37
EAST COAST RAILWAY Tender Notice No. DRM/Engg/KUR/15/2009 Date: 21.8.09 Name of work: All repairs & maintenance of P. way zonal works for a period upto 30/9/2010 from Km. 450.20 to Km. 457.20 between Retang - Kaipadar station and Km.457.20 to Km. 498.89 on Khurda Road-Puri section under the jurisdiction of SE(P.Way)/ Khurda Road . Tender Value: Rs.3515000.00 Amount of Earnest money: Rs. 70300.00 Date of opening: 07.10.09

EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

EAST COAST RAILWAY

Tender Notice No. DRM/Engg/KUR/15/2009

Date: 21.8.09

Name of work:

All repairs & maintenance of P. way zonal

works for a period upto 30/9/2010 from Km. 450.20 to Km. 457.20 between Retang -

Kaipadar station and Km.457.20 to Km. 498.89 on Khurda Road-Puri section under the jurisdiction of SE(P.Way)/ Khurda Road .

Tender Value:

Rs.3515000.00

Amount of Earnest money: Rs. 70300.00

Date of opening: 07.10.09

Page 2: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

East Coast Railway

ANNEXURE-I

TENDER FORMS (FIRST SHEET)

Tender No……………………………………………….

Name of Work: P.Way zonal/SE(P.Way)/KUR

To

The President of India,

Acting through the DRM(Engg)/KUR

East Coast Railway.

1. 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

…………………………………….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 E.Co.Railway, at the rates quoted in the attached schedule and

here by bind myself / ourselves to complete the work in all respects within

……………………………… months from the date of issue of letter of acceptance of the

tender.

2. I/We also here by agree to abide by the General Conditions of Contract corrected

up to printed / advance correction slip No. ………….. dated…………………. and to carry

out the work according to the Special Conditions of Contract and Specifications of

materials and works as laid down by Railway in the annexed Special Conditions /

Specifications and the E.Co. Railway General Conditions of Contract and Standard

Specifications part IV corrected up to printed / advance correction slip No………………….

dated ……………………….. General Conditions of Contract and Standard Specifications

corrected up to printed / advance correction slip No………………………….

dated………………….. for the present contract.,

3. A sum of Rs……………………………………………….. 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 rece4ipt 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. 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 Witnesses: Signature of Tenderer(s)

1) Date:

2)

Address of the Tenderer(s)

Page 3: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

EAST COAST RAILWAY

NOTICE INVITNG TENDER

Tender Notice No. DRM/Engg/KUR/15/09 Dt. 21.8.2009

For and On behalf of President of India, Divisional Railway manager (Engg),

East Coast Railway, Khurda Road, invites sealed Tenders in prescribed form for the

under mentioned works.

Sl.

No.

Description Amount

in Rs.

Amount of

earnest

money in

Rs.

Cost of

tender

Document

in Rs.

1. Development & maintenance of

lawns, gardens etc at Cuttack Station

under SSE(Works)/ Cuttack.

4,21,300/- 8,430/- 1000/-

2. Provision of R.C.C. Pale fencing at

L.C.s under ADEN-I/Cuttack’s

jurisdiction of Khurda Road Division.

16,30,400/- 32,610/- 2000/-

3. Provision of R.C.C. Pale fencing at

L.C.s under ADEN-II/Cuttack’s

jurisdiction of Khurda Road Division.

17,29,200/- 34,580/- 2000/-

4. Proposed placement of 10T capacity

truck for carrying Railway materials

under the jurisdiction of

ADEN/Settlement, Khurda Road.

18,14,400/- 36,290/- 2000/

5. Miscellaneous P.Way works such as

removal of kinky rails, defective rail/

welds, wheel burn rails, changing of

gauge face and other safety related

works at various locations under

ADEN/Sett/ Khurda Road jurisdiction of

Khurda Road Division.

19,18,700/- 38,370/- 2000/-

6. Deep screening and through packing of

points & crossings along with deep

screening of track circuiting zone in

yards, Bridge approaches, LC

approaches, SEJ locations and other

related works on Khurda Road – Puri

section of Khurda Road Division.

19,72,600/- 39,450/- 2000/-

7. Provision of guard rails under Road

Over Bridges and on viaduct under

Sr.DEN(North)’s section of Khurda

Road Division.

20,37,500/- 40,750/- 3000/-

8. Fabrication, transportation, supply

and fixation of new galvanized M.S

chequered plates with gurard rail

renewal and painting of steel channel

sleepers on Br. Nos.950DN

(10x150’G) and 951DN(1x150’G)

between Ganjam - Chatrapur

stations of Khurda Road Division.

21,08,400/- 42,170/- 3000/-

9. Construction of crew lobby cum crew

booking office at Angul station of

Khurda Road Division.

21,91,100/- 43,820/- 3000/-

10. All repairs & maintenance of P. way

zonal works for a period upto

30/9/2010 from Km. 450.20 to Km.

457.20 between Retang - Kaipadar

station and Km.457.20 to Km. 498.89

on Khurda Road-Puri section under the

jurisdiction of SE(P.Way)/ Khurda Road.

35,15,000/- 70,300/- 3000/

Page 4: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

11. Proposed repairs to cess & trolley

refuges in patches and other

miscellaneous works from Km.421/5

to 450/3 (DN) on main line between

Barang – Khurda Road section under

the jurisdiction of Sr.DEN(Central)

section of Khurda Road Division.

52,87,300/- 1,05,750/- 5000/-

12. Construction of 8 units Ty-II Qrs in

replacement of Qrs. at Bhadrak,

Baudpur, Manjuri road & Baitarani

road (2 unit in each station) stations

of Khurda Road Division.

53,04,960/- 1,06,100/- 5000/-

13. Provision of precast R.C.C. pale

fencing at Chilika, Kalijai(PH),

Khalikote, Ganjam, Rambha and

Humma stations of Khurda Road

Division.

67,57,500/- 1,35,150/- 5000/-

14. Supply and delivery in stacks of 50

mm size of 15,000 Cum of hard

stone machine crushed ballast of

approved quality at Khurda Depot

and loading the same into any type

of Railway Wagon.

1,03,20,000/- 2,01,600/- 5000/-

15. Upgradation of Running Room at

Palasa in Khurda Road Division.

1,10,69,900/- 2,05,350/- 5000/-

The prescribed non-transferable Tender forms are obtainable on any

working day from the offices of the Assistant Divisional Engineers’ (a) Jajpur

Keonjhar Road, (b) Cuttack, (c) Brahmapur (d) Bhubaneswar and (e) Divl. Rly.

Manager (Engg)/Khurda Road & on remittance of cost of Tender forms (non-

refundable) either by Crossed DD drawn in favour of FA & CAO/East Coast

Railway/BBS on any Nationalized/Scheduled Bank payable at Bhubaneswar or in

the form of money receipt issued by Chief Cashier/East Coast Railway/

Bhubaneswar or Divl cashier/E.Co.Rly. Khurda Road or any station master of this

Railway in support of deposition of requisite money with him. If any Plan/ Drawing

is attached with Tender Form, Rs.200/- per Plan/Drawing will be levied extra. An

amount of Rs.500/- extra has to be paid for each Tender Form, if required by post. The last date and time of issue of Tender form Upto 12.00 Hours of 05.10.2009 The last date and time of receipt of tenders Upto 15.00 Hours of 05.10.2009

Date and time of opening of Tenders at 15.00 Hours of 07.10.2009

If the date of opening happens to be a BANDH or Holiday, the tender will be

opened at the same time on the following working day.

The tender documents will also be available in the

www.eastcoastrailway.gov.in and http://tenders.gov.in during the period from

21/9/09 to 05/10/09 and can be down loaded and used as tender documents

for submitting the offer. Separate Demand Draft towards the cost of tender

documents as mentioned at Col-5, shall have to be enclosed in addition to earnest

money while submitting the tender, other wise, the tender will be summarily

rejected. Railway Administration shall not be responsible for any delay/difficulties/

inaccessibility of the down loading facility for any reason whatsoever.

Tenders will also be accepted by post. However, Railway shall not be

responsible for any postal delay.

In case of any discrepancy between the tender documents down loaded from

internet and the master copy available in the office, the later shall prevail and will

be binding on the Tenderer(s). No claim on this account will be entertained.

The tenderers are required to observe the Web site to find out if any

correction slips issued subsequent to uploading of the Tender Notice and

Schedule.

ELIGIBILITY CRITERIA:-

For the above works (item Nos. 7 to 15) the tenderers should satisfy the

following eligibility criteria.

1. Tenderer should have completed at least one work of similar nature for a

minimum value of 35% of the advertised tender value of the work in the last three

financial years (i.e. Current year and three previous financial years). Tenderer has

Page 5: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

to produce supporting documents/ certificates from the organization with whom

they have worked along with the tender offer.

Certificates from private individuals/Organisations for whom such

works are executed/ being executed shall not be accepted.

Note for Eligibility Criteria:

(i) Similar nature of works physically completed within the qualifying period, i.e.

the last 3 financial years and current financial year (even though the work might

have commenced before the qualifying period) should only be considered in

evaluating the eligibility criteria.

(ii) The total value of similar nature of works completed during the qualifying period

and not the payments received within qualifying period alone, should be

considered.

In case, final bill of similar nature of work has not been passed and final

measurements have not been recorded, the paid amount including statutory

deductions is to be considered. If final measurements have been recorded and

work has been completed with negative variation. Then also the paid amount

including statutory deductions is to be considered.

However, if final measurements have been recorded and work has been

completed with positive variation but variation has not been sanctioned, original

agreement value or last sanctioned agreement value whichever is lower should be

considered for judging eligibility.

(iii) In the case of composite works involving combination of different works, even

separate completed works of required value should be considered while evaluating

the eligibility criteria.

For example, in a tender for bridge works where similar nature of work has

been defined as bridge works with pile foundation and PSC superstructure, a

tenderer, who has completed one bridge work with pile foundation of value at least

equal to 35% of tender value and also has completed one bridge work with PSC

superstructure of value at least equal to 35% of tender value, should be considered

as having fulfilled the eligibility criterion of having completed single similar nature

of work.

2. Total contract amount received by the Tenderer during the last three financial

years and in the current financial year should be a minimum of 150% of Advertised

Tender value. The tenderer(s) has to produce the attested certificates from the

employer/client/audited balance sheet duly certified by chartered accountant etc.

along with the Tender offer.

3. Similar work for the above mentioned works is clarified as follows:

Item No.7&10:- Execution of any P.Way related works.

Item No.8:- Execution of fabrication & erection of steel structural works.

Item No.9,12&15:- Execution of Building works.

Item No.11:-Construction/repairs/maintenance of any Civil Engineering

Works.

Item No.13:- Execution of any civil Engineering works.

Item No.14:- Supply of Machine crushed hard stone ballast.

For item No. 14:

The tenderer must submit certificate from govt./Semi Govt./Public

Sector undertaking issued by an authority not lesser than the

Executive Engineer in following format.

Name of the Organization

Name of the Contractor / Firm for whom the certificate is issued.

Name of the work.

Agreement No. & Date

Date of Commencement

Date of completion as per the Agreement.

Actual date of completion.

Agreement Value.

Agreement value on completion of the work.

Cost of machine crushed stone aggregates supplied in the above work.

Signature with Seal of issuing Authority.

Tender offer received without ballast test report shall be summarily

rejected.

Each tenderer at the time of tendering shall submit the test reports of

impact value, abrasion value and water absorption value from GE, LAB of

E.Co. Railway Waltair or REC/Rourkela, REC/ Nagpur or Indian Institute of

Page 6: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

Technology Kharagpur. GE, LAB (Construction) Bilaspur, or Jadevpur

University Calcutta or National Test House Alipur or CAO(Con) laboratory at

Chandrasekharpur. Test reports of any other Laboratory shall not be given

due cognizance.

i) In case the delay in submission of the test certificate is due to any of

the approved laboratories, as listed in the tender document, a

certificate from the laboratory concerned clearly indicating the date

on which the sample was received for testing and the date by which

the results would be made available has to be submitted, which will

suffice the requirement. The test certificate should clearly indicate

the name of the Quarry. However, the tenderer shall be obliged to

submit the test certificate to the Railway within 10 (Ten) days of

tender opening, failing which his tender shall be summarily rejected.

4. JV/MOUs will not be accepted for works costing below Rs.8

Crores.

5. PEMD is not applicable for these tenders, tenders submitted without earnest

money will be summarily rejected.

6. Tenderers should submit all documents relating to eligibility criteria as

mentioned above along with their offer, failing which their offer shall be summarily

rejected.

7. The Tenderer for carrying out any construction work in the state of Orissa

and/or Andhra Pradesh must get themselves registered from the Registering

Officer under Section-7 of the Building and Other Construction Workers Act, 1996

and rules made thereto by the Orissa and/or Andhra Pradesh State Govt. and

submit certificate of Registration issued from the Registering officer of Orissa

and/or Andhra Pradesh Govt. (Labour Deptt.). For enactment of this Act, the

tenderer shall be required to pay cess @1% of the cost construction work to be

deducted from each bill. Cost of material shall be outside the purview of cess, when

supplied under a separate schedule item.

