130
Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 1 of 130 SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT FOR OPEN LINE

SOUTH WESTERN RAILWAY STANDARD TENDER ......Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 4 of 130 TOP SHEET SOUTH WESTERN RAILWAY HUBLI DIVISION WORKS BRANCH Tender

  • Upload
    others

  • View
    17

  • Download
    1

Embed Size (px)

Citation preview

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 1 of 130

SOUTH WESTERN RAILWAY

STANDARD TENDER DOCUMENTFOR OPEN LINE

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 2 of 130

INDEX

SL.NO. DESCRIPTION PAGENO.

1 Top Sheet 3

2 Salient features of tender document 4

3 Notice inviting tender 5

4 Tender form First sheet 6

3 Tender Form (Second sheet) 7-9

5 Instructions for tenderers 10-306 Check list for the tender bid 31- 337 Special conditions of contract 34-55

8 Tender form (Third Sheet) – Schedule of quantities 569 Additional Special Conditions

10 Specification11 Annexure

I. Agreement for zone contract 57

II. Work Order Under Zone Contract (Up to 2 lakhs) 58-59

III. Contract agreement of works 60

IV. Work order for works (Above 2 lakhs) 61-63

V. Form For Submission Of Tender 64

VI. Form for reporting of employment65

VII. Memorandum of understanding for joint venture agreement 66-70

VIII. Performa for experience certificate 71IX. Performa for Statement of completed works in the last three financial

years 72

X. Performa for statement of works on hand 73XI. List of earthwork machinery, tools, plant and staff to be deployed on

this work 74

XII. Performa for performance bank guarantee 75-76

XIII. Special Conditions of Work 77-89

XIV. Schedule of work 90-96

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 3 of 130

SOUTH WESTERN RAILWAY

CORRIGENDUM

Date-12.11.2014

Name of work- Hubli Division- Construction of Holiday Home for All Indian Railways at Madgaon –14 Suits for Officers & 25 Rooms for Staff in separate two G + 1 Buildings each.

********The tender for subject work is already called vide tender notice No-22/DRM/W/UBL/2014/OT,dated-20.10.2014 (item No-1) with due date of opening as 25.11.2014. However it is proposed toissue corrigendum for subject work as follows-1) There are modifications in respect to Similar Nature of work as under-

As per Tender notice Similar Nature of work Revised Similar Nature of workConstruction of buildings

AndThe tenderer should either possess valid electrical class-Ilicense issued by electrical inspectorate or should have thetie up for electrical work with agency possessing validelectrical class-I license. The proof of Class-I license/tie upfor subject work should be enclosed along with the offer.

Construction of at least Singlestoried Building.

2) One special condition has been added in tender document on page No-86 of 130 at Sl. No-7 :3) The date of opening of subject work tender is postponed to 02.12.2014.All are requested to note the same & down load the newly uploaded corrigendum document. Allother works and terms & conditions in above tender notice will remain unchanged.

Sd/-DRM/Works/UBL

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 4 of 130

TOP SHEETSOUTH WESTERN RAILWAY

HUBLI DIVISION

WORKS BRANCH

Tender Notice no. : 22 /DRM/W/UBL/2014/OT DATED 20.10.2014

Item No. : 01 (one)

Name of the work-Hubli-Division –Construction of Holiday Home for All Indian Railways at Madgaon –14 Suits for Officers & 25 Rooms for Staff, in separate two G + 1 Buildingseach.

Name of the Tenderer:………………….

Address of the Tenderer:………………….

DIVISIONAL RAILWAY MANAGER (WORKS)

HUBLI DIVISION

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 5 of 130

SALIENT FEATURES

SOUTH WESTERN RAILWAY

Name of work :- Hubli Division- Construction of Holiday Home for AllIndian Railways at Madgaon –14 Suits for Officers & 25Rooms for Staff, in separate two G + 1 Buildings each.

Name of the Tenderer/Contractor :-

SCOPE OF WORK-Construction of two separate G+1 buildings i.e. one for supervisor’s HolidayHome and other for officer’s Holiday Home including civil, electrical andcommunication works, and also construction of roads, pedestrian pathway,garden, landscaping, compound wall and septic tank etc

I. Approximate value : Rs.5,39,67,948/-

II. Security Deposit (Approximate) : ------------------

III. Earnest Money Deposit : Rs. 4,19,850/-

IV. Performance Guarantee(Approximate): ----------------

V. Completion period : 18 Months

VI. Maintenance period : 90 days

VII. Validity of Tender : 90 days i.e. up to 24.02.2015

VIII. Tender Form Cost : Rs.10000/- + Vat 14.5% = 11450/-

IX. Last date for submission of Tender Document : Up to 11.00 hrs on 25.11.2014

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 6 of 130

NOTICE INVITING TENDER

TENDER NOTICE

OPEN TENDER NOTICE NO- 22 /DRM/W/UBL/2014/OT DATED 20.10.2014.

Separate Sealed Tenders are invited by Divisional Railway Manager, South WesternRailway,Hubli division on behalf of the President of India for the under mentioned works.

Tend.Sch.Ref.

Description of work TypeofTender

Approxvalue (Inrupees)

Earnestmoney Rs(EMD)

Date ofopening

Period ofCompletion

Cost ofform (inRs)

1 Hubli Division-Construction of HolidayHome for AllIndian Railways atMadgaon –14 Suits forOfficers & 25Rooms for Staff inseparate two G + 1Buildings each.

Open 5,39,948/- 4,19,850/- 25.11.14 18Months Rs.10000/-

+ Vat14.5% =11450/-

** Extra Rs.500/- Per set to be paid in case of Postal Delivery of Tender Document.

NOTE: - 1.1 No post tender correspondence will be permitted and the tender shall be decidedbased on the documents enclosed with the offer only.

1.2 Tender costing more than Rs.10 Cr shall have to be submitted in two packet systemand below Rs.10 Cr in single packet system.

TENDER SCHEDULE

Civil Work = Sch.-A, A1, A2, (USSOR-2011) & Sch-B (NS items)

Electrical Work = Sch.- C & CI (NS items)

Telecommunication (S&T) = Sch. - D (NS items)

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 7 of 130

SOUTH WESTERN RAILWAYTENDER FORM (First Sheet)

Tender No. 22 /DRM/W/UBL/2014/OT DATED 20.10.2014 (Item No.1)

Name of Work -Hubli Division- Construction of Holiday Home for All Indian Railways at Madgaon –14 Suits for Officers & 25 Rooms for Staff in separate two G + 1 Buildings each.

To

The President of India

Acting through the ____________________South Western Railway

1. I/We ____________________ have read the various conditions to tender attached hereto and agree toabide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of________ days from the date fixed for opening the same and in default thereof, I/We will be liable forforfeiture of my/our “Earnest Money”. I/We offer to do the work for _______ Railway, at the rates quoted inthe attached schedule and hereby bind myself/ourselves to complete the work in all respects within____________ months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the Indian Railways General Conditions Of Contract 2011, withall correction slips up-to-date and to carry out the work according to the Special Conditions of Contract andSpecifications of materials and works as laid down by Railway in the annexed SpecialConditions/Specifications, Schedule of Rates with all correction slips up-to-date for the present contract.

3. A sum of Rs. ___________ is herewith forwarded as Earnest Money. Full value of the earnestMoney shall stand forfeited without prejudice to any other right or remedies in case my/our Tender isaccepted and if :

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

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

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

Signature of Witnesses :(1) ___________________

(2) ___________________

(2) ___________________

________________________

Signature of Tenderer(s)

Date ________________

Address of the Tenderer(s)

______________________

______________________

______________________

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 8 of 130

TENDER FORM (Second Sheet)

1. Drawings For The Work : The Drawing for the work can be seen in the office of theDivisional Railway Manager(Works), S.W.Railway, Hubli Division at any time during theoffice hours. The drawings are only for the guidance of Tenderer(s). Detailed workingdrawings (if required) based generally on the drawing mentioned above, will be given bythe Engineer or his representative from time to time.

