123
Pa ge 1 of 123 BEGINNING OF TENDER DOCUMENT DANAPUR DIVISION TENDER DOCUMENT TENDER NOTICE No. W-3/04/ Br. Tender/Open/HJP/2015-16 (0PEN) (Item No.01) NAMEOF WORK- Open tender for Replacement/ Repairing of road kerb, road bearer gusset, road expansion joint, changing loose rivets of road bearing members, hand railing etc. over road way in Bridge No.200A UP/DN line (Koilwar Bridge) bet station BTA - KWR Km.577/10-579/2 PNBE-MGS section of Danapur Division under Dy.CE/BRL/HJP. DATE OF OPENING : Tender Value Cost of Tender Paper Earnest Money 04.11-2015 1,51,60,009.4 3 5000/- 2,25,800/- NAME OF TENDERER : ________________________________________ _________ Address of the :

Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

  • Upload
    hadang

  • View
    217

  • Download
    4

Embed Size (px)

Citation preview

Page 1: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 1 of 69 BEGINNING OF TENDER DOCUMENT

DANAPUR DIVISION

TENDER DOCUMENTTENDER NOTICE No. W-3/04/ Br. Tender/Open/HJP/2015-16 (0PEN)

(Item No.01)NAMEOF WORK- Open tender for Replacement/ Repairing of road kerb, road bearer gusset, road expansion joint, changing loose rivets of road bearing members, hand railing etc. over road way in Bridge No.200A UP/DN line (Koilwar Bridge) bet station BTA - KWR Km.577/10-579/2 PNBE-MGS section of Danapur Division under Dy.CE/BRL/HJP.

DATE OF OPENING : Tender Value Cost of Tender Paper Earnest Money

04.11-2015 1,51,60,009.43 5000/- 2,25,800/-

NAME OF TENDERER : _________________________________________________

Address of the Tenderer(s) : _________________________________________________

_________________________________________________

_________________________________________________

Signature of Tenderer(s)

Page 2: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 2 of 69

Chapter-IOffice of

The Divisional Railway Manager (Engg)East Central Railway, Danapur

Tender Notice No. W-3/04/ Br. Tender/Open/HJP/2015-16 (0PEN) Forwarding Letter- Detailing salient features of the tender

Name of the work: - Open tender for Replacement/ Repairing of road kerb, road bearer gusset, road expansion joint, changing loose rivets of road bearing members, hand railing etc. over road way in Bridge No.200A UP/DN line (Koilwar Bridge) bet station BTA - KWR Km.577/10-579/2 PNBE-MGS section of Danapur Division under Dy.CE/BRL/HJP.

Authority : Cost of the Tender document paid for the above tender vide D.D./Money receipt

No. dated: issued by: .

1. Sealed open tender have been invited for and on behalf of the President of India for the above mentioned work as per tender Notice quoted above. A copy of the tender notice is enclosed herewith as Chapter-II.

2. The tender document is hereby being issued to you on your request and on your having deposited the requisite cost of tender document as per aforesaid detail. The tender document is being issued with further condition that you agree to abide by the conditions laid down hereinafter in the tender document before submitting you’re tender.

Or(a) The document is also available on website which may be downloaded from website

http://www.ecr.indianrailways.gov.in and/ or http://www.tenders.gov.in issued as tender document for submitting the bid. However, demand draft/pay order (separate demand draft/pay order other than that of earnest money)/Money receipt for an amount prescribed at Para 1 of the tender document in favour of FA & CAO/E. C. Railway payable at Patna towards the cost of the tender document will have to be enclosed with tender document. In case the tender is not accompanied with the valid demand draft/pay order for the cost of the tender document as detailed above, the tender will be summarily rejected.

(b) Please note that the document is being allowed to be downloaded with further condition that you agree to abide by the conditions laid down herein after in the tender document before submitting your tender.

(c) Please note that end of the document is mark as “END OF DOCUMENT’. The total document is to be downloaded for submission of the offer; otherwise the document will be treated as invalid.

(d) Please note that if any change / addition/ deletion with malafide intension or otherwise, is made by the tenderer, the tender is liable for summarily rejection. Further if the same is detected at any stage after award of the tender, all necessary action including banning of business would be taken.

Signature of Tenderer(s)

Page 3: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 3 of 69

3. The railway, before the due date of opening, may of its own or in response to any clarification requested or suggested by any person including that of the tenderer, may modify the tender document at its sole discretion.

4. The tender document includes many chapters as enclosed, which are integral part of tender documents.

5. This total tender document contains 69 Pages including cover pages as detailed below:-

ChapterNo. Nature of documents

Page No.From To

I Forwarding letter detailing salient feature of the tender 02 05II Tender Notice 06 08III Tender Form (First Sheet) 09 10IV Tender Form (Second Sheet) Instructions to tenderer 11 20-- Annexure-I, II/A, II/B, III/A, III/B, IV, V 21 25-- Model form of Performance Bank Guarantee Bond Annexure-A 26 27V Schedules of work 28 31VI Schedule ‘D’ for rebate 32 --VII Special Conditions of Contract General 33 44

VIIISpecial condition regarding supply and fixing of steel channel sleepers, Instructions to Tenderer(s)/Contractor(s) and Additional special conditions of contract.

45 56

IX Special condition and specification for fabrication and erection of steel structure & Special condition of Bridge. 57 69

6. All the above mentioned chapters taken together, if not scored off shall constitute the complete tender document herein after referred to as “Tender Document” and have to be read together and acted upon accordingly. No part of the tender document can be relied upon in isolation.

7. Scope of work: - The work consists of Open tender for Replacement/ Repairing of road kerb, road bearer gusset, road expansion joint, changing loose rivets of road bearing members, hand railing etc. over road way in Bridge No.200A UP/DN line (Koilwar Bridge) bet station BTA - KWR Km.577/10-579/2 PNBE-MGS section of Danapur Division under Dy. CE/BRL/HJP. (Any work of steel fabrication and erection including any work of repairs to existing steel structures.)

8. Approximate Cost of the work:- Rs 1,51,60.009.43/- 9. Date of opening:- 04-11-2015

10. Opening of the tender: - The tender will be received in the office of the Divisional Railway Manager (Engg), E.C. Railway, Mughalsarai; Divisional Railway Manager (Engg), E.C. Railway, Danapur as well as General Manager (Engg), E.C. Railway/ Hajipur up to 12.00 hrs on the date of opening indicated above and opened on the same day at 12.30 hrs in presence of the tenderers or their authorized representative, who wish remain present. Tenders duly sealed in the prescribed manner as above can also be sent through Registered Post/Courier service so as to reach in the office of Divisional Railway Manager (Engg)/Danapur not later than 12.00 hrs on the aforesaid date. If the offices are closed on the stipulated date and time due to some unforeseen holidays, tender will be received and opened on the next working date at the same place and time. Tenders through Postal dak/Courier Service received in offices other than Divisional Railway Manager (Engg)/E.C.Railway/ Danapur shall not be considered.

Signature of Tenderer(s)

Page 4: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 4 of 69

11. TENDER OFFER BY FAX (i) Offer received through FAX may be considered in case of single tender subject to the firm

submitted post confirmation copy of their letter head duly signed by the authorized person as per the tender conditions within ten working days from the date of opening.

(ii) However, FOR OTHER TYPE OF TENDERS i.e. Limited and Advertised / Open Tenders, offer received through Fax and found in the tender box at the time of opening of the tenders and complete in all respects duly signed by the authorized signatory should be treated as in time offer subject to the firm/ firms submitted post confirmation copy duly signed by the authorized person as per the tender conditions within ten working days from the date of opening.

iii) All other offers received by FAX not covered in Para-(i) & (ii) above shall be treated as invalid. The offer received by FAX as covered in Para- 2 above shall be deemed as unresponsive in case the confirmation copy is not received within time stipulated in Para- (ii) above.

(iv) It shall be the sole responsibility of tenderers to ensure that the offers submitted by FAX are dropped in appropriate tender box in sealed cover/ covers and within the prescribed time and date. The Railways shall not be responsible in any way for any delay in dropping the FAX offers in the appropriate tender box.

12. Amount of Earnest Money: - Rs 2,25,800/- (for detail refer clause-14 of Chapter-IV of this document).

13. Validity of the tender: - A tenderers shall keep his tender open for a period of 120 days from the date of opening of tender.

14. Period of completion: 06 Months. The successful tenderer shall complete the entire work within the period specified in the tender notice. The period starts from the date of issue of the letter of acceptance by the railway to such tenderer.

15. Specification of the work- The work shall be carried out as per specification contained in the tender document or otherwise referred to or as directed by Engineer-in-charge based on standard codes/manuals/drawings/specifications as required for execution of the work.

16. Advance to the contractor: - Advance shall not to be paid to contractor.

17. Price variation Clause: - Price variation clause (PVC) shall be applicable only for contracts of value (Contract Agreement value) Rs.50 lakh and more, irrespective of the contract completion period. PVC clause is not applicable for Zonal tender. As per clause-17 of Chapter-VII of the tender document dealing with such provision. Tenderer(s) are advised to referred the clause to ascertain whether PVC clause applicable or not.

18. Purchase preference clause: - Not applicable.

Signature of Tenderer(s)

Page 5: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 5 of 69

19. Performance Guarantee: - The successful tenderer will be required to furnish a performance guarantee as per clause-19 of Chapter-IV of the tender document dealing with such provisions.

20. Incentive Bonus payment clause: - Not applicable.

21. Joint venture firms are not permitted to participate if tender value is Rs.10 crore or less.

Yours faithfully

For Dy.CE/Bridge LineE. C. Railway/Hajipur.

Signature of Tenderer(S)

Page 6: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 6 of 69

Chapter-IIEAST CENTRAL RAILWAY

TENDER FOR BRIDGE WORKS. TENDER NOTICE No. W-3/04/ Br. Tender/Open/HJP/2015-16 (0PEN) dated: 16.09.2015

The Dy. Chief Engineer/ Bridge Line, Hajipur for and on behalf of the President of India invites sealed Open Tender from experienced and financially capable tenderers including those registered with Government Department like Irrigation/CPWD/MES or any Public Sector Undertaking for the following works which will be received up to 12.00 hours on04 - 11 -2015 and will be opened at 12.30 hours on the same date in the offices as mentioned below:- 1. Office of DRM (Engg)/E. C. Railway/Mughalsarai – For item no.012. Office of DRM (Engg)/E. C. Railway/Danapur – For item no.01 3. Office of GM (Engg)/E. C. Railway/Hajipur – For item no.01

Sl.No. Name of work Tender Value.

(In Rs.)

Earnest Money(In Rs.)

Cost of Tender

document(In Rs.)

Completion period of the work.

1 2 3 4 5 6

1.

Open tender for Replacement/ Repairing of road kerb, road bearer gusset, road expansion joint, changing loose rivets of road bearing members, hand railing etc. over road way in Bridge No.200A UP/DN line (Koilwar Bridge) bet station BTA - KWR Km.577/10-579/2 PNBE-MGS section of Danapur Division under Dy.CE/BRL/HJP.

1,51,60,009.43/- 2,25,800/- 5,000/- 06 months

a. Eligibility criteria : - Following eligibility criteria will be applicable. i. For item No.01 only :- The intending tenderer should have completed at least one similar single work for a minimum

value of 35% of advertised tender value of work in the last three financial years (i.e. current year and three previous financial years). The relevant document should be furnished along with the tender.

ii. For item No.01 :- The intending tenderer should have received total contract amount at least equal to 150% of the advertised tender value of work in the last three financial years (i.e. current year and three previous financial years). The relevant document should be furnished along with the tender.

iii. The definition of Similar work as mentioned in above Para- 1 (i) is as under.

Items no. Similar work for eligibility.01 Any work of steel fabrication and erection including any work of repairs to existing steel structures.

(2) Tender should be on prescribed form which can be obtained from the office of the Divisional Railway Manager (Engg), E. C. Railway, Danapur on any working day from the date of publishing of tender notice in News papers and one day before the date of opening of tender from 10.00 hours to 13.00 hours on cash payment which is not refundable. Those tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal charges etc. On receipt of the Money order for the total amount, the railway will dispatch the tender documents by the registered post at the address indicated in the money order within reasonable time. In case of sending tender documents by postal dak to the tenderer, the Railway will not take any responsibility for non receipt of the tender.

(3) Tender can also be sent to the office of Divl. Railway Manager (Engg.)/East Central railway, Danapur by Registered Post/Speed Post/Courier Service to reach before 12.00 Hrs. of the date of opening. However, Railway will not be responsible for non receipt or delayed receipt of such tenders. Further, if the Tender is sent through Registered Post/Speed Post/Courier Service to any office other than Divisional Railway Manager (Engg)/E.C. Railway/ Danapur, the same shall not be accepted.

Signature of tenderer(S)

Page 7: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 7 of 69

(4) Offer received through Fax:-(i) Offer received through FAX may be considered in case of SINGLE TENDER subject to the firm submitted post confirmation copy of their letter head duly signed by the authorized person as per the tender conditions within ten working days from the date of opening.(ii) However, FOR OTHER TYPE OF TENDERS i.e. Limited and Advertised /Open Tenders, offer received through FAX and found in the tender box at the time of opening of the tenders and complete in all respects duly signed by the authorized signatory should be treated as in time offer subject to the firm/firms submitted post confirmation copy duly signed by the authorized person as per the tender conditions within ten working days from the date of opening.(iii) All others offers received by FAX not covered in para (i) & (ii) above shall be treated as invalid. The offer received

by FAX as covered in para (ii) above shall be deemed as unresponsive in case the confirmation copy is not received within the time stipulated in para (ii) above.

(iv) It shall be the sole responsibility of tenderers to ensure that the offers submitted by FAX are dropped in appropriate tender box in sealed cover/covers and within the prescribed time and date. The Railway shall not be responsible in any way for any delay in dropping the FAX offers in the appropriate tender box.

(5) If the offices are closed on the stipulated date and time due to some unforeseen holidays, tender will be received and opened on the next working date at the same place and time.

(6) The tenderer must submit his/their full Credential, Experience regarding execution of similar nature of work with other certificates along with the tender as described under Para-10 of Second sheet of the tender form (in Chapter-IV of the Tender Document).

(7) No tender will be considered without deposit of full Earnest money. The earnest money should be in Cash or Banker’s Cheques/Demand Draft in favour of FA & CAO/ East Central Railway, executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank (Payable at Patna) failing which the tender will not be considered. In case of cash deposit, that should be deposited with the Divisional Cashier/E. C. Railway./ Mughalsarai or Divisional Cashier/E. C. Railway/Danapur or Coaching Supervisor/East Central Railway/Hajipur Station and cash receipt (in original) should be attached with tender document.

(8) The successful tenderer will have to submit a performance guarantee in acceptable form amounting to 5% of the contract value within thirty days after issue of acceptance letter in token of commitment to complete the work successfully. The Performance guarantee will have to be deposited after the letter of acceptance has been issued but before signing the agreement and should be valid up to completion date plus 60 days. Details in this regard are available in the tender documents.

(9) The railway administration reserves the right to accept or reject any or all tenderers without reasons thereto.

(10) The tender notice & tender document will also be available on website http://www.ecr.indianrailways.gov.in and/ or http://www.tenders.gov.in during the period as mentioned in the tender notice and same can be down loaded and used as tender document for submitting tender. The facility is available free of cost. However the cost of tender form as mentioned above has to be paid in the shape of demand draft issued in favour of FA & CAO/E. C. Railway payable at Patna and to be enclosed with the tender form while dropping the tender. In case the tender is not accompanied with the valid demand draft for the cost of the tender document as detailed in the tender notice, the tender will be summarily rejected.(11) The under noted agency can not participate as he is failed Contractor debarred by Railway Administration from participating in re-tender for the items mentioned under bracket:-

Sl.No Name & address of the Agency Item No. of

the work.1. Nil NA

Sd/-(S. K. Gupta)

Dy.Chief Engineer/ Bridge LineE. C. Railway/Hajiur

For & On behalf of the President of India.

Signature of tenderer (S)

Page 8: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 8 of 69Chapter-III

EAST CENTRAL RAILWAYTender Form (First Sheet)

To The President of IndiaActing through Dy. Chief Engineer/ Bridge Line, East Central Railway, Hajipur

Dear sir,

Name of Work: - Open tender for Replacement/ Repairing of road kerb, road bearer gusset, road expansion joint, changing loose rivets of road bearing members, hand railing etc. over road way in Bridge No.200A UP/DN line (Koilwar Bridge) bet station BTA - KWR Km.577/10-579/2 PNBE-MGS section of Danapur Division under Dy.CE/BRL/HJP. Tender Notice No.W-3/04/Br.Tender/Open/HJP/2015-16 (0PEN) Date of opening:- 04-11-2015

1. WHEREAS the President of India acting thorough the East Central Railway administration and their authorized officers has invited sealed tenders for the above mentioned work vide tender notice mentioned above.

2. I/We……………………………..........................................have read the above tender notice, have purchased this tender document, have carefully read and understood the same, have visited the site and have satisfied myself/ourselves as to the nature of the work and site conditions.

3. AND WHEREAS my/our address for all communications hereinafter shall be as under:-

4. I/We, forward a sum of Rs……………………………. towards the Earnest Money in following form

(i). Amount (In words) : _______________________________________________________________________

(ii). Type of the document: Money Receipt of the Railway OR Demand Draft / Banker’s Cheque :

(iii). Number. ____________________________________ Date ________________________________________

(iv). Address of the issuing Office : _______________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

(v) Contractor’s Account No.________________________________ IFS code:- __________________________

Name of Bank & Branch: _____________________________________________________________________

5. AND WHEREAS I/We hereby sign this tender document by virtue of the legal authorities vested with me/us to enter into commitment of behalf of the tenderer, documentary support whereof is enclosed herewith.

Signature of Tenderer(s)

Page 9: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 9 of 69

6. AND WHEREAS I/We have read and understood this tender document and agree to abide by the various terms and conditions contained therein. I/We also agree to keep the offer open for acceptance for a period of 120 days from the date fixed for opening of the same and in default hereof, I/We will be liable for forfeiture of my/our earnest money.

7. Now, therefore I/We hereby submit this tender and offer to do the work for the East Central Railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 06 Months from the date of issue of the letter of acceptance of this tender.

8. I/We also hereby agree to abide by the General Conditions of Contract.2014 of East Central Railway with up to date correction slips as applicable and to carry out the work according to the Special Condition of Contract and Specifications of the works and materials as laid down by Railway in the annexed Special Conditions/ Specifications, schedule of Rate with up to date correction slips as applicable for the present contract.

9. And I/We have under stood and accept the stipulation that full value of the earnest money shall stand forfeited without prejudice to any other right or remedies if:

(a) I/We do not execute the contract documents, in case my/our tender is accepted, within seven days after receipt of notice issued by the Railway that such documents are ready; or

(b) I/We do not commence the work, in case my/our tender is accepted, within fifteen days after receipt of orders to that effect.

10. 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.

11. Railway reserve rights to terminate the contract even after expiry of date of completion where contractor is not willing to extend validity of date of completion as per Railway Boards letter No.99/CE-I/CT/28 (PT) New Delhi, dated 17-05-2004.