Divisional Railway Manager (Engg)

E.Co.Railway, Khurda Road.

For & On Behalf of President of India.

Visit our Website at "eastcoastrailway.gov.in"

8. The tender should be accompanied by a deposit towards Earnest Money to be

made in cash in any of the following forms obtained in favour of Sr.Divisional

Finance Manager E.Co.Railway, Khurda Road or FA & CAO, E.co.Railway,

Chandrasekharpur, Bhubaneswar. i) Deposit Receipt, (ii)Pay order, (iii)Demand

Draft issued from State Bank of India, Nationalised Bank. (Guarantee Bonds will

not be accepted) for the amount specified as under: Rs.8,430/- (Eight Thousand

Four hundred Thirty) for Item No.1, Rs.32,610/- (Thirty Two Thousand Six

hundred Ten) for Item No.2, Rs.34,580/- (Thirty Four Thousand Five hundred

Eighty) for Item No.3, Rs.36,290/- (Thirty Six Thousand Two hundred Ninety) for

Item No.4, Rs.38,370/- (Thirty Eight Thousand Three hundred Seventy) for Item

No.5, Rs.39,450/- (Thirty Nine Thousand Four hundred Fifty) for Item No.6,

Rs.40,750/- (Forty Thousand Seven hundred Fifty) for Item No.7, Rs.42,170/-

(Forty Two Thousand One hundred Seventy) for Item No.8, Rs.43,820/- (Forty

Three Thousand Eighty hundred Twenty) for Item No.9, Rs.70,300/- (Seventy

Thousand Three hundred) for Item No.10, Rs.1,05,750/- (One Lakh Five

Thousand Seven hundred Fifty) for Item No.11, Rs.1,06,100/- (One Lakh Six

Thousand One hundred) for Item No.12, Rs.1,35,150/- (One Lakh Thirty Five

Thousand One hundred Fifty) for Item No.13, Rs.2,01,600/- (Two Lakh One

Thousand Six hundred) for Item No.14 and Rs.2,05,350/- (Two Lakh Five

Thousand Three hundred Fifty) for Item No.15 respectively.

9. The tender shall hold the offer open for a period of 90 days from the date

fixed for opening the same, it being understood that the tender documents have

been sold / issued to the tenderer and the tenderer is being permitted to tender in

consideration of the stipulation on his part that after submitting his tender, he will

not resile from his offer or modify terms and conditions thereof, in a manner not

acceptable to the Chief Engineer / Divisional Railway Manager / Sr.Divisional

Engineer /Divisional Engineer of the East Coast Railway.

Page 7: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

Should the tenderer fail to observe or comply with the foregoing stipulation

the aforesaid amount specified as under: Rs.8,430/- (Eight Thousand Four

hundred Thirty) for Item No.1, Rs.32,610/- (Thirty Two Thousand Six hundred

Ten) for Item No.2, Rs.34,580/- (Thirty Four Thousand Five hundred Eighty) for

Item No.3, Rs.36,290/- (Thirty Six Thousand Two hundred Ninety) for Item No.4,

Rs.38,370/- (Thirty Eight Thousand Three hundred Seventy) for Item No.5,

Rs.39,450/- (Thirty Nine Thousand Four hundred Fifty) for Item No.6,

Rs.40,750/- (Forty Thousand Seven hundred Fifty) for Item No.7, Rs.42,170/-

(Forty Two Thousand One hundred Seventy) for Item No.8, Rs.43,820/- (Forty

Three Thousand Eighty hundred Twenty) for Item No.9, Rs.70,300/- (Seventy

Thousand Three hundred) for Item No.10, Rs.1,05,750/- (One Lakh Five

Thousand Seven hundred Fifty) for Item No.11, Rs.1,06,100/- (One Lakh Six

Thousand One hundred) for Item No.12, Rs.1,35,150/- (One Lakh Thirty Five

Thousand One hundred Fifty) for Item No.13, Rs.2,01,600/- (Two Lakh One

Thousand Six hundred) for Item No.14 and Rs.2,05,350/- (Two Lakh Five

Thousand Three hundred Fifty) for Item No.15 respectively shall be liable to be

forfeited to the Railways. Government securities, stock certificates, bearer bonds

promissory notes/cash certificates etc. will not be accepted.

10. Tender forms purchased from one office may be dropped in the tender boxes

at any of five offices mentioned in the item No.11 below.

11. The tender to be deposited in the box available at the Offices of

CE/E.Co.Rly/CSP/BBS & Assistant Divl. Engineers' /Cuttack, Bhubaneswar, Jajpur

Keonjhar Road & Brahmapur and the box will be sealed at 15.00 Hrs. on

05.10.2009 and the tender box will be opened at 15.00 Hrs. on 07.10.2009 in

the Divisional Railway Manger (Engg), E,Co.Railway, Khurda Road Office in

presence of the tenderers. In case the date of opening is declared as holiday the

tenders will be opened on the next working day at the same time and same place.

12. The Tender Notice is also available in the Website "website

eastcoastrailway.gov.in"

No.Engg/T/T.Notice/

Copy Forwarded to :

1. ADENs : JJKR, KDJR, CTC-I & II, BBS, DNKL, BAM, BALU & KUR.

2. SE(P.Way):BHC,JJKR,KDJR,DNKL,TLHR,GRKN,CTC,BRAG,KUR,KAPG,RBA,BAM &

SPT.

3. SE(Works): BHC, CTC, BBS, TLHR, MCS, HQ&WW/KUR, PUI, BALU, BAM & PSA

4.SE(Bridge): BHC, CTC, North & South/KUR for information and display on their

tender notice board.

5. Sr.DFM/KUR for information. He is requested to depute one Section Officer to

witness the opening of tender on 07.10.2009 at 15.00 hrs.

Divisional Railway Manager (Engg)

E.Co.Railway, Khurda Road.

For & On Behalf of President of India.

Page 8: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

EAST COAST RAILWAY

RATE SHEET

Name of work:- All repairs & maintenance of P. way zonal works for a period

upto 30/9/2010 from Km. 450.20 to Km. 457.20 between Retang - Kaipadar

station and Km.457.20 to Km. 498.89 on Khurda Road-Puri section under the

jurisdiction of SE(P.Way)/ Khurda Road .

Rate sheet for works covered under Sch-A, B, C & D.

Approximate Tender value:-Rs. 3515000.00

Sl.

No Description of Item

Approx.

Basic value.

(Rs)

Rates quoted by the tenderer in

Figures & Words.

1 Execution of all works

as indicated in

schedule 'A' enclosed.

500000 ___________%__________________

__________________ Percent

(above/below the rates of SOR-1992,

VOl-I, S.E. Railway.

2 Execution of all works

as indicated in

schedule 'B' enclosed.

50000 ___________%__________________

__________________ Percent

(above/below the rates of SOR-1992,

VOl-I, S.E. Railway.

3 Execution of all works

as indicated in

schedule 'C' enclosed.

709975 ___________%__________________

______________________ Percent

(above/below the basic cost given

against each Item of schedule-C

4 Execution of all works

as indicated in

schedule 'D' enclosed.

602760 ___________%__________________

______________________ Percent

(above/below the basic cost given

against each Item of schedule-D

Note:-

1 The tendrer(s) are required to quote separate percentage above/below under

each of above schedule indicating above or below clearly.

2 The entire work should be completed in all respect within 30/9/2010

3 The basic cost item & quantities are approximate and for guidance to the

tenderer(s).This may vary as per the site condition and no claim what-so-ever

will be entertained.

Signature of Contractor(s)/Tendere(s)

Page 9: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

EAST COAST RAILWAY

Name of Work: All repairs & maintenance of P. way zonal works for a period upto

30/9/2010 from Km. 450.20 to Km. 457.20 between Retang - Kaipadar station

and Km.457.20 to Km. 498.89 on Khurda Road-Puri section under the jurisdiction

of SE(P.Way)/ Khurda Road .

Schedule:-A

SOR

SL.

No. Name of the work

Approx

Basic Cost

(Rs)

Rate Unit Amount

(Rs)

1 Execution of all works covered

under section A to Z/B (except

T&W ) of SOR-1992, S.E. Railway,

Vol-I.

500000 As per

SOR-

1992,

As per

SOR-

1992,

500000

NOTE:- Most of the work under item No. 1 of Sch.’A’ will be covered by section ‘Z’

of SOR,1992. However, some of the works will be done under other sections of

SOR if required.

Total for schedule ‘A’ Rs. 500000

Schedule:-B

SOR (T&W)

SL.

No. Name of the work

Approx

Basic cost

(Rs)

Rate Unit Amount

(Rs)

1 Transportation of track fittings

diesel and other materials with

contractor’s over transport vehicles

and labour at nominated place as

directed etc. loading, un loading,

and stacking of materials with lead,

lift, freight, taxes royalty, Octroi

etc. under section “T & W” of SOR

1992.

50000 As per

SOR-

1992,

As per

SOR-

1992,

50000

Total for schedule ‘B’ Rs. 50000

EAST COAST RAILWAY

NAME OF WORK: All repairs & maintenance of P. way zonal works for a period

upto 30/9/2010 from Km. 450.20 to Km. 457.20 between Retang - Kaipadar

station and Km.457.20 to Km. 498.89 on Khurda Road-Puri section under the

jurisdiction of SE(P.Way)/ Khurda Road .

Schedule ‘C’

Notes:-Unless otherwise specified, the unit rates for the Items of Sch-C

shall include the cost of following.

a) All labour and materials, tools and plants, equipments, machinery etc.

b) All lead, lift, ascent, descent etc.

c) All handling, rehandling, loading, unloading, freight, consumable stores fuels,

lubricants, transportation, vehicles, diplorring and when & where required

and crossing one or more lines if necessary.

d) All taxes including octroi on materials, royalty and all incidental charges

complete.

SL.

No. Name of the work

Approx

Qty.

Rate

(Rs) Unit

Amount

(Rs)

1 Cleaning of shoulder ballast both on

fair way & cess side by taking the

entire ballast available beyond edge of

sleeper, screening with 20mm wire

basket and putting back clean ballast

on track, dressing & boxing of ballast

to correct profile as advised by

Engineer-In-Charge throwing of

released muck ( including released

muck of BCM if any) away from track

or spreading the released muck on

1500 12 Per

Track

Mtr

18000

Page 10: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

cess to raise the cess wherever

required as directed by Engineer-In-

Charge, dressing of cess upto edge of

cess to correct slope including all lead,

lift etc.

2 Distressing of LWR/CWR track as per

LWR manual with/without of rail

tensor as directed by Engineer-In-

Charge or his authorised

representative at site including

removal of all fittings for free

movement of rails opening of level X-

ing etc. cutting CWR/LWR in panels of

any length as directed by Engineer-In-

Charge or his representative, greasing

of all pendrol clips with contractor’s

grease after duly cleaning the clip and

insert by contractor’s wire brush,

changing of rubber pads/ fittings

wherever required putting the rail on

roller at every fifteenth sleepers,

adjustment of gap at SEJ lubrication

of SEJ, with contractors grease/oil,

fixing of fittings correctly from centre

of panel towards both ends, cutting of

extra rails after distressing, insertion

of cut rails of required sizes and

welding of all joints, re fixing of creep

anchors, check rails, closing the level

crossing etc.

10000 18 Tr. Mtr 180000

NOTE:- The permanent repairs in the panel(if any to be done in advance by

welding of fish plated joints existing before distressing of panel. The rate does not

include cutting of rails, renewal of cut rail, drilling of holes if required) welding etc.

which will be paid separately as per section “Z” of SOR 1992 under schedule “A” &

sch-"C".

3 Re-coupment of reference board’s by

fabricating, erecting, at site as per

approved drawing. These board’s like

curve board, LWR, gang jurisdiction

boards etc. are to be made out of MS

plates, angles, channels by welding,

riveting, painting, lettering and

providing luminous strips as per

approved drawing.

500 30 Per

Kg.

15000

NOTE:- If the boards are not fixed at site the deptt. Rate will be reduced by 20%.

Separate payment under SOR 1992 will be made for foundation work, like digging

earth, concreting with contractor’s materials except cement which will be supplied

by the Railways.

4 Cutting of wooden chalks out of U/S

Railway wooden sleepers and making

grooves etc. complete in all respects

including fixing in position under the

welds of rails on track with Rly’s spike

and its packing.

300 20 Each 6000

NOTE:- All rates include transportation of wooden sleepers from the nearest

depot as per availability with lead, lift, inclusive of contractor’s materials required

at site complete.

5 Making check rails of 52 Kg/90-R rail

section at level crossing by

bending/cutting the ends to provide

flair, cutting the rail foot suitably,

drilling holes etc. as per Rly's Drg. No.

