manufacturer inspecting official /Zonal Railway

100% Fabricators record.

IRC 83 Part-III

Internal report shall be furnished. However, total DFT shall be checked randomly from the finished store in presence of inspecting authority of Zonal Railway.

2.6 Assemblya) Parallel

isimb) Overal

lHeight

Dimensional Inspection

Visual and measurement

As per drg. and relevant specification

Measurementof

dimensions.

Manufacturer inspecting official/ Zonal Railway

100% Fabricators record.

IRC 83 Part-III

During assembly all the bearing components should be checked for proper cleanliness and greasing of PTFE & Stainless steel surfaces. Random check shall be done in presence of Zonal Railway’s inspecting authority.

2.7 Marking IRC 83 Part- III

Fabricators record.

Manufacturer’s inspecting official/ Zonal Railway

100% Fabricators record.

IRC 83 Part-III

During internal final inspection the same component shall have to be fixed on each bearing.

2.8 Tolerance of fit between different component of bearinga) Piston Cylinder b) Elastomeric pad & Cylinderc) Guide &

Adjacent component

d) Pin &Cylinder

Dimensional Inspection

Visual and measurement

As per relevant Drg.

Measurementof

dimensions.

Manufacturer’s inspecting official/ Zonal Railway

100% Fabricators record.

IRC 83 Part-III

Inspection records to be furnished. However random checking may be done in-presence of inspecting authority of Zonal Railway.

Page 77:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 80

“Annexure (Technical) A(Contd)”

S.No.

Component Operation

Characteristic Checked

Frequency&Type of

check

Reference Document

Fabricator’s quality control

Inspection details Type of Records

Acceptance criteria

RemarksInspecting

AgencyExtent of

Inspection1 2 3 4 5 6 7 8 9 10 11

2.9 Over all dimension of any un-machined cast steel component

Dimensional Inspection

Visual and measurement

As per relevant Drg.

Measurementof

dimensions.

Manufacturer inspecting agency

100% Fabricators record.

As per relevant specification

Checking records to be furnished. However random checking may be done by inspecting authority of Zonal Railway.

2.10 Load Testa) Deflection

Testb) Co-

efficient of friction test

c) Combined Load test

d) Rotation test

Load Testing parameters as per IRC-83Part-III

One bearing will be tested per lot of 25 nos.or part

As per relevant Drg.

Fabricators record.

RDSO(One bearing will be tested per lot of 25nos or part)

For other cases as per code.

Random Fabricators record.

IRC-83 Part- III

Deflection test will be done for all bearings by manufacturer and checking record to be furnished by the manufacturer. However test shall be carried out on the bearings randomly selected by the RDSO official.

3.0 Final Inspection Over all dimensional check of finished bearing

Part dimension checking, over all height inspection and after load test condition of components inspection

Visual and measurement

As per relevant Drg.& specification

Measurementof

dimension

RDSO100%

Fabricators record.

IRC 83 Part-III

After load testing, DP Test& ultrasonic testing of bearings to be done by RDSO to check for damage during testing. Final clearance given by RDSO. Firm should keep the records of hard facing and submit the same to inspection official at the time of inspection and inspection official of RDSO should also check hardness of hard facing randomly.

Note: 1.Firm should maintain traceability of raw material used for fabrication of every POT-PTFE bearings and the record should be made available to the inspecting authority on demand.2. Certificate of elastomeric should not be older than 6 months.

3. Certificate of PTFE should not be older than 1year.

Page 78:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 81

“ANNEXURE I” (Para 23.1(a) of Section II)

1. Full name of the firm :

2. Registered Head Office Address :

3. Branch Office in India ( If any) :

4. Constitution of firm (whether Sole

proprietorship firm/Partnership firm/

Limited Company/JV)

:

5. Bank account details of the firm i.e.

Account No., name of bank and bank

specific code number (MICR & IFSC)

to facilitate electronic payment

6. Detail of PAN of the firm

Date:- Signature of Tenderer/s with Seal

Page 79:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 82

“ANNEXURE- II” (Para 23.1(b) of Section II)

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY TENDERER ALONGWITH THE TENDER DOCUMENTS

(To be executed in presence of Notary public 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. ___________________having its office at…………(hereinafter called the tenderer) for the purpose of the Tender documents for the work of ( Name of work )** as per the Tender No.______________ of North Western 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 in the Sections………. and have signed all the pages in confirmation thereof. In case of any inadvertent omission, the page shall be deemed to have been signed by me/us.

3. I/We hereby declare that I/We have downloaded the tender document from North

western Railway website www.northwesternrailway.gov.in and printed the same. I/We have verified the content of the printed document from the website and there is no addition, no deletion or no alteration to the content 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 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.

6. I/We declare and certify that provisions of para 15 of section II of the tender documents regarding employment/partnership etc of retired railway employees have been complied with and I/We solemnly affirm that there is no violation of instructions contained therein.

7. I/We declare and certify that neither I/We (Name of Sole Proprietary firm) / (Name of Partnership firm or Limited Co.or JV firm**) nor any of the partner of the partnership firm/Constituent of JV firm including partners of partnership firm in JV has/have been black listed or debarred by Railways or any other

Page 80:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 83

Ministry/Department/Public Sector Undertaking of the Govt. of India/any State from participation in tenders/contract on the date of opening of bids either in our individual capacity or in any firm in which we are partners.

6. I/We understand that if the certificates regarding eligibility criteria submitted by us are found to be forged at any time during process for evaluation of tenders, it shall lead to forfeiture of the tender EMD. Further, I/we [insert name of the tenderer]** and all my/our constituents understand that my/our offer shall be summarily rejected.

7. I/We also understand that if the certificates submitted by us are found to be false 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.

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:-

Note:

i) Should affidavit be in more than one separate page, each page shall be signed by the authorised signatory

ii) The contents in Italics( marked with **) are only for guidance purpose. Details as appropriate are to be filled in suitably by tenderer.

Page 81:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 84

“ANNEXURE -III” (Para 22 Note (iii) of Section II)

Details of works of similar nature physically completed in all respect as per contract agreement in last three and current financial year as on date……………….

SN

Nam

e of

wor

k

Nam

e of

org

aniz

atio

n fo

r who

m

wor

k ph

ysic

ally

com

plet

ed

Typ

e of

org

aniz

atio

n fo

r who

m

wor

k ex

ecut

ed

C

ontra

ct A

gree

men

t No.

& D

ate

Orig

inal

val

ue o

f con

tract

agr

eem

ent

Fina

l val

ue o

f con

tract

as c

ompl

eted

Pa

ymen

t rec

eive

d til

l ope

ning

of

pres

ent t

ende

r (O

n ac

coun

t/fin

al b

ill) Time taken for

completion of work

Prin

cipa

l fea

ture

of t

he w

ork

in b

rief

D

ate

of a

war

d of

con

tract

D

ate

of a

ctua

l com

plet

ion

1 2 3 4 5 6 7 8 9 10 11

1.

2.

Note:-

(i) Above detail should be given only for works which have been physically completed in all respects. Part completed work shall not be considered.

(ii) Certificate from Private individual for whom such works are executed shall not be Considered for eligibility of tenderers.

(iii) The tenderers should attach self attested copy of certificate issued by the organizations for whom the work was carried out in the proforma as per Annexure-IV.

(iv) Not more than five certificates should be attached. (v) In column 4 type of organization is to be mentioned viz Central/ State

Governments/Public Sector Undertaking/Public Funded Institutions/Municipal Bodies/Railways Siding owners/Concessionaire.

Page 82:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 85

“ANNEXURE-I V(A)” (Para 23.1(d) of Section II)

COMPLETION CERTIFICATE

Name of OrganizationPostal address, Phone No., Email ID, Fax No

Letter No. Date :-……….

1.

Name of work

2.

Contract Agreement (C/A) No. and date

3. (i) Name of Firm with address (ii) In case of JV……. Name and % share of individual

firms. 4. Original value of contract agreement.5. Final value of contract as completed. (if final bill paid)6. Date of award of contract 7. Has the work physically been completed in all respect

as per contract agreement?( Yes / No )

8. If yes, then actual date of physical completion. 9. Total payment made in above contract till the date of

opening of present tender. 10. In case of composite work:

Component of payment made in respect of similar nature of work e.g. earthwork /Track/Bridges etc. (as defined in eligibility criteria) out of the total payment made under Sr. No. 9 above.

I hereby certify that above mentioned work has been physically completed in all respect as per contract agreement. Performance of the contractor while executing the work had been satisfactory.

(Signature) Name and Designation of officer Mobile No. of officer

Seal of officer

Note:- (i) Submission of false certificates by tenderer shall lead to, forfeiture of EMD and other action including penal action (Annexure-II).

(ii) Copy of certificate duly self attested shall be submitted along with tender document.

(iii) Payment made as indicated in above certificate (At Sr. No. 9/ Sr. No. 10) will be considered as value of completed work for the purpose of eligibility under Para 22 (ii) of Instructions to tenderers and conditions of tender.

(iv) Above format is for guidance only. Any certificate containing information asked for shall be considered

Page 83:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 86

Page 84:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 87

“ANNEXURE-I V-(B)” (Para 23.1(d) of Section II)

COMPLETION CERTIFICATE (If the work is awarded by Concessionaire)

Name of Concessionaire Address and Contract details i.e. Phone No. FAX, e-mail.

Letter No. Date :-……….

1. (i) Name of work / Project executed by the Concessionaire

(ii) Name and Address of Authority which awarded work to the Concessionaire.

(iii) Name of work awarded by the Concessionaire to the firm.

2. Contract Agreement No. & Date executed between Concessionaire and the firm.

3. (i) Name of Firm with address (ii) In case of JV……. Name and % share of individual firms. 4. Original value of contract agreement.5. Final value of contract as completed. (if final bill paid)6. Date of award of contract 7. Has the work physically been completed in all respect as per contract

agreement?( Yes / No )

8. If yes, then actual date of physical completion. 9. Total payment made in above contract till the date of opening of present

tender. 10. In case of composite work:

Component of payment made in respect of similar nature of work e.g. earthwork /Track/Bridges etc. (as defined in eligibility criteria) out of the total payment made under Sr. No. 9 above.