Signature and Address of witness:- 1)

Signature of Tenderer(s)

Name:-________________________________

Date:-________________________________

Address of the Tenderer (s):-

------------------------------------------------------

------------------------------------------------------

-----------------------------------------------------

Phone No.(a) Land Line – …………………………………

(b) Mobile -- ……………………………….

Page 10: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 10 of 69Chapter-IV

EAST CENTRAL RAILWAYTENDER FORM (Second Sheet)

INSTRUCTIONS TO TENDERERS

1. General:- The following documents form part of the Tender/Contract : -(a) Tender forms - First Sheet (Chapter-III) and Second Sheet (Chapter-IV).(b) Special conditions/Specifications, Additional conditions of contract (enclosed)(c) Schedule of approximate quantities (Chapter-V)(d) General condition of contract, 2014 of East Central Railway and Indian Railway Unified

Standard Specifications for (Works and materials, 2010) Volume-I & II of Engineering Department with up to date correction slips issued on or before the date of opening of present tender which can be seen in the office of Divisional Railway Manager (Engg) Danapur or obtained from the office of the Principal Chief Engineer. E.C. Railway, Hajipur on payment of prescribed charges.

(e) E.C. Railway Engineering department schedule of rates known as Standard Schedule of Rates (Works and materials) and in short written as “USSOR/2012” in the tender documents with up to date correction slips issued on or before the date of opening of present tender, copies of which can be seen in the office of DRM (Engg)/Danapur or obtained from the office of the Principal Chief Engineer/ E..C. Railway/Hajipur on payment of prescribed charges.

(f) All general and detail drawing pertaining to this work, which will be issued by the Engineer or his representatives from time to time during the execution of work with all changes and modification.

2 INCONSISTENCY BETWEEN THE DOCUMENTS: The General condition of contract, 2014 and USSOR/2012 shall be read with all correction slips issued thereto from time to time and shall form integral part of this tender document. However, in case of any inconsistency and contradictions between the same and the special conditions and specifications laid in various chapters of this tender document, the later shall prevail.

3 SCOPE OF THE TENDER: Tenders have been invited in the present case for and on behalf of the President of India for the work, scope of which has been described in brief in chapter-I of this tender document.

4. DRAWING FOR THE WORK:-The drawing for the work can be seen in the office of the CBE/HJP at any time during the office hour’s .The drawings are only for the guidance of Tenderer(s). Detailed working drawings.(If required) based generally on the drawing mentioned above, will be given by the Engineer or his representative from time to time.

5. INSPECTION OF SITE :-Before submitting tender, tenderer will be deemed to have satisfied himself, by actual inspection of the site and locality of the work, that all conditions liable to be encountered during execution of the work are taken into account and that the rates, he enters in this tender document, are adequate and all inclusive to accord with the provisions in Caluse-37 of the GCC-2014 for completion of the works to the entire satisfaction of the Railway.

Signature of Tenderer(s)

Page 11: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 11 of 696. TENDERERS POSTAL ADDRESS :-6.1 Address of Tenderer: - Tenderer shall state his postal address fully and clearly in the ‘Tender

Form’ in chapter-III of this tender document. All communication sent in time to the tenderer by post at the said address shall be deemed to have reached the tenderer duly and in time. Important documents shall be sent by Registered Post.

6.2 Change of address: - Tenderer shall keep the Railway informed of changes in the postal address at all times in his own interest.

7. PARTNERSHIP DEED POWER OF ATTORNEY ETC.:- 7.1 The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a

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

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

8. EMPLOYMENT/PARTNERSHIP OF RETIRED RAILWAY EMPOYEES: 8.1 Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer

Working before his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in the Engineering or any other department of any of the railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company have any such retired engineer or retired officer as one of its Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or Gazetted Officer from the said service and in case where such Engineer or officer had not retired from Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take the employment under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the case may be from the President Of India or any officer, duly authorized by him in his behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected.

Signature of Tenderer(s)

Page 12: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 12 of 69

8.2 Should a tenderer or contractor being an individual on the list of approved contractors, have a relative (s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the Engineering or any other department of the East Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision clause 62 of the General Condition of Contractor.

9. SALES TAX CLEARANCE CERTIFICATE:-9.1 Tenderer is required to produce, along with his tender, an authorized copy of latest Sales Tax

Clearance Certificate, hereinafter referred to as STCC, issued by the appropriate Commercial Tax Officer. Care should be taken to get all necessary information and date entered in the STCC and no column should be left blank.

9.2 If the tender without such a certificate is considered, such certificate shall have to be produced before any payment is made. The Contractor shall have no claim in regard to non-payment in absence of such a certificate. However, instructions issued in this regard by the appropriate authority would prevail.

10. TESTIMONIALS:-10.1 Experience, financial status and ability: Tenderer is required to submit documents detailed

hereunder for evaluation of his credentials.

10.2 List of completed works:- Tenderer is required to submit, along with his tender, particulars of all works completed by him for the Railways or for any other client in the last three financial years starting from the original date of opening of this tender in the Performa enclosed as Annexure-II/A to this chapter of this tender document. Figures of cost shall not include cost of materials supplied free of cost by the client to the contractor. The tender without this information may be treated as if the tenderer has not completed any work. Supportive certificates from the organizations with whom the tenderer worked should be enclosed giving description of work, value of work at the time of award, date of award, scheduled date of completion, date of actual start, actual date of completion final value of contract etc.

10.3 List of works in hand: Tenderer is required to submit, along with his tender, particulars of all works in hand for the Railways or for any other client in the Performa enclosed as Annexure-II/B to this chapter of this tender document. Figures of cost shall not include cost of materials supplied free of cost by the client to the contractor. The tender without this information may be treated as if the tenderer has no works in hand. Supportive documents from the organizations with which the tenderer is workings should be enclosed giving description of work, contract value, date of award, approximate date value of balance work.

10.4 Documents showing financial capability:- Tenderer is also required to enclose, along with his tender, Banker’s statement certificate showing financial capabilities of the tenderer. The Railway reserves the right to treat the tenderer as having no financial capability to handle such a work in absence of such certificate.

Signature of Tenderer(s)

Page 13: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 13 of 6910.5 List of court cases and arbitration cases: Tenderer is also required to submit, along with his

tender, list of arbitrations demanded from any clients during the last five years preceding the date of opening of this tender as per Annexure-III/A to this chapter of this tender document. The tenderer is also required to submit, along with his tender, list of court cases filed against any clients during the last five years preceding the date of opening of this tender as per Annexure-III/B to this chapter of this tender document.

10.6 List of plant and machinery: Tenderer has to make his own arrangements for execution of works. The tenderer is required to submit, along with his tender, list of plant and machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work in Proforma given in annexure-IV to this chapter of this tender document. The tender without this information may be treated as if the tenderer has no plant and machinery available on hand (own) and that no plant and machinery are proposed to be inducted for the subject work.

10.7 List of personnel and organization: Tenderer is required to submit, along with his tender, list of

Personnel and organization available on hand (own) and proposed to be engaged for the subject work in Proforma given in Annexure-V to this chapter of this tender document. The tender without this information may be treated as if the tenderer has no personnel and organization and that no personnel and organization are proposed to be engaged for the subject work.

11.0 ELIGIBILITY CRITERIA:Tenderer is also required to submit, along with his tender, all relevant documents/certificates, which makes his eligible for the present tender as per prescribed eligibility criteria.

12.0 PERIOD OF VALIDITY OF THE TENDER:Tenderer shall keep his tender open for a minimum period as stipulated in chapter-I of this tender document from the date of opening of this tender. It shall be understood that, after submitting his tender, the tenderer shall not resile from his offer or modify the terms and conditions there of in a manner not acceptable to the Railway within the above period. The Railway may, however, request the tender to extend validity of his tender with aforesaid stipulations enforced.

13.0 PERIOD OF COMPLETION OF THE WORK:The entire work covered by this tender is required to be completed in all respects within the period of completion stipulated in Chapter-II of this tender document and the period shall be reckoned from the date of issue of the letter of acceptance. Tenderer shall submit his tender subject to acceptance of this condition and with undertaking to do so, if the work is awarded to him.

14.0 EARNEST MONEY:(A) The tender must be accompanied by a sum of Rs.2,25,800/- as earnest money. The Earnest Money should be in cash or Banker’s Cheques /Demand Drafts in favour of FA&CAO/E. C. Rly, executed by State Bank of India or any of the Nationalized Banks or by a scheduled bank failing which the tender will not be considered.

(B) In case of cash deposit that should be deposited with the Divisional Cashier/E.C. Railway/Mughalsarai or Divisional Cashier/E.C. Rly./Danapur or Coaching Supervisor/East Central Railway/Hajipur Station and cash receipt should be attached with tender document.

Signature of Tenderer(s)

Page 14: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 14 of 69 15.0 Appropriation of Earnest Money towards Security Deposit:- If the tender is accepted, the

amount of Earnest Money deposited by such tenderer shall be retained as part of security Deposit for the due and faithful fulfillment of the contract in terms of Clause-16 of GCC-2014 and shall for part of the security deposit stipulated in this tender documents. This amount of Security Deposit shall be forfeited if the tenderer(s)/contractor(s) fail to execute the Agreement Bond within 7 days after receipt of notice issued by railway that such documents are ready or to commence the work within 15 days after receipt of the orders to that effect.

16.0 Forfeiture of Earnest Money:- (i) The Tenderer(s) shall keep the offer open for a minimum period of 120 (one hundred twenty)

days from the date of opening of the Tender. It is understood that the tender documents has been sold/issued to the Tenderer (s) and the Tenderer(s) is/are permitted to tender in consideration of the stipulation on his/their part that after submitting his/their tender subject to the period being extended further if required by mutual agreement from time to time, he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Executive Engineer/Mughalsarai or Dy. Chief Engineer/ Bridge Line/ Hajipur of East Central Railway, should the Tenderer fail to observe or comply with the foregoing stipulation, the amount deposited, as Earnest Money for the due performance of the above stipulation, shall be forfeited to the Railway. (ii) Tenderer, whose tender is accepted, shall be required to appear in person, or if a firm or incorporation, a duly authorized representative shall so appear at the office inviting this tender and execute contract agreement within seven days after issue of notice that the contract document is ready for execution. Failure to do so shall constitute breach of the agreement affected by acceptance of his tender in which case full amount of the earnest money accompanying his tender shall stand forfeited without any other right or remedies. (iii) In the event when tenderer, whose tender is accepted, shall refuse to execute the contract document as hereinbefore provided, the Railway may determine that such tenderer has abandoned the contract and thereupon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit full value of his earnest money and to recover damages for such default. (iv) In the event when tenderer, whose tender is accepted, fails to commence the work within fifteen days after issue of letter of acceptance, provisions contained in Clause 62 of the GCC-2014 shall be applicable.

17. Refund of Earnest Money:- (i) The Earnest Money of the unsuccessful tenderer (s) will, save as here-in-before provided, be returned to the unsuccessful tenderer (s) within a reasonable time but the Railway shall not be responsible to any loss or depreciation that may happen to the Security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon.(ii) Earnest money deposited in cash shall be refunded by a cheque drawn in favour of unsuccessful tenderers and shall be sent to them by Registered Post at the address given by them in Chapter-III of their tenders. (iii) In case the earnest money has been deposited through other instrument, the relevant instrument, duly released, shall be sent to unsuccessful tenderers at the address given by them in their tenders by Registered Post. The Railway shall not be responsible for any Postal delays or other causes beyond its control.

Signature of Tenderer(s)

Page 15: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 15 of 69

18.0 Tender without Earnest Money: - Tender not accompanied with prescribed amount of earnest money in the form as aforesaid shall be summarily rejected.

19.0 PERFORMANCE GUARANTEE : Revised Cluase 16(4) to GCC (Reference item 1 to Rly.Bd’s letter No.2007/CE-I/CT/18 Pt.XII dt.31-12-10

The procedure for obtaining Performance guarantee is outlined below:

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

b. The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:-

(i) A deposit of Cash.(ii) Irrevocable Bank Guarantee.(iii) Government Securities including State Loan Bonds at 5% 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 Saving 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/ E.C. Railway (free from any encumbrance) may be accepted.

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

(c) The performance guarantee shall be submitted by the successful bidder after the letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work plus 60 days.

(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (Five percent) for the excess value over the original contract value shall be deposited by the contractor.

Signature of Tenderer(s)

Page 16: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 16 of 69(e) The Performance Guarantee (PG) shall be released after physical completion of the work

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

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

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

herein above, in which event the Engineer may claim the full amount of the Performance Guarantee

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

20. GENERAL INSTRUCTIONS FOR COMPLETING THIS TENDER DOCUMENT:

20.1 Tender shall submit this tender document intact as his tender after completing the same in all respect as per instructions contained herein, without, detaching, defacing or removing any part thereof. The tenderer shall sign each page of this tender document before submission.

20.2 Tender containing over writings, scribbling, erasing or overwriting specially of rates not quoted both in figure and words are liable to be rejected. Any correction made by the tenderer in his entries must be attested by him. In case any discrepancy in rates shown in figures and words is noticed, the accepting authority may, at his discretion, accept the lower of the two.

20.3 Tenderer must completely and carefully fill up all rates in chapter-V of this tender document.

20.4 Tenderer shall not leave any space blank where he is expected to make any entry.

21. FALSE AND OR INCOMPLETE STATEMENTS:

If tenderer gives wrong information in his tender or creates circumstances for acceptance of his tender at any stage of tender or at any stage of contract in the event of his tender having been accepted, his tender or contract shall be liable to be cancelled/rescinded in addition to the followings:

1. If such issues come to light at tender stage, full amount of his earnest money shall be forfeited.2. In cases where such issues come to light at contract stage, the rights available to the Railway

under clause-61 of the GCC-2014 shall be applicable.

Signature of Tenderer(s)

Page 17: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 17 of 6922. QUOTATIONS OF RATES:22.1 Quoting rates for all items:- Tenderer shall quote his rates as % percentage/above/ par/below the rate of USSOR/2012 except where he is required to quote rate for an item. He must tender such rates for all items of the schedule attached as Chapter-V of this tender document. However, quantities of individual items involved in the work are shown in the attached schedule for guidance only and are subject to variation according to requirement of the Railway. The Railway does not guarantee work under each item or each schedule.

22.2 Change in quantities and items:- The Railway reserves rights to modify any or all items of the schedules including deletion of any of the item. Therefore, tenderer should quote reasonable and workable rate for each of the item. The contractor shall not be entitled for any revision of rates due to such increase/decrease in quantities of items and payment shall be made on the basis of actual quantities executed under various items and at the accepted rates thereof.

22.3 Fluctuation in market rates:- Rates quoted by tenderer and accepted by the Railway shall hold good till completion of the work and are not subject to fluctuation of any kind, save and except what is admissible under the price variation clause, if provided for in the tender document and applicable in the case.

22.4 Rates to include all taxes: Rates quoted by tenderer shall be inclusive of all taxes levied by the Central Government’ State Government, Municipal Corporations, Local bodies or any other authorized bodies.

22.5 Rates in figure as well as in words:- Tenderer is required to quote rates and all other figures having financial implications, wherever occurring in this tender document, in numerals as well as in words. In case of difference between the two, lower of the two shall be taken into account for all purposes connected with this tender.

22.6 Rates in Indian Rupee: Rates should be quoted in Indian Rupee only. 23. REBATE :23.1 If any tenderer wishes to give any rebate on the rates quoted by him / them the same can be filled

by him/ them in this Schedule.23.2 It is to be noted that such rebate if offered, shall apply on the rates quoted for all the items in all

other Schedules of the Tender documents. Such a rebate shall be totally unconditional.23.3 In case a Tenderer does not wish to give any rebates, he / they should write “Nil” in this

Schedule. In case nothing has been filled in by the tenderer in this Schedule, it will be treated as “Nil” and shall be no recorded in the blanks above at the time of opening of the tender by the officials opening of the tender.

23.4 If any tenderer gives any type of conditional rebate, such rebate shall not be considered for evaluation of the tender.

24. SPECIAL CONDITIONS BY TENDERER : 24.1 Tenderer is normally not expected to quote any special condition or stipulation of his own rather

is expected to submit his tender in accordance with the conditions and stipulations contained in this tender document. However, if the tenderer wishes to quote any special condition and or stipulation or wishes to intimate the Railway of any matter of importance, he may do so through the covering letter of his tender. Such stipulations and conditions shall be part of the contract agreement in case of acceptance of his tender only to the extent explicitly accepted by the Railway. The Railway, however, reserves rights not to accept any such special condition and stipulation made by the tenderer and may reject such tender as unacceptable without any reference to the tenderer, may ask the tenderer to withdraw any or all such stipulations before accepting his tender and, in the event of his refusal to do so, may not accept his tender.

Signature of Tenderer(s)

Page 18: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 18 of 6924.2 In cases where tenderer makes special conditions and or stipulations, he shall also indicate, along

with such conditions and stipulations, the cost of withdrawal of the same. The Railway reserves the rights either to accept such conditions and stipulations made by such tenderer or to accept the cost thereof at its sole discretion. If such cost is not indicated, it will be construed that the tenderer is not in a position to withdraw these conditions at any cost and his tender may be adjudged accordingly without any reference to the tenderer.

25.0 OMISSIONS AND DISCREPANCIES:Should tenderer find discrepancies or omissions in the drawings or otherwise in this tender document or should he be in doubt as to their meaning, he should at once notify the authority inviting this tender who may send a written clarifications to all tenderers. It shall be understood that every Endeavour has been made to avoid any error, which can materially affect the basis of this tender. The successful tenderer shall take upon himself and provide for the risk of any error, which may subsequently be discovered and shall make no subsequent claim on account thereof.

26.0 UNFORTUNATE SITUATION:If tenderer expires after submission of his tender or after acceptance of his tender, the Railway shall deem such tender cancelled. If a partner of a firm expires after submission of the tender or after acceptance of thereof, the Railway shall deem such tender as cancelled unless the firm retains its character.

27.0 SPECIAL CONDITION REGARDING DISASTER MANAGEMENT:In case of any accident or major disruption to the Railway traffic the available machinery and vehicle of the contractor available at the site can be used by the Railways. It will be liability on the contractor available at the site can be used by the Railways. It will be liability on the contractor to make available these vehicles/machinery to the Railway administration as early as possible. The rate for utilization of the above vehicles will be negotiated by the contractor with Railway Administration based on the requirement of site, distance of the accident from the work site and the duration for which the vehicle is required to be used. In no case, contractor will refuse the use of their vehicle/machinery for the Railway in sue of accident/natural calumniates.

28.0 MAINTENANCE OF THE WORK:The work shall be maintained for a period specified in the relevant special condition beyond the date of completion.

29.0 SUBMISSION OF TENDER:29.1 Tender duly filled in and complete in all respect with all supporting documents along with prescribed

earnest money should be submitted in a sealed cover super scribe with the tender number, name of the work and date and place of opening. Such tender should, thereafter, be deposited in the tender box placed for the purpose in the office inviting this tender on and before the date and time specified in chapter-II of this tender document.

29.2 Tender duly filled in and complete in all respect with all supporting documents along with prescribed earnest money should be submitted in a sealed cover super scribed as above may also be sent by Registered Post to the office Divisional Railway Manager (Engg)/E.C.Railway/Danapur. However, such tender, received after closing of the tender Box or any other address may not be considered and the Railway shall not be responsible for the postal delays, if any.

