78
Tender No. Const/BKN/15/2009-10 Dated 03.09.2009 Signature of Tenderer/s DY CE/C-II/BKN 1 NORTH WESTERN RAILWAY (CONSTRUCTION) TENDER DOCUMENT (TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009) Name of work: - Construction of Platform backwalls, brick on edge flooring on platform and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project OFFICE OF THE DY.CHIEF ENGINEER (CONSTRUCTION-II) NORTH WESTERN RAILWAY, BIKANER.334001

OFFICE OF THE DY.CHIEF ENGINEER …imghost1.indiamart.com/tenders/doc/2009-09-25/183_2009-09-25_4.pdfassumption contrary to the provisions in these tender ... stipulations which are

  • Upload
    lythu

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

1

NORTH WESTERN RAILWAY

(CONSTRUCTION)

TENDER DOCUMENT

(TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009)

Name of work: - Construction of Platform backwalls, brick on edge flooring on platform

and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project

OFFICE OF THE DY.CHIEF ENGINEER (CONSTRUCTION-II)

NORTH WESTERN RAILWAY, BIKANER.334001

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

2

NORTH WESTERN RAILWAY

(CONSTRUCTION) TENDER DOCUMENT

(TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009)

1.0. Name of work:- Construction of Platform backwalls, brick on edge flooring on platform and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project

2.0 Approximate cost of work: - Rs 90.01 lakh

3.0 Earnest Money: - Rs. 180020.00

4.0 Completion period: 06(Six) months

5.0 Tender box closing date: - At 15.00 hrs on 09.10.2009

6.0 Tender box opening date: - At 15.30 hrs on 09.10.2009

NOT TRANSFERABLE.

Issued by Dy. Chief Engineer/Construction-II North Western Railway, Bikaner. Issued to --------------------------------------------- ----------------------------------------------

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

3

NORTH WESTERN RAILWAY

(CONSTRUCTION)

TENDER DOCUMENT

(TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009)

Name of work: - Construction of Platform backwalls, brick on edge flooring on platform

and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project

INDEX

Page No. SN Description

From To

1 Tender Form-First Sheet 4 4

2 Tender Form-Second Sheet 5 17

3 Special Conditions (Non Technical) 18 44

4 Special Conditions (Technical) 45 58

5 Performa I to V. 59 64

6 Schedule of approximate quantities

Schedule “A” SOR items and Schedule-B NS items

65 76

7 Notes on Schedule “A” & B 77 77

8

Rate sheet 78 78

(This tender document is containing page No 01 to 78 only)

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

4

North Western Railway (Survey & Construction)

TENDER FORM FIRST SHEET

(TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009)

Name of work:- Construction of Platform backwalls, brick on edge flooring on platform and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project

*****

The President of India,

Acting through the Deputy chief Engineer/ Construction- II

North Western Railway , Bikaner

I/We---------------------------------------------------------------------have read the various conditions to tender attached here with and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 120(One hundred twenty) days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our “Earnest Money”. I/we offer to do the work for Chief Administrative Officer (Construction) North Western Railway, Jaipur-302006/Chief Engineer (Construction)-North Western Railway, Jaipur/Dy.Chief Engineer/Construction-II North Western Railway, Bikaner-334001 at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respect within 06(Six) months including

monsoon from the date of issue of letter of acceptance of the tender. 2. I/We also hereby agree to abide by the General Conditions of Contract - 1999 corrected upto date and to carry out the work according to the Special Conditions of Contract and Specifications of Materials and Works laid down by the Railway in the annexed special conditions /specifications, Northern Railway Standard Specifications for Material & Works-1987 corrected upto date and the Schedule of Rates of Northern Railway-1996, corrected upto date. All correction slips issued for General Conditions of Contract, SOR & Standard Specifications for Material & Works will be applicable upto opening of the tender.

3. A sum of Rs. 1,80,020.00( Rs. One Lakh Eighty Thousand Twenty only) is herewith forwarded as Earnest money. The total value of the Earnest money shall stand forfeited without prejudice to any other right or remedies in case my/our tender is accepted and if: -

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

b) I/we do not commence the work within fifteen days after receipt of orders to that effect.

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

Signature of witness

1. ------------------------ Signature of Tenderer/s

2. ------------------------ Dated: -------------------------

Address: ---------------------------

----------------------------------------.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

5

SECOND SHEET

1. “Instructions to the tenderer/s and conditions of the tender”

1.1 (a) Tender must be enclosed in sealed cover super scribed as TENDER NO.

Const/BKN/15/2009-10 Dated 03.09.2009 and must be sent by Registered post to the address of the Dy. Chief Engineer/Construction-II, North Western Railway, Bikaner-334001, so as to reach the office not later than 15.00 Hours on 09.10.2009 deposited in the special box allotted for purpose in the office of Dy. Chief Engineer (Construction-II) North Western Railway, Bikaner-334001.This will be sealed at 15.00 Hours on 09.10.2009. The tender papers will not be sold after 11.30 Hrs. on 09.10.2009. The tender will be opened on the same day at 15.30 Hrs

1.1 (b) (i) The tender document may be downloaded from website also as tender document for submitting the bid from 08-09-2009. However, Demand Draft (separate Demand Draft other than that of Earnest Money) for an amount of Rs.5000.00 (Rs. Five thousand only) in favour of “FA & CAO/Const/NWR/Jaipur” towards the cost of the tender document payable at Jaipur will have to be enclosed with the tender document. In case, the offer is not accompanied with the valid demand draft for the cost of the tender document as detailed above the tender will be summarily rejected.

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

1.1 (b) (iii) Please note that the end of the document is marked as “END OF DOCUMENT” by the tenderer. The total document is to be downloaded for submission of the offer otherwise the document will be treated as invalid.

1.1 (b) (iv) Please note that if any change/addition/alteration/deletion in tender document is made by the bidder and the same is detected at any stage even after award of the tender, all necessary action including banning of business will be taken.

Tenderer using the tender document downloaded from the website should watch the website for the corrigendum/addendum to the NIT/tender document and there will not be any separate communication for that.

The following documents form part of contract: -

(a) Tender form - First sheet & Second sheet.

(b) Special conditions / specifications technical and non technical (Enclosed).

(c) Schedule of approximate quantities (attached)

(d) Northern Railway General conditions of contract (G.C.C.) (1999) as amended up to date. Copy of General Conditions of Contract can be obtained on payment from the General Manager (Engg.), Northern Railway, Baroda House, New Delhi

(e) Northern Railway Schedule of Rates (S.O.R.) (1996) with latest correction slips issued on or before the date of opening of tender. The copy can be obtained on payment from the office of General Manager, (Engg.) Northern Railway, Baroda House, New Delhi.

(f) Northern Railway Standard Specifications for Material & Works (1987) with latest correction issued on or before date of opening of tender. The copy can be obtained

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

6

on payment from the office of General Manager, (Engg.) Northern Railway, Baroda House, New Delhi

(g) All General and detailed drawings pertaining to this work which will be issued by the Engineer or his representative (from time to time) with all changes and modifications.

2.0 SYSTEM OF TENDERING.

Tender will consist of one packet and to be submitted in sealed cover at the time of submitting tender on 09.10.2009. Particulars/information’s required in the envelope / packet is as shown in clause 2.3. Envelope should be super scribed as under: - TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009

Name of work:- Construction of Platform back walls, brick on edge flooring on platform and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project

As far as possible the tenderer/s bid should not have any condition or specification or assumption contrary to the provisions in these tender documents on which the tenderer/s bid is based, shall be supplemented by the details of exact financial implications if applicable. Tenderer/s special conditions, not in conformity with the tender specifications, are required to be listed separately. Railway will not take cognizance of any other conditions/ variations from the tender stipulations mentioned at any other place in the tender documents, drawings etc. except under the format specified in the tender documents for such special conditions if any. It needs to be emphasized that only such conditions/ stipulations which are at variance with the tender conditions codal provision stipulated in the tender documents need be mentioned, in case tenderer/s choice to stipulated such special condition taking into account the restrictions mentioned elsewhere in the tender document. Only such of the special conditions/specifications stipulated by tenderer/s which have been specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways. The tenderer/s conditions/stipulations/codal are at variance with the tender conditions/codal provisions shall be withdrawn by the tenderer/s.

2.1 The list of documents to be attached is given under system of tendering.

2.2 Nature of tendering- (One Packet System).

2.2.1 The tender will be opened on 09.10.2009. This packet shall be sealed as under will consist of.

(i) Earnest Money in proper form.

(ii) Proforma No. I, II, III, IV , V (attached herewith).

(iii) Method statement. PERT CHARTS & Construction schedule vis-a-vis deployment of resources.

(iv) Bio data of key design and/or construction Engineers to be involved in this work.

(v) Partnership deed duly attested by Gazetted Officer.

(vi) Power of Attorneys

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

7

(vii) Tender documents duly signed & completed.

(viii) Any other document the tenderers may like to submit in support of his credentials/ scheme.

(ix) Performance records for the last 5 years shown if the firm: -

(a) Was awarded all contracts where firm’s bid price was lowest?

(b) Was awarded some contracts even though firm’s bid price was not lowest?

(c) Was denied by contract when the firm’s bid price was lowest?

(d) Was denied credit, bond or bank Guarantee?

(e) Was incapable of performance of contract resulting in rescinding of the contract at firm’s risk cost ?

(f) Was unable to complete awarded work?

(g) Was penalized for failure to adhere to completion date?

(h) Earned bonus for early completion of work.

(i) Took recourse to arbitration for settlement of disputes?

(j) Only those tenderer/s who possess necessary past experience, special tools & Plants and have sufficient expertise for this type of work are required to tender. Tenderer should furnish description of tools and plants available with the tenderer for this type of work.

2.4( A) Eligibility Criteria Only such tenderer/s need to apply who satisfy following eligibility criteria: -

(i) In regard to turn over, total contract amount received by tenderer during last three financial years and in the current financial year should be minimum of 150% of advertised tender value Rs. 135.02 Lakh for this tender. Tenderer/s should submit attested copies of authentic documents/certificate issued by employer/ client or audited balance sheet certified by Chartered Accountant. No certificate issued by any individual in his personnel capacity shall be accepted.

(ii) The tenderer should have completed at least one similar single work for a

minimum value of 35% of advertised tender value work in the last 3 financial years (i.e. current year and three previous financial years) i.e. Rs. 31.503 Lakh for this tender. Similar nature of work will be taken as

“Any Civil Engineering work.”

(iii) Credential certificate issued by Govt. Organization/semi Govt. Organization/

Public sector, undertakings/Autonomous bodies/ Municipal bodies and Private established sectors (private established sectors having turn over of Rs.50.00 crore and more per annum) shall be considered for assessing the eligibility of the tenderer”.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

8

Documentary proof duly attested by the gazetted Govt. officer should be submitted for item No. 2.4(A) (i) to (ii) above along with the tender. If the tenderer(s) fails to abide by the conditions or fails to submit documents as above at the time of submission of tender in support of credentials, their tender is liable to be passed over.

(iii) Tender documents regarding legal status of the tenderer such as partnership firms etc. are required to be submitted alongwith tender documents at the time of opening of tender, otherwise their offer shall be summarily rejected. No post tender documents related with status of firm shall be permitted.

(iv) It may please be noted that no opportunity will be given to any tenderer for submission of credentials after opening of the tender.

(v) Tender forms are not transferable.

(vi) Certificates from private individuals for whom such works have been executed will not be accepted.

2.4(B) The tenderer/s should also ensure while submitting this tender. (i) Whether possess necessary tools and plants to execute this work. (ii) Whether have sufficient qualified personals to depute for execution of this work. (iii) Whether capable to execute this work simultaneously with other works in hand, for

this the list of works in hand and liability during the year should be furnished. (iv) Whether furnished the details of works tendered for with the comparative position in

respect of other tenderer/s. (v) Whether furnished the details in regard of experience with Railways. (vi) Whether furnished the details in regard of experience with other departments. Details

should contain the remarks for completion of work in time, if not; the reasons should early be indicated.

(vii) The tenderer/s should intimate his/their Bank Account No. Name of the Bank and the Bank Specific Code No. at the time of bidding tenders, so that after finalization of the contract, it become a part of contract documents.

2.4(C) Following documents shall be submitted along with tender.

(a) List of Personnel, organization available on hand and proposed to be engaged for the subject work

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

(c) List of works completed in the last three financial years and in current year giving description of work, organization for whom executed, approximate value of contract and scheduled completion of the work. Date of actual start, actual completion and final value of contract should be given.

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

If the tenderer fails to submit the list of works in hand /tendered for in the prescribed performa-IIB of the tender document along with his /their offer, then it will not be possible to judge the tenderers financial capacity and capability to undertake the proposed work even if the tenderer fulfills the minimum eligibility criteria mentioned in para 2.4A (i) & (ii) above. (Ref. Railway Board policy letter No. RB/CE/15/2003). This is required to examine the financial capacity & capability of a intending tenderer vis - a–vis the work load on hand in order to ensure that he/she can undertake and execute the new work if assigned to him/her successfully and the new work is not beyond its capacity to undertake further work(s) .If the tenderer(s) fails to abide by

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

9

the conditions or fails to submit documents as above at the time of submission of tender in support of credentials, their tender is liable to be passed over. In case of item (c) and (d) above, supporting documents/certificates from the organizations with whom they worked/are working should be enclosed.

2.5 Decision of the Chief Administrative Officer (Const) NW Railway-Jaipur/Chief Engineer (Const)-IV, North Western Railway, Jaipur/Dy.Chief Engineer (Const-II) NW Railway, Bikaner regarding the acceptability of the scheme shall be final and binding. However, within the framework of scheme as submitted by the tenderer & acceptable to Railways, the Railway can effect suitable modifications to details as necessitated by the provision of various codes, manuals, reference etc.

2.6 Conditional tenders are liable to be rejected straight away Railway reserves the right

to reject such tenders summarily without assigning any reasons whatsoever. 3.0 DRAWINGS FOR THE WORK 3.1 Drawing for the work can be seen in the offices of the Chief Administrative Officer/

Construction/NORTH WESTERN RAILWAY, JAIPUR-302006/Dy.Chief Engineer (Construction)-II, North Western Railway, Bikaner at any time during the office hours. These drawings are only for guidance of contractors. Detailed working drawing (if required), based generally on the drawing mentioned above will be given by the Engineer or his representative from time to time.

3.2 All general & detailed drawing pertaining to this works which will be issued by the

Engineer or his representative from time to time with all changes & modifications. 4.0 EARNEST MONEY AND SECURITY DEPOSIT.

4.1 The tenderer/s is/are required to deposit a sum of Rs. Rs. 1,80,020.00(Rs. One Lakh Eighty Thousand Twenty only) as earnest money for due performance during

stipulated period and to keep the offer open for period specified below, failing which the tender will not be considered and will be summarily rejected. The previous deposits of earnest money will not be considered for adjustment against the present tender. This may please be noted by the intending tenderers.

4.2 The tenderer(s) shall keep the offer open for a minimum period of 120 days (One hundred twenty days) from the date fixed for opening the same. It is understood that the tender documents has been sold/issued to the tenderer(s) and the tenderer(s) is/are being 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 Dy.Chief Engineer (Construction-II), North Western Railway, Bikaner/Chief Engineer (const)-IV, North Western Railway, Jaipur/ Chief Administrative Officer (Construction) North Western Railway, Jaipur. Should the tenderer fail to observe or comply with the foregoing stipulation, the aforesaid amount of Rs.1, 80,020.00(Rs. One Lakh Eighty Thousand Twenty only) as earnest money deposited as earnest money for due performance of above stipulation shall be forfeited to the Railway.

The facility of lump sum earnest money will not be granted to the registered contractor of any Railway and they are required to deposit requisite earnest money along with his/their offer. The previous deposits of earnest money will not be considered for adjustment against the present tender. The same may please be noted by the intending tenderers.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

10

4.3 In case the tenderer/s withdraw his/their offer within the validity date of his /their offer or fails to undertake the contract after acceptance of his/their tender. The full earnest money shall be forfeited.

4.4 THE EARNEST MONEY SHOULD BE IN CASH OR IN ANY OF THE FOLLOWING FORMS: -

(i) Deposit receipts, Pay Orders, Demand Drafts, Banker’s Cheque.These forms of earnest money could be either of the State Bank of India or of any of the Nationalized Banks. No Confirmatory advise from the Reserve Bank of India will be necessary.

(ii) Deposit receipt executed by the Scheduled Banks (other than the State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for the purpose. The Railway will not, however, accept any such deposit receipt without getting in writing the concurrence of the Reserve Bank of India.

(iii) Deposit receipts tendered by the scheduled Banks, which have not been approved by Reserve Bank of India for the purpose provided.

(a) The receipt in question is countersigned by any of the approved banks (including the State Bank of India) whereby the latter undertakes full responsibility to indemnify the Government department in the case of default ; OR

(b) The Bank concerned lodges with the Reserve Bank of India requisite securities, namely, Cash Deposit or Government securities in respect of the guarantees to be executed or the deposit receipts to be tendered by it. Apart from the above provision, prior concurrence of the Reserve Bank of India in writing would be necessary for accepting deposit receipts under (iii) (a) & (iii) (b) ibid.

4.5 Guarantees Bonds, Government securities (stock certificates), bearer bonds, Promissory Notes, Cash certificates, etc. will not be accepted.

4.6 The earnest money where ever it is deposited in cash should be remitted in favour of FA & CAO (Const) NW Railway, Jaipur or to the Chief Cashier, North Western Railway, Jaipur- 302006 or to the Divisional Cashier (including Senior Cashiers of the construction units if any), nearest to their (tenderer/s) places of residence & the receipt obtained thereof should be enclosed with the tender as a proof of the deposit of requisite earnest money. The earnest money in cash should not be deposited with Station.

NOTE: -

(1) Deposit receipts, Pay Order and Demand Draft should be drawn in favour of the Financial Advisor & Chief Accounts Officer (Construction), North Western Railway, Jaipur.

(2) In case, the tenderer/s deposits/deposit earnest money in the form of fixed deposit receipt of Nationalized Banks, it should be issued exclusively in favour of “Financial Advisor & Chief Accounts Officer (Construction), North Western Railway, Jaipur” only. If the name of the directors/ company is added thereafter, the tenderer/s is/are required to sign on Rs. 1.00 (Rs. One only) Revenue stamps on back side of the deposit receipt.

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

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

11

6.0 If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

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

8.0 SECURITY DEPOSIT:

8.1 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.

8.2 Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under: -

(a) Security Deposit for each work should be 5% of the contract value.

(b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered.

(c) Security deposit will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards security deposit.

8.3 Security deposit shall be returned to the contractor after satisfactory completion of the work and maintenance period is over and after passing the final bill based on ‘No Claim Certificate’. 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 obligation have been fulfilled by the contractor and 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.

In partial modification to the above instructions, it has now been decided that:-

(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/I irrevocable Bank Guarantee for equivalent amount to be submitted by him.

8.4 No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract, but Government Securities deposited in terms of Sub Clause (1) of this clause will be payable with interest accrued thereon.