I hereby certify that above mentioned work has been physically completed in all respect as per contract agreement. Performance of the contractor while executing the work had been satisfactory.

Signature & Name of Authorized Person of the Concessionaire with Seal and

Mobile No. of Issuing Person. Note:- (i) Submission of false certificates by tenderer shall lead to, forfeiture of EMD

and other action including penal action (Annexure-II). (ii) Copy of certificate duly self attested shall be submitted along with tender

document. (iii) Payment made as indicated in above certificate (At Sr. No. 9/ Sr. No. 10) will be

considered as value of completed work for the purpose of eligibility under Para 22 (ii) of Instructions to tenderers and conditions of tender.

(iv) Above format is for guidance only. Any certificate containing information asked for shall be considered

(v) An self attested copy of LOA and concessionaire agreement executed between concessionaire & Authority at Sr. No 1 above shall be submitted alongwith this completion certificate.

Page 85:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 88

“ANNEXURE V” (Para 23.1(e) of Section II)

LIST OF AWARDED WORKS UNDER EXECUTION

Sr. N

o

Nam

e of

w

ork

Org

aniz

atio

n fo

r w

hom

w

ork

is

D

ate

of

awar

d of

co

ntra

ct

Con

tract

A

gree

m

Con

tract

V

alue

V

alue

of

ba

lanc

e Schedule of completion

D

ate

of C

omm

ence

men

t

Expe

cted

dat

e of

com

plet

ion

1 2 3 4 5 6 7 8 9

1

2

3

4

5

Date:-------------------- Signature of Tenderer/s with seal

Page 86:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 89

“ANNEXURE VI” (Para 23.1(f) of Section II)

LIST OF PLANTS & MACHINERY AVAILABLE ON HAND AND PROPOSED TO BE INDUCTED (OWN AND HIRED TO BE GIVEN SEPARATELY) FOR

SUBJECT WORK.

Sr.No.

Particulars of Plants/Machinery

No. of Unit

Kind and make

Capacity

Age & Conditions

Owned by firm

Proposed to be purchasedDate of placing order

Likely date of receipt

1 2 3 4 5 6 7 8 91

2

3

4

5

6

7

8

Note: (a) Indicate clearly, whether (i) Owned by firm, or (ii) To be purchased by firm giving

date of placing order and likely date of receipt.(b) Optimum Plants and Machineries required to be deployed during execution of work.

(i) Earthwork in formation of New Line / Doubling/ Gauge Conversion Project : Poclain, JCB, Vibratory Roller, Grader, Dumpers, Tractors, Water tank etc.

(ii) Concreting work for bridge work: Concrete pump, Transit mixer as per requirement, Batching plant of suitable capacity, JCB, Needle vibrator 60/40mm etc.

Signature of Tenderer/s Dated:--------------------

Page 87:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 90

“ANNEXURE VII” (Para 23.1(g) of Section II)

LIST OF PERSONNEL ORGANIZATION AVAILABLE ON HAND AND PROPOSED TO BE ENGAGED FOR THE SUBJECT WORK.

Sr.No.

Name & Designation

Qualification Professional experience Remarks

1. 2 3 4 51

2

3

4

5

6

7

8

9

Signature of Tenderer/sDated:--------------------

Page 88:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 91

“ANNEXURE- VIII” (Para 22(ii) Note (a) of Section II)

(ON THE LETTER HEAD OF CHARTERED ACCOUNTANT)

To

Chief Administrative Officer(C),North Western Railway,Jaipur.

Sub:- Contractual receipts of M/s (Name of firm)…………….…….

It is to certify that contractual receipts of M/s (Name of firm)…………….during current financial year and preceding three financial years as extracted from audited balance sheets are as under :-

Sr.No.

Financial year Contractual Receipts

1. Current year ( Say A)2. A-13. A-2

4. A-3

Yours sincerely,

Date : … ( Name & Sign.of authorized Signatory)

Seal of firm

Registration No:-E-Mail:-

Phone :-FAX:-

“ANNEXURE-IX”

Page 89:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 92

(Para 23.2.1(a) of Section II)

AFFIDAVIT

(For sole proprietorship firm)

I, …………………………..(Indicate Name) S/o ……………….… Proprietor of

M/s……………….……….. (Indicate Name – Proprietary firm) situated at …………… do

hereby solemnly affirm & declare as under:-

1. That I am the “Sole Proprietor” of the firm working in the name & style of

M/s………………………. (Indicate Name – Proprietary firm) at ……………

Deponent

Signature and Seal

VERIFICATION

I, the above named deponent do hereby solemnly affirm & verify that the

contents of my above affidavit are true & correct. Nothing has been concealed and

no part of it is false.

Deponent

Signature and SealPlace :-

Date :-

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force in that State at the time when such AFFIDAVIT is being executed. Affidavit shall be affirmed before the Notary Public.

“ANNEXURE-X”

Page 90:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 93

(Para 23.2.4(a) of Section II)

MEMORANDUM OF UNDERSTANDING FOR JV(The memorandum of understanding shall be submitted in following format on the non judicial stamp of Rs.100/- duly notarized)

NOW THIS Memorandum of Understanding is executed at …………………. (Name of Place) on this date ………………… (DD/MM/YY) between M/s ……………………..(Name of first constituent and address) as the first party represented by Shri ………………………………and M/s…………………………… (Name of 2nd constituent and address )represented by Shri……………………….. as the second party and so on 3 rd, 4th & 5th

subsequent parties. ( the expression and words of first and second and other shall mean and include their heirs successors, assigns, nominees, execution, administrators and legal representatives respectively) .

WHEREAS all the parties are engaged mainly in the business of execution of Civil Engineering and general contracts for various Government Departments and organizations.

AND WHEREAS the parties herein above mentioned are desirous of entering into a joint venture for carrying out civil engineering and/or contract works in connection with Tender No. ………………… (Name of work)…………………………… “as mutually decided between members of Joint Venture Agreement.

1. That we M/s…………………………….. (JV firm) on behalf of all members of this joint venture agreement agreed that M/s ……………………………… will be “Lead Partner” of this Joint Venture.

2. That under this MOU, the work will be done jointly by M/s ………………………….. the first party and M/s ……………………… the second and so on ……………..in the name and style of ……………………………….(Name ) ( joint venture firm).

3. That we JV firm M/s …………………………. on behalf of all the members of JV firm shall be legally liable, severally and jointly responsible/ liable for the satisfactory/ successful execution/ completion of the works including maintenance period in all respects and in accordance with terms and conditions of the contract.

4. That we M/s JV firm…………………………….. on behalf of all the members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special Conditions of the Contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non-execution of the contract or part thereof.

5. M/s ……………………(Name of Lead Firm ) of JV firm shall be the lead member of

the JV firm who shall have a majority ……………..% share of interest in the JV firm. The other (One/Two) members shall have following share: - M/s ………….. (Name of Second Firm) have ……. % and M/s ………….. (Name of Third Firm if any ) have ………% share of interest in the JV Firm.

6. That this JV 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.

Page 91:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 94

7. That we all the Joint Venture members authorize M/s …………………………………….…one of the members on behalf of the JV firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/ correspondence with respect to the contract would be sent to this authorized member………………………………. (address) of the JV firm.

8. That no member of the JV 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.

9. That we all the members of the JV certify that we have not been black listed or debarred by Railways or any other Ministry/Department /PSU (Public Sector Undertaking) of the Govt. of India/ State Govt. from participation in tenders/contract in the past either in our individual capacity or as a member of the JV firm or partnership firm in which they were members/partners.

10. That this Joint Venture MOU shall in all respect be governed by and interpreted in accordance with Indian Laws.

Now the parties have joined hands to form this MOU on this date ………………….. (DD/MM/YY) with reference to and in confirmation of their discussions and understanding brought on record on date ……………. (DD /MM /YY).

In witness thereof all/both the above named parties have set their respective hands on this MOU on the day, month and year first above mentioned, in the presence of the following witnesses:-

1. First party (authorized signatory)

2. Second party (authorized signatory)

3.Third party (if any) (authorized signatory) With Seal of parties

Witnesses with name & address:-

1………………………………….2………………………...

Date…… Place…….

NOTE :- Should MOU be in more than one separate page, each page shall be signed

by the authorized signatory.

“ANNEXURE-XI” (Para 23.2.4(b) of Section II)

Page 92:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 95

“LETTER OF CONSENT”( To be submitted by Partnership Firm participating as member of JV )

We the following partners of M/s………………………………… (indicate name of firm) (1)……………………………………….…2……………………………………………3…………………………………….………4………………………………………5……………………………………….……6………………………………………having its office at …………………………..hereby give our consent on behalf of M/s……. …………..(Indicate name of firm) in favour of Mr………………………………….. (Indicate name of Partner), whose specimen signature are appended below, for entering into Joint Venture Agreement with M/s……………………………… (indicate name of other firm’s )……………… having office at ……………………………. in connection with T. No…………………Name of work …………… to sign & execute the MOU, JV agreement and all other required documents pertaining to above said tender.

We have read the contents of this letter of consent & accept the same and we hereby agree to and ratify all acts, deeds & things of them or any documents executed by the said partner in the scope of this letter of consent.

This letter of consent is made at ……………. on ………………

Name & Signature of Partner/s (Signature of Sh…………..) DATE............... 1. .................................................

2. ................................................

3. ................................................

Place................ 4. ................................................

5. ................................................

Seal of the Firm

Note :- The stamp duty shall be governed by the provision of the Law relating to stamp in force in that State at the time. It shall be duly attested by Notary Public.

“ANNEXURE-XII (Para 23.2.4(d) of Section II)

Page 93:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 96

SPECIAL POWER OF ATTORNEY(To be submitted by Limited Companies or Sole Proprietor participating as member

of JV)

BE IT KNOWN To all that I …………….. (Indicate name of Director/Sole Prop.)……… at the Company/Proprietary firm (Indicate Name of Co. / Sole Proprietary firm) ………. having its office at …………………… do hereby for and on behalf of the said Company/Proprietary firm appoint Sh.…………….S/o Shri …………age….. (Indicate Name of Nominee) of the Company/Prop. firm as our Attorney, whose specimen signature are appended below to execute the MOU/ JV Agreement & all other required documents with M/s ……………. (Indicate Name of other Co./Prop. firm)………….. situated at …………… in connection with the following tender invited by North Western Railway:-

“T.No………………………Name of work………………………………………

……………………………………………………………………..…………………””

We/ I have read the content of this Special Power of Attorney & accept the same, and We/ I hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things lawfully done or caused to be done by our said Attorney.