29.3 Late tender/delayed tender: - Late/delayed tender shall be dealt with as per extent instructions of the Railway for the time being and tenderer shall have no right of consideration of such tender.

30.0 OPENING OF TENDER:30.1 Tenders shall be opened at the date, time and place mentioned in Chapter-II of this tender document.

However, such date and time of opening may be postponed and/or the place may be changed at the sole discretion of the Railway, if circumstances so warrant.

Signature of Tenderer(s)

Page 19: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 19 of 6930.2 At the time of opening of tenders, rates and special features/conditions given by the tenderers shall

be read out in presence of such tenderers or their authorized representatives who may choose to be present. The authorized representative of the tenderers shall have to produce authority before they are allowed to participate in the opening.

30.3 Tenderers present during opening shall sign the rate statement, which shall be prepared as a result of reading out of above rates to the tenderers.

31.0 CLARIFICATIONS ON THE TENDER SUBMITTED : To assist in examination, evaluation and comparison of tenders, the Railway or its authorized person

may ask the tenderers for clarification, if any, required for such examination, evaluation and/or comparison. However, request for such clarification and response, thereof, shall be in writing.

32.0 NEGOTIATION:32.1 The Railway reserves the rights to enter into negotiations with one, more or all tenderers, at its sole

discretion, before acceptance of any particular tender in order to clarify special conditions for reduction of rates and/or for changes in scope of the work etc.

32.2 Should such a negotiations with a tenderer be entered into, the tenderer shall not be permitted to increase the quoted rates under any circumstances, even if it includes withdrawal and/or modification of such special conditions as are given by the tenderer along with his original tender.

33.0 ACCEPTANCE OF TENDER :33.1 The authority for acceptance of this tender will rest with the Railway. It shall not be obligatory on

the said authority to accept the lowest or any other tender. The Railway reserves the right to cancel the tender, accept a tender in whole or in part or reject any tender or all tenders. No tenderer shall demand any explanation for such cause of rejection of his tender nor the Railway undertakes to assign reasons for declining to consider or reject any particular tender.

33.2 The Railway reserves the rights to split the work without any reference to tenderer and may divide this tender to more than one tenderer, if deemed necessary.

34.0 LETTER OF ACCEPTANCE :34.1 Acceptance of this tender shall be communicated to the successful tenderer, whose tender would be

accepted by the Railway, by Registered Post at the address given by him in his tender. The letter of acceptance shall remain operative till a formal contract agreement is executed and signed between the contractor and the Railway after which the said letter of acceptance shall merge into the aforesaid formal agreement.

34.2 The Railway shall not intimate result of this tender to such tenderer whose tender would not be accepted. However, the Railway will refund the earnest money to such tenderer as early as possible, where such a refund is required to be made as detailed here in above.

Date:_________Signature of the tenderer

Dated:_______________Witness:

1. Signature _______________________

Name & Address __________________

2. Signature _______________________

Name & Address __________________

Page 20: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 20 of 69

ANNEXURE-IDECLARATION REGARDING ASSOCIATION OF RAILWAY OFFICERS WITH THE TENDERER.

SN NAME OF OFFICER

RELATION OF THE OFFICER

WITH THE TENDERER

DESICNATION AND PLACE OF POSTING

OF THE OFFICER WHILE WORKING

ON RAILWAYS.

DATE OF RETIREMENT OF

THE OFFICER

PARTICULARS OF THE

PERMISSION TAKEN FOR

ASSOCIATION WITH THE TENERER

HAS ALL NECESSARY CERTIFIATES ENCLOSED.

1 2 3 4 5 6 7

Signature of Tenderer(s)

Page 21: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 21 of 69

ANNEXURE-II/ADETAILS OF WORKS COMPLETED BYTHE TENDEREER DURING LAST THREE YEARS.

SN

NAME OF WORK AND CONTRACT

AGREEMENT NUMBER

NATURE OF

WORK

NAME AND ADDRESS OF CLIENT/DEPT.

ORIGINAL CONTRACT

VALUE

DATE OF

AWARD OF

WORK

SCHEDULED DATE OF

COMPLETION

ACTUAL DATE OF

START OF

WORK.

ACTUAL DATE OF

COMPLETION

PAYMENT RECEIVED

UP TO DATE

FINAL VALUE OF

CONTRACT.

1 2 3 4 5 6 7 8 9 10 11

ANNEXURE-II/BDETAILS OF WORKS THE TENDERER PRESENTLY ON HAND

SN

NAME OF WORK AND CONTRACT

AGREEMENT NUMBER

NATURE OF WORK

NAME AND ADDRESS OF CLIENT/DEPT.

ORIGINAL CONTRACT

VALUE

DATE OF AWARD

OF WORK

SCHEDULED DATE OF

COMPLETION

PAYMENT RECEIVED

UP TO DATE

APPROXIMATE VALUE OF BALANCE

WORK

REMARKS

1 2 3 4 5 6 7 8 9 10

Signature of Tenderer(s)

Page 22: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 22 of 69

ANNEXURE-III/ALIST OF ARBITRATION CASES OF THE TENDERER DURING LAST FIVE YEARS.

SN NAME OF WORK VALUE OF WORK NAME OF CLIENT/ DEPTT.

AMOUNT OF CLAIM PREFERRED WITH

DATE

CLAIM OF THE DEPTT. IF ANY

BRIEF REASON FOR THE DISPUTE

PRESENT POSITION OF

THE CASE.

1 2 3 4 5 6 7 8

ANNEXURE-III/BLIST OF COURT CASES OF THE TENDERER DURING LAST FIVE YEARS.

SN NAME OF WORK VALUE OF WORKNAME OF CLIENT/ DEPTT.

NAME OF THE

COURT

REFERENCE AND DATE OF FILING THE CASE

RELIEF SOUGHT

BRIEF REASON FOR THE DISPUTE

PRESENT POSITION OF

THE CASE.

1 2 3 4 5 6 7 8 9

Signature of Tenderer(s)

Page 23: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 23 of 69

ANNEXURE-IVDETAILS OF PLANT AND MACHINERY WITH THE TENDERER.

List of plant and Machinery available on hand (own) and proposed to be inducted (own and hired) for the subject work should be given separately.

SN

DESCRIPTION OF PLANT

AND MACHINERY

NO. OF SUCH PLANT AND MACHINERY

DATE OF PURCHASE

AND OWNER

MANUFACTURER AND DATE OF MANUFACTURE

DRIVEN BY PETROL/ DIESEL/

ELECTRIC

CONDITION OF THE

PLANT AND MACHINERY

WHERE CAN IT BE

INSPECTED

OWNED/PROPSED TO BE

OWNED FOR THE WORK

FROM WHOM IT WOULD

BE HIRED1 2 3 4 5 6 7 8 9 10

Signature of Tenderer(s)

ANNEXURE-V

Page 24: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 24 of 69

DETAILS OF PERSONNEL AND ORGANIZATION OF THE TENDERER.

List of Personnel and Organization available on hand (own) and proposed to be engaged for the subject work should be given.

SN NAME OF PERSONNEL AGE TECHNICAL QUALIFICATION

RELATION WITH THE TENDERER

COMMENCEMENT OF PRESENT

EMPLOYMENT

TOTAL EXPERIENCE EMOLUMENT

1 2 3 4 5 6 7 8

Signature of Tenderer(s)

Page 25: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 25 of 69

Non Judicial Stamp Paper as per admissible.

Annexure-‘A’

MODEL FORM OF PERFORMANCE BANK GUARANTEE BOND

GUARANTEE BONDToThe President of IndiaActing through: FA & CAO/East Central Railway

1. 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 Acceptance Letter No._____________________________________ dated _____________ made between (Name of Executive) and (Name of Agency) for (Name of work) (hereinafter called “the said Agreement”), of Performance Guarantee for the due fulfillment by the said Contractor(s) of the terms and condition contained in the Said Agreement, on production of a irrevocable Bank Guarantee drawn in favour of FA & CAO/East Central Railway for Rs.____________________ (Rupees______________________________________ only). We________________________________ (Indicate the name of Bank with full address)(hereinafter referred to as “the Bank”) at the request of ______________________ contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs.____________________ against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement.

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

3. We undertake to pay the Government acting through FA & CAO/East Central Railway any money so demand notwithstanding 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)/suppliers(s) shall have no claim against us for making such payment

4. We_________________________ further agree that the guarantee herein contained shall remain (Indicate the name of Bank) 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 (Dy.Chief Engineer/ Bridge Line, East Central Railway/Hajipur/Engineering Department) Ministry of Railways certifies that the terms and conditions of the said Contract have been fully and properly carried out by the said Contractor and accordingly discharges this guarantee. Unless a demand of claim under the guarantee is made on us in writing on or before the (Date of completion +2 (Two) months thereafter) we shall be discharged from all liability under this guarantee thereafter.

Signature of Tenderer(s)

Page 26: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 26 of 69

5. We______________________________________ further agree with the government acting through FA & CAO/ (Indicate the name of Bank)East Central Railway 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)

7. We_________________________ lastly undertake not to revoke this guarantee during its currency (Indicate the name of Bank) Except with the previous consent of the Government in writing.

Date the ________________ day of ________________2015

For ______________________________(Indicate the Name of the Bank)

Seal & Stamp

Signature of Tenderer(s)

Page 27: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 27 of 69Chapter-V

EAST CENTRAL RAILWAYSchedule of Rates & Item

Assessment of Cost

Name of work:- Open tender for “Replacement/ Repairing of road kerb, road bearer gusset, road expansion joint, changing loose rivets of road bearing members, hand railing etc. over road way in Bridge No-.200A UP/DN line (Koilwar Bridge) bet station BTA- KWR Km.577/1 - 579/2 PNBE-MGS section of Danapur Division under Dy.CE/BRL/HJP”.

Date of completion: 06 (Six) months from the date of acceptance.

Item No. Description of work Qnty. Unit Rate (Rs.) Amount

(Rs.) SCHEDULE- 'A'

1.

Supply and fabrication of structural steel confirming to IS 2062 Gr A/B for curve plate, road x-girder, gusset connecting road x-girder to bottom chord, lacing channel, hand railing over road etc after cutting, edge grinding, drilling holes in new as well as existing member of the girder component of span 45.72m and riveting the same after erection and assembling of the new members. The members are to be fabricated as per latest approved drawing or as per direction of engineer in charge, or as per direction of site in charge. Members are to be fabricated in true alignment, line and level and square. All the fabrication work is to be done as per IRS/IS-2001 specification including cleaning, painting of contact surface by one coat of zinc chromate primer confirming to IS-104 followed by one coat of red oxide zinc primer confirming to IS-2074 and newly fabricated member will be metalized for which payment will be made through separate item of metalizing with all tools, plants, labour, machinery and consumable store like fuel, bolts and nuts, washer, drift, paint, lifting and pulling gear, hoist etc and transporting the same at site to complete the work in all respect. After fabrication and dismantling vide item of dismantling of sch-A, the erection and assembling of new structural member in true line and level, and square will be done under road traffic/ without road traffic during day/night time initially by bolts, nuts and washer ,drift and finally by riveting, including reaming of holes if directed by engineer in charge including painting of all lapping portion by contractor tools, plants, tackles, fixture if any and all consumables store including supply of rivets. The rate includes fabrication as well as erection cost, all lead, lift, ascent and descent to complete this work in all respect.

40.00 MT

Signature of Tenderer(s)

Page 28: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 28 of 69

Item No. Description of work Qnty. Unit Rate (Rs.) Amount

(Rs.)

2

Dismantling of corroded/worn out/pitted/perforated members such as web plate of road curve, gusset, road x-girder to bottom chord, hand railing post and hand railing of existing 45.72m girder as directed by engineer in charge or site in charge. Those member which are directly under road and required road block either during day time/ night time as the case may be for dismantling which includes punching of rivets bolts nuts and washer and any other fastening insuring all safety precaution without damaging any other members. The rate includes cost of temporary arrangement, scaffolding, tools and plants, cost of consumable, labour, and any other tools required to complete the work in all respect.

25.0 MT

3

Metalizing of floor members and newly elected members as directed by site Engineer as per IRBM 1998 and relevant IS code with aluminium spray at least two coats, by wire method of the bridge components including surface preparation by sand blasting with all contractors materials, tools, plants and consumable materials, scaffolding, transportation, lead, lift crossing of track etc. under traffic block/ without traffic block as per requirement. The composition of aluminium to be sprayed shall be preferably in accordance with BS: 1475, materials 1-B (99.5%) aluminium otherwise as per IS 739. The minimum thickness of metal coating applied shall be 115 microns and average thickness 150 microns. In sand blasting, washed salt free angular silica sand of mesh size 12 to 30 with a minimum of 40% retained on 20 mesh screen should be used. After metalizing any oil, grease etc. should be removed by thorough wash with a suitable thinner and allow to dry for 15 minutes. The first coat shall be wash primer to SSPCPT-353T or etch primer to IS: 5666 over metalized surface (minimum thickness 6 micron), second coat shall be zinc chromate primer conforming to IS: 104 (minimum thickness 20 micron). The third and fourth coat shall be aluminium paint conforming to IS: 2339 (each coat of aluminium paint should be minimum 20 micron). Railway will arrange traffic block but in case on delay/ non-granting of traffic block, no extra payment shall be made to the contractor for the same.

260.0 Sqm

Signature of Tenderer(s)

Page 29: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 29 of 69

Item No. Description of work Qnty

. Unit Rate (Rs.) Amount (Rs.)

4

Replacement of corroded head /worn out/pitted/ loose rivets with proper size with cold cutting system and by flogging hammer without deforming the holes. The work includes surface grinding to make a even surface, filling the blank holes with drift and HTS turn fitted bolt, nuts and washer immediately after punching out of rivets without leaving any blank hole till final riveting .The rate includes making of all temporary arrangement, staging, scaffolding, erection and dismantling of scaffolding, all tools and plants, tackles and machinery, all consumables like rivets bolts and nuts and washer coal diesel oil etc to complete the work in all respect.

5500 Each

5

Plugging/ sealing of open joint of road curve by epoxy mortar of appropriate proportion made of araldite and hardener and silica sand with contractor’s material, tools, machinery labour and equipment to complete the work in all respect. The rate also includes any other incidental charge which may require completing the work in all respect.

1150 Each

Note: Steel to supply for structural work in bridge should be as per provision of IRS-B1- 2001with total correction slip up to date.

It. No

Description of work. Basic cost(Rs.)

Unit of rate

Rate in (figures)

Rate in (words)

Schedule ‘B’1. Overall percentage above/ below

over all items of USSOR, 2012, which are not covered in this schedule, but may be required at site of work during execution. (Details as per Annexure attached)

76,49,357.33 % above/ below/At par

Note: For Schedule A above, tenderer/s are required to quote only one rate % above/ below. In case of multiple or no rate having been quoted, the offer shall be considered invalid. In case “above or below” is not mentioned, the rate shall be considered as % above and offered cost of work & inter se’ position will be calculated accordingly.

Signature of Tenderer(s)

It. Description of work. Qnty. Rate Unit Amount Items of

Page 30: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 30 of 69No. USSOR,12Annexure of Schedule”B”1 Providing and fixing in position of standard

preformed sealed and slab type or strip seal elastomeric type expansion joint for RAILWAY bridge or ROAD OVER bridge as per approved drawings latest MOST/IRC specifications. The rate are inclusive of supplying, fixing with contractor’s own materials, e.g insert , bolts socket tubes , Neoprene sheet/cap etc., equipment, machinery, labours, all taxes, royalty, all lead and lifts, transporting, testing, surface preparation , complete, For 120mm expansion.

21.25 35234.21 metre 748726.96

USSOR-12 ,201050,201052

2 Providing and fixing in position of standard preformed sealed and slab type or strip seal elastomeric type expansion joint for RAILWAY bridge or ROAD OVER bridge as per approved drawings latest MOST/IRC specifications. The rate are inclusive of supplying, fixing with contractor’s own materials, e.g insert , bolts socket tubes , Neoprene sheet/cap etc., equipment, machinery, labours, all taxes, royalty, all lead and lifts, transporting, testing, surface preparation , complete, For 80 mm expansion.

212.57 28789.51 metre 6119786.14

USSOR-12,201050,201051

3 Providing and fixing pre- moulded joint filler in expansion joint. 21257 2.94 per cm 62495.58

USSOR-12,236050

4 Providing and laying in position bitumen hot sealing compound for expansion joint etc using grade ‘A’ sealing compound

21257 2.53per cm

53780.21 USSOR-12,236060

5 Dismantling 1:2:4 or richer mix with max. 20 mm coarse aggregate 100.00 489.61 cum 48961.00

USSOR-12, 181021

6 Providing and laying in position Design Mix Cement Concrete M-40 grade machine mixed, machine vibrated and machine batched using 20mm graded crushed stone aggregate and coarse sand of approved quality for the Cast in-situ Prestressed (Post tensioned) concrete girder / Box girders for spans upto 18.3m (centre to centre) Including finishing, using Admixtures in recommended proportions (as per IS:9103), if approved in Mix design to accelerate, retard setting of concrete, improve workability without impairing strength and durability complete as per specifications and direction of the Engineer in charge. Payment for Shuttering, Cement, Admixtures, reinforcement, HTS cables, sheathing, anchorage cones, stressing of cables and grouting of the ducts will be done extra. With Soffit level up to 9m above Bed level

100.00 3199.36 cum 319936.00

USSOR-12, 201010, 201011

7Supply of OPC 53 Grade

43.00 6876.08 MT 295671.44USSOR-12, 033062

TOTAL Rs OF SCH – “B” 7649357.33

NOTE:-

Page 31: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 31 of 69

(1) It should be noted that work of fixing of expansion joint [vide item no. 1 & 2 of Annexure of Schedule B] will have to be done under road traffic block. Railway will demand road traffic block from DM/ NHAI only after mobilization of material by agency. However, there can be idling of work on account of delay in granting road block by concerned authorities’ viz. DM/ NHAI. It will be imperative on part of tenderer to deploy tools, plants, labour and technology to minimize block time. Rate shall be quoted by tenderer after account for above facts as nothing extra will be paid except quoted rates, on account of idling of man/ material/ tools/ plants etc.(2) Uttar Pradesh or Bihar sales Tax and also all other taxes as legally, livable will be recovered from the billed amount.(3) If water is supplied from the existing pipes water supply system charges on this account will be made 01% (0ne percent) on account of the bill pertaining to this item of SOR of the work in which water has been used. (4) The above rates are inclusive of all taxes legally, leviable and/or any other local taxes, license fee royalty charges etc, if any. (5) i) When Portland Pozzolana cement (PPC)is used ,it is to ensured that proper damp curing of concrete at least for 14 days is done and supporting formwork shall not be removed till concrete attains at least 75% of the design strength. ii) Compatibility of chemical admixtures and supper plasticizers with Portland pozzolana cement shall be ensured by trials before use.

IMPORTANTa. While quoting the rate, the tenderer must take into consideration that only one rate %age above/below is to be quoted. No further break up in rate will be accepted, otherwise tender will be summarily rejected.b. In case of cash deposit of Earnest money, the tenderer will deposit the same with the Divisional Cashier/E.C.Rly./Mughalsarai or Divisional Cashier/E.C.Rly./Danapur or Coaching Supervisor/East Central Railway/ Hajipur Station.c. The tenderer/s interested in depositing Earnest money in form of Demand Draft/Pay orders or Deposit receipts etc., must ensure that the same are issued in favour of FA&CAO/E.C.Rly. Demand Draft should be payable at Patna.d. The rate quoted by the tenderers and accepted by the Rly. Administration must hold good till completion of the work and shall not subject to any fluctuation. No claim on this account whatsoever shall be entertained at any stage.