CE's 23844 or RDSO T-4148 and

fixing the same with Rly's bracket, bolt

10 4500 Per

L.C.

45000

Page 11: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

etc. with contractor's gas etc.complete

as directed by Engineering

Representative at site (check rail for

one level crossing will mean two check

rails both for right and left rail).

6 Execution of various works such as pre

and post tamping operation and other

enabling works in connection with CSM

working.

This item includes:

15000 10 Per

Track

Mtr

150000

(i) Tidying of full cess width is to be done, removal of vegetation (upto 2"

girth) from roots completely and cutting of earth ridges (upto 150 mm)

wherever existing on cess for effective drainage. Heaping up of ballast in

tamping zone including collecting scattered, spilled ballast from cess, bank

slope and spreading in tamping zone.

(ii) Low cess (upto 150 mm) to be made up and high cess should be cut upto

a depth (upto 150 mm) and giving a cross slope of 1 in 30 to 1 in 40 sloping

away from toe of ballast and then dressing of cess neatly.

(iii) Slewing of sleeper laterally to bring them in central position with rail foot

i.e. gap between rail foot and inserts on both sides should be made equal.

(iv) Squaring of sleepers and adjustment of sleeper spacings wherever

required.

(v) Making elastic rail clips visible, removing extra ballast (if any) for visibility

of operators. Clearing of ballast for about half of rail height and removing

joggled fish plates in advance to ensure proper clamping by lifting lining

rollers of the tamper.

(vi) Removal of all obstructions, infringements such as embedded rail posts,

tie bars etc in a width of 2300 mm on either side of the centre of track to

avoid infringements.

(vii) Shifting, removal, handling of scattered P.Way materials lying in the

working zone from the full ballast section and keeping the same within a free

lead of 30 metre neatly stacked.

(viii) Attention to low joints and cleaning of pumping joints.

(ix) Compaction of shoulder and crib ballast boxing and profiling the ballast to

standard approved profile with contractor's own wooden/steel rammers,

labour etc. complete.

(x) The ballast profile should be dressed to the specified dimension with

suitable template. The top and bottom edge of the ballast section should be

neatly lined using hemp chords of 6 mm dia. Re-distribution of ballast within

a free lead of 100 meter to make the ballast section and ballast profile

uniform.

(xi) Removal of wooden blocks, clamp etc for smooth working of tamping

machine.

(xii) Cleaning and greasing of elastic rail clips on PSC sleepers with

contractor's own grease confirming to IS-408 and labour complete as per

para 1411(5)(b) of IRPWM.

(xiii) Recoupment of defficient fittings and proper driving of all fittings to

correct position. Face of central leg of pandrol clip should be flushed with the

end of inserts i.e. the end of the leg shoul not remain inside nor should it

project beyond the eye of insert.

(xiv) One round of slack packing after tamping, including through packing of

spots where machine tamping does not work like glued joints and fish plated

portions etc.

(xv) Removing the ballast from shoulder from one end of sleeper for

facilitating alignment correction and raking in ballast immediately after

correcting the alignment and packing the other end of sleeper to retain

packing of sleeper wherever required as per direction of Engineer in charge or

his authorised representative.

Note:

(i) In case of night working, the rate shall be payable at 1.1 times of the

accepted rates. The contractor has to make his own arrangements for lighting

such as generator, fuel, labour etc.

7 Greasing of Elastic rail clips on PSC 20000 2 Per 40000

Page 12: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

sleepers with contractors own grease

confirming to IS:408, of reputed

make, and labour etc. complete as per

para 1411(5)(b) of IRPWM. Greasing

work includes cleaning of ERC, metal

liners, and contact surface of rail and

eyes of inserts, first with wire

brush/bottle wire brush and

subsequently with sand/emry paper

and then cleaning of the above

surfaces with soft brush and

subsequently application of grease

using soft brush. ERC should be

correctly driven so that leg of clip is

flush with the end face of the insert.

Over driving or under driving of the

ERC should not be done.

Sleeper

Supply of materials including all

lead, lift, loading, unloading etc

complete at SE(P.Way)/Stores or

as directed by Engineer in Charge.

8 i) Drill twist made of high speed of size

16 mm of Addision/IT make or

equivalent.

4 450 Each 1800

ii) Drill twist made of high speed of

size 31.50 to 32 mm dia of

Addision/IT make or equivalent.

6 2100 Each 12600

iii) Drill twist made of high speed of

size 26.5 to 28 mm dia of

Addision/IT make or equivalent.

5 1600 Each 8000

9 Supply of grease confirming to

IS:508/IS:408 grade-"O" of reputed

manufacturer.

1500 39.7

5

Kg 59625

10 Retro Reflective Engineering Grade

Sheeting in Strips of 50 mm width

Kiwalite (Japan) make or equivalent of

yellow/white/red colour.

100 50 Mtr 5000

11 Cleaning of side drains and disposing

of the dugged out earth away from the

toe of the cutting & catch water drain

with all lead and lift as per the

direction of Railways representative at

the site of work including crossing of

one or more Railway line, road,

compound wall etc. if required

complete.

1500 41.1

0

Mtr 61650

12 Fixing/repairing of ht. Gauge as per

Railway standard on level

crossing/Bridge approach (Rails to be

supplied by the Railway)

5 2500 Each 12500

13 Repairing of gate booms/lifting barrier

as per Railway standard on level

crossing approaches as per the

instruction of Engineer in charge.

2 2000 Each 4000

14 Supply of different type gases in the

working site as directed by Engineer

in Charge.

i) Oxyzen Gas 10 300 Per

cylinder

3000

ii) DA gases 4 300 Per

cylinder

1200

15 Drilling hole in standard PSC sleepers

on track at exact location for fixing

Guard rail using contractor's own DG

100 135 Per

hole

13500

Page 13: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

set along with other equipments

complete in all respect.

16 Painting one coat with contractor's

superior quality ready mixed paint

(Shalimar or equivalent) in all shades

on rails or any steel member after

scrapping thoroughly & clean with

contractor's labour and material

including painting letters, digital

letters (numbering), line diagram (like

key diagram at LC) with properly

maintained geometric line as per

IRPWM on curve boards, reference

boards, points & Xing boards, LC

boards, gate lodges, SEJ reference

boards, LWR & CWR boards and at any

other indicators with contractor;s

equipments complete in all respect.

10000 0.20 Sqcm 2000

Note: If only lettering/painting is

required, then the rate will be 50% for

item No.16.

17 Supplying skilled/artisan staff

(Excluding Welder) like moulder,

chipper, lutter, aligner,

striker/hammerman & adequate Nos.

of semiskilled and unskilled labour and

supplying petrol @ 1.6 ltres/joint for

facilitating welding works on track by

shifting the joint sleepers up to 30 cm

(1’ 0”) on either side, providing

suitable gap of about 23 mm to 25

mm by pulling back of rail including

removing keys, spikes & other

fastenings as required and refixing the

same after welding, cleaning the rail

ends, fixing the Petrol Tank & heating

the rails, ends by railways/ approved

Contractors equipment and chipping

the excess materials if required,

bringing the shifted joint sleepers to

the specific specification as directed

including adjustment of required gaps

for welding aligning, leveling etc.

complete including Contractor’s own

files for filing after welding in running

track.

150 380 Per

Joint

57000

18 Supplying skilled/artisan staff

(Excluding Welder) like moulder,

chipper, lutter, aligner,

striker/hammerman & adequate Nos.

of semiskilled and unskilled labour and

supplying petrol @ 1.6 ltres/joint for

facilitating welding works on track by

shifting the joint sleepers up to 30 cm

(1’ 0”) on either side, providing

suitable gap of about 23 mm to 25

mm by pulling back of rail including

removing keys, spikes & other

fastenings as required and refixing the

same after welding, cleaning the rail

ends, fixing the Petrol Tank & heating

the rails, ends by railways/ approved

Contractors equipment and chipping

the excess materials if required,

50 282 Per

Joint

14100

Page 14: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

bringing the shifted joint sleepers to

the specific specification as directed

including adjustment of required gaps

for welding aligning, leveling etc.

complete including Contractor’s own

files for filing after welding on cess.

TOTAL FOR SCHEDULE-C 709975

EAST COAST RAILWAY

NAME OF WORK All repairs & maintenance of P. way zonal works for a period

upto 30/9/2010 from Km. 450.20 to Km. 457.20 between Retang - Kaipadar

station and Km.457.20 to Km. 498.89 on Khurda Road-Puri section under the

jurisdiction of SE(P.Way)/ Khurda Road .

Schedule ‘D’

Notes:-Unless otherwise specified, the unit rates for the Items of Sch-D

shall include the cost of following.

a) All labour and materials, tools and plants, equipments, machinery etc.

b) All lead, lift, ascent, descent etc.

c) All handling, rehandling, loading, unloading, freight, consumable stores fuels,

lubricants, transportation, vehicles, diplorring and when & where required

and crossing one or more lines if necessary.

d) All taxes including octroi on materials, royalty and all incidental charges

complete.

SL.

No. Name of the work

Approx

Qty.

Rate

(Rs) Unit

Amount

(Rs)

1 Cleaning of jungle (light/heavy) from the

side of Railway track once in a month

during monsoon (June to September) and in

other seasons once in two months. jungle

cleaning will be done 8 times in a year

alongwith clearing the branches, leaves and

removing of debrises from the site with

contractor's material and equipment,

labour, tools & plants , lead, lift, ascent,

decent including all incidental charges etc.

complete as directed by Engineer-in -charge

of the work.

50000 560.

00

per

100S

qm

28000

0

NOTE:-

(a) Cleaning will be done 8 times in a year i.e.once in a month during monsoon

(June to September) and remaning perion once in two months.

(b) After each time of cleaning of Jungle, the concerned SE(P.Way) will recorded

the measurement within 7 days after completion of the work (certain patch)

and test checked by ADEN concerned.

(c) It is the responsible of contractor to remove and throw all remnants and

dry/dead grass etc outside the Rly premises and the surface is completely

clean. No extra payment will be made for this job.

(d) Mode of payment: The payment will be made @ Rs.70/-per 100 Sqm/per

each cleaning after duly certified by SE(P.Way) and test checked by ADEN

concerned.

2 Packing of PSC sleeper with extra lifting

above 25mm but below 75mm in track/bad

bank location.

This item includes recuipment of ballast in

crib portion taking from adjacent track

within 50 meter free lead and proper

dressing.

8300 22.50 Per

sleepe

r

186750

3 Profile of ballast in LWR track with making

up of ballast section as per ballast profile for

LWR as laid down in LWR mannual.

20000 5.32 Per Tr.

Mtr

106400

4 Painting one coat with anti corrosive paint

to weld collars (i.e. flash butt welds as well

as A.T. welds) on track/on cess on any rail

sections with high build epoxy paint (2

packs) of reputed manufacturer conforming

3000 9.87 per

joints

29610

Page 15: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

to RDSO's Specification no. M&C/PCN-III/BB

on the welded area upto 10cm on either

side including on the underside of the rail

foot as per Railway's AT Weld manual

including lettering/numbering as directed

with contractor's labour, materials, tools &

plants, paints, brushes etc., including

crossing of Railway lines all lead, lift

transportation, taxes/charges leviable by

the Government etc. complete as per

direction of Engineer-in-charge.

Before painting old paint shall be removed

thoroughly by scrapping. All loose rusted

and dirt shall be removed thoroughly by

wire brushing. Grease and oil shall be

removed by use of appropriate solvent

confirming to IS Specification 1745-1976.

Use of detergent followed by water washing

should also be done to ensure removal of oil

and grease apart from the greasing

compound.

TOTAL FOR SCHEDULE-D 602760

Page 16: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

Certificate of Familiarization

I/We hereby solemnly declare that I/We have visited the site of above work

and have familiarized myself/ourselves of the working conditions there in all respects

and in particular the following:-

· Topography of the area and existing road network (highways

& village - Pucca & Katcha) and availability of service roads.

· Soil conditions at the site of the work.

· Sources and availability of construction materials.

· Rates for construction materials.

· Availability of construction materials.

· Availability of local Labour both skilled and unskilled and the

prevailing labour rates.

· Availability of water & electricity.

· Availability of space for putting up.

· Labour camps, offices, store godown.

· Engineering yard etc.

Signature Of Tenderer(S)/Contractor(S)

Page 17: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

INSTRUCTIONS TO TENDERER (S)

2.1. Documents Part of This Tender

Sl

No

Document Name Published

By

Referred In This

Document As

1

South Eastern Railway Schedule Of

Labour And Material Rates 1992

Vol.1 with Correction Slip issued up

to date of opening of tender.

South Eastern

Railway

SOR 1992

2

General Condition Of Contract And

Standard Specification (Vol.2)

2001 with Correction Slip issued up

to date of opening of tender.

South Eastern

Railway

GCC 2001

Note: The terms “Correction slip” as referred to in this tender document includes the

following terms also.

Addendum slip, Correction slip, Addendum slip and corrigendum slip which are

issued in consecutive serials.