In witness where of I…………….(Indicate name of Director/Sole Prop.) of M/s………………… (Indicate name of Co./ Prop. Firm) the above named Director / Proprietor has executed this Power of Attorney.

For M/s…………………

(Sign. Of Shri…………………) ( Sign & Seal …………….)

Place:…………….

Date :-………….

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force in that State at the time when such Power of Attorney is being executed. Power of Attorney shall be duly attested by Notary Public.

“ANNEXURE-X III” (Para 23.2.2(b) of Section II)

SPECIAL POWER OF ATTORNEY

Page 94:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 97

(For Partnership Firms only)

BE IT KNOWN To all that we (1) …….……………..(2)………..…………... (3)………………………(4)……………..…………..(5)………….……………. all the partners of the firm…………………… having its registered office at …………..………………………. do hereby, for and on behalf of the said firm appoint Shri………………………… (name & designation) Special Attorney of the said firm and authorize the said Shri…………….…………… (name), whose specimen signature are appended below, to do all or any of the following acts deeds and/or things on behalf of the said firm and to represent the firm in respect for the tender No…………………………. (Name of work)………………………………………… invited by North Western Railway.

1. To appear before office of North Western Railway related to the process of tendering for the above said tender.

2. To procure/download the tender documents for the above said tender.3. To sign the above said tender documents and submit the offer to North Western

Railway.4. To attend meetings and submit clarifications including negotiations, if any, called

by North Western Railway.

We/ I have read the content of this Special Power of Attorney & accept the same and We/I hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things lawfully done or caused to be done by our said Attorney. We further state that if our offer for the above said tender is accepted then, for day to day execution of work and contract agreement a separate Power of Attorney will be submitted.

Executants Partner(Signature of Sri……………………) (Name & signature)

DATE ……… 1........................ 2......................

Place …….. 3....................... 4.......................

5........................

Seal of Firm Seal of Firm

Note :- The stamp duty shall be governed by the provision of the Law relating to stamp in force in that State at the time when such Power of Attorney is being executed. Power of Attorney shall be duly attested by Notary Public.

“ ANNEXURE-X IV” (Para 23.2.1(b) of Section II)

Page 95:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 98

SPECIAL POWER OF ATTORNEY(For Sole Proprietor Firm only)

BE IT KNOWN to me that I Sole Proprietor of the firm …………………… having its registered office at …………..………………………. do hereby, for and on behalf of the said firm appoint Shri………………………… (name & designation) Special Attorney of the said firm and authorize the said Shri…………….…………… (name) whose specimen signature are appended below, to do all or any of the following acts deeds and/or things on behalf of the said firm and to represent the firm in respect for the tender No…………………………. (Name of work)………………………………………… invited by North Western Railway.

1. To appear before office of North Western Railway related to the process of tendering for the above said tender.

2. To procure/download the tender documents for the above said tender.3. To sign the above said tender documents and submit the offer to North Western

Railway.4. To attend meetings and submit clarifications including negotiations, if any, called by

North Western Railway.

I have read the content of this Special Power of Attorney & accept the same and I hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things lawfully done or caused to be done by our said Attorney.

I further state that if my offer for the above said tender is accepted then, for day to day execution of work and contract agreement a separate Power of Attorney will be submitted.

(Signature of Sri…………….…………) (Name & signature of sole proprietor)DATE ………

Place ……… (Seal of Firm)

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force in that State at the time when such Power of Attorney is being executed. Power of Attorney shall be duly attested by Notary Public.

“ANNEXURE-XV” (Para 23.2.3(c) of Section II)

Page 96:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 99

SPECIAL POWER OF ATTORNEY(For Limited companies only)

BE IT KNOWN To all that (Name of firm) …….……………..………..…………. ………………………………………….…… having its registered office at …………..………………………. do hereby, for and on behalf of the firm appoint Shri………………………… (name & designation) Special Attorney of the said firm and authorize the said Shri…………….…………… (name) whose specimen signatures are appended below, to do all or any of the following acts deeds and/or things on behalf of the said firm and to represent the firm in respect for the tender No…………………………. (Name of work)………………………………………… invited by North Western Railway.

1. To appear before office of North Western Railway related to the process of tendering for the above said tender.

2. To procure/download the tender documents for the above said tender.3. To sign the above said tender documents and submit the offer to North Western

Railway.4. To attend meetings and submit clarifications including negotiations, if any, called

by North Western Railway.

We have read the content of this Special Power of Attorney & accept the same and We hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things lawfully done or caused to be done by our said Attorney. We further state that if our offer for the above said tender is accepted then, for day to day execution of work and contract agreement a separate Power of Attorney will be submitted.

(Signature of Shri……………………….) Authorized signatory of the firm

DATE ………

Place ……… Seal of Firm

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force in that State at the time when such Power of Attorney is being executed. Power of Attorney shall be duly attested by Notary Public.

“ANNEXURE-XVI” (Para 2(h) of Section III)

MODEL FORM OF BANK GUARANTEE BOND FOR PG

Page 97:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 100

1. In consideration of the President of India (hereinafter called “the Government”) having agreed to exempt – (Name & address)-------------(hereinafter called “the said Contractor(s)” from the demand, under the terms and conditions of an Agreement dated -------- made between ---------- and ------------ for ----------- (hereinafter called “the said Agreement”), of security deposit 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 referred to as “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 or conditions contained in the said Agreement.

2. We--------------------------------------------(indicate the name of the bank) and our local branch at Jaipur i.e. ………………………………………. (name, address and branch code of local branch at Jaipur) do hereby undertake to pay the amounts 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 of 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 notwithstanding any dispute or disputes raised by the contractor(s)/supplier (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 a valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We………………………………….……..(indicate the name of bank) and our local branch at Jaipur i.e. ………………………………………. (name, address and branch code of local branch at Jaipur) further agreed with the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance/of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till --------- (office/Department) Ministry of ------------ 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 in writing on or before the ------------ we shall be discharged from all liability under this guarantee thereafter.

5. We………………………………………..(indicate the name of bank) and our local branch at Jaipur i.e. ………………………………………. (name, address and branch

Page 98:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 101

code of local branch at Jaipur) 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 vary 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 post opens for any time or from time to time any of the powers exercisable by the Government against the said, Contractor(s) and to further 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 commission 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)/Supplier(s).

7. We -------------------------------------------(indicate the name of bank) and our local

branch at Jaipur i.e. ………………………………………. (Name, address and

branch code of local branch at Jaipur) lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the Government in writing.

Dated the----------- day of ---------2016

For ____________________________(indicate the name of bank) and our local

branch at Jaipur i.e. ………………………………………. (Name, address and

branch code of local branch at Jaipur)

SPECIAL CONDITIONS OF NS ITEMS

1.0 NS-1:- Providing & laying precast 50 mm thick inter locking tiles

Page 99:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 102

This item includes Providing & laying precast 50 mm thick inter locking tiles

(Rubber Moulded) of M-30 concrete with top layer of 12 mm thick in white

cement in colour red, yellow & green without hardener etc. on 25 mm base of

cement mortar 1:6 as a complete job to the entire satisfaction of engineer in

charge. (This will include all the cost of labour and material, lead, lift, loading,

unloading & taxes etc. Nothing shall be paid extra on any account except

cement for 25 mm base of cement mortar, which will be paid extra under

relevant Item).

TECHNICAL SPECIFICATIONS

The Paver Block shall be made in factory with following minimum facilities:

1.1 Design Mix Concrete:

(a) All pavers designated by strength shall be treated as design mix concrete. The

aggregate and cement shall be measured by weight in an approved weigh batching

equipment. Mixing water shall be measured in graduated litre cans. One or more

complete bags of cement shall be used for each batch of concrete.

(b) The contractor shall be responsible for designing mixes of the specified performance to suit the degree of workability and characteristic strength. The mix design shall be finalized before manufacturing of the paver considering a set of suppliers for cement, sand and aggregates. In case of any change of suppliers of cement, sand or aggregates, party should have design mix ready for alternate suppliers.

(c) The minimum cement content for compacted concrete of pavers shall not be less than 380 Kg / cum.

Compressive strength and the lab report with proportions should be available with the contractor at all times for scrutiny and verification purpose.

1.2 Paver Block Making Machine:

The machine should be capable of producing high quality Paver Blocks by obtaining high level of compaction by application of high intensity vibration to the moulds. In no case, pavers mould by manual force. All pavers shall have uniformity in strength.

1.3 Weigh Batching & Mixing Equipment:

Page 100:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 103

(a) The proportioning of ingredients of concrete per batch of concrete shall be performed by an approved weigh batching machine. Water shall be fed into the mixer from a tank provided with means for adjusting the flow of water so as to supply the quantity determined for concrete as per mix design. Due allowance shall be made for the weight of water carried by aggregates so that actual amount added at the mixer can be reduced as necessary. For this purpose the moisture content of coarse and fine aggregates shall be ascertained as and when required and at other times when alteration of the moisture content may be expected due to new deliverance of aggregates, inclement weather or other reasons.

(b) Volumetric batching of concrete may be allowed after the design mix is approved by lab after testing, by converting the proportion of concrete from weight to volumetric measurement subject to facilities being made available by the contractor for verifying and monitoring this.

(c) All necessary equipment such as measuring boxes, devices for determination of moisture and bulking in sand, slump cone, etc. shall be provided by the contractor. Concrete shall be machine mixed until there is a uniform distribution of materials and uniform colour and consistency is achieved and under no circumstances for less than two minutes. The concrete Mix Design should be followed for each batch of materials.

1.4 The factory should have well designed curing area to ensure adequate (minimum 14 days) curing of paver blocks.

1.5 Laboratory

The factory should have the following:

(i) Compression testing machine.

(ii) Other tools and equipment for testing raw materials and paver blocks.

(iii) Systematic record of test results of various paver blocks manufactured in the factory. Concrete Mix Design for M-30 grade of concrete used for making of paver blocks.