(For Genl.Work)1. Barium Oxide quality and quantity as recommended by Engineer-at-site has to be mixed in colour washing by Contractor/s at his/their own cost, if applicable

(For Supply of cement)1. The materials are to be procured from the main Producers/Authorized dealers/Authorized stock yard and shall conform to IS specification mentioned.

Signature of Tenderer(s)

2. Cement bags preferably in paper bags should bear following information in legible marking.i) Regd. Trade mark of manufacturer, if anyii) Type of cementiii) Manufacturers nameiv) Weight of each bag in Kg. or No. of Bags/Tonv) Date of manufacture, generally marked as well as of the month, year of manufacture.

Page 32: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 32 of 69

3. Manufacturers test certificate conforming to IS specification should also be produced by the contractor.

4. The Railway reserves the right to take samples of materials supplied by the contractor and to get the same tested in reputed laboratories and the results thereof shall be binding on the contractor.

(For Expansion Joint)1. The expansion joint supplied by the contractor should be as per standard MORTH specification

and will be procured from RDSO approved suppliers only. The contractor will submit drawing and specification of expansion joint to be supplied for approval of Railway. Only after approval of drawing/ specification by Railway, expansion join will be supplied. The same shall be supplied after inspection of material by M/s RITES. Cost of inspection will be born by agency.

2. The dimensions of the expansion joint should be suited to girder as well as road deck. 3. After supply of expansion joint vide item No. 1 & 2 of Annexure of Schedule B, 50% payment at

awarded rates (% above/ below) will be made to agency, after which material will become property of Railway and will remain in custody of Railway. Balance 50% payment shall be made only after physical fixing of expansion joint as per drawing/ specification/ methodology approved by Railway.

Signature of Tenderer(s)

Page 33: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 33 of 69 Chapter-VI

EAST CENTRAL RAILWAYSCHEDULE-D

REBATETENDER NOTICE No. W-3/04/ Br. Tender/Open/HJP/2015-16 (0PEN)Name of work:. Open tender for “Replacement/ Repairing of road kerb, road bearer gusset, road expansion joint, changing loose rivets of road bearing members, hand railing etc. over road way in Bridge No-.200A UP/DN line (Koilwar Bridge) bet station BTA- KWR Km.577/1 - 579/2 PNBE-MGS section of Danapur Division under Dy.CE/BRL/HJP”.

I/We offer general rebate of ……………. % (in figures)…………………. percent (in words) as a lump sum rebate on items of all Schedule.

NOTES: (1) If any tenderer wishes to give any rebate on the rates quoted by him / them the same can be filled by him/ them in this Schedule.

(2) It is to be noted that such rebate if offered, shall apply on the rates quoted for all the items in all other Schedules of the Tender documents. Such a rebate shall be totally unconditional.

(3) In case a Tenderer does not wish to give any rebates, he / they should write “Nil” in this Schedule. In case nothing has been filled in by the tenderer in this Schedule, it will be treated as “Nil” and shall be no recorded in the blanks above at the time of opening of the tender by the officials opening of the tender.

(4) If any tenderer gives any type of conditional rebate, such rebate shall not be considered for evaluation of the tender.

Signature of Tenderer(s)

Page 34: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 34 of 69Chapter-VII

EAST CENTRAL RAILWAYDANAPUR DIVISION

(Engineering Department)

SPECIAL CONDITION OF CONTRACT GENERAL

1.0 GENERAL:1.1 Books of reference: The Contractor should purchase a copy the following books of Engineering department of

the East Central Railway from the office of the Principal Chief Engineer, East Central Railway, Hajipur on payment of prescribed cost and should go through them:

1. Indian Railway’s Unified Standard Specifications (Works and Materials) Volume-I & II 2010 of Engineering Department.

2. The General Conditions of Contract, 2014 edition, hereinafter referred to as ‘GCC-2014’ for the purpose of general condition of contract and

3. East Central Railway Schedule of Rates (Works and Materials), 2008 of Engineering Department.

1.2 Inconsistency in this tender document: All the aforesaid books of reference’ shall be read with all up-to-date correction slips issued thereto from time to time. These books of reference shall govern the contract and shall form integral part thereof subject to modification, addition or suppression by special conditions of contract and/or special specifications of the work as contained in this tender document. However, in case of any inconsistency and contradictions between the books of reference and the special conditions and specifications, the special conditions and specifications shall prevail. It must be noted that English version of this entire document will prevail.

2.0 CONDITIONS REGARDING PLYING VEHICLES:The contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply in Railway land next to the running line. If for execution on of certain works viz. Earthwork for parallel Railway line and supply of ballast for new or existing rail line gauge conversion etc. road vehicles are necessary to be used in railway land next to the railway lines, the contractor shall apply to the Engineer-in-charge for permission giving the type and no. of individual vehicles, name and license particulars of the drivers, location, duration & timings for such work/movement. The Engineer in charge or his authorized representative will personally counsel, examine and certify, the road vehicles drivers, contractor’s flagmen & supervisor and will give written permission giving names of road vehicle drivers, contractor’s flagman and supervisor to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory conditions:-

(i) The road vehicles will ply only between sunrise & sunset.(ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one flagman

and one Supervisor certified for such work.(iii) The vehicles shall ply 6m. Clear of track any movement/work at less than 6m and up to minimum

3.5m. Clear of track centre, shall be done only in the presence of experienced Trackman who shall be deputed by Railway as Flagman duly authorized by the Engineer in charge at the cost of the contractor to ensure the safety of track. No part of the road vehicle will be allowed at less than 3.5 m. from track centre. Cost of such railway employees shall be borne by the Railway and the expenses towards their wages shall be recovered from the dues of the contractor.

(iv) The Contractor shall remain fully responsible for ensuring safety and in case of any accident, shall road cost of all damages to the equipment & man and also damages to railway and it’s passengers.

(v) Engineer in charge may impose any other condition necessary for a particular work or site.

Signature of Tenderer(s)

Page 35: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 35 of 69

3.0 PREVENTION OF ACCIDENTS :3.1 The contractor shall be responsible for the safety his workmen and shall provide them with necessary standard

wear and apparel consistent with the nature of work being executed by his workmen.3.2 The contractor shall ensure safety of his workmen by posting necessary flagmen, whose job will be to caution

the workmen of approaching trains, when his workmen work on or near running railway line. Similar action would be taken, while working on or near road in use.

3.3 The Contractor shall protect the site of the work, excavated areas etc by adequate fencing and or other suitable means to prevent accidents to his own workmen, the railway men or any member of the public.

3.4 Should any accident take place, total cost of damage including the cost of treatment, loss and or compensation to all affected person/organization and the Railway shall be payable by the contractor. In case the Railway, under any circumstances or law of the country, pays such damage, the same shall be fully recovered from the contractor’s dues.

4.0 Deployment of Qualified Engineer at work site: (i) In terms of provision of new Clause26A-1 of GCC mentioned below Contractor shall also employ

following qualified engineers to execution of the allotted work (a) One qualified Graduate Engineer when cost of work to be executed is Rs.200 Lakh and above and (b) One qualified Deploma Holder Engineer when cost of work to execute is more than Rs.25 Lakh,

but less than Rs.200 Lakh. (ii) Further, in case the contractor fails to employ the Qualified Engineer, as aforesaid in Para (i) above, he,

in terms of provision of Clause 26A.2 to the General Condition of Contract, shall be liable to pay an amount of Rs.40,000 and Rs.25,000 for each month or part thereof for the default period for the provisions, as contained in Para (i) (a) and (i) (b) above respectively.

Clause 26 to GCC- “PROVISION OF EFFICIENT AND COMPETENT STAFF AT WORK SITES BY THE CONTRACTOR”: 26.1- The contractor shall place and keep on the works at all times efficient and competent staff to give the necessary

directions to his workmen and to see that they execute their work in sound and proper manner and shall employ only such supervisors, workmen and labourers in or about the execution of any of these works as are careful and skilled in the various trades.

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

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

Clause 26A to GCC- “DEPLOYMENT OF QUALIFIED ENGINEERS AT WORK SITES BY THE CONTRACTOR”:26A.1 The Contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder Engineer, based

on value of contract, as may be prescribed by the Ministry of Railways through separate instructions from time to time.

26A.2 In case the contractor fails to employ the Engineer, as aforesaid in Para 26A.1, he shall be liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways through separate instructions’ from time to time for the default period for the provisions, as contained in Para 26A.1.

26A.3 No. of qualified engineers required to be deployed by the Contractor for various activities contained in the works contract shall be specified in the tender documents as “Special Condition of Contract” by the tender inviting authority.

Signature of Tenderer(s)

Page 36: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 36 of 695.0 Clause 55C to GCC- Provision of “The Building of other construction workers (Regulations of Employment

and Conditions of Service) Act, 1996” and “The Building in other construction workers cess act, 1996”.

The tenderer for carrying out any construction work must get themselves registered from the registering officer under section 7 of the building and other construction workers Act 1996 and rules made their to by Bihar State Government and submit certificate of registration issued from the registering officer of the Bihar State Government (Labour Department). As per this act the tenderer shall be levied a cess @ of 1% of cost of construction work, which would be deducted from each bill. Cost of materials, when supplied under a separate schedule items, shall be outside the purview of cess.

6.0 SECURITY DEPOSIT:1. The Earnest Money deposited by the Contractor with his tender will be retained by the Railways as part of

security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates for which are given below, may be deposited by the Contractor in cash or may be recovered by percentage deduction from the contractor’s “on account” bills. Provided also that in case of defaulting contractor the Railway may retain any amount due for payment to the Contractor on the pending “on account bills” so that the amounts so retained may not exceed 10% of the total value of the contract.

2. Unless otherwise specified in the special in the special conditions, if any, the rates for deposit of security amounts by Contractors will 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 BG (except Note (ii) below); shall be accepted towards Security Deposit.

(d) Security deposit shall be returned to the contractor after the physical completion of the work and expiry of the maintenance period of 12 months in all the cases other than Note (i) mentioned below and after passing the final bill based on No claim certificate with the approval of the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should 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, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

Note:(i) After the work is physically completed, security deposit recovered from the running bills of a

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

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

7.0 DEDUCTION OF INCOME TAX AT SOURCE:In pursuance of the Finance Act 1972 introducing section 194 C in the Income Tax Act, 1961 providing deduction of Income Tax at source from income comprised in payment made to the contractor for carrying out any work or supply of labour for carrying out any work, the E. C. Railway Administration shall be entitled to deduct 2% (two percent) of gross payment of any sum paid after 31st May, 1972 to the contractor as Income Tax excluding the surcharge on Income Tax, which shall also be deducted as applicable as per extent rules and regulations.

Signature of Tenderer(s)

Page 37: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 37 of 698.0 RECOVERY OF SALES TAX :

Sales tax including surcharge levied thereon shall be deducted, without any exception, from all payments made to the contractor by the Railway in discharge of this contract at the rate notified by the respective State Government at the time of making such payments and deduction certificates would be issued to the contractor on his request. The Contractor is advised to settle his final account with the respective Sales Tax Officer.

8.1 The tenderer for carrying out any construction work in Jharkhand/Bihar/UP/MP 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 Jharkhand/Bihar/UP/MP Govt. and submit certificate of Registration issued from the Registering Officer of the Jharkhand /Bihar/UP/MP Govt.(Labour Deptt.) .For enactment of the Act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.

9.0 QUANTITIES IN SCHEDULE AND THEIR VARIATIONS:-

New Clause 42(4) to GCC (Reference item 9 to Rly.Bd’s letter No.2007/CE-I/CT/18 dt.28-09-2007 & item 2 to Rly.Bd’s letter No.2007/CE-I/CT/18 Pt.XII dt.31-12-10

The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:-

9.1 Individual NS items in contacts 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.

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

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade:

(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

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

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

(b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value.

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

9.3 In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items up to 25% of individual item without finance concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work.

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

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

Signature of Tenderer(s)

Page 38: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 38 of 699.6 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not

on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

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

9.8 For the tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.

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

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

10.0 SPECIFICATIONS OF WORK AND MATERIALS:10.1 Entire work shall be carried out in accordance with the specification contained in Indian Railway’s Unified

Standard Specifications (Works and Materials) Volume-I & II 2010 of Engineering Departments.10.2 Any specifications, not covered by this tender document, shall be in accordance with relevant IRS codes, BIS

codes and or IRC codes read in the order as they appear here. 10.3 Materials to be supplied by the contractor for the work shall conform to specifications contained in this tender

document. If called upon, the contractor shall state the actual source of supply of materials to be supplied by him and shall submit samples for prior approval. During execution of the work, all materials brought to the site by the contractor must be offered for inspection and passing by the ADEN concerned of the section before being used in the work and such approval shall be recorded in a register maintained for the purpose.

11. Guideline for procurement of Steel Items in Railway Project/ Contracts.

(a) All reinforcement Steel (TMT Bars) and structural Steel shall be procured as per specifications mentioned in BIS’s documents- IS:1786 and IS: 2062 respectively. Independent tests shall be conducted, wherever required, to ensure that the materials procured conform to the specifications.

(b) These steel shall be procured only from those firm, which are Established, Reliable, indigenous and Primary Producers of Steel, having integrated steel plants (ISP), using iron are as the basic raw material and having in-house iron rolling facilities, followed by production of liquid steel and crude steel, as per Ministry of Steel guidelines.

(c) Samples of materials to be supplied by the contractor may be got tested at the contractor’s cost in any recognized laboratory at the sole discretion of the Engineer. All test result shall be binding to contractor.

12.0 SUPPLY OF RAILWAY MATERILAS: 12.1 Unless otherwise stated all the materials required for the execution of the work are supplied by the contractor

and all rates are inclusive of cost of materials also except Cement and Re-enforcement Steel which will be paid separately under Chapter-V of this tender documents and upon their use in the work shall be paid for at the rates quoted by the tenderer and accepted in the said Chapter-V.

12.2 Quantity of cement, which shall be paid for under the said Chapter-V, shall be calculated in accordance with the methods outlined in USSOR-2012, relevant BIS codes etc or by actual site measurement, as in case of controlled concrete or pile foundation etc., and in the same order as here.

12.3 Quantities of both structural and reinforcement steel, which shall be paid for under Chapter-V, shall be calculated on the basis of actual consumption in respective items of the work and without allowing for any wastage, cut pieces etc.

12.4 Materials, supplied by the Railway if any shall be supplied at the store godowns of the JE/SE under whom the work will be executed and the contractor shall carry the materials from there to the site of the work by road or by loading into wagons at his own cost as per direction of the Engineer-at-site.

Signature of Tenderer(s)

12.5 Materials, to be supplied by the contractor, shall be delivered at the site of consumption and the Railway shall make no payment towards handling, transport, storage and safe custody of the same.

Page 39: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 39 of 6912.6 While transporting and storing materials supplied by the Railway, the Contractor shall guard against any

deterioration, damage or loss due to any cause whatsoever (i.e. cement becoming set due to moisture, steel getting rusted etc.) and the contractor shall make necessary precautionary arrangement for this at his own risk and cost. Cost of materials damaged by the contractor shall be recovered as detailed in the Para below.

12.7 In case of supply of cement by the Railway in Jute/Polythene bags, the empty bags, if required by the railway, shall be retained by the contractor for disposal, preferably to the authorized bag collecting agents, and a sum of Rs.3/- (Rupees three only) per bag shall be recovered from the contractor’s bills towards empty bags.

12.8 Quantity of materials, supplied by the Railway to the contractor, shall be regulated by the Railway commensurate with progress of the work and shall be issued only on written demand from the contractor from time to time.

12.9 All materials issued in excess of requirement by the Railway to the contractor shall be returned by the contractor in good conditions free of cost at the store godown of the stockholder from where they were issued. In case of reinforcing and or structural steel, cut pieces to the extent of maximum of 2% (Two percent) of actual consumption shall be returned without attracting any deduction. For any excess over this quantity, deduction at the rate worked out as per Para 11.10 below would be effected.

12.10 If the contractor fails to return excess materials issued to him, cost of such excess materials shall be recovered, for the quantity of each of such materials not returned, at the rates 1.5 times the prevailing procurement rates at the time of last issue of each of such materials plus 5% (five percent) for freight and 2% (two percent) towards incidental charges. The rates thus arrived at shall by increased by 12.5% for supervision charges as per extant rules.

12.11 While transporting materials, whether supplied by the Railway or by the contractor, the contractor shall be fully responsible and answerable for any dislocation or damage caused by his to rail traffic or to roads and for any accidents which may occur en-route and shall make good the same at his own risk and cost. It is deemed that the contractor has fully indemnified the Railway against any claims made by any party for such dislocation, damage or accident. In the event of the contractor failing to make good such loss, the Railway shall do so, at the contractor’s cost, at its sole discretion.

12.12 Railway may provide water for execution of work, for which water charges will be deducted from bills as per prevailing rules. If water is not supplied by Railway, the contractor should make own arrangement of supply of water required for execution of work and no extra payment will be made by Railway on this account. In this regard a certificate for use of water, supplied by railway or by contractor own sources, may be given by the site Engineer of the work.

12.13 Contractor may be permitted to erect temporary store during currency of the contract free of charge for this, the contractor should apply to the Engineer-in-charge and specific approval of DEN/Sr.DEN should be taken. The Contractor must remove the temporary store after the agreed date of completion of work.

13.0 HIRE CHARGES:13.1 The Railway may give to the contractor any plant and equipment on hire, if available, on a specific request made

by the contractor to the Railway. However, the Railway shall not entertain any claim of the contractor for compensation due to the Railway’s failure to do so. The Railway shall also not entertain any excuse of the contractor for slow progress of non-performance of the work due to the Railway’s inability to supply such plants and equipments.

13.2 Issue of such plants and equipments shall not be allowed as matter of routine, rather shall be permitted only in those cases where need for help from the Railway could be established having regard to the nature and urgency of the situation and without adversely affecting normal requirements of the Railway. A statement of materials, thus issued, and hire charges recovered should invariably by furnished along with the final bill by the contractor.

13.3 Recovery of hire charges:- The hire charges to be recovered from the contractor are to be calculated as per extent rule of the Railway and decided by the Engineer In-charge.

Signature of Tenderer(s)

Page 40: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 40 of 69

14.0 RESPONSIBILITY FOR DAMAGE TO CONTRACTOR’S MATERIALS:14.1 The Railway administration shall not be responsible for any loss or damage to the contractor’s materials,

equipments, tools and plants due to fire, flood or any other cause whatsoever.14.2 The materials issued by the Railway to the contractor for use in the work shall be treated as contractor’s

materials for this purpose and the contractor shall make good the materials in the event of any loss or damage thereto.

14.3 Part of the work finished but not taken over by the Railway shall be treated as contractors materials for the purpose and the contractor shall be responsible for making good any loss or damage thereto.

15.0 Quality Assurance and Reduced Payment: (i) The contractor shall supply all materials and execute all works according to the specifications and drawings

pertaining to the work, both in respect of structural strength and finish, in addition to complying with provision of GCC-2014.