2.2 Submission :

2.2.1 Tender must be enclosed in sealed cover superscribing thereon the name of

the work, as mentioned in the tender notice, Scheme No and must be

deposited in the Tender box in the office of the AEN/BAM, AEN/BBS,

AEN/JJKR, AEN/CTC & CE/CSP/BBS/E.Co.Railway on or before the specified

time. Tenderer(s) are requested to be present at the time of opening of

tender.

2.2.2 Tenders that are received after the date and time specified will not be

considered.

2.2.3 Tenders containing over writing, additions, alterations, erasures, obliteration

and other discrepancies may not be considered. The Tenderer(s) should

properly attest all corrections made by them.

2.2.4 The Tenderer(s) shall sign every page of the tender documents and submit all

of them.

2.2.5 The Tenderer(s) should quote rates both in figures and in words. Wherever

there is a difference between the rates quoted in figures and in words, the

rate quoted in words will be taken as correct.

2.2.6 (i) Tender to give consent in a mandate form (Annexure-A) for receipt of

payment through ECS/EFT.

(ii) Tenderer to provide the details of Bank A/C in line with RBI guide lines for

the same. These details will include Bank Name, Branch Name and address.

Account type Bank A/C No. and Bank & Branch Code as appearing on MICR

cheque issued by bank.

(iii) Tenderer to attach certificate from their bank certifying the correctness of

all above mentioned information ( as mentioned in para (ii) above.

(iv) In case of non-payment through ECS/EFT or where ECS/EFT facility is not

available, payment will be released through cheque.

2.3 Eligibility criteria:

With the intention of bringing good & experienced contractor in the tenders the

eligibility criteria in all tenders shall be as under.

2.3.1 As given in the table below for open tenders costing above Rs.20

lakhs.

(i)

Should have completed in

the last three financial

years (i.e current year

and three previous

financial years):

At least one similar single work, for a

minimum of 35% of Advertised Tender value

of work.

(ii) Total contract amount

received during the last

three financial years and

in the current financial

year.

Should be a minimum of 150% of Advertised

Tender value. The tenderer (S) are required to

produce along with the tender the attested

copies of certificates from the employer/client/

audited balance sheet duly certified by

chartered accountant etc. in support of the

financial turnover.

Page 18: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

2.3.2 Document submission:-The following documents should be submitted

along with tender.

(a) List of personnel, organisation available on hand and proposed to be engaged

for the subject work.

(b) List of plant & Machinery available on hand (own) and proposed to be

inducted (own and hired to be given separately) for the subject work.

(c) List of works completed in the last three financial years giving description of

work, organisation for whom executed, approximate value of contract at the

time of award, date of award and date of scheduled completion of work.

Date of actual start, actual completion and final value of contract should

also be given.

(d) List of works on hand indicating description of work, contract value,

approximate value of balance work yet to be done and date of award.

Note:

1 In case of items (c) and (d) above, supportive documents/certificates from the

organisations with whom they worked/are working should be enclosed.

2 Certificate from Private Individuals/Organisations for whom such works

are executed/ being executed shall not be accepted.

2.4 Company Profile

2.4.1 Tenderer(s) should specifically and fully disclose in his/their respective

tender, their respective constitutions and submit attested Photostat copies

of documents like partnership deed, Articles and Memorandum of

Association, Certificate of Incorporation etc., if any in support of such

disclosures. If Tenderer(s) is/are a firm i.e. partnership business, it should

be stated whether the same is Registered under the Indian Partnership Act,

and the name and address of all the partners of the firm should be fully

disclosed. He/they shall submit the partner ship deed/any other appropriate

document, if any, to prove about the joint venture with any other party

having such machineries, base of quarries etc. along with the tender offer

and the details of document regarding the joint venture shall of the dates

back before the date of opening of tender. The Railway Administration shall

always have the liberty to demand production of the original of the said

documents and also to make such further and other enquiries regarding the

constitution of the Tenderer(s) as may be considered necessary.

2.5 Programme for completion of work

2.5.1 Tenderer(s) should submit a programme for completion of work in the time

frame stipulated in the tender.

2.5.2 Tenderer(s) should work out resource requirement (men, material &

machinery) on monthly basis for his/their programme and submit it to

Railways. Tenderer should also submit a monthwise statement of resources

(men, material & machinery) proposed to be deployed at site.

2.6 Earnest Money: The tenderer(s) shall be required to deposit earnest money

with the tender for the due performance with the stipulation to keep the

offer open till such date as specified in the tender, under the conditions of

tender.

The earnest money shall be % age of the estimated tender value as indicated in

the Tender Notice as per following table.

Value of the work (Tender

Value)

EMD

(i) For works estimated to cost upto Rs.

1 Crore

2 % of the estimated cost of the

work.

(ii) For works estimated to cost more

than Rs. 1 Crore

Rs. 2 Lakhs plus ½ % (half

percent) of the excess of

estimated cost of work beyond Rs.

1 Crore subject to a maximum of

Rs. 1 Crore.

The earnest money shall be rounded to the nearest Rs.10. This earnest money

shall be applicable for all modes of tendering.

2.6.1 The Tender must be accompanied by a sum, as mentioned on page 1 of his

tender, as Earnest Money.

(i) Earnest Money should be in cash or in the form of deposit receipts, pay orders

or demand drafts executed by State Bank of India or any of the Nationalized

Banks or by a Scheduled Bank.

Page 19: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

(ii) Deposit receipts executed by the Scheduled Banks (other than the State Bank

of India and the Nationalized Banks) approved by the Reserve Bank of India

for this purpose. The Earnest money is to be endorsed in the name of Sr.

Divl. Finance Manager, East Coast Railway, Khurda Road.

2.6.2 Earnest Money other than in the form mentioned in clause 2.6.1 (i) & (ii)

will not be accepted.

2.6.3 The Tenderer(s) shall hold the offer open for a period 90 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 being

permitted to the tender in consideration of the stipulation on his/their part

that after submitting his/their Tender he/they will not resile from his/their

offer or modify the terms and conditions thereof in a manner not acceptable

to the DRM(Engg), E.Co. Railway, Khurda Road. Should the Tenderer(s) fail

to observe or comply with the foregoing stipulations, Railway shall forfeit

the Earnest Money deposited with the tender.

2.6.4 The Earnest Money of the Unsuccessful Tenderer(s) will be returned to

the Unsuccessful Tenderer(s). However Railway shall not be responsible for

any loss or depreciation that may happen to Earnest Money while they are

in Railways possession, nor be liable to pay interest thereon.

2.6.5 The Earnest Money deposit of the Successful Tenderer(s) will be retained

towards part of the Security Deposit for the due and faithful fulfillment of

the Contract. The same shall however be forfeited if the successful

Contractor(s) fails to execute the Agreement Bond within 15 days after the

receipt of Orders to that effect towards penalty imposed under the condition

of Contract.

2.7 Security amount

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, FD, etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the expiry

of maintenance period and after passing the final bill based on No Claim

certificate. The Competent 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 mention that

the work has been completed in all respects and that all the contractual

obligations have been fulfilled by the contractors and that there is no due

from the contractor to Railways against the contract concerned. Before

releasing the SD, contractor concerned should submit an unconditional and

unequivocal no claim certificate.

2.7.1 Performance Guarantee (P.G.)

The procedure for submitting Performance Guarantee is outlined below:-

a) The successful bidder may give Performance Guarantee amounting to 5% of

the contract value in any of the following forms:-

i)A deposit of Cash, (ii) Irrevocable Bank Guarantee (As per Annexure-B), (iii)

Government securities including State Loan Bonds at 5% below the market

value, (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee

Bonds. These forms of performance Guarantee could be either of the State

Bank of India or of any of the Nationalized Banks, (v) Guarantee Bonds

executed or Deposits Receipts tendered by all Scheduled Banks, (vi) A

Deposit in the Post Office Saving Bank, (vii) A Deposit in the National

Savings Certificates, (viii) Twelve years National Defence Certificates, (ix)

Ten years Defence Deposits, (x) National Defence Bonds and (xi) Unit Trust

Certificates at 5% below market value or at the face value whichever is less.

Also FDR in favour of FA&CAO (free from any encumbrance) may be

accepted.

Page 20: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

“Bank Guarantees (BGs) to be submitted by Contractor(s)/

Supplier(s) should be sent directly to the concerned authorities by

the issuing Bank under Registered Post A.D.”

b) A Performance Guarantee shall be submitted by the successfully bidder after

the letter of acceptance has been issued, but before signing of the

agreement. The agreement should normally be signed within 15 days after

the issue of LOA and the Performance Guarantees shall also be submitted

within this time limit. This guarantee 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.

c) The Performance Guarantee (PG) shall be released after the physical

completion of the work based on the ‘Completion Certificate’ issued by the

competent authority stating that the contractor has completed the work in

all respects satisfactorily. The security deposit, however, shall be released

only after the expiry of the maintenance period and after passing the final

bill based on ‘No Claim Certificate’.

d) Wherever the contract is rescinded, the security deposit shall be forfeited and

the Performance Guarantee shall be encased and the balance work shall be

got done independently without risk and cost of the failed contractor. The

failed contractor(s) can participate in the risk & cost tender as per the

stipulations made vide clause (f) of item No.2.7.1 below.

e) The Engineer shall not make a claim under the Performance Guarantee except

for amounts to which the President of India is entitled under the contract

(not withstanding and/or without prejudice to any other provisions in the

contract agreement) in the event of:

i Failure by the contractor to extend the validity of the Performance

Guarantee as described herein above, in which event the Engineer may

claim the full amount of the Performance Guarantee.

ii Failure by the contractor to pay President of India any amount due, either

as agreed by the contractor or determined under any of the

Clauses/Conditions of the 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.

f) i. The provision of Clause 62(y) of GCC should be the guiding principle for Risk and Cost Tenders.

ii. The failed contractor should be notified about the Risk and Cost Tender and in

case he applies for the Risk and Cost Tender, the tender forms shall be

issued to him.

In case the offer of the failed contractor is accepted:

a) He should furnish a Performance Guarantee at 10% of the contract value

before the agreement is executed.

b) The Security Deposit shall be recovered only from the running bills and no

Bank Guarantee in lieu of Security Deposit can be accepted.

c) In case, he fails to execute the work for the second time, the Performance

Guarantee would be encashed and he would be debarred from participating

in the subsequent tender for completing the balance work.

2.8 General :

2.8.1 Non-compliance with any of the conditions set forth in this tender

document, SOR 1992 and GCC 2001 is liable to result in the tender being

rejected.

2.8.2 The instructions to the Tenderer(s) shall be deemed to form a part of the

tender document.

2.8.3 SOR 1992 and GCC 2001 can be had on payment of an amount specified

for copy of each Volume on any working day during office hours, subject to

availability, in the office of DRM(Engg), E.Co. Railway, Khurda Road, Jatni

752050.

2.8.4 The Submission of a Tender by a Tenderer(s) shall be deemed to imply

that he has read, understood and abided by the conditions stated in tender

document, SOR 1992 & GCC 2001.

Page 21: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

2.8.5 A Certificate should be attached along with the Tender papers that the

Tenderer(s) has/have purchased SOR 1992 and GCC 2001 and gone

through all the conditions of contract and specifications etc. embodied

therein.

2.8.6 If the Tenderer(s) deliberately give/gives wrong information in his/their

Tender or create/creates circumstances for the acceptance of his/their

Tender, Railways reserve the right to reject such tender at any stage.

2.8.7 The authority for the acceptance of the Tender will rest with the President

of India acting through DRM, E.Co. Railway, who does not bind himself to

accept the lowest or any other Tender nor does he undertake to assign

reason for declining to consider the Tender. No correspondence will be

entertained with the Tenderer(s) in respect of the rejection of any or all of

the Tenders. The Railways reserve the right to accept the Tender either for

the full quantity of work or part thereof or divide the works amongst more

than one Tenderer without assigning any reasons for any such actions.

2.8.8 Should a Tenderer(s) find discrepancies in or omission from the drawings

or any of the Tender Forms, or should be in doubt as to their meanings,

he/they should at once, notify the authority inviting Tender who may send a

written instructions to all Tenderer(s). It should be understood that every

endeavour has been made to avoid any error which can naturally affect the

basis of the Tender and the successful Tenderer(s) shall take upon

himself/themselves and provide for the risk of any error which may

subsequently be discovered and shall make no subsequent claim on account

thereof.

2.8.9 Tender documents in which Tenderer(s) submits Tender shall become the

property of the Railway and the Railway shall have no obligation to return

the same to the Tenderer(s).

2.8.10 Before submitting a Tender, the Tenderer(s) will be deemed to have

satisfied himself/themselves by actual inspection of the site and locality of

the work all conditions likely to be encountered during the execution of the

works. It is understood that Tenderers have taken into account all factors

and rates he/they enters/enter in the Tender Forms are adequate and all

inclusive, to accord with the provisions in Clause - 37 of the GCC 2001.