1.6 CEMENT

The cement used in the manufacture of high quality precast concrete paving blocks shall be conforming to IS 12269 (53 grade ordinary Portland cement) or IS 8112 (43 grade ordinary Portland cement) or IS 1489 (Part 1) (Portand-pozzolana cement – fly ash based). The minimum cement content in concrete used for making paver blocks should be 380 kg/Cum.

Page 101:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 104

1.7 AGGREGATES

The fine and coarse aggregates shall consist of naturally occurring crushed or uncrushed materials, which apart from the grading requirements comply with IS 383-1970. Lime stone aggregates shall not be used. Aggregates shall contain no more than 3% by weight of clay & shall be free from deleterious salts and contaminants. Zone iv sand shall not be acceptable. Course aggregate shall be 10 mm and below.

1.8 WATER

The water shall be clean and free from any deleterious matter. It shall meet the

requirements stipulated in IS: 456-2000.

1.9 OTHER MATERIALS

Any other materials / ingredients used in the concrete shall conform to I.S.

Specifications.

PIGMENT: The pigment shall be used only on wearing and top surface and throughout the paver block. The pigment used shall not be more than 10% of weight of cement used in the wearing course layer. However, use of pigment shall in no way alter the required strength of the paver block. Pigment used for coloring paver blocks shall have durable color. It shall not contain matters detrimental to concrete.

1.10 Pavers Block Characteristics

1 The inter locking concrete paver tiles should conform to IS-15658: 2006. They shall be tested as per the code and have to qualify limits specified by us down below.

2 The paver tiles should be made of M-30 design mix concrete in approved size and shape. For acceptance the average of compressive strengths of 8 pavers/tiles shall be minimum 30 N/mm2 (MPa).

3 The concrete pavers should have perpendicular ties after release from the mould and the same should be retained until the laying.

4. The surface should be of anti skid and anti glare type.

5. The paver should have uniform chamfers to facilitate easy drainage of surface run off.

6. The concrete mix design should be followed of each batch of materials separately and weigh batching plant is to be used to achieve uniformity in strength and quality.

7. The pavers shall be manufactured in single layer or more to ensure smooth surface on top and to remove all voids.

Page 102:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 105

8. The pavers shall be of cement Grey colour without any pigment or colored with pigment or with chemically treated top surface as specified.

9. All paver blocks shall be sound and free of cracks or other visual defects, which will interfere with the proper paving of the unit or impair the strength or performance of the pavement constructed with the paver blocks.

1.11 The compressive strength requirement of concrete paver block shall be minimum 30 MPa (N/sqmm) for 28 days.

1.12 Paver Block Dimensions

Thickness: 50mm with tolerance + 5 mm to - 5 mm {if thickness is between 50 mm to 45 mm, payment will be made @ 90% of the accepted rate. No extra payment will be made if thickness is more than 50 mm}

Shape Regular: Uniform shape with no Hollow or Cracks

1.13. Testing of Paver Blocks

1. 28 day Compressive Strength Minimum 30 MPa (N/Sqmm) (for 50mm) 2. Water Absorption Avg. of 3 units - Maximum 10% by mass

Frequency sample of 8 tiles for every 5000 tiles/supply.

2.0 NS-2:- Supply of pre cast concrete reinforced bench (Chair type) :-

This item includes Supply of pre cast concrete reinforced bench (Chair type). The bench consists of 2 No. L-shape base support in grey cement colour of thickness -100 mm, back height -1000 mm & front height - 450 mm, base width - 620 mm & 5 No. reinforced concrete planks in red colour of size 1500 x 100 x 50 mm & 1 No. of reinforced concrete planks of size 1500 x 100 x 50 mm manufactured by using M-30 grade of concrete & reinforced suitably to prevent damage during handling, transportation, erection & long use. All parts are joined together with galvanized nuts and bolts of suitable size. Seating length of bench - 1500 mm. Note: - The item includes all taxes, octroi, excise duty, transpiration, leading, loading, unloading, handling, rehandling etc. complete. So, nothing extra shall be paid to affect this item whatsoever the case may be.

3.0 NS-3: Dismantling service/ residential buildings and giving credit to railway:-

This item includes Dismantling service/ residential buildings and giving credit to railway :- against released material including disposal of all released material, rubbish, brick bats etc outside railway land with contractor's all labour & material, scaffolding, ascents, descents, leads, lifts, for all heights and depth in all ground conditions, bailing/ pumping out of water if required, as a complete job. Note:- 1. The credit will be calculated as per plinth area measurements including verandah, if any. 2. The released rails/Tie Bar fencing will be the property of railway and will have to be deposited in the store of JE/SE works.

4.0 NS-4: Providing and laying pre cast 100 mm thick interlocking pavers rubber moulded

Page 103:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 106

The Paver Block shall be made in factory with following minimum facilities:

4.1 Design Mix Concrete:(a) All pavers designated by strength shall be treated as design mix concrete. The

aggregate and cement shall be measured by weight in an approved weigh batching equipment. Mixing water shall be measured in graduated litre cans. One or more complete bags of cement shall be used for each batch of concrete.

(b) The contractor shall be responsible for designing mixes of the specified performance to suit the degree of workability and characteristic strength. The mix design shall be finalized before manufacturing of the paver considering a set of suppliers for cement, sand and aggregates. In case of any change of suppliers of cement, sand or aggregates, party should have design mix ready for alternate suppliers.

(c) The minimum cement content for compacted concrete of pavers shall not be less than 380 Kg / cum.

Compressive strength and the lab report with proportions should be available with the contractor at all times for scrutiny and verification purpose.

4.2 Paver Block Making Machine:The machine should be capable of producing high quality Paver Blocks by obtaining high level of compaction by application of high intensity vibration to the moulds. In no case, pavers mould by manual force. All pavers shall have uniformity in strength.

4.3 Weigh Batching & Mixing Equipment: The proportioning of ingredients of concrete per batch of concrete shall be performed

by an approved weigh batching machine. Water shall be fed into the mixer from a tank provided with means for adjusting the flow of water so as to supply the quantity determined for concrete as per mix design. Due allowance shall be made for the weight of water carried by aggregates so that actual amount added at the mixer can be reduced as necessary. For this purpose the moisture content of coarse and fine aggregates shall be ascertained as and when required and at other times when alteration of the moisture content may be expected due to new deliverance of aggregates, inclement weather or other reasons.

Volumetric batching of concrete may be allowed after the design mix is approved by lab after testing, by converting the proportion of concrete from weight to volumetric measurement subject to facilities being made available by the contractor for verifying and monitoring this.

All necessary equipment such as measuring boxes, devices for determination of moisture and bulking in sand, slump cone, etc. shall be provided by the contractor. Concrete shall be machine mixed until there is a uniform distribution of materials and uniform colour and consistency is achieved and under no circumstances for less than two minutes. The concrete Mix Design should be followed for each batch of materials.

4.4 The factory should have well designed curing area to ensure adequate (minimum 14 days) curing of paver blocks.

Page 104:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 107

4.5 Laboratory

The factory should have the following:

(i) Compression testing machine.

(ii) Other tools and equipment for testing raw materials and paver blocks.

(viii) Systematic record of test results of various paver blocks manufactured in the factory. Concrete Mix Design for M-30 grade of concrete used for making of paver blocks.

4.6 CEMENT

The cement used in the manufacture of high quality precast concrete paving blocks shall be conforming to IS 12269 (53 grade ordinary Portland cement) or IS 8112 (43 grade ordinary Portland cement) or IS 1489 (Part 1) (Portand-pozzolana cement – fly ash based). The minimum cement content in concrete used for making paver blocks should be 380 kg/Cum.

4.7 AGGREGATES

The fine and coarse aggregates shall consist of naturally occurring crushed or uncrushed materials, which apart from the grading requirements comply with IS 383-1970. Lime stone aggregates shall not be used. Aggregates shall contain no more than 3% by weight of clay & shall be free from deleterious salts and contaminants. Zone iv sand shall not be acceptable. Course aggregate shall be 10 mm and below.

4.8 WATER

The water shall be clean and free from any deleterious matter. It shall meet the requirements stipulated in IS: 456-2000.

4.9 OTHER MATERIALS

Any other materials / ingredients used in the concrete shall conform to I.S. Specifications.

PIGMENT: The pigment shall be used only on wearing and top surface and throughout the paver block. The pigment used shall not be more than 10% of weight of cement used in the wearing course layer. However, use of pigment shall in no way alter the required strength of the paver block. Pigment used for coloring paver blocks shall have durable color. It shall not contain matters detrimental to concrete.

Page 105:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 108

4.10 Pavers Block Characteristics

1 The inter locking concrete paver tiles should conform to IS-15658: 2006. They shall be tested as per the code and have to qualify limits specified by us down below.

2 The paver tiles should be made of M-30 design mix concrete in approved size and shape. For acceptance the average of compressive strengths of 8 pavers/tiles shall be minimum 30 N/mm2 (MPa).

3 The concrete pavers should have perpendicularities after release from the mould and the same should be retained until the laying.

4. The surface should be of anti skid and anti glare type.

5. The paver should have uniform chamfers to facilitate easy drainage of surface run off.

6. The concrete mix design should be followed of each batch of materials separately and weigh batching plant is to be used to achieve uniformity in strength and quality.

7. The pavers shall be manufactured in single layer or more to ensure smooth surface on top and to remove all voids.

8. The pavers shall be of cement Grey colour without any pigment or colored with pigment or with chemically treated top surface as specified.

9. All paver blocks shall be sound and free of cracks or other visual defects, which will interfere with the proper paving of the unit or impair the strength or performance of the pavement constructed with the paver blocks.

4.11 The compressive strength requirement of concrete paver block shall be minimum 30 MPa (N/sqmm) for 28 days.

4.12 Paver Block Dimensions

Thickness: 100mm with tolerance + 5 mm to - 5 mm {if thickness is between 100 mm to 95 mm, payment will be made @ 90% of the accepted rate. No extra payment will be made if thickness is more than 100 mm}

Shape Regular: Uniform shape with no Hollow or Cracks

4.13. Testing of Paver Blocks

1 28 day Compressive Strength Minimum 30 MPa (N/Sqmm) (for 50mm) 2 Water Absorption Avg. of 3 units - Maximum 10% by mass

Frequency of sampling - 8 tiles for every 5000 tiles/supply.

