64
Tender No.13/North/2016 Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of opening on 29- .06-.2016 for the work of Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem, Bikkavolu and Elamanchili stations on down loop side.,. Page 1 of 64 Registered Post-Ack.-Due” भारत सरकार / Govt. of India रेऱ मंाऱय / Ministry of Railways दिण मय रेऱवे / South Central Railway वजयवाडा मंडऱ / Vijayawada Division मंडऱ कायााऱय/Divisional Office, कायशाखा/Works Branch, वजयवाडा/Vijayawada, सं.No.बीB/डबयू W.496/I/4/T.No.13/North/16/T. North दनाँक/Dt 12-.09-.2016 To M/s Sree Pavithra Constructions, No. 07/624-A, Surya Nagar Railway Koduru, K A D A P A-516 101 Sirs, वषय/Sub:-Tender No 13/North/2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem, Bikkavolu and Elamanchili stations on down loop side. संदबा /Ref:- Your tender for the above work submitted on 29-06.2016 *** 1. The competent authority has accepted your Tender for the above work for a total value of Rs 12,17,64,171/- (Rupees Twelve crores Seventeen lakhs Sixty four thousand one hundred and seventy one only) at the work at the following rates... 1. Schedule-A at (+) 30% (Plus Thirty percent only) on USSR 2010 2. Schedule-A-1 at (+) 31.5% (Plus Thirty one point five percent only) on USSR 2010 3. Schedule-A-2 at (+) 30% (Plus Thirty percent only) on USSR 2010 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate of NS item 6. Schedule-B-1 at (+) 30% (Plus Thirty percent only) on basic rates of NS items. 2. The work should be completed within 12 (Twelve) months from the date of issue of letter of acceptance with a maintenance period of 06 (Six) months. 3. The sum of Rs.6,18,050/- submitted vide DD.No.663433 dt. 28-06-2016 for Rs. 618050/- issued by Corporation Bank/STPM/BZA (realized vide Sr.DC/Pay/BZA MCR No 326041 dt. 08-07-16 ) towards E.M.D has been adjusted as part amount of the security deposit. The balance security deposit of Rs. 54,70,159//- shall be recovered at the rate of 10% of the bill amount till the full security deposit of Rs. 60,88,209/- is recovered. 4. In terms of Special conditions of contract, you shall furnish a Performance Guarantee amounting to 5% of the contract value i.e Rs. 60,88,209/- before signing of the agreement. The performance guarantee should be initially valid up to the stipulated date of completion plus 60 days beyond that. In terms of Special conditions of contract, you shall submit the Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31 st day after the date of issue of LOA. In case of failure to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against the contract. The failed contractor shall be debarred from participating in re-tender for that work.

Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 1 of 64

Registered Post-Ack.-Due”

भारत सरकार / Govt. of India

रेऱ मंत्राऱय / Ministry of Railways

दक्षिण मध्य रेऱवे / South Central Railway

ववजयवाडा मंडऱ / Vijayawada Division

मंडऱ कायााऱय/Divisional Office,

काया शाखा/Works Branch,

ववजयवाडा/Vijayawada,

सं.No.बीB/डबल्यू W.496/I/4/T.No.13/North/16/T. North ददनाँक/Dt 12-.09-.2016

To

M/s Sree Pavithra Constructions,

No. 07/624-A, Surya Nagar

Railway Koduru,

K A D A P A-516 101 Sirs,

ववषय/Sub:-Tender No 13/North/2016 for the work of “Vijayawada-Visakhapatnam

Section - Provision of longer loops at Navabpalem, Bikkavolu and

Elamanchili stations on down loop side.

संदबा/Ref:- Your tender for the above work submitted on 29-06.2016

***

1. The competent authority has accepted your Tender for the above work for a total value of

Rs 12,17,64,171/- (Rupees Twelve crores Seventeen lakhs Sixty four thousand one hundred and

seventy one only) at the work at the following rates...

1. Schedule-A at (+) 30% (Plus Thirty percent only) on USSR 2010

2. Schedule-A-1 at (+) 31.5% (Plus Thirty one point five percent only) on USSR 2010

3. Schedule-A-2 at (+) 30% (Plus Thirty percent only) on USSR 2010

4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004

5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate of NS item

6. Schedule-B-1 at (+) 30% (Plus Thirty percent only) on basic rates of NS items.

2. The work should be completed within 12 (Twelve) months from the date of issue of letter of

acceptance with a maintenance period of 06 (Six) months.

3. The sum of Rs.6,18,050/- submitted vide DD.No.663433 dt. 28-06-2016 for Rs. 618050/- issued by

Corporation Bank/STPM/BZA (realized vide Sr.DC/Pay/BZA MCR No 326041 dt. 08-07-16 )

towards E.M.D has been adjusted as part amount of the security deposit. The balance security

deposit of Rs. 54,70,159//- shall be recovered at the rate of 10% of the bill amount till the full

security deposit of Rs. 60,88,209/- is recovered.

4. In terms of Special conditions of contract, you shall furnish a Performance Guarantee amounting to

5% of the contract value i.e Rs. 60,88,209/- before signing of the agreement. The performance

guarantee should be initially valid up to the stipulated date of completion plus 60 days beyond that.

In terms of Special conditions of contract, you shall submit the Performance Guarantee (PG) within

30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for

submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be

given by the Authority who is competent to sign the contract agreement. However, a penal interest

of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the

date of issue of LOA. In case of failure to submit the requisite PG even after 60 days from the date

of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any

payable against the contract. The failed contractor shall be debarred from participating in re-tender

for that work.

Page 2: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 2 of 64

:2:

5. Until a formal agreement is executed, acceptance of the Tender shall constitute a binding contract

between you and the administration.

6. You have to abide by the Contract Labour (Regulations and Abolition Act 1970) and rules,

regulations and amendments thereto that may be followed from time to time are binding on you in

respect of this contract. You have to submit the application in the prescribed form (Form-V) in

triplicate for license under Contract labour (Regulation and Abolition) Act for 20 or more

workers and under BOCW Act for less than 20 Workers together with the demand draft towards

security deposit and license fee to the undersigned to forward the same to the concerned Licensing

Officer for issue of the license irrespective of the number of labour employed for the work. The work

should not be executed without a valid labour license.

7. Failure to start the work within ten days, the contractor is liable for penal action as per clause 62 of

the General conditions of contract.

Encl: 1) Tender schedule with special conditions, 2) Copy of Performance Guarantee.

आपका / Yours faithfully,

Sr. Divisional Engineer/North

द.म.रेऱवे/S.C.Railway,

ववजयवाडा/Vijayawada

Copy to: Sr.DFM/BZA for information.

Copy to: ADEN/RJY, SLO and TUI for information

Copy to: SSEs/P.Way/, TDD, SLO & TUI for information

Copy to: SSEs/Works/, RJY, SLO & TUI for information.

,Copy to SSE(Drg)/Track & OS/WA-North for information.

Copy to: Labour Enforcement Officer (Central), Prakash Nagar, Rajahmundry, East Godavari

District, for kind information.

(TC: Sr.DEN/North/BZA , Sr,DFM/IBZA, Sr.DSTE/M/BZA, AA : DRM/BZA)

Page 3: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 3 of 64

South Central Railway Vijayawada Division

Tender No.13/North/2016

Name of Work : Vijayawada-Visakhapatnam Section - Provision of longer loops at

Navabpalem, Bikkavolu and Elamanchili stations on down loop side.

Similar nature of

work :-

Any one work of earth work with bridges or any one work of rock cutting with

bridges. A contractor who has done minimum 35% of advertised tender value of the earth work/ rock cutting alone, as well as 35% of advertised

tender value for bridge works alone in some other one work shall also be

considered eligible for this purpose

Approx. Value : Rs. 12,17,64,171/-

(Approximate value of tender arrived by addition of at par value of SSR items enhanced with certain

estimated percentage and value of NS items at the basic rates adopted in schedule.)

Completion Period : 12 (Twelve) months

Maintenance Period (06) Six months

Sanction Estimate No, & Date Allocation Amount (Rs)

PCE/SC Sanc. No. Sl.No.01/2016-17 (Case file No. W.SB/B/NBM, BVL & YLM Loops/Est dt. 15-04-2016

20-1641-03 9,36,08,926/-

Name of the

Tenderer/Contractor:-

M/s Sree Pavithra Constructions,

No. 07/624-A, Surya Nagar

Railway Koduru,

K A D A P A-516 101

Page 4: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 4 of 64

Schedule-A The List of Items of Works that are Covered by USSR-2010 (Works & Materials) of S.C.Railway

S.No SSR No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

1 192011 Earth work in excavation for foundations and floors of the bridges, retaining walls etc., including setting out, dressing of sides, ramming of bottom, getting out the excavated material, back filling in layers with approved material and consolidation of the layers by ramming and watering etc. incl. all lift, disposal of surplus soil upto a lead of 300 M, all types of shoring and strutting with all labour and material complete as per drawing and technical specification as directed by Engineer in charge. All kinds of soils.

277.00 322.00 936.00 1535.00 147.10 Cum 225799

2 192020 Extra for the quantity of works, executed in or underwater and/ or liquid

mud including pumping out water as required

111.00 129.00 374.00 614.00 29.42 Cum 18064

3 192030 Providing and laying Plain Cement Concrete 1:3:6 with graded stone

aggregate of 40 mm nominal size, in foundation and floors, retaining walls of

bridges including mechanical mixing, vibrating, pumping and bailing out water where ever required with all materials and labour complete but

excluding the cost of cement and shuttering as per drawings and technical specifications as directed by Engineer

51.00 84.00 307.00 442.00 1547.96 Cum 684198

4 221060 Providing and laying Pitching with stone boulders weighing not less than 35 kg each with the voids filled with cement sand mortar 1:4 on slopes laid over

prepared filter media including boulder apron laid dry in front of toe of

embankment complete as per drawing and Technical specifications (Filter media to be paid separately under the relevant item)

78.00 33.60 72.40 184.00 1617.53 Cum 297626

5 222020 300 mm thick (average) Dry stone flooring with boulders of not less than 35 kg each in weight , hand packed with surface levelled off to the correct section with

hammer dressing as necessary on the ground including filling the gaps with quarry spalls and ordinary sand complete including the cost of supply of

all materials, labour, lead, lift, tools, plants, crossing of tracks and the like as per

drawing and technical specification as directed by Engineer

58.00 71.00 242.00 371.00 1002.95 Cum 372094

6 222040 Supply and laying of coarse sand including consolidation, supply of all materials,

labour, lead, lift, tools, plants, crossing of tracks as per drawing and technical specification as directed by the Engineer incharge in case loose slush is

encountered at site of foundation before casting the foundation or before laying the filtering media

49.00 41.00 63.00 153.00 1083.60 Cum 165791

7 222230 Painting the HFL and danger level marks, year of HFL on bridge abutments

and piers with ready mixed paint as per standard in two coats over one coat of primer with all materials, labour, tools, scaffolding, all lead and lift etc including

writing complete

4.00 8.00 12.00 24.00 109.96 Each

mark

2639

Page 5: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 5 of 64

Schedule-A

The List of Items of Works that are Covered by USSR-2010 (Works & Materials) of S.C.Railway

S.No SSR No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

8 222240 Providing cast in situ bridge number plaques as per Railway drawing in cement concrete 1:2:4 mix using 20mm hard stone aggregate embedded in 30mm

notch in Bridge parapet coping duly engraving the letter and figures and an

arrow indicating the direction of flow and finishing the top exposed surface with cement mortar 1:3, painting letters and figures with two coats of black

enamel paint on two coats of white back ground with all labour, tools, cement, paint etc.with all lead and lifts

4.00 4.00 6.00 14.00 393.19 Each

mark

5505

9 222250 Providing cast in situ plaques for bridge foundations details of size 45x45x5 cm in

cement concrete 1:2:4 mix using 20mm hard stoneaggregate embedded in 30mm

deep notch over abutment & piers, engraving the letters & figures with CM 1:3 and finished smoth including painting letters and figures with 2 coats of black

enamel and plaque with white enamel with all labour, tools, cement, paint, curing, etc. as a complete job

2.00 2.00 3.00 7.00 518.99 Each

mark

3633

10 192050 Providing and laying in position machine mixed, machine vibrated and machine

batched Design Mix Cement Concrete M20 grade (Cast - in Situ) using 20 mm

graded crushed stone aggregate and coarse sand of approved quality in Abutment, pier, wing walls and return walls of Mass cement concrete above RCC

raft Including finishing complete as per specifications and direction of the Engineer in charge. Payment for cement, reinforcement and shuttering shall be

paid extra

102.00 117.00 540.00 759.00 1940.73 Cum 1473014

11 032020 Providing and fixing precast M 15 grade cement concrete in string or lacing

courses, coping, bed plates, anchor blocks, plain window sills, shelves, louvers,

steps, etc. upto floor two level, including hoisting and setting in position with cement mortar 1:3 (1 cement : 3 coarse sand), cost of required shuttering,

centering complete -excluding the cost of cement. (cast at site)

4.00 4.00 11.00 19.00 2483.70 cum 47190

12 195032 Centring and shuttering including strutting, propping etc. and removal of form for

:Abutment, pier, wing walls and return walls

96.00 60.00 152.00 308.00 227.70 Sqm 70132

13 195038 Centring and shuttering including strutting, propping etc. and removal of form for

:In Bottom/top slab, side walls, toe wall and sumps haunch filling head walls or

any other component

533.00 528.00 1180.00 2241.00 227.70 Sqm 510276

14 222170 Providing and fixing of Drainage Spouts of 100 mm UPVC complete as per

drawing and Technical specification

1.80 9.00 10.80 21.60 268.43 1

Meter

5798

15 222180 Providing and laying of filter media consisting of granular materials of GW, GP, SW groups as per IS 1498-1970 in required profile behind boulder filling of

abutments, wing walls / return walls etc above bed level with all labour and

material complete job as per drawing and technical specification of RDSO Guidelines

85.00 17.00 398.00 500.00 1102.53 cum 551265

Page 6: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 6 of 64

Schedule-A

The List of Items of Works that are Covered by USSR-2010 (Works & Materials) of S.C.Railway

S.No SSR No Description of

Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

16 252020 Supplying moorum

81.00 80.00 271.00 432.00 201.25 Cum 86940

17 194010 Providing and laying in position machine mixed, machine vibrated and machine

batched Design Mix Cement Concrete M35 grade (Cast - in Situ) In Bottom/top slab, side walls, toe wall and sumps haunch filling head walls or any other

component using 20 mm graded crushed stone aggregate and coarse sand of

approved quality of cast-in-situ RCC box of size upto 5 M (bigger inside dimension) including finishing, Admixtures in recommended proportions (as per

IS 9103), if approved in Mix design, to accelerate, retard setting of concrete, improve workability without impairing strength and durability, complete as per

drawings and technical specifications as directed by Engineer in charge. Payment

for cement, reinforcement and shuttering shall be paid extra

45.00 67.00 436.00 548.00 1940.73 Cum 1063520

18 011011 Earth work in excavation as per approved drawing and dumping at embankment

site or spoil heap, within Railway land including 50m lead and 1.5m lift, and the lead to be measure from the centre of gravity of excavation to center of gravity

of spoil heap: The lift to be measure from the natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications in – All

kind of soils

3122.04 6937.00 5725.50 15784.54 100.28 Cum 1582874

19 012050 Supplying and filling sand in plinth and floors including watering , ramming, consolidating and dressing complete

971.00 1191.00 568.00 2730.00 615.03 Cum 1679032

20 031012 Providing and laying in position cement concrete of specified proportion excluding cost of cement, centering and shuttering - All works upto Plinth level :

- 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 40mm nominal size)

1770.00 2210.00 1810.00 5790.00 1865.68 Cum 10802287

21 031023 Providing and laying cement concrete, up to plinth in retaining walls, walls (any thickness) including attached plasters, columns, pillars, posts, struts, buttresses,

string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain

window sills, fillets etc, excluding the cost of cement and of shuttering, centering. - 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm

nominal size)

1330.00 2050.00 1593.00 4973.00 2309.45 Cum 11484895

22 031061 Centering and shuttering including strutting, propping etc. and removal of

form work for : - Foundations, footings, bases of columns

600.00 600.00 720.00 1920.00 132.95 sqm 255264

23 031062 Centering and shuttering including strutting, propping etc. and removal of

form work for - Retaining walls, return walls, walls (any thickness)

including attached plasters, buttresses, plinth and string courses fillets etc.

3000.00 8100.00 3960.00 15060.00 227.72 sqm 3429463

Page 7: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 7 of 64

Schedule-A

The List of Items of Works that are Covered by USSR-2010 (Works & Materials) of S.C.Railway

S.No SSR No Description of

Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

24 043015 Providing, hoisting and fixing in position upto floor two level M20 Grade precast RCC work including setting in cement mortar 1:3 (1 cement : 3 coarse sand)

and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine

sand) on exposed surfaces complete including cost of centering, shuttering, finishing, Admixtures in recommended proportion (as per IS:9103) to accelerate,

retard setting of concrete, improve workability without impairing strength and durability, excluding cost of cement and steel reinforcement, as per approved

plan & direction of Engineer in charge. In slabs for drain covers, manhole

covers, flue tops etc.