9.5 Introduction of Performance Guarantee (P.G): -

The procedure for obtaining Performance Guarantee is outlined below: -

(a) The successful bidder should give a Performance Guarantee amounting to 5% of the contract value in any of the following forms: -

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

12

(i) A deposit of cash.

(ii) Irrevocable bank guarantee.

(iii) Government securities including state loan bonds at 5 percent below the market value.

(iv) Deposit receipts, pay orders, demand drafts and Guarantee bonds. These forms of performance Guarantee should be either the State Bank of India or of any of the nationalized Banks.

(v) Guarantee Bonds executed or deposits receipts tendered by all scheduled banks.

(vi) A deposit in the Post Office Saving Bank.

(vii) A deposit in the National Savings Certificates.

(viii) Twelve years National Defence Certificates.

(ix) Ten years Defence Deposits.

(x) National Defence Bonds and

(xi) Unit Trust Certificates at 5 percent below market value or at the face value whichever is less.

(xii) FDR in favour of FA & CAO/Const. NW Railway, Jaipur (free from any encumbrance.)

(b) A performance guarantee shall be submitted by the successful bidder after the letter of acceptance has been issued, but before signing of the agreement. The agreement should normally be signed within 15 days after the issue of LOA and the Performance Guarantee shall also be submitted within this time limit. This guarantee shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

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

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

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

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

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

13

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

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

iv) MODEL FORM OF BANK GUARANTEE BOND

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 Agreement dated -------- made between ---------- and ------------ for ----------- (hereinafter called “the said Agreement”), of security deposit for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said Agreement, on production of a bank Guarantee for Rs.------- (Rupees------------------only )we, -----------------------(hereinafter referred to as “the Bank” at the request of --------------(contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs. --------------- against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

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

3. We under-take to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier (s) in any suite or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal .

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

4. We………..(indicate the name of bank) further agreed with the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance/of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ------------ office/Department) Ministry of -------- certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on in writing on or before the ------------ we shall be discharged from all liability under this guarantee thereafter.

5. We………..(indicate the name of bank) further agree with the government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

14

the said Agreement or to extend time of performance by the said contractor(s) from time to time or to post opens for any time or from time to time any of the powers exercisable by the Government against the said, Contractor(s) and to further or enforce ay of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or commission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the bank or the contractor(s)/Supplier(s).

7. We ----(indicate the name of bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the----------- day of ---------2009

For ______(indicate the name of bank)

10.0 PARTNERSHIP DEEDS, POWER OF ATTORNEY ETC.

10.1 The tenderer/s shall clearly specify whether the tender is submitted on his own or on behalf of the partner ship concerned. If the tender is submitted on behalf of a partnership firm, he should submit the certified copy of the partnership deed along with the tenderer and authorization to sign the tender documents on behalf of partnership concerned. If these documents are not enclosed along with the tender documents, the tender will be treated as having been submitted by individual signing the tender documents.

10.2 In terms of clause 15 of the Part-I “Regulations for Tender and Contract” of the G.C.C., the Railway will not be bound by any Power of Attorney granted by the tenderer or by the changes in the composition of the firm made subsequent to the execution of the contract. It may however, recognize such powers of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. These charges have been fixed at Rs. 100.00 (Rupees One Hundred only) payable by the tenderer at the time of submitting the power of attorney for scrutiny and legal advice.

10.3 If the power of attorney is not accepted, otherwise than for legal defects, the charges will be refunded. If the power of attorney is returned on account of legal defects for corrections, separate charges of Rs. 50.00 (Rupees Fifty only) for scrutiny of corrected power of attorney will be payable by the tenderer while resubmitting power of attorney. The same charges will be recoverable for scrutiny of all documents.

10.4 No power of attorney in favour of an individual person will be accepted if it is irrevocable e except when it is in favour of Bank.

10.5 In case, where the power of attorney/partnership deed has not been executed in English, the true and authenticated copies of the translation, of the same by Advocate, authorized translator of Court and licensed petition writers should be supplied by the contractor/s while tendering for the work.

10.6 The tenderer whether a sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner/partners should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

15

Notary Public or by Magistrate in favour of the specific person whether he/they be partner/partners of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreements, receive money, witness measurements, sign measurement books compromise, settle, relinquish any claim or claims preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.

11.0 Non-compliance with any of the conditions set forth herein above is liable to result in the tender being rejected.

12.0 RIGHTS OF RAILWAY TO DEAL WITH THE TENDER:

The authority for the acceptance of the tender will rest with the Railway which does not bind itself to accept the lowest or/any other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their tender nor the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders.

13.0 EXECUTION OF CONTRACT DOCUMENTS:

13.1 The successful tenderer/s shall be required to execute an agreement with the Railway for carrying out the works according to “General Conditions of Contract”, Special Conditions/ Specifications annexed to this tender and Specification for Work and Materials Northern Railway, Schedule of Rates as amended up to date with correction slips as mentioned earlier.

13.2 The tenderer/s whose tender is accepted shall be required to appear in person at the office of the Chief Administrative Officer/Const/North Western Railway, Jaipur/Chief Engineer/Const-IV, NW Railway Jaipur,/Dy.Chief Engineer (construction-II) ,North Western Railway, Bikaner as the case may be or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 7 days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other right or remedies.

13.3 In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as herein before provided, the railway may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as canceled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover the liquidated damages for such default.

14.0 SALES TAX / COMMERCIAL TAX:

State Govt./local bodies, Sales Tax /Commercial Tax at the rate prescribed by the Govt. of State for works contract construction contracts will be recovered from the bills from time to time for works carried out in the State Govt./Local Bodies. Necessary action as per Rajasthan State Authority notification No.F (12) FD/Tax Div./2001-24 dt. 29.3.2001 shall be taken if any exemption from Rajasthan Sale Tax is to be availed.

15.0 EMPLOYMENT, PARTNERSHIP, ETC OF RETIRED RAILWAY EMPLOYEES.

15.1 Should a tenderer be a retired Engineer of Gazetted rank or any other gazetted office working before his retirement, whether in the executive or administrative capacity, or, whether holding a pensionable post or not in the Engineering department of the railway on and administered by the president of India for the time being or should a tenderer being partnership firm have as one of its partners a retired Engineer or a retired gazetted officer as aforesaid or should a tenderer, being as incorporated

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

16

company have any such retired Engineer or retired officer as one of its directors, or should a tenderer have in time his employment any such retired Engineer or retired officer as one of his directors, or should a tenderer have in his employment and retired Engineer or retired gazetted officers as aforesaid , the full information as to the date of retirement of such Engineer or gazetted officer from the said service and in case when such Engineer or officer has not retired from Government service at last 2 (TWO) years prior to the date of submission of the tender as whether permission for taking such contract or if company to become a partner a director as the case may be or to take the employment under the contract has been obtained by the tenderer or the engineer or officer as the case may be from the president of India of or any officer, duly authorised by him in this 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 as associated with the tenderer as the case may be, shall be rejected.

15.2 Should a tenderer or contractor on the list of approved contractors have relative or relatives or in the case of firm or company of contractors one or more or its share holders or a relative or relatives of the shareholder(s), employed in the gazetted capacity in the Engineering department of the North Western Railway, the authority inviting tenders shall be informed of the fact at the time of submission of the 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 in clause - 62 of the General condition of the contract.

16.0 Participation of Joint Venture Firms: - For this tender, joint venture shall not be considered.

17.0 Care in submission of Tender:-

(a) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works, are taken into account and that the percentage/rates he enters in the tender forms is/are adequate and all inclusive to accord with the provisions in Clause 37 of the General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(b) When work is tendered for by a firm or company of contractors, the tender shall be

signed by the individual legally authorized to enter into commitments on their behalf. (c) The Railway will not be bound by any power of attorney granted by the tenderer or by

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

18.0 Omissions/ Discrepancies:- Should a tenderer find discrepancies in, or omissions from the drawing or any of the

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

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

17

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

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

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

negotiations relating to TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009 opened on 09.10.2009. My original tender shall remain open for acceptance on its original terms and conditions up to the date specified in the tender or the date extended by mutual agreement from time to time.

20.0 The tenderers should quote one uniform percentage rate in figures and in words over/ below/at par on the base value of schedule. Wherever there is a difference between the rates quoted in words and in figures, the rates quoted in words will be taken as correct.

21.0 Tender documents are not transferable.

Dy.Chief Engineer/Const-II NW Railway, Bikaner.

I/We have specially noted clause 15 of conditions of tender and declare that I/We have no relative employed in the gazetted or non-gazetted capacity in the Engineering Department of North Western Railway.

Signature of Tenderer/s. Dated: -

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

18

NORTH WESTERN RAILWAY (SURVEY AND CONSTRUCTION) TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009

Name of work:- Construction of Platform backwalls, brick on edge flooring on platform and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project

SPECIAL CONDITIONS/SPECIFICATIONS OF CONTRACT (Part-I)

Non technical

1. These special conditions and the schedule of work shall govern the work to be executed under this contract in addition to and/or in part super session of the General conditions of contract (1999), Northern Railway standard specifications (1987) and Schedule of Rates (1996)-as amended up to date.

2. Where there is any conflict between these special conditions of Contract on one hand and standard specifications and general conditions of contract of Northern Railway on the other part, the former shall prevail.

3. Any special conditions stated by the tenderer’s in the covering letter submitted along with the tender shall be deemed as part of contract to such extent only as have, explicitly, been accepted by the Railways.

4. USE OF RAILWAY LAND.

Use of Railway land required by the contractor/s for constructing temporary offices, quarters, hutments etc. for the staff and for storing materials etc. will be permitted to him/them free by Railway if available and it does not interfere with the working of other contractor/s executing the work in the same area for the Railways. The location of these offices, hutments stores etc. will be subject to the approval of the Engineer or his representative. The land will be restored to Railways by contractor/s in the same condition as when taken over in vacant condition as desired by the Engineer, after completion of the work or at any earlier day/specified /as by the Engineer. The failure to do will make the contractor/s liable to pay the cost incurred by Railways for getting possession of land.

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

5. USE OF PRIVATE LAND

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

6. CESS CHARGES:

(a) For contractor/s labour employed /residing at station and in colonies where Railway’s sanitation facilities exist, contractor/s will be required to pay cess charges as per rules in force on the Railway from time to time.

(b) For labour working between stations or at isolated places where Railway facilities do not exist, the contractor/s shall be required to provide necessary facilities for his/their labour in terms of clause 59 (4) of the General conditions of contract. In case of any failure on his/their part the necessary facilities shall be provided by the Railway

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

19

Administration at the cost of contractor/s and expenditure thus incurred along with cess charges will be recovered from his/their bills.

(c) The tenderer for carrying out any construction work in --------------------(name of the

State) 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 ---------------(name of the State) Govt. and submit certificate of Registration issued from the Registering Officer of the ---------------(name of the State) Govt. ( Labour Deptt.) For enactment of this 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.

7.0 CONTRACTOR/S RESPONSIBILITY TO ARRANGE TOOLS PLANTS MACHINERY ETC:

7.1 The contractor should make his/their own arrangements for all plants & tools, required for the successful completion of the work in time. However Railway may, if available, provide on their terms and at the cost of the Contractor(s) (cost and terms as fixed by the Railway as per extant rules) Railway’s tools and plants, machinery and stores such as pumps, compressors, drills, motor lorries, tractor, trailers, rails, sleepers C.G.I. sheets, etc. and other facilities which the contractor may required for the expeditious completion of this contract and which in the opinion of Engineer is necessary but the Railway undertakes no responsibility for doing so. The decision of the Engineer as to the necessity for the works facilities of stores will be final. The rates quoted by the tenderer will include cost of all tools & Plants, machineries, labours, materials etc. which will be required for successful and methodical completion of the work. Nothing extra will be paid on this account.

7.2 The tenderer/s shall supply alongwith his/their offer a list of special tools, plants & equipments required for proper Inspection/maintenance of work. The detailed descriptions/ specification of these with full cost of each and the sources of availability thereof shall be indicated alongwith the offer.

7.3 Either at the contractor/s request or suo-moto in order to prevent possible delay in the execution of the work or due to contractor/s inability to make adequate arrangements for plant or machinery tools and other equipments or due to any other reasons, the Railway may give such plant and machinery, tools & other equipments on hire as can be readily made available and as can be conveniently spared from Railway’s stock on usual higher charges but this is not binding on the Railway.

7.4 The decision of the Engineer in regard to hiring of equipment will be final and binding on the contractor/s and the non-supply of such equipment shall not be entertained as a reason in the execution of works or the cause of any claims.

7.5 If the Railway makes arrangements to supply tools, plant, and machinery, the same will be given on hire basis to the contractor/s on such terms and conditions as may be prescribed by the Railways and incorporated in Special agreement. The Hire & Staff Charges for operational and maintenance of plants will be fixed as per the Railway rules, terms & conditions as prevailing at the time of hire.

7.6 All tools machinery and plant will be issued to the contractor/s at the Railway’s stores depot at Section Engineer (Construction) P.way/Section Engineer (Construction (Work) North Western Railway, Sadulpur/Ratangarh or at any other suitable place and the same should be returned by the contractor at the same depot in good condition.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

20

8.0 MATERIALS SUPPLIED BY RAILWAY:

In case cement, steel, AC sheet with or without accessories, GI sheets with or without accessories, glasses or any other materials/items are issued to the contractors either free of cost or on cost to be recovered for use on the work as stipulated in the agreement, the supply thereof shall be made in stages depending on the progress of the work limited to the quantity/quantities computed by the Railway, according to the prescribed specification and approved drawings as per agreement.

The materials supplied should conform to Railway’s specification in all respects and should be in accordance with approved sample.

All such materials supplied for the work either free of charge or on payment as the case maybe will be issued to contractor’s at the Railway depot/godown/goods shed at Sadulpur/Ratangarh and will have to be used by the contractor for the work in such quantities as are indicated in the schedule or in the relevant specifications or drawings or as approved by the Engineer, whose decision thereon shall be final. Wastage or damages of such materials in any manner shall be totally avoided. The contractors shall be liable to the accountal for all such materials issued by the Railway, either free of cost or on payment excluding the permissible wastage which incase of steel materials should not in any case exceed 1% of the total quantity required for the work as per the approved drawings. No wastage under other items is permissible. Short lengths of rods should also be utilized to the extent possible by overtopping joints.

The cement, steel, AC sheets with or without accessories, G.I. sheets with or without accessories, glasses or any other materials issued in excess of the requirements as above, shall be returned in perfectly good condition by the contractors to the Railway at the Railway depot/Godown/Goods shed at Sadulpur/Ratangarh immediately after completion or termination of the contract. If the contractor fails to return the said materials then the cost of such materials issued in excess of the requirements as computed by Railway according to the specification and approved drawings will be recovered from the contractors at twice the prevailing procurement cost at the time of last issue viz. 2 x (purchase price + 5% freight only) This will be without prejudice to the right of Railway to take action against the contractors under the condition of the contract for not doing/completing the work according to the prescribed specification and approved drawings.

If it is discovered that the quantity of cement, steel or any other material used is less than the quantity computed by the Railway, according to specifications and approved drawings, the cost of materials not returned will be recovered at the same rates as applicable to excess issue of materials, indicated in the preceding Para.

9 (A) PRECAUTIONS WHILE WORKING IN THE VICINITY OF TRACK.

(i) When the work is required to be done along or near the existing Railway track, the contractor/s shall take such steps as are necessary for the safety of the track and labour working at site. He / they will also be required to programme his/their working so as not to interfere with the movement of trains. In this regards, contractor will not take-up the track work on running lines without the presence of authorized representative of Railways. No extra payment shall be allowed for these precautions and also for crossing track/tracks if required during the execution of the work. It should be ensured that the ballast of the track(s) is not spoiled or mixed with earth. The contractor shall also ensure that SOD is not infringed while carrying out the work.

(ii) In addition to the precaution taken by the contractor(s) for the safety of the track & labour, it may be necessary to post flagman in same location as an additional safety

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

21

measure for which the cost shall be recoverable from the contractor(s) on the basis of the expenditure incurred by the Railway enhanced by 12.1-2% departmental charges. The contractor/s shall be fully responsible for any damage to or trespass caused by his/their men to any surrounding structure, Railway bear no liability whatsoever on this account.

(iii) The contractor shall not allow any road vehicle belonging to him or his suppliers etc. to ply in Railway Land next to the running line. If for execution of certain works viz. Earthwork for parallel Railway line & 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 line and the contractor/s shall apply to the Engineer-in-charge for permission giving the type and No. of individual vehicles, name and licence particulars of the drivers, location, duration and timings for such work/movement. The Engineer in charge or his authorized representative will personally counsel, examine and certify the road vehicle drivers, contractor’s flagmen and supervisor and will give written permission giving names of Road vehicle, drivers, contractor’s flag man and supervisors to be deployed on the work. Location, period and timing of the work. This permission will be subject to the following obligatory conditions:-

1) Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6m form the center of the nearest track. For plying of road vehicles during night hours, adequate measures to be communicated in writing along with a site sketch to the contractor/contractor’s representative and controlling Engineer/ Supervisors in-charge of the work including officers and the in charge of the sections.

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

3) The vehicles shall ply 6m clear of track. Any movement/work at less than 6m and upto minimum 3.5m clear of track center shall be done only in the presence of Railway employee authorized by the Engineer-in-charge. No part of the road vehicles will be allowed at less than 3.5m from track center. Cost of such Railway employee shall be borne by the Railway.

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

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

(B) RETURNS:

The tenderer shall furnish to the incharge Engineer every week during the progress of the work, a classified return of the number of the people employed on the work during the week preceding the period. The contractor shall also furnish to the In-charge Engineer a report of any accident, which may have occurred within 24 hours of its occurrence.

10 (a) ENGAGEMENT OF QUALIFIED ENGINEERS.

If the total cost of the tenderer’s offer is Rs. 10 lakhs or more, the tenderer(s) shall also give a declaration along with his/their tender to the effect that he/they shall engage and continue in service for the period of the contract, one fresh Civil Engineering degree holders and also one fresh Civil Engineering Diploma holders. If they are without experience of any kind, they will be taken under training by the Contractor on stipend basis at the rate of not less than Rs. 2500/- per month for a

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

22

period of six months. Those who have gained experience and have completed the period of six months will thereafter be paid as under:-

Civil Engineering Degree Holders: Not less than Rs. 5000/- per month for the duration of the contract.

Civil Engineering Diploma Holders: Not less than Rs. 2500/- per month for the duration of the contract.

No one of the Engineer should be related to the tenderer(s).

If, the tenderer(s) fails/fail to give the above deceleration, his/their tender will be ignored. In case it is subsequently discovered that the declaration as aforesaid is in any way incorrect or the information furnished therein is wrong, the administration reserves the right to rescind the contract and to take action in accordance with clause 61 of the General Conditions of Contract. As a deterrent if the Engineers are not at site, recovery of Rs. 25,000/- per month will be done.

(b) DECLARATION FORM

I/We hereby declare that I/We shall engage and continue in service for the particular work for which tender is submitted one fresh Civil Engineering Degree Holders and one fresh Civil Engineering Diploma holders. If they are without any experience of any kind they will be taken under training by use on stipend basis at the rate of not less that Rs. 2500/- per month for a period of 6 (SIX) months. Those who have gained experience and have completed the period of 6 months will thereafter to paid as under: -

(i) Civil Engg. Degree holders: Not less than Rs.5000/- per month.