2.8.11 The successful Tenderer(s) shall execute an Agreement with the President

of India acting through the DRM(Engg), E.Co. Railway, Khurda Road for

carrying out the works according to specification laid down in the document.

2.8.12 The Agreement to be executed shall on the Agreement Form for the

works of the E.Co. Railway except as specifically varied by these Tender

Papers, as well as provisions contained in the Tender Documents shall form

part of the contract. All certificates submitted by Tenderer including

programme & completion of work shall for the part of agreement.

2.8.13 The Tenderer(s) whose tender is accepted shall appear at the office of the

DRM(Engg), E.Co. Railway,Khurda Road, in person; in case of a Firm or

Corporation, a duly authorised representative there of, to execute the

Contract documents within Fifteen days after notice that the contract has

been awarded to him/them. Failure to do so shall constitute breach of the

Agreement effected by the acceptance of the Tender in which case the

earnest money accompanying the Tender shall be forfeited by the Railway

as liquidated damages for such fault.

2.8.14 In case of non acceptance of a Tender by the Railway Administration for

any reason whatsoever, the Tenderer(s) cannot claim for the expenses

incurred by him in submitting the Tender for the work or for any other

account.

2.8.15 Non-compliance with any of the conditions set forth herein above is liable

to result in the Tender being rejected.

2.9 Death of Tenderer

2.9.1 If a Tenderer(s) expires after the submission of his Tender or after the

acceptance of his Tender, the Railway shall deem such Tender as cancelled.

If a Partner of a Firm expires after submission of their Tender or after the

acceptance of their Tender the Railway shall deem such Tender as cancelled

unless the Firm retains its character legally acceptable.

2.10 Price preference 2.10.1 No price preference will be allowed for public sector undertaking.

Signature of Tendere(s)/Contractor(s)

Page 22: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

Annexure – A

Form No. E-5

Appendix-VIII

NATIONAL ELECTRONIC FUND TRANSFER/

ELECTRONIC CLEARANCE SERVICE (CREDIT CLEARING)

MODEL MANDATE FORM

( Investor / Customer’s Opinion to receive payment through Credit Clearing

Mechanism)

NAME OF THE SCHEME AND THE PERIODICITY OF PAYMENT

No:-

1) Investor / Customer’s Name :

2) Particulars of Bank Account :

a) Name of the Bank :

b) Name of the Branch :

Address :

Telephone No.

c) 9 Digit Code Number of the bank and

branch appearing on the MICR cheque

issued by the bank :

d) IFSC Code of the branch :

e) Type of the Account (Current/Savings/

Cash Credit with code 10/11/13) :

f) Ledger and Ledger Folio Number :

g) Account Number (appearing on the Cheque book) :

(In lieu of the bank certificate to be obtained as under, please attach a bank

cancelled cheque or photocopy of a cheque or front page of your savings bank

passbook issued by your bank for verification of the particulars).

3. Date of effect:

I hereby decide that the particulars given above are correct and complete. If

the transaction is delayed or not effected at all for reasons of incomplete or

incorrect information, I would not hold the user instruction responsible. I have

read the option invitation letter and agree to discharge the responsibility

expected of me as a participant under scheme.

Date: Signature of the

Investor/Customer

Certified that the particulars furnished above are correct as per our records.

Bank Stamp

Date._______________

Signature of the Authorised

Official of the Bank.

Page 23: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

Annexure – II

REVISED MODEL FORM OF BANK GUARANTEE BOND

GUARANTEE BOND

In consideration of the President of India (hereinafter called the

Government) having agreed to exempt …………………………….. (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 condition

contained in the said agreement, on production of a Bank Guarantee for

Rs…….………………… (Rupees ……………………………………………………………… only).

1. We ……………………………………………….(hereinafter referred to as the Bank) (

indicate the name of the Bank) at the request of ………………………… (contractor(s)

do hereby undertake to pay to the Government an amount not exceeding

Rs……………………… against any loss or damage caused to or suffered or would be

caused to or suffered by the Government by reason of any breach by the said

contractor(s) of any of the terms or conditions contained in the said agreement.

2. We ………………………………(indicate the name of the Bank) 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 or conditions contained in the said agreement or by reason of the

contractor (s) failure to perform the said agreement. Any such demand made on

the Bank shall be conclusive as regards the amount due and payable by the Bank

under this guarantee. However our liability under this guarantee shall be

restricted to an amount not exceeding Rs.…………………………..

3. We under take to pay to the Government any money so demanded not

withstanding any dispute or disputes raised by the contractor(s) / supplier(s) in

any suit or proceeding pending before any court of 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 the bank) further agree

that the guarantee herein contained shall remain in full force and effect during

the period that would be taken for the performance of the said 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

……………………….certified that the terms and conditions of the said Agreement

have been fully and properly carried out by the said contractor (s) and according

discharges this guarantee. Unless a demand or claim under this guarantee is

made on us in writing on or before the ………………….., we shall be discharged

from all liability under this guarantee thereafter.

5. We …………………………… (indicate the name of the bank) further agree

with the Government that the Government shall have the fullest liberty without

our consent and without affecting in any manner, our obligations hereunder to

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 postpone for any

time or from time to time any of the powers exercisable by the Government

against the said contractor(s) and to forbear or enforce any of the terms and

conditions relating to the said agreement and we shall not be relieved from our

liability by reason of any such variation or extension being granted to the said

contractor(s) or for any forbearance, act or omission on the part of the

Government or any indulgence by the Government to the said contractor(s) or

any such matter or thing whatsoever which under the law relating to sureties

would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the

constitution of the Bank or the contractor (s)/ supplier (s).

Page 24: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

7. We……………………………..(indicate the name of the bank ) lastly undertake not

to revoke this guarantee during its currency except with the previous consent of

the Government in writing.

Date the ……Day of…………..……200

For _____________________

(indicate the name of the bank )

SPECIAL CONDITIONS OF CONTRACT (PART-I)

3.1 General :

3.1.1 The Special Conditions of Contract, Part-I, II & III Instructions to

Tenderer(s) and the stipulations made in the Schedules of quantities shall

govern the works under this contract, in addition to and /or in part

suppression of the SOR 1992 & GCC 2001.

3.2 Precedence Order :

3.2.1 When there is a conflict between the Instructions to Tenderers, Special

Conditions of Contract Parts –I, II & III and the stipulations contained in the

Schedules of quantities and Rate on the one hand and the SOR 1992 & GCC

2001 on the other, the former shall prevail.

3.2.2 Provision contained on Instruction to Tenders, Special Condition of Contract

Pt. I, II & III Schedule of quantities and rate get precedence over provisions

contained in IRS Code/IRC code/IS codes/codes owned by other institution.

3.2.3 In case of conflict between provision of IRS/IRC/IS specification the

precedence will be in same order. In case of ambiguity the decision of

Divisional Railway Manager shall be final & binding.

3.2.4 Any notes appearing in the Schedule Of Quantities and Rates will take

precedence over Special Conditions Of Contract Part I, II & III and also SOR

1992 & GCC 2001.

3.2.5 Any specifications/conditions stated by the Tenderer(s) in the covering

letter submitted by him along with the tender shall be deemed to be a part

of the contract only to such an extent as has been expressly accepted by

the Railway.

3.2.6 All measurements, methods of measurements, meaning and item of

specifications and interpretation of Special Conditions of Contract part I, II

& III made by the Engineer on behalf of the Railway shall be final and

binding and shall be considered as “Excepted matters” in terms of condition

No.63 of GCC 2001.

3.3 Agreement:

3.3.1 All expenses in drawing up the agreement and the cost of stamp duty, if

any shall be borne by the Contractor.

3.3.2 The tenderer(s) if he/they so desire(s) may quote his /their Bank Account

number and other details of their Bank for arranging payment through

electronic payment mechanism as soon as the system is made effective.

3.4 Passes:

3.4.1 No Railway pass of any kind for self/ agent/ labourers, for any purpose in

connection with this tender/contract will be issued to the Contractor.

3.5 Change of address

3.5.1 Any change in the address of the Contractor shall be forthwith intimated in

writing to the Railways. The Railway will not be responsible for any loss or

inconvenience suffered by the Contractor on account of his failure to comply

with this.

3.6 Dissolution of Contractor’s Firm:

3.6.1 If the Contractor’s firm is dissolved due to death or retirement of any partner

or for any reasons whatsoever before fully completing the whole work or

any part of it undertaken by the Principal agreement, the partners shall

remain jointly, severally and personally liable to complete the whole work to

the satisfaction of the Railway and to pay compensation for loss sustained if

any, by the Railway due to such dissolution. The General Manager of the

Railway shall decide the amount of such compensation and his decision in

the matter shall be final and binding on the Contractor(s).

3.7 Deployment of plant and machinery:

3.7.1 The deployment of plant and machinery including moving machines shall be

such as not to infringe or cause damage to Railway track or any other

Page 25: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

Government or private properties. Operation of such equipment involving

infringement to moving dimensions prescribed in the Handbook of the

Schedule of Dimensions of the Railway shall not be undertaken without the

prior approval of the Engineer-in-charge. Contractor/s shall be wholly

responsible for any loss or damage resulting from violation of this clause.

3.8 Emergency work:

3.8.1 In the event of any accident or failure occurring in or about the work or

arising out of or in connection with the construction, completion or

maintenance of the works in which Administration will not be liable to pay

the Contractor any charges for rectification or repairs to any damage which

may have occurred from any cause whatsoever, to any part 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, as shall be

determined by the Engineer-in-charge of SE Railway to the Contractor.

3.9 Night work:

3.9.1 Contractor/s attention is drawn to clause 23 of the GCC 2001 that stipulates

that no work shall be carried out between sunset and sunrise without

previous permission by the Engineer.

3.9.2 If the Engineer is satisfied that the work is not likely to be completed in

time except by resorting to night work, he may order the Contractor/s to

carry out the works even at night without conferring any right on the

Contractor for claiming any extra payment for the same. The Contractor at

his own risk and cost shall make all arrangements in this connection.

3.10 Service Roads :

3.10.1 The Contractor(s) will be permitted to make use of the service roads already

existing in the possession of the Railway. All service roads required by the

contractor in or outside Railway boundary shall be constructed by the

Contractor at his own risk and cost and all these roads shall be maintained

by the Contractor at his own cost. The Railway reserves the right to make

use of the service roads as and when necessary without any additional

payment to the Contractor.

3.11 Water supply :

3.11.1 The Contractor/s shall be responsible for the arrangements to obtain potable

water supply necessary for the works. No arrangements will be made by

the Railway administration for supplying water to the Contractor either for

drinking purpose or execution of work. Rates quoted shall include the cost

of arranging potable water supply. Only potable water shall be permitted to

use in all types of concrete as well as for curing.

3.12 Electricity:

3.12.1 Any electric supply required at site for whatsoever purpose shall be

arranged by the Contractor/s. The Contractor/s shall be responsible for the

arrangements for obtaining electric supply at his own cost and rates quoted

shall include the cost of providing electric supply arrangements required for

the work.

3.12.2 If required by Contractor/s, thpe Railway Administration may give required

assistance in recommending to State Electricity Board for giving necessary

electric connection to the Contractor for execution of works.

3.13 Loss Of Work Orders:

3.13.1 If the original work order issued to the contractor is lost by him for any

reason whatsoever and the Contractor demands for supply of a duplicate of

the same, a penal levy of Rs.100/- (Hundred only) for each work order shall

be imposed on him for the issue of a duplicate copy.

3.14 Income Tax Deduction :

3.14.1 In respect of works, the contract value of, which is more than Rs.10, 000/-

each, a deduction of 2% on the gross payment from each of the

Contractor’s bills shall be made in terms of section 194(e) of the Income

Tax Act of 1961 & 1991. From time to time surcharge will also be deducted

along with I.T.

3.15 Employment of Graduate Engineers/Diploma Holders by Contractor:

3.15.1 Tenderer(s)/Contractors after award of the contract shall be required to

employ unemployed civil engineering graduates/diploma holders on monthly

salary and for the duration as indicated below.

Page 26: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

Contract

Value.

No. Of Eng./ Diploma

Holders and Degree

holders.

Monthly Salary. Duration.

Engineers Less than

Rs. 15

Lakhs. Diploma holder - 1 Engg. Diploma holder.

Not Less Than Rs.

2000/-.

During Currency

of Contract

Engineers Above Rs.

15 Lakhs. Degree holder – 1 Engg. Degree holder not

Less Than Rs. 4000/-

During Currency

of Contract

3.15.2 In case Contractor fails to employ the Technical staff as aforesaid, he shall

be liable to pay a sum of Rs.4000/- (Rupees Four thousand only) for each

month of default in case of Graduate Engineer and Rs.2000/- (Rupees Two

thousand only) for each month of default in case of Diploma Holder to be

deducted from his ongoing on A/C bills.

3.15.3 The decision of the Engineer-in-Charge as to the period for which the

required Technical staff was not employed by the contractor and as to the

reasonableness of the amount to be deducted on this account shall be final

and binding on the contractor.