379.20 465.00 316.00 1160.20 2982.20 Cum 3459948

25 013120 Earthwork in filling in embankment, guide bunds, around buried type

abutments, bridge gaps, trolley refuges, rain bunds if provided, platforms etc. with earth excavated from outside railway boundary entirely arranged by the

contractor, at his own cost as per RDSO's latest guidelines and specifications and special condition of contract including all leads, royalty, lifts, ascents,

descents, crossing of nallahs or any other obstructions. The rates shall include

all dressing of bank to final profile, demarcation and setting out of profile, site clearance, removing of shrubs, roots of vegetations growth, heavy grass,

benching of existing slope of old bank, all handling/re-handling, taxes, octroi and royalty etc. as a complete job. Cut trees shall be property of railways and to

be deposited in the railway go down unless specified otherwise in the Special conditions of contract

18500.00 14600.00 19950.00 53050.00 164.84 Cum 8744762

26 013130 Extra for mechanical compaction of earth/blanketing material filled in

embankment with contractor's rollers of suitable capacity, type and size to achieve specified density as per specification, testing as per IS codes incl. cost

of water, T&P consumable material and all labour as a complete job. The work is to be executed as per Latest edition of "Guidelines for Earthwork in Railway

Projects" issued by RDSO, Lucknow

18500.00 14600.00 19950.00 53050.00 13.67 Cum 725194

27 236010 Cement concrete grade M 15 of coarse aggregate 40 mm nominal size in

pavements laid to required slope and camber in panels as required including

consolidation finishing and tamping complete.

450.00 720.00 720.00 1890.00 1876.03 Cum 3545697

28 042026 Centring and shuttering for edges of slabs above 20 cm wide Centering and

shuttering for edges of slabs above 20 cm wide.

600.00 960.00 960.00 2520.00 265.10 Sqm 668052

29 051022 Brick work with modular bricks of class designation 7.5 in foundation and plinth

in :Cement Mortar 1:4 (1 cement : 4 fine sand)

1353.00 864.00 1088.00 3305.00 1956.49 Cum 6466199

30 057104 Add or deduct from rates of brickwork when the bricks specified or permitted

to be used by Engineer are of Class designation other than 7.5 Deduct for Class designation 3.5

1353.00 864.00 1088.00 3305.00 -655.33 Cum (2165866)

Page 8: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 8 of 64

Schedule-A

The List of Items of Works that are Covered by USSR-2010 (Works & Materials) of S.C.Railway

S.No SSR No Description of

Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

31 111052 15 mm cement plaster on the rough side of single or half brick wall of mix -1:6 (1cement: 6coarse sand) Finishing walls with water proofing cement paint of

required shade two or more coats on new work applied @ 3.84 Kg/10 sqm

10870.00 6840.00 8960.00 26670.00 79.48 Sqm 2119732

32 115110 Finishing walls with water proofing cement paint of required shade two or more

coats on new work applied @ 3.84 Kg/10 sqm

4922.07 6119.59 4000.00 15041.66 38.31 Sqm 576246

(Items Thirty two only) Total of Schedule-A 58957262

Percentage Rate quoted in

“Figures”

(+) 30%

Percentage Rate quoted in

“Words”

Plus Thirty percent only

Schedule-A-1

The List of Items of Works that are Covered by USSR-2010 (Works & Materials) of S.C.Railway

S.No SSR No Description of

Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

1 033062 Supply and using cement

OPC 53 grade

1349.220 1755.239 1846.567 4951.025 4600 Tonne 22774716

Item One only) Total of Schedule-A-1 22774716

Percentage Rate quoted in

“Figures”

(+) 31.5%

Percentage Rate quoted in

“Words”

Plus Thirty One point five percent only

Schedule-A-2

The List of Items of Works that are Covered by USSR-2010 (Works & Materials) of S.C.Railway

S.No SSR No Description of

Work NBM BVL

YLM Total. Qty.

Rate Unit Amount

Rs.

1 045013 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete. Cold twisted bars.

32844 41930 83160 157934 50.76 Kg. 8016730

(Item One only) Total of Schedule-A-2 8016730

Percentage Rate quoted in

“Figures”

(+) 30%

Percentage Rate quoted in

“Words”

Plus Thirty percent only

Page 9: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 9 of 64

Schedule-A-3

The List of Items of Works that are Covered By P.Way SSR-2004 of S.C.Railway, Vijayawada Division.

S.No SSR No Description of

Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

1 18060200 Welding of 52/60 kg rails during traffic block, duly removing the rail to rail fastenings ,sleeper to fastennings adjusting the gap up to 25mm between

rail ends,cleaning rail ends with K. oil,respacing the joint sleepers for fixing

the dry mould, lifting the rail ends, aligning,fixing moulds/ mould boxes heating the rail ends with petrol,to the required temperature welding,

removing the excess weld metal with trimmer and finally grinding the welded joint to the required profile with profile grinder as elucidated in the welding

manual of 1996 with all contractors labour except a quallified welder of

railways, tools such as welding tank along with vaporizer crucible,dry mould, mould shoes,clamps will be supplied free of cost by Railways at SSE's

stores,consumables like K.oil,petrol welding portion,asbestos powder etc. required will be supplied free of cost by Railways as per the direction of the

engineer-in-charge at site including fixing the sleepers immediately after welding to allow trains.

200 200 250 650 244.5 Each

Weld

158925

Note : 1) Weld trimmer and profile grinder will be supplied at SSE stores/depot, required consumables will also be supplied by Railways at free of cost.

2) Contractor to arrange trained staff for using the machines.

3) All materials required for welding work will be supplied by Railways at free of cost.

4) Sleepers spacing to be corrected after welding

5) Distrubed parameters of the track to be made good after welding.

6) Disturbed ballast section to be made good.

7) After welding, the weld joint to be painted supplied by Railways to the extent of 100mm on both the sides of the weld including bottom surface of the flangeof the rail.

8) Minimum of 6 skilled men are required to be deployed by the contractor for execution

of the work.

Note: 1.Drilling of holes will be paid separately.

2. Fish plates/bolts/clamps etc., will be supplied at depot of SE/SSE.

2 18010205 Unloding of ballast from railway wagons/hoppers within the nominated block as allotted with all contractor's labour tool etc.,complete including dressing of

ballast to profile where unloaded in excess and infiring the moving

dimensions of rolling stock with cotractor labour ,tools,tackles and all lead and lift complete including crossing of track when ever necessary and as

directed by EIC at site.

2000 2000 2500 6500 2.9 Cum 18850

(Items Two only) Total of Schedule-A-3 177775

Percentage Rate quoted in

“Figures”

(+) 30%

Percentage Rate quoted in

“Words”

Plus Thirty percent only

Page 10: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 10 of 64

Schedule-B

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR No Description of

Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

1 NS 2010-25

Providing and applying Epoxy for bonding of new concrete to old concrete @0.80Kg/Sqm with pot life not less than 60-90 minutes and as per relevant

specifications including cleaning the surface including all contractor's labour,

materials, chemicals, tools machinery, all lead & lift taxes etc., all as directed by the Engineer-in-charge.

9 12 50 71 943.96 Sqm 67021

(Item One only) Total of Schedule-B 67021

Percentage Rate quoted in

“Figures”

(+) 32%

Percentage Rate quoted in

“Words”

Plus Thirty Two percent only

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR No Description of

Work NBM BVL

YLM Total. Qty.

Rate Unit Amount

Rs.

1 NS Removing BG 1 in 8.5 Points & Crossings under line block in stipulated time along with PSC sleepers and fastenings, carting the same, separating and

stacking the released materials item wise and classification wise at nominated

locations (with in the yard) as indicated by the Engineer-in-charge and leveling the disturbed track after removal of the Points and Crossings with

Contractor's labour, tools etc. including crossing of tracks wherever necessary with tools etc. with all lead and lift and as directed by the Engineer-in-charge.

1 in 8.5

Points & Crossings

1 2 0 3 13373.5 Each

set 40121

Note 1) The expression of Points and Crossings includes two rail lengths beyond the heel

of crossing on both the main line as well as on loop line and the two rail lengths beyond SRJ thus totaling to six rail lengths plus the points and crossing portion (SRJ to heel of

crossing). Rate to cover the entire work.

2) Payment will be made only after stacking the released materials item wise and classification wise.JE/P.Way and ADEN should certify the same.

Page 11: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 11 of 64

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR

No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

2 NS Removing BG 1 in 12 Points & Crossings under line block in stipulated time along with PSC sleepers and fastenings, carting the same, seperating and stacking the

released materials item wise and classification wise at nominated locations (with in

the yard) as indicated by the Engineer-in-charge and levelling the disturbed track after removal of the Points and Crossings with Contractor's labour, tools etc.

including crossing of tracks whereever necessary with tools etc. with all lead and lift and as directed by the Engineer-in-charge.

1 in 12 Points & Crossings

1 2 2 5 17038.77 Each

set 85194

Note 1) The expression of Points and Crossings includes two rail lengths beyond the heel

of crossing on both the main line as well as on loop line and the two rail lengths beyond

SRJ thus totalling to six rail lengths plus the points and crossing portion (SRJ to heel of crossing). Rate to cover the entire work

2) Payment will be made only after stacking the released materials item wise and

classification wise.JE/P.Way and ADEN should certify the same.

3 NS Assembling the 52Kg 1 in 8.5/ 1 in 12/ 1 in 16 prestressed RH/LH turnouts duly

respreading railway 52 Kg., fan shaped PSC crossing sleepers fixing 60Kg/52Kg tongue rails, lead rails and crossing with rubber pads, liners and all fastenings to a

neat gauge of 1676 mm and laying the assembled points and crossings complete

set with fittings in the position with the help of railways relaying machine under line block with stipulated time by any of the methods elucidated in para 317(4) and (ii)

of IRPWM 1986 and laying 52 Kg., PSC sleepers and 52 Kg., rails at the 6 rail lengths portion removed under item No.1 above and fastening the rail with sleepers

including collecting the rails providing one kutcha packing, levelling, gauging,

aligning and jointing the ends as per P.way codes of practice profiling and boxing of the ballast, etc.,complete so as to all the passage of trains at the restricted speed

with all contractor's labour, tools, consumables etc., complete including cutting of rails for shorter lengths, darling of holes and crossing of tracks wherever necessary

with all lead and lifts and as directed by the Engineer-in-charge.

a) 1 in 12, Points & Crossings 5 7 6 18 24100.96 Set 433817

b) 1 in 8.5 Points & Crossings 2 2 0 4 24287.13 Set 97149

Note: 1) The rate for insertion of glued joints cutting of rails, and drilling of holes

beyond the points and crossing portion shall be paid seperately under relevant items. 2) Only relaying machine with fuel will be supplied by the railway free of cost

and this machines will lift the assembled points and crossings and keep it in position. All other balance works in the schedule will have to be done by the

contractor with this own men and materials.

Page 12: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 12 of 64

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR

No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

4 NS Laying and insertion of trap switch with Railways switches, rails, PSC Sleepers, standard fittings by mechanical means involving staging/leveling the ground for

assembling and insertion of PSC sleepers to correct spacing duly fixing of rails,

fastening the sleepers, respreading of ballast, aligning, leveling, lifting , spreading, surfacing , profiling and boxing of ballast to the standard section and providing one

kutcha packing so as to allow the passage of trains at a restricted speed including handling of sleepers at site by way of carrying the sleepers to correct position with

all contractors labour, tools, materials, all lead and lift, crossing of tracks etc., under

traffic condition wherever necessary complete as per S.C.Railway specification and as directed by the Engineer - in - charge. Note : In case of trap switch is alid

manually a deduction of 60% rate will be made.

1 1 2 4 10083.735 Set 40335

5 NS Insertion of glued joints at specified locations including removing rails and

fastenings and insertion of glued joints and fixing to the sleepers to a neat gauge of 1676mm with all contractor's labour, tools, plant, leading the glued joints to the

nominated locations including crossing of tracks wherever necessary with all lead,

lift, etc., complete as per S.C.Railway specifications and as directed by the Engineer-in-charge.

40 40 40 120 161.08 Set 19330

6 NS Cutting 52Kg rails with hacksaw blade/rail cutting machine for insertion of glued joints with contractor's labour, tools, plant, hacksaw blade/rail cutting machine with

all lead and lift etc., complete and as directed by the Engineer-in-charge.

70 100 60 230 92.24 Each Cut

21215

Note: Rails shall be cut true to vertical upto bottom of rail. No payment will be made if rails are half cut and bent.

7 NS Drilling fish bolt holes of 17mm to 32mm dia for 52 Kg/60Kg. Rail true to vertical

with contractor's drill bit/drilling machine, labour tools, plant, all lead, lift etc., complete and as directed by the Engineer-in-charge.( Holes to be drilled at exact

locations).

140 200 120 460 35.46 Each holes

16312

8 NS Leading prestressed concrete mono block points and crossing sleepers complete set

by means of dip lorry (supplied by railway free of cost) under traffic conditions, including carrying the sleepers from stocks with an average lead of 100 metres,

loading in to dip lorries, leading to required spot, unloading, placing at the indicated locations with all contractor's labour, tools,etc., with an average lead of 500 metres

and with all lift and as directed by the Engineer-in-charge including crossing of

tracks wherever necessary.

306.4 384 276 966.4 165.72 MT 160152

9 NS Trucking of P.way fittings from mid section/site of work to the nearest station/level

crossing location/road approach with contractor's head loads or any other means up to an average lead of 1 km including loading and unloading and stacking at

nominated locations with all contractor's labour, tools, transport, consumables, all lift, crossing of tracks etc., complete and as directed by the Engineer-in -charge.

8.27 8.25 10 26.52 121.89 MT 3233

Page 13: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 13 of 64

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR

No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

10 NS Trucking of new/released 60kg/52kg/90R rails/points and crossing rails, switches, crossings etc., released rails from various locations to the nearest station/level

crossing location/road approach with contractor's rail dollies/rail tongs or any other

means up to an average lead of 1 km including loading, unloading and stacking at nominated locations with all contractor's labour, tools, transport, consumables, all

lift, crossing of tracks and stacking at nominated locations etc., complete and as directed by the Engineer-in -charge.

156 232 176 564 294.59 MT 166149

11 NS Trucking of PSC/ST/CST-9-wooden released/new sleepers from various locations to the nearest station/level crossing location/road approach with contractor's rail

dollies/rail tongs or any other means with all contractor's labour, tools, transport,

consumables, all lift, crossing of tracks and stacking at nominated locations etc., complete and as directed by the Engineer-in -charge

a For a lead up to 1km 220 220 255 695 109.48 MT 76089

b For a lead exceeding 1km up to 2km

220 220 254 694 238.9 MT 165797

Note: Depending upon the actual lead involved, payment will be made under the sub - item

in which the lead is covered. Variation in the quantity will not apply on individual sub - items quantity but will be considered on gross quantity of sub - items (a) +(b).

12 NS Packing the existing plain track/1 in 12/1 in 16 points and crossings after deep

screening by BCM/Manual below the bottom of PSC sleepers and surrounding with Crow bars/beaters to have two rounds of packing to bring the track to 30/50kmph

speed including gauging, aligning, squaring of sleepers and sectioning of ballast to the required profile wherever required with contractors labour, tools, etc complete

and as directed by the Engineer - in - charge.

a) Plain Track

i) First round of packing 1000 1000 1200 3200 22.61 TRM 72352

ii) Second round of packing 1000 1000 1200 3200 21.09 TRM 67488 b) 1 in 12 Points and crossing

i) First round of packing 5 7 6 18 2242.3 Set 40361

ii) Second round of packing 5 7 6 18 1274.62 Set 22943 b) 1 in 8.5 Points and crossing

i) First round of packing 2 2 0 4 3259.64 Set 13039

ii) Second round of packing 2 2 0 4 2173.12 Set 8692

Note : 1) The length of points & crossings assembly for payment of packing should

be taken from SRJ to longest concrete sleeper available beyond heel of crossing i.e

up to sleeper NO.83 for 1 in 12 (approx. 45.5m), sleeper No.54 for 1 in 8.5 (approx. 31m) & sleeper No.101 for 1 in 16 (approx. 52.50m)Any packing done beyond this

specified length will be paid under NS item for packing of plain track

13 NS Laying of PSC sleepers and fastenings in position including gauging, aligning, kutcha

packing and brining the track to run trains at a speed of 20 KMPH with beaters to

ensure safety of trains at a restricted speed and placing the rubber pads, composite liners in position, fixing pandrol clips etc. complete and as directed by the

Engineer-in -charge.

1540 1540 1800 4880 75.58

Each sleeper

with fittings

368830

Page 14: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 14 of 64

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR

No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

14 NS Handling of PSC sleepers with hooks, clamps, crow bars including loading, unloading, trucking etc., from place where they are unloaded and to the required

location of work spot with in a lead from 66.0mts to maximum of 500mts with all

contractors labour, tools, lift etc., complete and as directed by the Engineer - in - charge.

1540 1540 1800 4880 23.15 Each 112972

15 NS Deep screening of ballast in Points and crossings (1 in 8.5/1 in 12/1 in 16) /Plain track duly removing and screening of ballast by way of removing the entire stone

ballast including the muck lying in the track, below and between sleepers and on the shoulders upto information level and providing clean ballast cushion of 300mm

by manual means including lifting of track wherever required by 100mm to 150mm

in stages of 50mm/75mm each for correcting longitudinal surfacing duly supporting the track temporarily with wooden blocks supplied by Railway free of cost at the

stores of SSE/P.Way/HQrs for passing the trains at a restricted speed of non - stop 20kmph while the work is in progress, and putting back the screened clean ballast

on the track, shifting of sleepers to correct sleepers including one kutcha packing

and taking care to see that required cross levels are maintained, aligning, gauging, lifting, leveling, surfacing, profiling, boxing of ballast to standard section, dressing,

lowering of cess to deep screened depth including crossing of tracks wherever necessary with all contractors labour, tools, all lead, lift, crossing of tracks etc

complete and as directed by the Engineer - in - charge.