(ii) Mixing of cement for concrete, mortar etc. shall be done by Mechanical Mixer and concrete should be vibrated by vibrator of appropriate design. All charges for working of machine viz. fuels, drivers, repairs, etc. will have to be borne by the contractor. No extra payment will be made on this account.

(iii) In case a contractor executes a work, which is below the specified structural strength, the work shall be dismantled and re-executed at contractor’s cost at the sole discretion of the Engineer at site.

(iv) In case a contractor executes a work which is structurally up to specifications, but sub-standard in finish, the same may be approved and accepted by the Railway in cases where finish is not so important, at Railways sole discretion, provided that where such a work is accepted, the payment for such work shall be made as decided by competent Railway authority.

16.0 Addendum & Corrigendum Slip (ACS) to General Conditions of Contract:{Ref: Railway Board’s letter No.2012/CE-I/CT/O/22, dated: 14.12.2012}

“Clause 55-B to GCC : Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952 : The contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952; Para 3 & 4 of Employees Pension Scheme, 1955; and Para 7 & 8 of Employees Deposit Linked Insurance Scheme, 1976; as modified from time to time through enactment of “Employees Provident Fund and Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules”.Employees Provident Fund Scheme, 1952:

Payment of Contributions: (As per Para 30)(i) The employer shall, in the first instance, pay both the contribution payable by himself (in this Scheme

referred to as the employer’s contribution) and also, on behalf of the member employed by him directly or by or through a contractor, the contribution payable by such member (in this Scheme referred to as the member’s contribution).

(ii) In respect of employees employed by or through a contractor, the contractor shall recover the contribution payable by such employee (in this Scheme referred to as the member’s contribution) and shall pay to the principal employer the amount of member’s contribution so deducted together with an equal amount of contribution (in this Scheme referred to as the employer’s contribution) and also administrative charges.

(iii) It shall be the responsibility of the principal employer to pay both the contribution payable by himself in respect of the employees directly employed by himself in respect of the employees directly employed by him and also in respect of the employees employed by or through a contractor and also administrative charges.

{Explanation: For the purpose of this paragraph, the expression “administrative charges” means such percentage of the pay (basic wages, dearness allowance, retaining allowance, if any, and cash value of food concessions admissible thereon) for the time being payable to the employees other than an excluded employees, and in respect of which Provident Fund Contribution are payable as the Central Government may, in consultation with the Central Board and having regard to the resources of the Fund for meeting its normal administrative expenses fix.}

Signature of Tenderer(s)

Page 41: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 41 of 6936-B Duties of Contracts:Every contractor shall, within seven days of the close of every month, submit to the principal employer a statement showing the recoveries of contributions in respect of employees employed by or through his and shall also furnish to his such information as the principal employer is required to furnish under the provisions of the Scheme to the Commissioner.

Employees Pension Scheme, 1995:Para 3(1): From and out of the contributions payable by the employer in each month under Section of the “Act” or under the rules of the Provident Fund of the establishment which is exempted either under Clauses (a) and (b) of sub-section (1) of section 17 of the Act or whose employees are exempted under either paragraph 27 or paragraph 27-A of the Employees ‘Provident Fund Scheme, 1952’ a part of contribution representing 8.33 per cent of the Employee’s pay shall be remitted by the employer to the Employees ‘Pension fund within 15 days of the close of every month by a separate bank draft or cheque on account of the Employees ‘Pension Fund Contribution in such manner as may be specified in this behalf by the Commissioner. The cost of the remittance, if any, shall be borne by the employer.

Para 3(2): The Central Government shall also contributes at the rate of 1.16 percent of the pay of the members of the Employees ‘Pension Scheme and credit the contribution to the Employees’ Pension Fund : Provided that where the pay of the member exceeds Rs.6,500 (Rupees Six thousand and five hundred) per month, the contribution payable by the employer and the Central Government be limited to the amount payable on his pay of Rs.6,500 (Rupees Six thousand and five hundred) only.

Para 4 : Payment of Contribution:

(1) The employer shall pay the contribution payable to the Employees ‘Pension Fund in respect of each member employed by him directly or by or through a contractor.

(2) It shall be responsibility of the principal employer to pay the contributions payable to the Employees’ pension fund by himself in respect of the employees directly employed by him and also in respect of the employees employed by or through a contractor.

Employees Deposit Linked Insurance Scheme, 1976:Para 7: Contribution:(1) The contribution payable by the employer and the Central Government under sub-section (2) and sub-

section (3) of section 6-C of the Act, shall be calculated on the basis wages, dearness allowance (including the cash value of any food concession) and retaining allowance, if any, actually drawn during the whole month whether paid on daily, weekly, fortnightly or monthly basis.

Provided that where the monthly pay of an employee exceeds six thousand five hundred rupees, the contribution payable in respect of him by the employer and the Central Government shall be limited to the amounts payable on a monthly pay of six thousand five hundred rupees including dearness allowance, retaining allowance (if any) and cash value of food concession.

Para 8: Mode of payment of contribution:(1) The contribution by the employer shall be remitted by him together with administrative charges at such

rate as the Central Government may fix from time to time under sub-section 4 of Section 6-C of the Act, to the Insurance Fund within fifteen days of the close of every month by a separate bank draft or cheque or by remittance in cash in such manner as may be specified in this behalf by the Commissioner. The Cost of remittance, if any, shall be borne by the employer.

(2) It shall be the responsibility of the employer to pay the contribution payable by himself in respect of the employees directly employed by him and also in respect of the employees’ employed by or through a contractor.

Signature of Tenderer(s)

Page 42: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 42 of 69

17.0 PRICE VARIATION CLAUSE 46A to IR’s General Conditions of Contract (GCC) – ‘General Instructions’ (as per Rly. Bds. letter no.2007/CE-1/CT/18 Pt.19, New Delhi, dated 14-12-2012.

(1) Price variation clause shall be applicable only for tenders of value Rs.50 lakh and more, irrespective of the contract completion period.

(2) If required, the percentages of various components, as detailed in Para 46A.5 of price Variation Clause in GCC may be varied by the concerned SA Grade Officer in consultation with the concerned FA & CAO, keeping in view the special features and complexities of the work involved.

(3) Clause 46A- Price Variation Clause to the General Conditions of Contract, as detailed at Annexure-A along with associated instructions mentioned herein, shall be applicable with prospective effect.

Addendum & Corrigendum slip (ACS) to Indian RailwaysGeneral Conditions of Contract (GCC)

Clause 46A. - Price Variation Clause :-(As per Rly.Bd’s No.2007/CE-I/CT/18/Pt.19 (FTS-8798) New Delhi, dt.15-10-2014)

46A.1- Price Variation Clause (PVC) shall be applicable only for contracts of value as prescribed by the Ministry of Railways through instructions/circulars issued from time to time and irrespective of the contract completions period. Variation in quantities shall not be taken into account for applicability of PVC in the contract. Materials supplied free of cost by Railway to the contractors shall fall outside the purview of Price Variation Clause. If, in any case, accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variation.

46A.2- The base month for ‘Price Variation Clause’ shall be taken as month of opening of tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under consideration.

46A.3- Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim shall be admissible on account of fluctuations in market rates, increase in taxes/any other levies/tolls etc. except that payment/recovery for overall market situation shall be made as per Price Variation Clause given hereunder.

46A.4- Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner prescribed.

46A.5- Components of various items in a contract on which variation in prices be admissible, shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, concreting, Ferrous, Non-Ferrous, Insulator, Zinc, Erection etc. However, for fixed components, no price variation shall be admissible.

46A.6- The percentages of labour component, material component, fuel component etc. in various types of engineering works shall be as under:

Component Percentage Component Percentage(A) Earthwork Contracts :

Labour Component 50% Other Material Component 15%Fuel Component 20% Fixed Component* 15%

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

Fuel Component 15% Fixed Component* 15%(C) Tunneling Contracts :

Labour Component 45% Detonators Component 5%Fuel Component 15% Other Material Component 5%

Explosive Component 15% Fixed Component* 15%(D) Others Works Contracts :

Labour Component 30% Fuel Component 15%Materials component 40% Fixed Component* 15%

*It shall not be considered for any price variation.

Signature of Tenderer(s)

Page 43: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 43 of 69

46A.7- The Amount of variation in prices in several components (labour material etc.) shall be worked out by the following formulae:

(i) L = R x (I-Io) x P Io 100

(ii) M = R x (W-Wo) x Q Wo 100

(iii) U = R x (F-Fo) x Z Fo 100

(iv) X = R x (E-Eo) x S Eo 100

(v) N = R x (D-Do) x I Do 100

(vi) Ms = O x (Bs-Bso)

(vii) Mc = A x (Wc-Wco)/Wco

For Railway Electrification Works:

(viii) Mcc = [(C-Co)/Co x 0.4136] x G(ix) Mf = [(Sf – Sfo)/Sfo + (Z-Zo)/Zo x 0.06] x H(x) Mnf = [(Cu-Cuo)/Cuo] x J(xi) Mz = [(Z-Zo)/Zo] x W(xii) MIN = [(In – Ino)/In] x 85

Where,

L – Amount of price variation in labourM- Amount of price variation in MaterialsU- Amount of price variation in FuelX- Amount of price variation in ExplosivesN- Amount of price variation in DetonatorsMs- Amount of price variation in SteelMc- Amount of price variation in CementMcc- Amount of price variation in ConcretingMf- Amount of price variation in Ferrous Mnf- Amount of price variation in Non-ferrousMz- Amount of price variation in ZincMIN - Amount of price variation in Insulator

O- Weight of steel in tones supplied by the contractor as per the ‘on-account’ bill for the month under consideration. R- Gross value of work done by contractor as per on account bill(s) excluding cost of materials supplied by Railway

at fixed price. This will also exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment will be indicated in the contractor’s offer).

A- Value of Cement supplied by Contractor as per on account bill in the quarter under consideration. Io- Consumer Price Index Number for4 Industrial Workers – All India – Published in RBI Bulletin for the base

period.I- Consumer Price Index Number for4 Industrial Workers – All India – Published in RBI Bulletin for the average

price index of the 3 months of the quarter under consideration. Wo- Index Number of Wholesale Prices- by Groups and Sub-Groups All commodities- as published in the RBI

Bulletin for the base period.

Signature of Tenderer(s)

Page 44: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 44 of 69W- Index Number of Wholesale Prices- by Groups and Sub-Groups All commodities- as published in the RBI

Bulletin for the average price index of the 3 months of the quarter under consideration. Fo- Index Number of Wholesale Prices- by Groups and Sub-Groups for fuel, Power, Light and Lubricants as

published in the RBI Bulletin for the base period. F- Index Number of Wholesale Prices- by Groups and Sub-Groups for fuel, Power, Light and Lubricants as

published in the RBI Bulletin for the average price index of the 3 months of the quarter under consideration.Eo- Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of

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

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

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

detonators are made by the contractor for the average price index of the 3 months of the quarter under consideration.

Bs- SAIL’s (Steel Authority of India Limited) ex- works price plus Excise Duty thereof (in rupees per tone) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.

Bso- SAIL’s ex-works price plus Excise Duty thereof (in Rs. Per tone) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

Wco- Index no. of Wholesale Price of sub-group (of cement) as published in RBI Bulletin for the base period. Wc- Index no. of Wholesale Price of sub-group (of cement) as published in RBI Bulletin for the average price index

of the 3 months of the quarter under consideration. C – RBI wholesale price index for cement for the month which is six months prior to date of casting of foundation. Co- RBI wholesale price index for cement for the month which is one month prior to date of opening of tender. Z- IEEMA price for Zinc for the month which is two months prior to date of inspection of material. Zo- IEEMA price for Zinc for the month which is one month prior to date of opening of tender. Cu- IEEMA price for Copper wire bar for the month which is two months prior to date of inspection of material. Cuo- IEEMA price for Copper wire bar for the month which is one month prior to date of opening of tender. Sf- IEEMA price index for Iron & Steel for the month which is two months prior to date of inspection of material. Sfo- IEEMA price for Iron & Steel for the month which is one month prior to date of opening of tender. In- RBI Wholesale price index for Structural Clay Products for the month which is two months prior to date of

inspection of material.Ino- RBI Wholesale price index for Structural Clay Products for the month which is one month prior to date of

opening of tender.

P- % of Labour componentQ- % of Material componentZ- % of Fuel component S- % of Explosives component T- % of Detonators component G- % of Concreting component H- % of Ferrous component J- % of Non-ferrous component W- % of Zinc component

46A.8- The demands for escalation of cost shall be allowed on the basis of provisional indices made available by RESERVE BANK OF INDIA. Any adjustment needed to be done based on the finally published indices shall be made as and when they become available.

Signature of Tenderer(s)

Page 45: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 45 of 69

46A.9- Relevant categories of steel for the purpose of operating Price Variation Formula, as mentioned in this Clause, based on SAIL’s ex-works price plus Excise Duty thereof, shall be as under:-

Sl. No.

Category of Steel Supplied in Railway Work.

Category of steel produced by SAIL whose Ex-works Price Plus Excise Duty would be adopted to

determine Price variation.

1 Reinforcement bars and other rounds.

TMT 8mm IS 1786 Fe 415/Fe 500

2 All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK3 All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK

4 All types and sizes of channels and joists

Channels 200x75mm IS 2062 E250A SK

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

Average of price for the 3 categories covered under SL 1, 2 & 3 above.

46A.10. - Price Variation During Extended Period of Contract.

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

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

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

46A.11.- Applicability of PVC based on original contract value is illustrated as under:- (As per Rly.Bd’s No.2007/CE-I/CT/18/Pt.19 (FTS-8798) New Delhi, Dated 15-10-2014)

“If estimated value of a tender (N.I.T. value) is more than Rs.50 lakh, but value of the contract as per Contract Agreement is less than Rs.50 lakh, then PVC shall not apply, even if the actual final value is Rs.50 lakh or more due to variation in quantities during execution of the contract. Thus, variation in quantities after signing of Contract Agreement is not relevant for deciding whether PV C is applicable to a contract or not”.

DECLARATION: Regarding tender documents downloaded from website. The tenderer, hereby, declares that the tender document (being submitted after downloading the same from website) is exactly the same which has been published by Railway. No addition/alteration/deletion has been done in the tender document by the tenderer, else the tender will be summarily rejected. If it is detected having modified at any stage, the same will be treated as invalid, i.e. terms & conditions as provided in the original tender documents will prevail and will be binding on both side.

Signature of Tenderers(s) …………………………………………….

Page 46: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 46 of 69Chapter-VIII

Special Conditions regarding Supply and fixing of Steel Channel Sleepers.

1. Steel Channel Sleepers should be made of standard rolled section, conforming to IS-2062 Grade-B of section and as per approved drawing.

2. Steel to be procured only from SAIL or TISCO or such reputed manufactures only. The source of steel should be got approved by the Railway. In support of purchase the copy/copies or vouchers is/are to be submitted.

3. Contractor shall submit test certificate for Chemical, Metallurgical and Structural properties conforming to appropriate standards of all material used for fabrication.

4. Inspection official should be nominated by Chief Bridge Engineer. The inspection will be carried out of the premises of the manufacturer only.

5. Manufacturing component like steel fittings, Electrometric pads as per approval drawings will be supplied by contractor duly inspected by RITES. Contractor will dispatch all test certificates before dispatch of material to work site. Material to be utilized at site only after receipt of inspection certificate.

6. The finished channel sleepers and plain grooved steel plates will be inspected by not below the rank of AEN in the following two stages, i.e. before galvanizing and after galvanizing.

7. Dye penetration test and Radio-active test should be conducted for all welding while passing the fabrication.

8. Electrodes to be used not older than six month and within expiry date. This should be purchased from RDSO approved firms only. 8 SWG or 10 SWG of class B-1 & B-2 of mild steel for welding is to be used.

9. Each piece shall be distinctly marked before free delivery in accordance in accordance with the approved marking diagram and shall bear such other marks as will facilitate erection.

Signature of Tenderer (s)

Page 47: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 47 of 69

ANNEXURE-‘B’METALLISING:-

All channel sleepers shall be given protective coating by metal sing with sprayed aluminum followed by painting according to the schedule as given as under:-

(i) SURFACE PREPARATION:- The surface shall be thoroughly cleaned and toughened by compressed air blasting or centrifugal blasting with

a suitable abrasive material in accordance with clause 3 of IS : 6586 immediately, before spraying it shall be free from grease, scale rust, moisture or other foreign matter. It shall be comparable in roughness with reference surface produced in accordance with appendix ‘A’ or IS: 5909 and shall provide as adequate key for the subsequently sprayed metal coating. (ii) METAL SPRAYING:-

The metal spraying shall be carried out as soon as possible after surface preparation but in any case within such period that the surface is still completely clean drayed and without visible condition. If deterioration in the surface to be coated is observed by comparison with a freshly prepared metal surface of similar quality which has undergone the same preparation, the preparation treatment should be repeated on the surface to be coated. The wire method shall be used for the purpose of metal sing, the dimeter of the wire being 3mm or 5mm specified thickness of coating shall be applied in multiple layers and in no case less than 2 passes or the metal spraying until shall be made over every part of the surface. At least one layer of be made over every part of the surface. At least one layer of the coating must be applied within 4 hours of blasting and the surface must be completely coated to the specified thickness within 8 hours of blasting. (iii) PURITY OF ALUMINUM:-

The chemical composition of aluminium to be sprayed shall be 99.5% aluminium confirming to IS : 2590. Contractor should produce certificate to confirm this chemical composition from NTH/Alipur or RITES/ Kolkata. (iv) APPEARANCE OF THE COATING:-

The surface of the sprayed coating shall be uniform texture and free from lump-sum, coarse and loosely adherent particles. (v) THICKNESS OF THE COATING:-

The nominal thickness of the coating shall be 150 microns. The minimum local thickness determined in accordance with the procedure given in clause 6 below, shall not be less than 110 microns.(vi) INSPECTION:- (a) The minimum local thickness shall be determined by the method described in para (viii) of given below. (b) The sprayed metal coating shall be subject to an adhesion test using the method described in para (viii) given below. If any part of the coating between the lines breaks away from the base metal it shall be deemed to have failed the test. Articles which have been rejected shall have the defective sections blasted clean of all sprayed metal prior to re-spraying. Where the rejection has been solely due too thin coating sprayed metal of the same quality may be added provided the surface has been kept dry and free from visible contamination. (vii) Method for the determination of local thickness equipment:-

Any magnetic or electromagnetic thickness meter that measure local thickness up to an accuracy of 10%.(a) PROCEDURE:-

For each measurement of local thickness, make appropriate Number of determinations according to the type instrument used. With instrument measuring the average thickness over an area not less than 0.645 sq.cm. area. The local thickness shall be the result of the one reading. The thickness shall the near of the three reading within a circle of 0.645 sq.cm. area will be the actual. With meters having two such each reading shall be the average of two determinations with the probes reversed in position.

Signature of Tenderer (s)

Page 48: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 48 of 69

(viii) METHOD OF TEST FOR ADHESION:-

Using a straight edge and hardened steel scriber which has been ground to a sharp 30 point scribe two parallel lines at distance apart equal to approximately 10 times the average coating thickness.

In scribing two lines, apply enough pressure on each occasion to cut through the coating to the base metal in single stroke.