(ii) Civil Engg. Diploma Holders: Not less than Rs.2500/- per month for the duration of contract.

None of the Engineers will be related to me/us.

Dated:- Signature of Tenderer/s

11. WATER

(a) The contractor(s) shall make his/their own arrangements for potable and other water supply required for the execution of the work as well as for his labour. However, if water is supplied by the Railway, the contractor(s) will have to pay water charges as laid down in the General Conditions of Contract and in addition, the Contractor(s) will have to pay charges as levied by the Corporation/municipality.

(b) DRINKING WATER.

The tenderer shall provide and maintain at suitable places easily accessible to labour a sufficient supply of water fit for drinking.

12. VARIATION IN QUANTITIES DURING EXECUTION. 12.1 Individual NS items in contracts shall be operated with variation of plus or minus

25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required.

12.2 In case of increase in quantity of an individual item by more than 25% of the

agreement quantity is considered as unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender is considered not practicable, negotiations may be held with the existing contractor for arriving at reasonable rates for additional quantities in excess of 125% of agreement quantity.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

23

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

12.4 No such quantity variation limit shall apply for foundation items. 12.5 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)

12.6 For the tenders accepted at the Zonal Railways level, the variation in the quantities

will be approved by the authority in whose powers the revised value of the agreement lies.

12.7 For tenders accepted by General Manager, variations up to 125% of the original

agreement value (even if the revised agreement value is beyond GM’s competence to accept tenders) may be accepted by General Manager.

12.8 For tenders accepted by Board Members and Railway Ministers, variations up to

110% of the original agreement value may be accepted by General Manager. 12.9 The aspect of vitiation of tender with respect to variation in quantities should be

checked and avoided.

13.0 PROVISIONS OF CONTRACT LABOUR (REGULATION AND ABOLITION) ACT 1970.

13.1 The contractor shall comply with the provisions of the Contract Labour (Regulation & Abolition) Act, 1970 and the Contract Labour (Regulation and Abolition) Central Rules, 1971, as modified from time to time, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules or any further rules and regulations framed there under by him or on behalf of any persons directly or through petty contract or subcontractors employed by him/them or otherwise.

13.2 The Contractor shall obtain a valid license under the aforesaid Act as modified from the time to time before the commencement of the work and continue to have a valid license until the completion of the work. Any failure to fulfill this requirement shall attract the penal provisions of the contract arising out of the resultant non-execution of the work.

13.3 The contractor shall pay including the increased wages, if any, as per revised minimum wages act to labour employed by him directly or through sub contractor the wages as per provisions of the contract or cause to be paid the wages to laborer indirectly engaged on the work including any engaged by his sub-contractors in connection with the said work, as the labour had been immediately employed by him. Nothing extra will be paid on this account and the rates quoted by him will taken into account all contingencies even for the future.

13.4 In respect of all labour directly or indirectly employed in the work for performance of the contractor’s part of the contract, the contractor shall comply with or cause to be complied with the provisions of the aforesaid Act and the Rules wherever applicable.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

24

13.5 In every case in which by virtue of the provisions of the aforesaid Act or the Rules, the Railway is obliged to pay any amount of wages to a workman employed by the contractor or his sub-contractor in execution of the work or to incur any expenditure in providing welfare and health amenities required to be provided under the aforesaid Act and the Rules or to incur any expenditure on account of the contingent liability of the Railway due to the contractor’s failure to fulfill his statutory obligations under the aforesaid Act or the Rules the Railway will recover from the contractor, the amount of wages to paid so the amount of expenditure so incurred, and without prejudice to the rights of the Railway under section 20 sub-section (2) and section 21 sub-section (4) of the aforesaid Act, the Railway shall be at liberty to recover such amount or part thereof by deducting it from the security deposit and/or from any sum due by the Railway to the contractor whether under the contract or otherwise. The Railway shall not be bound to contest any claim made against it under sub-section (1) of section 20 and sub-section (4) of section 21 of the aforesaid Act accept on the written request of the contractor and upon his giving to the Railway full security for all costs for which the Railway might become liable in contesting such claim. The decision of the railway regarding the amount actually recoverable from the contractor as state above shall be final and binding on the contractor.

13.6 The contractor shall, indemnify the Railway Administration against any claim for compensation arising out of section 12 (1) work-men’s Compensation Act, 1923 and subsequent amendments there of due to any reasons whatsoever.

13.7 The attention of the tenderer is also drawn to the rules of the Inter State Migrant Workman (Regulation of employment conditions of service) Central rule 1980. The successful tenderers should comply with these rules as per the said Act/1979 (ACF No. 30 of 1979) with central rules 1980.

14 The Railway will not acquire any land for the purpose of movement of vehicles of the contractor/s in doing earthwork.

15 REPRESENTATION OF WORKS. 15.1 The contractor should himself be present at work site or nominate his representative

on the works who will be authorized to receive and acknowledge materials issued by the Railway and implement all orders issued by the Inspecting Officer of the Railway.

15.2 The representative nominated and authorized should also be authorized to implement the instructions and orders received and to account for the materials issued by the Railway for genuine use of the work. The attested specimen signature of the contractor’s representative shall be submitted and deposited before starting the work with the Engineer as well as the Engineer-in-charge of the work.

15.3 The power of attorney mentioned in clause No.15 of tender form second sheet should also be extended to cover the stipulations made in this clause of “Representation at works”.

16. ERRORS, OMISSIONS AND DISCREPANCIES. The tenderer/s shall not take any advantage of any mis-interpretation of the condition

due to typing or any other error & if in doubt, shall bring to the notice of Engineer without delay. In case of any contradiction only the printed rules and books should be followed and no claim for the mis-interpretation shall be entertained. In addition provision contained in the clause 22 (5) of General Conditions of Contract shall also be applicable.

17. TRESPASS. The contractor/s shall at all times by fully responsible for any damage or trespass

committed by his/their agents or workmen in carrying out the work even if such trespass is authorized by the Engineer.

18. INFLAMMABLE ARTICLES.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

25

Inflammable materials, such as petrol, oil etc. shall be stored separately from other materials and all due precautions as required under the Indian explosive at or any other Act shall be taken by the contractor/s to prevent any fires etc.

19. FIGURES, DIMENSIONS ETC. Figures, dimensions and drawings shall supersede measurements by scale and

drawing to larger scale shall take precedence over those to a smaller scale. Special dimensions or directions in the specification shall supersede all else.

20. PLEA OF CUSTOM. The plea of custom prevailing will not on any account be permitted as an excuse for

any infringement on any of the conditions of the contract or specifications.

21.0 ARRANGEMENT FOR PERMITS AND LICENCE. Arrangements for permits and licence for materials, contractor/s will have to make

his/their own arrangements. Also no import licence shall be arranged by the Railways for this work.

22.0 TAXES AND ROYALTIES. 22.1 All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties

payable by the contractor/s to the Government or public body or local authority and no additional amount will be paid or claim entertained on this account by railway.

22.2 DEDUCTION FOR INCOME TAX. The Railway will deduct 2% of income tax on the gross amount and surcharge on

income tax of each bill as per prescribed by Government from time to time and such deduction of Income Tax shall be recorded while making payment to the contractor/s. The settlement of Income Tax should be made with the Income tax authorities.

22.3 All taxes such as Income Tax, sales tax and other taxes as prescribed by Central/

State Govt. from time to time shall be applicable. The contractor shall be fully responsible for payment of all such terms without any liability of Railway Administration deductions towards such taxes shall be made from the payment of the contractor in accordance with rules in force from time to time.

23 NOTICES TO PUBLIC BODIES.

The contractor/s shall give to the municipality, police and other authorities all notices that may be required by law and obtain all requisite licence for temporary construction, enclosures and a pay all fees, taxes & charges, which may be leviable on account of his operation in executing the contract. He/they should make good any damages to adjoining premises whether public or private and supply and maintain any lights, etc. required at night.

24.0 WORKING HOURS AND NIGHT WORKING. 24.1 Works may be carried out round the clock if so desired by the contractor. The

Contractor(s) shall, however, be held responsible to ensure that none of the statutory laws are infringed.

24.2 Works may have to be carried out during the night hence adequate lighting

arrangements and precautions shall be taken to avoid any mishap at site during night.

24.3 It will be his/their responsibility to provide adequate lighting at all working places as

well as to ensure safety during working. He/they will also appoint, if necessary men to keep watch of the temporary structures during the progress of the work at night.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

26

24.4 The contractors attention is drawn to clause 23 of the General Conditions of Contract, which stipulates that he/, they shall not carry out any work between sunset and sunrise without the prior permission of the Engineer. However, on request in writing by the contractor/s, the Engineer may grant permission for doing works after sunset if he is satisfied that the contractor/s arrangements for so doing the work will ensure quality and workmanship and will also ensure safety of workman and structures. The contractor/s will be primarily responsible to fulfill these conditions during the execution of works will be his/their responsibility to provide adequate lighting of all working place as well as to ensure safety in working. He/They will also appoint, if necessary man for watching for the temporary structures during the progress of the work at night.

25.0 SETTING OUT: The Contractor shall be responsible for the correct setting out of all works in relation

to original points, lines and levels of reference at his cost. The Contractor shall execute the work true to alignment, grade, levels and dimensions as shown in the drawing and as directed by the Engineer's representative and shall check these at frequent intervals. The Contractor shall provide all facilities like labour and instruments and shall co-operate with the Engineer's representative to check all alignment, grades, levels and dimensions. If, at any time, during the progress of the works any error shall appear or arise in any part of the work, the Contractor, on being required so to do by the Engineer's representative shall, at his own cost rectify such errors, to the satisfaction of the Engineer's representative. Such checking shall not absolve the Contractor of his own responsibility of maintaining accuracy in the work. The Contractor shall carefully protect and preserve all bench marks, sight rails, pegs and other things used in setting out the work

26.0 CARE OF STAFF. No quarters will be provided by the Railways for the accommodation of the

contractor/s or any of his/their may be allowed to erect any labour camps for housing the labour at or near the site of work in available Railway land subject to payment of cess and water charges. The contractor/s shall at his/their own cost make all necessary and adequate arrangement for the importation, feeding and preservation of the hygiene of his staff. The contractor/s shall permit inspection at all times of all sanitary arrangement made by him/them by Engineer or his/their assistant or the medical staff of the Railways. If the contractor/s fails to make adequate medical, sanitary arrangements, these will be provided by the Railway, the cost thereof being recovered from the contractor/s.

27.0 DAMAGE BY ACCIDENT, FLOODS. 27.1 The contractor/s shall make all precautions against damages from accident of floods,

no compensation will be allowed to the contractor/s for his/their plant/ materials-lost or damaged by any cause whatsoever. The contractor/s shall be liable to make good the damages to pay structure or part of structure, plant or materials of every description belonging to the administration lost or damaged by any cause during the course of the contractor/s work.

27.2 The administration will not be liable to pay the contractor/s any charges for rectification or repairs to any damages, which may have occurred from any cause whatsoever to any part of the new/ existing structure during construction.

28.0 FIRST AID. The contractor/s shall maintain in a readily accessible place first aid. Appliances

including an adequate supply of sterilized cotton wool. The appliances shall be placed under the charge for responsible person who shall be readily available during working hours.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

27

29.0 ANTI MALARIA PRECAUTIONS. Every precautions shall be taken by the contractor/s to prevent the reading of

mosquito on the work during construction and all receptacles used for the storage of water must be suitable protected for this purpose or must be emptied at close of the work every day.

30.0 ANTI LARVAL TREATMENT. Contractor/s shall be entirely responsible for ensuring anti larval work as per the bye

laws of the local authorities, corporations or such other local bodies etc. is provided at the cost of the contractor’s.

31.0 MEASUREMENTS IN METRIC UNITS. Measurements and payment will be made in metric units. 31.1 In the case of items regarding measurements, the measurements will be rounded off

to the second place of decimal for working out payment. 32.0 INSPECTION REGISTER AND RECORDS. The contractor/s shall maintain accurate records, plans, and charts showing the

dates and progress of all main operations and the engineer shall have access to this information at all reasonable times. Records of tests made shall be handed over to the Engineer’s Representative after carrying out the tests, the following registers will be maintained at site by the contractor/s.

(i) SITE ORDER REGISTER:

The contractor shall promptly sign, orders given on site order register by the engineer or his representative or his superior officers and comply with them. The compliance shall be reported by the contractor/s to the Engineer in good time so that it can be checked.

(ii) CEMENT REGISTER:

The register will be maintained to record daily receipt & issue of the cement duly indicating the balance quantity. The quantum of the work done for the cement issued on a particular date will also be maintained.

(iii) STEEL REGISTER: This register will record the details of reinforcement and members where ever steel Is

used.

(iv) LABOUR REGISTER:

This register will be maintained to show daily strength of labour in different categories employed by the contractor/s.

(v) LOG BOOK OF EVENTS : All events are required to be chronologically logged in this book, shift wise and date.

(vi) INSPECTION REGISTER: An inspection register shall be maintained at the site of work by the Railway where

to instructions regarding the working etc. shall be recorded by the Engineer or his executives subordinates. It is the liability of the contractor or his representative at the site to note such instructions wherever asked upon to do so and take action accordingly and comply with these instructions strictly within reasonable time and without any delay.

(vii) Structural Register.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

28

(viii) Programme and Progress Register. Register at item (i), (ii), (iii), (iv), (v), (vi), (vii) & (viii) will be signed by the

representative of the Engineer and the contractor/s.

Any other register considered necessary by the Engineer shall be maintained at site in which the Representative to the Engineer and the contractor/s will have to sign. The registers, Performa, charts, etc., will be the property of the Railway.

33.0 EXCEPTED MATTER: All measurements, methods or measurements meaning and intent of specifications

and Interpretation of special conditions of contract, given and also made by the Railway or by the Engineer on behalf of the Railway shall be final and binding and shall be considered “Excepted matters” in terms of Clause No. 63 of the General Conditions of Contract and will strictly stay out side purview of any arbitration limit and will not be arbitrable.

34.0 FOREIGN EXCHANGE REQUIREMENTS: Any demand of foreign exchange for importing of equipments and materials will not

be accepted. 35.0 SETTLEMENT OF DISPUTES. 35.1 The dispute will be settled under the Arbitration Act 1996. 35.2 The successful tenderer/s shall put-up his/their claim as per clause 43 of the General

Conditions of the Contract during the progress of work and not after completion of the work. All such claims and disputes shall be settled promptly during the progress of the work. The final authority for giving the decision on claims and disputes put up by the tenderer/s contractor/s shall be the Chief Administrative Officer/Chief Engineer (Construction), North Western Railway, Jaipur.

35.3 The provision of the clause –63 & 64 of the General condition of contract will be

applicable only for settlement of claims or disputes between the parties for value less than or equal to 20% of the value of the contract & when claims or disputes are of the value more than 20% of the value of contract, provision of clause 63 & 64 and other relevant clauses of the General Conditions of Contract will not be remedy for settlement of such disputes.

35.4 The contractor/s shall not be entitled to ask for reference to arbitration, before the

completion of the work assigned to him/them under this contract. The contractor/s shall seek reference to arbitration to settle the disputes only once within the ambit of condition 35.3 above.

35.5. The contractor/s shall not be entitled to make any claim whatsoever against the

Railway under or by virtue of or arising out of this contract, nor shall the Railway entertain or consider any such claim, if made by the contractor/s after he/they would have signed a “NO CLAIM CERTIFICATE” in favour of the Railway, in such form as shall be required by the Railway after the works are finally measured up.

The contractor/s shall be debarred from disputing the correctness of the items covered by NO CLAIM CERTIFICATE or demanding a reference to arbitration in respect thereof. After clear no claim as given by contractor, the dispute if any will not be arbitrable.

35.6 These special condition shall prevail over existing clause 63 & 64 of the General

conditions of contract other than provision relating to “Excepted Matters”. For settlement of disputes between one Government Department and another or

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

29

between the Government Department and Public Sector undertaking the following special conditions shall be applicable.

“In the event of any dispute or difference between the parties hereto, such dispute or condition shall be resolved amicably by mutual consultation through the good officers of empowered agencies of the Government. If such resolution is not possible, then the unresolved dispute or difference shall be referred to arbitration of an arbitrator to be nominated by Secretary, Department of Legal Affairs (Law Secretary) in terms of office Memorandum No.55/3/1/75/CF dated 19-12-75 issued by the Cabinet Secretariat (Department of Cabinet Affairs) as modified from time to time.

The arbitration Act, 1996 or the arbitration clause contained in the General Conditions of contract shall not be applicable to the arbitration under this clause. The award of the Arbitrator shall be binding upon parties in the dispute, provided however; any party aggrieved by such award may make further reference for setting aside or revision of the award to Law Secretary whose decision shall bind the parties finally and conclusively”.

36.0 SAMPLING AND TESTING: - Sampling and testing shall be done as per para 7.1 & 7.2 of Manual for Fusion

Welding of Rails by the Alumino Thermic Process- 1998 & para 2.5 of Special Condition/ Specification of Contract, Part- II (Technical).

37.0 SALES TAX:- All the elements of Sales Tax, if any, shall be considered to be included in the rates

quoted by the tenderer/s in this tender. State Govt./local bodies, sales tax/ commercial tax, at the rate prescribed by the Govt. of state for works contract, construction contracts will be recovered from the bills from time to time for works carried out in the State Govt./local bodies. Necessary action as per Rajasthan state authorities notification No. F. (12)/tax Div./2001-24 dated 29.03.2001 shall be taken if any exemption from Rajasthan sales tax is to be availed.

38.0 SITE CONDITION AND FACILITIES:

38.1 The tenderer’s attention is drawn specially to clause No. 19 of General Conditions of Contract & it will be deemed that he has by personal inspection or other mean acquainted and satisfied himself/ themselves about the site condition availability or otherwise of materials, labours, water, supply, electricity etc. before tendering. The requirements of working space and the space required for storing materials, workshop, offices etc. also shall have to be considered by the contractor/s before tendering. It will be deemed that all relevant factors connected with the execution of work have been gone into detail by the tenderer/s before submitting the tender for the work.

38.2 There is likely hood of some water remaining or flowing through the site of works which would necessitate diversion of flow of water by erecting coffer dams, dewatering or by constructing diverting channels, Even sub-soil water could be met which could necessitate dewatering by pumping, contractor/s shall study all such possibility and frame & quote his rates based on such requirements. No additional payment for claim or compensation for such an eventuality would be entertained.

39.0 SERVICE ROAD: 39.1 The contractor/s will be permitted to make use of existing service roads, or service

roads constructed by the Railways for its use free of cost. New service roads required by the contractor/s either near the site of the work or elsewhere within or outside Railway limits for carriage of materials or for any other purpose whatsoever will have to be constructed and maintained by the contractor/s at his/their own cost

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

30

for the purpose of construction of service roads on Railway land, permission will be given free of any charges. If any land, other then Railway land is necessary to be entered upon, permission to enter in the land will be arranged for by the contractor/s at his/their own cost. The contractor/s will not prefer any claims, what so ever on this account. The Railway, however, reserve the right to make use of such service roads as may be constructed by the Contractor/s without any charges.