228.29 365.61 100 693.9 206.94 TRM 143596

Note: 1) The length of the points and crossings assembly for payment of deep screening should

be taken from SRJ to longest concrete sleeper available beyond heel of crossing i.e upto the sleeper No. 83 for 1 in 12 (approx 45.5m) Sleeper No. 54 for 1 in 8.5 (approx. 31m) and sleeper

No. 101 for 1 in 16 (approx 52.50m) . Any deep screening done beyond this specified length will

be paid under NS item for deep screening of plain track.

2) The left over length of deep screening by BCM shall be carried out by manual means duly

operating this NS item and payment will be made for the actual length carried out (TRM)

3) The muck removed during screening shall be lead upto a maximum lead of 65m away from the track/cutting as directed by the Engineer - in - charge. In case of bank, the muck shall be

neatly spread on cess /bank for widening of cess/making up of cess as per the bank profile.

4) The work of deep screening shall be operated in part or full based on the direction of Railway,

Non operation of this item in full or part shall not entitle the contractor for any

claim/compensation.

5) The screening of ballast shall be done using inclined screens made of square mesh of specified

size and using of wire baskets shall not be permitted.

6) The entire stone ballast means ballast available on the track between two toe poins on either side of the track and ballast from its top level to 300mm below the sleeper level.

7) Boxing is to be done after full ballast is dumped.

8) Proportionate payment will be made if the specified cushion of 300mm is not provided after deep screening and lifting for any technical reasons.

9) If the work of deep screening and TSR manual is carried out simultaneously an amout of 10% will be deducted.

Note: Depending upon the actual work done (i.e deep screening of points and crossings is done

by manual or BCM , Payment will be made under NS items in which the work is covered. Variation in the quantity will not apply on individual items quantity but will be considered on

gross quantity of NS item.

Page 15: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 15 of 64

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR

No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

16 NS Cutting of 44.61 Kg/52Kg/60Kg rails pannels by gas cutting, with all contractor's labour, tools, plant, DA, Oxygen, and other consumables etc., all lead, lift, crossing

of tracks including handling etc. complete and as directed by the Engineer-in -

charge

30 30 50 110 58.07 Each

Cut 6388

17 NS Removing existing 44.61 KG/52KG/60KG rails and fastenings including fish plates with bolts and nuts etc., and stacking neatly at site with all contractor's labour,

tools, plant all lead, lift, crossing of tracks etc. complete and as directed by the Engineer-in -charge.

120 120 120 360 17.34 TRM 6242

18 NS Laying/insertion of 52KG/60KG rails and fastenings on existing track sleepers joining

with fish plates, bolts and nuts driving MS liners, GFN Liners, GR Pads and ERCs for PSC sleepers with all contractor's labour, tools, plant all lead, lift, crossing of tracks

etc. complete and as directed by the Engineer-in -charge.

1000 1000 1200 3200 25.59 TRM 81888

19 NS Drilling RE bond wire holes with drill bit on 52KG/60KG rails at pre determined

specified locations with all contractor's labour, tools, plant all lead, lift, crossing of tracks etc. complete and as directed by the Engineer-in -charge. (Holes to be drilled

at exact locations.)

30 30 35 95 17.37 Each hole

1650

20 NS Unloading of PSC sleepers from Railway wagons at nominated locations at site of

work as indicated by the Engineer-in-charge with contractor's labour, tools, all lead, lift, crossing of tracks wherever necessary and as directed by the Engineer-in -

charge.

1540 1540 1800 4880 35.39 Each

Sleeper 172703

Note : a) The work of unloading has to be done with in the basic blocks. Traffic blocks will be arranged for not exceeding two hours duration.

b) In case the contractor fails to arrange the required labour for unloading the demurrage

charges & other charges will be recovered from contractor bills.

c) Necessary precautions has to be observed while unloading the PSC sleepers from wagons as elucidated in Para 1407 (2) b & c of IRPWM 1988 and the sleepers should be placed on

the cess alongside the track up to a maximum of 65mts.lead for insertion into the track .

d) In case the sleepers are damaged while unloading/handling the cost of such sleepers will

be recovered from the contractor.

21 NS Insertion/laying of SEJ's using Railways sleepers, fittings etc., with all contractor's labour, tools, plant, all lead, lift, crossing of tracks etc., complete and as directed by

the Engineer-in-charge.

2 2 2 6 1054.42 Set 6327

Page 16: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 16 of 64

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR

No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

22 NS Removing the seized elastic rail (pandrol) clips inside the PSC sleepers duly heating the insert with oxygen and Acetylene gas and removing seized clips from the PSC

sleepers insert gently using chisels and small hammers without breaking PSC

sleepers and re - insertion of removed/new ERCs including PSC sleepers with all contractors labour, materials, such as Oxygen, Acetylene gas, tools, all lead, lift,

crossing of tracks for handling PSC sleepers etc., complete and as directed by the Engineer - in - charge.

300 500 0 800 16.59 Each 13272

23 NS Transportation of Rails, SEJ rails, glued joint rails, PSC Sleepers, SEJ Sleepers, fittings etc., from any depot/station/location of South Central Railway to PQRS

depot/site of work/location of Sr.DEN/North/Vijayawada Jurisdiction between Pulla -

Duvvada stations by lorry/trailors for the following leads including loading, unloading and stacking with all contractor's labour, tools, plant, transport,

consumables, all lead, lift, crossing of tracks etc., complete and as directed by the Engineer - in -charge.

a) For lead up to 50km 1571 1159 1760 4490 19.59 MTKM 87959

b) For lead exceeding 50 km but up to 100 km

2355 1740 2640 6735 9.69 MTKM 65262

c) For lead exceeding 100

km but up to 300 km 9420 13920 10560 33900 4.56 MTKM 154584

d) For lead exceeding 300 km but up to 600 km

21195 41760 23758 86713 4.47 MTKM 387607

Note: 1) Depending upon the actual lead involved, payment will be made under in which the lead is covered. Variation in the quantity will not be apply on individual sub items quantity

but will be considered on gross total quantity of sub - items (a)+(b)+(c)+(d).

2) If loading is done departmentally for any of the materials (like in case of Cl-I PSC sleepers, loading is done free of cost at sleeper factory), then an amount of Rs 80/- per MT

will be recovered from the contractor's bill for loading charges.

24 NS Boxing and sectioning of ballast in LWR/CWR track including deweeding, removing head ballast unloaded from the ballast BT etc., if any over the ballast and on cess

duly filling the ballast wherever deficiency noticed in cribs and shoulders by leading excess ballast on cess and between tracks, extra ballast on out side curve and

completing the profile same as per IRPWM and as directed by Engineer-in-charge

with all contractor's labour, tools, plant, consumables, stores etc., complete and as directed by the Engineer-in-charge.

1000 1000 1200 3200 20.27 TRM 64864

Note: This item and SSR (P.Way) item No. 18061000 for carring out pre and post tamping works should not be carried out simultaneously.

2.SE/SSE/P.Way shall obtain specific approval of Sr.DEN/North through ADEN for operating

of this item duly indicating reasons.

3.No.of men engages by the contractor shall be recorded in the site order book.

4.50% of the work shall be test checked by the ADEN.

5. The progress of work should be entered in the gang chart.

Page 17: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 17 of 64

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR

No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

25 NS Destressing of LWR with 60 Kg/52 Kg rails on PSC sleepers with/without using rail tensor, duly converting into 500 M/1000 M long panel by introducing closer rail

including transportation of closure rail from the available spot with an average lead

of 1000 M removing ERCs without damaging the MCI inserts and PSC sleepers and removing liners from the running track and keeping it separately and lifting the rail

at every 15th sleeper on straight track and as per para No.5.7.2(v) of manual of instructions on long welded rails on curved track and providing railways rollers in

the given traffic block and tapping the rail with wooden mallets from the centre of the panel towards ends as per provisions of Para 5.7 and Annexure-VIII of Manual

of Instructions on Long Welded Rails and providing rail fastenings including

replacement of worn-out fittings, duly greasing all fittings with railway grease and adjusting SEJ gaps, providing standard cut rails with all contractor's men, material

and tools including all lead and lift and as directed by the Engineer-in-charge.

1000 1000 1200 3200 16.4 TRM 52480

Special Conditions:

1. Contractor shall adhere to the provisions of Para 5.7 of Annexure - VIII of Manual of

instructions on Long welded rails.

2. Contractor should engage sufficient labour to execute all the preliminary works well in

advance before taking up the traffic block and to execute the work within the traffic block.

3. Safety of track should be ensured and for any unusal occurrence, contractor is responsible.

4. Destressing operation should be done at destressing temperature range only.

5. Track gauge shall be ensured by the contractor/representative of the contractor before passing the train.

6. The contractor should ensure safety of the labour/representative at the work spot

particularly on the double line track and sufficient look out men should be engaged.

7.Whenever destressing is planned with the rail tensor, tensors along with operator will be supplied by the Railway free of cost but necessary unskilled labour should be supplied by the

contractor.

8. Whenever weld collars are obstructing the movement of rails, at the time of destressing,

necessary re - spacing of adjacent sleepers should be done by the contractor.

9. Whenever LC gates exists check rails should be removed and proper clearance of ballast is to be done by the contractor for free movement of rails during destressing and re - fix the

check rails and close the LC after destressing.

26 NS Painting of in -service rails 52/60kg, by brush after surface preparation with Contractor's paint anti-corrosive bituminous black to IS 9862- 1981 two coats to a

thickness of 100 microns per each coat on non - gauge face, both the webs and foot of rails but excluding gauge face and rail top and bottom of foot of both rails as per

standard drawing including surface preparation and removal and refixing of ERCs,

liners and outer surface of inserts for sleeper density of 1540/1660 nos/km in PSC sleepers and 52/60kg rails with all contractor's labour, brush, tools, paint,

transportation with all lead and lift including surface preparation and painting of rails as per the procedure given in procedural order for painting of rails circulated

vide Head Quarters letter No. W.501/17/Vol/VII dt 8.4.04 and as specified including

crossing of tracks, handling of rails and as directed by the Engineer-in-charge. (Agt.No.29/Sr.DEN/North/BZA/2013,dt: 11.11.2013)

1000 1000 1200 3200 26.43 TRM 84576

Page 18: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 18 of 64

Schedule-B-1

The List of Items of Works that are NOT Covered by P.Way SSR-2004 of S.C.Railway, Vijayawada Division..

S.No SSR

No Description of Work NBM BVL

YLM Total.

Qty. Rate Unit

Amount

Rs.

27 NS Application of Grease around the liner to block entry of toilet dropping for preventing corrosion at liner contact area including removal of ERCs (excluding ceased ERCs)

and cleaning liner contact area, liner and ERC using contractor's wire brushes,

scrappers, emery papers etc., and cleaning the insert hole with round wire brush and application of Railway's grease inside insert hole and to the full ERC and re-

fixing of ERCs with liners including filing of corrosion pits at rail foot in and around the liner contact area and application of grease to the eye of insert on both sides of

insert holes with Railway's grease with all contractor's labour, tools, plant, all lead

and lift, crossing of tracks etc., complete and as directed by the Engineer-in-charge.

3100 2500 3700 9300 2.6 Per LC A 24180

Note: 1. This work has to be carried out only on gauge face side of the rails.

2. Liner contact areas per sleeper in the mid section other than yard lines. For yard lines (Main lines and other passenger running lines) the work has to be carried out for both the gauge face

side and non - gauge face side at 4 liner contact areas per sleeper.

3) The progress of the work ahs to be entered into the gang chart.

4) Specific approval of Sr. DEN/Central should be obtained by SE/SSE/P. Way through ADEN duly

indicating the locations along with the date of last greasing done.

5) Number of labour engaged by the contractor should be entered into the site order book every day.

6) Ceased ERCs shall be paint marked on the sleeper as 'C' by the contractor.

7) Railways will supply the grease, oil and paint required for this work at the PWI stores. The contractor has to make his own arrangements to transport the same to the work site.

28 NS Removing existing trap switch with rails, sleepers and fastenings and stacking at nominated locations with contractor's labour, tools,plant, all lead and lift , crossing

of tracks etc., complete and as directed by the Engineer - in - charge.

0 1 0 1 710.85 Each set 711

29 NS Removing the existing buffer stop with all fittings from the track and stacking at nominated places at the work spot with all contractors labour, tools, plant, all lead,

lift, crossing of tracks etc., complete and as directed by the Engineer - in- charge.

0 1 1 2 2080.58 Each set 4161

30 NS Removing existing ST/CST -9/W/PSC sleepers with fastenings from the track

including exacavation with with contractors labour, tools, plant, all lead, lift, crossing of tracks etc., and stacking the resealed materials classification wise and

material wise at site and as directed by the Engineer-in -charge.

0 185 124 309 49.6 Each sleeper

with fittings

15326

31 NS Laying of Buffer stop with all fittings in position with all contractor's labour,

tools,plant, all lead,lift, crossing of tracks etc., complete and as directed by the Engineer - in- charge.

0 0 1 1 2080.58 Each set 2081

(Items Thirty one only) Total of Schedule-B-1 3407425

Percentage Rate quoted in

“Figures”

(+) 30%

Percentage Rate quoted in

“Words”

Plus Thirty percent only

Page 19: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 19 of 64

CONDITIONS

1. The tenderers are required to quote a uniform percentage rate above or below/at par of USSR 2010/Pway SSR 2004 of S.C. Railway, for the items included in the Schedule „A‟, „A-1‟, A-2‟ & A-3 and for the items included in Schedule „B‟ & B-1 separately both in figures and words. If there is any variation in between the uniform percentage rate quoted in words and figures, the uniform percentage rate quoted in words will be taken as correct and final.

2. The quantities furnished in the schedule are approximate and the work will be carried out as directed by the Engineer-in-charge. The payment will be made for the actual quantities executed.

i) The rate quoted by the contractor will be inclusive of the cost of all the materials, labour, tools & plant etc., complete including transportation of the same at his own cost including loading and unloading.

ii) Any work shall be executed by the contractor on running track in a workman like manner to the satisfaction of the Engineer-in-charge. In the event of an accident occurring wholly or partly due to any act of tantamount to the negligence on the part of the contractor or his labour, the contractor shall render himself liable for the damages and also legal prosecution if loss of life is involved.

iii) The Railway reserves the right to reject or alter any part of the work executed by the

contractor which in the judgment of Rly. does not comply with the requirements of the specification. The decision of Railway shall be final on conclusive for all proposes.

iv) The Railway administration will not be responsible for the safety of contractor‟s Labour

engaged for this work.

7. The lead for transportation of P-Way materials shall reckoned based on the shortest Railway route/Road route

8. The contractor shall make his own arrangements for men, materials, tools, consumables etc., required for the work at his own cost and shall be responsible for safe working of trains at a restricted speed of 20 Kmph on work spot.

9. Conservancy charges as applicable and as modified from time to time will be recovered from Contractor‟s running bills.

10. The contractor is primarily responsible for safety of traffic and also that of his staff working on track. No compensation what so ever towards damage to men, material of the contractor will be paid by railways it is essential that adequate safety measures are taken for safety of the trains as well as the work force.

11. The look out and whistle caution orders shall be issued to the trains and speed restrictions imposed where considered necessary. Suitable flagmen/detonators shall be provided where necessary for protection of trains.

12. The unloaded ballast/rails/sleepers/other P.Way materials after unloading along track should be kept clear off moving dimensions and stacked as per the specified heights and distance from the running track.

13. Supplementary site-specific instructions, wherever considered necessary, shall be issued by the Engineer in Charge.

14. The contractor is responsible for safe passage of trains. All trains will be allowed with the

specific approval of SSE/SE/P.Way-in-charge in the portion of track under repairs by the Contractor. Any variation in this regard, the Contractor will be held responsible for all damages caused out of negligence manipulated by his staff.

Page 20: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 20 of 64

15. The work to be carried out under traffic conditions. It is the responsibility of the Contractor

to see that there is no detention or interruption to the movement of trains and „No Claim‟ will be admissible towards loss of time/wastage of labour employed etc., that may be incurred by the contractor due to movement of trains. The rate quoted should cover all such contingencies.

16. The contractor should engage qualified engineer/retired P.Way Inspector conversant with P.Way work to supervise at his cost. Work should be taken up only in the presence of the Engineer nominated for this work.

17. Fittings such as composite liners, pandrol clips etc., required for the work will be handed over to the contractor at SSE Stores and the contractor has to transport them to the site of work with his own cost and he shall be responsible for any loss or deficiency during execution of work.

18. The existing sleeper fittings shall be neatly removed with utmost care to avoid any damage to the sleepers and fittings. All released fittings shall be handed over to SSE/P.Way/Concerned at his depot without any shortage/loss and stacking neatly classification wise and material wise. Cost will be recovered from the contractor bill for any loss/change/damage for the released as well as new material.

19. It is the responsibility of the contractor to arrange for watchman to guard against theft etc., till that times the released materials is handed over to Engineer – in - charge.

20. If any other items of works covered by USSR 2010 of S.C. Railway are required to be executed, the same are to be carried out with the same percentage as quoted by the contractor ( I.e.) above or below /at par of S.C. Railway, USSR 2010.

21. The items included in the tender schedule should be carried out in accordance with the S. C. Railway standard specifications for materials and works 2010 with the up to date correction slip there to of S.C.Railway

22. Potable fresh water is only permitted for all concreting works and other masonry works of these bridges.

23) General instructions to be followed for usage of cement:

a) The cement proposed to be used for all items of works should confirm to I.S specification 12269 – 1987 of 53 grade. And the agency executing should submit a test certificate for standard properties of cement.

b) The quantity should be regulated to the actual requirement for each item of work.

c) Consumption register should be maintained by the SE/SSE In charge of the work.

d) Extracts of the consumption register should be enclosed with the bills to ensure the consumption at par with the requirement.

e) Cement consumption register should be test checked by ADEN periodically.