SCHEDULES OF APPROXIMATE QUANTITIES

Page 106:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 109

Name of work : Construction of one bay PF shelter at Khinaniyan, Diplana, compound/Boundary wall in circulating area, white washing & painting work on newly constructed station buildings, Platform, FOB, LHS & level crossing duty huts and other residual works between Hanumangarh (including) Km. 0.000 to Diplana (including) Km 88.000 section in connection with Suratpura - Hanumangarh - Sriganganagar gauge conversion project.

Schedule A (USSOR - 2010 Item - Cement only)

SN

USSOR Item No.

Description of item Qty. 0 to 44

Qty. 44 to 88

Total Qty.

Unit Rate Amount

  033060 Supply and using cement at worksite :            

1 033061 OPC 43 grade 611 200.00 811.00 Tonne 5060.00 4103660.00

    Cost of Schedule A (USSOR - 2010 Item - Cement only)

          4103660.00

Schedule B (USSOR - 2010 Item - Reinforcement steel only)

SN

USSOR Item No.

Description of item Qty. 0 to 44

Qty. 44 to 88

Total Qty.

Unit Rate Amount

  045010 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete.

           

1 045014 High yield strength deformed bars 0 1280 1280 Kg 45.54 58291

    Total Cost of Schedule-B           58291.20

Schedule C (USSOR - 2010 All other Items - excluding items of Schedule C-1, C-2 & C-3 only)

SN

USSOR Item No.

Description of item Qty. 0 to 44

Qty. 44 to 88

Total Qty.

Unit Rate Amount

  011010 Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in

           

1 011011 All kinds of soils 3605 910 4515 Cum 95.85 432762.75

2 012010 Extra over item 011010 for excavation in foundations for buildings and bridges to cover dressing to neat dimension and plumbing sides etc. Note : Dressing under this item is payable for the total quantity of excavation in foundation and not partly

3605 910 4515 Cum 10.10 45601.50

3 012030 Extra for watering and ramming earth in foundation and floors in 15cm layers. Note : This item is payable where ramming is not included in the original rate for earthwork in filling.

0 2000 2000 Cum 18.10 36200.00

4 012040 Filling , watering and ramming earth 638 400 1038 Cum 21.90 22732.20

Page 107:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 110

in 15cm layers in floor and foundation with surplus earth from foundation.

  013110 Earthwork in cutting (Classified) in formation, trolley refuges, side drains, level crossing approaches, platforms, catch water drains, diversion of nallah & finishing to required dimension and slopes to obtain a neat appearance to standard profile inclusive of all labour, machine and materials and removing & leading all cut spoils either to make spoil dumps beyond 10m. from cutting edge or for filling in embankment with all leads within the section limit, lifts, ascent, descent, loading, unloading, all taxes/royalty, clearance of site and all incidental charges, bailing & pumping out water if required, etc., complete as per directions of the Engineer-in-Charge. The work is to be executed as per Latest / updated edition of "Guidelines for Earthwork in Railway Projects" issued by RDSO, Lucknow. Cut trees shall be property of Railways and to be deposited in the railway godown unless specified otherwise in the Special conditions of contract

           

Note - (i) All usable earth arising from cut spoils shall be led into bank formation and Unusable spoils shall be dumped / stacked (ii) All hard rock /and boulders not fit for filling will be stacked by the contractor and will be property of the Railways.

5 013111 In all conditions and classifications of soil except rock

0 150 150 Cum 151.21 22681.50

6 013120 Earthwork in filling in embankment, guide bunds, around buried type abutments, bridge gaps, trolley refuges, rain bunds if provided, platforms etc. with earth excavated from outside railway boundary entirely arranged by the contractor at his own cost as per RDSO's latest guidelines and specifications and special condition of contract including all leads, royalty, lifts, ascents, descents, crossing of nallahs or any other obstructions. The rates shall include all dressing of bank to final profile, demarcation and setting out of profile, site clearance, removing of shrubs, roots of vegetations growth, heavy grass, benching of existing

0 1740 1740 Cum 114.25 198795.00

Page 108:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 111

slope of old bank, all handling/re-handling. taxes, octroi and royalty etc. as a complete job. Cut trees shall be property of railways and to be deposited in the railway godown unless specified otherwise in the Special conditions of contract

7 013140 Removal of excavated/slip earth/ debris/ malba from the site of works to any other place outside Railway land/premises, including all excavations, handling, re-handling, loading, unloading and leading, etc. all labour and material as a complete job. Removal of Earth (all kinds of soils)/ROCKS, BOULDERS including mud/ slush, slipped earth in catch water drains, side drains, over berms in cutting, water way of bridges, over coping of toe/breast/retaining walls etc. including crossing of nallah, railway tracks, making/ repairing approach roads if required, all lead, lift, ascent, descents, or any other obstruction. Earth spoils to be dumped outside the cutting or railway embankments as per direction of Engineer in charge

0 150 150 Cum 114.99 17248.50

8 021150 Leading miscellaneous materials such as iron work, rails, fittings & fastenings, pipes, wooden logs, stones over pitching stone size, RCC/PCC beams / slabs etc and all similar articles (each individual article or bundle being not more than 3.5 metres long in the longest direction) including all loading, unloading and stacking, lead over 500m and upto 10 km. Note : Lead under this item is payable when the same exceeds 500m.

0 10 10 MT 135.27 1352.70

9 021151 Additional lead for every subsequent km or part thereof, over 10 km and upto 100 km over item no. 021150.

0 900 900 MT/ KM

6.15 5535.00

10 014010 Dressing Surface (average excavation or filling upto 15 cm) including removing vegetation in all kind of soil. Payment against this item is to be made only if it is not included in earth work item

5700 2000 7700 10 sqm 64.20 49434.00

11 021152 Additional lead for every subsequent km or part thereof, over 100 km and upto 400 km over item no. 021150.

0 3000 3000 MT/ KM

5.62 16860.00

12 021510 Hiring of JCB Machine (in good working condition) for leveling and

0 500 500 Hour 742.27 371135.00

Page 109:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 112

dressing ground / dismantling structures including disposal of debris through dumpers etc. with contractor’s labour, JCB machine, machine operator, fuel, etc. The contractor shall arrange road permit for vehicle for all the States of operation, as per instructions of engineer in-charge and vehicle shall not be more than three years old. Payment shall be made for actual working hours at site.

13 031062 Retaining walls, return walls, walls (any thickness) including attached plasters, buttresses, plinth and string courses fillets etc.

200 0 200 Sqm 232.54 46508.00

  032050 Providing and laying cement concrete 1:2:4 in damp-proof course (1 cement : 2 sand : 4 graded stone aggregate 12.5mm nominal size - excluding the cost of cement and including providing, fixing and removal of forms.

       

 

 

14 032053 50mm thick (20 mm coarse aggregate instead of 12.5mm)

1389 0 1389 Sqm 150.97 209697.33

  032080 Providing Precast plain cement concrete jali 1:2:4 (1 cement : 2 sand : 4 stone chips 12.5mm nominal size) including hoisting and setting in position with cement mortar 1:3 (1 cement : 3 coarse sand) including the cost of centering, shuttering and finishing complete including the cost of cement and of plastering of jambs, sills and soffits.

           

15 032081 40mm thick 0 6 6 Sqm 343.63 2061.78

  041010 Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete

           

16 041011 All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc.

7 100 107 cum 1836.48 196503.36

  042010 Centering and shuttering including strutting, propping etc. and removal of form for :

           

17 042011 Foundations, footings, bases of columns, raft foundation of washable aprons, Pile caps, Footings of FOB etc.

0 50 50 Sqm 127.5 6375.00

18 042013 Suspended floors, roofs, landings, balconies, FOB slabs, walkway slabs

0 50 50 Sqm 237.02 11851.00

Page 110:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 113

and access platform19 042014 Lintels, beams, plinth beams, bed

blocks, girders, bressumers and cantilevers

0 40 40 Sqm 201.17 8046.80

20 042015 Columns, pillars, , posts and struts 0 15 15 Sqm 282.10 4231.50

21 042040 Supplying and applying shuttering oil for mould releasing, having (Flash point 54 degree C and specific gravity 0.88±0.02) for concrete formwork to be applied either by brush or with spray machine to the entire satisfaction of Engineer Incharge

450 205 655 Sqm 7.38 4833.90

22 051040 Extra over item 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level :

1367 300 1667 Cum 156.64 261118.88

23 051060 Extra for brick work in sqare or rectangular pillar.

42 25 67 Cum 217.96 14603.32

  051180 Half brick masonry with bricks of class designation 7.5 in foundations and plinth in :

           

24 051182 Cement mortar 1:4 (1 Cement : 4 coarse sand)

0 80 80 Sqm 257.93 20634.40

25 051190 Extra for half Brick masonry in superstructure above plinth level upto floor two level

0 54 54 Sqm 43.50 2349.00

  074300 Providing and fixing float glass panes with putty and nails including removal of old broken panes wherever required

           

26 074301 Float Glass panes 4mm thick (10kg /sqm)

0 10 10 Sqm 501.94 5019.40

  075050 Providing and fixing M.S. sliding door bolts generally conforming to IS: 281, bright satin finish or black stone enamelled with nuts and screws etc. complete of size

           

27 075052 250x16 mm 0 9 9 Each 89.96 809.64

  075060 Providing and fixing M.S. tower bolts generally conforming to IS:204 (Part I) with necessary screws etc. complete of size.