NOTE:-

1. All M.S. fittings except item no.19 above shall be galvanized while item 19 above shall be moralized as per annexure ‘B’ (Metal sing). 2. M.S. Grooved pas plates shall be of variable thickness as per the approved drawing and site conditions to cater for the thickness of flange cover plate, minimum thick of which shall be 28mm and maximum up to 48mm. 3. The rate for item no.2 of tender schedule is inclusive of trial assembling and fixing minimum 10 sleepers (selected as ran don) only when satisfactory performance will be obtained on trial. 4. All small fittings should be supplied by RDSO’s approved firm and test certificate duly passed by RITES. 5. Payment schedule for item no.2 of tender schedule. (a) 60% of the value on delivery of steel channel sleeper with all its matching, fitting (duly inspected passed) at the bridge site. (b) 20% on completion of fixing of new channel sleepers in position on the bridge.(c) 20% on transportation and stacking of released materials to SSE (Br)/(Concerned).

(6) Fittings like groove a rubber pads, electrometric pads, spring washers etc. should be supplied through RDSO’s approved firms.

(7) For all the supplied items the contractor has to give one Indemnity Bond and has to keep the items in safe custody by deputing day and night watchmen up to the completion of the work Railway will have no responsibility on this account for theft damage, loss etc.

Signature of Tenderer (s)

Page 49: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 49 of 69

INSTRUCTIONS TO TENDERER (S)/CONTRACTOR (S).

1.0 Tenders must be enclosed in sealed covers super scribing there on the name of the work as mentioned in the tender notice and must be deposited in the Tender Box in the office of the Divl. Railway Manager (Engg)/Mughalsarai & Danapur and General Manager(Engg)/Hajipur not later than the time and date mentioned in the Tender Notice. The tenderer will be opened at the stipulated time in presence of such of these tenderers of their authorized representative who may choose to be present. Tenders which are received after the date and time specified are liable to rejected.

2.0 Tenders containing, over writing, additions, alterations, erasures on literations and other defects are liable to be rejected. All corrections made by the Tenderer/Contractor.

3.0 Tenderer(s)/Contractor(s) must not quote any Special Conditions in their offer, violating which the offer is liable to be rejected.

4.0 The tenderer(s)/contractor(s) shall sign every page of the tender documents and submit the Tender Documents intact. 5.0 The tenderer(s)/contractor(s) should quote rates in figures and in words. 6.0 The tenderer(s)/contractor(s) should furnish detailed information regarding his credentials and financial capability etc. 7.0 The tenderer(s)/contractor(s) shall visit the site of work and dissertation for himself all the aspects of site conditions viz.

accessibility, availability of approach road, nature of soil availability of materials water for work and drinking purpose, electricity, site for labour camps, stores, go down, extent of load, lift involved in the work, availability of skilled and un skilled labour etc. that may be encountered in the course of execution of work. In short, he should familiarize himself full with the conditions obtaining at site and give a certificate to this effect in the Performa appended herewith.

8.0 The tenderer(s)/contractor(s) should specifically and fully disclose in their respective tenders, their respective constitutions and submit along with each tender attested Photo stat copies of Association certificates of Incorporation etc. if any, in support of such disclosures.

If tenderer(s)/contractor(s) is a firm i.e. partnership business it should be stated shether the same is registered under the Indian partnership Act. And the name & address of all the partners of the firm should be fully disclosed. The Railway Administration shall have the liberty to demand production of the original of the said documents and also to make such further requisitions regarding the constitutions of Tenderer(s)/Contractor(s) as may be considered necessary. 9.0 The tenderer(s)/contractor(s) shall give a full details shop fabrication facilities along with a comprehensive list of plant and

machinery which be possesses for the fabrication and creation of the proposed work, together with the details of their make, capacity etc.

10.0 Unless otherwise mentioned, the General condition of contract and Standard Specification, 2014 amended up to date will apply to this contract. Where is any conflict between G.C.C. and Special Conditions/Specification, latter will prevail.

11.0 The tenderer(s)/contractor(s) shall submit a list of works which are currently being executed by them, their contracts value and dates of completion.

12.0 The works are required to be completed within a stipulated period.

N.B.:- No assistance, whatsoever, shall be granted by the railway for procurement of raw materials as well as components fittings tenderers may not that their offer demanding assistance for the procurement of raw materials and other fitting will not be entertained and such offer will not be considered.

Signature of Tenderer (s)

Page 50: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 50 of 69

ADDITIONAL SPECIAL CONDITIONS OF CONTRACT.

1. Fabrication and workmanship:-

Fabrication, workmanship shall generally comply with current IRS specification no. BI-2008 with latest correction/amendments there of unless otherwise specified in special conditions of this contractor as specially directed by the Engineer in writing.

The Contractor shall submit test certificate conforming to appropriate standards of all steel materials used for fabrications. All structural steel shall be free from rust, scales, laminations, cracks, fissure and other surface defects.

The workmanship and finish shall be usual to the best practice in modern structural shops. The greatest accuracy shall be observed in the manufacture of every part of the work all similar parts shall be strictly inter-changeable.

NOTE:- Only weld able steel conforming to IS 2062 Grade-II shall be used for fabrication of steel channel sleepers.

Following specification shall be followed:-

(a) Indian Railway steel bridge code as corrects up to date.(b) Indian Railway welded bridge code 1972.(c) Indian Railway schedule of dimension for Road gauge-1959. (Re-printed in metric units in 1975).(d) IS-226, specification for structural steel standard quality.(e) Indian Railway specification no.1, 1979 : Fabrication and erection of steel girder bridges.(f) IRS-H-5 for rivets.(g) IS 2155-1962 : Rivets for General purposes (Below 12mm diameter).(h) IRS H-19, for bolt and nuts.(i) IS: 102-1962 : Ready mixed paints. Brushing rod load.(j) IS: 2339-1963 : Aluminium paints for General purposes in dual container.(k) IS: 123-1963 : Ready mixed paints, brushing, finishing/semi gloss for General purposes to Indian Standard co-

lours, Red oxide.(l) B.S.S. 916 and/or IS:1963-1967 : Block hexagonal bolts/Nuts etc. block hexagonal Bolts/Nuts and lock nuts

(6 to 39mm) and block hexagonal screws (dia 6 to 24mm).(m) IS: 800-1984(n) IS: 1148-1973 :- Hot rolled steel rivet bancs for structural purpose.(o) IS-2063-1975- Steel grade ‘R’ for welded structures. The tenderer shall maintain a master-steel tape of

approved make for which he has obtained a certificate of accuracy from the National Laboratory.Rolled materials before being laid off or worked, must be made straight if straightening of fletching is necessary, it shall be done by method that will not damage the material. Sharp kinks and bends shall be rejected.

2 HOLING:Holes for rivets and bolts shall be drilled to conform to CI 10 of IS: 7215. All holes, except as stated he under shall be drilled to the required size or sub punched 2mm. Bess in diamantes and reamed there after to the required size. Thickness of the material for sub-punching shall not be greater than 10mm. All matching holes, for rivets or bolts shall register with each other so that a gauge of 0.8mm less in diameter than the holes can pass freely through the members assembled

Signature of Tenderer (s)

Page 51: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 51 of 69for leveling or bolting in the direction at right angle to such members. All holes for turned and fitted bolts shall be drilled under sized by 1mm and after assembly reamed to a tolerance of +0.13mm-0mm unless otherwise specified. When the number of members to be revetted in assembly exceeds three or the total thickness is 90mm or more, the holes shall be drilled or reamed in position after assembly except when seal bushed jigs are use. The parts shall be firmly bolted together during such block drilling and taken apart for removal of burrs after drilling. Holes in purling, side sheeting runners, packing plates and lacing bars may be punched full size provided the thickness of the materials does not exceeds 13mm. All punching and sub-punching shall be cleared and accurate and all drilling shall be free from burns. No holes shall be made by Gas cutting process.

3 ELECTRODES:All electrodes shall be dept under dry conditions. Any Electrode with parts of its Flues coating Broken away or otherwise damaged shall be rejected.

4 PREPARATION OF JOINTS:

The edge shall be prepared with an automatically controlled flame cutting torch correctly to the size and dimension of the groove prescribed if the design and shop drawing. In case of ‘U’ grooved joints the above shall be prepared with an automatic flame torch in two phases follow wise a bevel out with grooving pass only machining.

The welding surface shall be smooth, uniform and free from fine tears notches or any other defects which may adversely effect welding and shall be free of loose scale, slag rust, grease, paint, moisture or any other foreign material.

5 WELDING PROCEDURES:

The welding procedure shall be arranged by the contractor to suit the details of the joint as indicated on the drawing and the position at which welding has to be carried out. Working procedure shall cover the following:-

(a) Type and size of Electrodes.(b) Current and for automatic welding are voltage.(c) Length of run for Electrodes, or for automatic welding speed, of travel.(d) Number and arrangement of runs in multi run welding.(e) Position and set up of parts.(f) Preparation and set up of parts.(g) Welding sequence.(h) Pre or post heating.(i) The welding procedure shall be so arranged that the distention and shrinkage stress are reduced to a

minimum and the welds meet requirement and quality specified, here under.

Any weld found defective shall be cut by using either chipping hammer or gouging torch in such a manner that adjacent material is not injured in any way.

Signature of Tenderer (s)

Page 52: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 52 of 69

6 BOLTING:

All turned and fitted colts shall be carefully turned and shall be paralleled through cut the barrel. The following limits of tolerance shall be permitted upon the diameter of the barrels of turned bolts which they are to fit.

Limit of Tolerance. Barrel of Bolts HolesHigh - 0.00mm 0.13mmLow – 0.13mm 0.00mm.

The barrels of each turned bolts a ball he of such a length be that it is in full contact with the work through out the screwed portion, being made at least 1.6mm. less in diameter that the barrel or to suit the next. Smaller jointed to the thread portion by degree chamber within the thickness of washer, unless otherwise specified. Faces heads and nuts bearing on steel work shall beatify. All such bolts shall be provided with washers having a hole or 1.5mm larger in diameter than the barrel and thickness of not less than 6mm so that the nut, when tightened shall not boar on the authorized body of the bolt. In all cases where the pull hearing area of the bolts is to be involved, the through portion of each bolt shall project the nut by at least one thread. Tapered where shall be provided for all heads and nuts bearing involved surface.

7 WELDING: General :The welding and welded work shall generally confirmed to TRG bridge code and subject to further specifications given in the following paragraphs.

Manual metal are welding may be done only by welder positions competency certificate or where necessary of the location of welds do not permit automatic welding. All the welding should be done by submerged and welding process either full automatic or semi automatic. The welding should be done by submerged are welding process either fully automatic or semi automatic where ever specified by the Railway.

Except for special types of edge preparation such as single and double ‘U’ single and double ‘J’ the Fusion edges of all the parts which are to be joined by welding may be prepared by using mechanically controlled automatic Flame cutting equipment and to be ground to a smooth finish special edge preparation should be made by machinery or gauging. All welding work shall be done in shop and the layout and sequence of operation shall be so arranged as to laminate distortion and shrinkage stresses.

Planning of the welds involving deformation with surface either during de-slagging operation or three after/shall not be allowed

Fusion faces and serenading surface within 5mm of weld shall be free from all nil scale and free from all point on any substance which might effect the quality of the welds and impede the progress of welding. They shall be free from irregularities which interfere with the deposition of specified size of weld or be the cause of defects.

Signature of Tenderer (s)

Page 53: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 53 of 69

All nil scale within 50mm of welds shall be removed on welding either by picking followed by through power weld brushing or by other approved methods, if preparation of cutting of the fusion faces is necessary the same shall be carried out by shearing, chipping, gas cutting or flame gouging. There no gas cutter or hand gouging is employed the blow pipe or gouging blow pipe shall be properly guided.

Assembly for welding: Before taking of mass production of any type of sleeper the product on of 20 sleepers shall be taken up and the dimensions thereafter shall be checked by means of a test track 13 mtrs. Long assembled at Railway. The Rails for linking of the steel track shall be made available free of charge by Railway at a point convenient to the Railways. Transport of the Rails and sleepers from this point to the contractor’s workshop and returning the same to the point of collection shall be done by the contractor at his own cost. The parts to be welded shall be properly assembled and held firmly in position by means of jigs and fixtures prior to and during welding.

Automatic submerged are welding shall be employed for fabrication of weld steel channel sleepers wherever specified.

Accuracy of fit up: Parts to fillet welded shall be brought into as close contract as practicable and the gap due to faulty workmanship or incorrect fit up shall not exceed 1.5mm. If greater separation occurs at any position the side of fillet weld shall be increased at such position by the amount of the gap.

Jigs and manipulators: Jigs and manipulators shall be used when practicable and shall be designed to facilitate welding and to ensure that all welds are easily accessible to the operators.Minimum leg length and throat thickness in fillet welds:The minimum leg length or fillet weld as deposited shall not be loss than the specified site. In no case shall a concave weld be deposited unless specifically permitted. There permitted, leg length shall be increased above that specified, so that the resultant throat thickness remains the same, as would have been by the deposition of a flat fenced weld of the specified leg length.

De-slagging: After making each run of welding all slag shall be thoroughly removed and the surface cleaned.

Quality of welding: The weld metal as deposited, including track weld if to be in coroporated, shall be free from cracks, slag inclusion, porosity, cavities and other de-position faults. The weld steel shall be properly fused with the present steel metal without the weld shall have a uniform consistent contour and regular appearance.

Weather conditions: Welding shall not be done under open weather conditions which night adversely affects the efficiency of the welding. It should be done only under a covered shed in a workshop.

Qualification and testing of welders: The contractor shall satisfy the Engineer that the welders are suitable for the work for which they will be employed and shall produce evidence to the effect that welders have satisfactorily completed appropriate tests as prescribed in T.S.-877. The Engineer may at his own discretion order periodic tests of the welder and/or of the welds produced by them. Such tests shall be at the expense of the contractor.

Signature of Tenderer (s)

Page 54: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 54 of 69

Supervisor: The contractor shall employ a competent welding supervisor to ensure that the standard of workmanship and the quality of materials comply with the requirements laid down in the specifications.

8 Erection marking:Each fabricated member whether assembled prior to dispatch or not so assembled shall bear an erection mark which will help to identify the member and its position in respect of the whole structure to facilitate re-erection at site. These erection marks shall by suitably incorporated in the shop detail and are action drawings.

9 CONTROL IN THE FABRICATION AND ASSEMBLY OF VARIOUS.Criteria for testing: The contractor shall conduct tests in accordance with following norms.

(a) Visual examination 100% (One hundred percent).(b) Mechanical Test.(c) Dye Penetrate Examination.

TESTS:(a) Visual Examination: The contractor shall conduct the visual examination and measurement of the

external dimensions of the weld for all joints, before examining the welded joints surface area close to it on both side of the weld for width not less than 20mm. shall be cleaned of slag and other impurities. Examination shall be done by a magnifying glass which has a magnification power of 10 and measuring instrument which has an accuracy of 40.1mm or by weld gauges, welded joints shall be examined from both sides. The Contractor shall examine the following during the visual checks,

a) Correctness and shape of the welded joints.b) Incomplete penetration of weld metal.c) Influx.d) Burns.e) Un-welded craters.f) Under cuts.g) Cracks in welded parts and heat effected zones.h) Porosity in welds and spot welds.i) Compression in welded joints and result of electrode while carrying out contact welding.j) Displacement of welded alements.

The contractor shall document all data as per sound Laboratory practices.

(b) Mechanical test: The contractor shall carryout various mechanical test to determine weld ability, the metal alloy ability nature of break, correct size and type of electrodes, degree of pre-heat and pot-heat treatment etc. The type, scope and sample of various mechanical test shall be determined in agreement with Engineer. The number of tests conducted shall depend on the results obtained to satisfy the Engineer that the correct type and size of electrode, degree of pre-heating and post-heating and weld ability of different metal are being followed :

Signature of Tenderer (s)

Page 55: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 55 of 69

(c) Dye penetrates Examination: All welds as desired by Engineer will be examined by the dye penetrates for detection of discontinuities as per IS-3658-’ 81, IS-12889-’89 and RDSO’s spec.No.HRC/HDT/4/91/APPD.

10 Inspection and testing of fabrication: The Engineer shall have free ACCESS at all reasonable times to the contractor’s works where the fabrication of steel work is carried out and shall be offered be all reasonable facilities by the Contractor for satisfying himself that the fabrication is being under taken in accordance with the provisions of the drawings and specifications.

The Contractor shall continuously inform the Engineer of the progress in fabrication as and when the individual pieces pet ready for inspection. The contractor shall give a minimum of individual pieces.

Unless directed otherwise, inspection shall be made at the place of manufacture prior to dispatch by an authorized comply with any of the provisions of this specification it shall be liable for rejection. No structures of part of the structure, once rejected shall be re-submitted for inspection/ test, except in cases where the Engineer considers the defect as rectifiable.

Defects which may appear during fabrication shall be made good with the consent of and according to the procedure laid down by the Engineer. All gauges and templates necessary to satisfy the Engineer shall be supplied by the Contractor. The Engineer, may at his discretion, check the test results obtained at the contractors work by independent tests at the Government. Test House or else-where and could the material so that be found to be unsatisfactory the costs of such tests shall be borne by the Contractor.

11 Marketing, packing and dispatching:

Each piece shall be distinctly marked before delivery in accordance with the approved marking diagram and shall bear such other marks as will facilitate erection. For easy identification at site a small distinguishing mark shall be painted on each and every member before dispatch from fabrication shop. The fabricated steel work shall be dispatched by the contractor in such portions as may be found convenient for erection or as ordered by the Engineer to meet the time schedule.

All projecting plates or bars and all ends of members at joint shall be stiffened, all strait bar and plates shall be bundled, all screwed ends and machined surfaces shall be suitable packed and all rivets, bolts, nuts, washers and small loose parts shall be packed separately in boxes so as to prevent damage or distortion during transit.

12 Template: Tam plates need throughout the work shall be of steel packed in such cases as the inspecting officer may consider necessary.

13 Supervision of work: During the entire progress of the work the contractor shall have a competent supervisor in personal charge of the work. All works shall be done be done by skilled competent workmen.

14 Ex Fixing of steel channel sleepers at site: The channel sleepers shall be provided on the nominated bridges by the contractor.

Signature of Tenderer (s)

Page 56: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 56 of 69

15 Working in the vicinity of Railway Track: All works, which may affect the safety, of Railway working, shall only be done under traffic block written authority and also under the direct supervision the Engineer In-charge at site or his authorized representative for the said bridge. The contractor shall in consultation with the Engineer decide the sequence of work required to be done for different provision of channel sleepers.

The gauge, level, alignment of the track shall be adjusted by the contractor suitably as per satisfaction of the Engineer, and as per tolerances laid down in Indian Railway Permanent Way Manual for the new Track.

16 Works has to be executed in the running traffic condition or under the traffic blocks. These will be made available as per the convenience of the Railway depending on the position of the trains. Block and caution orders will be taken and cancelled by the authorized Railway officials only.

17 Released U/S small fittings, Bridge Timbers and Channel sleepers and worn-out rails (if any) etc. will have to be transported by the contractor to the nearest store depot of PWI/BRI at his own expenditure.

18 Dip lorries for the transportation of the materials will be supplied by the Railway as per the convenience and free of hire-charges.

19 Carrying of materials and protection of dip lorries by trained staff will have to be done by contractor ensuring safe running of traffic, under the supervision of Railways representative.