24) Bar bending schedule should be enclosed along with bills confirming the steel used on the work is at par with requirement.

25) All MS rods used shall confirm to IS 432-1982.

26) Material mild steel should confirm to IS specification IS 2062-2006. Necessary steel test certificate should be furnished before taking up the work.

Page 21: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 21 of 64

27) Controlled Cement Concrete: -

1. Specifications of controlled concrete is enclosed vide Annexure ‘A’ 2. a) The contractor has to submit the design mix for controlled concrete items i.e., M15, M20,

M25 and M 35 grades, wherever required and the same has to be got approved by Engineer-in-charge before starting the work.

b) The contractor has to make his own arrangements for submitting the cement concrete mix design at his own cost, the rate quoted should include the cost of design mix, casting and testing including all materials, leads and lifts, labour, tools, plant and machinery.

c) The contractor should prepare at his own cost, standard cubes of concrete at suitable intervals during concreting operation under the supervision of Engineer-in-charge or his representative and submit the same to the Railway for testing. The testing will be arranged by the Railway at the contractor‟s own cost including freight charges for transporting the test cubes to the testing laboratory.

d) The contractor should use hopper machine for mixing cement concrete for controlled concrete items.

e) The controlled cement concrete should comply I.S. Specifications.

28) “No Work” shall be done above or with in 2 meters from the live OHE with out a “permit-to-work”. The draft proceedings order (Annexure-B) to be followed where OHE/TRD is in existence.

29). The accepted rates should be deemed to include all taxes direct or indirect leviable under Central, State or Local bodies Act or rules, Octori, toll taxes, tools, royalties, seignorages, cess and similar imposts that may be prevailing from time to time.

30) Payment for the earthwork will be made to the quantities arrived to cross section measurements duly deducting 16% for ordinary soils towards subsidence allowance if consolidation with power rollers not done.

31). Leveling, dressing and sectioning to profile of earthwork should be done in layers inclusive

of breaking up of clods as per specification.

32) The contractor/tenderer has to make his own arrangements for obtaining the earth from private land owners by paying necessary fees etc. for the same. No extra payment will be made nor entertained towards the same or any pathway if required to be formed for execution.

33)The amount of Royalty payable to the Government Department as per rules and the contractor has to bring the certificate from the Government Department. IOW/PWI/ADEN has to give the certificate in the bill that whether the earth is brought from Government land or not.

34) Special Condition for earth work:

When earth work in bank or cutting is done abutting the running line, the contractor shall take adequate precautions to avoid accidents/damages to running trains or to any other property of the railways or the lines, persons or property of others, from what so ever cause in connection with the work. The zone of activities for execution of work close to the track shall be clearly demarcated at site by the contractor as directed by Engineer. The demarcation of the area shall be done by the contractor by providing temporary rope barricades with bamboos bullies at his cost. Railway will arrange to provide flagmen to give indication of the running trains and directions to ensure that the work does not interfere with running trains. The contractor as per the directions given to him without infringing the moving dimensions shall execute the work. No vehicle should beyond the rope carried infringing schedule of dimensions. It should be ensured that flagmen are posted at all work sites to give an indication of the running trains and vehicles direction to ensure that the contractor‟s workmen/vehicles do not infringe the moving dimensions.

Page 22: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 22 of 64

Seigniorage charges for supply of earth, moorum , sand and other minerals as fixed by State Government and payable to them as revised from time to time during the currency of contract will be recovered by Railway from the contractors on account and final bills and remitted to the state government. The rates quoted by the Tenderer shall be inclusive of these charges. Claims regarding revision of Seignior age charges and consequent enhancement of the accepted rate will not be entertained.

35). This work shall be completed with in …12 (Twelve) months from the date of issue of acceptance letter.

ANNEXURE-B. Draft proceeding order to be followed by TRD and Engineering supervisors/ Tenderer

/Contractor with regard to maintenance works for the Bridges:

1. “No Work” shall be done above or with in 2 meters from the live OHE with out a “permit-to-

work”.

2. Use of steel measuring tapes or long metalising wires is prohibited in electrified sections.

3. Painting work should be done under the supervision of competent Bridge engineering staff

only.

4. To carry out the painting/maintenance works on the girder bridges, FOBs i.e., with in the

vicinity of OHE (less than 2 Meters distance) a memo has to be sent to TRD supervisor of

the jurisdiction by the SSE/SE/BR mentioning the time period required to arrange the

“Permit to work”.

5. No Engineering (SSE/SE/BR) supervisor should allow the contractor staff or bridge staff to

carryout the works on bridges (Less than 2 meters from OHE) with out obtaining “permit-to-

work” from the authorized person of TRD Official.

6. After obtaining power-block on OHE, the TRD supervisor will then arrange two discharge

rods to OHE on either side of the Bridge work spot, and then issue permit –to-work to

engineering supervisor.

7. After completion of the work, the Engineering supervisor should give a clearance memo to

TRD supervisor and then only the two discharge rods will be removed from OHE and the

OHE will be charged.

8. Care should be taken when labour were engaged by contractor to do the painting on the

girder bridges i.e., they should be allowed to work after obtaining permit to work only.

9. While doing the painting/maintenance /Erection works beyond 2 meters distance to OHE

the staff must be counselled/watched not to come into the danger zone (i.e. below 2 meters

distance to OHE) during the course of working by SSE/SE/BR.

10. Responsible person from the SSE/SE/BR side should be available at the work spot of the

Bridge maintenance/painting works during the “power block” (permit to work) period to avoid

any untoward incidents.

Page 23: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 23 of 64

ANNEXURE-„A‟

SPECIFICATIONS OF CONTROLLED CONCRETE:

1. The agency shall indicate the source of supply of materials viz., course aggregate, fine

aggregate, steel, ordinary Portland cement and cement conforming to IS applicable at the

time of submitting the tender document to the Railways. All the materials shall conform to

relevant standard specifications.

2. The TOR steel is purchased from TISCO, IISCO, SAIL, Vizag steel plant or any other

source approved by the Engineer-in-charge. The steel shall not be re-rolled variety. The

agency shall produce necessary vouchers in original in support of the purchase of steel and

cement from the suppliers along with certificates to relevant standards from the

manufacturers before the commencement of work.

3. The agency shall submit samples of course/fine aggregate along with necessary cement,

required for mix design. The Engineer-in-charge at site shall forward the samples to a

reputed concrete laboratory for carrying out mix design duly specifying the various

parameters as per IRS bridge code, provision and correction slips and Engg. Standard order

No: 11/2000 and RDSO‟s A&C slip no. 8, dt. 15/22-02-2006 The following parameters

shall be specified for the mix design by the Engineer-in-charge.

a) Grade of concrete required as per IRS bridge code.

b) Type of cement sent for mix design.

c) Minimum and maximum cement content prescribed as per the environment condition

prescribed in the IRS concrete bridge code 1997. Corrections slip No: 8 dt. 15/22-02-

2006. The environment condition to be decided as per Engg. Standing order No: 11

dt: 23-10-2000/7-11-2000

d) Maximum water cement ratio to be adopted as per environmental condition. The agency

shall arrange for mix design at their own cost including movement of materials to

laboratory. During the execution of work if there is any change in the materials forming

concrete, mix design shall be carried out again and work to be carried out accordingly.

The following are extracts of IRS concrete bridge code 1997, Correction slip No: 8 dt.

15/22-02-2006

Page 24: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 24 of 64

Amend the following clauses as follows.

i) Clause 5.1.1: Table 2 is revised as under.

Table 2: Grades of Concrete (Clause 5.1)

Grade

designation

Specified characteristic

compressive strength at

28 days (N/mm2)

M10 10

M15 15

M20 20

M25 25

M30 30

M35 35

M40 40

M45 45

M50 50

M55 55

M60 60

ii) Clause No.5.2.2.1: Table is revised as under.

Grade of

concrete

(N/mm2)

Modulus of Elasticity

(KN/mm2)

M10 18

M15 22

M20 25

M25 26

M30 28

M40 31

M50 34

M60 36

iii) Clause No. 5.3.1:

Following note to be added below table given for workability of concrete.

Suitable plasticizers/admixtures may be used to achieve workability of the order of 150-

200mm.Plasticizers/admixtures should confirm to clause 4.4.

iv) Clause No.5.4.1:

The word “low water cement ratio” appearing in fourth sentence should be replaced by

“adequate water cement ratio.”

Page 25: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 25 of 64

v) Clause No.5.4.3:

The Table 4(a) is revised as under:

TABLE 4(a) : Maximum water cement ratio: (Clause No.5.4.3:)

Environment

Maximum water cement ratio.

Plain

cement(PCC) Reinforced concrete (RCC)

Prestressed concrete

(PSC)

Mild 0. 55 0. 50 0.45

0. 50 0. 50 0. 40

Severe 0. 50 0. 45 0. 40

0. 50 0. 45 0. 35

Extreme 0. 45 0. 40 0.35

[ vi) Clause 5.4.4 The Table 4(b) is revised as under: TABLE 4(b): Minimum grade of concrete: (Clause 5.4.4)

Environment Plain concrete (PCC) Reinforced concrete

(RCC)

Prestressed concrete

(PSC)

Mild M- 10 M- 15 M- 35

Moderate M- 10 M- 20 M- 35

Severe M- 15 M- 20 M- 45

Very severe M- 15 M- 25 M- 50

Extreme M- 20 M- 30 M- 50

The concrete of grades M-10, M-15 & M-20 are normally used in mass concrete work and

usually mixed by volumetric batching also. The mix for this work would be

M-10 1:3:6

M-15 - 1:2:4

M-20 - 1:1.5:3 vii) Clause 5.4.5 Table 4 (c) is revised as under

TABLE : 4 ( c ) :Minimum cementitious material content: (Clause 5.4.5)

Environment

Minimum cementitious material content in Kg/cum

Plain concrete

(PCC)

Reinforced concrete

(RCC)

Prestressed concrete

(PSC)

Mild 210 300 350

Moderate 250 300 400

Severe 250 350 430

Page 26: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 26 of 64

Environment

Minimum cementitious material content in Kg/cum

Plain concrete

(PCC)

Reinforced concrete

(RCC)

Prestressed concrete

(PSC)

Very severe 300 400 440

Extreme 300 400 440

Max. Cementitious material content shall be limited to 500 kg/cum vide No. 5.4. 5.

Note: For under water concrete 10 % extra cement should be added over and above the normal

cement content of the concrete mix specified above.

viii) Clause 5.4.7

This clause is deleted along with its sub-clauses

ix) Clause 7.1.3.4

Replace this clause by clause as under:

Sufficient spacers shall be provided as shall in the opinion of the Engineer be necessary

to maintain specified concrete cover to the reinforcement and preventing displacement before

and during the placement of the concrete. Spacers should be of such material and designs as

will be durable, will not lead to the corrosion of the reinforcement and will not cause spalling

of the concrete cover. Spacer block made from cement, sand and small aggregate should

match the mix proportions of the concrete as far as is practicable with a view to being

comparable in strength, durability and appearance. The use of the pieces of wood, tile or

porous material will not be allowed for this purpose.

x) Clause 7.1.3.5

This clause is deleted

xi) Clause 7.1.5 is replaced as below

Protective coatings: in order to offer adequate resistance against corrosion, reinforcement

bars may be provided with suitable protective coatings depending upon the environment

conditions. In aggressive environments (Severe, Very severe and extreme) application of

cement slurry coatings after removal of rust and other loose materials from the surface of the

reinforcement bar will generally be sufficient. However, specialist literature may be referred to

in extreme exposure condition.

xii) Clause 15.9.2.3:

This clause is deleted. [ Clause No. 15.9.2.4 and 15.9.2.5 should be read as 15.9.2.3 and 15.9.2.4 respectively.

4. The following are the extracts of Engg. Standing order No: 11 issued by S.C.Railway dt. 23-

10-2000/7-11-2000.

i). Moderate: - All the bridges situated in area which are not exposed to severe rain or

witch are continuously under water of where concrete is in contact with non aggressive

soil/ground water will fall under this category. All sections of this Railway which are not

listed under severe category below are classified under moderate category.

Page 27: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 27 of 64

ii) Severe:- Structures which are situated in area which are exposed to severe rain,

alternate wetting and drying or occasional freezing or severe condensation and also in

locations where the concrete is exposed to aggressive sub soil ground water or situated

in coastal environment.

The following sections of this railway have been identified to be classified under severe

category.

a) Londa - Vasco-da-gama ---- Hubli Division

b) Gudur –Visakhapatnam

c) Gudur-Machilipatnam. ---- Vijayawada Division

d) Bhimavaram-Narsapur

e) Samalkot- Kakinada

i) Industrial areas as decided by the concerned Divisional Engineers, where corrosive action is

severe.

ii) Very severe and extreme:- Classification of particular bridge in these categories of

environment will depend on case basis as per the actual physical location and as decided by the

Chief Bridge Engineer or concerned Chief Engineer/ construction.

All the requirements specified in the correction slip No:1 for the above categories should be

strictly followed in accordance with the correction slip.

5. The agency shall keep minimum two Nos. of concrete pin vibrators of 25/40mm size in good

working order during concrete operation. At no point of time, vibration of concrete should suffer

for want of power or for any other mechanical problem any such concreting without proper

compaction will be rejected and the agency shall redo the work at their own cost.

6. The contractor should prepare at his own cost standard cubes of concrete at suitable intervals,

during concreting operations under the supervision of the Engineer or his representative and submit

the same to the Railway for testing. The testing will be arranged by the Railway at the contractors

own cost including freight charges for transporting the test cubes to the testing laboratory.

7. Protective coatings: In order to offer adequate resistance against corrosion reinforcement bars

shall be provided with suitable protective coating for bridges depending upon the environment

conditions. The recommended TABLE (d) : Protective coatings:

Aggressive Environment

(severe)

Severe, very severe and (Extreme) Non aggressive environment

(Mild and Moderate)

Important and Major bridges Minor bridges and structures All structures

Cement polymer composite

coating (or) Fusion bonded

Epoxy coating.

Cement polymer composite coating

(or) Indicated cement slurry coating.

Truncatevinlubited cement

slurry coating.

Note: The binding wire should also be coated and no GI binding wire without coating will not be

permitted.

Page 28: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 28 of 64

THE WORK HAS TO BE EXECUTED AS PER THE PAINTING PROCEDURE ORDER

FOR PAINTING OF NEW RAILS AND IN SERVICE RAILS

(A) PAINTING OF NEW RAILS ON CESS:

1.0 Surface preparation:

(a) The surface preparation of rails is one of the most important pre-

requisites for the painting to serve the purpose. Sufficient care should

therefore be taken in preparing the surface. The surface shall be made

free from oil, grease and dust. The surface shall be rubbed with wire

brush and sand paper /emery paper. The tools used may be by hand or

by power operated such as scrappers, wire brushes, emery/sand paper,

pumice stones, brick bats etc. Wire brushing should invariably be done

at the end so as to obtain a uniform rubbed surface. The surface

prepared may be checked by visual observation for uniformity of

surface.

(b) Surface preparation shall not be done unless the approved paints of

sufficient quantities are available in stock at site. Special care should be

taken in preparing the surface at the weld collars, liner contact areas and

uniformity of preparation at these locations shall be attained to that of

rest of the surface. Generally weld collars and liner contact areas are

considered most corrosive prone areas. From which fatigue failures

develop.

(c) Surface preparation/painting shall not be done in the following

conditions.

(i) When the ambient temperature is below 10 degree centigrade or

above 50 degree centigrade.

(ii) In rainy season.

(iii) During night.

(iv) In winter before 8.00 a.m.

(v) In summer between 11.00 A.M. and 3.00 P.M. on areas that are

likely to be exposed to direct Sunlight.

(vi) Extremely wind/moist/dust blowing conditions.

(d) Chemicals should not be used for surface preparation.

2.0 Painting scheme:-

(i) 1

st Coat: Anti corrosive bituminous black paint confirming to IS

9862-1981 to a thickness of 100 microns.

(ii) 2nd

Coat: Anti corrosive bituminous black paint confirming to IS

9862-1981 to a thickness of 100 microns.

:-

NOTE:- 1. Surface preparation by way of cleaning, wiping, brushing may be

required between successive coats to remove dust, mud, night-

soil etc.

Page 29: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 29 of 64

2. The thickness of the film mentioned above is to be ensured at:

(i) Junction of web flange.

(ii) Liner contact area.

(iii) Flange curve near foot.

3.0 Supply of paints:-

Paints shall either be procured through stores department or supplied by

the contractor against painting contracts. Paints manufactured by the

following firms of repute alone shall either be procured or be permitted

to be used by contractors through composite contract involving supply

and painting of rails.