39.2 No facility whatsoever for provision of approach roads or temporary level crossing

etc. will be provided by the Railway for leading but materials or earthwork, approach road within Railway limits, if available, can be used for carting material.

40.0 SUPPLY OF ELECTRICITY: The contractor/s shall be responsible for obtaining electrical supply required for the

works from concerned local agency, Haryana State Electricity Board authorities as the case may be at his/their own cost. However, if required by the contractor the Railway administration may give necessary assistance in recommending to the local electricity authorities for giving necessary electric connection to the contractor for execution of works. In case the Railway Electricity is available connection can be given on usual terms through concerned Senior Divisional Electrical Engineer (Sr.DEE) North Western Railway.

41.0 EMERGENCY WORK:

In the event of any accident or failure occurring in or about the work arising out of or in connection with the construction, completion, maintenance of the work, which in the opinion of the Engineer required immediate attention, the Railway may bring it own workmen or other agency to execute or partly execute the necessary work or carryout repairing if the engineer considers that the contractor/s is/are not in a position to do so in time and charge the cost thereof, to be determined by the Chief Administrative Officer(Const) NW Railway,jaipur/Chief Engineer/C-IV,Jaipur/Dy. Chief Engineer (Construction-II), North Western Railway, Bikaner as the case may be to the contractor/s.

42.0 SAFETY PRECAUTIONS:

42.1 The contractor/s shall at all time adopt such safe methods of work as will ensure safety of structure equipments and labour. If at any time the Railway finds that safety arrangements are in adequate or unsafe, the contractor/s shall take immediate corrective action as directed by the Railway’s representative at site. Any direction in the matter shall in no way absolve the contractor/s of his/their sole responsibility to adopt safe working methods.

42.2 The contractor/s should take all precautions for safety of his/their labours vehicles working at site while crossing the State highway /Railway track and ensure that no interferences with smooth movement of road rail traffic.

42.3 The contractor/s shall design and execute temporary works, such as form work and

supports, so as to ensure absolute safety of contractor/s personnel as well as Railway staff and personnel engaged on the works. The contractor/s should indemnify the Railway against damages and injury to workmen. Railway reserves the right to enforce safety regulations on the contractor/s and recover any cost, which may be incurred for this purpose.

43.0 COMPLETION PERIOD:

43.1 The Contractor/s shall have to be completed the work in all respects within a period of 06(Six) months from the date of issue of acceptance letter.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

31

43.2 The contractor/s shall strictly adhere to the programme framed by the Engineer or his representative taking into account of the stipulation such as availability of land and other site conditions so as to complete the work within the time allotted to the contractor/s.

43.3 The contractor/s will have to employ labour in full strength commensurate with

working areas available. He will also arrange for materials and equipments to complete the job most expeditiously within the stipulated completion period. The Engineer’s decision as to what is full strength will be final.

44.0 MAINTENANCE PERIOD:

OTHER THAN PERMANENT WAY WORK AND EARTH WORK.

The tenderer/s shall be required to maintain the work effectively for a period of 6(Six) months from the date of completion as per clause 47 of the General Conditions of Contract of the Northern Railway and no part refund of Security Deposit shall be permitted during the maintenance period mentioned above.

For earthwork the maintenance period is limited to date of completion of work.

45.0 CLEARANCE OF SITES:

On completion of the works the contractor shall clear away and remove from the site all construction plant, surplus material, rubbish and temporary works of every kind and leave the whole of site and works clean and in a workman like condition to the satisfaction of Engineer. No final payment in settlement of the accounts for the works shall be paid, held to be dye or shall be made to the contractor till, in addition to any other condition necessary for final payment, site clearance have been affected by him, and such clearance may be made by the Engineer at the expense of contractor in the event of his failure to comply with this provision within 7 days after receiving notice to that effect. Should it become necessary for the Engineer to have the site cleared at the expense of contractor, the Railway shall not be held liable for any loss or damage to such of the contractors property as may be on the site and due to such removal there from which removal may be effected by means of public sales of such materials and property or in such a way as deemed fit and convenient to the Engineer.

46.0 USE OF EXPLOSIVE.

Explosive shall not be used on the work or brought to the site by the contractor/s without the written permission of the Engineer and then only in the manner and to the extent to which such permission is given. Where explosives are required for the works, the same shall be stored in a special magazine to be provided by and at the cost of the contractor in accordance with the Explosive Rules.

The contractor shall obtain necessary license for the storage and the use of explosive and all operations in which or for which explosives are employed shall be at the risk and responsibility of the contractor and the contractor shall indemnify the railway in respect thereof. Railway does not undertake any liability for any assistance whatsoever for procurement of blasting material. Advance work shall be done by the contractor in this regard.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

32

47.0 VARIATION IN EXTANT OF CONTRACT.

47.1 MODIFICATIONS TO CONTRACT TO BE IN WRITING. In the event of any of the provisions of the contract requiring to be modified, after the

contract documents have been signed, the modifications shall be made in writing & signed by the Railway and the contractor, and no work shall proceed under such modifications unless this has been done. Any verbal or written arrangement abandoning, modifying, extending, reducing or supplementing the contract or any of the terms thereof shall be deemed conditional and shall not be binding on the Railway unless and until the same is incorporated in formal agreement and signed by the Railway and the contractor, and till then the Railway shall have the right to repudiate such arrangement.

47.2 POWER OF MODIFICATIONS TO CONTRACT. 47.2.1 The Engineer on behalf of the Railway shall be entitled to order in writing to enlarge

or extend, diminish or reduce the works or make any alterations in their design, character, position, site, quantities, dimensions or in the method of their execution or in the combination and use of materials for the execution thereof or to order any additional works to done or any works not to be done & the contractor will not be entitled to any compensation for any increase/reduction in the quantities of work but will be paid only for the actual amount of work done and the approved materials supplied against a specific order.

47.2.2 Unless otherwise specified in the special conditions of the contract, the accepted

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

47.2.3 In case of earthwork the variation limit of 25% shall apply to the gross quantity of

earthwork and variation in the quantities of individual classification of soil shall not be subject to this limit.

47.2.4 In case of foundation work no variation limit shall apply and the work shall be carried

out by the contractor on agreed rates irrespective of any variation. 47.4 VALUATION OF VARIATION.

The enlargements, extensions, reductions, alterations or additions referred to in sub-clause (2) of this clause shall in no degree, effect the validity of the contract but shall be performed by the contractor as provided therein and will be subject to the same conditions, stipulations and obligations as if they had been originally, and expressly included and provided for in the specifications and drawings and the amount s to be paid therefore shall be calculated in accordance with the accepted schedule of rates.

Any extra item quantities of work falling outside the purview of the provision of sub-clause (2) above shall be paid for at the rate determined under clause -39 of General Conditions of Contract. In case of vitiation due to variation in quantities the amount by which vitiation occurs will not be payable to the tenderer/ contractor.

48.0 INSTRUCTION/DIRECTIVES OF THE ENGINEER’S REPRESENTATIVE. 48.1 The contractor shall at all times, execute the contract work only in the presence and

under the superintendent of the Engineer’s Representative or a Railway employee

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

33

specifically appointed on his behalf. No work under the contract shall therefore be commenced by the contractor without the express permission of the Engineer’s Representative.

48.2 The contractor shall always execute the work under this contract in strict compliance

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

48.3 The instruction/directives by the Engineer’s representative shall not however absolve

the contractor of his responsibility or reduce his responsibility in any manner whatsoever in regards to maintaining at all times the safe working conditions at the work site.

49.0 PROTECTION AT THE WORKS SITE 49.1 On Railway Track where the train traffic will be operational during the execution of

the contract work, the protection of the works site if considered inadequate, Engineer in charge or his authorized representative will be at liberty to put the Railway men at the contractor’s cost and the cost will be recovered @ Rs. 30/- (Rs. Thirty only) per hour per man.

49.2 Notwithstanding the aforementioned protection at the works site provided by the

Engineer’s Representative, the contractor shall be responsible for providing appropriate and adequate system for warning the Contractor’s Workmen about the train traffic on or in the vicinity of the site of work. The decision of the Engineer’s Representative whether the facilities provided by the Contractor in this regard are appropriate and adequate or not shall be final and conclusive.

50.0 NON-COMPLIANCE WITH THE INSTRUCTIONS/DIRECTIVES OF THE

ENGINEER’S REPRESENTATIVE. 50.1 The contractor shall always comply with the instructions/ directives issued by the

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

50.2 When the Railway workmen with necessary equipment are deployed in the above manner, recovery at the following rate shall be made from the contractor’s due under this contract or any other monies of the contractor available with the Railway under this contract. The recovery for the total Railway Workmen Hours employed at the

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

34

rate of Rs. 30/- (Rupees Thirty only) per Workmen Hour irrespective of the type and grade of the Railway Employee actually employed.

The aggregate period of the Workman-Hours for the above recoveries shall be reckoned from the time the Railway Workmen are actually deployed at the work site till the work is completed to the satisfaction of the Engineer’s Representative whose decision in this regard shall be final and conclusive.

51.0 PERSISTENT NON-COMPLIANCE WITH INSTRUCTIONS/ DIRECTIVES OF

ENGINEER’S REPRESENTATIVE.

51.1 If the contractor does not comply with the instructions/Directives of the Engineer’s Representative, apart from and in addition to the remedies available to the Railways as specified herein above without prejudice to the Railway rights in this regard, the Engineer’s Representative, which for the purpose of this clause shall exclude the inspector of Civil Engineering Department, appointed by the North Western Railway can suspend the Contractor’s work till the Engineer’s representative is satisfied that the contractor is in a position/will comply with the instructions/ Directives issued by the Engineer’s Representative.

51.2 The decision of the Engineer’s Representative in this regard shall be final and

conclusive. The contractor shall not have any claim whatsoever against the Railway for such short term/long term suspension of the contract work.

51.3 During the above-mentioned period of suspension of work, the contractor shall not in

any manner attempt to carry out any work at the work site. Any such attempt of the contractor shall be deemed to be an unauthorized work on the Railway Track. For such acts, the Contractor shall then be liable for further appropriate action under the relevant provisions of the Indian Railway Act.

52.0 WARRANTY:

The contractor/s shall warrant the materials supplied under this contract to be free of any defects in material and workmanship under ordinary use and service. He/They shall agree to replace any failing the requirement specified under this contract.

The Railway shall promptly notify the contractor in writing of any claims arising under this warranty.

53.0 The Contractor shall at his own expense provide himself with sheds, storehouses and yards in such situations and in such numbers as in the opinion of the Engineer is requisite for carrying on the works and the Contractor shall keep at each such sheds, store-houses and yards a sufficient quantity of materials and plant in stock as not to delay the carrying out of the works with due expedition and the Engineer and the Engineer's representative shall have free access to the said sheds, store houses and yards at any time for the purpose of inspecting the stock of materials or plant so kept in hand, and any materials or plant which the Engineer may object to shall not be brought upon or used in the works, but shall be forthwith removed from the sheds, -store houses or yards by the Contractor. The Contractor shall at his own expanses provide and maintain suitable mortar mills, soaking vats or any other equipment necessary for the execution of the works.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

35

54.0 In case of the overall value of the tender of a public sector undertaking of the State or Central Govt., is higher than the value of the lowest tender up to 10%, the Railway reserve the right to give preference to such public sector undertaking ignoring the lower tenderer/s.

55.0 SAFETY PRECAUTION TO BE TAKEN WHILE PERMITTING PLYING OF VEHICLES ADJACENT TO RUNNING LINES TO PREVENT ACCIDENT TO TRAINS.

55.1 Whenever a lorry or any other form of road transport if required to ply along, or in the

vicinity of a running line or any other railway track where Railway Engines or trains are scheduled to move, the contractor shall inform the Engineer, in writing, of such requirement specifying the locations & the duration of the time over which such specified road vehicles have to operate in the area (for loading, leading or unloading of earth, ballast or any other materials, plant or equipment) without any obstruction or dislocation to the running of trains. The contractor shall also furnish the particulars of vehicles and the names and photographs of driver and attendant retained for each vehicle to enable the Engineer to issue necessary permits allowing the holder to operate the vehicles, with such restrictions regarding the duration and/or location as are considered necessary. Such permits shall be returned to the Engineer as soon as the work for which it is issued is over.

55.2 The contractor shall execute a Bond undertaking to ply the road vehicles in a safe

and satisfactory manner and strictly in accordance with the stipulations and other conditions specified by the Engineer and to engage and retain only the permit holder to be the Contractor’s agent in-charge of the vehicle, while driving or at rest. The person in charges of the vehicle and the attendants shall at all times be vigilant and on the look out for signals from the look out men, flagmen or other personnel available at site with a view to stop or regulate the road movement so as to ensure adequate margin of safety for the timely passage of an approaching train or a Railway engine, without any delay or detention.

55.3 The contractor shall also be bound by the provisions of this agreement, to ply the

road vehicles only with adequate margin of safety, well clear of the fixed structure profile of infringements, as stipulated in the rules made under the Indian Railway Act and to seek and be guided by the signals and other directions of any look out men or other personnel retained for the purpose of ensuring safety, and to ensure care and vigilance while turning, reversing or moving the road vehicle in any other manner, at an inclination to the running Railway track or the siding, as the case may be.

55.4 The contractor also undertakes to make good at his own cost any inconvenience,

loss, damage or other expenses caused to or incurred by the Railway Administration and to pay such amounts as determined by the Engineer to be recoverable from the contractor as penalty or damage for any omission, negligence, careless, oversight or accident on the part of any of the contractor’s agent, drivers or attendants or any other person to whom the services of the holder of the permit (issued by the Engineer) has been lent or otherwise made accessible or available.

55.5 Any breach of these conditions by the contractor and/or his agent affecting the safety

of movements of trains, engines or other rolling stock of the Railway shall constitute a breach of contract by the contractor entailing liability for termination of contract for default on the part of the contractor.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

36

55.6 The tenderer/s will be permitted to make use of the level crossing for crossing the track after observing the standard railway safety precaution. If such precautions are not taken, these will be enforced by the railway by adequate arrangements and the cost thereof shall be recovered from the contractor.

56.0 The contractor/s shall inspect the proposed site of work and acquaint himself/

themselves with site conditions working hours storing space for materials, approach road/pathways available etc. and all relevant items connected with the execution of work. No claim shall be entertained from contractor making his own arrangements for approach/ approach roads from outside Railway land and contractor will bear entire expenses such as road taxes payment on right of way etc. to outsiders and for construction of approaches/ approach road etc.

57.0 TECHNICAL PERSONNEL.

57.1 A technical supervisor of proven experience in execution shall be engaged by the tenderer on the work. The successful tenderer shall state the name of the technical supervisor alongwith his technical qualification, while it may not be necessary for the technical supervisor to reside at site, he should be available at the site of work during the working part of the day.

57.2 Normally no change in the technical personnel during the period of construction

would be acceptable to the Railway except under very special circumstances. The railway reserves the right to stop the work in case the technical supervisor of tenderer is not available.

58.0 Wages to Labor 58.1 The contractor/s shall be responsible to ensure compliance with the provision of the

minimum wages Act. 1948 as amended from time to time and the rules made there under in respect of any employee directly or through petty contractors or sub-contractors employed by him on road construction or building operation or stone breaking or stone crushing for the purpose of carrying out this contract. “Road Construction” will include new construction as well as maintenance and repairs of roads and building portion will include and construction of lakes, whereas, bridges, tunnels, overhead tanks etc. and also maintenance works, petty works also. The schedule of minimum wages as provided shall be followed.

58.2 The contractor/s shall comply with the provision of the Payment of Wages Act, 1936

as amended from time to time and the rules made there under in respect of any employee directly or through petty contractors or sub-contractors employed by him on road construction or building operation or stone breaking or stone crushing for the purpose of carrying out this contract.

59.0 SEQUENCE OF WORK:

59.1 The contractor/s shall comply with the order of Engineer in regard to the sequence of tackling, progressing & programming components parts of the work.

60 CONSTRUCTION PROGRAMME:

60.1 Tenderer/s will submit along with his/their tender a BAR CHART indicating the

various operations involved and time required for each operation and the programme for execution and completion. The Bar Chart should fit in the overall completion period of work.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

37

60.2 The successful tenderer/s will make out a detailed PERT CHART along with programme chart and submit to the Dy. Chief Engineer (Construction-II)/Executive Engineer (Construction), North Western Railway/Bikaner for consideration and approval indicating the various stages of execution, methods of execution and completion of the work in different stages of work in time keeping the period of completion in view. The above programme shall be strictly adhered to. Such programme shall be submitted within 15 (FIFTEEN) days of acceptance of tender.

60.3 The tenderer/s is/are required to adhere to a given programme of work. In case there

is slippage in adhering to the stipulated progress of work, his / their contract would be liable to be rescinded.

60.4 The contractor shall strictly adhered to the programme framed by the Engineer or his

representative taking into account of the stipulation such as availability of land and other site conditions so as to complete the work within the time allotted to the contractor/s.

60.5 The contractor/s will have to employ labour in full strength commensurate with

working areas available. He will also arrange for materials and equipments to complete the job most expeditiously, within the stipulated completion period. The Engineer’s decision as to what is full strength will be final.

60.6 In case of any disputes regarding the programme of completion, delay in execution,

etc. for any reason whatsoever the decision of the Engineer-in-charge shall be final and binding on the contractor/s. The contractor/s will not be entitled to any claim whatsoever on this account.

61.0 AGREEMENT /SUB- AGREEMENT: One contract agreement will be entered into for entire tender. However, for the

purpose of payment and their finalization separate sub- agreement/work Orders for individual schedules may be issued.

62.0 AGREEMENT CHARGES. The successful tenderer/s shall pay all local charges in connection with the

preparations stamping and registration of the agreement and other incidental charges if any.

63.0 SIGNING OF CONTRACT DOCUMENTS. The tenderer/s whose tender is accepted shall be required to appear in person at the

office of the Chief Administrative Officer/Const/North Western Railway, Jaipur/ Chief Engineer/Const-IV, NW Railway Jaipur,/Dy.Chief Engineer (construction-II), North Western Railway, Bikaner as the case may be or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 7 days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other right or remedies.

64.0 COMPLETION CERTIFICATE.

64.1 The work shall not be considered to have e been completed in accordance with the terms of contract until the Engineer-in-charge shall have e certificate in writing to the effect, no approval of materials or workmanship or approval of part of the work during the programme of execution shall bind the Engineer-in-charge or in any way prevent him form even rejecting the work which is claimed to be completed and to suspend

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

38

the issue of his certificate of completion until such alterations and modification of reconstruction have been effected at the cost of the contractor/s as shall enable him to certify that the work has been completed to his satisfaction.