2. The Tenderer(s) shall quote his / their rates as a percentage above or below the Scheduleof Rates of USSOR-2011 Railway as applicable to Hubli Division except where he/they arerequired to quote item rates and must tender for all the items shown in the Schedule ofapproximate quantities attached. The quantities shown in the attached Schedule are givenas a guide and are approximate only and are subject to variation according to the needs ofthe Railway. The Railway does not guarantee work under each item of the Schedule.

3. The works are required to be completed within a period of 18 months from the date ofissue of acceptance letter.

4. Earnest Money :

a) The tender must be accompanied by a sum of Rs.4,19,850/- as earnest money depositedin cash or in any of the forms as mentioned in tender document else where.

b) The Tenderer(s) shall keep the offer open for a minimum period of 90 days from the date ofopening of the Tender. It is understood that the tender documents have been sold/issuedto the Tenderer(s) and the Tenderer(s), is / are permitted to tender in consideration of thestipulation on his / their part that after submitting his / their tender subject to the periodbeing extended further, if required by mutual agreement from time to time, he will not resilefrom his offer or modify the terms and conditions thereof in a manner not acceptable to theDRM/Divisional Engineer of S.W.Railway Hubli Division, Should the tenderer fail to observeor comply with the foregoing stipulation, the amount deposited as Earnest Money for thedue performance of the above stipulation, shall be forfeited to the Railway.

c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted asSecurity Deposit for the due and faithful fulfilment of the contract. This amount of SecurityDeposit shall be forfeited, if the Tenderer(s)/Contractor(s) fail to execute the AgreementBond within 7 days after receipt of notice issued by Railway that such documents are readyor to commence the work within 15 days after receipt of the order to that effect.

d) Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, bereturned to the unsuccessful tenderer(s) within a reasonable time, but the Railway shall notbe responsible for any loss or depreciation that may happen to the Security for the dueperformance of the stipulation to keep the offer open for the period specified in the tenderdocuments or to the Earnest Money while in their possession nor be liable to pay interestthereon.

5. Rights Of The Railway To Deal With Tender : The authority for the acceptance of thetender will rest with the Railway. It shall not be obligatory on the said authority to acceptthe lowest tender or any other tender and no tenderers(s) shall demand any explanation forthe cause of rejection of his/their tender nor the Railway to assign reasons for declining toconsider or reject any particular tender or tenders.

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

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 9 of 130

7. Tenderer’s Credentials : Documents testifying tenderer’s previous experience and financialstatus should be produced along with the tender or when desired by competent authority ofthe Railway.

8. Tender must be enclosed in a sealed cover, superscripted “Tender No. ____” and must besent by registered post to the address of DRM/W/ Hubli Division, South Western Railwayso as to reach his office not later than 17.00 Hours on 24th” Nov- 2014 or deposited in thespecial box allotted for the purpose in the office of DRM/W/Hubli Division, South WesternRailway. This Special box will be sealed at 11.00 hours on 25.11.2014 The tender will beopened at 11.30 hours on the same day. The tender papers will not be sold after 16.00hours on 24th ”.11.2014.

9. Non-compliance with any of the conditions set forth therein above is liable to result in thetender being rejected.

10. Execution Of Contract Documents : The successful Tenderer(s) shall be required toexecute an agreement with the President of India acting through the DRM/W/……Division,South Western Railway for carrying out the work according to General Conditions ofContract, Special Conditions / Specifications and Specification for work and materials ofRailway as amended/corrected upto latest Correction Slips, mentioned in tender form (FirstSheet).

11. Partnership Deeds, Power Of Attorney Etc.: The tenderer shall clearly specify whether thetender is submitted on his own or on behalf of a partnership concern. If the tender issubmitted on behalf of a partnership concern, he should submit the certified copy ofpartnership deed along with the tender and authorization to sign the tender documents onbehalf of partnership firm. If these documents are not enclosed along with tenderdocuments, the tender will be treated as having been submitted by individual signing thetender documents. The Railway will not be bound by any power of attorney granted by thetenderer or by changes in the composition of the firm made subsequent to the execution ofthe contract. It may, however, recognize such power of attorney and changes afterobtaining proper legal advice, the cost of which will be chargeable to the contractor.

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

13. Employment/Partnership Etc. Of Retired Railway Employees :

a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officerworking before his retirement, whether in the executive or administrative capacity orwhether holding a pensionable post or not, in the Engineering or any other department ofany of the railways owned and administered by the President of India for the time being, orshould a tenderer being partnership firm have as one of its partners a retired engineer orretired Gazetted Officer as aforesaid, or should a tenderer being an incorporated companyhave any such retired engineer or retired officer as one of its Directors or should atenderer have in his employment any retired Engineer or retired Gazetted Officer asaforesaid, the full information as to the date of retirement of such Engineer or GazettedOfficer from the said service and in case where such Engineer or Officer had not retiredfrom Government service at least 2 years prior to the date of submission of the tender asto whether permission for taking such contract, or if the contractor be a partnership firm oran incorporated company, to become a partner or Director as the case may be, or to takethe employment under the contractor, has been obtained by the tenderer or the Engineer

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 10 of 130

or Officer, as the case may be from the President of India or any officer, duly authorisedby him in this behalf, shall be clearly stated in writing at the time of submitting the tender.Tenders without the information above referred to or a statement to the effect that no suchretired Engineer or retired Gazetted Officer is so associated with the tenderer, as the casemay be, shall be rejected.

(Signature)

(Designation)

South Western Railway

Signature of Tenderer(s)

Date _______________

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 11 of 130

INSTRUCTIONS FOR TENDERERS

1. The following documents form part of Tender / Contract :

a. Tender forms – First Sheet and Second Sheet

b. Special Conditions/Specifications (enclosed)

c. Tender form ( Third Sheet) Schedule of approximate quantities (enclosed)

d. General Conditions of Contract and Standard Specifications for Materials andWorks of Indian Railway as amended/corrected upto latest Correction Slips, copiesof which can be seen in the office of DRM/Works Hubli, S.W.Railway or obtainedfrom the office of the Sr Divisional Engineer/Co Ord, Hubli Division on payment ofprescribed charges.

e. Schedule of Rates as amended / corrected upto latest Correction Slips, copies ofwhich can be seen in the office of DRM/Works Hubli, S.W.Railway or obtained fromthe office of the Sr Divisional Engineer/Co Ord, Hubli Division on payment ofprescribed charges.

f. All general and detailed drawings pertaining to this work which will be issued by theEngineer or his representatives (from time to time) with all changes andmodifications.

2. MEANING OF TERMS

a) Interpretation : These Regulations for Tenders and Contracts shall be read inconjunction with the General Conditions of Contract which are referred to herein andshall be subject to modifications additions or suppression by special conditions ofcontract and/or special specifications, if any, annexed to the Tender Forms.

b) Definition : In these Regulations for Tenders and Contracts the following terms shallhave the meanings assigned hereunder except where the context otherwise requires.

(i) “Railway” shall mean the President of the Republic of India or the AdministrativeOfficers of the Successor Railway authorized to deal with any matters, which thesepresents are concerned on his behalf.

(ii) “General Manager” shall mean the Officer-in-Charge of the generalsuperintendence and control of the Zonal Railway/Production Units and shall alsoinclude the General Manager (Construction) and shall mean and include theirsuccessors, of the Successor Railway.

(iii)“Chief Engineer” shall mean the Officer in charge of the Engineering Department ofSouth Western Railway and shall also include the Chief Engineer (Construction),Chief Electrical Engineer, Chief Electrical Engineer (Construction), Chief Signal &Telecom Engineer, Chief Signal & Telecom Engineer (Construction) and shallmean and include their successors of the Successor Railway.