Paints for painting of Wagons, Bridges & Other Applications

(IS:102, IS:104, IS:123, IS:158, IS:341, IS:2074, IS:9862, IS:5666, IS:3678, IS:2339, IS:3607,

IS:8982)

1 M/s.Advance Paints Ltd., Advance House, Plot „A‟ Makwana Road, ARK Industrial

Compound, Marol Naka, (E) Mumbai – 400059

2 M/s. Aanupam Enterprieses, 208 Mahathma Gandhi Road, (1st floor) Kolkota – 700007

3 M/s. Alka Indusrial Paints (P) Ltd., 46 Purana Quila, Lucknow

4. M/s. Asian Paints (I) Ltd., 6A Shanti Nagar, Shantacruz (Fast), Mumbai –400 058.

5 M/s. Asian Paint & Varnishes Works (P) Ltd., 1 Rose Mary Lane, Howrah-711 101

6 M/s. Asian Industrial & Manufacturing Co., 36, Standrd Road, Kolkota – 700 017

7 M/s. Berger Paints India Ltd., Berger House, 129 Park Steet, Kolkota – 700 017.

8 M/s. Century Paints & Varnish Works, 34-B, Debendra Chandra Dey Road, Kolakota – 700 016

9 M/s. Doss Paints Mfg., Co, 62/1, Raghap Kolay Lane, Salkia, Howrah – 711 106

10 M/s. Deb Paints (P) Ltd., Methopara P. O.Ganganarar, Sistt,24 Paraganas (N)-743250 (WB)

11 M/s. Jenson & Nicholsom (I) Ltd, 225, Acharya Jagadish Chandra Bose Road, Kolkota-20

12 M/s. Kalinga Paints & Chemical Indutries (P) Ltd., Industrial area, Rourkela – 769004, Orissa

13 M/s. Modi Industries Ltd., (Paint Section) Modi Nagar – 201204 (UP)

14 M/s M.P. Paints (P) Ltd., 435-Bm, Sector C, Urla Industrial Area, Raipur – 493221 (CG)

15 M/s. P.K. Industries, Sodal Road, Jallandhar - 144004

16 M/s. Puskar Paint Industries, Badri Sarraf Bhavan, B-92, Sector-C, Mahnagar, Lacknow-

226006

17 M/s. Punjab paint Color & varnish works, 123/52-9, Fajalgunj, Kanpur – 208012

18 M/s. Raco Mercantile Traders, B-2, Govt., Industries Estate, Tlkatora, Lacknow – 226011

19 M/s. Rahul Paints, Mohan Road, Tikait Rai Talab, Lacknow – 226017

20 M/s. United Anitine & Chemicals Co., Pvt. Ltd., 56 Rose Mary Lane, Howrah – 71001 (WB)

21 M/s. Vibgyor Paints and Chemicals, Raj Flats, 42/9 Harrington Road, Chennai – 600030

22 M/s. Western India Paints & Colour Co(P) Ltd., 25/2, Natha Muni Street, T.Nagar, Chennai –

600017

23 M/s.Neo Radient Paints Pvt Ltd., RIC Industrial Estate, Durgapur – 713212 (WB)

24 M/s. Durgapur Paints, RIC Estate, G.T. Road, Durgapur – 713212 Distt. Durdwan

Page 30: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 30 of 64

The Contractor/Supplier shall furnish to the Railway the date of manufacture of the

paint as certified by the manufacturer. The labels on the containers should furnish

information regarding the date of manufacture, batch No., etc.

4.0 Application of paint:-

(i) First coat of painting shall be done only after the surface preparation is

approved by the PWI/ADEN. Paint shall be applied on dry surface free

from any type of moisture and shall not be done under the conditions

mentioned earlier in 1© of Para A

(ii) Paint shall be mixed well in the container before it is applied. Over

mixing shall not be done. Visible air bubbles or foam formation shall

totally be avoided.

(iii) Brush shall not be less than 2” (5 cm.) in width and should have good

flexible bristies. If a new brush is used, the same should be soaked in

Raw Linseed Oil for at least 24 hours before using the painting. The

brushes shall be cleaned at the end of each day‟s work.

(iv) Dust settled after scraping shall be cleaned before applying paint.

(v) When the paint is applied by brush, the brush shall be held at 45 degree

to the surface and paint applied with several light vertical/latest strokes

turning the brush frequently and transferring the paint and covering the

whole surface. After this, the brush shall be used cross-wise for a

complete coverage and finally finish with vertical/lateral strokes to

achieve uniform and even surface.

(vi) Rags, waste cotton, cloth or similar articles should not be used for

applying paint.

(vii) The coat of paint applied shall be such that the prescribed dry film

thickness is achieved by actual trial for the particular brand of paint. The

applied coat of paint shall be uniform, and free from brush marks, sags,

blemishes, scattering, crawling, uneven thickness, holes, lap marks,

lifting, peeling, staining, cracking, checking, scaling, holidays and

allegatoring.

(viii) Each coat of paint shall be left to dry till it sufficiently hardens before

the subsequent coat is applied. The time lag between the completion of

the primer coat and the commencement of the covering coat shall not

exceed 7 days. The drying time shall not be less than 3 days in the case

of Red Lead Paint. Each coat of paint shall be inspected by PWI/ADEN

and certified as satisfactory before applying the subsequent coat.

(ix) The thickness of the dry film shall not be less than the specified

thickness. If the thickness is found less than specified thickness,

additional coat of paint has to be applied to bring it to the required

thickness. The thickness shall be measured at various locations to

ensure that the minimum prescribed thickness is attained all over the

areas painted. Engineer-in-charge should satisfy himself that the

thickness obtained is not less than that specified.

(x) Painted surface shall be smooth and uniform in colour. The thickness of

each coat of paint shall be measured by ELCO Meter.

Page 31: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 31 of 64

(xi) The time lag between successive operations indicated below shall under

no circumstances be exceeded.

(a) Between completion of surface preparation standard : 4 hours.

and the Application of primer coat.

(b) Between the primer coat and the 1st finishing coat. : 7 days

(c) Between the 1st finishing coat and the 2

nd finishing coat. : 7 days

5.0 Testing of the paint:-

(i) The paints/painting shall be tested by the following instruments in the

filed by PWI/ADEN in addition to the tests conducted by CMT/LGD or

any national Test house.

(a) Weight per litre cup 100 ml. Capacity stainless steel.

(b) Ford Cup No.4

(c) Scratch Hardness Tester Hand Operated preferably with lighting

arrangement.

(d) Flexibility and Adhesion Tester with ¼” (6.25 mm) dia rod.

Representative samples from each Batch of paint shall be got tested by

either the Chemist & Mettalurgist/Lallaguda (Secunderabad) or at any

other National Testing Laboratories, whichever, is convenient at the cost

of the Contractor. If the samples of paint tested, do not conform to the

ISI Specifications, the whole lot of paint pertaining to that Batch

shall be rejected.

(ii) Paints supplied by the Stores Department shall also be tested and used

only if they are found suitable. Paints, which are either over-age or not

conforming to specificatiions, shall be scrapped and returned to stores

for dispo

(B) Painting of In-service Rails:

1. Surface preparation: The surface preparation may be carried out as described

at Para A(1.0) as in case of new rails, except removal of loose paint/flaked

paint also to be removed.

2. Painting scheme:-

(iii) 1

st Coat: Anti corrosive bituminous black paint confirming to IS

9862-1981 to a thickness of 100 microns.

(iv) 2nd

Coat: Anti corrosive bituminous black paint confirming to IS

9862-1981 to a thickness of 100 microns.

3. Paints shall either be procured through Stores Department or supplied by the

Contractor/Agency against painting contracts. Paints manufactured by the

following Firms approved by RDSO and ICF alone shall either be procured or

be permitted to be used by the Contractors through composite contracts

involving supply and painting of rails.

Page 32: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 32 of 64

Paints for painting of Wagons, Bridges & Other Applications

(IS:102, IS:104, IS:123, IS:158, IS:341, IS:2074, IS:9862, IS:5666, IS:3678, IS:2339, IS:3607, IS:8982)

1 M/s.Advance Paints Ltd., Advance House, Plot „A‟ Makwana Road, ARK Industrial Compound,

Marol Naka, (E) Mumbai – 400059

2 M/s. Aanupam Enterprieses, 208 Mahathma Gandhi Road, (1st floor) Kolkota – 700007

3 M/s. Alka Indusrial Paints (P) Ltd., 46 Purana Quila, Lucknow

4. M/s. Asian Paints (I) Ltd., 6A Shanti Nagar, Shantacruz (Fast), Mumbai –400 058.

5 M/s. Asian Paint & Varnishes Works (P) Ltd., 1 Rose Mary Lane, Howrah-711 101

6 M/s. Asian Industrial & Manufacturing Co., 36, Standrd Road, Kolkota – 700 017

7 M/s. Berger Paints India Ltd., Berger House, 129 Park Steet, Kolkota – 700 017.

8 M/s. Century Paints & Varnish Works, 34-B, Debendra Chandra Dey Road, Kolakota – 700 016

9 M/s. Doss Paints Mfg., Co, 62/1, Raghap Kolay Lane, Salkia, Howrah – 711 106

10 M/s. Deb Paints (P) Ltd., Methopara P. O.Ganganarar, Sistt,24 Paraganas (N)-743250 (WB)

11 M/s. Jenson & Nicholsom (I) Ltd, 225, Acharya Jagadish Chandra Bose Road, Kolkota-20

12 M/s. Kalinga Paints & Chemical Indutries (P) Ltd., Industrial area, Rourkela – 769004, Orissa

13 M/s. Modi Industries Ltd., (Paint Section) Modi Nagar – 201204 (UP)

14 M/s M.P. Paints (P) Ltd., 435-Bm, Sector C, Urla Industrial Area, Raipur – 493221 (CG)

15 M/s. P.K. Industries, Sodal Road, Jallandhar - 144004

16 M/s. Puskar Paint Industries, Badri Sarraf Bhavan, B-92, Sector-C, Mahnagar, Lacknow-226006

17 M/s. Punjab paint Color & varnish works, 123/52-9, Fajalgunj, Kanpur – 208012

18 M/s. Raco Mercantile Traders, B-2, Govt., Industries Estate, Tlkatora, Lacknow – 226011

19 M/s. Rahul Paints, Mohan Road, Tikait Rai Talab, Lacknow – 226017

20 M/s. United Anitine & Chemicals Co., Pvt. Ltd., 56 Rose Mary Lane, Howrah – 71001 (WB)

21 M/s. Vibgyor Paints and Chemicals, Raj Flats, 42/9 Harrington Road, Chennai – 600030

22 M/s. Western India Paints & Colour Co(P) Ltd., 25/2, Natha Muni Street, T.Nagar, Chennai –

600017

23 M/s.Neo Radient Paints Pvt Ltd., RIC Industrial Estate, Durgapur – 713212 (WB)

24 M/s. Durgapur Paints, RIC Estate, G.T. Road, Durgapur – 713212 Distt. Durdwan

4. Method of painting:-

Method of painting: SR of 50 Kmph is imposed in a selected stretch and only

alternative ERCs are removed either inside of the gauge face or outside of the

gauge face. At no point of time both inside and outside ERCs even on alternate

sleepers should be removed. The work shall be started at around 8.00 hrs., and

the ERCs shall be removed at alternate sleepers and on carrying out surface

preparation, and bituminous black confirming to IS 9862-1981 shall be applied

to a thickness of 100 microns and is allowed for a drying of 8 hours time and

subsequently the same second coat is applied to a thickness of 100 microns and

allowed for drying for 8 hours and then liner and ERCs are fixed to the rails

duly greasing insert holes and central leg of ERC. All the liners and ERCs and

insert top surface shall also be painted with anti-corrosive black after duly

cleaning the surface. Similarly in the same caution order alternative left over

ERCs are removed and painting to be done as indicated above.

Page 33: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 33 of 64

5. Frequency of painting of Rail:-

(i) Painting of new rails on cess: All new rails shall be painted

before they are laid in track with Anti corrosive bituminous black

paint confirming to IS 9862-1981 as indicated under painting of

rails on cess vide Para –(A).

(ii) Painting of in-service Rails: Subsequently once in a year

painting shall be carried out for the inside gauge face of rails

including foot and web and excluding gauge face surface

(iii) Non-gauge face side foot of the rail including web and non-

guage face and excluding rail top should be painted once in 3

years.

6. Maintenance of Field-cum-site Order Books:-

(i) Field-cum-site order books shall invariably be maintained for the

painting work. Two separate Field Books shall be maintained, so

that one Book can be with the Inspector concerned, while the

other book accompanies the Bill and M.Book for check and

passing of the bill. All the field books shall accompany the Final

bill and they shall be finally filed in DEN office.

(ii) Inspector-in-charge shall record certificates in both Field books

and M.Books on completion of each stage of work i.e., surface

preparation, primer coats, 1st finishing coat and 2

nd finishing coat

in token of the completion of each stage of work confirming that

each operation is done satisfactorily and completely. The

minimum thickness of paint for each coat has to be recorded by

the Inspectors and the ADENs shall test checks the same.

(iii) The certificate be forwarded by the Inspectors and ADENs shall read

as under:

“Certified that Primer of Km_____________ to Km___________

1st finishing coat of Km_____________ to Km___________

2nd

finishing coat of Km_____________ to Km___________

is satisfactorily completed in full (except for _________________)

The total quantity of paint consumed is __________________ Lits. And the minimum

thickness of the paint is __________ microne.”

(iv) Field-cum-site order book shall contain the following information:

(a) Section, Km., TP, LH/RH, Rail, Gauge/Non-gauge face side.

(b) Contractor‟s Name and Address: Details of Agreement.

(c) Name of manufacturer of the paint, Specifications, Batch No.,

Manufacturing Date, expiry date, Reference to certificate by

the Chemist and Metallurgist, Lallaguda or certificate issued

by National Test House.

Page 34: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 34 of 64

(d) Date of commencement and completion of each of the

following operations:

Surface preparation.

Painting 1st Finishing coat.

Painting 2nd

Finishing coat.

(v) (a) The paints supplied shall be taken into account by the

SSE and issued back to the agency for painting as per

requirement.

(b) The Agency on completion of the work shall return back

the empty drums to the SSE, who shall ensure that the

empty drums are kept safe for a minimum period of 3

months after completion of work and thereafter return the

same to Stores / Shop them duly obtaining concurrence

from ADEN of the section.

(v) Results of tests conducted by PWI on Paint shall also be recorded

in the Field/Site Order Books. A minimum of two tests per batch

of paint shall be conducted at random.

Page 35: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 35 of 64

SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE

1.1. The Contractor shall not allow any road vehicle belonging to his 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 railway line etc. road vehicles

are necessarily to be used in railway land next to the railway line, the contractor shall apply

to the Engineer-in-charge for granting permission giving the type and number of individual

vehicles, names and license particulars and permanent addresses of 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 his supervisors to be deployed on the work, location, period and

timing of the work.

This permission will be subject to the following obligatory conditions:-

i) The Road vehicle will ply only between sunrise and sunset.

ii) Nominated vehicles and drivers will be utilized for work in the presence of at least

one flagmen and one supervisor or his representative certified for such work.

iii) The vehicles shall ply 6 Meters (from Centre of Track) away from track. Any

movement /work at less than 6 Meters and up to minimum 3.5 Meters clear of track

center shall only be done in presence of railway employees authorized by the

Engineer-in-charge . No part of road vehicle will be allowed at less than 3.5 Meters

from track center.

iv) The Contractor shall remain fully responsible for ensuring safety and in case of

accident, shall bear the cost of all damages to the equipments and men and also

damages to railway and its passengers.

v) Engineer-in-charge may impose any other condition necessary for a particular work

or site.

1.2.1. The Contractor at all times shall adopt safe working methods to ensure safety of

structures, equipments and labour at site of works.

1.2.2. The contractor shall not start any work without the presence of Railway

supervisor or his representative authorized by ADEN-in-charge and

Contractor‟s supervisor at site.

1.2.3. The methodology proposed to be adopted by the Contractor is to be approved by

Engineer-in-charge with a view to ensure of safety of trains, passengers and

workers and he shall also ensure that the methods and arrangements are actually

available at site before start of the work and the contractor‟s supervisors and the

workers have clearly understood the safety aspects and requirements to be

adopted / followed while executing the work.

1.2.4. There shall be an assurance Register kept at each site, which will have to be

signed by both, ie., Railway Supervisor or his representative as well as the

contractor‟s supervisor as a token of their having understood the safety

precautions to be observed at site.

1.2.5. Survey of site by Supervisor of contractor and Railway‟s Supervisor is to be

done to assess precautions to be taken at site for working of trains and materials

required for protection.

Page 36: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 36 of 64

1.2.6. The list of permissible / sanctioned infringements to moving dimensions for the

section shall be made available where work is to be done to execute the works

without infringing the moving dimensions.

1.2.7. Competency certificate issued by ADEN-in-charge with the Contractor‟s

supervisor at site should be available in the format given in Annexure-I.

1.2.8. The detailed plans for safe execution of works, duly approved by the Division

should be available for undertaking execution of such works which have bearing

on moving dimensions, especially those works close to the running lines and

fixed structures on brides, inside tunnels etc.,

1.2.9 Look-out caution, speed restrictions as well as traffic block shall be ensured

where necessary for execution of works affecting running lines.

1.2.10 Mobile phones or Walky-Talkie sets where necessary should be provided at

work sites.

1.3. Precautionary measures to be taken at work site away from the track:-

1.3.1. Trenches and foundation pits should be adequately and securely fenced,

provided with proper caution signs and marked with red lights at suitable

intervals during night to avoid accidents. Adequate protective measures should

be taken to see that the excavation operations do not affect or damage adjoining

existing buildings.

1.3.2. Proper precautions should be taken for safety of persons and adjoining property

before undertaking any blasting operation. Red flags should be prominently

displayed around the area to be blasted. All the people on the work except those,

who actually light the fuses, should be withdrawn to a safe distance of not less

than 300 meters from the blasting site. Recommendations given in I.S.

4081:1986 should be followed for safety during various operations involved in

the process of blasting.