3.16 Procurement of Machinery by Contractor:

3.16.1 It should be clearly understood that it is entirely Contractor’s responsibility

and liability to find and procure all the machinery, tools and plant and their

spare parts that are required for the efficient and methodical execution of

the work. Delay in procurement of such items due to their non-availability

or import difficulties or any other causes, whatsoever, shall not be taken as

an excuse for slow progress or non-performance of the work.

3.17 Hire of Railway’s Plant & Machinery:

3.17.1 The Railway may at their discretion give on hire to the Contractor such plant

as compressors, Pneumatic equipment, concrete mixers and light

equipment, as considered necessary by the engineer. However it does not

guarantee hiring any such machinery and it shall not entertain any claim or

compensation due to Railways inability to supply such plant/machinery or

the condition of the railway’s plant/machinery supplied on hire be taken as

an excuse for slow progress or for non- performance of the work.

3.18 Hire charges on Plant & Machinery :

3.18.1The railway administration shall charge the contractor for the hire of

machinery and plant supplied to him. The rate of hire charge for the plant

and machinery given by the railway will be calculated on the basis of the

S.E Railway General Conditions of Contract and Standard Specifications -

1994 Volume - 2 together with correction slips issued upto date of tender

notice.

3.19 Statutory Certificate Etc. :

3.19.1 While the machine(s) is/are in the possession of the contractor(s), he/they

shall be responsible for seeing that any inspection certificate or license

required under any Government Act is obtained in due time. The contractor

shall also be responsible for seeing that all required precautions are

observed in using the plant as well, and he shall be responsible for any

accident that may occur from the use of the plant.

3.20 Access to Plant at Hirer’s Premises:

3.20.1 The Railway shall be given reasonable access to the plant and such facilities

as may be necessary to satisfy itself that the plant is being so used as to

avoid any unnecessary wear or loss or risk.

3.21 Right to Recall :

3.21.1 The Railway shall reserve to itself the right to recall any plant/machinery

without assigning any reasons by giving one month’s notice or at any time

without notice in the event of its being required by the Railway for an

unforeseen emergency. In either case, the Railway shall not be liable to

pay any compensation to hirer for the loss that may be caused by the

withdrawal of the plant.

3.22 Storage of Railway Materials :

3.22.1 The Contractor shall make his own arrangements at the site of work for the

safe storage and custody of Railway material issued to him. Such Railway

materials issued to the Contractor and stored at the site of work shall be

Page 27: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

open for inspection by the Engineer-in-charge or his representative at all

times.

3.23 Maintenance Period:

3.23.1 The maintenance period in terms of Clause 47 and 48 of the GCC 2001 shall

be six months from the date of issue of completion certificate for all works

except earthwork & supply of ballast. For earth work the maintenance will

be 12 months from the date of issue of completion certificate.

3.24 Employment of Railway surplus labour by contractor :

3.24.1 The Tenderer(s)/Contractor(s) may be required to engage

surplus/retrenched casual labour of the E.Coast Railway if found suitable

upto the extent of twenty persons for each Lakh or part of the value of the

contract during the currency of the contract. The terms of the employment

between such labour and the Tenderer(s) may be on mutually agreed terms

subject to the statutory provisions contained in the labour regulations and

enactments. The Contractor(s) shall indemnify the Railway against any

claim arising out of employment of such labour and the Railway shall not be

a party to any disputes etc., arising out of the employment of such labour

by the Tenderer(s)/Contractor(s).

3.24.2 The Contractor shall engage local labour for skilled/ unskilled work as far as

practicable.

3.25 Antilarval work:

3.25.1 During execution of the works against this contract the Contractor(s) shall

be responsible for antilarval work at his/their own cost.

3.26 Non-itemised works:

3.26.1 Where item not covered by the schedules are to be executed, the rates for

such non-itemised works shall be negotiated before commencement of such

work or to be got executed through any other agency by the Railway at the

discretion of the Railway Administration.

3.27 Time is the essence of Contract :

3.27.1 Time is the essence of contract. All the works are required to be completed

in all respects as stipulated by the Railway within the completion date.

Progress shall be maintained strictly in accordance with the programme

given by the Contractor and accepted by the Engineer-in-charge from time

to time as per the programme chart as per (BAR/CPM/PERT chart) as will be

finalised.

3.28 Lead & Lift on Railways/Contractor’s Materials:

3.28.1 No lead and lift for the Contractors/Railways materials is payable for the

works executed under this contract unless otherwise specified.

3.29 Testing of cement concrete :

3.29.1 The rates for concrete works shall be deemed to include all charges for

testing of aggregates, sand, water and the concrete as required to be done

in accordance with specifications, including the cost of labour, materials,

equipment, moulds, transport etc. The Contractor shall prepare at his own

cost standard cubes of concrete according to the directions of the Engineer-

in-charge both for the Preliminary Tests and during work Tests. The charges

of testing shall be borne by the contractor.

3.29.2 The Contractor shall follow the Guidelines for Quality Control for Concrete as

per Indian Railways Standard Code of practice for plain, reinforced &

Prestressed concrete for Bridge Construction (Concrete Bridge Code)

Incorporating Correction slips Nos. 1 to 20 and in S.I. Units. as well as

Specification and Special Conditions of Contract.

3.29.3 The criteria for acceptance of concrete work shall be that the test results

carried out at 28 days age should be found satisfactory.

3.30 Cutting/uprooting of tress :

3.30.1 No extra rate shall be paid for cutting or uprooting tress upto 30 cm. depth

at one metre above ground level, grubbing root of trees or jungle clearance

involved in any work under this contract.

3.31 IS Codes/IRS Specifications:

3.31.1 Wherever any reference to Code, specification, Act etc. is made in this

document, it shall be taken as a reference to the latest version thereof,

including all amendments and corrections there to or otherwise specified.

3.31.2 The contractor shall not be entitled to any extra payment on any account for

compliance with the various provisions of IS specifications/IRS specifications

and Special Conditions of contract. The rates indicated in the schedule shall

Page 28: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

be deemed to include all works required to be done in compliance with the

specifications.

3.32 Sales Tax or any other taxes :

3.32.1 The Contractor shall bear in full all taxes and royalties or levied by the State

Government and/or Central Government from time to time. This would be

entirely a matter between the contractor and State

3.31.2 Government/or Central Government. Railway will recover the taxes and

royalties through running account bills if the contractor fails to pay the

taxes and royalties to the government.

3.33 Tree Cutting :

3.33.1 If the section passes through forest land, the contractor or his labour is

prohibited to cut the trees for the purpose of fire wood or for any other

purpose. Cutting of trees as required under the items of works indicated in

the tender schedules may be carried out strictly as directed by the

Engineer-in-Charge of the work. Unauthorized felling of trees will result in

prosecution and imprisonment. It is the contractor’s responsibility to cause

no damage to the forest growth and the Contractor at his own cost shall

arrange any fuel required by the Contractor for his own use or for the use

by his labourers, or for the work. The Contractor shall take this aspect into

consideration while quoting the rates against the tender.

3.34 Approval of Samples of Material :

3.34.1 All materials to be used in the work by the Contractor shall be subject to

the prior approval of the Engineer-in-charge of the work. Contractor shall

submit samples of materials to be used to work and arrange for the

supplies, only after if Engineer has approved the samples.

3.35 Blasting:

3.35.1 Wherever a cutting passes through or near OHE transmission line only

controlled blasting is to be resorted to as per schedule.

3.35.2 The guide lines for blasting as provided in GCC 2001 should be followed

3.36 Place of issue of Railway materials

3.36.1 The materials required to be supplied by the Railway such as cement and

steel for the items where specified will be issued from the Railway store

depot of SE-Incharge of the work and the transportation of the materials to

sites as advised by SE-Incharge and the transportation of surplus materials

from the site of work to the concerned SE-Incharge Godown will be at

contractor’s cost.

3.37 Price variation. i) Price Variation Clause (PVC) shall be applicable for tenders of value

more than Rs.50 Lakh irrespective of the contract completion period and

PVC shall not be applicable to tenders of value less than Rs.50 Lakh.

3.38 Disaster/train accident/Natural calamities.

3.38.1 In the event of any disaster/ train accident/ Natural calamities, the

contractor(s) shall be asked to mobilize his/ their manpower/ vehicle/ tools

and machineries to the affected locations to meet the situation. In such a

case, the contractor(s) shall shift the required material as per the direction

of Engineer-in-charge and separate payment for this will be made as per the

prevailing SOR and for the activities if any executed beyond the scope of

the agreement will be paid separately at the rates finalised by the Railway

Administration as per the existing procedure for NS items.

3.38.2 The contractor shall train his/ their staff/ supervisor adequately on First-

Aid (shall submit a certificate in support of it) and see that they are capable

of encountering any adverse situation at the disastrous spot during

execution of the work. In the event of the Engineer being satisfied that the

contractor is not employing properly trained staff, the contractor shall at

once remove them and engage additional trained staff within seven days

and failure on the part of the contractor will entitle the Railway take

necessary action, in terms of agreemental condition and which may cause

termination of contract in the event of failure of the contractor to engage

competent men.

3.39 VARIATION IN CONTRACT QUANTITIES

In suppression of paras 5.3.6,5.3.7 and 5.3.9 of Annexure-I of Board’s letter

No. 94/CE-I/CT/4 dated 17.10.2002, the procedure as detailed below shall

be adopted for dealing with variation in quantities during execution of works

contracts:-

Page 29: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

i) 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.

ii) In case of 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 afresh tender. If floating a fresh tender is considered

not practicable, negotiations may be held with the existing contractor for

arriving at reasonable rates for additional quantities in excess of 125% of

agreement quantity.

iii) 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.

iv) No such quantity variation limit shall apply for foundation items.

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

value of SOR schedule as a whole and not on individual SOR items.

However, in case on NS items, the limit of 25% would apply on the

individual items irrespective of the manner of quoting the rate (single

percentage rate or individual item rate).

vi) For the tenders accepted at the Zonal Railways level, the variation in quantities will be approved by the authority in whose powers the revised

value of the agreement lies.

vii) For tenders accepted by General Manager, variations upto 125% of the

original agreement value (even if the revised agreement value is beyond

GM’s competence to accept tenders) may be accepted by General Manager.

viii) For tenders accepted by Board Members and Railway Ministers, variations

upto 110% of the original agreement value may be accepted by General

Manager.

ix) The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided.

3.40 First-Aid facilities “There shall be provided and maintained by the contractor

so as to be readily accessible during all working hours first-aid box equipped

with the prescribed contents at every place where contract labour is

employed by him”. 3.41 The Tenderer for carrying out any construction work in the state of Orissa and/or

Andhra Pradesh must get themselves registered from the Registering Officer under

Section-7 of the Building and Other Construction Workers Act, 1996 and rules made

thereto by the Orissa and/or Andhra Pradesh State Govt. and submit certificate of Registration issued from the Registering officer of Orissa and/or Andhra Pradesh Govt.

(Labour Deptt.). For enactment of this Act, the tenderer shall be required to pay cess

@1% of the cost construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.

Signature of Tendere(s)/Contractor(s)

Page 30: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

SPECIAL CONDITIONS OF CONTRACT (PART-II)

4.1 GENERAL:

4.1.1 The contractor should appoint a qualified person as site supervisor and the

supervisor should have full knowledge of the track works and should be well

versed in the safety rules of Railways. The contractor is required to furnish

along with the tender the Bio Data of the persons he intends to appoint as his

representative at site for supervision of day to day works. Tenders without this

information are liable to be rejected. However, the site supervisor will be tested

for his knowledge in track works and safety rules by the Engineer-In-Charge

(Sr. DEN/DEN) and only after being certified by the Engineer-In-Charge he can

be allowed to supervise the works at site. The decision of the Engineer-In-

Charge regarding the suitability of a person to act as site supervisor shall be

final. However the contractor himself may supervise works if certified fit by

Engineer-In-Charge.

4.1.2 No work on track shall be undertaken until and unless the PWI-In-Charge or

his representative and contractors technical supervisor are present at site.

4.1.3 The contractor will observe all safety precautions during working on track and

in the vicinity of track. The contractors supervisor should be well versed in the

safety rules of Railways. No tools and equipment will be supplied by Railways.

The contractor should procure at his own cost and make available sufficient

track gauges, gauge cum levels, spanners, keying and spiking hammers.

Augurs crow bars. Tommy bars, claw bars grip gauges, cotter splitters,

beaters, ballast rakes, wire claws, forks, wire brushes, ballast screens, mortar

pans, screening baskets, shovels powrahs, rail thermometers, expansion

liners, slotted fish plates, rail closures combination fish plates, wooden blocks

and wedges and all tools and equipment necessary for efficient execution of

work including that for rail cutting and rail drilling and chamfering of holes.