64.2 After the work is completed, the contractor/s shall give notice of such completion to the Engineer-in-charge and within 30 days of receipt of such notice the Engineer-in-charge shall inspect the work and if there is no defect in the works shall furnish the contractor/s with a certificate indicating the date of completion. However, if there are any defects which in the opinion of the Engineer-in-charge are rectifiable he shall inform the contractor/s the defects noticed. The contractor/s after rectification of such defects shall notify the Engineer-in-charge and then the Engineer-in-charge on his part shall inspect the work and issue the necessary completion certificate within 3 days, if the defects are rectified to his satisfaction, and if not be shall inform the contractor/s indicating defects yet to be rectified. The time cycle as above shall continue.

64.3 In case defects noticed by the Engineer-in-charge, which in his opinion are not rectifiable but otherwise acceptable at reduced payments, work shall be treated as completed. In such case completion certificate shall be issued by the Engineer-in-charge within 30 days indicating the unrectifiable defects for which specified reduction in payment is being made by him.

65.0 EXTENSION TO AGREEMENTAL PERIOD.

In case the work is delayed due to reasons attributable to the Railway or the contractor/s the completion period of the contract shall be extended in accordance with the provision of General Conditions of Contract. The competent authority while granting extension to the currency of contract under clause 17(B) of GCC may also consider levy of token penalty as deemed fit based on the merit of the case.

67.0 MODE AND TERMS OF PAYMENT.

(i) Payment shall normally be made once in a month or at closer intervals depending on the progress of the works at the request of contractor. Payment shall be made as per the schedule given in para 2.10 of Special Condition/ Specification of Contract, Part- II (Technical).

(ii) The tenderer/s should intimate his/their Bank Account No. Name of the Bank and Bank Specific Code No. at the time of bidding tenders, so that after finalization of the contract, it become a part of contract documents.

68.0 The contractor shall indemnify the Railway, or any agent, servant or employee of the Railway against any action claim or proceeding relating to infringement or use of any patent or design right and shall pay all royalties or other charges which may be payable in respect of any articles or materials or part thereof includes in the contract. In the event any claim being made or action being brought against the Railway or any agent, servant or employee of the Railway in respect of any such matters, as aforesaid the contractor shall be immediately notified thereof, provided that such indemnity shall not apply when such infringement has taken place in complying with the specific direction issued by the Railway but the contractor shall pay any royalties or other charges payable in respect of any such use.

69.0 PRICE VARIATION

69.1.1 The rates quoted by tenderer and accepted by Railway administration shall hold good till the completion of the work and no additional individual clam will be admissible on account of fluctuation in market rates, increase in taxes/any other levies/toll etc. except that payment/recovery for overall market situation shall be made as per price variation clause given in para below:-

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

39

69.1.2 GENERAL PRICE VARIATION CLAUSES: - Adjustment for variation in prices of material (other than Steel and Cement), labour, fuel,

explosives, detonators shall be determined in the manner prescribed below: - The percentage component of various items in contract on which variation in prices shall be admissible shall be as under: -

Tunneling contracts

Ballast and quarry products contracts

Earthwork contracts

Other works contract.

Labour component

45% 55% 50% 30%

Other Material component

5% 15% 15% 25%

Fuel Component

15% 15% 20% 15%

Explosive Component

15% - - -

Detonators Component

5% - - -

Fixed Component

15% 15% 15% 30%

* No escalation is payable on fixed component. NOTE:- 69.1.3 If, in any case, the accepted offer includes some specific payment to be made to

consultants or some materials supplied by Railway at fixed rate, such payments should be excluded from the gross value of the work for purpose of payment/recovery of variations.

69.1.4 The amount of variation in prices in the several components (labour, material etc)

other than steel cement 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 = Rx (D-Do) x T DO 100

L – Amount of price variation in labour.

M – Amount of price variation in material

U – Amount of price variation in Fuel.

X- Amount of price variation in explosives.

N- Amount of price variation in detonators.

R- Gross value of the work done by the 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 consultant engaged by the contractors (such) payment will be indicated in the contractor’s offer).

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

40

Io- Consumer price index number for industrial workers:- All Indian Published in RBI bulletin for the

base period. I- Consumer price index number for industrial workers: All India Published in RBI Bulletin for the

first month for 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. W – Index number of wholesale price- by groups and sub-groups- All commodities as published in

the RBI Bulletin: for the first month 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 first month of the quarter under consideration. Eo - Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom

purchase 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

purchase of explosives are made by the contractor for the first month of the quarter under consideration.

DO- Cost of detonators as fixed by DGS & D in the relevant rate contract of the firm from whom

purchase 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

purchase of detonators are made by the contractor for the first month of the quarter under consideration (contractor’s offer).

P - % of Labour component.

Q - % of material component

Z- % of Fuel component.

S- % of explosives component.

T - % of detonators component.

69.1.5 Note: - The index number for the base period will be the index number as obtained for the

month of opening of the tender and the quarters will commence from the month. If the rates quoted in negotiated tenders are accepted. The base month for PVC will be month in which Negotiations are held.

69.1.6: The Weightage shall be applied on the value arrived after deducting the cost of steel and

cement from the total value. 69.1.7: The contract Agreement should clearly indicate that price variation implies both increase as

well as decrease in input prices and therefore, price variation during the currency of the contract may result in extra payment or recovery, as the case may be.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

41

70.0 PRICE VARIATION CLAUSE FOR STEEL AND CEMENT:

(A) Price Variation for Cement:- The prices of cement are to be linked with Whole Sale Price Index of the respective sub-

group as per RBI index Numbers. The formula for calculating the amount of variation on account of variations in prices of cements shall be as indicated below: -

Mc = Rc x (Wc-Wco)

Wco

Where:- Mc = Amount of price variation in material (Cement). Rc =Value of cement supplied by Contractor as per on account bill in the quarter

under consideration. 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 subgroup (of cement) as published in RBI bulletin for

the first month of the quarter under consideration. NOTE: -For the purpose of calculating the amount of price variation, actual consumption

of the cement as per approved design mixed/prescribed cement consumption factor as mention in SOR, shall be the basis.

(B) Price Variation for Steel: -

The formula for calculating the amount of variation on account of variations in prices of steel shall be as indicated below:-

Ms = Q(Bs-Bso) where Ms = Amount of price variation in steel payable/recoverable Q = Weight of steel in tones supplied by the contractor as per the on account bill for the

month under consideration. Bs = SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in

rupees per tonne) for 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 rupees per tonne) for the relevant

category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

NOTE: - (i) Relevant categories of steel for the purpose of operating the above price variation

formula based on SAIL’s ex-works price plus Excise Duty thereof are as under: -

S.No

Category of steel supplied in the railway work.

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

1. Reinforcement bars and other rounds

TMT 8mm IS 1786 FE 415/Fe 500

2. All types and sizes of angles. Angle 65 x 65 x 6mm 1S 2062 E 250A SK

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

42

3. All types and sizes of plates PM plates above 10-20mm IS 2062 E-250A SK 4. All types and sizes of channels

and joists. Channels 200 x 75mm IS 2062 E 250A SK

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

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

71.0 The adjustment for variation in prices, if required, shall be made once every quarter in the on account payments, if more than one on account payments are made to the contractor, the adjustment, if required, shall be made in each bill.

72.0 Materials supplied free of cost by Railway to the contractor shall fall out side of purview of the price variation clause.

73.0 Price variation clause shall also apply for all variation i.e. even up to + 5%. The

reimbursement/recovery due to variation of prices shall be made if payment is below 5% of the amount payable to the contractor. ( Rly. Bd’s 2007/CE-1/CT/18 dt. 07.03.2008)

74.0 PRICE VARIATION DURING EXTENDED PERIOD OF CONTRCT:- Price variation clause is payable/recoverable during the original completion period as

specified in the contract agreement and also extended period of the contract if the extension has been granted on administrative ground under clause 17-A (i), (ii) & (iii) of general condition of contract. No price variation shall be payable/recoverable for all extensions of time granted under clause 17 –B of General conditions of contract.

75.0 The price indices for all items other than steel shall be taken on all India basis from RBI bulletin.

In case latest RBI bulletin is not available provisional, indices made available by the Reserve Bank of India may be adopted. Final adjustment, if any, may be made on the basis of finally published RBI indices.

76.0 There will be no change in other provisions contained in Board’s letters No. 80/W1/CT/10 dated

25.04.1980, No.85/W1/CT/7 dt.20.01.1987, No. 85/ W1/CT/7 dt. 04.04.96 and letter No.2007/ CE.I/ CT/18 dated 28.09.2007 & dated 07.03.2008 will apply.

77.0 The contract agreements should clearly indicate that price variation implies both increase as

well decrease in input prices and therefore, price variation during the currency of the contract may result in extra payment or recovery, as the case may be.

78.0

ARBITRATION CLAUSE 64 OF G.C.C CLAUSE 64 (1) (i) – Demand for Arbitration : In the event of any dispute or difference between the parties hereto as to the construction or operation of this contract, or the respective rights & liabilities of the parties on any matter, in question, dispute or difference on any account or as to the withholding by the Railway of any certificate to which the contractor may claim to be entitled to, or if the Railway fails to make a decision within 120 days , then and in any such case, but except in any of the “excepted matters” referred to in clause- 63 of these conditions, the contractor, after 120 days but within 180 days of his representing his final claim on disputed matters, shall demand in writing that the dispute or difference be referred to arbitration.

78.1 CLAUSE 64 (1)(ii). The demand for arbitration shall specify the matters which are in question or subject of the dispute or difference as also the amount of claim item wise. Only such disputes/s or differences in respect of which the demand has been made, together with counter claims or set off shall be referred arbitration and other matters shall not be included in the reference.

78.2

CLAUSE NO. 64 (1) (ii) (a): The arbitration proceedings shall be assumed to have commenced from the day, a written and valid demand for arbitration is received by the Railway.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

43

78.3 CLAUSE NO. 64 (1) (ii) (b): The claimant shall submit his claim stating the facts supporting the claims alongwith all relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal.

78.4 CLAUSE NO. 64 (1) (ii) (c) : The Railway shall submit its defence statement and counter claim(s), if any, within a period of 60 days of receipt of copy of claim from Tribunal thereafter unless otherwise extension has been granted by Tribunal.

78.5 CLAUSE NO. 64 (1) (iii) : No new claim shall be added during proceedings by either party. However, a party may amend or supplement the original claim or defence thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due regard to the delay in making it.

80.6 CLAUSE NO. 64 (1) (iv) : If the contractor(s) does/do not prefer his/their specific and final claim in writing, within a period of 90 days of receiving the intimation from the Railways, that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in respect of these claims.

80.7 CLAUSE NO. 64 (2)-Obligation during pendancy of arbitration:- Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceeding, and no payment due or payable by the Railway shall be withheld on account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should continue during Arbitration proceedings.

78.8 CLAUSE NO. 64 (3) (a) (i): In cases where the total value of all claims in question added together does not exceed Rs. 10,00,000/- ( Rupees Ten lakhs only), the Arbitral Ttribunal consist of as Sole Arbitrator who shall be either the General Manager or a Gazetted officer of the Railway not below the grade of JA grade nominated by the General Manager in that behalf. The sole arbitrator shall be appointed within 60 Days from the day when a written and valid demand for arbitration is received by Railway.

78.9 CLAUSE NO. 64 (3 ) (a) (ii): In cases not covered by clause 64 (3) (a) (i), the Arbitral Tribunal shall consist of a panel of three Gazetted Railway Officers not below JA Grade, as the arbitrators. For this purpose, the Railway will send a panel of more than 3 names of Gazetted Railway Officers of one or more departments, of the Railway to the contractor who will be asked to suggest to General Manager upto 2 names out of the panel for appointment as contractor’s nominee. The General Manager shall appoint at least one out of them as the contractor’s nominee and will, also simultaneously appoint the balance number of arbitrators either from the panel or from outside the panel duly indicating the presiding arbitrator from amongst the 3 arbitrators so appointed. While nominating the arbitrators it will be necessary to ensure that one of them is from the accounts department. An Officer of Selection Grade of the accounts department shall be considered of equal status to the officers in SA Grade of other departments of the Railways for the purpose of appointment of arbitrators.

78.10 CLAUSE NO. 64 (3) (a) (iii) : If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from his office as arbitrator or vacates his/their office/offices or is/are unable or unwilling to perform his functions as arbitrator for any reasons whatsoever or dies or in the opinion of the General Manager fails to act without undue delay, the General Manager shall appoint new arbitrator / arbitrators to act in his/their place in the same manner in which the earlier arbitrator/ arbitrators had been appointed. Such reconstituted Tribunal may, at its discretion , processed with the reference from the stage at which it was left by the previous arbitrator.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

44

78.11 CLAUSE NO. 64 (3) (a) (iv) : The arbitral tribunal shall have power to call for such evidence by way of affidavits or otherwise as the arbitral tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay.

78.12 CLAUSE NO. 64 (3) (a) (v) : While appointing arbitrator(s) under sub-clause (i), (ii) & (iii) above, due care shall be taken that he/they is/are not the one/those who had an opportunity to deal with the matters to which the contract relates or who in the course of his/their duties as Railway Servant(s) expressed views on all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute.

78.13 CLAUSE NO. 64 (3) (b) (i): The arbitral award shall state item wise, the sum and reasons upon which it is based.

78.14 CLAUSE NO. 64 (3) (b) (ii): A party may apply for corrections of any computational errors, any typographical or clerical errors or any other error of similar nature occurring in the award and interpretation of a specific point of award to tribunal within 30 days of receipt of the award.

7 0.15 CLAUSE NO. 64 (3) (b) (iii): A party may apply to tribunal within 30 days of receipt of award to make an additional award as to claims presented in the arbitral proceedings but omitted from the arbitral award.

78.16 CLAUSE NO. 64 (4) : In case of the Tribunal, comprising of three members any ruling or award shall be made by a majority of Members of Tribunal. In the absence of such a majority, the views of the Presiding Arbitrator shall prevail.

78.17 CLAUSE NO. 64 (5) : Where the arbitral award is for the payment of money no interest shall be payable on whole or any part of the money for any period till the date on which the award in made.

78.18 CLAUSE 64 (6) : The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fee of the arbitrator (s) as per the rates fixed by the Railway Administration from time to time.

78.19 CLAUSE NO. 64 (7) : Subject to the provisions of the aforesaid Arbitration and Conciliation Act, 1996 and the rules there under and any statutory modification thereof shall apply to the Arbitration proceedings under this clause. (Authority – General Conditions of Contract-1999 of Northern Railway page No. 43-44)

78.0 If any dispute arises between the parties with respect to this agreement any application or suit shall be initiated only in the court with the local limits of whose jurisdiction the North Western Railway, concerned Dy.Chief Engineer/Const/NW Railway, office is situated and both the parties shall be bound by this clause.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

45

SPECIAL CONDITIONS RELATING TO SITE DATA AND SPECIFICATIONS Part-II (Technical) 1.0 Introduction: -

This tender consists two schedule viz. Schedule-“A” (SOR items) which contains 81 Items & Schedule-“B” Non standard (NS) items which contains 08 items related to work of “Construction of Platform backwalls, brick on edge flooring on platform and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project.

2.0 SCOPE OF WORK:

The scope of works includes “Construction of Platform backwalls, brick on edge flooring on platform and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project.

3.0 LIST OF CODES

The work shall be done according to Standard Specifications, architectural and structural drawings to be supplied by the Railway. Indian Railway Standards and Indian Standard Rules and Codes of practice as revised from time to time and available from the Manager, Government of India, Publications Branch, Patiala House, New Delhi with Director BIS, Manak Bhawan, Bahadurshah Zafar Marg, New Delhi respectively must be followed with regard to design, material and workmanship. The list of important codes and specification is given below:

i) IS code of practice for plain and reinforced concrete (IS 456 –2000) latest revision

and all other codes referred therein as applicable to this work. ii) IS code of practice for use of structural steel in general building Construction- IS-

800–1977 (revised) latest re-print. IS code for specification for structural steel IS–2062–1975 (Revised).

iii) IS specifications for fine & coarse aggregates from natural sources for concrete IS-

383 of 1972 with up to date correction slips iv) Indian Railway code of practice of plain reinforced and pre-stressed concrete for

general/bridge construction (concrete bridge code adopted in 1936- revised 1997) of latest/revision and all latest correction slips.

v) Railway schedule of dimension Broad Gauge–1963 (1973 reprint) with up to date correction slips.

vi) Northern Railway standard specifications 1987 as amended from time to time. vii) Northern Railway Engineering Deptt. Conditions of contract and regulations and

instructions to tenderers and standard form of contract 1999. viii) Northern Railway Engg. Deptt. Standard schedule of rate 1996 with errata and

correction slips up to date. ix) IS -2720 code of practice for soil of investigation (all parts). x) Indian Railway Standard code of practice for the design of sub structure and

foundation of bridges-1936-revised-1985. (Bridge Sub Structure and Foundation Codes)

xi) Indian Roads Congress Codes and specifications for road and bridges. xii) Indian Railway Permanent Way Manual and Indian Railway works manual.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

46

xiii) RDSO Guidelines for earthwork in Railway Projects (May 1987)\revised guideline if any.

xiv) IS Code 10379-1982 “Code of practice for field control of Moisture and compaction of Soil for Embankment and sub-grade”.

xv) IS-10262-1982 “Guidelines for concrete mix design.” In case of difference between provision of codes as mentioned above or any discrepancy in the interpretation of codes provision, decision of Chief Engineer/ Construction, NW Railway, Jaipur would be treated as final and binding on the contractor. NOTE; Latest additions and up to date correction slips in all the relevant codes will be applicable as for as this work is concerned.

4.0 HANDING OVER OF SITE FOR WORKS

4.1 The contractor shall take due care and protection for any sort of service lines i.e.

electrical cable, water pipeline, Telephone cable/lines etc. under/above the ground level and adopt such method of earthwork so as not to cause any damage to these existing structure/lines. Cost for any damage shall be recovered from contractor as decided by Engineer-in-charge and whose decision shall be final & binding on contractor/s.

5.0 APPROVED NORTH WESTERN RAILWAY DRAWINGS:

The work shall be carried out as per approved Railway drawings. 6.0 SETTING OUT OF WORK:

The contractor is to set out the whole of the work in consultation with an official to be deputed by the Engineer and during progress of works to amend on the requisition of the Engineer, any error which may arise there in and provide efficient and sufficient staff and labour therefore. The contractor shall also amend or alter any error in the dimensions, lines or levels to the satisfaction of the Engineer for his authorized representative without claiming any compensation the same. The contractor at his own cost shall provide, fix and be responsible for the maintenance of all stakes, templates, profiles, land mark, points, burgees, monuments, center line pillars, reference pillars etc. and shall take all necessary precautions to prevent these being removed altered or disturbed and will be responsible for the consequence of such removal, alterations or disturbance and for their efficient reinstatement.