1.3.3. Suitable scaffold should be provided for workman for all works that cannot be

safely done from the ground or from solid constructions except such works

which can be done safely from ladders for a short period. When a ladder is used,

extra labour should be engaged for holding the ladder and if the ladder is used

for carrying materials as well, suitable foot holds and handholds should be

provided on the ladder and ladder should be given an inclination not steeper

than 4 to 1 ( Four vertical to one Horizontal).

1.3.4. Workers employed on mixing asphalt materials, cement and lime mortars

should be provided with protective hand and footwear and protective goggles.

1.3.5. Workers employed in white washing and stacking of cement bags or any

materials which are injurious to the eyes should be provided with protective

goggles.

1.3.6. Workers engaged in welding works should be provided with welder protective

eye-shields, single piece cotton cloth and shoes.

1.3.7. Stone breakers should be provided with protective goggles, leg-guards and

protective clothing and they should be seated at sufficiently safe distance from

each other.

Page 37: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 37 of 64

1.3.8. A fully equipped First-Aid Box should be maintained at site by the Agency with

at least one person fully trained to give First-Aid.

1.3.9. Inflammable articles such as Petrol, oil etc., should be stored separately from

other materials and all prescribed precautions as per the Indian Explosive Act

should be taken.

1.3.10. In the Bridge work, Track works, repairs to tunnel and demolition of structures

through contractual Agency, the safe working and ensuring safety of workman

employed should be specifically laid down in the contract itself.

1.4. Precautionary measures to be taken at work site in vicinity of track:- 1.4.1. Drivers of trains must be served with caution order to look out for any obstruction at

the place of work.

1.4.2. Arrangements should be made to protect the track in case of emergency at work site.

1.4.3. Before the start of the work, the land strip adjacent to the running track where road

vehicle / machinery is to ply for the work shall be demarcated by lime in advance at the

appropriate distance from the centre of existing track in consultation with the Railway

Supervisor[Annexure-IV(A)]. Sketch showing the location of marking and barricading

along the full length of the work area should be done as per the sketch given in

[Annexure-IV (B)]. This will enable the workmen posted at the site and also the lorry

drivers to have clear guidelines on the movement of vehicles.

1.4.4. Movement of Lorries near the track should be prohibited during night. In case it is

unavoidable adequate protective measures including lighting must be ensured in the

complete work area for the safety of the Public and Passengers. Also additional staff

shall be posted as necessary for night working.

1.4.5. Work should not be allowed to progress without the prior approval of the Engineer-in-

charge in case movement of vehicles close to the track is involved.

1.4.6. Machines and vehicles should ply 6 meters (from Track centre) in case movement at

less than 6 meters away from the track is inescapable, it should be permitted in the

presence of Railway employee authorized by the Engineer-in-charge.

1.4.7. Contractor‟s representative should be issued a certificate by ADEN to the effect that

they have acquired sufficient knowledge about the safety precautions that are needed to

be followed while working near the track.

1.4.8. The worksite shall be suitably demarcated to keep public and passengers away from

work area. Necessary sign boards such as Work in progress etc. shall be provided at

appropriate locations to warn the Public / passengers.

1.4.9. Check lists given in Annexure-II and III shall be used to ensure that all the requisite

measures have been taken before start of work and work in progress.

1.4.10. All temporary arrangements required to be made during execution of work shall be

made in such a manner that moving dimensions do not infringe. Necessary checks shall

be exercised by Site in-charge from time to time.

Page 38: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 38 of 64

WORKING OF CONTRACTOR’S VEHICLES AT SITE

a. When the contractor’s vehicles are to be worked closer to 6m but not less than 3.5m from center line of the running track (Annexure-VA)

i) Drivers of vehicle shall be briefed about safety and precautions to be taken while moving/working

close to traffic. ii) Demarcation of the land shall be done by bright coloured red ribbon/nylon rope of 12mm thick

suspended on 75cm high wooden/bamboo posts at a distance of 3.5m from center line of nearest running track as shown in (Annexure-IVC)

iii) Contractor shall ensure the road vehicle/Machinery ply in a way so that these do not infringe the line of demarcation.

iv) Presence of an authorized Railways representative shall be ensured before plying of vehicles or working machinery.

v) Railway supervisor shall issue suitable caution order to drivers of approaching train about road vehicles plying or machinery working close to running tracks. The train drivers shall be advised to whistle freely to warn about the approaching train. Whistle boards shall be provided wherever considered necessary.

vi) Lookout men shall be posted along the track at a distance of 800m from such locations, which will carry red flag and whistles to warn to the road vehicles/machinery users about the approaching trains.

vii) On curves where visibility is poor, additional lookout men shall be posted. viii) In unusual circumstances, where operator apprehends infringement to track while working

truck/machinery near running track, following action shall be taken: a) The contractor /supervisor/vehicle operator immediately advise the situation to Railway official and

assist him in protecting the track. b) Protection shall be done for other emergencies.

2. When the contractor’s vehicles are to be worked close to 3.5m from center line of running

track:

i) Plying of vehicle or working of machinery closer to 3.5m of running track shall be done under protection of track. Traffic block shall be imposed wherever considered necessary. The site shall be protected as per the sketch given in (Annexure-VB) and the provisions of Para No. 806 & 807 of P-way Manual as the case may be.

ii) Presence of a Railway supervisor shall be ensured at work site. iii) Railway supervisor shall issue suitable caution order to drivers of approaching train about road

vehicles plying or machinery working close to running tracks. The train drivers shall whistle freely to warn about the approaching train.

3. Parking of vehicles or construction machinery:

i) No vehicle or construction machinery shall be parked in unmanned condition on a gradient sloping towards running track.

ii) Even on level ground or gradients sloping away from the track, vehicles or construction machinery shall be parked in unmanned conditions at a minimum distance of 6m from nearest track center in fully braked condition. In addition to brakes, suitable wedges shall also be applied on all the wheels.

Page 39: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 39 of 64

4. TRAINING

Training in safe working methods for both along and on the track should be imparted to supervisors /operators of the work executing agencies. Such training may be imparted at zonal/divisional training schools for required duration as deemed fit, with a view to ensure that the field staff engaged in such works get acquainted with the safety precautions that are needed to be taken while executing the works.

ANNEXURE - I

COMPETENCY CERTIFICATE

Certified that Shri………………………………………………….

P.Way supervisor of M/s. …………………………… has been

Examined regarding P.Way working on ………………………….

Work. His knowledge has been found satisfactory and he is capable of

Supervising the work safely.

ASSISTANT ENGINEER

Page 40: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 40 of 64

ANNEXURE – II

CHECK LIST

(BEFORE STARTING THE WORK)

Name of the work : ………………………………………………………………………………

Location …………………………………………………………………………………………

Duration of the work : From …………………………… To …………………………………

Sl. No

Details Yes No

1 Contractor’s supervisor identified / Selected. Who is going to be site in-charge?

2 Training imparted to contractors supervisor & Certificate issued?

3 Work site inspected by Constructions supervisor / other department’s supervisors along with contractor’s supervisor?

4 Precautions to be taken identified and listed?

5 Plan of work, drawn out by contractor’s supervisor in consultation with Railway’s supervisor?

6 Plan of work, brought to the knowledge of open line AEN/IOW & PWI?

7 Before start of the work, proper lime marking / barricading had done at site of work?

8 Men deputed for protection of track along with safety equipments?

9 Caution order issued for the train drivers in case work is being done within 6mts of centre of running track?

10 Drivers of vehicles/machinery being used have been identified?

11 Drivers of vehicles/machinery briefed about the safe working?

12 Sufficient lighting provided at site of work for night working?

13 Infringements checked?

14 Sectional (Open line) AEN/PWI/IOW have satisfied themselves regarding safety arrangements?

15 Availability of Walkie –Talkie sets for communication?

Signature of construction/ Other departments Supervisor Date: Signature of Open line’s Supervisor.

Page 41: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 41 of 64

ANNEXURE – III CHECK LIST

( WHILE WORK IN PROGRESS )

Name of the work : ………………………………………………………………………………

Location …………………………………………………………………………………………

Duration of the work: From …………………………… To …………………………………

Date of inspection ……………………………………………………

Sl.No

Details Yes No

1 Does the contractor’s supervisor have the certificate?

2 Does the knowledge of contractor’s supervisor on safety of track & work site is up to the mark?

3 Is the Railway’s supervisor of Construction Organization/other departments available at site?

4 Is knowledge of Railway’s supervisor O.K.?

5 Is lime marking/barricading done?

6 Are adequate safety precaution taken?

7 Are communication facility (Walkie – Talkie sets) available at site?

8 Are only identified drivers driving the vehicles/machinery?

9 Is whole work site safe for working of men/vehicles & trains?

10 Are adequate lighting arrangements done at site?

11 Are adequate protection equipment available at site?

12 Is caution order to trains being issued?

13 Are train drivers following the enforced temporary speed restriction?

14 Has work permit been taken for working in Electrified territory/Station yards (P &C areas)

Signature of inspecting officer Designation

Page 42: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 42 of 64

ANNEXURE – IV

(A)Marking of Line with Lime

3500mm

150 mm wide white line with lime

Vehicle / trucks can ply in this` area

(B) Provision of Barricading

3500mm

Barricading

Luminous tape/Red Colour Nylon Rope 12 mm thick

Post (Bamboo / Steel / Concrete)

1200mm

3500mm 3500mm 3500 mm

C) Elevation of Barricading

Page 43: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 43 of 64

ANNEXURE –V

A) Plying of Vehicles/Machinery between 3.5 mts.

to 6.0 mts from centre of track

3500mm

Contractor‟s supervisor Railway‟s supervisor

150 mm wide white line with lime

6000mm

B) Plying of Vehicles / Machinery within 3.5 mts from center of track

DN LINE

Banner flag in day time / HS lamps in night

detonators

UP LINE

1200 metres

3500mm detonators

Contractor‟s supervisor Railway‟s supervisor

Page 44: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 44 of 64

SPECIAL CONDITIONS (INDIAN RAILWAYS - TRACK WORKS)

1. The sleepers, rails and fastenings will be supplied by the Railways at

for carrying out the work

2. All the released materials as per the inventory taken by the ADEN/PWI

has to truck out the materials and hand over to the department depot by the

contractor, if any loss or damage occurred for the released materials, the cost of

the same which will recovered from the contractor‟s bills as per the extent rules

and certificate in the bill has to be furnished by the ADEN/PWI stating that all the

released materials are returned and accounted for the relevant register duly giving

page No and date.

3. No plant or machinery will be supplied by the Railway for this work. It is the

contractor‟s responsibility to supply at his own cost, any materials and plant,

machinery required for this work.

4.Sales tax Royalty fees, and control duties if any be payable under State

Government sales Tax Act or Local bodies Act or rules on any of the materials

that may be used or supplied by the Contractor will be payable by the contractor.

The Railway will neither pay the taxes nor duties not be bound to compensate the

contractor for any amounts paid by way of these taxes or duties.

5. For any items of work in the event of these being any conflict in the working or

drawing referred to in the schedule and specifications of work, ;the former shall

prevail. The decision of Engineer-in-charge will be final in all such matters.

6. Use of raw materials secured with Government assistance where any raw

materials for the executing of the contract are procured with the assistance of

Government either by issue from Government stocks or purchased under

arrangements made on permits of license issued by the Government, the

contractor shall hold the said materials as trustee for Government and use such

materials economically and solely for the purpose of the contract against which

they are issued and not disposed them without the permission of Government and

returned if required by the purchaser all surplus of unserviceable materials that

may be left with him after completion of the contract as Government may fix the

due regard to the condition of the materials The freight charges for the return if

the materials according to the direction of the purchase shall be borned by the

Contractor, in the event of the decision of Government shall be final and

conclusive. In the event of any breach of the afore said condition, ;the contractor

shall in addition to the owing himself open action for contravention of terms of

the licenses, the permit and for any reason whatsoever on his being paid such

price or for original breach of trust be liable for account to government for all

money advantageous or profit resulting of which is in the usual course and would

have resulted him by reason of breach.

7. The work shall be maintained by the contractor after certified date of

completion for a period of two months and he will make good any defects

imperfections, shrinkage or faults which may appear during the period of

maintenance at his own cost.

Page 45: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 45 of 64

8. If due to any reason, the Railway is not in a position to make available the

Railway Land the Railway Engineer-in-charge of the work may permit the

contractor to erect at his own cost shed, sheds or secure private accommodation

out side the Railway premises. In such a case, the contractor may be permitted to

take the Railway materials required for the work out side the Railway premises

and to store in the shed so erected or private accommodation, so secured. It shall

be the responsibility of the contractor to keep the entirely separate from the

Contractor‟s materials and the Railway shall be at liberty to inspect the same time

to time.

9.SPEED RESTRICTIONS

9.1 Speed restrictions as required for safety of traffic will be arranged by the

Engineer-in-charge. No work on the track should be completed until the

permanent way Inspector of the Railway has imposed the speed restrictions are

erected speed indicators.

9.2 After a speed restriction is imposed, the contractor shall progress with work in

a systematic manner.

9.3 Long length of track under speed restrictions should avoided.

9.4 If the contractor fails to employs adequate labour for attention to the track so

as to permit the train to go at restricted speed, the Railway will take action to

employ such labour as it is necessary at the risk and cost of the contractor to

attend to track and make it fit for passage if trains at the prescribed speed.

9.5 Caution watchman as necessary during day and night would be arranged for

free by the Railway.

9.6 The work should be executed in a work man like manner to the satisfaction of

the Engineer-in-charge. In the event of any accident at the work spot

departmental enquiry will be held by the Railway or enquiry by CRS will be

held. If it is established that the accident occurred wholly or partly due to any

act tentamounting to negligence on the part of the contractor or his labour, the

contractor shall render himself liable for all damage and also legal

prosecution if loss of life is involved.

10. Contractor‟s supervision.

10.1 The Contractor shall employ and post at site a technical supervisor who

should be adequately qualified and well experienced in execution of Permanent

Way Works. The name, particulars of technical qualifications and record of

experience of the supervisor employed should be advised to the Engineer-in-

charge. If in the opinion of the Engineer-in-charge the supervisor is not fit to be

in-charge of the work should be forth with replaced. In this matter, the opinion of

the Engineer-in-charge will be final and binding on the contract.

10.2 No work on the track should done unless and until the PWI, Contractor‟s

technical supervisor is present at site.

11. The completion period for the entire work is the essence of the contract and

suitable arrangements should be made for the progressive execution of the work

so that the entire work is completed within 12 months from the date of issue

of letter of acceptance of the tender.

Page 46: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 46 of 64

12. The minimum progress for the complete track renewals and through sleeper

renewals and the penalties for slow progress is as under vide this office letter No.

B/w.496/I/4 dated 17-2-1988.

i) For CTR and TSR works 3 (three) kms per month.

ii) For TRR and Deep screening work 4 (four) kms per month

iii) For every lineal metre of shortage, recovery of the following rates

should be made from the contractor‟s bills.

Complete track renewals Rs.10/- per metre of shortage.

a) Through sleeper renewals Rs.8/- per metre of shortage

b) Deep screening Rs.6/- per metre of shortage

c) Through rail renewals Rs.4/- per metre of shortage

13. The quantities shown in the tender schedule are approximate and will be

operated in full or part at the discretion of the Engineer-in-charge.

14. Payment will be made based on actual quantity/items operated.

15. The existing rails, sleepers and fastenings from the track shall be removed

including excavation, etc., with utmost care to avoid any damage to the rails,

sleepers, and fastenings, etc., shall be neatly removed re-laid and balance of

released materials should be handed over to the PWI concerned at his depot.

16. The contractor shall carry out the work in such a manner to avoid any

inconvenience and disturbance to Railway working and to the public using the

railway premises and will adjusts the program of the work accordingly in

consultation with the engineer-in-charge.

17. The Railway administration will not be responsible for the safety of

contractor‟s labour engaged for their work and should be ensured that all the

labour are medically fit with good eye sight so that they can safe guard

themselves.

18. The work must be supervised by PWI. No work is carried out by the

contractor unless PWI in charge of the work is at site. It is necessary that safety

of the track is ensured by the PWI in-charge supervising the work.

19. At any stage during the execution of work, if contractor fails to employ

adequate labour to complete the works in traffic blocks to raise the speed by rear

packing and restore traffic etc., as decided by the Engineer in charge such work

will be carried out by deploying departmental labour at the cost of contractor,

without prejudice to action as per GCC in clause 62 and recovery of cost of such

labour shall be made from contractor‟s bill as per extent rules.

20.Vehicles and equipment of contractors can be drafted by Railway administration

in case of accidents/natural calamities involving human lives. However, the

number of hours, the equipment put to use is to be compensated as per prevailing

rtes inclusive of fuel charges on actual basis.

Page 47: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 47 of 64

SPECIFICATIONS AND SPECIAL CONDITIONS OF CONTRACT FOR DEEP

SCREENING OF BALLAST

1.0 Scope of Work

1.1 Deep screening of ballast below the bottom of the sleepers up to formation

level and putting back the screened ballast, lifting of track to provide the

specified cushion, initial, alignment, lifting and leveling the track to proper

longitudinal profile, initial packing and additional packing of track as directed

by the Engineer or his representative completed with disposal of much spoils

within a lead of 100 m including all lifts/descends.

1.2 Spreading and boxing of ballast to standard profile

1.3 Bringing the cess to the correct level to relation to the final rail level as

directed by Engineer in charge.

2.0 Special conditions of contract

2.1 The work of deep screening should be carried out in accordance with the

provisions given under Para 238 © to (g) of Indian Railway Permanent way

manual, 1986 and Para 6.3.1 of manual of instructions of long welded rails,

1996.