           

28 075062 200x10 mm 0 18 18 Each 33.85 609.30

  075070 Providing and fixing M.S. door handles with necessary screws etc. complete.  

        0.00

29 075072 100mm 0 18 18 Each 15.27 274.86

  077050 Providing and fixing bright finished brass sliding doors bolts - with screws etc. complete of size  

       

30 077051 300x16mm 0 7 7 Each 244.04 1708.28

  077060 Providing and fixing bright finished brass tower bolts (barrel type) with  

        0.00

Page 111:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 114

necessary screws etc. complete31 077061 250x10mm 0 7 7 Each 250.48 1753.36  077070 Providing and fixing bright finished

brass handles - with screws etc. complete - of size  

        0.00

32 077071 125 mm 0 7 7 Each 135.93 951.5133 078140 Providing and fixing to existing door

frames 30mm thick factory made panel PVC door shutter consisting of frame made out of M.S. tubes of 19 gauge thickness and size of 19mm x 19mm for styles and 15x15mm for top & bottom rails. M.S .frame shall have a coat of steel primers. M.S. frame covered with 5mm thick heat moulded PVC Foam sheet ‘C channel as per drawing given in IR Standard Specifications complete in all respect

0 15 15 Sqm 2140.92 32113.80

  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 GL

         

34 081031 In RSJ, tees, angles and channels 0 12350 12350 Kg 70.41 869563.50

35 081032 In flats, plates , round or square bars 0 5420 5420 Kg 68.79 372841.80

    Note for Item 081030 : Purlins and wind bracings shall be paid separately under item 81010.

           

36 081070 Erecting rails in posts, platform wall copings etc. including necessary cutting and drilling

0 280 280 Qtl. 85.01 23802.80

37 081360 Providing and fixing M. S. round holding down bolts with nuts and washer plates complete

0 500 500 Kg 54.07 27035.00

38 083050 Fabricating, supplying & installing stainless steel railings for staircases, balconies, FOBs, Enquiry/Reservation complex etc., made of SS 304 grade stainless steel, laser cut / water jet cut (no shearing), polished with Automatic round/flat polishing machine to get a uniform hairline finish. All parts shall be connected to each other with the help of prescribed size CNC made solid connectors, countersunk screws. Welding should be finished ensuring that no welding marks are visible and assembly is mounted on floor with the help of

0 100 100 Kg 623.73 62373.00

Page 112:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 115

dash fasteners. Railings shall be fabricated as per approved drawings by engineer-in-charge. Manufacturer shall submit maintenance manual and basic material test report for grade certification.

  091010 Brick on edge flooring with bricks of class designation 7.5 including cement slurry etc. complete in cement mortar

           

39 091012 1:6 (1cement: 6coarse sand).(With FPS Bricks)

0 300 300 Sqm 273.89 82167.00

  091020 Flat Brick flooring with bricks of class designation 7.5 including cement slurry etc. complete in cement mortar.

           

 40 091021 1:4 (1cement: 4coarse sand).(With FPS Bricks)

25000 0 25000 Sqm 195.40 4885000.00

  092010 Cement concrete flooring 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete

           

41 092012 40mm thick with 20mm nominal size stone aggregate

0 100 100 Sqm 115.08 11508.00

  092060 Providing and laying plain cement concrete flooring of specified thickness with mix design concrete over firm, well prepared and well compacted bed including provision of designed expansion joint & finishing manually or mechanical trowel ling & vacuum dewatering complete. Expansion joint to be paid for separately.

         

42 092062 M-25 0 125 125 cum 2322.93 290366.25

  094010 Providing and laying precast factory made terrazzo tiles 22mm thick with graded marble chips of size upto 12mm laid in floors and landings, jointed with neat cement slurry mixed with pigment to match the shade of the tiles including rubbing and polishing complete with precast tiles on 20mm thick bed of cement mortar 1:4 (1cement: 4coarse sand)

           

43 094013 With white cement with pigment 0 70 70 Sqm 579.68 40577.60

  094030 Precast factory made terrazzo tiles            

Page 113:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 116

22mm thick with graded marble chips of size upto 12mm in walls, skirting and risers of steps on 12mm thick cement plaster 1:3 (1cement: 3coarse sand) jointed with neat cement slurry mixed with pigment to match the shade of the tiles including cutting/wastage of tiles, rubbing and polishing complete with tiles made :

44 094033 With white cement with pigment 0 6 6 Sqm 600.23 3601.38

  094060 Providing & fixing Precast Chequered tiles conforming to IS:13801:1993, manufactured under mechanical vibration & hydraulic pressing machine in double layer; top layer of 10 to 12 mm thickness of Dolomite Powder, graded chips, fibre and UV stabilised iron oxide Lanexess colour and bottom layer of 1:3 CC mixed with galvanised steel fibre of approved quality, jointed with neat cement slurry mixed with pigment to match shade of tiles including rubbing and cleaning etc. complete on 20mm thick bed of cement mortar 1:4 of sizes :

           

45 094062 300mm x 300mm x 30mm thick 0 50 50 Sqm 485.36 24268.00

  095010 Providing and fixing Ist quality ceramic tiles conforming to Group B-III (Ceramic Wall Tiles) of IS:15622 of manufacturers approved by railway in all colours, shades, and design as approved by the Engineer-in-Charge in skirting, risers of steps and dado over 12mm thick bed of cement mortar 1:3 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete

           

46 095012 200x300 mm 520 150 670 Sqm 606.42 406301.40

  095020 Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of cement mortar 1:4 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete

           

47 095021 Of Group B-II Clause 5.1 (for 0 50 50 Sqm 490.92 24546.00

Page 114:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 117

abrasion resistance) of IS:15622 (Ceramic Floor Tiles) of size 300x300mm

48 096050 Rubbing/polishing of old floors,Terrazzo or mosaic/Marble/ skirting and dado including treads and risers of steps of terrazzo/terrazzo tiles plain or chequered, kota stone, marble tiles etc. with fine grade carborandum stone with machine or manually complete

0 300 300 Sqm 46.17 13851.00

101010 Providing corrugated G.S. sheet roofing, including vertical/curved surface, fixed with polymer coated J or L hooks, bolts and nuts 8mm diameter with bitumen and G.I. limpet washers or with G.I. limpet washers filled with white lead and including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (upto any pitch in horizontal/vertical or curved surfaces) excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required

           

49 101012 0.80m thick with zinc coating not less than 275gm/ sqm

0 22 22 Sqm 545.26 11995.72

  101090 Providing and fixing precoated galvanised steel sheet roofing accessories 0.50mm +/- 5% total coated thickness (TCT) thick Zinc coating 120 gsm as per IS:277 in 240mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat

           

50 101096 Gutter (600mm overall girth) 0 35 35 metre 605.52 21193.20

51 103010 Providing and fixing non-asbestos high impact Polypropylene reinforced cement 6 mm thick corrugated sheets (as per IS: 14871) roofing up to any pitch and fixing with polymer coated J or L hooks, bolts and nuts 8mm dia. G.I. plain and bitumen washers or with self drilling fastener and EDPM washers etc. complete excluding the cost of purlins, rafters and trusses including cutting to size and shape wherever required

0 500 500 Sqm 331.09 165545.00

52 103040 Extra for providing and fixing wind ties of 40x6mm flat iron section complete with hooks, nuts, washers etc.

0 430 430 metre 92.12 39611.60

  101040 Providing ridges or hips of width 60cm overall width plain G.S. sheet

           

Page 115:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 118

fixed with polymer coated J or L hooks, bolts and nuts 8mm dia. G.I. limpet and bitumen washers complete

53 101041 0.80mm thick with zinc coating not less than 275gm/ sqm

0 9 9 metre 428.82 3859.38

54 104130 Providing gola 75x75mm in cement concrete 1:2:4 (1cement: 2coarse sand: 4graded stone aggregate 10mm and down gauge) including finishing with cement mortar 1:3 (1cement: 3fine sand) as per standard design -in 75x75mm deep chase

0 30 30 metre 64.32 1929.60

  108160 Providing and fixing on wall face unplasticised - Rigid PVC single socketed rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion.

           

55 108162 110mm dia. 40 35 75 metre 182.18 13663.50

  108170 Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for unplasticised- Rigid PVC rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion.

           

56 108172 Coupler, 110mm 8 0 8 Each 139.90 1119.20

  108180 Providing and fixing on wall face unplasticised - PVC moulded bend and shoe for unplasticised- Rigid PVC rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion

           

57 108182 Bend 87.5o, 110mm dia bend 8 30 38 Each 160.41 6095.58

58 108184 Shoe (Plain), 110mm dia shoe 0 7 7 Each 261.76 1832.32

  111010 12 mm cement plaster of mix -            

59 111012 1:6 (1cement: 6 fine sand) 7427 1800 9227 Sqm 61.98 571889.46

  111020 15 mm cement plaster on the rough side of single or half brick wall of mix  

         

60 111022 1:6 (1cement: 6 fine sand) 6000 1200 7200 Sqm 71.22 512784.00

  115010 White washing with lime to give an even shade

        

 

61 115011 New work (three or more coats) 0 600 600 Sqm 8.55 5130.00

  115030 Colour washing such as green, blue or buff to give an even shade

           

Page 116:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 119

62 115031 New work (two or more coats) with a base coat of white washing with lime

0 200 200 Sqm 10.66 2132.00

63 115090 Wall painting on new work with two or more coats of plastic emulsion paint of approved brand and manufacture to give an even shade

430 0 430 Sqm 50.49 21710.70

  117050 White washing with lime to give an even shade

           

64 117051 Old work (Two or more coat ) 1000 1210 2210 Sqm 6.92 15293.20

65 115110 Finishing walls with water proofing cement paint of required shade two or more coats on new work applied @ 3.84 Kg/10 sqm

19680 11640 31320 Sqm 40.69 1274410.80

  121050 Painting with synthetic enamel paint of approved brand and manufacture to give an even shade

           

66 121051 Two or more coats on new work 0 943 943 Sqm 46.65 43990.95

67 121052 One or more coats on old work 400 1400 1800 Sqm 30.21 54378.00

  121090 Painting with aluminium paint of approved brand and manufacture to give an even shade

          0.00

68 121091 Two or more coats on new work. 0 500 500 Sqm 40.37 20185.00

69 121250 Lettering with “Synthetic Enamel” paint (two coats) of approved brand and manufacture

0 50000 50000 Each of 1 cm

height

1.47 73500.00

  131130 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work – Exposed on wall

           

70 131133 25 mm dia. nominal bore 0 55 55 metre 233.33 12833.15

  131140 Providing and fixing medium grade G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the wall etc. Concealed pipe including painting with anti corrosive bitumestic paint, cutting chase and making good the wall

           