(iv) “Divisional Railway Manager” shall mean the Officer in charge of a Division of theZonal Railway and shall mean and include the Divisional Railway Manager of theSuccessor Railway.

(v) “Engineer” shall mean the Divisional Engineer or the Executive Engineer,Divisional Signal & Telecommunication Engineer, Divisional Signal &Telecommunication Engineer (Construction), Divisional Electrical Engineer andDivisional Electrical Engineer (Construction), in executive charge of the works andshall include the superior officers of the Engineering, Signal & Telecommunication,and Electrical Departments of Railway, i.e. the Senior Divisional Engineer/DeputyChief Engineer/Chief Engineer/Chief Engineer(Construction),Senior Divisional

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 12 of 130

Signal & Telecommunication Engineer / Dy.Chief Signal & TelecommunicationEngineer / Dy. Chief Signal & Telecommunication Engineer(Construction), SeniorDivisional Electrical Engineer / Deputy Chief Electrical Engineer / Dy.ChiefElectrical Engineer (Construction) / and shall mean and include the Engineers ofthe Successors Railway.

(vi) “Tenderer” shall mean the person / the firm / co-operative or company whetherincorporated or not who tenders for the works with a view to execute the works oncontract with the Railway and shall include their personal representatives,successors and permitted assigns.

(vii)“Limited Tenders” shall mean tenders invited from all or some Contractors on theapproved or select list of Contractors with the Railway.

(viii)“Open Tenders” shall mean the tenders invited in open and public manner andwith adequate notice.

(ix) “Works” shall mean the works contemplated in the drawings and schedules setforth in the tender forms and required to be executed according to thespecifications.

(x) “Specifications” shall mean the specifications for Materials and works of the Railwayas specified in Part-III of the Works Hand Book issued under the authority of theChief Engineer or as amplified, added to or superseded by special specifications ifany, appended to the Tender Forms.

(xi) “Schedule of Rates of the Railway” shall mean the Schedule of Rates issued underthe authority of the Chief Engineer from time to time.

(xii)“Drawings” shall mean the maps, drawings, plans and tracings or prints thereofannexed to the Tender Forms.

Words importing the singular number shall also include the plural and vice versa where

the context requires.

3. Tender documents (non- transferable) will be issued from the office of Divisional RailwayManager, Works Branch, South Western Railway, Hubli Division up to 16.00hrs on theprevious working day of the date of opening of the tender, on receipt of written request forthe same accompanied by Cash Receipt for having deposited cost of the Tenderdocument with Divisional Cashier, or with any Station Master of South Western Railway.

4. Last date for issue of tender forms in person will be up to 16.00 hrs on the previousworking day of the date of opening of the tender. In case Tenderers wish to receive theTender Document by post/courier, they should send their written request accompanied bycash receipt for having deposited the cost of Tender document with additional couriercharges of Rs.500/- . The request for tender document must reach this office at least oneweek in advance of the date of opening of the tender. However Railway Administrationdoes not take any responsibility for delay/non receipt of the tender document by thetenderer due to failure of courier/postal service or time taken in transit.

5. Tenderers can also download the tender document from the websitewww.swr.indianrailways.gov.in. Those tenderers who are participating in the tender withdownloaded copy , shall enclose a separate crossed demand draft or money receiptwhich is issued by S.W. Railway towards cost of tender form, in favour of Sr.DivisionalFinance Manager, South Western Railway, Hubli , without which the tender shall berejected.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 13 of 130

6. The Tender documents for the above works will be received and opened in the office of theDivisional Railway Manager, South Western Railway , Hubli on the same date and time asmentioned in the tender notice. Tender document will be received up to 11.00 hrs. on thedate of opening and will be opened on the same day at 11.30 hrs. Tenders can also beaccepted by post if received before expiry of time of receipt of tender document. However,Railway will not own any responsibility for delay in postal transit. After the opening of thetender the rates will be read out in the presence of Tenderers present at the time ofopening of the tender. Any tender received after 11.00 hr will not be considered forevaluation purpose and such tender will not be opened.

7. The sealed tender document should be dropped in the special tender box allotted for theabove works in the office of DRM/Works/Hubli from 10.00 hrs of 11.11.2014 to 11.00 hrsof 25.11.2014

8. General

8.1 All the information must be submitted in English

8.2 The application/ document should be type written. The tenderers name and signatureshould appear on each page of the tender document.

8.3 Overwriting should be avoided. Corrections, if any, should be duly attested by thecontractor.

8.4 References, information and certificates from the respective clients certifying suitability,technical know- how or capability of the tenderer shall be signed by that client.

8.5 The tenderer is advised to attach any additional information, which he thinks to benecessary in regard to his capabilities. No further information will be entertained aftersubmission of application unless it is called for by Railways. Railway reserves the right tocall for additional information and clarification of information submitted from the tenderers.

8.6 The cost incurred by the tenderer in preparing tender document, in providing clarificationsor attending discussions/ conferences in connection with this document shall be borne bythe tenderer and the Railways in no case will be responsible or liable for these costs,regardless of the conduct or outcome of the process.

8.7 The responsibility of submitting the correct documents lies with the tenderers. In case, thedocuments are found manipulated/forged, the offers of such tenderers will not beconsidered and such tenderers are liable to be debarred to participate for future worksduly forfeiting their Earnest Money and the tenderer/contractor shall have no claimswhatsoever in this regard. Railway reserves the right to determine/rescind the contractentered into in case of such false certificates/documents at any stage of the contracttreating it as default of the contractor.

8.8 Tender form is not transferable and the amount once paid is non-refundable. Tendersshould be signed at appropriate places.

8.9 The tenderers shall not add any conditions on their own either in their covering letter or inthe tender documents while submitting their offer. Any such conditions if stated and if arein violation of the Railway’s tender conditions, may lead to summary rejection of the offer.Railway reserves the right to reject such tenders summarily without assigning any reasonswhatsoever.

8.10 Tenders containing erasures/alterations in the Tender documents are liable to be rejected.Any corrections made by the tenderer, if necessary, are to be attested by him clearly. Thedecision of the Railway regarding the corrections/suitability of the certificates is final andthe tenderer shall not have any claim whatsoever in this regard.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 14 of 130

8.11 No post tender correspondence will be entertained; only clarification required by railwayagainst the document submitted, can be sought from the tenderer. Mandatory documentssubmitted after opening of tender, will not be considered.

8.12 Even for the working contractors of this railway, the onus of establishing the credentials ofthe tender(s) from the office records or otherwise does not lie with the railway. Railwayshall evaluate the offer only from the certificates/ documents submitted along with theoffer.

8.13 If the opening date happens to be a holiday, the tenders will be received and opened onthe next working day at the same time. In case of Protests/ Bundh declaration the tenderwill be received and opened on next working day at the time stipulated. However, there willnot be any change in last date of issue of tender document on this account.

8.14 Late/ delayed tender offers received through Post/person after the time of closing ofreceipt of tender document shall be summarily rejected. However, railway reserves theright to consider such cases in specific circumstances.

8.15 Along with tender, tenderers shall submit requisite documentary proof in support of theireligibility as per the criteria laid down in the tender. Tender documents are to besubmitted in sealed envelope. On the envelope, Name of the work, Name of the agencyand Date of opening as applicable should be duly marked.

8.16 Tender Form : Tender Forms shall embody the contents of the contract documents eitherdirectly or by reference and shall be as per specimen form on page no. 5- 8 & 55. TenderForms shall be issued on payment of the prescribed fee to the appropriate contractors onthe list of approved contractors. Contractors not on the list of approved contractors, will onpayment of the prescribed fees, be furnished with tender forms and they shall be requiredto submit evidence regarding their financial status, previous experience and ability toexecute the works.