2.2 The screening should be taken up to cover full width of ballast section. The

ballast above the formation should be taken up for screening. Any deficiency

in ballast cushion should be made good by lifting the track to the longitudinal

level decided after proper survey. No extra payment will be paid for such

subsequent lift involved to achieve the required clean cushion.

2.3 Before deep screening work is started, longitudinal profile of track will taken

and final profile marked at 30 m interval on pegs, duly taking into account

formation/cess level and the required ballast cushion. This will be done by the

Railways Engineer in charge. The contractor shall maintain the rail level after

deep screening to the level as indicated on the peg or as directed by the

Engineer in charge.

2.4 The work of deep screening will include removing ballast including the core

below the sleeper and excavating below the bottom of sleeper up to the

formation level as directed by the Engineer in charge. The ballast so removed

should be screened by using portable inclined ballast screened with 20 mm

openings. The use of wire baskets for screening is not permissible.

Muck/spoils should disposed off as directed by the Engineer in charge.

2.5 Deep screening work must be organized with independent screening,

reclaiming the finishing partial each of adequate strength

2.6 Use of wooden blocks is a must as soon as the crib ballast is opened out. Full

use must be made of regular wooden blocks as well as tapered wedges.

2.7 In embankments for screening of ballast inclined screens should positioned at

the edge of the formation with inclined leg resting on the slope so that the

muck is thrown on the slope and the screened ballast is collected on the cess.

In cuttings, much from the screened ballast should collect in cane baskets,

properly gunny lined and disposed beyond the reach of the cutting. Care

should be taken that the muck does not get mixed with cleaned ballast. The

muck should not be dumped on slopes of cuttings, inside of drains and catch

water drains.

2.8 Proper drainage of deep screened formation should be ensured by sloping the

formation towards from the center of the formation to a slope of 1 in 40

Page 48: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 48 of 64

2.9 No ballast is to be wasted in slopes and in cuttings, while carrying out the

above operations.

2.10 The contractor should carry out digging screening, leveling the track and

rough packing underneath with the screened ballast adequately so as to pass

the trains at 20 kmph, these works shall be complete on the first day for the

length taken up for screening.

2.11 The rate for deep screening will include shifting and squaring of sleepers to

the correct spacing as marked by the Engineer in charge This will also

include removal/ renewal of fitting and refixing of fittings and also repacking.

2.12 Payment for leading ballast will be in the basis of measurements of ballast

stacks that has been led and dumped.

2.13 The quoted rate for each item of the schedule is all inclusive

3.0 Speed Restrictions and Safety

3.1 Speed restrictions as required for the safety of trains traffic will arranged by the

Engineer in charge. No work on the track should commence until the permanent

way Engineer of the Railway has imposed the necessary speed restrictions and

erected the speed indicators. No work should be done by the contractor without

the presence of Railway Supervisor nominated by the Engineer in charge for

supervising the work.

3.2 After the speed restriction is imposed the contractor shall commence the work

immediately and progress with work in a systematic manner. Long length of

track under speed restrictions should avoided.

3.3 If the contractor fails to employs adequate labour for attention to the track so as

to permit the train to go at restricted speed, the Railway will take action to

employ such labour as it is necessary at the risk and cost of the contractor to

attend to track and make it fit for passage of trains at the prescribed speed.

3.4 The work should be executed in a workman like manner to the satisfaction of

the Engineer-in-charge. In the event of any accident at the work spot

departmental enquiry will be held by the Railway or enquiry by CRS will be

held. If it is established that the accident occurred wholly or partly due to any

act tentamounting to negligence on the part of the contractor or his labour, the

contractor shall render himself liable for all damage and also legal prosecution

if loss of life is involved.

4.0 Track Standards

4.1 The track parameters which shall be attended after deep screening and final

packing should be within the following tolerances.

Sl

No.

Parameter Details Limiting value

a Gauge Sleeper to sleeper variation + or – 2 mm

b Joints Low joints Not permitted

High joints Not over + or –20 mm

Square ness of joints for straights + or –10 mm

c Spacing of

sleepers

With respect to the critical spacing + or –10 mm

d Cross level To be recorded on every forth sleeper + or –3 mm

e Packing To be checked canne aboule No more than 20% loose

Page 49: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 49 of 64

f alignment i) on straight (10 mm chord)

ii) on curves (20 mm chord)

+2mm

--2 mm

Station to station versine variation Shall not exceed 20 mm or 20% of

the average versine in circular

portion which ever is more.

4.2 At intermediate stages of speed relaxation the above standards may be attained to

the extent feasible. The decision in this regard of engineer in charge shall be final

5.0 Tools and equipment

5.1 The following essential tools and equipments required for the execution of the work

will have to be arranged for by the contractor at his own cost.

1.Screens with 20 mm size openings.

2.Gauge cum level.

3. wooden squares.

4.Cane baskets properly gunny lines

5. Wooden blocks and tapered wedges.

6. Mallets/hammers

7. Crow bars.

8. Beaters.

9. Shovels and wire claws.

5.2 The Contractor has to make his own arrangements to bring tools and other

equipments if any required for the work at his own cost as per the site

conditions

6.0 Supervision

6.1 The contractor shall employ and post at site a technical who is

adequately qualified and well experience in execution of P.Way works. The

name technical qualifications particulars of experience of the Supervisor

employed should be advised to the Engineer I charge, If in the opinion of the

Engineer in charge, that the supervisor is not fit to be in charge of the work, he

should be replaced immediately. In this matter, the opinion of the Engineer in

charge will be final and binding on the contractor.

6.2 No work on the track should done unless and until the PWI,

Contractor‟s technical supervisor is present at site.

7.0 Progress of Work

7.1 The completion period for the entire work is the essence of the contract and

suitable arrangements should be made for the progressive execution of the work

so that the entire work is completed within months from the date of issue

of letter of acceptance of the tender.

7.2 A minimum progress of 4 kms, per month with a proportionate progress of 1 km

per week should be achieved A penalty of Rs.6/- per running metre per month

shall be levied for the short fall in the monthly progress if the short fall in

progress is on contractor‟s account only. The decision of the engineer in charge

shall be final in this matter.

Page 50: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 50 of 64

SPECIAL CONDITIONS OF CONTRACT

1. The rates include all lead and if the materials obtained by rail all freight charges including

loading charges. 2. Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial

Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be

used or supplied by the contractor will be payable by the contractor. The Railway will neither

pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him

by way of these taxes or duties.

Sales Tax at 4% on the materials portion of the contract will be deducted from each on account

bill where identifiable. Where the labour and material portion is not clearly identifiable, the

labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall

be deducted pro-rata from each “on account bill” towards Sales tax.

Seigniorage charges recoverable from bills:-

Seigniorage charges for supply of earth, mooram, sand and other minerals as fixed by the State

Government and payable to them as revised from time to time during the currency of contract

will be recovered by Railway from the contractors “on account” and “final bills” and remitted

to the state government. The rates quoted by the Tenderer shall be inclusive of these charges.

Claims regarding revision of seigniorage charges and consequent enhancement of the accepted

rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the

bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes”

issued by State Govt. Officials in token of having paid seigniorage fee. In such cases, the

genuineness of such documentary evidence produced along with proof of payment of

seigniorage charges, shall be got verified by the Railway from the concerned Mining and

Geology Dept 3. WATER:- A charge of One percent will be made by the Railway for the supply by the

Railway of piped water from existing pipe lines and calculated on the amount of all items of

work (USSR/NS items) appearing in the bills payable to the contractor in respect of which

work such water has been issued to the Contractor and such charges should be deducted from

sums due or payable by the Railway to the Contractor from time to time.

4. In the event of water having to be brought by the Railway to the site of the work in traveling

tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any

demurrage that may be levied shall be payable by the Contractor and deducted from sums due

or payable by the Railways to the Contractor from time to time.

In addition to the charges of one percent referred to above, if additional pipe lines to

those already existing are called for by the contractor, the cost of the same and all charges

incurred by the Railway in their laying including supervision charges will be paid by the

contractor or the contractor provides and lay his own piping at the discretion of Divisional

Engineer.

5. The Railway does not guarantee work under each items of the Master Schedule. For example if

a gate-lodge or gang huts are to be built between stations and the work order issued to the

sectional contractors additional payment on account of lead or freight charges for the materials

that may have to be brought by rail or by road, will not be admissible.

Page 51: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 51 of 64

6. If there arises any discrepancy between the printed Unified Standard Schedule of Rates 2010 as

amended by addendum and corrigendum slips issued from time to time upto date and the

schedule attached to the Tender pertaining to this work, the former shall be treated as

authentative and binding in all purposes.

7. Rubble masonry shall be first sum of Railways Specification No 503 according to South

Central Railway Specification for materials and works. Contractors attention is particularly

invited to dressing of stone as laid down in the Railway‟s specification.

8. The Special conditions supplemented to the conditions of Tender and contracts the General

conditions of contract and the notes appearing under the relevant chapter and sub chapters of

the Unified Standard Schedule of Rates 2010 should be considered as part of the contract

papers where the provisions of these conditions are at variance with General Conditions of

Contract these special conditions shall prevail.

9. Performance Guarantee (P.G.):-

a. The successful bidder shall have to submit a Performance Guarantee (PG) within 30

(thirty) days from the date of issue of Letter of Acceptance (excluding the date of LOA

Ref: CE/Works/SC Lr.W.148/P/GCC/Vil.II, dt.30.05.2014). Extension of time for

submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of

LOA may be given by the Authority who is competent to sign the contract agreement.

However, a penal interest of 15% per annum shall be charged for the delay beyond 30

(thirty) days, i.e., from 31st day after the date of issue of LOA (excluding the date of

LOA). In case the contractor fails to submit the requisite PG even after 60 days from

the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and

other dues, if any payable against that contract. The failed contractor shall be debarred

from participating in re-tender for that work.

b. The successful bidder shall submit a Performance Guarantee (PG) in any of the

following forms, amounting to 5% of the contract value:-

(i) A deposit of Cash,

(ii) Irrevocable Bank Guarantee,

(iii) Government Securities including State Loan Bonds at 5 percent below the

market value

(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These

forms of Performance Guarantee could be either of the State Bank of India or

of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled

Banks;

(vi) A Deposit in the Post Office Saving Bank;

(vii) A Deposit in the National Savings Certificates;

(viii) Twelve years National Defence Certificates;

(ix) Ten years Defence Deposits;

(x) National Defence Bonds; and

(xi) Unit Trust Certificates at 5 percent below market value or at the face value

whichever is less.

Page 52: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 52 of 64

Also FDR in favour of Senior Divisional Finance Manager, S. C. Railway, Vijayawada

(free from any encumbrance) may be accepted.

1. The Performance Guarantee shall be submitted by the successful bidder after the Letter

Of Acceptance (LOA) has been issued, but before signing of the contract agreement.

This P.G. shall be initially valid 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 P.G. extended to cover such extended time for completion of

work plus 60 days.

1.0 The value of PG to be submitted by the contractor will not change for variation upto

25% (either increase or decrease). In case during the course of execution, value of the

contract increases by more than 25% of the original contract value, an additional

Performance Guarantee amounting to 5%(five percent) for the excess value over the

original contract value should be deposited by the Contractor.

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

work based on the „Completion Certificate‟ issued by the competent authority stating

that the contractor has completed the work in all respects satisfactorily. The security

deposit, however, shall be released only after the expiry of the maintenance period

and after passing the final bill based on „No Claim Certificate‟ from the contractor.

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

Performance Guarantee shall be encashed. The balance work shall be got done

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

shall be debarred from participating in the tender for executing the balance work. If

the failed contractor is a JV or a partnership firm, then every member/ partner of such

a firm shall be debarred from participating in the tender for the balance work either in

his / her individual capacity or as a partner of any other JV / partnership firm.

1.3 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) and this shall be in the event of:

i) Failure of the contractor to extend the validity of the Performance Guarantee as

described herein above, in which event the Engineer may claim the full amount

of the Performance Guarantee.

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

agreed by the contractor or determined under any of the Clauses / Conditions of

the agreement, within 30 days of the service of notice to this effect by Engineer.

iii) The contract being determined or rescinded under provision of the GCC the

Performance Guarantee shall be forfeited in full and shall be absolutely at the

disposal of the President of India

Page 53: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 53 of 64

10. Security Deposit:-

The scale of Security Deposit that is to be recovered from the contractor shall be as follows.

i) Security Deposit should be 5% of the contract value.

ii) The rate of recovery will be at the rate of 10% of the bill amount till the

full Security Deposit is recovered.

iii) Security Deposit will be recovered only from the running bills of the contract and no

other mode of collecting SD such as SD in the form of instruments like Bank

Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit.

iv) Conversion of Security Deposit into FDR after recovery of full stipulated SD (FA& CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide

PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash

deposits in the form of security deposit may be allowed to be converted into FDRs

(in favour of respective Accounts Officers and on account of contractor), after full

recovery, at the discretion of the Railway, duly collecting necessary charges of

conversion by the Railway Administration.

The security deposit shall be released only after the expiry of the maintenance period and

after passing the final bill based on „No Claim Certificate‟.

After the work is physically completed, security deposit recovered from the running bills of a

contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee

for equivalent amount to be submitted by him.

In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be

accepted as a mode of obtaining security deposit.

11. REVISED COMPREHENSIVE CLAUSE 46A OF GCC– PRICE VARIATION

CLAUSE: As per Railway Board Letter No.2007/CE-CT/18/Pt.19 dt.14.12.2012-Price

Variation Clause shall be applicable only for contracts of value (contract agreement

value) Rs.50 lakh and more, irrespective of the contract completion period and

Addendum & Corrigendum Slip (ACS) No.6 to GCC, July 2013; Amendment to Clause

46A.7 (a sub-clause of PVC) to GCC, communicated vide PCE/SC Lr.No.W.148/P/

G.C.C./Vol.II dt.05.06.2014. Amendment to Clause 46A1 (ACS No.2 to GCC, July-2014),

communicated vide PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.12.12.2014. Clause 46A-Price Variation clause:

46A.1. Price Variation clause shall be applicable only for contracts of value as prescribed

by the Ministry of Railways through instructions/circulars issued from time to time

and irrespective of the contract completion period. Variation in quantities shall not

be taken into account for applicability of PVC in the contract. Materials supplied

free of cost by Railway to the contractors shall fall outside the purview of Price

Variation clause. If, in any case, accepted offer includes some specific payment to

be made to consultants or some materials supplied by Railway free or at fixed rate,

such payments shall be excluded from the gross value of the work for the purpose

of payment/recovery of price variation.

Applicability of PVC based on original contract value is illustrated as under:

“If estimated value of tender (NIT value) is Rs.55 lakhs; but value of the contract

as per contract agreement is Rs.45 laksh, then PVC shall not apply, even if the

actual final value is Rs.50 laksh or more due to variation in quantities during

execution of the contract. Thus, variation in quantities after signing of contract

agreement is not relevant for deciding whether PVC is applicable to a contract or

not”. 46A.2. The Base Month for „Price Variation clause‟ shall be taken as month of opening of

tender including extensions. If any, unless otherwise stated elsewhere. The quarter for

applicability of PVC shall commence from the month following the month of opening

of tender. The Price Variation shall be based on the average Price Index of the quarter

under consideration.

Page 54: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 54 of 64

46A.3. Rates accepted by Railway Administration shall hold good till completion of work

and no additional individual claim shall be admissible on account of fluctuations

in market rates, increase in taxes/any other levies/tolls etc., except that

payment/recovery for overall market situation shall be made as per Price Variation

Clause given hereunder.

46A.4. Adjustment for variation in prices of material, labour, fuel, explosives detonators,

steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be

determined in the manner prescribed.

46A.5. Components of various items in a contract on which variation in prices be

admissible , shall be Material, Labour, Fuel, Explosives, Detonators, Steel,

Cement, concreting, Ferrous, Non-ferrous, Insulator, Zinc, erection etc., However,

for fixed components, no price variation shall be admissible.

46A.6. The percentages of labour component, material component, fuel component etc.,

in various types of Engineering Works shall be as under:

Component Percentage Component Percentage

A) Earthwork contracts:

Labour

component

50% Other material

components

15%

Fuel

component

20% Fixed

component*

15%

B) Ballast and Quarry Products contracts

Labour

component

55% Other material

components

15%

Fuel

component

15% Fixed

component*

15%

C) Tunnelling Contracts

Labour

component

45% Detonators

component

5%

Fuel

component

15% Other material

components

5%

Explosive

component

15% Fixed

component*

15%

D) Other Works Contracts

Labour

component

30% Fuel component 15%

Material

component

40% Fixed

component*

15%

*it shall not be considered for any price variation.

Page 55: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 55 of 64

46A.7. The Amount of variation in prices in several components (labour material etc., )

shall be worked out by the following formulae:

i) L= W x (LQ-LB) x LC

LB 100

ii) M = W x (MQ-MB) x MC

MB 100

iii) F = W x (FQ-FB) x FC

FB 100

iv) E = W x (EQ-EB) x EC

EB 100

v) D = W x (DQ-DB) x DC

DB 100

vi) S = SW x (SQ-SB)

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

For Railway Electrification works:

viii) T = {(CS – CO) /CO X 0.4136} X Tc

ix) R = { (RT – RO) / RO + ( ZT - ZO ) / ZO x 0.06 } x Rc

x) N = { (PT – PO ) / PO } x Nc

xi) Z = { ( ZT – ZO ) / ZO } x Zc

xii) I = { ( IT – IO ) / IT } x 85 Where

L Amount of price variation in labour

M Amount of price variation in Materials

F Amount of price variation in fuel

E Amount of price variation in Explosives

D Amount of price variation in Detonators

S Amount of price variation in Steel

C Amount of price variation in Cement

T Amount of price variation in Concreting

R Amount of price variation in Ferrous Items

N Amount of price variation in Non-Ferrous Items

Z Amount of price variation in Zinc

I Amount of price variation in Insulator

LC % of Labour component

MC % of Material component

FC % of Fuel component

EC % of Explosive component

DC % of Detonators component

Tc % of Concreting Component

Rc % of Ferrous Component

Nc % of Non-Ferrous Component

Zc % of Zinc Component

Page 56: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 56 of 64

W Gross value of work done by contractor as per on-account bill(s), excluding cost of

materials supplied by Railway at fixed price, minus the price values of cement and

steel. This will also exclude specific payment, if any, to be made to the consultants

engaged by contractors (such payment shall be indicated in the contractor‟s offer)

LB

Consumer Price Index Number for Industrial Workers- All India- Published in RBI

Bulletin for the base period.