7.0 LAY OUT:

Alignment and lay out pillars as may be considered necessary by the Engineer should be constructed by the contractor at his own cost to de-note center line. These shall be so constructed that there are adequate facilities for climbing on the top of the same with proper working space for conducting theodolite work. Necessary base/reference lines and pillars as and where required for setting out of the structure and execution of work are also to be constructed and maintained by contractor without any extra cost as per directions of the Engineer.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

47

8.0 FOUNDATIONS:

The bed of open foundations should be made horizontal and sides neatly dressed and in all cases got approved from the Engineer before concrete is laid. If foundations are laid in sandy or clay soil, the variation in levels should not be more than 15mm but in case it is laid on soft rock/boulder studded soil larger variation may be permitted by the Engineer, at his discretion according to condition at site. In no case concrete be laid on a sloping bed. In case of loose pockets, the same will have to be filled with lean concrete as directed by the Engineer for which no extra payment will be made except that cement required for this purpose which will be paid to the contractor as per relevant NS item. It shall be carefully noted that the rates tendered by the contractor for the earthwork in excavation in foundation and all type of concrete mixes in foundation shall include all pumping and bailing out water wherever necessary before and or during excavation. Shuttering or shoring as necessary together with any further pumping or bailing out water and or shoring necessary for keeping the water level low during shuttering and shoring/and /or concreting and/or for such periods as may be considered necessary by the Engineer.

9.0 FOUNDATION TRENCHES: The space between the site of the foundation trenches and the masonry / concrete

is to be filled with the excavated material well rammed in layers not exceeding 15 cm earth layer being watered, rammed and consolidated before the succeeding layer is laid. Earth shall be rammed with iron rammers where feasible and with the butt ends of crow bars where rammers cannot be used. Earth used for filling shall be free from salts organic or other foreign matter. All clods of earth shall be broken or removed.

10.0 TIMELY NOTICE FOR INSPECTION OF FOUNDATIONS OF WORKS TO BE

COVERED UP:

The contractor shall give notice to the Engineer when and as soon as the excavation

of any portion of site for obtaining foundation or bottom, whether above or below water has reached the depth and width shown on the drawings. The contractor shall also give further notice to the Engineer, when ever any foundation or bottom is ready for inspection and whenever it is necessary to cover up any work in respect of which previous inspection is desired by the Engineer so that the Engineer may inspect the same before it is covered up. No foundation or bottom of work shall be covered up or filled or built upon without the previous consent in writing of the Engineer. In default of such notice and consent in writing aforesaid the foundation or bottom of work shall on the order in writing of the Engineer be uncovered and any filling put in or work built thereon be removed or pulled down by the contractor at his own cost.

11. PLAIN/REINFORCED CEMENT CONCRETE WORKS:

The material used must confirm to the specifications laid down in the relevant chapter of BIS/IRS codes of practice before using the material the same must be got passed from the Engineer in charge.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

48

11.1 Fine Aggregate: Coarse Sand of approved quality in cement concrete / reinforced cement concrete work shall be clean and absolutely free from dirt and admixture or earth, kankar or any other deleterious matter. Local pit/river sand shall under no circumstances be permitted for any concrete work. Contractor will be required to clean and wash the sand as per direction of Engineer-In-Charge.

11.2 Coarse aggregate;

The coarse aggregate should be either crushed stone metal chips or machine – broken or natural aggregate as per nomenclature of the item and well graded. It should be obtained from approved quarries. The stone should be free from soft, thin elongated or laminated or decayed pieces. The aggregate should be free from dust, cleaning and washing if necessary should be carried out as per directions of the Engineer or/his representative at contractor’s own cost.

11.3 The mention of the sources by the Railway does not, however, absolve the contractor/s of his/their liability to ensure that the sand, stone chips/aggregate and ballast as may be required for the work are strictly in accordance with the standard specifications.

11.4 In addition to the routine tests, special tests on materials will be carried out whenever required by the Engineer. The cost of the special tests will be borne by the contractor. Necessary facilities in the form of supply of moulds, cones, compacting factor instruments and cube testing machine, scales, materials, labour for casting, curing, specimen and such other facilities as per pre-requisite for the standard concrete tests will in any case be provided/made available by the contractor free of cost.

11.5 All concrete works whether plain or RCC should confirm to IRS code of practice for plain, reinforced concrete for general bridge construction (concrete bridge code) and the relevant Indian Standard Specifications or as Directed by the Engineer. Payment of CC, MCC and RCC will be made under relevant SOR items of schedule of items, rates and quantities.

11.6 All concrete shall be mixed in approved mixing machine. All such cement concrete should be vibrated by use of Mechanical/ Electrical vibrators and nothing extra over and above the quoted rates for concrete will be payable.

12.0 FORM WORK Formwork shall be of steel plates fixed on the angle iron frame or water proof ply wood shuttering of adequate thickness unless otherwise directed by the Engineer-in-charge. It should be water tight, sufficiently strong and rigid to resist forces caused by vibration and incidental loads associated with it and keep the form rigid. The props for the centering wherever permitted shall be supported by the double wedges in order to facilitate casing and removal of the shuttering without jarring. Centering and shuttering carefully eased in order to prevent the loading being instantly transferred to concrete. The period that shall lapse after the last pour of concrete, for removal of centering and shuttering shall be fixed by the Engineer-in-charge and will be binding on the contractor. It may be necessary to make provision for holes and grooves in the form work to house the various services and drainage arrangements and for any projecting bars for which no extra payment shall be made to the contractor for making these provisions nor any deductions shall be made on account of any saving in RCC work due to these provision. If at any stage of the work, during or after placing the concrete in the structure, the work is found defective, such concrete shall be removed and work redone with fresh concrete and adequate and rigid forms at the cost of the contractor. The contractor should not be paid for cement/steel used for dismantled work.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

49

Wherever chamfering or rounded corners are mentioned in the drawings, form work should be such that no chiseling/cutting is required.

Steel pipes for providing holding down bolts should be four times the dia of bolts/and lengths as directed by Engineer. No extra payment shall be made to the contractor, for arranging pipe etc. for making holes for holding down bolts.

The surface of form shall be clear, smooth and free of cement mortar etc. oiling of forms in general will not be permitted.

13.0 CONCRETING The concrete shall be mixed properly in mechanical mixture and shall be of proper consistency. The proper consistency shall be determined by Engineer-in-Charge, by slump compaction factor test, which shall be carried out by the contractor. The concerting shall be commenced only after the Engineer-in-Charge has inspected the shuttering, the placement of reinforcement and passed the same. Cost of concrete, moulds, labour, tools and plants etc. for the slump compaction factor and other tests shall be borne by the contractor.

The concrete shall be compacted immediately after placing by means of Mechanical/ Electrical vibrator of approved quality, designed for continuous operation. Nothing extra shall be payable for mechanical mixing and vibration. The mixing time of the concrete in mixer will be given by the contractor and approved by the Engineer depending upon the type of work and strength of concrete.

The contractor shall make adequate arrangements for casting of necessary number of cubes and finish them including their testing as per standard specification, as per direction of Engineer.

The exposed surface of plain concrete and RCC work shall be rubbed with Carborandum stone and rendered smooth if necessary with cement to leave surface smooth and even. Nothing extra will be payable for Carborandum stone and labour which will be considered as having included in the rates quoted for plain cement concrete /RCC items. The cost of cement and other materials used for rendering, repairs shall be borne by the contractor.

14.0 CURING:

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

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

50

15.0 CHANGE OF DRAWINGS:

The Chief Engineer/Const., shall have full power to make any alteration in the drawings and to give such further instructions and directions as may appear to him necessary or proper for the guidance of contractor and for the efficient execution completion and maintenance of the work.

The design of foundation will be decided by the Engineer during the progress of the work according to actual site conditions, and the drawings already prepared or which may be prepared hereinafter, are not to be taken as final nor are they binding on the Railway in any respect. The contractor shall have no claim on the Railway if a change is made in the approved drawings. Also his inability to make timely arrangements for the necessary plans due to any such change which the Engineer may make will not be taken as excuse for slow performance or non-performance of the work.

No claim of any kind whatsoever will be entertained if the execution of the work is held up or delayed for want of approved plan or drawings or changes in the same. The contractor should plan the execution of various works in close co-ordination with the Engineer or his authorized representative.

16.0 UNFORESEEN ITEM OF WORK:

If during the execution of work, any unforeseen items not already covered by the schedule of items, rates and quantities are required to be done, the rate for the same shall be fixed by mutual agreement based on similar or corresponding or combination of items of work available in the said schedule will be derived from the various items provided in the N.Rly Schedule of rates, as the case may be, depending on the nature and specification of the work involved or by any other procedure mutually agreed upon. In the event of deriving the rate from the Northern Railway Schedule of Rates 1996, the rate so derived will be subject to the percentage increase/decrease as quoted against items, rates and quantities provided in the schedule. If however, the work is of an entirely different nature, the rates to be paid shall be fixed through work study/rate analysis for a portion of work when a reasonable rate of progress has been established for (I) direct material (ii) direct labour (iii) hire charges for major plants and machinery. The cost thus arrived at will be enhanced by 10% to cover the contractor’s profit.

17.0 MEASUREMENT: All work will be paid for at the tendered rates on the basis of actual measurements taken at site. No cognizance will be taken for heights and thickness of structural members over those shown in the plan. The gross dimensions of RCC work exclusive of the thickness of plaster shall be measured for purpose of payment. No deduction shall be made for the volume of reinforcement and weep holes for drainage etc. No Payment shall be made for plastering over the exposed surface of the RCC or concrete if necessary wherever ordered by the Engineer to make good the defective concrete. No deduction shall be made for the volume of structural steel measurement for the portion embedded in concrete.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

51

18.0 RATES: Payment for the earthwork in excavation of foundation of structure will be limited as

per clause 1.5.10 page 12 of earthwork chapter I of Northern Railway Standard specifications 1987 irrespective of the facts that excavation has to be done in slope and there has been any slip etc. It may also be clearly noted that all surplus earthwork of the foundations of the structures may have to be laid in the filling portions or disposed off as directed by the Engineer without any extra payment or leading, loading, unloading, re-handling, dressing the earthwork etc. For all items of cement concrete of all kind as per items rates under schedule of rates, the tendered rates shall include supplying, fixing and removal of form work, shuttering etc. of approved design their erection, and dismantling including cleaning and oiling etc. screening and washing the aggregates, mixing mortar and concrete and placing the same in position and the use of equipment including mechanical mixer, vibrators, weep holes etc. all watering during the work and for the prescribed period for curing afterwards, rendering plastering and finishing the exposed surface where required.

19.0 WATER SUPPLY:

The contractor shall be responsible for the arrangements to obtain supply of water necessary for works at his own cost and the rates quoted should include the cost of wells or any other arrangement required to be made for procuring water and leading/ transporting /conducting water to the site of work irrespective of the conducting water to the site of work irrespective of the distance from the source. While the use of water from ponds/rivers will normally be permitted, care shall be taken during the rains when the water is muddy to reduce the quantity of suspended solids by making water tanks of suitable size and capacity.

20.0 TOOL & PLANTS AND TRANSPORT: The contractor will be entirely responsible to arrange all necessary machinery

including rollers, vibratory and smooth wheel type, compressors, pumps, pneumatic equipment, winches, derricks, cranes, staging, motor vehicle, trailors, tools and plants and their spare parts required for efficient and methodical execution of the work and transport them to the site of work. Delay in procurement of such items due to their non-availability on account of import difficulties or any other cause whatsoever will not be taken as an excuse for slow, non-performance of the work. The Railway may give on hire to the contractor any plant or equipment, if available but it will not entertain any claim for compensation due to Railway’s failure to do so nor can the Railway’s inability to supply such plant be taken as an excuse for slow progress or non-performance of the work. Repairs and replacements of parts loaned by the Railways will be carried out by the Railway. The carriage of the plant to and from the site of work to IOW be godown will have to be arranged by the contractor at his own cost. The contractor shall be responsible for all structural damages to property or injury caused by work of his workman to persons animals or things and shall be indemnify the Railway in respect thereof and shall be held entirely responsible for all work carried out by him until it is finally taken over by the Railway and he will be liable to be called upon to make good any damage or loss which may occur to the building and work by inclemency of weather floors etc. or due to any other cause during the entire period until the work is taken over.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

52

21.0 CONTRACTORS RESPONSIBILITIES FOR TEMPORARY WORKS AND

MATERIALS: 21.1 The contractor shall from time to time, provide at his own cost all dams, coffer dams,

embankments and all other temporary work of whatever nature and temporary materials necessary or the construction, completion and maintenance of works which are the subject of the contract and shall from time to time submit for the information of the Engineer drawings showing the details the type and construction of the temporary dams, coffer dams, bridges, embankments and other works which he propose to adopt and construct and the exact position in which he propose to construct and employ them and during the progress of the works. Contractor shall if so directed by the Engineer, furnish particulars and drawings of any other temporary works and details or any other temporary materials in use or contemplated to be used by him. He shall be entirely responsible for the sufficiency, security and safety of all dams, coffer dams, bridges, embankments, temporary Railway connections and other temporary works which he may construct and/or employ and for all claims for damages to property or injury to persons arising out of any failure or accident to such dams, coffer dams bridges embankments or other temporary works, or temporary materials from wherever cause such damage, injury, failure or accident may arise or happen and shall replace, construct, repair and maintenance the whole of such dams , coffer dams , bridges, embankment or other temporary works or temporary materials until they are certified by the Engineer to be no longer required for the purpose of the contract.

21.2 The contractor shall before handing over the works or part thereof to the Railway

dismantle and remove all temporary works and temporary materials, but such removal shall not be effected without the previous written approval of the Engineer and the contractor shall comply with the directions (if any) given by him as to the method or removal and/or disposal.

22.0 NS/1 -: Dismantling service/ residential buildings :-

Dismantling service/residential buildings and giving credit to railway against released material including disposal of all released material, rubbish, brick bats etc outside railway land with contractor's all labour & material, scaffolding, ascents, descents, leads, lifts, for all heights and depth in all ground conditions, bailing/ pumping out of water if required, as a complete job.

NOTE: - 1. The credit will be calculated as per plinth area measurements including verandah, if

any. 2. The released rails/TB fencing will be the property of railway and will have to be

deposited in the store of JE/SE works. 23.0 NS-2: - Supply, cutting, hooking, bending, binding, and placing in position of

HYSD/TMT steel reinforcement:

1 The cold twisted deformed bars/ TMT bars conforming to IS/1786-1985 shall be free from loose mill-scales, rusts and coats of paints, oil, and other coating, which may reduce or destroy bond.

2 The contractor shall have to produce test certificate about the quality from a Govt. recognized institution, railway administration may also get the steel brought at site tested from time to time in the Govt. recognized institution as and when required at the cost of the contractor.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

53

3 Steel reinforcement shall be stored in such a way as to avoid distortion & to prevent deterioration by corrosion when directed by the Engineer. The reinforcement bars shall be given a cement wash before stacking to prevent scale and rust.

4 The payment of steel shall be as per the weight in Kg. Computed according to prescribed specification & the quantity of reinforcement will be worked out as per the approved drawings.

5 The weight shall be calculated as per the standard weight of the section as per ISI handbook. If any extra quantity of steel over and above shown in the drawing and the standard scale laid down has been used by the contractor or for any other reason such as undesirable & excess lapping for reinforcement, wastage of bad workmanship, the cost of this excess will not be paid by the Railway.

6 The rate shall be inclusive of the cost of the binding wire. The weight of binding wire shall not be payable. The binding wire shall be of soft annealed steel of approved quality of 1.6 mm diameter.

7 If more than one grade of reinforcing bar is furnished the contractor shall take proper precautions satisfactory to the Engineer-in-charge to obviate the use of wrong grade of reinforcing bars in any part of the work. For any mistake the contractor/s shall be solely responsible and shall make the mistakes good at his risk and cost.

8 Before steel reinforcement is placed in position the surface of the reinforcement shall be cleaned of rust, scale dirt, grease, or other objectionable substances. Every flaky rust & mill scale that can be removed by firm rubbing with burlap or equivalent treatment is considered objectionable. In storing, bars of the same size, length, shape and grade shall be assembled in racks and marked distinctively.

9 Before the reinforcement bars are fixed in position, it shall be verified that they are of the specified sizes cut and bent in accordance with the drawings and specifications. They shall be accurately placed and secured in position by means of concrete blocks, metallic chairs, hangers, spacers or other suitable approved devices at sufficiently close intervals, so that they will not either sag between support or be displaced during the placing of the concrete or by any operation on the work. Special care shall be exercised to prevent any disturbance of the reinforcement that has been placed. The reinforcement after being placed in position shall be maintained in a clean condition until it is completely embedded in concrete.

10 Metal reinforcement shall not be straightened or bent in a manner that will injure or weaken the materials. Bars with links or bends not shown on the plans shall not be used. Bars shall be bent cold to the shape and dimensions shown in the drawing or as directed using as bar bender operated by hand or power to attain the proper radius of bends as per relevant codal provisions. Heating of reinforcement bars to facilitate bending shall not be allowed without prior approval of the engineer-in-charge.

11 The longitudinal bars shall be straight and fixed parallel to each other and to the sides of the form work as shown or directed. The ties, links and stirrups connected to the bars shall be neatly drawn so that the bars are properly braced. The inside of their curved parts shall be in actual contact with the bars around which they are needed to be fixed and their position shall be exactly as shown in the drawings or directed by the engineer-in-charge.

12 Binding wire for tying reinforcement shall be of soft annealed steel of approved quality. Metal bar supports and spacers should not be placed in concrete in close proximity with each other nor be joined by a conductor especially in the continued presence of moisture, unless it is known that no galvanic action will result.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

54

13 Bar splices as indicated in the drawings will be used, unless modifications therein are approved by the Engineer-in-charge. Splices in points of maximum stress shall, however, be avoided. Splices in adjacent bars should be staggered as directed by the Engineer-in-charge. Lap length of bars shall be as specified in the relevant I.S. Code. This length may be changed by the Engineer-in-charge in special locations.

14 Before starting concreting, the contractor shall make certain that the measurement of the reinforcement placed in have been recorded and that the Engineer-in-charge has certified to the correctness of reinforcement used and form work framed. Failure to do so might mean no payment or payment (full or partial or Nil) at the discretion of the Engineer-in-charge for the reinforcement concerned.

15 The contractor shall maintain a register of reinforcement reflecting the size, angle, and diameter, number of bars used on the work etc.

16 Before concreting for RCC works, the contractor must sign the record for reinforcement used therein. Such records maintained by Railway and accepted by contractors during the progress of work will form, the basis regarding accountal of steel reinforcement and payment for reinforcement, if any.

17 The reinforcement shall be HYSD bars/TMT bars conforming to IS-1786-1985 & satisfying tests result as prescribed in IS- 1608-1972 for tensile test and IS-1599-1974 for Bend Tests. The Tenderer/s at his own expenses shall produce necessary test certificates issued by Reputed Testing agencies. All reinforcement shall be free from loose mill, scales, loose rust and coats of paints, oil, mud and other coating, which may reduced or destroy bond.

All reinforcement shall be placed and maintained in position as shown in the drawings. Unless otherwise specified by the Engineer-in- charge, reinforcement shall be placed within the following tolerance.

a) For effective depth 200 mm or less ± 10 mm.

b) For effective depth more than 200 mm ± 15 mm. In no case radius of bend should be less than 4 times the bars diameter for plain

mild steel and 6 times the bar diameter for deformed bar.