8.17 Omissions & Discrepancies : Should a tenderer find discrepancies in or omissions from thedrawings or any of the Tender Forms or should he be in doubt as to their meaning, heshould at once notify the authority inviting tenders who may send a written instruction to alltenders. It shall be understood that every endeavour has been made to avoid any errorwhich can materially affect the basis of tender and successful tenderer shall take uponhimself and provide for the risk of any error which may subsequently be discovered andshall make no subsequent claim on account thereof.

8.18 Right Of Railway To Deal With Tenders : The Railway reserves the right of not to invitetenders for any of Railway work or works or to invite open or limited tenders and whentenders are called to accept a tender in whole or in part or reject any tender or all tenderswithout assigning reasons for any such action.

9. Care In Submission Of Tenders :

9.1 Before submitting a tender, the tenderer will be deemed to have satisfied himself by actualinspection of the site and locality of the works, that all conditions liable to be encounteredduring the execution of the works are taken into account and that the rates he enters in thetender forms are adequate and all inclusive to accord with the provisions in Clause-37 ofthe General Conditions of Contract for the completion of works to the entire satisfaction ofthe Engineer.

9.2 When work is tendered for by a firm or company of contractors, the tender shall be signedby the individual legally authorized to enter into commitments on their behalf.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 15 of 130

9.3 The Railway will not be bound by any power of attorney granted by the tenderer or bychanges in the composition of the firm made subsequent to the execution of the contract.It may, however, recognize such power of attorney and changes after obtaining properlegal advice, the cost of which will be chargeable to the contractor.

10. CONTRACT DOCUMENTS

10.1 Execution of Contract Document : The Tenderer whose tender is accepted shall berequired to appear in person at the office of General Manager/ Divisional Railway Manager/ concerned Engineer, as the case may be, or if a firm or corporation, a duly authorizedrepresentative shall so appear and execute the contract documents within 7 days afternotice that the contract has been awarded to him. Failure to do so shall constitute abreach of the agreement affected by the acceptance of the tender in which case the fullvalue of the earnest money accompanying the tender shall stand forfeited withoutprejudice to any other rights or remedies.

10.2 In the event of any tenderer whose tender is accepted shall refuse to execute the contractdocument as here in before provided, the Railway may determine that such tenderer hasabandoned the contract and there upon his tender and acceptance thereof shall be treatedas cancelled and the Railway shall be entitled to forfeit the full amount of the EarnestMoney and to recover the damages for such default.

10.3 Form Of Contract Document : Every contract shall be complete in respect of the documentit shall so constitute. Not less than 2 copies of the contract document shall be signed bythe competent authority and the contractor and one copy given to the contractor.

a) For Zone contracts, awarded on the basis of the percentage above or below theSchedule of Rates of Railway for the whole or part of financial year, the contractagreement required to be executed by the tenderer whose tender is accepted shall beas per specimen form, Annexure-I. During the currency of the Zone Contract, workorders as per specimen form Annexures-II for works not exceeding Rs.2,00,000 each,shall be issued by the Divisional Railway Manager / Sr.DEN under the agreement forZone Contract.

b) For contracts for specific works, valued at more than Rs.2,00,000 the contractdocument required to be executed by the tenderer whose tender is accepted shall beeither an Agreement as per specimen form Annexure-IV

12.0 Instructions to tenderers regarding tender forms downloaded from internet

12.1 The tender document is to be downloaded from the internet and printout is to be taken onA4 size paper and details are to be entered by the tenderer at various locations in thedocument. It is advisable that the downloaded tender document is printed through laserprinter only. Submission of Xerox or photocopy of tender document is prohibited.

12.2 The Railway does not own any responsibility for any alteration/omission in the contents oftender document while downloading from the website or otherwise. No claims on thisaccount will be entertained. The administration will also not own any responsibility if thewebsite is not opened for downloading the tender document due to any technical snag inthe server of the website.

12.3 The tender document (in full) downloaded along with various documents required as perthe tender conditions should be submitted in a sealed cover duly super – scribing the nameof the work, tender notice no. and date, fact about submission of tender downloaded fromthe internet etc and the same should be dropped in the tender box kept in the office of theDivisional Railway Manager, Works branch, South Western Railway,Hubli, before the date

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 16 of 130

and time stipulated in the tender document. All the instructions/ conditions applicable to thetender documents/ forms purchased from the Office directly will also apply to the tenderdocuments downloaded from the internet.

12.4 The cost of tender document or tender form as indicated in the tender document willhave to be deposited by the tenderer in the form of cash, deposit receipts, pay orders ordemand drafts executed by the SBI or any of the Nationalized banks or by a RBI approvedschedule Bank, payable in favour of Sr. Divisional Finance Manager, South WesternRailway, Hubli along with the tender document and the original receipt should be enclosedalong with the tender. A single demand draft for the cost of tender document/form andEarnest Money Deposit will not be accepted. Tender not accompanied by the receipt forcost of tender document/ form will summarily be rejected.

12.5 The earnest money deposit required for this tender as stipulated in the tender documentshould also be submitted separately.

12.6 Tenderers are advised to download the tender documents well in advance and submit thetender before the stipulated time. It is a the responsibility of the tenderer to check for anycorrections or any modifications or amendments published subsequently in website/ newspapers and the same shall be taken into account while submitting the tender. Tenderershall download corrigendum/s (if any) print it out, sign and attach it with the main tenderdocument. Tender document not accompanied by the published corrigendum/s is liable tobe rejected. The railway will not be responsible for any postal delays and delay indownloading of tender document from the internet.

12.7 The tenderer may please note that the rate for items should be written in figures and inwords by black or blue ball ink only. Each page of the tender document should be signedby the tenderers.

12.8 Tenderer/s is free to download tender document at their risk and cost, for the purpose ofperusal as well as for using the same tender document for submitting the offer. Mastercopy of the tender document is available in the Office of the Divisional Railway Manager,South Western Railway. Tenderers shall note that after award of work, an agreement willbe drawn, which shall be executed by the successful tenderer and this agreement will beprepared based on the master copy of tender document available in the above mentionedoffice only and not based on the tender document submitted by the tenderer.

12.9 The following declaration should be given by the tenderer while submitting the tender:

I/We have downloaded the tender form from the internet sitewww.swr.indianrailways.gov.in/ www. Tenders.gov.in and I/We have not tampered/modified the tender forms in any manner. In case, if the same is found to be tampered/modified at any time/ stage, I/we understand that my/our tender will be summarily rejectedand full earnest money deposit/ Performance Guarantee deposit/ Security deposit will beforfeited, my/ our contract will be terminated with all implications and I/We am/are liable tobe banned from doing business with Railways and/ or prosecuted. I/we also declare thatI/We shall have no claims whatsoever in this regard.

I/We are submitting a deposit receipt/ pay order/ demand draft no. …………dated………..issued by ………………………………for Rs………………..towards the cost oftender form.

Date:Address: Signature of tenderer

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 17 of 130

13.0 Method of quoting rates :

13.1 The agency should quote the rates in figures as well as in words on the schedule of itemssupplied to the agency

13.2 Rates, quoted by the contractor in tender, in figure and words shall be accurately filled inso that there is no discrepancy in the rates in figures and words. How ever, if a discrepancyis found, the rates which correspond with the amount worked out by the contractor shall,unless otherwise proved, be taken as correct. If the amount of an item is not worked out bythe contractor it does not correspond with the rates written either in figures or in words thenthe rates quoted by the contractor in words shall be taken as correct. Where the ratesquoted by the contractors in figures and in words tally but the amount is not worked outcorrectly, the rates quoted by the contractor will, unless otherwise proved, be taken ascorrect and not the amount. In event no rates has been quoted for any item(s), leavingspace both in figures(s), words, and amount blank, it will be presumed that the contractorhas included the cost of this/ these item(s) in other items and rates for such item(s) will beconsidered as zero and work will be required to be executed accordingly.