20 Contractor has to arrange for adequate number of skilled workers and competent supervisors for the execution of this work, their safety during dismantling, transporting and linking of the track over the girders will be the scale responsibility of the contractor.

21 Materials released from dismantling of the track should be properly accounted and kept in the custody of sectional PWI.

Signature of Tenderer (s)

Chapter-IX

Page 57: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 57 of 69East Central Railway

SPECIAL CONDITION & SPECIFICATION FOR FABRICATION & ERECTION OF STEEL STRUCTURE

1. B OOKS OF REFERENCE:

(i) IR Specification for Fabrication of steel girder bridge & Locomotives turn tables-(fabrication specification) - SERIAL No. BI-2008 issued by RDSO

(ii) IS-800-1998.(iii) All IS & IRS specifications mentioned in RDSO Booklet serial No.BI-2008(iv) G.C.C. -2014 of East Central Railway(v) Where any specification is in conflict with other standard the clauses of Fabrication & specification

mentioned against Sl. No. (i) above shall prevail.2. DRAWING:

(i) Design drawing will be issued by Railway.(ii) The detailed working/fabricating drawing as any be required shall be prepared by the contractor at his

own cost and submitted for approval.(iii) Detail launching scheme/arrangement for erection of steel girder/structure shall be prepared by the

contractor at his own cost and submitted to the Rly's for approval.3. GUARANTEE AGAINST DEFECT:

The Tenderer will be required to give guarantee for a period of 6 month after completion of the work against any defect, that may develop either from bad materials supplied by the contractor or workmanship for which he may be held responsible.

4. I NCLUSIVE PRICE: (i) The cost of all painting, temporary erection and testing at the Tenderer's workshop, packing and

delivery at the site of work as specified in the schedule, is to be included in the price quoted on the tender.

(ii) Any fittings, accessories or apparatus which may not have been mentioned in the specification, but which are considered necessary for the execution of this work, are to be provided by the contractor without any extra payment. The work must be completed in all details.

5. MATERIALS/FABRICATION/WORKMANSHIP/ERECTION:5.1 Fabrication workmanship and erection shall comply with RDSO fabrication specification Booklet Sl. No. Bi-

2001.5.2 Materials specification - Steel should conform to IS - 2062 - Gd B.5.3 (i) Manufacturing - The whole work shall be representative of the highest class of workmanship. The

greatest accuracy shall be observed in the design, manufacture and erection of every part of the work to ensure that all parts will fit accurately together on erection and similar parts shall be strictly inter changeable.

(ii) The contractor shall maintain steel tape of approved make for which he has obtained a certificate of accuracy from any National Test House or Govt. recognized institution competent to do so.

(iii) Rolled materials before being laid off or worked, must be made straight. If straightening or flattening is necessary it shall be done by method that will not damage the material. Sharp kinks and bents will be rejected.

(iv) Tolerance - the tolerance in fabrication shall be in accordance with as mentioned in - Appendix - II of RDSO’s booklet B-1-2008.

(v) Fabrication records - the records of fabrication shall be maintained in the register as per format given in Appendix - 1 of RDSO's Booklet B-1-2008.

Signature of Tenderer (s)

Page 58: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 58 of 69(vi) Flattening and straightening - All steel materials, plates, bars and structures shall have straight edges,

flat surfaces and be free from twist. If necessary, they shall be cold straightened or flattened by pressure before being worked of assembled unless they are required to be of curvilinear form. Pressure applied for straightening or flattening shall be such as it would not injure the material and adjacent surfaces of edges shall be in close contact or at uniform distance throughout.

(vii) Flattening or straightening under hot condition shall not be carried out unless authorized and approved by inspecting officer.

(viii) The tenderer may fabricate the steel work at his own workshop or at the site of the work as is convenient to him. If the fabrication is done in his own workshop, the transportation or the fabricated materials may be done by road or rail transport at his own cost, including all taxes viz. ST/ CST/ VAT/ Entry Tax etc. if applicable. The tenderer must inspect the approach roads right from the workshop and should ensure that it would be possible for him to transport the materials by Road.

(ix) If the tenderer proposes to fabricate the steel at site, the transport of steel section may be done by the one of the methods mentioned above. Suitable site would be given to the tenderer to make temporary workshop free of cost, if available, but on completion of work, the site would be restored to normal condition.

(x) The responsibility of custody of the materials, in Tenderer's workshop or at site will remain with tenderer till the completion of work and then handed over to the railway.

6. TemplatesThe templates throughout the work shall be or steel. The templates shall be used for making of cutting materials and as well as profile machining for girders of railway loading. Templates shall be used for making of drilling holes in steel structure other than girder of Railway loadings. In case where actual materials from a bridge have been used as template for drilling similar pieces the inspecting officer will decide whether they are fit to be used as part of the finished structure.

7. Methods of Measurements for fabrication of structural steel work & erection.7.1 Any steel work the weight of which differs by more than 2.5% from the calculated weight determined

from the normal weight of the section shall be liable of rejection.7.1.1 Payment shall be made on the tendered weight to be calculated in accordance with the nominal

weight of the sections as specified in final working drawing or based on theoretical weights given in producers hand books and using minimum overall dimensions, no deductions being made for skew cuts, holes or notches. Each gusset shall be on the dimensions of smallest enclosing rectangle.An addition for welds and rivet heads should either be specified in the tender schedule or be made as follows:(a) 3% in case of riveted or composite (riveted or welded) work.(b) 1% in case of purely welded work.

7.2 Should the actual weight fall sort of the calculated weight by more then 2.5%, the material if accepted, will be paid for the actual weight only. Should the actual weight exceed the actual calculated weight, payment will be made for calculated weight only.

7.3 No separate payment shall be made for the field Rivets, Bolts, Nuts, wedges etc., and service accessories etc. required to complete erection at site with an allowance for waste etc.

7.4 In the event of a dispute arising as to the weight of a portion of steel work, a weightment shall be made in the presence of the inspecting officer.

8. RIVETS & RIVETING: Refer If Fabrication specification Serial No. IRS-BI-2008 issued by RDSO-CL.23.1 to Cl 23.10 and appendix IV.

9. BOLTS, NUTS & WASHERS: Refer If Fabrication specification Serial No. IRS-BI-2008 issued by RDSO - CL. 28-1 to CL 28.8

10. WELDING: Refer If Fabrication specification Serial No. IRS-BI-2001 issued by RDSO-CL.26.1 to Cl 27.3 and appendix V.

Signature of Tenderer (s)

Page 59: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 59 of 6911. ALTERATIONS IN THE WORK : Refer If Fabrication specification Serial No. IRS-BI-2008 issued by

RDSO-CL.53.1 to Cl 53.2 and appendix IV.12. ERECTION & EQUIPMENT: Refer If Fabrication specification Serial No. IRS-BI-2008 issued by

RDSO-CL.21.1 to Cl 21.9 and appendix I13. ERECTION OF OPEN WEB GIRDER SPAN: Refer If Fabrication specification Serial No.IRS-BI-

2008 issued by RDSO-CL.23.1 to Cl 23.10 and appendix III.14. HANDLING & STORAGE OF MATERIAL

(a) The material, on receipt at site, shall be carefully unloaded, examined for defects, checked, sorted and stacked securely on a level bed out of danger from flood or tide, and out of contact with water of ground moisture.

(b) Any material found damaged or defective shall be stacked separately and the damage or defective portion be painted in distinctive colour. Such material is to be dealt with under the orders of Engineer without delay.

(c) Care must be taken to see that parts at site are available in proper sections. (d) The tenderer shall unload the materials promptly, on delivery from the wagon /BFR's otherwise he

shall be responsible for demurrage charges.

15. BEARING & ANCHORAGE:(ii) Bed plates and shoes shall be set level in exact position. They shall be given full and even bearing by

setting them on a layer of cement mortar (cement to be supplied by the railway as per provision and Instructions to Tenderers) after blocking them accurately as directed by the Engineer.

(iii) The tenderer shall drill the holes and set the anchor bolts except where the bolts are already built into the concrete or masonry. The bolt shall be set accurately and fixed with Portland cement grout completely filling the holes.

(iv) Before grouting, the holes should be cleaned very carefully as such there should not be any deposit of and or rubbish etc. No extra payment will be made for that.

16. TESTING: Refer IR Fabrication specification Serial No. IRS-BI-2008 issued by RDSO Cl.35.1 to CL 35.3 and appendix IV.

17. CHECK TEST MADE AT CONTRACTOR: Refer IR Fabrication specification Serial No. IRS-BI-2008 issued by RDSO Cl.36.1 to CL 36.2 and appendix IV.

18. REMOVAL OF UNUSED MATERIALS ETC:(a) The contractor shall take steps as desired by the Inspecting officer to ensure that rejected work is not

resubmitted for inspection.(b) On the completion of the work, the tenderer shall remove all his unused and surplus materials, paints

and staging or other materials produced from his operation and shall leave the site in a clean and tidy condition.

19. INSURANCE:The contractor shall be responsible for all damages injury caused by their work or workmen to person, animals of things or to the work of other Tenderers and he shall affect any insurance necessary and held the employer free from all responsibilities in the respect. This insurance must be affected jointly in the name of the contractors and the East Central Railway and the policy lodged with the Engineer. The contractor is liable in respect of all or any expenses arising from and such injury to person or property as afore-said and also in respect of any claim made in respect of any award or compensation or damage, resultant from such claim.

20. COMMENCEMENT OF THE ERECTION WORK AT SITE:The contractor shall commence the erection work when and as soon as, but not until, he receives instructions from XEN/ AEN In-charge to do so. On such order being given possession of site/authority shall be given to the contractor of such portion or portions of the site as the XEN/ AEN may determine.

Signature of Tenderer (s)

Page 60: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 60 of 6921. CONTRACTOR TO STUDY DRAWING & SPECIFICATION ETC AND HIS LIABILITY:

The tenderer shall be responsible for close scrutiny of the drawing supplied by the Railway for any discrepancies, error or omission in the drawings or other particulars indicated therein and shall approach the railway immediately for rectification such discrepancies, errors and omission. In any dimensions/figure upon a drawings or plan differ from those obtained by calling the drawing or plan, the dimensions as figured upon the drawings of plan shall be taken as correct.

22. CONTRACTOR TO SUBMIT HIS TIME TABLE : (i) The contractor shall have to give to the Dy.CE./Bridge Line a monthly progress of work done during the month by the 4th day of the following month. He will also give to Dy.CE/Bridge Line through XEN/ AEN the programme of coming month by 25th of each month. The programme will be subject to alteration at the discretion of the Dy.CE/Bridge Line, who may discuss such modifications or alteration with the contractor if he (Dy.CE/Bridge Line) considers it necessary.(ii) The time for any date of completion of the work as stipulated in tender document else where shall be deemed to be the essence of the contract and the works must be completed in all respects not later than the date specified therein.

23. ANY DOUBTED POINTS TO BE REFERRED TO THE DY.CE/BRIDGE LINE: Should there be any doubt or obscurity as to any ting to be done or not to be done by the contractor, or as to these instructions or as to any matter or thing, the contractor must set forth such doubt or obscurity in writing and submit the same to Dy.CE/Bridge Line. Only such reply as the said Dy.CE/Bridge Line (either on his own or in consultation with Chief Bridge Engineer) may be in writing given shall be taken as the authoritative interpretation of the point in doubt or obscurity. Neither the Engineer nor any servant in the employ or the Railway have or has any authority to make any representative of explanations to the contractor as to the meaning of the form of contract, General Condition and specification, schedule of quantities and rates, drawing or other documents or as to the condition of the work or site of as to the works, or as to these instructions or as to any other matter or things.

24. LAND :The Railway administration will at his discretion arrange free of cost land to the extent separable for contractor's office at sites, field workshop, stores, assembly and erection yard. Land required by the contractor for labour or staff or other purpose will have to be arranged by him at his own cost.

25. TRANSPORTATION AND HANDLING OF MATERIAL & PLANT : The contractor shall be responsible to arrange at his own cost wagons (if required) or transportation or materials and stores (other than those which are being arranged by the railway) required for the works. The railway will however, render all possible assistance to him in getting allotment of wagons, but the Railway undertake no responsibility for delay in its supply. The contractor shall be responsible for all handling and timely loading and unloading as per railway commercial rule for public.

26. ISSUE OF MATERIALS BY RAILWAY: If at any time any material or equipment which the contractor is required to arrange himself is supplied by the Railway either at the contractor's request or in order to prevent any possible delay in the execution of the works due to contractor's inability to make adequate arrangement for the supply, such material or equipments will be made available to or taken back from the contractor in the Railway's stores, Godown, All handling there from or there to will be the contractor's responsibility. Recovery of the cost of such supply will be made from the contractor's bills at the present market rate prevailing at the time or issue plus 5% on account of freight and 2% on account of incidental charges. Any demurrage of other charges due on account of detention to wagon in loading or unloading will also be recovered from the contractor is not available in Railway's stock or the Railway decides not to supply the same be that for whatever reason, the quoted above or any other cost nor bill this fact be accepted as an excuse for delay in the execution of the work.

Signature of Tenderer (s)

Page 61: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 61 of 69

27. LOADING : Refer Clause 44.1 to 44.3 of IR Fabrication specification Serial BI-2008 issued By RDSO.28. MATALLISING WITH SPRAYED ALUMINIUM (IF REQUIRED AS PER TENDER SCHEDULE):

1. Surface preparation.2. Metal spraying3. Purity of Aluminum4. Appearance of the Coating5. Thickness of the Coating6. Shop paintingNOTE:For above items refer IR specification for fabrication Serial No. IRS-BI-2008 issued by RDSO appendix - VII.

29. FURTHER DRAWING AND INSTRUCTIONS:1. Chief Bridge Engineer shall have full power to make and issue further drawings or instructions or direction from time to time as may appear necessary and proper to the contractor for efficient construction completion and maintenance of the works. The contractor shall be bound by the same as fully as if they had been mentioned or referred to in the contract, and the contractor shall not be entitled to any extra payment in respect of any work or materials shown or directed. 2. The Tenderer's rate should provide for cutting M.S plates for making out M.S. Flats from plates, in case M.S. Flats are not available. No extra payment for such cutting and grinding that may be necessary for converting M/.S. Plates to Flats will be admissible.3. If the works are required to be done in by Rly. Yard and Rly. Tracks are to be crossed, the tenderer shall inspect the site and make himself thoroughly acquainted with site condition and quote proper rate including provision for making suitable facilities at site for the work.4. The work shall have to be done in such a manner that the normal working of the Railway within the railway yard does not get disturbed. Proper protection is to be ensured by the contractor for allowing their labourers to d\cross the Railway lines with head-leads. No material/temporary structures should be kept adjacent to the running track within 3M from the centerline of track, which may infringe rail traffic. The contractor shall take necessary precaution to prevent/ cause damage to the Railway property & staff

during the execution of the work. These precautions are in addition to provision of the standard conditions and Specification on safety requirement detailed in Tender Document elsewhere.

Witness:

1. __________________________ Signature of Tenderer(s)

2. __________________________ Date _______________

East Central Railway

Page 62: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 62 of 69Special conditions for Bridgework

1. The Tender are required to inspect the site and carry out careful examination so as to satisfy themselves as to the nature of the work involved and facilities available at site. The should also note carefully all the existing structures and those under construction through other agency, if thereby and should take adequate protection of all such structure, including Railway Track during course of execution of work under this contract. The rate quoted by the tenderers and accepted by the Railway must cover all such charges. Contractor will also make arrangement for approach road for transporting of construction equipment/material either through government or private land at his own cost including compensation to private landowner etc.

2. Railway land as existing and as separable will be made available to the contractor Free of charge for building their stores go down, camp office, Girder yard etc. The Contractor shall make their own arrangement at their cost for levelling and dressing the ground or developing the land.

3. COORDINATION BETWEEN CONTRACTORS: The other work for the bridge may be done simultaneously by other agency of State Govt./Central Govt./Railway, through separate contracts. The contractor should plan his work in such manner that the works of other contract should not hamper in any way, rather he should co-ordinate with programmes in consultation with the Engineer-in-Charge of the work, so that the work of this contract as a whole is completed within the target fixed.In case of any conflict between the two contractors in respect of working Facilities at site, the decision of the Engineer-in-Charge of the work shall be final and binding on both the Contractors.

4. DAMAGE TO ADJACENT PROPERTIES/WORKS:The contractor shall be held responsible for any damage of Railway/Public Property including telephone line, cable etc. which may be caused by any of his action in connection with or in the execution of the work.

5. SUPERVISION OF WORK:Engineer-in-Charge may order the contractor to suspend any work for any Reason whatsoever and no compensation for such suspension of work shall be payable to the contractor. However, the Railway Administration on written application may sanction the additional time of completion of the work to that extent to the contractor.

6. NIGHT WORK:The contractor shall have to carry on with the work during night if considered essential to maintain the progress of the work and his quoted rated should be inclusive of any additional expenditure involved in the working at night. Such work should, however not be done without the written permission of the Engineer-in-Charge the contractor at his cost should make lighting arrangement.

7. The contractor must provide all plant and machinery with crew i.e. Driver Cleaners and necessary consumable store lime, coal, fuel oil, lubricating oils for Engine and provide adequate number of transport vehicle for bringing materials at site. The tenders should submit a list of tools and plant in their possession for carrying out the work.

8. Shoring on all sides of foundation trench will have to be adopted where Necessary and as directed by the Engineers to retain earth, at Contractors cost.

9. The work involved in head and/or truck leading of materials and crossing Tracks for which no extra payment will be made. The rates quoted should cover all such expenditure.

10. For unforeseen item of work for construction if required to be done, payment will be made by Rly schedule of Rates 1987/1999 percentage above Schedule of Rate 1987, the rate for such work will be arrived at by analysis based on labour and materials rate provided in the Schedule of Rates 1987, 2008 added by percentage quoted by the tenderer in the Schedule ‘B’. If no such analysis is possible from schedule of rates, the analysis will be made from prevailing market rates with 12% contractor’s overhead and profit.

Signature of Tenderer(s).

Page 63: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 63 of 69

11. The contractor shall provide all appliances, efficient and sufficient staff and labour for setting out and shall set out the works and every part thereof and shall be responsible for the accuracy of the lines, levels and dimensions of the work in accordance with the drawings, further drawings, directives or instructions issued at any time to him and every facility shall be given to the Engineer and all persons duly deputed or authorized by him in writing for checking the same. The contractor shall also allow or amend any error in the dimensions, lines or levels to the satisfaction of the Engineer or his authorized representative without claiming any compensation for the same.

12. The contractor shall make his own arrangement on his own sole account for procuring all materials to be used on works under this agreement with the Railway administration. The rates quoted by him, against the schedule of items, should be entirely inclusive so as to cover any purchase price and/or royalties and/or compensation for surface damage paid or payable by the contractor to land owners, mining authority etc. and all other charges incurred by him whatsoever including all lead, lift etc.

13. If the contractor enters on land not belonging to or held by the Railway administration for collection or quarrying of materials or any other purpose whatsoever he shall make regard to, and shall be solely/personally liable for the payment of any purchase price and or/royalties and/or compensation for surface damage, and the Railway Administration shall in no circumstances be support to be made party to any such arrangements and be liable for any such payment an/or compensation.