71 131141 15 mm dia. nominal bore 0 48 48 metre 185.97 8926.56

72 131143 25 mm dia. nominal bore 0 25 25 metre 270.62 6765.50

  131150 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work

           

73 131153 25 mm dia. nominal bore 0 450 450 metre 215.80 97110.00

74 131156 50 mm dia. nominal bore 0 40 40 metre 372.53 14901.20

Page 117:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 120

  131160 Making connection of medium grade G.I. distribution branch with G.I. main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete

           

75 131161 25 to 40 mm nominal bore 0 4 4 Each 261.77 1047.08

76 131162 50 to 80 mm nominal bore 0 2 2 Each 466.55 933.10

  132030 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end)

           

77 132031 25 mm nominal bore 0 5 5 Each 344.38 1721.90

  132040 Providing and fixing ball valve (brass) of approved quality complete high or low pressure with plastic floats complete :

           

78 132043 25 mm nominal bore 0 4 4 Each 248.65 994.60

  134040 Providing and fixing PTMT push cock of approved quality and colour  

         

79 134042 15mm nominal size, 80 mm long. Weighing not less than 46 gms

0 20 20 Each 122.9 2458.00

80 132180 Providing and fixing C.P. brass bib cock, 15mm nominal bore, of approved quality conforming to IS:8931

0 14 14 Each 266.62 3732.68

81 132210 Providing and fixing C.P. brass stop cock, 15 mm nominal bore, (concealed) of standard design and of approved make conforming to IS:8931

0 4 4 Each 239.93 959.72

82 132220 Providing and fixing C.P. brass angle valve for basin mixer and geyser points of approved quality conforming to IS:8931

0 10 10 Each 342.87 3428.70

83 136150 Providing and placing on terrace/staging (at all heights) polyethylene water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank

0 2000 2000 Litre 5.27 10540.00

  141010 Providing, laying and jointing glazed stoneware pipes grade ‘A’ as per IS:651 including bends etc. with stiff mixture of cement mortar in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete

84 141012 150mm diameter. 0 80 80 metre 237.30 18984.00

Page 118:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 121

  141030 Providing and laying cement concrete 1:4:8 (1cement: 4coarse sand: 8graded stone aggregate 40mm nominal size) all round S.W. pipes including bed concrete as per standard design

           

85 141032 150mm diameter S.W. pipe 0 80 80 metre 238.04 19043.20

  151010 Providing and fixing water closet squatting pan (Indian type W.C. pan) with 100mm sand cast iron P or S trap, 10litre low level white P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS : 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required

           

86 151011 White Vitreous China Orissa pattern W.C. pan of size 580x440-mm with integral type foot rests

0 8 8 Each 2398.64 19189.12

  151040 Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430x260x350mm and 340x410x265mm sizes respectively with automatic flushing cistern , with standard flush pipe and C.P. brass spreaders with brass unions and G.I. clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required

           

87 151041 One urinal basin with 5litre white P.V.C. automatic flushing cistern

0 14 14 Each 2270.26 31783.64

  151060 Providing and fixing one piece construction white vitreous china squatting plate with an integral longitudinal flushing pipe, white, P.V.C. automatic flushing cistern, with fittings, standard size G.I. flush pipe for back and front flush with standard spreader pipes with fittings, G.I. clamps and C.P. brass coupling complete including painting of fittings and cutting and making good the walls and floors etc. wherever required

           

88 151061 Single squatting plate of 600x350 mm size with 5 litre P.V.C. automatic flushing cistern

0 8 8 Each 2933.66 23469.28

Page 119:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 122

  151070 Providing and fixing wash basin with C.I./ M.S. brackets, 15mm C.P. brass pillar taps, 32mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever required

           

89 151072 white vitreous china wash basin size 630x450mm with a single 15mm C.P. brass pillar taps

0 4 4 Each 1450.74 5802.96

90 154010 Providing and fixing 110mm dia PVC soil, waste and vent pipes including jointing and cost of spun yarn and sand etc. complete

0 40 40 metre 221.27 8850.80

91 154110 Providing and fixing 110 mm PVC bend of the required degree with access door inclusive of 3mm thick bitumastic felt washer, bolts and nuts, complete, including jointing and cost of spun yarn and sand etc. complete

0 6 6 Each 105.89 635.34

92 154030 Providing and fixing 110 mm x 110 mm x 110mm dia PVC plain branch (single equal junction)of the required degree including jointing and cost of spun yarn and sand etc., complete

0 7 7 Each 85.06 595.42

93 161240 Cutting, trimming and pruning, hedging of all types into proper shape & line as directed by Engineer In-charge including the removal and disposal of the cut materials. (Measurement shall be of the total area of faces and top of the hedging, which has been trimmed).

0 5000 5000 Sqm 3.56 17800.00

171010 Repairs to plaster of thickness 12mm to 20mm in patches of area 2.5Sq. metres and under including cutting the patch in proper shape and preparing and plastering the surface of the walls complete including disposal of rubbish to the dumping ground within 100 metres Lead

         

94 171011 With cement mortar 1:4 (1cement: 4fine sand)

0 200 200 Sqm 101.39 20278.00

  171040 Renewing glass panes with putty and nails wherever necessary

           

95 171041 Float Glass panes of thickness 4 mm

0 8 8 Sqm 556.96 4455.68

  171520 Drilling of bore well for specified depth in all types of soil and rock mechanically with all contractor’s tools, plants, material and labour up to 75 meters

           

Page 120:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 123

96 171522 For 200 mm dia 375 0 375 metre 435.56 163335.00

97 171525 Extra over 75m drilling for 200mm dia

125 0 125 metre 87.11 10888.75

  171530 Providing supplying, lowering and fixing in bore G.I.B Class perforated casing pipe 6 mm thickness up to specified depth below ground level with all contractor’s tools, plants, material and labour etc. complete

           

98 171533 200 mm internal pipe 125 0 125 metre 1413.11 176638.75

  171540 Providing supplying, lowering and fixing in bore unperforated MS casing pipe 6 mm thickness up to specified depth below ground level with all contractor’s tools, plants, material and labour etc. complete

           

99 171543 200 mm internal pipe 375 0 375 metre 1095.00 410625.00

  181020 Demolishing plain cement concrete including disposal of material within 50m lead

           

100 181021 1:2:4 or richer mix with max. 20 mm coarse aggregate

0 212 212 Cum 494.03 104734.36

101 181022 Mix leaner than 1:2:4 with coarse aggregate larger than 20mm

0 317 317 Cum 302.51 95895.67

102 181023 Dismantling concrete kerb stones/rail level platform stones /concrete beams / slabs or similar light structural parts/ stones without appreciable damage including stacking

0 76 76 Cum 506.07 38461.32

103 181030 Demolishing R.C.C. work including cutting and stacking of steel bars and disposal of unserviceable material within 50m lead. (Extra payment for scraping, cleaning and straightening of bars to be made separately)

35 0 35 Cum 727.44 25460.40

  182010 Demolishing brick work including stacking of serviceable material and disposal of unserviceable material within 50m lead          

 

104  182013 In cement mortar 600 0 600 Cum 411.43 246858.00

105 182070 Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster/pointing including disposal of rubbish within 50m lead

0 200 200 Sqm 11.01 2202.00

106 183010 Dismantling cement concrete / terrazzo flooring and/or underlayer excluding base concrete

0 85 85 Sqm 18.15 1542.75

Page 121:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 124

107 183040 Dismantling Paver block/ stone sett flooring laid in dry mortar/ cement mortar / bitumen, including stacking material within 50m lead

0 85 85 Sqm 42.9 3646.50

  183060 Dismantling including stacking of serviceable material and disposal of unserviceable material within 50m lead

           

108 183061 Under layer of road of water bound macadam/ stone soling etc.

0 900 900 Sqm 45.1 40590.00

109 183062 Bituminous top layer of road 0 900 900 Sqm 87.88 79092.00

  231040 Providing and laying water bound macadam with specified stone aggregate, stone screening and binding material including screening, sorting, spreading to template and consolidation with power road roller of 8 to 10 tonne capacity etc. complete.

           

110 231042 Base course with 63mm to 45mm size including stone screening 13.2mm size

0 252 252 Cum 934.29 235441.08

  231060 Providing and laying bitumen penetration macadam with hard stone aggregate, with bitumen of suitable penetration grade including required key aggregate as specified, spreading coarse aggregate with the help of self propelled / tipper tail mounted aggregate spreader and applying bitumen by a pressure distributor and then spreading key aggregate with the help of aggregate spreader complete including consolidation with road roller of minimum 8 to 10 tonne capacity

           

111 231061 For 50mm compacted thickness using 6cum coarse aggregate of size 50-20mm graded, 1.5cum key aggregate of size 12.5mm graded, and 500kg paving asphalt 80/ 100 per 100sqm

0 640 640 Sqm 239.45 153248.00

  233010 Providing and applying tack coat using bitumen emulsion (Rapid setting) complying with IS: 8887- 1995, spraying the bitumen emulsion with mechanically operated spray unit, cleaning and preparing the existing road surface as per specification

           

112 233011 On W.B.M. @ 0.4kg/ sqm 0 2200 2200 Sqm 18.92 41624.00

Page 122:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 125

  233030 Providing and laying 2.5cm premix carpet surfacing with 2.25Cum and 1.12cum of stone chippings of 13.2mm size and 11.2mm size respectively and 180kg of hot bitumen per 100sqm over a tack coat including consolidation with road roller of 6 to 8tonne capacity etc. complete (tack coat to be paid separately.  