13.3 If any change/ addition/ deletion/ correction/ alteration are made in the tender document bythe tenderer/ contractor, the tender will be summarily rejected and the tender shall have noclaim in this regard. If any such change/ addition/ deletion/ correction/ alteration aredetected at any stage even after the award of the tender, the tenderer’s full earnest moneydeposit/ performance guarantee deposit/ security deposit will be forfeited and the contractwill be terminated. The tenderer is also liable to be banned from doing business withRailways and/ or prosecuted.

13.4 The tenderers are advised to visit the site of work in their own interest and acquaintthemselves with the site conditions and expected quantum of work. The rates should bequoted duly considering the site conditions.

13.5 Tenderers shall hold the offer open for acceptance for a minimum period of One hundredand Twenty days for two packet system and ninety days for single packet system from thedate of opening of the tender.

13.6 Two Packets System of Tendering : The procedure detailed below shall be adopted fordealing with ‘Two Pockets System’ of Tendering :

a) With a view to assess the tenders technically without being influenced by the financial bids,'Two Packets System of tendering' shall be adopted. In this system, the tenderers shallsubmit their quotations/offers in two sealed envelopes; with one cover containing theTechnical & Commercial offers and the other cover containing the Financial Bids. The firstpacket shall be with the objective of scrutinising the capability, possession of appropriatemachinery & equipments, financial strength, experience etc. of the tenderers.

b) The technical details and commercial conditions shall be read out before the tenderers ortheir representatives at the time of opening of tenders and the same shall be evaluated bythe Tender Committee. If the offers are found acceptable by the competent authority (asprescribed by Railway Board from time to time for the estimated value of tender invited),the second packet shall be opened and the tenders shall be processed for finalisation inthe normal manner.

c) However, if on the basis of information contained in the first packet, the Tender Committeeneeds clarification regarding designs, specifications etc.; discussions shall be held witheach individual party/ tenderer after obtaining approval of the Competent Authority.

d) 'Two Packets System' of tendering shall be resorted to for techno-commercialconsideration in Works Contract Tenders of values as communicated by Railway Boardfrom time to time on the subject.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 18 of 130

{Authority : Railway Board's letter no. 94/CE-I/CT/4 Pt.17, New Delhi, Dated 13.08.2012}

13.7 Tenders invited under two packet system consisting of Technical Bid and price Bid shouldbe submitted in two separate sealed covers as follows:

a) Sealed Envelope – 1 containing the Technical Bid as per 4.0. The documents submittedalong with the technical bid shall be as per the check List provided and in the same orderas mentioned in Check List. The tenderer shall put all the enclosures of Technical Bid inone separate envelope, duly sealed and super scribing the following details on the top ofthe envelope /cover.

(i) “PACKET – 1 : TECHNICAL BID”

(a) Tender Notice No. & item no(b) Date of opening(c) Name of work(d) Name and address of the Tenderer

b) Sealed Envelope – 2 containing Price Bid as per para 5.0. The tenderer shall put all theenclosures of Price Bid in another separate envelope, duly sealed and super scribing thefollowing details on the top of the envelope/cover.

(i) “PACKET – 2 : PRICE BID

(a) Tender Notice No. & item no(b) Date of opening(c) Name of work(d) Name and address of the Tenderer

c) Both sealed covers (Packet I & II) as specified above shall be enclosed in another singlesealed cover super scribing the following detailed on top of the envelope/cover.

(a) Tender Notice No. & item no(b) Date of opening(c) Name of work(d) Name and address of the Tenderer

13.8 TECHNICAL BID:The sealed envelop marked “packet l – TECHNICAL BID” shall consist of the following:-

a) Tender document pertaining to technical bid Packet-I. b) Cost of tender form and Earnest Money Deposit.

c) Documents in support of technical eligibility criteria and financial eligibility criteria asdetailed in tender document.

d) Documents showing nature of ownership must be submitted along with the tender.

14.0 PRICE BID:14.1 The sealed envelope marked “Packet II – Price Bid” shall consists of the following:-

a) The tenders shall duly quote the rates for the items/schedules alone along with anyrebate offered in the Schedule of items provided in the Price Bid. No otherpaper/documents shall be enclosed along with the PRICE BID.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 19 of 130

b) If no percentage rate is quoted for any schedules for which uniform percentage rate isrequired to be offered, such offer shall be treated as incomplete, invalid and shall besummarily rejected.

c) If no rate is quoted for any items in respect of any schedule for which individual ratesare to be offered, then the rate for such items shall be treated as nil/ zero and the offershall be evaluated accordingly.

14.2 Tenderers to note that offer relating to any financial/ commercial terms & conditionsincluding price variation, stage payments, advances and any other payment terms shouldbe enclosed in the “Packet - I – Technical bid only”. Any such condition/ offer shall not beenclosed along with “ Price bid “ in Packet - II

15.0 Late submission of application :

15.1 Application received after the due date and time of submission, will either not be acceptedor if inadvertently accepted will not be opened and shall be summarily rejected.

15.2 Railway reserves the right to accept or reject any application and to annual the process andreject all applications at any time without assigning any reason and without there byincurring any liability to the affected tenderer or without informing the tenderers of thegrounds or the Employer’s action.

16.0 Method of applying :

16.1 If the application is made by an individual, it shall be signed by the individual above his fulltype written name and current address.

16.2 If the application is made by a proprietary firm, it shall be signed by the proprietor above hisfull type written name and full name of his firm with its current address.

16.3 If the application is mad by a firm in partnership, it shall be signed by all the partners of thefirm above their full type written names and current addresses, or alternatively by a partnerholding power of attorney for the firm in which case a certified copy of the partnership deedand current address of all partners of the firm shall also accompany the application.

16.4 If the applicant is a limited company or a corporation, the application shall be signed by aduly authorized person holding power of attorney for signing the application accompaniedby a copy of the power of attorney. The applicant should also furnish a copy of theMemorandum of Articles of Association duly attested by a Public Notary.

16.5 The tenderers shall clearly specify whether tender is submitted in the name of individual/partnership firm/ limited company/ joint venture etc., as per the stipulations given in theadditional instruction to Tenderers in tender document.

16.6 Joint Venture is applicable for tenders valuing more than Rs. 10.00Crores.

17.0 Earnest Money Deposit

17.1 The tenderer shall be required to deposit earnest money with the tender for the dueperformance with the stipulation to keep the offer open till such date as specified in thetender, under the conditions of tender. The earnest money shall be as under :

Value Of The Work Earnest Money Deposit (EMD)

A. For works estimated tocost up to Rs. 1 crore

2% of the estimated cost of the work

B. For works estimated tocost more than Rs. 1crore

Rs. 2 lakh plus ½% (half percent) of theexcess of the estimated cost of workbeyond Rs.1 crore subject to a maximum ofRs. 1 crore

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 20 of 130

The earnest money shall be rounded to the nearest Rs.10. This earnest money shall beapplicable for all modes of tendering.

17.2 It shall be understood that the tender documents have been sold/issued to the tendererand the tenderer is permitted to tender in consideration of stipulation on his part, that aftersubmitting his tender he will not resile from his offer or modify the terms and conditionsthereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe orcomply with the said stipulation, the aforesaid amount shall be liable to be forfeited to theRailway.

17.3 If his tender is accepted this earnest money mentioned in sub clause (a) above will beretained as part security for the due and faithful fulfillment of the contract in terms ofClause 16 of the General Conditions of Contract. The Earnest Money of other Tenderersshall, save as herein before provided, be returned to them, but the Railway shall not beresponsible for any loss or depreciation that may happen thereto while in theirpossession, nor be liable to pay interest thereon.

17.4 The Earnest Money should be in cash or in any of the following forms :

“The Earnest Money should be in cash or in the form of deposit receipts, pay orders ordemand drafts executed by State Bank of India or any of the Nationalized Banks or by aScheduled Bank.”