24.0 NS-3: Supplying and Utilising Portland cement at Site:

1 Ordinary Portland: Cement grade 43/53 conforming to IS 8112-1989 and IS-12269/1987 will be arranged by the contractor at his own cost. Payment shall be made under relevant NS item. 2 Tender Condition for supply of cement by contractor. Supply for cement by contractor at the rate as per NS item No. 07 & SOR items will be governed by the following conditions. The contractor shall procure cement for use in the works from the main producers or their authorized dealers only. Cement older than 3 months from the date of manufacture as marked on the bags shall not be accepted. Cement bags preferably in paper bag packings should bear the following markings:.- i) Manufacturer’s name ii) Registered trade mark of manufacturer if any. iii) Type of cement. iv) Weight of each bag in kgs. or No. of bags/ tonne. v) Date of manufacture generally marked as week of the year/year of manufacture. 3 Quality test certificate for cement as per IS: the contractor shall furnish 4031 for at his own cost from the manufacturer before use of cement supplied. Railway may also take

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

55

samples during the course of execution of works and get the cement tested to ascertain its conformity to the relevant IS specifications at contractor’s cost before a particular lot is put to use. Frequency of testing shall be as prescribed by the relevant IS Code. Following test interalia shall be carried out. i) Fineness. ii) Compressive strength. iii) Initial and final setting time. iv) Consistency v) Soundness. In case samples tested do not pass the quality tests conducted, the entire batch of cement supplied shall be rejected and returned to the contractor. For storage of cement, the contractor shall have to construct a temporary godown of adequate capacity at his own cost. The contractor shall bring the cement to the site of work only on written instructions from Engineer -in-charge of work. It will be obligatory on the part of the contractor to get every consignment/trucks of cement weighed in the presence of Inspector in-charge or his representative and supply an original copy of weigh slip alongwith consignment. The Inspector- in- Charge will verify the quantity of cement brought to the site of work and return one verified weight slip to the contractor after the same is stacked inside the cement godown under his supervision. The record of cement brought to the site of work, daily consumption, daily opening and closing balance shall be maintained at site jointly by the Inspector In-charge of work and contractor or his authorized representative. For this purpose 2 set of registers duly reconciled and signed by the contractor and the inspector in-charge of work certifying the opening balance, consumption, closing balance should be maintained. One register each shall be kept in the custody of Inspector in-charge of work and contractor or his representative. The contractor shall be the custodian of cement godown and shall keep the godown under his lock and shall ensure that the cement once brought to the site and accounted for shall be used at the site only and shall not be taken away from site for any other purpose. The contractor shall make the cement godown available for inspection alongwith connected record to the site Engineer or his representative as and when required. Land for constructing the temporary cement godown shall be handed over by the Railway on the written request of the contractor free of any rent. The contractor shall ensure that after completion of the work and/or determination of the contract for any reason whatsoever, the temporary cement godown shall be dismantled and all dismantled material /debris shall be removed and the clear site shall be handed over back to Railway. All the released material shall be the property of the contractor and no payment shall be made by the Railways for dismantling etc. The final bill and Earnest money/Security deposit shall not be released unless the godown is dismantled and the site is cleared in all respects. 4 Tolerance requirements for the mass of cement: Cement supplied at one time will be taken as forming one batch. The number of bags taken for sample from each batch shall be as under: Batch Size sample size. 100 TO 150 20 151 TO 280 32 281 TO 500 50 501 TO 1200 80 1201 TO 3200 125 3201 and above 200 The bags for sample shall be selected at random. The number of bags in sample showing a minus error greater than 2 percent of the specified net mass (50 kg) shall be not more than 5 percent of the bags in the sample. Also the minus error in none of such bags in the

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

56

sample shall exceed 4 percent of the specified. Net mass of cement in the bag. In case if minor error exceeds the percentages herein specified, the entire batch of cement samples shall be rejected. In case of a wagon/truck load of 10 to 25 tonne, the overall tolerance on net mass of cement shall be 0 to +0.5 percent. Any batch of cement not conforming to above tolerances will be rejected. 5 The consumption of cement on works shall be assessed on the basis of CEMENT CONTENTS per unit quantity for various items of works as per SOR-1996 of CEMENT CONTENTS per unit quantity. 6 Stacking of cement in the godown shall be done on a layer of wooden sleepers so as to avoid contact of cement bags with the floor or alternatively scrap G.I. sheets may also be used in place of sleepers but these must be placed at least 20 cm above the floor. The bags shall be stacked at least 30 cm clear of the walls to prevent deterioration. The wooden sleepers/scrap, G.I. sheets shall be arranged by the Contractor at his own cost. Cement shall be stored in such a manner as to permit easy access for proper inspection. Cement should not be stacked more than ten layers high to prevent bursting of bags in the bottom layers and formation of clods. The stacks of cement bags shall be covered with tarpaulin during monsoons so as to obviate the possibility of deterioration of cement by moisture in the atmosphere. Cement, which is set or partially set, is on no account to be used. The cement brought to the site godown in excess of the requirement calculated based on the cement factors shall be taken back by the contractor on completion of the work after written approval from Assistant Engineer/ Executive Engineer on proper document. Payment as per relevant NS items will be made on the basis of quantity of cement actually consumed and the quantity calculated as per cement factors for various items, whichever is less subject to recovery as per clause given below. Cement actually consumed on works shall normally match the quantity calculated as per cement factors for various items. If it is discovered that the cement actually consumed at site is less than the quantity ascertained taking into consideration the cement factors for various items by more than 1%, the cost of the cement not so used (i.e. difference between the quantity of cement calculated as per cement factors and cement actually consumed) shall be recovered at double the quoted rate from the contractor. Empty cement bags will be the property of contractor. Cement for use in the works should be procured by the contractor from the main producers/their authorized dealers /authorized stockyards which should confirm to BIS specifications.

25.0 NS-4: Providing, erecting and fixing in position on wall face, PVC bend:- Providing, erecting and fixing in position on wall face, PVC bend for rain water pipe

(Medium), 110mm dia including filling of the joints with suitable adhesive. It includes cost of cement, labour and material as a complete job.

26.0 NS-5: Providing, erecting and fixing in position on wall face, PVC rain water pipe Providing, erecting and fixing in position on wall face, PVC rain water pipe (Medium),

110mm dia with holder bat clamp of required size including filling of the joints with suitable adhesive. It includes cost of cement, labour and material as a complete job.

27.0 NS-6 : Providing, erecting and fixing in position on wall face, PVC shoe:- Providing, erecting and fixing in position on wall face, PVC shoe for rain water

pipe (Medium), 110mm dia including filling of the joints with suitable adhesive. It includes cost of cement, labour and material as a complete job.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

57

28.0 NS-7: -Providing and laying nominal mix of Cement Concrete:- Providing and laying nominal mix of Cement Concrete1: 3:6 (1 cement: 3 Coarse

sand: 6 coarse aggregate) or 1:4:8 (1 cement: 4 Coarse sand: 8 coarse aggregate) in foundation, flooring of platform upto 6 m height above ground level, using cement, sand of approved quality and mechanically crushed stone aggregate 40 mm and down gauge including rammed in layers not exceeding 150 mm thick, mechanical mixers, compaction, curing of concrete for a specified period, ascent, descent, lead, lifts etc. as per approved drawing as a complete job. This includes cost of all labour and material.

Note:- Cost of cement, will be paid separately under relevant NS item

according to cement consumption factor.

29.0 NS-8:-Supplying and fixing Syntex or Similar make single piece Cylindrical, Vertical tanks:-

Supplying and fixing Syntex or Similar make single piece Cylindrical, Vertical tanks without any seam weld or joint made of HDPE, FPA approved grades with in built platform on top and horizontal corrugation on sides of Top tank with injection moulded HDPE lid and locking arrangements including float valve, in out let and over flow connections as per instructions of Engineer Incharge as a complete job. (Tank will be provided in 500/1000 liters capacity).

41.0 GENERAL: The contractors are advised to see the site of work and make themselves familiar with the working conditions availability of labour, material, site for labour, huts and approach road etc. so that they can quote their rates keeping these things in mind. The work is to be completed on a strict time bound schedule only those contractors who have sound experience and necessary resources, requisite tools and plants, equipments and finance to handle the job shall be considered. Tenderers are required to submit credentials about their experience of having executed similar type of various works.

42.0 SERVICE ROADS: The contractor/s shall make his/their arrangements for service roads, paths etc. for carrying his/their tools and plants, labour and materials etc. and will also allow the Railways to use of such paths and service roads etc. for plying vehicles free of cost. The tenderers/s will be deemed to have included the cost of making any service roads, roads or paths etc. that may be required by him/them for plying his/their vehicles for the carriage of his/their men and materials, tools, plants and machinery for successfully completion of the work. Similarly any other feeder road connecting any of the existing roads will be made by the contractor at his/their own cost including any compensation that may be required to be paid for the temporary and or private land and without in any way involving the Railway in any dispute for damage and/or compensation. In case the Railway has its own paths, service roads, the contractor/s will be allowed to use of such path or service roads free of cost. He/they shall however in no way involve the Railway in any claims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due to their poor conditions or maintenance or their being to be blocked or closed.

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

58

43 Contractors will have to produce license for labour to be engaged on for this work from the concerned Labour Enforcement Officer under Contractor Labour Regulation and Abolition Act 1970 prior to the commencement of the work failing which payment for the work done will not be made.

In case of any dispute regarding interpretation of any of the above-mentioned clause the decision of Chief Engineer/Const-IV/N.W. Railway Jaipur will be final and binding on the contractor.

Dy.Chief Engineer /Construction-II NW Railway, Bikaner. For and on Behalf of President of India

I/we agree to abide by the terms and conditions mentioned at page 1 to 58 as well as General conditions of contract 1999, Standard Specifications For Materials and Works-1987, and Standard Schedule of Rates-1996 of Northern Railway as corrected up to date and to the extent these latest three books are applicable.

Signature of the contractor______________ Address_____________________________

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

59

NORTH WESTERN RAILWAY

(CONSTRUCTION) P R O F O R M A - I

1. Full name of Contractor/s Construction firm and year of establishment.

2. Registered Head Office Address

3. Branch Office in India.

4. Construction of firm gives full details including name of Partners/Executive/s Power of Attorney holders etc.:

5. Particulars of registration with Government semi Govt Organization, public sector undertaking and local bodies etc.:

6. Name of the bank of the firm and bank specific code Number and bank account number of the firm.

Note: -The information furnished above shall be supported by authentic documents including registration number of the firm. Tenderer should also furnish the bank account number and specific code of the bank of the firm for obtaining payment through account payee cheque to avoid the fraudulent encashment of cheques. The copies of documents submitted shall be duly attested by Gazetted officers.

Signature of Tenderer/s Dated ----------------------

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

60

NORTH WESTERN RAILWAY

(CONSTRUCTION)

P R O F O R M A – II A

Details of works of similar nature carried out

S.No

Name of work

Organization for whom work is being done/tendered

Place Tendered Cost

Time taken for completion of work

Principal features of the work in brief

If performance certificate from the concerned Govt. Body public sector/Private Organization attached.

Date of commencement

Actual time take

1 2 3 4 5 6 7 8 9

1.

2.

3.

4.

5.

6.

Note: - The Tenderers must attach performance certificate issued by the Organization

for whom the work was carried out. The information furnished above shall be supported by authentic documents. The copies of documents submitted should be duly attested by a Gazetted officer.

Signature of Tenderer/s Dated --------------------

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

61

NORTH WESTERN RAILWAY

(CONSTRUCTION)

P R O F O R M A – II B

Details of works under execution of tendered for

Work in progress Work Tendered for S.No Name of work

Organization for whom work is being done/tendered

Place

Tendered Cost

Date of commencement

Expected date of completion

Tender Cost

Date when decision is expected

Stipulated date or period of completion

1 2 3 4 5 6 7 8 9 10

1

2

3

4

5

6

7

8

NOTE: - The information furnished above shall be supported by authentic documents.

The copies of documents submitted should be duly attested by a Gazetted Officer.

Signature of Tenderer/s

Dated ----------------------

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

62

NORTH WESTERN RAILWAY

(CONSTRUCTION )

P R O F O R M A - III

Details of plant and Machinery

Sr.No Particulars of plants/Machinery

No of Unit

Kind and make

Capacity Age & Conditions Remarks

1 2 3 4 5 6 7

1

2

3

4

5

6

7

8

9

Note: - Indicate clearly, whether (i) Owned by firm or (ii) To be purchased by firm giving

date of placing order and likely date of receipt. Signature of Tenderer/s

Dated ----------------------

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

63

NORTH WESTERN RAILWAY

(CONSTRUCTION)

P R O F O R M A - I V

Particulars of personnel to be employed on this work.

S.No Name and Designation Qualification Professional experience

Remarks

1

2

3

4

5

6

7

8

9

Signature of tenderer/s Dated -----------------------

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

64

NORTH WESTERN RAILWAY

(CONSTRUCTION)

P R O F O R M A - V

SUB CONTRACTORS

S.No Element of work Approximate Value Name and address of sub-contractor

Statement of similar works previously executed.

1

2

3

4

5

6

7

Note: -1. The consultants proposed to be engaged for preparation of design and

drawings for the bridge should also be included in schedule. 2. Details of agreement/acceptance of sub-contractor/associates be

submitted wherever required. Signature of Tenderer/s

Dated-----------------------

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

65

NORTH WESTERN RAILWAY

Name of work Construction of Platform backwalls, brick on edge flooring on platform and other residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project

Sr. No. SOR item No.

Description of item Qty. Unit Rate Amount

1 102 Earthwork in excavation & filling , including 50m lead and 1.5m lift, the lead to be measured from the center of gravity of excavation to center of bank or spoil heap ; the lift, which is measured from mean ground level and paid for in layers of 1.5m each , including breaking clods, leveling and dressing, as per specifications.Loose / Soft Soil

1250 Per Cum 11.15 13937.50

2 109 Extra for excavation in foundations for buildings and bridges to cover dressing to neat dimension and plumbing sides etc.

700 Per Cum 1.20 840.00

3 114 Extra for watering and ramming earth in foundation and floors in 15cm layers where ramming is not included in the original rate for earth work in filling.

580 Per Cum 2.80 1624.00

4 115 Filling, watering and ramming earth in 15cm layers in floors and foundations with surplus earth from foundations including 50m lead and 1.5m lift.

440 Per Cum 3.35 1474.00

5 120(a) Dressing surface ( average excavation or filling up to 15 cm ) including removing vegitation.Loose/Soft soil.

11500 Per 10 sqm 6.70 7705.00

Total of Ch 1 25580.50

6 603 (b) Steel work welded in built up sections, trusses and framed work, girders, stagings, racks etc., including cutting, bending, straightening, handling, hoisting and fixing in position etc., complete up to 6 metres height above ground level:- In tees, angles, flats, plates and channels.

35 Per Qtl 1302.95 45603.25

7 636 (f) Extra to item for applying ready mixed priming coat of approved quality on steel work.:-Over item 603(b)

35 Per Qtl 7.40 259.00

8 637 (f) Extra to item for painting two coats ( excluding priming coat) with chocolate ,red , gray, or buff paint of approved quality on steel work:-Over item 603(b).

35 Per Qtl 15.90 556.50

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

66

Total of Ch 6 46418.75

9 1006(b) Providing ready mixed priming coat of pink primer of approved quality on wood work.

40 Per Sqm 5.25 210.00

10 1009(a) Applying ready mixed priming coat genuine red lead of approved quality on steel work.

125 Per Sqm 5.10 637.50

11 1026 Painting two coats with synthetic enamel paint of approved quality all shades except black or chocolate, to give an even shade.

165 Per Sqm 10.30 1699.50

12 1027 Painting one coat with synthetic enamel paint of approved quality all shades except black or chocllate, to given an even shade.

1800 Per Sqm 6.45 11610.00

13 1053 Lettering with "Black Japan" Paint (one coat).

4000 Per letter per cm height

0.25 1000.00

14 1054 Relettering with "Black Japan" paint (one coat).

20000 Per letter per cm height

0.15 3000.00

Total of Ch 9 & 10 18157.00

15 1124 Cement Concrete bed-stones/ash pit stones/ blocks/copings/skew back / caps etc. 1:2:4 ( 1 cement : 2 coarse sand: 4 stone chips 20mm gauge) including all labour in fixing and removing form work etc. Cast in situ.

20 Per Cum 427.85 8557.00

16 1135 Cement concrete 1:2:4 in damp proof course ( 1 cement : 2 coarse sand : 4 stone chips 20mm and down gauge) laid in place, including providing, fixing and removal of forms, and including application of 2 coats of hot bitumen @ 1.7 kg per sqm after cleaning the surface:-50 mm thick.

280 Per 10 Sqm 325.60 9116.80

Total of Ch 11 17673.80

17 1202 RCC Work 1:2:4 (1 cement : 2 coarse sand : 4 Stone chips 20mm & down gauge) or 1:1 ½ :3 ( 1 cement : 1 ½ coarse sand : 3 stone chips 20mm & down gauge) cast in situ - In walls

18 Per Cum 619.10 11143.80

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

67

18 1203 RCC Work 1:2:4 (1 cement : 2 coarse sand : 4 Stone chips 20mm & down gauge) or 1:1 ½ :3 ( 1 cement : 1 ½ coarse sand : 3 stone chips 20mm & down gauge) cast in situ - In suspended floor , roofs , landings , shelves , and their supports and balconies.

36 Per Cum 831.55 29935.80

19 1204 RCC Work 1:2:4 (1 cement : 2 coarse sand : 4 Stone chips 20mm & down gauge) or 1:1 ½ :3 ( 1 cement : 1 ½ coarse sand : 3 stone chips 20mm & down gauge) cast in situ - In lintels beams girders bresummers and cantilevers.

8 Per Cum 673.00 5384.00

20 1205 RCC Work 1:2:4 (1 cement : 2 coarse sand : 4 Stone chips 20mm & down gauge) or 1:1 ½ :3 ( 1 cement : 1 ½ coarse sand : 3 stone chips 20mm & down gauge) cast in situ - In sunshades.

6 Per Cum 1036.00 6216.00

21 1212 Precast R.C.C. work 1:2:4 ( 1 cement : 2 coarse sand : 4 stone chips 20mm and down gauge) including hoisting, placing and fixing in position:- In slabs for drain covers, manhole covers , flue top etc.

2 Per Cum 448.40 896.80

22 1226 Extra for compaction of concrete by Mechanical/Electrical vibrator.

135 Per Cum 17.50 2362.50

23 1227 Extra if concrete is mixed in an Mechanical Mixer instead of being hand mixed.

400 Per Cum 8.75 3500.00

Total of Ch 12 59438.90

24 1308 (b) Brick work with well burnt bricks in foundations and plinth.In cement and sand (coarse) 1 : 6.

460 Per Cum 493.05 226803.00

25 1319 (b) Brick work with well burnt bricks in Super Structure.In cement and sand (coarse)1:4

10 Per Cum 510.60 5106.00

26 1320 (b) Brick work with well burnt bricks in Super Structure.In cement and sand (coarse)1:6

930 Per Cum 513.15 477229.50

27 1326 Extra for brick work in square or rectangular pillars.