14. The contractor will not be entitled to any compensation for any delay for execution of the work arising from delay from the Railway Administration side. The delay so caused will be assessed and accepted by the Engineer and the contractor immediately for determining any extension of the time required completing the work which purpose only accepted period of delay will be taken into consideration. If the matter is not brought be to the notice of the Engineer immediately such delay occurs consideration for extension of time will be made later no. The contractor must accept as final and binding the decision of the Divisional Engineer-in-Charge of the work.

15. QUALITY CONTROL:15.1 No cement plaster will be permitted on C.C./R.C.C. work. Token penalty up to 5% of the accepted rates may

be imposed on account of bad surface/work man ship.15.2 To ensure that the concrete used for the work is exactly as per the approved designs, it is necessary for the

contractor to have a small field laboratory with complete equipment at the site of work, which will enable carrying out of standard test for the quality of water, sand, aggregate etc. The rate should also provide for equipment for casting, curing and testing of sufficient number of 6” cubes. Testing of the cubes should be done at site or any other approved Government Testing Laboratory as and when necessary.

15.3 Periodical testing of water may also be get done through approved Government Testing Laboratory if asked for by Engineer-in-Charge.

15.4 Contractor’s laboratory shall remain accessible to any other representative of the Railway Administration; Engineer- in-Charge will depute his supervisory staff to supervise the work in the Field Laboratory.

15.5 Contractor will also supply one P.C. and one camera with all latest attachment for monitoring of this work and one vehicle with driver and fuel etc for inspection of site work to Rly. free of cost during contract period.

15.6 The concrete work shall be done in accordance with Indian Railway standard code of practice for plain reinforced and pre stress concrete for general bridge construction (concrete bridge code)/IS.456.2000. or any other relevant BIS codes.

15.7 All concrete items will be measured without any reduction for the volume of reinforcements and steel structures.

15.8 The contractor shall keep sufficient stand by equipment like cone. Mixer, vibrators etc. so that concreting is not affected by break down of tool & plants.

15.9 Contractor with prior approval of engineer in charge may use admixture.

Signature of Tenderer(s).

Page 64: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 64 of 6915.10 All relevant code will be made available at field laboratory by contractor at his own cost.16. Contractor will remove all spoil material/earth etc and clear the site as per direction of engineer in charge.17. The contractor shall bring necessary equipment for earthwork, concreting, piling, and fabrication of steel as

the case may be to his site office and get it examined by engineer in charge for its adequacy and suitability before the site is handed over to the contractor for commencement of the work.

18. For work done under East Central Railway Schedule of Labour and Materials Rates, 2008 supply of materials by the Railway to Contractor shall be under the terms and conditions specified in the preface and in the introductory remarks of the various Chapters of the said schedule with identification specified in para 3 below:-

19. The Contractors shall supply all materials required for the execution of the whole work and execute the work according to the standard conditions and specifications unless otherwise expressly stated in the schedule of items or in the tender papers.

20. Materials to be supplied by the Railway shall be supplied to the contractor either from the store Godown of any of the Rly. Store of IOW situated at SPJ or in wagon load lead near any of the said stores, and shall have to be carried from the said Stores to the site of the works by the Contractor at his own cost. Contractors shall unload materials from wagons within the free time allowed and sharfage or demurrage charges, if accrued (as per Railway traffic rules in force form time to time) shall be debited to the Contractors. The tendered rates shall include loading, unloading carriage to the site of works; leading, lifting, stacking, rehandling etc. of all materials to be supplied either by the Railway or by the Contractor in this contract for works in the schedule of items and no separate payment will be made in this respect. (This supersedes conditions of payment for lead of materials as specified in the introductory remarks in various Chapters of E. Railway labour and materials schedule, 1996).

21. PROGRAMME FOR COMPLETION OF WORK:The contractor has to submit detail completion plan for the work in form of BAR chart /PERT chart within the 15 days of issue of Letter of acceptance.

22. The rates quoted by the tenderer shall include washing stone chips screening chips, sand where necessary and nothing extra shall be paid on this account.

23. The quoted rates pertaining to the labour & materials schedule of rates 2008 and for other items in the schedule of items of the tender shall be deemed to take into account the difficulties detention and delay in supply of Rly. materials encountered in course of execution of works and nothing extra on these accounts shall be paid.

24. Time is the essence of the contract and the work shall be completed within the stipulated time embodied in the Agreement.

25. The rates quoted in the schedule of items shall be inclusive of bailing out of pumping out water (i.e. percolation or any subsoil, canal or stream water) coming from sub-soil or outside and no extra payment shall be made on this account under any circumstances.

26. Where vehicles are permitted to ply adjacent to the Railway lines an experienced Gang man would be posted by the Railway as Flagman at the cost of the contractor to prevent accidents, and the amount towards the salary of the flagman shall be recovered from the Contractors bills.

27. The Railway Administration shall not be responsible for any loss or damage to the contractor’s materials, equipments, tools and plant due to fire, floods or any other cause or causes whatsoever.

28. TOOLS AND PLANTS :It shall be clearly understood that it is entirely the contractor’s responsibility and liability to find, procure and use all machineries, tools and plant and their spare parts that are required for efficient and methodical execution of the work. Delay in procurement of such items due to their non-availability of import difficulties or any other cause whatsoever, shall not be take as excuse for slow or non performance of work.

29. While transporting and storing cement, the Contractor shall guard against loss due to any cause whatsoever as well as against cement becoming damp or wet due to moisture. The Contractor shall be responsible for the storing cement at the site of work according to standard conditions and specifications.

Signature of Tenderer(s).

Page 65: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 65 of 6930. Railway materials will be issued commensurate with the progress of work.31. Service Roads, where required, the contractor shall provide the same at his own cost with the prior permission

of the Engineer or the appropriate authority or the private parties as the case may be, Maintenance of these service road, shall be the responsibility of the Contractor and shall be done at his own expenses. The Railway, however, reserve the right to make use of these additional service roads, as and when necessary, without any payment to the Contractor.

32. Quality Assurance:

(i) The Contractor shall supply all materials and execute all works according to the specifications and drawings pertaining to the work, both in respect of structural strength and finish in addition to complying with provisions of GCC.(ii) In case a Contractor executes a work which is below the specified structural strength, the work shall be dismantled and re-executed at contractor’s cost.(iii) Contractor shall make 6(six) cubes as specified in IS:456-1978 for the __________ quantity of each day’s work for testing the strength of concrete 3 Cubes shall be tested after 7 days and 3 cubes shall be tested after 28 days. The testing of cubes shall be done in approved laboratory or Railway’s own laboratory. The cost of making cubes and curing and transportation from site of work to laboratory shall be borne by contractor. However, the cost of cement required for making those cubes as well as for testing shall be met by Railway.

33. WORKMEN OF THE CONTRACTOR.(i) It would be appreciated by the Contractor that there are a number of areas of work where no amount of supervision by Railway may be possible, but only adequate competence of the workmen can ensure proper quality of work.(ii) The contractor shall, therefore, engage workmen having adequate competence and experience for doing the work at site.(iii) In case the Engineer at site finds that any of the workmen of contractor is not competent and is inexperienced and is repeatedly executing work of defective quality, he may order the Contractor to remove such worker from site of work and to replace him by another suitable worker from site of work and to replace him by another suitable worker. The contractor shall be bound to remove such a workmen/from site and to replace him suitable without any claim and/or delay.

34. ENGAGEMENT OF ENGINEERING GRADUATES/DIPLOMA HOLDERS.The contractor shall be required to employ such unemployed Civil Engineering Graduates/Diploma Holders according to the ratio specified below:-

Contract value No. of Engineers/Diploma Holders to be employed

Duration

Rs.10 lakhs and above. 2 Engineering Degree holders. Duration of the const. till the completion of the work.

2 Engineering Diploma holders.Fresh Civil Engineering Graduate/Diploma holders without any experience of any kind shall be taken under training, by the Contractors on stipend basis at the rate of not less than Rs._______ or Rs. _____________ per months till the completion of the work.The Contractor shall give a declaration along with his tender to the effect that the Graduate Engineers/Diploma holders shall be employed by him under the particular work for which tender is submitted in accordance with the rates and ratio as specified above and that none of them is/will be related to him (contractor) failing which the tender may be disqualified. In case of wrong information having been given by the contractor which comes to light subsequently, the contract may be rescinded and action taken in accordance with the Clause 61 of General condition of contract, 1969 binding on the contractor.

Signature of Tenderer(s).

Page 66: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 66 of 69

35. MAINTENANCE PERIOD:The maintenance period for the work shall be (6) six months reckoned from the date of completion of the work as per the contract to the satisfaction of the Engineer and his certification as such During the maintenance period, the contractor shall be fully liable and responsible as detailed in Clause 47 of the General conditions of contract and standard specification 1969 (with up to date amendments there to) of the Engineering Deptt. of Eastern Railway.

36. Subject to as otherwise provided in this contract, all notices to be given on behalf of the President of India and all other action to be taken on his behalf, may be given or taken behalf by Engineer or his representative.

37. Completion of work in time :Time is the essence of the contract. The time for completion of the work as stipulated in the tender form and in Para 20 of the Instruction to Tenderers and condition of tender shall be deemed to be the essence of the contract and the work shall be complete in all respects within the said completion time i.e. within Six months to be reckoned form the date of issue of letter of acceptance excluding the period when the work is suspended due to rains and the site conditions do not permit the work to be done due to such rains, such period to be decided by the Engineer.

38. Insurance:The tenderer shall be responsible for all damages and injury caused by their work or workmen to persons, animal or things or to the work of other trades and he shall effect any insurance necessary and hold the Railways free form all responsibilities in this respect. The insurance must be jointly in the name of the tenderer and the Eastern Railway and the policy lodged with the Engineer. The tender is liable to bear expenses arising out of/from any such injury to persons or property as aforesaid and also of any award of any award of compensate or damage resulting from any such claim.

39. Binding wire required for tying and binding reinforcement reinforced cement concrete work shall not be supplied by the Railway and shall be arranged by the Contractor at his own cost.

40. Drawings :The work as per this contract shall be carried out as per approved CE’s Drg. .

41. The tenderer shall be responsible for close scouting of the drawings mentioned in the Para 1 above for any discrepancy, errors or omissions in the said drawing or of other particulars indicated therein and shall approach the Railway immediately for rectification of such discrepancies, errors and omissions.

42. Inspections :The Engineer or his authorized representative shall have free access to the work of contractor at all reasonable times and shall be at liberty to inspect the process of work at any such time and to reject in whole or part, any work or material that does not confirm to the specifications and may order the same to be removed, replaced or altered at the expense of the contractor. The contractor shall make available free of cost all facilities, tools, gauges, equipments for satisfactorily carrying out such inspection.

43. Railway land as existing and as separable, will be made available to the contractor free of charge for building their store Godown, camp office etc. The contractors shall make their ground or developing the land as required.

44. The tenderers are required to inspect the site and carry out careful examination of all the existing structures and the various protection arrangements required. The Bridge No. _________ which is the subject of this work, is under temporary restriction at present with various rail struts and they cannot be taken away altogether for permitting the work as per this contract. The work has to be executed carefully so that only the barest minimum number of struts is removed to permit the work as per this contract to be executed. During the work, the safety of the track and the Railway traffic should in no case be endangered. Besides, there is a canal following through the bridge and the canal stream will have to be diverted more than once to permit the work for various spans of the arches. Flooring, drop wall etc. to be executed. The rates quoted by the tenderers must cover all such charges.

Signature of Tenderer(s).

45. Damage to Adjacent properties/works :

Page 67: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 67 of 69The contractor shall be held responsible for any damage of Railway public property including telephone line, cable etc. Which may be caused by any of his action in connection with or in the execution of the work.

46. Setting out of the work :The contractor shall arrange without any additional charge a requisite number of men with all the equipments and materials as necessary for the purpose of setting out of the works. Similar arrangement shall have to be made by him at the time of measuring the work whenever required and also at the time of any examination of the work required to be carried out by the Engineer-in-charge of the work.

47. Location and Level :The contractor shall be responsible for correct location, level and alignment according to the approved drawing not with-standing that the Engineer-in-charge or his authorised representative shall have periodically checked the same.

48. NIGHT WORK :The Contractor shall have to carryout with the work during the night if considered essential to maintain the progress of the work and his quoted rates shall be inclusive of any additional expenditure involved in the working at night. Such work shall however, not be done without the written permission of the Engineer-in-charge. Lighting arrangement shall be made by the contractor at his own cost.

49. The Contractor shall provide all plants and machinery with crew i.e. Drivers, Cleaners and necessary consumable store like Coal, fuel, Oil, lubricating oils for Engine and provide adequate number of transport vehicles for bringing materials at site. They should under-take all temporary works required for carrying out the work. The tenderer shall submit a list of tools and plants in their possession for carrying out the work.

50. Shoring on all sides of foundation trench shall have to be adopted at contractor’s cost where necessary and as directed by the Engineer to retain earth.

51. The contractor shall provide all appliances, efficient and sufficient staff and labour for setting out and shall set out the works and every part thereof & shall be responsible for the accuracy of the lines, levels & dimensions of the works in accordance with the drawings further drawings, directions or instructions issued at any time to him and every facility shall be given to the Engineer and all persons duly deputed or authorised by him in writing for checking the same. The Contractor shall also allow or amend any error in the dimensions, lines or levels to the satisfaction of the Engineer or his authorised representative without claiming any compensation for the same.

52. If the contractor enters on land not belonging to or held by the Rly. administration for collection or quarrying of materials or any other purpose what-so ever, he shall make his own arrangements with the owner or owners of such land, with regard to and shall be solely/personally liable for the payment of any purchase price and/or royalities and/or compensation for surface damage, and the Railway Administration shall in no circumstance be/purport to be made party to any such arrangement or be liable for any such payment and/or compensation.

53. The concrete work shall be done in accordance with Indian Rly. Standard code of practice for plain, Reinforced and Prestressed concrete for general bridge construction (Concrete Bridge Code).

54. BLOCK REQUIRED:The contractor shall specify the requirement of temporary block required for the work. Temporary blocks shall be arranged by the Engineer-in-charge of the work for the minimum period as suits the operating Deptt. of the Railway.

55. The Contractor shall keep sufficient stand-by equipment like mixer, vibrator etc. for concrete work so that concreting is not effect by break-down of tools/plants.

56. Weep holes shall be kept in wing wall and abutment of bridges by placing thick gauge 40mm dia. PVC pipe in the concrete before casting at spacing in elevation as decided by engineer. No deductions in volume of concrete will be made. No payment shall be made towards cost of labour & materials for placement of pipes used for weep holes.

57. ELECTRICITY :The Contractor shall make his own arrangement for electricity required for running the plant and machinery, and if illumination or for any other purposes whatsoever for execution of the work, at his own cost. The Railway shall recommend his application to the State Electricity Board Authorities and render necessary assistance as possible, but Railway shall not at all be responsible for ensuring such supply of electricity.

Signature of Tenderer(s).

Page 68: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 68 of 6958. All concrete should be compacted by vibration except where concrete is placed adjacent to started soil in

which case the compaction of concrete should be done by proper ramming.59. On the surface of finished re-in forced cement concrete or plain concrete, no cement plaster shall be

permitted.60. If during the course of execution of work the contractor has to do any unforeseen items of work not covered

in the schedule of labour and materials rates 1996 and rate analysis based on the Eastern Railway schedule of labour & material rates 1996 with the accepted percentage increase/decrease in the contract will be worked out. However, the Contractor is bound to accept the rates as finally decided by the Chief Engineer/Chief Bridge Engineer, E.C. Rly; Hajipur.

61. Works test cubes for reinforced cement concrete/plain concrete work shall be taken and tested in accordance with General conditions of contract and standard specifications (Followed by Work Hand Book Part I & 2 GCC Feb, 2001) with up to-date amendment thereto at Contractor’s own cost & nothing extra shall be paid on this account.Contractor shall make concrete cubes as specified in IS:456-1978 for the per _________ quantity of each days work for testing the strength of concrete. 3 Cubes shall be tested after 7 days and 3 cubes shall be tested after 28 days. The testing of cubes shall be done in approved laboratory or Railway’s own laboratory. The cost of making cubes and curing and transportation from site of work to laboratory shall be done by contractor. However, the cost of cement required for making these cubes as well as for testing cubes shall be met by Rly.

62. TENDERER(S) RELATIVE EMPLOYED AS GAZETTED OFFICER:In case of a tenderer(s) being an individual having a relative(s) employed in any Gazetted capacity in the Eastern Railway or in the case of partnership firm/or company incorporated under the Indian Company Law, should any partner(s)/Director(s) or relative(s) of the Partner(s)/Director(s) or share share holder(s) be employed in any Gazetted capacity in the East Central Railway, detailed information about such Gazetted employee(s) shall also be furnished in the aforesaid Annexure – I.

63. TESTIMONIALS :63.1 In order to establish the capability of the tenderer(s) to under-take and tackle the work under this tender, the

tenderer(s) should submit, along with the tender, the particulars of all the works awarded or taken up by him for execution, during the five years preceding the date of opening of this tender irrespective of whether the same have been completed or are still continuing or were terminated, in the proforma enclosed as Annexure-II to this Chapter, in absence of which, the Rly. administration reserves the right to treat the tenderer(s) as having no capability/credentials and/or in case of tenderer(s) who have worked in the Railway, the aforesaid date may be complied in the aforesaid proforma by the Railway themselves on the basis of records available and the tenderer(s) shall have no right to question the corrections or completeness of such date.

63.2 The figures of costing indicated in the proforma at Annexure-II will not include the cost of materials supplied free of cost by the client to the Contractor.

63.3. The said proforma should be filled up by the Tenderer in respect of all the works done by him, whether for the Railways or for any other client.

63.4 The tenderer shall submit photo copies of certificates and testimonials from the Clients/Departments to establish are correctness of the date given by him n the aforesaid proforma, as also certificate certifying satisfactory performance and completion of works. The Railway reserves the right to verify the correctness of such data in whatever manner they consider fit and appropriate.

63.5 The tenderer(s) shall also enclose Bank certificate showing the financial stability to under-take work of such magnitude as is covered by this tender, without which the Rly. administration reserves the right to treat the tenderer(s) as having no financial capability to handle this work.

63.6 The tenderer(s) shall also submit a list of Court cases filed against/or Arbitrations in progress or demanded by him from the Rly. or other client, during the five years preceding the date of opening of this tender in Annexure-III of these tender documents. In the event of the tenderer not given this information, the Rly. shall compile such data in the said format from available records and the tenderer(s) shall have no right to question the correctness or completeness of such data.

Signature of Tenderer(s).

Page 69: Nature of documents · Web viewThose tenderer who wants tender documents through postal dak should send Rs.500/-(Five hundred) only through money order extra for each tender as postal

Page 69 of 69

64. LIST OF EQUIPMENTS/TOOLS, TECHNICAL PERSONNELS :The tenderer(s) shall submit list of equipment/tools with him and the list of technical personnel’s in proforma given in Annexure IV and V of this chapter.The tenderer(s) without this information may be treated as if the tenderer(s) has no Organizations and/or no equipment.

NOTE: TENDER NOT ACCOMPANIED WITH ANNEXURE- I, II/A, II/B, III/A, III/B, IV & V DULY FILLED AND SIGNED BY THE CONTRACTOR IS LIABLE TO BE REJECTED.

Signature of Tenderer(s).

(End of the Tender Document)