         

113 233031 With paving asphalt 80/ 100 heated and then mixed with solvent at the rate of 70grams per kg. of asphalt

0 1600 1600 Sqm 110.24 176384.00

114 235010 Providing and laying seal coat of premixed fine aggregate (passing 2.36mm and retained on 180micron sieve) with bitumen using 128 kg of bitumen of grade 80/ 100 bitumen and 0.60cum of fine aggregate per 100sqm of road surface including rolling and finishing with road roller all complete. Note - This should not be operated along with Hot mix carpeting

0 1600 1600 Sqm 48.67 77872.00

  236070 Painting road surface marking with adequate number of coats to give uniform finish with ready mixed road marking paint conforming to IS: 164, on bituminous surface in white/ yellow shade including cleaning the surface of all dirt, scales, oil, grease and foreign material etc. complete

 

         

115 236071 New work (minimum two coats) 0 62 62 Sqm 76.73 4757.26

  238040 Manufacturing supplying and fixing retro reflective sign boards made up of 2mm thick aluminium sheet, face to be fully covered with high intensity encapsulated type heat activated retro reflective sheeting conforming to type - IV of ASTM-D 4956-01 in blue and silver white or other colour combination including subject matter, message (bi-lingual), symbols and borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated by applying heat and pressure conforming to class -2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets @ 20 cm c/c to back support frame of M.S. angle iron of size 25x25x3 mm alongwith theft resistant measures, mounted and fixed with 2 Nos. M.S. angles of size 35x35x5 mm to a vertical post made up of M.S. Tee section ISMT 50x50x6 mm - contd. ...

 

 

       

Page 123:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 126

 

 

... contd.- welded with base plate of size 100x100x5 mm at the bottom end and including making holes in pipes, angles flats, providing & fixing M.S. message plate of required size steel work to be painted with two or more coats of synthetic enamel paint of required shade and of approved brand & manufacture over priming coat of zinc chromate yellow primer (vertical MS-Tee support to be painted in black and white colours). Backside of aluminium sheet to be painted with two or more coats of epoxy paint over and including appropriate priming coat including all leads and lifts etc. complete as per drawing, specification and direction of Engineer-in-charge. (Note : Concreting for fixing may be done as per site requirement and paid for separately)

     

     

116 238041 Cautionary/warning sign boards of equilateral triangular shape having each side of 900mm with support length of 3650mm

0 12 12 Each 3268.95 39227.40

    Cost of Schedule C (USSOR - 2010 All other Items - excluding items of Schedule C-1, C-2 & C-3 only)  

        14518208.38

Schedule C - 1 (USSOR - 2010 Plain Concrete Items only)

SN

USSOR Item No.

Description of item Qty. 0 to 44

Qty. 44 to 88

Total Qty.

Unit Rate Amount

  031010 Providing and laying in position cement concrete of specified proportion excluding cost of cement, centering and shuttering - All works upto Plinth level :

     

   

 

1 031012 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 40mm nominal size)

0 40 40 Cum 1445.87 57834.80

2 031013 1:4:8 (1 cement : 4 sand : 8 graded stone aggregate 40mm nominal size)

437 210 647 Cum 1315.13 850889.11

  031020 Providing and laying cement concrete, up to plinth in retaining walls, walls (any thickness) including attached plasters, columns, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sill

           

3 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm nominal size)

46 0 46 Cum 1682.52 77395.92

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

     

   

 

Page 124:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 127

4 031051 All works upto Plinth level 2 23 25 Cum 1656.44 41411.00

5 031052 All works above plinth level in retaining walls, walls (of any thickness) including attached pilasters, columns, pillars, posts, struts, buttresses, anchor blocks, parapets, copings, bed blocks, string or lacing courses, window sills, fillets, kerbs, steps etc.

48 10 58 Cum 1785.69 103570.02

    Total Cost of Schedule- C - 1           1131100.85

Schedule C - 2 (USSOR - 2010 Reinforcement Cement Concrete Items only)

SN

USSOR Item No.

Description of item Qty. 0 to 44

Qty. 44 to 88

Total Qty.

Unit Rate Amount

  041010 Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge.

           

1 041011 All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc.

0 7 7 Cum 1836.48 12855.36

2 041012 All work in buildings above plinth level upto floor two level.

0 10 10 Cum 2047.43 20474.30

  043010 Providing, hoisting and fixing in position upto floor two level M20 Grade precast RCC work including setting in cement mortar 1:3 (1 cement : 3 coarse sand) and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete including cost of centering, shuttering, finishing, Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability, excluding cost of cement and steel reinforcement, as per approved plan & direction of Engineer incharge.

           

3 043015 In slabs for drain covers, manhole covers, flue tops etc.

0 3 3 Cum 2373.26 7119.78

    Total Cost of Schedule-C - 2           40449.44

Page 125:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 128

Schedule C - 3 (USSOR - 2010 Brick work Items only)

SN

USSOR Item No.

Description of item Qty. 0 to 44

Qty. 44 to

88

Total Qty.

Unit Rate Amount

  051010 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in :

     

 

   

1 051018 Cement Mortar 1:6 (1cement : 6 coarse sand)

2609 815 3424 Cum 2150.23 7362387.52

    Total Cost of Schedule-C-3           7362387.52

Schedule D - NS Items

SN

USSOR Item No.

Description of item Qty. 0 to 44

Qty. 44 to 88

Total Qty.

Unit Rate Amount

1 NS-1 Providing & laying precast 50 mm thick inter locking tiles (Rubber Moulded) of M-30 concrete with top layer of 12 mm thick in white cement in colour red, yellow & green without hardener etc. on 25 mm base of cement mortar 1:6 as a complete job to the entire satisfaction of engineer in charge. (This will include all the cost of labour and material, lead, lift, loading, unloading & taxes etc. Nothing shall be paid extra on any account except cement for 25 mm base of cement mortar, which will be paid extra under relevant Item).

245 90 335 Sqm 602.02 201676.70

2 NS-2 Supply of pre cast concrete reinforced bench (Chair type). The bench consists of 2 No. L-shape base support in grey cement colour of thickness -100 mm, back height -1000 mm & front height - 450 mm, base width - 620 mm & 5 No. reinforced concrete planks in red colour of size 1500 x 100 x 50 mm & 1 No. of reinforced concrete planks of size 1500 x 100 x 50 mm manufactured by using M-30 grade of concrete & reinforced suitably to prevent damage during handling,

0 20 20 Each 7407.89 148157.80

Page 126:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 129

transportation, erection & long use. All parts are joined together with galvanised nuts and bolts of suitable size. Seating length of bench - 1500 mm. Note :- The item includes all taxes, octroi, excise duty, transporation, leading, loading, unloading, handling, rehandling etc. complete . So, nothing extra shall be paid to affect this item whatsoever the case may be.

3 NS-3 Dismantling service/ residential buildings and giving credit to railway against released material including disposal of all released material, rubbish, brick bats etc outside railway land with contractor's all labour & material, scaffolding, ascents, descents, leads, lifts, for all heights and depth in all ground conditions, bailing/ pumping out of water if required, as a complete job. Note:- 1. The credit will be calculated as per plinth area measurements including verandah, if any. 2. The released rails/Tie Bar fencing will be the property of railway and will have to be deposited in the store of JE/SE works.

0 270 270 Sqm -51.09 -13794.30

4 NS-4 Providing and laying pre cast 100 mm thick interlocking pavers rubber moulded of M-30 concrete with top layer of 8 mm thick in ordinary portland cement in colour red & grey with hardner etc. on 40 mm base of sand layer as a complete job to the entire satisfaction of engineer incharge. This will include all cost of labour, material, lead, lift, loading, unloading & taxes etc. Nothing shall be paid extra on any account.

98 280 378 Sqm 711.44 268924.32

5 N.S-5 Finishing walls with "snowcem" or equivalent approved material on old work, one coat to give a good and even shade including "washing and stopping".

13117 5650 18767 Sqm 12.32 231209.44

6 N.S-6 Distempering with washable oil bound or paste distemper of approved quality. One coat on old work to give a good & even shade including "washing and stoping".

1000 1000 2000 Sqm 13.18 26360.00

    Total Cost of Schedule D - NS           862533.96

Page 127:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 130

Items

SN

Description of item Total Cost Add % age above base

LAR

 

Cost of Schedule A (USSOR - 2010 Item - Cement only) 4103660.00 30.00 5334758.00

 2 Cost of Schedule B (USSOR - 2010 Item - Reinforcement steel only)

58291.20 57.00 91517.18

3  Cost of Schedule C (USSOR - 2010 All other Items - excluding items of Schedule C-1, C-2, & C-3 only)

14518208.38 17.00 16986303.80

 4 Cost of Schedule C - 1 (USSOR - 2010 Plain Concrete Items only)

1131100.85 52.00 1719273.29

 5 Cost of Schedule C - 2 (USSOR - 2010 Reinforcement Cement Concrete Items only)

40449.44 41.00 57033.71

 6 Cost of Schedule C - 3 (USSOR - 2010 Brick work Items only)

7362387.52 24.00 9129360.52

7 Total Cost of Schedule D (NS Items) 862533.96 AT PAR 862533.96

 Total Cost of Schedule (A+B+C+C-1+C-2+C-3+D) 28076631.35   34180780.46

Say 3,41,80,780/-

Page 128:  · Web viewFor JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per the status of firm participating in JV firm. In addition following documents

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 dated 28.01.2016 131

North Western Railway (Survey & Construction)

Tender No. Const/HMH/06/SURP-HMH-SGNR/2015-16 Dated –28.01.2016

Name of work:- Construction of one bay PF shelter at Khinaniyan, Diplana, compound/ Boundary wall in circulating area, white washing & painting work on newly constructed station buildings, Platform, FOB, LHS & level crossing duty huts and other residual works between Hanumangarh (including) Km 0.000 to Diplana (including) Km 88.000 section in connection with Suratpura - Hanumangarh - Sriganganagar gauge conversion project.

OFFER SHEET

I/We offer and agree to execute the work as per specifications, rate, terms and conditions of this tender at the following rates.

Date of opening : - 02.03.2016

S. N.

Total estimated Value for the tender

Rate to be quoted by tenderer(s) in percentage above/ below/at par on the total estimated value specified in adjacent column (In figures & words)

1 Rs. 3,41,80,780/- …………….% Above/ below /at par the total estimated value for the tender –(In figures)................................................................................................………………………% Above /below/at par the total estimated value for the tender ( In words).

Note:-

1) Only one single percentage above/below/at par the on total estimated value for the tender shall be quoted by the tenderer and any tenderer quoting rates other than single percentage shall be summarily rejected.

2) In case of discrepancy between rate quoted in figures and words, the rate quoted in words shall be taken into account. “Rates quoted only in figure shall not be considered”.

3) I/we declare that the ballast supply at all times will conform to the specifications for track ballast as specified by Railway (Applicable for the tenders of ballast supply only).

Signature of Tenderer/(s)