The contractor will not be allowed to commence the work unless adequate

manpower, tools and equipment required for the work are made available by

him at site or work. The contractor’s men must know the use of safety

equipment including use of Detonators. Contractor has to supply and fix

luminous temporary engineering restriction boards conforming to the Annexure

8/3 and 8/4 of para 807 & 808 of Indian Railway Permanent Way Manual. The

detailed specification for temporary Engineering restriction boards will be

supplied to the contractor by PWI-In-Charge of the work.

4.1.4 The housing accommodation and watering arrangement for contractor’s labour

will have to be arranged by contractor strictly as per prevailing labour contract

Act.

4.1.5 No compensation what-so-ever towards any accident or injury sustained to

labourers will be paid by Railway.

4.1.6 Before commencement of work, joint inventory of existing materials in the

track is to be taken by PWI-In-Charge of work and contractor and entered in

the inventory register and jointly signed.

4.1.7 After handing over the specific section to the contractor, the maintenance of

the track including the length under speed restriction will be maintained and

guarded by the contractor till the works is over and the track is handed over

back to the PWI-In-Charge.

4.1.8 The P. way materials required for the work will be supplied to the contractor

free of cost from nominated place on voucher.

4.1.9 The contractor will be responsible for the safe custody of all released

materials and fittings till such time they are handed over to the PWI-In-Charge

of the work at nominated place by contractor’s means and acknowledgement

obtained.

4.1.10 In case the released P. way materials are left over at site after a days work,

the contractor has to employ Chowkidars day and night till the P. way

materials are handed over to PWI-In-Charge at nominated place.

4.1.11 Shifting of labour camp from place to place as the work advances will be

done by the contractor at his own cost.

4.1.12 In case, the zone under speed restriction exceeds the stipulated length and

time loss is more than permissible; the contractor will have to pool up

additional resources to accelerate the work. The loss caused to the Railways by

consuming extra time shall be recoverable at the rate specified under clause

(vi) of “ Safety Precautions” mentioned below.

Page 31: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

4.1.13 The following registers and records will have to be maintained by Railway’s

representative at the site of work. The contractor has to supply these registers

and should sign the registers so maintained in token of the acceptance of the

entries made therein.

i) Register of Joint Inventory

ii) Note order register

iii) Register of materials laid in track

iv) Register of materials received back from contractor.

v) Register of daily progress and type of work

vi) Register of track parameters

vii)Drawings, sketches, pegs ( Reference levels, cross and longitudinal)

4.2 SAFETY PRECAUTIONS:

4.2.1 The contractor is responsible for completing the day’s work taken in hand in all

respect to the satisfaction of Railway’s representative irrespective of adverse

weather conditions and any other situation arising during the course of the

work. No extra payment will be made for making any additional arrangements

for this.

4.2.2 In case of sudden rain while the work is in progress, the labourers should not

leave the site of work keeping the track unsafe for passage of traffic. In case

the labourers leave the site of work. PWI -In-Charge of the work will take

appropriate action to make the track safe for passage of traffic & maintain the

same till the contractors labourer return to the site on the same day or the next

day. In all such events, the cost of labour and tools and plants etc. expended

for rectifying contractors unfinished work will be recovered from the

contractors dues. The recovery per man per day would be made at the rate of

Rs. 100/- ( Rupees One hundred only) per man-day.

4.2.3 The contractor will be held responsible for any deterioration of track geometry,

which results in unsafe condition for passage of train. The cost of detention to

trains as a result of unsafe condition of track as result of unsatisfactory work on

the part of contractor will be recovered from contractor’s dues.

4.2.4 The works should executed to the satisfaction of the PWI-In-Charge of the

work. The contractor will be primarily responsible for the safety of traffic not

withstanding the presence of Railway’s supervisor staff at site.

4.2.5 In the event of any accident at the work spot a departmental enquiry will be

held by the Railway. If it is established that the accident occurred wholly or

partially due to any act tant-amounting to negligence on the part of contractor,

he shall render himself liable for all damages and also prosecution as per law.

4.2.6 The contractor will maintain the track where renewal has been done by him till

the speed is relaxed to normal sectional speed. A joint programme has to be

made out by the contractor and the Assistant Engineer fixing the dates for

gradual relaxation of speed restrictions as per para 308 of Indian Railway

Permanent Way Manual. A penalty of Rs. 1,000/- per 100m length per day (

over and above the scheduled length under restriction) will be imposed on the

contractor for his failure to adhere the target for relaxation of speed restriction.

4.3 PREPARATORY WORKS:

Stage Check is a check to ensure adequate preparedness to undertake the

work and stage check should be exercised by over all PWI-In-Charge of the

section. Assistant Engineers should ensure that stage check has been carried

out by the over all In- Charge PWI before commencement of work

The following preparatory works must be carried out and verified by In-

Charge before commencement of relaying work:

4.3.1For Through Sleeper Renewal Work:

4.3.1.1 Unloading of sleepers from wagons should be carried as per exact

requirement for every 100M within an error margin of (+/-) 5%. However care

should be taken to balance the errors and the errors should not get

accumulated beyond a length of 200m. No payment for unloading of sleepers

will be admissible unless the wrongly unloaded sleepers are shifted to correct

location free of cost by the contractor. The PWI-In-Charge of the work shall

give the Telegraph Post wise requirement of sleepers in advance to the

contractor. No payment for shifting the sleepers which may become necessary

during the renewal work due to incorrect unloading will be admissible.

4.3.1.2 Joint Inventory of existing sleepers and rail sleeper fastenings and sleeper

fastenings should be recorded jointly by contractors representative and Rly’s

Page 32: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

representative at site 100% check should be carried out by PWI-In-Charge of

the work and 20% test check should be carried out by the Assistant Engineer.

4.3.1.3 The exact position of rail joints after allowing for one expansion gap each is

marked accurately with contractor’s steel tape on base rail.

4.3.1.4 Position of new sleepers is then marked on the base rail with white paint and

transferred to opposite rail by means of a contractor’s T- square.

4.3.1.5 A speed restriction of 20 Kmph is imposed and contractor’s temporary

Engineering restriction boards are fixed at appropriate places. The contractor

shall arrange at his own cost required number of luminous temporary

Engineering Restriction Boards conforming to the Annexure 8/3 and 8/4 of

para 807 & 808 of Indian Railway Permanent Way Manual. The detailed

specification for temporary Engineering Restriction Boards will be supplied to

the contractor by PWI-In-Charge of the work. The contractor will arrange

Kerosene Oil for lighting of Boards during night.

4.3.1.6 Sufficient Tools, equipment and labour should be arranged in advance to

achieve a minimum daily progress of 150 sleepers.

4.3.1.7 The existing rail levels / formation levels shall be taken by contractor with

his theodolite/ Dumpy level and men under the supervision of PWI-In-Charge

of the work before commencement of the work . Intermediate level pegs should

be marked at 20m intervals and change points and semi permanent pegs

should be fixed at 100m interval either at the centre of track or on the cess as

directed by PWI-In-Charge of the work. The design of the pegs will be approved

by Sr.DEN/DEN-In-Charge of the work. Payment for fixing of pegs shall be

made as per schedule. The proposed rail levels after renewal should be got

approved by Divisional Engineer-In-Charge of the work and marked at the site.

The existing and proposed longitudinal section of the track should be available

at site.

4.3.1.8 In curves for speed restriction up to 50 Kmph, 50% of total cant will be

provided . Super elevation shall be raised in subsequent round of packing.

4.3.1.9 Re-alignment of curves and straight should be done before commencement

of renewal work.

4.3.2 For Through Rail Renewal Work:

4.3.2.1A speed restriction of 20 Kmph is imposed and contractor’s luminous

temporary Engineering restriction boards are fixed at appropriate places as

directed by PWI-In-Charge of the work.

4.3.2.2 Joint Inventory of existing rails and rail sleeper fastenings should be

recorded jointly by contractors representative and Rly’s representative at site.

100% check should be carried out by PWI over all In-Charge of the work and

20% test check should be carried out by the Assistant Engineer.

4.3.2.3 The rails to be renewed should be classified and paint marked on as per para

320 & 321 of Indian Railway Permanent Way Manual by Assistant Engineer

before commencement of renewal work.

4.3.2.4 Unloading of rails should be done under personnel supervision of the PWI-

In-Charge of the work. Ramps made of unserviceable rails should be used for

unloading and utmost care must be taken to avoid damage to rails.

4.3.2.5 All rails must be examined for any defect and bent / kinked rails must be

straightened by Jim crow in advance.

4.3.2.6 Pairing and butting of rails should be completed on the cess at the location

where renewal is planned . Utmost care is to be taken to ensure that no rail

infringes the track or is likely to infringe the track under vibration of running

trains.

4.3.2.7 Rails of same lengths should be used in pairs.

4.3.2.8 Two fish bolt holes must be drilled at either end of each rail/rail panel as per

the approved template. All the fish bolt holes must be chamfered by contractor

with his chamfering tool and only after obtaining a certificate from PWI-In-

Charge of the work to the effect that all the fish bolt holes have been drilled

and chamfered properly, the rails can be laid on track.

4.3.2.9 The rails meant to be used at level crossings and station yards should be

given a coat of coal tar before laying.

4.3.2.10 The location of rail joints in approach of level crossings, bridges. Points &

crossings & curves must be decided in advance by PWI-In-Charge of the work

and marked at site.

Page 33: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

4.3.2.11 Sufficient tools equipment and skilled labour should be arranged in

advance to achieve a minimum progress of 500m in a traffic block period of 2

hours.

4.3.2.12 Closure rail pieces of 1”, 2”, 3”, 4”,5 “ & 6” lengths ( 4 pieces of each

size) should be prepared and kept ready at site.

4.3.2.13 The required length of cut rail for closing the days work should be

calculated and the cut rails should be kept ready. The work should be planned

in such a manner that the shortest length of rails to be used in track is not less

than 5.5 metres. The cut rails should not be laid opposite to each other.

4.3.2.14 Sufficient Nos. of fish bolts, fish plates washers, grease should be arranged

at site before commencement of renewal. The fishing surfaces of rails and fish

plates should greased before putting the fish plates in position. The required

quantity of grease of approved quantity as per specification IS: 408 should be

arranged by the contractor at his own cost.

4.3.2.15 Track protection equipment as per Annexure 8/1 and 8/2 of para 806(1)

and 806(2) of Indian Railway Permanent Way Manual should be arranged at

site. All required protection equipment except. Detonators should be arranged

by the contractor at his own cost. Detonators shall be available with the Rly’s

site supervisor. The PWI-In-Charge of the work should ensure availability of

protection equipment and trained staff at site for carrying out protection work.

4.3.2.16 The works will be executed under traffic block or caution order as required

and the same will be arranged by Railway. Speed Restriction/ Caution Indicator

Boards as required shall be fixed at appropriate places as per the direction of

Rly’s representative. The contractor shall arrange at his own cost required

number of luminous temporary Engineering Restriction Boards conforming to

the Annexure 8/3 and 8/4 of para 807 & 808 of Indian Railway Permanent way

Manual. The detailed specification for temporary Engineering Restriction Boards

will be supplied to the contractor by PWI-In-Charge of the work.

4.3.2.17 It must be ensured before start of rail renewal on curved track that all the

curve boards and rail posts indicating transition points as described in para 413

of Indian Railway Permanent Way Manual are available on the curves.

Deficiencies if any, shall be made good by the contractor at his own cost before

commencement of work.

4.3.3 FOR LIFTING OF TRACK.

4.3.3.1 Longitudinal levels should be taken by the contractor with his theodolite /

dumpy level and men and correct level pegs should be fixed at 20m intervals

before lifting is commenced.

4.3.3.2The proposed rail levels should be got approved by Sr. DEN/DEN-In-Charge

of the work and marked at the size. The existing and proposed longitudinal

section of the track should be available at site.

4.3.3.3 Lifting should commence from the down hill and carried out in the direction

of rising grade in case of single line. It should proceed in the opposite direction

to traffic in case of double line care being taken not to exceed the easement

gradient of 25mm in one rail length of 13M.

4.3.3.4 Before commencement of work, it must be ensured that there will be no

infringements of standard dimensions due to bridges and over head structures.

4.3.3.5 Sufficient equipment. Non-infringing track lifting jacks and labour should be

arranged by the contractor for giving a daily minimum progress of 200m. the

cumulative progress for a period of 10 days ( consecutive) should not be below

1500 metres . For any short fall recovery will be made at the rate of Rs.3/- per

metre.

4.3.3.6 A speed restriction of 20 Kmph should be imposed and temporary

Engineering Restriction Boards are fixed at appropriate places. The contractor

shall arrange at his own but required number of temporary Engineering

Restriction Boards conforming to the Annexure 8/3 & 8/4 of para 807 & 808 of

Indian Railway Permanent Way Manual. The detailed specification for temporary

Engineering Restriction Boards will be supplied to the contractor by PWI-In-

Charge of the work.

4.3.3.7 No lifting of track should be planned on old ballast bed without shallow

screening.