LQ Consumer Price Index Number for Industrial Workers- All India-Published in RBI

Bulletin for the average price index of the 3 months of the quarter under consideration.

MB Index Number of Wholesale Prices- By Groups and sub-Groups-All commodities- as

published in the RBI Bulletin for the base period.

MQ Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as

published in the RBI Bulletin for the average Price index of the 3 months of the quarter

under consideration.

FB Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel and Power as

published in the RBI Bulletin for the base period.

FQ Index Number of Wholesale Prices- By groups and sub-groups for Fuel and Power as

published in the RBI Bulletin for the average price index of the 3 months of the quarter

under consideration.

EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the base period.

EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the average price index

of the 3 months of the quarter under consideration

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

whom purchases of detonators are made by the contractor for the base period.

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

whom purchases of detonators are made by the contractor for the average price index

of the 3 months of the quarter under consideration. SW Weight of steel in tonne supplied by the contractor as per the „on-account‟ bill for the

month under consideration

SQ SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (In

rupees per tone) for the relevant category of steel supplied by the contractor as

prevailing on the first day of the month in which the steel was purchased by the

contractor (or) as prevailing on the first day of the month in which steel was brought to

the site by the contractor whichever is lower.

SB SAILs ex-works price plus Excise Duty thereof ( in Rs. Per tonne) for the relevant

category of steel supplied by the contractor as prevailing on the first day of the month

in which the tender was opened.

CV Value of cement supplied by contractor as per „on account‟ bill in the quarter under

consideration.

CB Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI

Bulletin for the base period.

CQ Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI

Bulletin for the average price index of the 3 months of the quarter under consideration.

Cs RBI Wholesale Price index for cement and lime for the month which is six months

prior to date of casting of foundation. Co RBI Wholesale Price index for cement and lime for the month which is one month

prior to date of opening of tender.

Page 57: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 57 of 64

RT IEEMA Price index for Iron & Steel for the month which is two months prior to date

of inspection of material.

Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of

opening of tender.

PT IEEMA Price for Copper wire bar for the month which is two months prior to date of

inspection of material.

Po IEEMA Price for Copper wire bar for the month which is one month prior to date of

opening of tender.

ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of

material.

Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of

tender.

IT RBI Wholesale Price index for structural clay products for the month which is two

months prior to date of inspection of material.

Io RBI Wholesale Price index for structural clay products for the month which is one

month prior to date of opening of tender. 46A,

8.

The demands for escalation of cost shall be allowed on the basis of provisional

indices made available by Reserve Bank of India. Any adjustment needed to be done

based on the finally published indices shall be made as and when they became

available.

46A.

9.

Relevant categories of steel for the purpose of operating Price Variation formula, as

mentioned in this clause, based on Sails Ex-Works Price Plus Excise Duty thereof,

shall be as under:

Sl.

No.

Category of Steel supplied in Railway

work

Category of Steel produced by SAIL Whose Ex-

works Price Plus Excise Duty would be adopted

to determine Price Variation.

1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500

2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK

3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK

4. All Types and sizes of channels and joists Channels 200x75mm IS 2062 E250A SK

5. Any other section of steel not covered in

the above categories and excluding HTS

Average of price for the 3 categories covered

under SL 1, 2, & 3 above.

46A.10 Price variation During Extended Period of contract.

The price adjustment as worked out above, ie., either increase or decrease shall be applicable up to

the stipulated date of completion of work including the extended period of completion where such

extension has been granted under Clause 17-1 Of the General Conditions of Contract. However,

where extension of time has been granted due to contractors failure under Clause-17B of the

General conditions of Contract, price adjustments shall be done as follows:

a) In case the indices increase above the indices applicable to the last month of original

completion period or the extended period under clause 17-A, the price adjustment for the

period of extension granted under Clause 17-B shall be limited to the amount payable as per the

Indices applicable to the last month of the original completion period or the extended period

under clause 17-A of the General conditions of contract; as the case may be.

b) In case the indices fall below the indices applicable to the last month of original/extended

period of completion under clause 17-A, as the case may be; then the lower indices shall be

adopted for the price adjustment for the period of extension under clause 17-B of the General

Conditions of Contract.

Page 58: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 58 of 64

12. DEDUCTION OF INCOME TAX AT SOURCE

In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961

the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in

the case of sub contractor only when the Railway is responsible for payment of consideration

to him under the contract) for carrying out any work (including supply of labour for carrying

out any work) under the contract be entitled to deduct income tax at source on Income

comprised in the sum of such payments.

The deduction towards income tax to be made at source from the payments due to non-

residents shall continue to be governed by Section 195 of the Income Tax Act 1961.

No Income Tax will be deducted by the Railway on payments made for supply of materials

where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles,

bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at

source from the payment due to non/residents shall continue to be governed by Section 195 of

the Income Tax Act 1961.

13. LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS

DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT

OR NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at

site for Technical Supervision of the work. This Engineer-in-charge will be responsible for

safety of the traffic. The work shall be executed by the contractor in a workman like manner to

the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the

instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site

and it is established during the departmental enquiry by the Railway or by Statutory enquiry of

CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on

the part of the contractor or his labour in not adhering to the instructions of the engineer-in-

charge, the contractor shall render himself liable for damages and also legal prosecution if loss

of life is involved.

14. Implementation of – the Building and other construction Workers (RECS) Act, 1996

and the Building and other Construction Workers Welfare Cess Act, 1996 in Railway

Contracts. “The Tenderer for carrying out any construction work in Andhra Pradesh (name of 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 Andhra Pradesh (name of

State)Government and submit certificate of registration issued from the Registering Officer of

the Andhra Pradesh(name of the State) Government (Labour Department). 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.”

Page 59: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 59 of 64

ANNEXURE- “III”

WORKS CONTRACT CLAUSE-13

1. 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 contractor(s) 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 should be

in accordance with approved sample.

All such materials supplied to the contractor(s) for the work either free of charge or on

payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods

shed and will have to be transported by the contractor to the site of work at his cost. All such

materials shall 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 contractor(s) shall be liable to the accountal for all such materials issued

by 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 overlapping joints.

The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without

accessories glasses or any other materials issued in excess of the requirement(s) as above, shall

be returned in perfectly good condition by the contractor(s) to the Railway at the Railway

depot/Godown/Goods shed at________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 requirement as computed by Railway according to the specification and

approved drawings will be recovered from the contractor(s) at twice the prevailing procurement

cost at the time of last issue viz., 2 x (purchases 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.

Page 60: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 60 of 64

2. It shall be the responsibility of the contractor to keep in safe custody any Railway material

plant or equipment issued for the work. The contractor shall at his own expense provide

suitable temporary shed/sheds for this purpose on the Railway land made available by the

Railway free of rent and shall remove the shed/sheds when no longer required in terms of

clause 30 of General conditions of contract.

3. If due to any reason the Railway is not in a position to make available the Railway land the

Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost

shed/sheds or secure private accommodation outside the Railway premises. In such a case the

contractor may be permitted to take the Railway material required for the works outside the

railway premises and to store in the Shed so erected or private accommodation so secured. It

shall be the responsibility of the contractor to keep the railway material in safe custody and the

same should be kept entire separate from the contractors material and the Railway shall have

liberty to inspect the same from time to time.

4. The code Nos. description and rates given in the schedule are based on the printed USSR -

2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the

working rates quantity of cement etc. should be rectified by reference to the printed schedule,

which shall be treated as authoritative and binding on the contract. The relevant notes

applicable to the respective sub chapters will apply to the items of the Tender schedule and

should be considered as having been incorporated in the contract agreement and binding on the

Contractor.

5. For any other items not specially shown in the schedule of rates appended to the tender

document, the Divisional/Executive Engineer will offer rates as shown for the_________ zone

in the South central railway printed USSR - 2010, of S.C.Railway subject to the same

percentage adjustment accepted in the contract being applicable to the additional items.

6. Railway shall not supply from its own quota to the contractors controlled or imported

commodities. Assistance will, however given by recommending to appropriate authorities.

Contractor applications for issue of import licenses and release of controlled commodities if the

Engineer is satisfied that this material is actually required by contractor for carrying out the

work and is not available in the country.

7. VARIATION OF COSTS

Price variation clause is not applicable for contract agreement value upto Rs.50 lakhs.

Time is the essence of contract

8. (a) PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced

contractor should be able to complete the work in all respects within the period as

specified in the Tender Notice and in the Schedule where items of work are

furnished from the date of letter of acceptance of the Tender

(b) Extension of time of completion will be governed by clause 17 of General Conditions

of Contract. However, while granting the extension of time under clause 17(B) of

GCC, a token penalty as deemed fit based on the circumstances of the case can be

imposed on the contractor without prejudice to other rights of Railway

Administration as provided under GCC.

9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as

specified in the Schedule where items of work are furnished by the contractor and he shall

make good any defects, imperfections, shrinkages or faults which may appear at his own cost.

10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of

all corrections, and amendments of the said General conditions of contract made up to the date

of the execution of these presents and no objection shall be taken by the contractor on the

ground that he was not aware of such amendments and corrections of the said General

Conditions of Contract or to any of them.

Page 61: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 61 of 64

11. VARIATION IN CONTRACT QUANTITIES:-

The procedure as detailed below shall be adopted for dealing with variations in quantities

during execution of works contracts:

a) The Railway reserves the right to alter the designs and drawings. If due to change of

drawing or design or any other reasons, there be variations, either increase or decrease in

quantities, payment will be made only for the actual quantities executed at the accepted

rates. If there be sufficient cause the Railway may grant extension of the date of

completion suitably. Such circumstances shall in no way affect or vitiate the contract or

alter the character thereof, or entitle the contractor to damages or compensation thereof

except as provided for in this contract.

b) The quantities of each item of work furnished in the Schedule are approximate and are

intended for the guidance of Tenderer/Contractor. In actual execution of work there may

be some increase in the quantities specified. Such variation upto 25% shall in no degree

affect the validity of the contract and it shall be performed by the contractor as provided

therein and be subjected to the same conditions, stipulations and obligations originally

and expressly included and provided for in specifications and drawings and the amount

to be paid there for shall be calculated in accordance with accepted schedule rates.

(1) Prior Finance concurrence is necessary for varying the individual quantities

beyond 25% or where the gross agreement value exceeds 25% of the agreement

value.

(2) Individual NS items in contracts shall be operated with variations of plus or minus

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

concurrence would be required.

(3) In case an increase in quantity of an individual item by more than 25% of the

agreement quantity is considered unavoidable, the same shall be got executed by

floating a fresh tender. If floating a fresh tender for operating that item is

considered not practicable, quantity of that item may be operated in excess of

125% of the agreement quantity (100% i.e. the original quantity +25% i.e. quantity

over and above the original quantity) subject to the following conditions.

a) Operation of an item by more than 125% of the agreement quantity needs

the approval of an officer of the rank not less than S.A. Grade:

i) Quantities operated in excess of 125% but upto 140% of the

agreement quantity of the concerned item, shall be paid at 98% of the

rate awarded for that item in that particular tender;

ii) Quantities operated in excess of 140% but upto 150% of the

agreement quantity of the concerned item shall be paid at 96% of the

rate awarded for that item in that particular tender;

iii) Variation in quantities of individual items beyond 150% will be

prohibited and would be permitted only in exceptional unavoidable

circumstances with the concurrence of associate finance and shall be

paid at 96% of the rate awarded for that item in that particular tender

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

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

c) Execution of quantities beyond 150% of the overall agreement value should

not be permitted and, if found necessary should be only through fresh

tenders or by negotiating with existing contractor, with prior personal

concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager.

Page 62: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 62 of 64

4. The limit for varying quantities for minor value items shall be 100% (as against

25% prescribed for other items). A minor value item for this purpose is defined as

an item whose original agreement value is less than 1% of the total original

agreement value.

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

6. As far as SSR/SOR items are concerned, the limit of 25% would apply to the

value of SSR/SOR schedule as a whole and not on individual SSR/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).

7. For the tenders accepted at the Zonal Railways level, variations in the quantities

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

lies.

8. For tenders accepted by General Manager, variations upto 125% of the original

agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers variations upto

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

10. The aspect of vitiation of tender with respect to variation in quantities should be

checked and avoided. In case of vitiation of the tender (both for increase as well as

decrease of value of contract agreement) sanction of the competent authority as per

single tender should be obtained.

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

a. The contract signing authority can decrease the items upto 25% of

individual item without finance concurrence.

b. For decrease beyond 25% for individual items or 25% of contract

agreement value, the approval of an officer not less than rank of S.A.

Grade may be taken, after obtaining „No claim certificate‟ from the

contractor and with finance concurrence giving detailed reasons for each

such decrease in the quantities.

c. It should be certified that the quantities proposed to be reduced will not be

required in the same work at a later stage

d. In the event of any reduction in the quantity to be executed for any reasons

whatsoever, the contractor shall not be entitled to any compensation but

shall be paid only for the actual amount of work done.

e. The contractor is bound to notify the Engineer at least seven days before the

necessity arises for the execution of any item in excess of 25% of the over

all value of the agreement.

12. In case the contractor fails to attend the meeting after being notified to do so or in

the event of no settlement being arrived at, the Railway shall be entitled to execute

the extra works by other means and the contractor shall have no claim for loss or

damage that result from such procedure

Page 63: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 63 of 64

12. Employment of Civil Engineering Graduates/Diploma-holders:

The contractor shall employ the following technical staff during the execution of this work.

i) One graduate engineer when the cost of the work to be executed is Rs.2 Crores and

above.

ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is

more than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at

site whenever required by the Engineer-in-charge to take instructions. In case the

contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a

reasonable amount not exceeding a sum of Rs.40,000/- (forty thousand only) for each

month of default in case of graduate engineer and Rs.25,000/- (twenty five thousand

only) for each month of default in case of diploma holder (over-seer)

(Modification of Cl.26 and introduction of new Cl.26A to IR‟s GCC Ref: Rly. Bd.

Lr.No.2012/CE-I/CT/0/20, dt.10.05.2013.)

The decision of the Engineer-in-charge as to the period for which the required technical staff

was not employed by the contractor and as to the reasonableness of the amount to be deducted

on this account shall be final and binding on the contractor.

iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also

be considered as qualified Diploma holder Engineers and contractors for track contract

works can employ such individuals at their worksite on Indian Railways.

(Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.12.07.2013.)

Note: The above clause is not applicable for contracts for Welding of Rail joints.

13. Railway Contractors / Extension of Provident Fund Act to the Employees working under

Railway Contractors:-

The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code

number from the concerned authorities whenever workmen employed by him are 20 or more.

He shall also indemnify Railways from and against any claim, penalties, recoveries under the

above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF

Commissioners to extend the social security benefits to the workmen engaged by the Railway

contractors. The first month‟s bill will be released only after code number is taken from the PF

Office and a copy of coverage intimation produced. Subsequently for each month, bills will be

released only on submission of challans & 12 A monthly return copy in proof of remittance of

PF dues for previous month.”

14. Conservancy charges as applicable and as modified from time to time will be recovered

from Contractor‟s running bills.

Page 64: Page 1 of 64 Tender No.13/North/2016 · 4. Schedule-A-3 at (+) 30% (Plus Thirty percent only) on P.Way SSR 2004 5. Schedule-B at (+) 32% (Plus Thirty two percent only) on basic rate

Tender No.13/North/2016

Sr.DEN/North/BZA Signature of Tenderer(s) BZA Divn., SCR, T.No.13/North/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11//2016 dt.23-.05-.2016, date of

opening on 29- .06-.2016 for the work of “Vijayawada-Visakhapatnam Section - Provision of longer loops at Navabpalem,

Bikkavolu and Elamanchili stations on down loop side.,.

Page 64 of 64

SPECIAL CONDITIONS

MODIFICATION TO CLAUSE 63 & 64 OF

GENERAL CONDITIONS OF CONTRACT

1. The Provision of Clause 63 and 64 of the General Conditions of Contract will be

applicable only for settlement of claims /disputes, for values less than or equal to

20% of the original value (excluding the cost of materials supplied free by

Railway) of the contract or 20% of the actual value of the work done (excluding the

value of the work rejected) under the contract whichever is less. When

claims/disputes are of value more than 20% of the value of the original contract or

20% of the value of the actual work done under the contract, whichever is less, the

contractor will not be entitled to seek such disputes/claims for reference to

arbitration and the provisions of Clause No; 63 &64 of the General Conditions of

Contract will not be applicable for referring the disputes to be settled through

arbitration.

2. The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of

General Conditions of Contract. But the Contractor should seek reference to

arbitration to settle the disputes only once, subject to the conditions as per Para 1.

3. The Special conditions shall prevail over the existing Clause 63 & 64 of General

Conditions of contract.