10 Per Cum 23.85 238.50

28 1330 (a) Extra for brick work In 11.5 cm (41/2") thick walls in buildings .

5 Per Cum 19.00 95.00

29 1339 Honey-comb brick work 23 cm (9") thick walls with well burnt bricks:-1:4

60 Per 10 Sqm 704.00 4224.00

Total of Ch 13 713696.00

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

68

30 1518 Providing hand packed dry brick on edge flooring excluding pointing, with joints filled with dry sand ( ordinary) over a bed of dry sand ( ordinary ) of average thickness 25 mm including ramming subgrade:-With well-brunt bricks.

11500 Per Sqm 55.60 639400.00

31 1523 Providing cement concrete flooring, 1:2:4 (1 cement :2 coarse sand :4 stone chips 20mm and down size), laid in one layer, finished to a true smooth suface:- 40 mm thick.

450 Per Sqm 21.70 9765.00

32 1524 Providing cement concrete flooring, 1:2:4 (1 cement :2 coarse sand :4 stone cghips 20mm and down size), laid in one layer, finished to a true smooth suface:- 50 mm thick.

5000 Per Sqm 24.95 124750.00

33 1542 Extra for making chequers of approved pattern on cement concrete floors, steps, landings, etc.,

5000 Per Sqm 2.25 11250.00

Total of Ch 15 785165.00

34 1610 ( c) Extra for providing and fixing dividings strips in joints of terrazzo flooring and skirting:-Glass dividing strips 4mm thick.

600 Per mtr 6.20 3720.00

35 1617 (b) White glazed tiles 6mm thick in flooring , skirting and dado , jointed with white cement slurry in joints laid on 13mm thick mortar bed of:- Cement and sand (coarse) mortar 1:3.

20 Per Sqm 261.90 5238.00

36 1619 (b) Coloured glazed tiles 6mm thick in flooring, skirting and dado, jointed with white cement slurry mixed with pigment to match the shade of tiles between joints laid on 13mm thick mortar bed of:- Cement and sand (coarse) mortar 1:3.

20 Per Sqm 262.65 5253.00

Total of Ch 16 14211.00

37 1702 Dismanting or stripping of old plaster or skirting and raking out joints for replaster including dispoasal of rubbish with 50 metres.

100 Per 10 Sqm 16.00 160.00

38 1709(b) Flush pointing on brick on edge flooring in cement and sand (ofdinary) 1 : 2.

11500 Per 10 Sqm 51.65 59397.50

39 1744 Plaster ordinary 13mm thick:- In cement and sand (ordinary) 1:4.

200 Per 10 Sqm 68.45 1369.00

40 1746 Cement Plaster 13 mm : In cement and sand (ordinary) 1:6

6000 Per 10 Sqm 69.25 41550.00

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

69

41 1767 6 mm thick cement plaster 1:3(1 cement :3 ordinary sand) under side of ceiling.

160 Per 10 Sqm 46.75 748.00

42 1770 Neat cement punning 200 Per 10 Sqm 15.25 305.00

43 1782(b) Cement concrete bata 8cm x 8cm in 1:2:4 cement concrete (1 cement :2 coarse sand :4 stone chips 20 mm and down gauge).

200 Per 10 mtr 32.50 650.00

Total of Ch 17 104179.50

44 1803 White washing with lime three coats 2000 Per 10 Sqm 12.90 2580.00

45 1804 White washing with lime two coats 1300 Per 10 Sqm 8.35 1085.50

46 1813(a) Colour washing such as green, blue, buff, yellow or cream, two coats. Using lime.

6300 Per 10 Sqm 9.15 5764.50

47 1820 Distempering with oil bound washable distemper, of aopproved quality, two coats, on new work including priming coat, to give an even shade.

1800 Per 10 Sqm 107.00 19260.00

48 1821 Distempering with oil bound washable distemper of approved quality, one coat, to give an even shade on old work.

12000 Per 10 Sqm 42.45 50940.00

49 1823 Providing one coat of cement primer of approved quality on wall surface, including cost of primer.

4400 Per 10 Sqm 39.75 17490.00

50 1825 Applying and finishing walls with water proof cement paint of approved quality (e.g. snoweem), two coats, to give an even shade.

4400 Per 10 Sqm 74.25 32670.00

51 1826 Applying and finishing walls with water proof cement paint of approved quality (e.g. snoweem) one coat, to give an even shade.

12000 Per 10 Sqm 46.65 55980.00

52 1831(a) Extra for white or colour washing the underside of ceiling For Ist coat.

250 Per 10 Sqm 0.70 17.50

53 1831(b) For IInd and every subsequent 500 Per 10 Sqm 0.35 17.50

54 1917(a) Lime concrete terracingf on roofs with 20mm and down size brick ballast, finished with gur and bael treatment. In lkime and surkhi mortar.

25 Per Cum 550.90 13772.50

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

70

55 1933 Painting top of flat roof with bitumen at 1.70 kg per sqm impregnated with a coat of coarse sand at 0.60cum per 100sqm 9ncluding cleaning the slab surface with bruches and a piece of cloth lightly soaked in kerosene oil, complete.

250 Per Sqm 11.10 2775.00

Total of Ch. 18 & 19 202352.50

56 20033 (b) Providing and dixing flush door shutters, commercial type thermosetting, synthetic resin bound core of block board construction with lipping of 1st class commercial quality timbver, such as elm or its equivallent, battens on all edges and well matched commercial ply veneering with vertical gains on both faces of shutters including brifght finished brass hinges with necessary screws. 30mm thick.

22 Per Sqm 340.50 7491.00

57 20039(a) Providing and fixing glass panes with wooden beading including removal of borken glass and old wooden beading wherever necessary (Excluding cost of wooden beading). Ordinary plain glass.

20 Per Sqm 117.20 2344.00

58 20179 (a) Providing and fixing anodized aluminium sliding door bolts anodized transparent or dyed to required colour and shade with bolts. Nuts and screws etc., complete:- 300 mm x 16 mm.

32 Each 59.70 1910.40

59 20180 (c) Providing and fixing aluminium tower bolts( barrel type ) anodized transparent or dyed to required colour or shade with screws etc., complete:-200mm x 10mm.

32 Each 15.75 504.00

60 20181 (a) Providing and fixing aluminium handles anodized transparent or dyed to reuqired colour or shade with necessary screws etc., complete:- 125 mm.

42 Each 8.50 357.00

Total of Ch. 20 12606.40

61 2101 (a) Providing & Fixing GI pipes complete with GI fittings and clamps, including cutting and making good the walls, etc. (internal works) : 15mm dia

50 Per Mtr 33.20 1660.00

62 2102 (a) Providing & Fixing GI pipes complete with GI fittings including trenching & refilling, etc. (External works) : 15mm dia

50 Per Mtr 30.10 1505.00

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

71

63 2102 ( c) Providing & Fixing GI pipes complete with GI fittings including trenching & refilling, etc. (External works) : 25mm dia

100 Per Mtr 46.35 4635.00

64 2103 Making connection of G.I. Distribution branch with G.I.main 25mm to 40mm diameter by providing and fixing tee, including cutting and threading the pipe etc. complete.

2 Each 38.50 77.00

65 2108 (a) Providing & fixing full way brass valve with wheel : 15mm dia

2 Each 54.45 108.90

66 2108 (c ) Providing & fixing full way brass valve with wheel : 25mm dia

2 Each 113.70 227.40

67 2146 Providing & fixing PTMT Polytetramethylene terephthalate Bib-cock duly fixed at site with letters 'IR' of approved colour & make duly fixed at site with appropriate non-toxic adhesive like" ARAL-DITE" ( to make it anti-theft) & with following dimensions. 15mm nominal size: 85mm long, 102mm high & 43mm wide with 12mm seat dia with replaceable washers & not weighing less than 90 gms.

8 Each 87.00 696.00

Total of Ch 21 8909.30

68 2241 Cement concrete 1 : 2 : 4(1 cement : 2 coarse sand : 4 stone ballast 40 mm and down gauge) in pavements. Roads. Taxi tracks and runways, laid to the required stopes and camber, including consolidation, finisheing and tamping complete.

30 Per Cum 341.50 10245.00

Total of Ch 22 10245.00

69 23010 Extra to item 23009 and 23032 if the W.C.pan is of white vitreous china instead white glazed earthen ware

2 Each 13.20 26.40

70 23032 P&F Indian type white glazed earthen ware WC pan of size of 58 cm x 44 cm with integral treads & trap (Orissa pattern)

2 Each 378.95 757.90

71 23086 Providing and fixing 10cm AC terminal guard.

2 Each 57.85 115.70

72 23124 Providing and fixiing S.C.I. Trap with 10cm inlet and 10cm outlet of selft cleansing design with S.C.I. Screwed down or hinged grating with or without vent arm complete, including cost of cutting and making good the walls and floors.

2 Each 126.00 252.00

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

72

73 23126 Providing and fixing 10cnm A.C. soil, waste and vent pipes including jointing and cost of squn yarn, and sand etc., complete.

10 Per Mtr 54.90 549.00

74 23128 Providing and fixiing 10cm x 10cm x 10cm A.C. plain branch (single equal junction) of the reuired degree including jointing and cost of squn yarn and sand etc., complete.

4 Each 58.25 233.00

75 23135 Providing and fixing 10cm A.C. plain bend of the required degree including jointing and cost of spun harn and sand etc., complete.

4 Each 32.85 131.40

Total of Ch 23 2065.40

76 2401 (A) Providing, laying and jointing salt glazed stone-ware pipes with 1 : 1 cement and ordinary sand mortar, including earth work in excavation in trenches upto 1 metre depth in all types of soil excluding rock, refilling and ramming trenches after pipes have been tested, complete:-100mm dia. S.W. pipe.

50 Per Mtr 40.55 2027.50

Total of Ch 24 2027.50

77 2503 Providing and fixing top or centre hung ventilators of standard rolled steel section, joints mitred and welded with 100mm x 16mm x 3mm lugs embedded in cement concrete blocks of size 15cm x 10cm x 10cm of 1 : 2 : 4 mix (1 cement : 2coarse sand : 4 sand chips 20mm and down gauge), or with wooden plugs and screws, or with fixing clips, or with bolts and nuts as required, including rpviding and fixing of glass panes with glazing clips and special metal sash putty of approved make, and all fittings, complte, including priming coat of red lead paint.

5 Per Sqm 494.60 2473.00

78 2507 Providing and fixing M.S.fan clamps made from 16mm dia. M.S.bars bent to shape with hooked ends, fixing in R.C.C. slabs during laying, including painting the exposed portion of loop with two coats of paint including priming coat , complete.

12 Each 15.90 190.80

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

73

79 2508 Providing and fixing rolling shutter of I.S. specifications make of 80mm x 1.25mm M.S. laths interlocked together through their entire length and joined together at the end with end locks mounted on speically designed pipe shaft, with brackets, side guides and arrangements for inside and outside locking witn push and pull operation complete, but exclucing the cost of top cover and spring.

18 Per sqm 216.55 3897.90

80 2509 Providing and fixing 27.5cm long wire spring grade No. 2 for rolling shutters.

3 Each 157.85 473.55

81 2510 Providing and fixing top cover for rollings shutters.

8 Per metre 210.65 1685.20

Total of Ch 25 8720.45

Total of Schedule 2031447.00

SUMMARY SHEET

Chapter Wise calculation %age Basic Cost Net Cost

Chapter No. 6 & 25 205.70 55139.20 168560.53

Chapter No. 11 & 12 170.57 77112.70 208643.83

Chapter No. 13 170.57 713696.00 1931047.27

Chapter No. 20 180.71 12606.40 35387.43

Chapter No. 21,23 & 24 170.57 13002.20 35180.05

Chapter No. 22 170.57 10245.00 27719.90

Chapter all others 170.57 1149645.50 3110595.83

Total Cost 2031447.00 5517134.84

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

74

NS ITEMS

Sr. No. NS Item No. Description of item Qty. Unit Rate Amount

1 NS - 1 Dismantling service/ residential buildings and giving credit to railway against released material including disposal of all released material, rubbish, brick bats etc outside railway land with contractor's all labour & material, scaffolding, ascents, descents, leads, lifts, for all heights and depth in all ground conditions, bailing / pumping out of water if required, as a complete job. Note:- (i). The credit will be calculated as per plinth area measurements including verandah, if any. (ii). The released rails/TB fencing will be the property of railway and will have to be deposited in the store of JE/SE works.

100 Sqm -42.61 -4261.00

2 NS - 2 Supplying, cutting, hooking, bending, binding & placing in position HSD steel bars / reinforcement of approved quality conforming to IS-1786 and as per approved drawing including cost of all steel bars, labours and materials required for bending, binding and placing in position including all lead & lift etc. complete. The steel shall be free from any dust, rust, foreign particles etc. and the payment shall be made only after actual utilization at site as per approved drawings. The length of bar shall be as per drawing/requirement and no pieces shall be used except otherwise necessary and that too as per standard lap length including contractor own 16 SWG binding wire as per actual requirement.

9 MT 39923.00

359307.00

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

75

3 NS - 3 Supplying & utilizing Ordinary Portland Cement of

grade 43/53 at site including stacking, in bags of 50 Kg. each of approved quality as per IS 8112/1989 or IS 12269/1987 as per cement consumption factor. The rate shall be inclusive of all loading, leading, unloading and storage of the cement into contractor’s go down & leading the same to work site with contractor’s own labour, machinery, transportation required for this job, including all lead, lift, ascent, descent, crossing of lines, nallahas, stream & all other obstructions including all taxes, testing etc. as a complete job. Nothing shall be paid on this account. Note:- (i). Cement for temporary and enabling works will be arranged by the contractor at his own cost. (ii).

It is clarified that cement used in excess of that required as per cement consumption factor for various works, will not be paid by the railway whatsoever the case may be.

4277 Qtl 498.43 2131785.11

4 NS - 4 Providing, erecting and fixing in position on wall face, PVC bend for rain water pipe (Medium), 110mm dia including filling of the joints with suitable adhesive. It includes cost of cement, labour and material as a complete job.

20 Each 72.97 1459.40

5 NS - 5 Providing, erecting and fixing in position on wall face, PVC rain water pipe (Medium), 110mm dia with holder bat clamp of required size including filling of the joints with suitable adhesive. It includes cost of cement, labour and material as a complete job.

60 Per Mtr 130.04 7802.40

6 NS - 6 Providing, erecting and fixing in position on wall face, PVC shoe for rain water pipe (Medium), 110mm dia including filling of the joints with suitable adhesive. It includes cost of cement, labour and material as a complete job.

20 Each 68.01 1360.20

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

76

7 NS - 7 Providing and laying nominal mix of Cement Concrete 1:3:6 (1 cement : 3 Coarse sand : 6 coarse aggregate) or 1:4:8 (1 cement : 4 Coarse sand : 8 coarse aggregate) in foundation, flooring of platform upto 6 m height above ground level, using cement, sand of approved quality and mechanically crushed stone aggregate 40 mm and down gauge including rammed in layers not exceeding 150 mm thick, mechanical mixers, compaction, curing of concrete for a specified period, ascent, descent, lead, lifts etc. as per approved drawing as a complete job. This includes cost of all labour and material. Note :- Cost of cement, will be paid separetaly under relevent NS item according to cement consumption factor.

870 Cum 1123.00

977010.00

8 NS - 8 Supplying and fixing Syntex or Similar make single piece Cylindrical, Vertical tanks without any seam weld or joint made of HDPE, FPA approved grades with in built platform on top and horizontal corrugation on sides of Top tank with injection moulded HDPE lid and locking arrangements including float valve, in out let and over flow connections as per instructions of Engineer Incharge as a complete job. (Tank will be provided in 500/1000 liters capacity)

2000 Per ltr 4.50 9000.00

Total of New NS Items

3483463.11

Summary of Cost

Schedule

Total of Schedule A (SOR items) 5517134.84

Total of Schedule B (NS items) 3483463.11

Total Cost of Schedule A+B 9000597.95

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

77

NOTES: 1 The approximate cost/quantities shown against the schedule of items, rates and quantities

are for rough guidance only. These are subject to variation depending upon the needs of the Railway and Railway reserves the right to increase /decrease the cost/quantities as per site conditions.

2 All items are for complete job including labour and material and all lead, lifts, ascents,

descents, crossing of railway lines, obstructions, leading, loading, unloading handling, re-handling, all taxes, octroi, royalty etc.

3 For making temporary arrangement, i.e. scaffolding, centering etc. required for casting of sub

structure /super structure, contractor will arrange cement, steel and other material as required at his own cost, and no extra payment will be made in this regard.

4 No shuttering plate less than 5mm thickness shall be allowed to be used on the work. 5 Total 81 items of SOR are in Schedule “A” and total 08 NS Item in Schedule “B”. 6. The work shall be governed as per Schedule of Rates 1996, Northern Railway Standard

Specification for material and works 1987 & General Conditions of Contract 1999 (as amended up to date)

I/we clearly understand that I/we am/are not entitled to any other payment what so ever except at the tendered rate quoted against each item for fully completed works as per conditions of contract.

Signature of Tenderer/s_________________

Address_____________________________

Tender No. Const/BKN/15/2009-10 Dated 03.09.2009

Signature of Tenderer/s DY CE/C-II/BKN

78

North Western Railway (Survey & Construction) TENDER NO. Const/BKN/15/2009-10 Dated 03.09.2009

Name of work:- Construction of Platform backwalls, brick on edge flooring on platform and other miscellaneous residual works on Sadulpur (excluding) - Churu (including) section in connection with Sadulpur - Ratangarh - Bikaner gauge conversion project

Approximate Cost. Rs. 90.01 Lakh Earnest Money: - Rs. 1,80,020.00

Date of opening of tender Box: - 09.10.2009

RATE SHEET I/we offer and agree to execute the work as per specifications, rates, terms and conditions of this tender at the following rates:-

Rates to be quoted by the tenderer/s in %age above/below/ at par on the total cost calculated by the Railways (as shown in column -3)

SN DESCRIPTION Total cost as per the rates calculated by the Railways (Rs) In Figures In Words

1 2 3 4 5

1 Total Cost of Schedule “A” (SOR items)

5517134.84

2 Total Cost of Schedule “B” (NS items)

3483463.11

It is certified that: 1 I have gone through all conditions and other instructions of tender document. 2. I have familiarized myself/ourselves with the section and site conditions. 3. I/We have understood description and meaning of eligibility criteria. 4. I/We understood that conditional tenders are liable to be rejected and railway reserves the right to reject

such tenders without assigning any reason. 5. I have gone through the requirement of deploying technical and supervisory staff, skilled/semi-skilled/

un- skilled labour, providing and maintaining T&P items as specified/required at site. Note: i) The tenderers should quote one uniform percentage over/below/at par on the total value of the each

schedule. Item wise rates should not be quoted. In case of any deviation from this instruction, the tender is liable to be rejected.

ii) The tenderer should submit all the required credentials along with the tender documents; at the time of submission of his offer only otherwise the offer is liable to be summarily rejected.

iii) The tenderer should sign all the pages of tender document.

Signature of tenderers &

Address……………

END OF DOCUMENT” (This tender document is containing page No 01 to 78 only)