Earnest money may be accepted in the following forms :

(i) A deposit in cash(ii) Government securities at 5% below the market value(iii) Deposit receipts or demand drafts of the Nationalized Bank(iv) A deposit in the Post Office Saving Bank(v) National Savings Certificates(vi) Twelve Year National Defence Certificates(vii) Ten Year Defence Deposits(viii) National Defence Bonds(ix) National Savings Certificates,(x) Time Deposit Account which came into force on 16.03.1970 and notified under

Ministry of Finance, Notification No.F3 (7) NS/70, dated 28.02.70(xi) IRFC Bonds

NOTE : (VI) TO (VIII) - THESE CERTIFICATES/BONDS MAY BE ACCEPTED AT THEIRSURRENDER VALUE.

17.5 The EMD amount to be deposited along with the tender form should be in favour ofSr.DFM, South western railway, Hubli payable at Hubli. In case FDR issued is in favour oftenderer in whose name “tender document “ is issued; the FDR may have to be pledgedin favour of Sr.DFM, South western railway, Hubli Tenderer (Account holder) name has tobe specified in the EMD instrument. EMD in the form of Bank Guarantee is not acceptableand tender document submitted along with Bank Guarantee as EMD will be treated asinvalid tender. Offers received without valid EMD shall be summarily rejected.

18.0 Refund of EMD

18.1 If the tenderer/tenderers deliberately gives wrong information in his/their tender or createcircumstances for the acceptance of his/their tender the Railway reserves the right to rejectsuch tender at any stage. The entire EMD with railway will be forfeited. In addition, actionwill be taken to suspend the business with the tenderer for a period of one year.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 21 of 130

18.2 Unreleased EMD if any, held with the Railway Administration, shall not be adjusted towardsthe EMD to be remitted for the present tender.

18.3 EMD of those tenderers will be forfeited who resile from their offers within the validity periodof the tender.

19.0 Tender Opening

19.1 Tenderer’s representatives are advised to bring authorization letter from the tenderer/firmfor attending tender opening, without which she/he will not be allowed to attend the tenderopening.

19.2 Only one representative/tenderer is permitted to attend the tender opening irrespective ofnumber of tender documents submitted on a particular day of opening.

19.3 Tenderer/Representatives are requested to attend the tender opening in time and also tokeep their cell phone switched off while attending.

19.4 Tenderer/representative are not permitted to enter the premises after the prescribed time foropening of tender. (i.e., between 11.00 hrs to 11.30 hours).

19.5 An individual/Proprietor/Partnership Firm/Limited Company can submit only one offer eitherin his/their Individual capacity or as a Proprietor or as a partner of Partnership Firm/JV Firmor as a Director of any Limited Company, etc. In case of more than one offer received andany person is also a Proprietor/partner of Partnership Firm/JV or Director of a LimitedCompany/subsidiary company which also participated in the same tender, all such offersshall be considered as “Invalid”.

20.0 Sequence of opening Tender document.

20.1 Single packet tender shall be opened on the date and time of opening as mentioned in thetender. In case of two packet tender, only the “ packet 1 – TECHNICAL BID” of the tenderdocument i.e. will be opened on the date of opening of tender.However, the “ Packet 2 –PRICE BID” will be kept intact and will not be opened.

20.2 The Packet – 2 i.e. “ PRICE BID “ of the Tenderers who gets qualified as a result ofconsideration of Packet -1 of the tender document i.e. “ TECHNICAL BID” will be opened inthe Office of the Divisional Railway Manager, South Western Railway , Hubli at the date andtime which will be intimated to all short listed tenderers who can witness opening in theirpresence or through their authorized representatives.

20.3 The Packet – 2 i.e. “ PRICE BID “of the Tenderers who are not qualified as a result ofconsideration of Packet -1 of the tender document i.e. “ TECHNICAL BID”, will not beopened and the same will be returned un opened.

20.4 The eligible L-1 tenderer resiles/ with draws his tender after opening of the tender in case ofsingle packet system/ after opening of price bid in case of two packet system, such tenderershall be barred from participation in the tender for this work, if the tender gets dischargeddue to his / her resiling from the offer, apart from forfeiting of his/ her EMD.

21.0 IMPORTANT:

Tenderers are advised to submit their offer as explained above. The offer becomes invalidand shall be summarily rejected if

21.1 The Technical bid and Price Bid are submitted separately, not kept in two separateenvelopes enclosed in a single cover.

21.2 The Technical Bid and the Price Bid are mixed in a single envelope such that at thetime of opening of Technical Bid, the Price Bid also gets opened.

21.3 The Technical Bid cover does not contain documents as listed in para 13.8 above insupport of technical and financial eligibility criteria both, test report of ballast andother items as applicable, document in support of formation and working instructions, etc.of the firm, document in support of Authorised Signatory, etc

21.4 The Technical Bid cover does not contain the cost of tender form (if tender form isdownloaded from website) and Earnest Money Deposit in prescribed format.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 22 of 130

21.5 If the tender is not accompanied by any of the documents mentioned in 13.8 and 14.1above.

21.6 Tenderers are required to submit the documents listed at para 13.8 and 14.1 above, alongwith the tender irrespective of the fact whether it is two packet system or single packetsystem. In case of single packet system, the Technical Bid and Financial Bid shall besubmitted together in a single cover along with required documents.

21.7 If the tenderer’s firm is dissolved on account of death, retirement of any partners or for anyreason whatsoever, before fully completing the whole work or any part of it, undertaken bythe principal agreement, the surviving partners shall remain jointly/ severally and personallyliable to complete the whole work to the satisfaction of the Railway and to paycompensation for loss sustained, if any by the Railway due to such dissolution. The amountof such compensation shall be decided by the administration and this shall be final andbinding on the contractor.

21.8 The cancellation of any document such as power of attorney, partnership deed etc., shallforthwith be communicated to the Railway in writing, failing which the Railway shall have noresponsibility or liability for any action taken on the strength of the said documents.

22.0 ELIGIBILITY CRITERIA FOR WORKS COSTING ABOVE Rs.50.00 LAKHS

Tenderers should satisfy the following Eligibility Criteria-

22.1Should have physicallycompleted within qualifyingperiod i.e., the last threefinancial years and currentfinancial year

At least one similar nature of work for a minimumvalue of 35% of the Advertised tender value. Theexperience certificate is to be attached to theTender document as per Performa enclosed.

22.2 Total contract amount receivedduring the last 3 financial yearsand in the current financialyear.

Should be a minimum of 150% of the Advertisedtender value. The certificate from theemployer/client or audited balance sheet dulycertified by the Chartered Accountant or certificateissued by charted Accountant indicating explicitlycontract receipts details of various organisations (Name of organisation, Agreement wise receiptsetc)during qualifying period etc., is to be enclosedalong with the tender documents.

23.0 SIMILAR NATURE OF WORK FOR SUBJECT TENDER-

23.1 For the item in the Tender Notice, the following are considered as similar works for thepurpose of eligibility criteria at 22.1 above-

23.2Sl. No Name of the Work Similar nature of Work Considered

1

Hubli Division-Construction of HolidayHome for All IndianRailways at Madgaon –14Suits for Officers & 25Rooms for Staff, in separatetwo G + 1 Buildings each.

Construction of buildings andThe tenderer should either possess valid electricalclass-I license issued by electrical inspectorate orshould have the tie up for electrical work withagency possessing valid electrical class-I license.The proof of Class-I license/tie up for subject workshould be enclosed along with the offer.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 23 of 130

In support of eligibility condition No.22.2, the tenderer shall submit; A). Copy of certificate from the employer / client orB). Audited balance sheet certified by the Chartered Accountant orC). Certificate issued by charted Accountant indicating explicitly contract receipts details

from various organisations (name of organisation, Agreement wise receipts etc)duringqualifying period.