4.3.3.8 Lifting work must be preceded by shallow screening of ballast as per para

227 of Indian Railway Permanent Way Manual where deep screening is not

done.

4.3.4 Deep Screening of Ballast.

Page 34: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

4.3.4.1 Existing rail levels and formation levels should be plotted and attached to

the schedule.

4.3.4.2 A longitudinal section of the track should be taken indicating the rail levels

at every 30 metres, as also at changes of grades, obligatory points like

culverts, bridges over line structures, tunnels, level crossings, signal gantries

and points and crossings.

4.3.4.3 In station yards, on run through lines, cross sections at every 50 metres

should be taken and plotted including platform levels, rail levels and clearance

to under side of over line structures.

4.3.4.4 On the basis of the longitudinal and cross sections the final levels will be

decided by the Engineer-In-Charge keeping in view the depth of ballast

cushion to be provided and the possibility of eliminating humps, sags and

unevenness in the existing longitudinal section. The reference pegs shall be

available at 30m intervals to determine longitudinal and cross levels.

4.3.4.5 The repairs to cess should be carried out to bring it to correct level.

4.3.4.6 The minimum daily progress of deep screening work ( for 150 mm depth)

shall be 100 metres. Monthly progress should be minimum 2000 metres failing

which recovery at the rate of Rs. 10/- per metre will be made. Penalty shall be

calculated with cumulative effect. If the contractor makes up the back log of a

month in the following month, the penalty may be waived by Sr. DEN/DEN -In-

Charge of the work and the decision of the Sr. DEN/DEN in this regard shall be

final and binding.

4.3.4.7 The rate for deep screening includes slowing of curves.

4.3.4.8 Sleeper renewal if planned , should be carried out in advance of Deep

Screening.

4.3.4.9 Sufficient No. of wooden blocks/ wedges must be arranged at site.

4.3.4.10 Sufficient No. of ballast screens of appropriate size for screening of ballast

should be available at site.

4.3.4.11 A speed restriction of 20 Kmph should be imposed and temporary

Engineering Restriction Boards are fixed at appropriate places. The contractor

shall arrange at his own cost required number of temporary Engineering

Restriction Boards conforming to the Annexure 8/3 & 8/4 of para 807 & 808 of

Indian Railway Permanent Way Manual. The detailed specification for temporary

Engineering Restriction Boards will be supplied to the contractor by PWI-In-

Charge.

4.3.4.12 Surplus screened muck shall be transported away from track free of cost

upto a lead of 100 metres, irrespective of the height.

4.3.5 Through Packing of Track:

4.3.5.1 Track readings should be jointly taken by the Railway’s representative at site

and contractor before commencement of work.

4.3.5.2 Inventory of all track fittings existing on the portion of the track proposed to

be through packed should be jointly recorded by the Railway’s representative

at site and contractor.

4.3.5.3 All track fittings required to recoup the deficiencies should be made available

at site. the contractor has to carry the fittings from nearest store Depot of the

PWI-In-Charge of the work free of cost.

4.3.5.4 Sufficient tools and equipment and labour should be arranged by the

contractor for giving a minimum daily progress of 200M.

4.4 QUALITY ASSURANCE:

The following minimum standard of track para metres must be achieved for release

of payments.

4.4.1 For Through Sleeper Renewal:

After completion of the work, the PWI-In-Charge of the work shall check the quality

of the work executed and no payment towards renewal of sleepers will be made

unless following minimum standard of execution is achieved.

a) All sleepers should be laid as per the correct spacing marks given on rails

conforming to provisions in para 244 of Indian Railway Permanent Way Manual.

b) All sleepers should be laid square to the track.

(c) One round of through packing is given to the newly laid sleepers.

(d) The percentage of loose sleepers when checked with the help of contractors flax

metre should not exceed 10%. At no location two consecutive sleepers shall be

loose.

(e) All complement of rail sleeper and sleeper fastenings have been provided as per

design.

Page 35: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

(f) The track gauge should be within 5mm tight to 3mm slack for straight track

including curved track of redius 350M or more and up to 10mm slack for curves

track of radius less than 350m in case special sleeper for curves are provided.

These measurements are with reference to nominal track gauge of 1676 mm.

(g) Sleeper to sleeper variation in track gauge should not be more than 2mm.

(h No low joints should be allowed and high joints should not be more than 2mm

above the general rail level.

(i)Spacing of sleepers with respect to theoretical spacing should not vary more than

(+/-) 20mm.

(j) Cross level to be recorded on every 4 th sleeper should not be more than (+/-)

3mm on straight track.

(k) Proper designed super elevation should be provided on curved track to an

accuracy of 5mm measured on every 4th sleeper.

(l) Alignment

(i) On straight track on 20M chord +/- 2mm

(ii) Variation over theoretical versines

(a) On curves of radius more than 600M on 20M chord +/- 5mm

(b) On curves of radius less than 600M on 20M chord +/- 10mm

(m) Variation in longitudinal level with reference to approved longitudinal sections

should not be more than 50mm

(n) The released sleepers and fittings are properly accounted for and neatly stacked

sufficiently clear of track.

(o) All the missing/ defective curve boards. Transition indicator boards, Gradient

Posts, Kilometre Boards LWR boards, Level Crossing Boards etc. in the length

under renewal must be made good at contractor’s cost. Existing boards should

be repaired/painted the prescribed collars as directed by AEN-In-Charge of the

work.

(p) Side drains, ballast walls to be repaired.

4.4.2 For Through Rail Renewal Works:

After completion of the work, the PWI-In-Charge of the work shall check the quality

of the work executed and no payment towards renewal of rails will be made

unless following minimum standard of execution is achieved.

(a) Correct expansion gap is provided at joints.

For single rails gap at rail joints should be provided as per para 3 1 5 of Indian

Railway Permanent Way Manual which is reproduced below:

Rail Temperature Range Recommended initial laying gap for 1213M

rail length.

0 to 10o Celsius 10mm

10 to 25o Celsius 8mm

25 to 40o Celsius 6mm

40 to 55o Celsius 4mm

55 to 70o Celsius 2mm

Above 70o Celsius Zero

For SWP, gap at rail joints should be provided as per para 508 ( for zone III) of

Indian Railway Permanent Way Manual which is reproduced below:

Rail Temperature at the time of Installation in centigrade:

tm-22.5 to

tm-17.6

tm-17.5 to

tm-12.6

tm-12.5 to

tm-7.6

tm-7.5 to

tm-2.5

tm-2.4 to

tm-2.5

tm-2.6 to

tm-7.5

Initial Laying gap in mm …

12mm 10mm 8mm 6mm 4mm 2mm

The value of “tm” will be decided by the Divisional Engineer.

(b) Rail joints:

… Rail joints shall be laid square to track on straight track. In curved track, no joint

shall be out of square by more than half pitch of holes in fish plates.

… Mid staggering of rail joints should be done on curved track of radius less than

400M

… No fish plated rail joints are permitted within the level crossing portion and within

three metres on either side of level crossing for single rail track and within six

metres in case of SWR track.

… No fish plated rail joint should be provided within 3M of a bridge abutment.

…. No fish plated rail joint should be provided over small bridges of less than 6.1M .

for other spans, rail joints should preferably be provided at 1/3 rd span from

either end.

Page 36: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

(c) No bent/ kinked rails should be laid in track.

(d) All four fish bolts should be provided at all rail joints after champhering of bolt

holes.

(e) The fishing surfaces of rails and fish plates should be greased at rail joints.

(f) The rail fastenings should be driven correctly in proper direction.

(g) The rails used at level crossings and station yards should be given a cost of coal

tar.

(h) The released rails and fastenings are properly accounted for classified and

stacked on the cess sufficiently clear of track.

(i) The gauge face of rails shall be applied a coat of grease graphite before putting

in track.

(j) On curves, all the stations numbers at 10m interval should be painted on the

inner web of the outer rail. The corresponding Versions and Super Elevations

should be painted on the inner web of the inner rail.

(k) All the joints, including welded joints should be numbered serially Km . wise.

4.4.3, For Lifting of Track:

After completion of the work, the PWI-In-Charge of the work shall check the quality

of the work executed and no payment towards lifting of track will be made

unless following minimum standard of execution is achieved.

(i) The work has been carried out satisfactorily to the satisfaction of PWI-In-Charge

of the work

(ii) One round of through packing should be given immediately after lifting of track

and the track parameters must confirm to the standards as mentioned for

through sleeper renewal work of the tender schedule.

(iii) The designed rail level is achieved.

(iv) Shallow screening of ballast has been carried out.

(v) The repairs to cess has been carried out bring it to proper level and width.

4.4.4.Deep Screening of Ballast:

After completion of the work, the PWI-In-Charge of the work shall check the

quality of the work executed and no payment towards deep screening of ballast

will be made unless following minimum standard of execution is achieved.

(i) The work has been carried out satisfactorily to the satisfaction of PWI-In-Charge

of the work and final longitudinal and cross levels of formation has been

achieved.

(ii) Proper cross slope of 1 in 40 must be ensured from centre of track towards cess

side in case of single line. In case of double line tracks at same level, the cross

slope shall be given from centre of formation.

(iii) In case of track in cuttings side drains should be cleaned and the bottom of side

drains should be at least 30cm. below the formation level.

(iv) In ballast walls where provided in cuttings all weep holes must be cleaned.

Provision of weep holes where none exist and rebuilding of ballast wads if

necessary must be completed.

(v) The spoil from deep screening and cleaning of side drains must be disposed off as

per direction of PWI-In-Charge of the work in such a way that it is not likely to

be washed back in to the drains.

(vi) One round of through packing should be given immediately after deep screening

and the track parameter’s must confirm to the standards as mentioned for

through sleeper renewal work of the tender schedule.

4.4.5 First through Packing:

After completion of the work, the PWI-In-Charge of the work shall check the

quality of the work executed and no payment towards deep screening of ballast

will be made unless following minimum standard of execution is achieved.

(i) The track parameters must confirm to the standard specified as per para 16 of

Indian Railway Permanent Way Manual.

(ii) There should not be any deficient fittings in the through packed track.

(iii) The cess and track should be cleared of all grass, plantations and muck upto a

depth of 1m along the slope of the formation in case of banks. The formation

top edge is clearly defined and uniform. In case of formation width being more

than standards, dog bellying shall be done to define the standard formation and

cross drains at 6 metre interval excavated to slope of 1 in 20 and a trapezoidal

cross section of 450mm top width and 300mm bottom width. The depth of the

cross drain will be decided by the PWI-In-Charge of the work

Page 37: EAST COAST RAILWAY works for a period upto 30/9/2010 from …imghost1.indiamart.com/tenders/doc/2009-09-14/184_2009... · 2009-09-14 · 11. Proposed repairs to cess & trolley refuges

(iv) In case of cuttings, side drains must be cleaned. The weeds and plantations on

cuttings up to a height of 1m above rails should also be cleaned.

(v) The ballast in the cribs and shoulders should be profiled and rammed.

Signature of Tenderer(s)/Contractor

SPECIAL CONDITIONS OF CONTRACT (PART-III)

5.1 The work is to be executed with contractor’s own tools and plants, labour

etc. under the supervision and direction of the PWI-In-Charge of work. The

work on track will be started only after the presence of Railway’s

representative at site of work.

5.2 The services of the contractor may be required to assist the Railway

Administration in case of emergencies like derailments. The contractor

should make the assistance available within short notice from the Engineer-

In-Charge or his authorised representative.

5.3 The work is to be carried out under traffic block, if required that will be

arranged by the Railway. However, Railway will not be responsible for idling

men and materials due to non availability of blocks.

5.4 Security deposit will be refunded after successful completion of all works,

settlement of all dues, less debits, if any according to terms and conditions

of contract.

5.5 The rate quoted and accepted by the Railway shall be inclusive all charges

and taxes levied by the Union of India or State Government.

5.6 All the new rails are to be painted before renewal and the payment will be

made under suitable item of SOR 1992.

5.7 After rail renewal, the station No, E.Co. & versine are to be written on web

of rail at curves with contractors materials & labour, for which no extra

payment will be made.

5.8 The maximum value of each work order will be Rs. 2 lakh.

5.9 Normally the value of individual work order will not be less than

Rs.1,00,000/-.

5.10 The date of completion against each work order will be given on the merit

of the case and need not be the last date of completion of the contract

period and the entire work shall be completed in all respects within

30.09.2010.

5.11 In case, the contractor fails to take up or complete the work of any work

order, the Railway will have a right to terminate the contract and invite

fresh tenders as per existing procedure.

5.12 The tenderer(s) can see the Drawings mentioned in Tender schedule

available in Sr.DEN's Office in any of the working days.

5.13 Mainly the work is to be carried out under SE(P.Way)/ KUR. However,

Railway reserves the right to execute part of the work under the

jurisdiction of adjacent PWI's if required.

The above conditions are read, understood and accepted by me/us with the

rates offered by me /us above.

Signature of Tenderer (s)/ Contractor (s)