23.3 The contractual amount shown in the balance sheets/ certificates for the years prior tothree years apart from current year will not be taken into account while calculating totalcontract amounts received by the tenderer.

23.4 The certificate to satisfy similar work covered in para 22.1 should be signed by anofficer not lower than JAG officer in Railways and Executive Engineer rank equivalentgrade in other department of Govt. of India/State Government/ PSUs/Government ofIndia / State undertaking. Tenderer shall enclose certificate copies along with the tender.

23.5 Railways reserve the right to verify seek clarification from authority / professional who hasissued certificate towards technical / financial eligibility of the tenderer.

24.0 NOTES:

24.1 For evaluating tenderer's eligibility with regard to his financial capability, the Railways willexamine the overall financial soundness of the tenderers based upon the volume ofwork handled, turnover, balance sheet, IT returns etc., Hence tenderers shall submitrelevant details of previous work done, turnover, balance sheet etc., to evaluate thefinancial soundness of the tenderer.

24.2 For evaluating tenderer's eligibility with regard to work experience, he shall furnishrelevant certificates and details of the physically completed work. The total value of similarnature of works completed during the qualifying period, in terms of the final bill amount,and not the payments received within qualifying period alone, will be considered. Incase, the final bill of similar nature of work has not been passed and final measurementshave not been recorded, the paid amount including statutory deduction is to be considered.If final measurements have been recorded and work has been completed with negativevariation, then also the paid amount including statutory deduction is to be considered.However, if final measurements have been recorded and work has been completed, withpositive variation but variation has not been sanctioned, original agreement value or lastsanctioned agreement value whichever is lower should be considered for judging eligibility.

24.3 For work costing less than Rs.50.00 lakhs, tenderer should be financially sound andcapable of carrying out such works.

24.4 Even if the tender(s) is/are working contractor(s) of any division / constructionorganization also and if he/they do not enclose the required certificates his/their offer willnot be considered.

24.5 Work experience certificate issued by Central Govt./State Govt/Semi Govt. Organisations/Authorities, PSU's Govt. Of India/State Govt. shall only be considered. Certificates issuedfrom Private Individual/private firms will not be considered.

24.6 Certificates issued to tenderer as sub-contractor for subletted works by any organisation(Govt/Pvt. Organisation) will not be considered.

25.0 Nature of Ownership25.1 In case of Proprietary firm/ Concern

An affidavit declaring that his/ her concern is Proprietary concern and he/she is the SoleProprietor of the concern or a certificate issued by Chartered Accountant/ Registrar offirms stating that his/ her concern/ firm is sole proprietary concern/ firm or any otherdocument to establish that his/ her concern/ firm is sole proprietary firm/ concern.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 24 of 130

25.2 In case of Partnership Firm:-a) A copy of current Partnership deedb) Copy of registration Certificate for the current partnership deed in the prescribed form

issued by the registrar of firms for the charges in the construction of the partnershipdeed if any.

c) Original Special Power of Attorney (duly registered/ notarized as per prevailing law) byall partners of the partnership firm in favour of any Partner for signing the tenderdocument, signing the agreement/ rider agreement(s), witness measurement books,signing the measurement book, correspondence, receiving payments, settlement,compromise, signing of no objection certificate and referring the disputes/ claims toArbitration etc, on behalf of the Partnership firm, if said Partner is not authorized as perthe partnership deed terms and conditions.

d) Partnership deed should clearly indicate the share of interest of each individual partnerin the partnership firm.

e) In case the partnership firm claims the credentials of one of its partners for fulfilment oftechnical eligibility criteria, partnership deed should clearly indicate the share of interestof each individual partner in the partnership firm.

f) In case of a partnership firm which submitted tender claiming the credentials/experience of a partner as a partner of another partnership firm(s)/ joint venture(s),either of the following document shall be submitted along with the tender without fail.

The copies of those partnership/ joint venture deeds covering the period from the date ofcommencement to the date of completion of the work for which credential/ experiencecertificate is submitted, as the case may be mentioning the share of the partner/ firmshould be submitted along the tender.

OrThe copies of the experience certificate issued to the partner/ partnership firm mentioningshare of interest in that partner/ firm.If these documents are not submitted along with tender, then the credentials/ experienceas claimed by that partner shall not be considered.

25.3 In case of Limited Companya) Copy of Memorandum of Association and articles of Association of the company.b) Copy of incorporation certificate of the companyc) Copy of certificate issued by Registrar of Companies in regard of change of name, if

any.d) Copy of Power of Attorney/ Special Power of Attorney (duly registered as per

prevailing law) in favour of authorized person of the company for signing the tenderdocument on behalf of the company in original and Board of directors resolution of thecompany duly certified by company Secretary/ Auditor/ Competent Authority in regardto authorization given to Director/ Managing Director etc to issue Power of Attorney onbehalf of the company.

e) Copy of complete documents establishing the Merger/ Demerger/ Conversion/ takingover/ acquisition/ sale etc with a Limited company/ Partnership firm/ Proprietor etctogether with the documents establishing the transfer of assets/ liabilities/ credentialsto the transferee company from the transferor company if applicable.

f) In case, the limited company which submitted tender, claims the credentials/experience as a partner/ member of another joint venture(s)/ limited company, eitherof the following documents shall be submitted along with the tender without fail.The copies of those partnership/ joint venture(s) deeds covering the period from thedate of commencement to the date of completion of the work for which credential/experience certificate is submitted, as the case may be, mentioning the share of thelimited company should be submitted along with tender.

Or

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 25 of 130

The copies of the experience certificated issued to the limited company mentioning theshare of interest in that partnership/ joint venture(s) deeds.If these documents are not submitted along with tender, then the credentials/experience as claimed by the limited company shall not be considered.

25.4 In case of Joint Venture Firms:-

a) Copy of Memorandum of understanding of joint venture firm (joint venture agreement)as per the format in Annexure –III on a non – judicial stamp paper of appropriate valueas per the stamp duty act.

b) In case of partnership firm as partner of JV, then the consent of all partners of thepartnership firm to enter into the joint venture agreement on a stamp paper of anappropriate value in original. In case of limited companies, copy of Board of directorsresolution of the company duly certified by company Secretary/ Auditor/ CompetentAuthority consenting agreeing for entering into joint venture agreement.

c) Power of Attorney (duly registered/ notarized as per prevailing law) in favour of anyPartner/ partnership firm (partner of jv) or authorized signatory in case of limitedcompany (partner of jv) for signing the tender document, signing the agreement/ rideragreement(s), witness measurement books, signing the measurement book,correspondence, receiving payments, settlement, compromise, signing of no objectioncertificate and referring the disputes/ claims to Arbitration etc, on behalf of the jointventure , if the same is not covered by the JV agreement terms and conditions.

d) In case of members belonging to sole proprietary concern/ firm partnership firms/limited companies, additional documents, as applicable for those entities and asindicated in the tender document, should also be furnished.In case, a JV firm of a JV which submitted tender, claims the credentials/ experience oany member of the jv as a partner/ member of another Partnership firm(s)/ jointventure(s) / limited company, either of the following document shall be submitted alongwith the tender without fail.

Copies of those partnership/ joint venture(s) deeds covering the period from the dateof commencement to the date of completion of the work for which credential/experience certificate is submitted, as the case may be, mentioning the share of thesaid member in the JV/ Partnership should be submitted along with tender.

OrThe copies of the experience certificate issued for the said member, the JV firmmentioning the share of interest in that partnership/ joint venture(s) deeds.If these documents are not submitted along with tender, then the credentials/experience as claimed by the limited company shall not be considered.

25.5 In case of HUF/ Society or any other type organization/ firm, documents in support ofregistration, formation, working instructions of the organization and POA in favour ofauthorized signatory etc., has to be submitted along with the offer.

25.6 Test report of ballast and other items as applicable.25.7 Any other document considered necessary fort evaluation of the offer.25.8 The decision of the Railway regarding corrections/suitability of the certificates is final and

the tenderer shall not have any claim whatsoever in this regard.

26.0 Partnership firm: Instructions for submitting tenders by partnership firms

26.1 The Partnership Firms participating in the tender should be legally valid under theprovisions of Indian Partnership Act. The partnership Firm should submit the documents asapplicable and as stated in tender document without fail.

26.2 Partnership firms are eligible to quote tenders of any value.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 26 of 130

26.3 The partnership firm should have been in existence or should have been formed prior tosubmission of tender. Partnership firm should have been registered with the competentregistrar of the firms as per Indian Partnership Act prior to date of tender opening. Anychange in the formation/character of the firm subsequent to the opening of the tender shallnormally not be considered by the Railway. If any partner/s withdraw from the firm afteropening of the tender and the remaining partners do not meet the eligibility criteria orqualifying requirements, the offer shall be rejected and it shall be treated as resiling fromthe offer and EMD shall be forfeited.. Addition of any new partner to the firm after openingof tender but prior to award of contract shall not qualify for eligibility either individually or inproportion to his share in the firm.

26.4 On award of the work to the partnership firm, constitution of the partnership firm shall notbe modified/altered for this specific work during currency of contract including extendedperiod if any.

26.5 Separate identity/name should be given to the partnership firm. The valid constituents ofthe firm shall be called partners.

26.6 A Partner of the firm shall not be permitted to participate either in his individual capacity oras a partner of any other firm in the same tender.

26.7 The tender form shall be purchased and submitted only in the name of partnership firm andnot in the name of any constituent partner.

26.8 One or more of the partners of the firm shall be on behalf of the firm, be authorized by allthe partners to act on behalf of the firm through a “Power of Attorney” specificallyauthorizing him/them to submit & sign the tender, sign the agreement, receive payment,witness measurements, sign measurement books, make correspondences, compromise,settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate”, refer all orany dispute to Arbitration and to take similar such action in respect of the saidtender/contract in case such authorisation is not informed in the partnership deed. In caseof partnership firm with foreign partner(s), the authorized partner has to be an Indian. Allthe notices/correspondences, with respect to the contract shall be sent only to authorizedmember or on the name of partnership firm.

26.9 The EMD shall be submitted only in the name of Partnership Firm. The EMD submitted inthe name of any individual partner shall not be considered.

26.10 A copy of current partnership deed (latest amended) shall be submitted along with thetender. No deed will be accepted after submission of the tender. Once the tender has beensubmitted, the constitution of firm shall normally not be allowed to bemodified/altered/terminated during the validity of the tender as well as the currency of thecontract except when modification becomes inevitable due to succession laws etc., inwhich case prior permission should be taken from Railway and in any case the minimumeligibility criteria should not get vitiated. The reconstitution of firm in such cases should befollowed by a registered reconstituted Deed. The approval for change of constitution of thefirm, in any case, shall be at the sole discretion of the Railways and the tenderer shall haveno claims what so ever.

26.11 The share of equity of partners should be clearly mentioned in the partnership deed alongwith share of profit and loss.

26.12 On award of the contract to the partnership firm, a single performance guarantee shall besubmitted by the firm as per tender conditions. All the guarantee like Performanceguarantee, guarantee for Mobilization advance, Plant & Machineries advance shall be

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 27 of 130

submitted only in the name of the partnership firm and no splitting of guarantees among thepartners shall be acceptable

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

26.14 The partnership firm shall be bound by following clauses :-

a) Joint and several liabilities:- The Partners of the firm to which the contract is awarded, shallbe jointly and severally liable to the Railway for execution of the contract in accordancewith general and special conditions of the contract. The partners shall also be liable jointlyand severally for the loss, damages caused to the Railway during the course of executionof the contract or due to non-execution of the contract or part thereof.

b) Duration of the partnership deed and partnership firm agreement:- On award of the work tothe partnership firm, constitution of the partnership firm shall not be modified/altered for thisspecific work during currency of contract including extended period if any.

c) Governing Laws - The partnership firm agreement shall in all respect be governed by andinterpreted in accordance with the Indian Laws

d) No partner of the firm shall have the right to assign or transfer the interest right or liability inthe contract without the written consent of the other partner and that of the Railway inrespect of the tender/contract

26.15 The partnership firm and none of the partners should not have been black listed ordebarred by Railways or any other ministry/department of the Govt. of India/any StateGovt. from participation in tenders/contract in the past either in their individual capacity or inany firm in which they were partners earlier. Concealment/ wrong information in regard toabove shall make the contract liable for determination under clause 62 of GeneralConditions of Contract.

27.0 Evaluation of eligibility of a partnership firm

Technical and financial eligibility of the firm shall be adjudged based on satisfactoryfulfilment of the following conditions.

i) Technical eligibility criteria :

a)The partnership firm shall satisfy the full requirement of the criteria in its own name andstyle (defined in relevant para of tender document).

ORb) Any one of the partners of the firm, having minimum share of 50% in the partnership firmshall satisfy the full requirement of the criteria.

Notes:-

1. In case of individual type of work (with any one of the distinct components of workssuch as Civil Engineering work or S&T work, or Electrical work or OHE work), thecriteria shall be satisfied as above.

2. Value of completed work done by a partner in the partnership firm in his earliercapacity as individual /partnership firm/JV firm etc. shall be reckoned only to the extentof the concerned partner’s share in that firm.

ii.) Financial eligibility criteria:- The Tenderer shall satisfy either of the following criteria:-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 28 of 130

(a) The partnership firm shall satisfy the full requirement of the financial eligibility criteria (as defined in relevant paras of special tender conditions and instructions for tenderers”) inits own name and style.

OR

b) The arithmetic sum of the contractual payments received by all the partners of thepartnership firm shall satisfy the full requirements of the criteria.

Note:The contractual payments received by a partner in his earlier capacity as individual/partnership firm /JV firm etc. shall be reckoned only to the extent of the concernedpartner’s share in that firm.

28.0 JOINT VENTURES: INSTRUCTIONS FOR SUBMITTING TENDERS BY J.V FIRMS

28.1 “Joint Venture Firm” shall be applicable to the work tender of value more than Rs.10.00crores (Rupees Ten Crores ).

28.2 Separate identity/name shall be given to the Joint Venture firm offering this tender. `

28.3 Number of partners in a JV firm shall not be more than three, if the work involves only onedepartment (say Civil or S&T or Electrical) and shall not be more than five, if the workinvolves more than one department.

28.4 A member or partner of JV firm shall not be permitted to participate either in his individualcapacity or as a member of any other JV firm in the same tender.

28.5 The tender form shall be purchased and submitted only in the name of the JV firm and notin the name of any constituent member.

28.6 Normally EMD shall be submitted only in the name of the JV firm and not in the name ofconstituent member. However, in exceptional cases EMD in the name of lead member canbe accepted subject to submission of specific request letter from lead member stating thereasons for not submitting the EMD in the name of JV firm and giving written confirmationfrom all the JV members to the effect that the EMD submitted by the lead member may bedeemed as EMD submitted by JV firm.

28.7 One of the members of the JV Firm shall be its Lead Member who shall have a majority (atleast 51%) share of interest in the JV Firm. The other members shall have a share of notless than 20% each in case of JV Firms with upto three members and not less than 10%each in case of JV Firms with more than three members. In case of JV Firm with foreignmember(s), the Lead Member has to be an Indian Firm with a minimum share of 51%.

28.8 A copy of Memorandum of Understanding (MOU) executed by the JV members shall besubmitted by the JV Firm along with the tender. The complete details of the members of theJV Firm, their share and responsibility in the JV Firm etc., particularly with reference tofinancial, technical and other obligations shall be furnished in the MOU. (The MOU formatfor this purpose shall be finalised by the Railway in consultation with theri law bvranch andshall be enclosed in the tender. (Annexure-III in)

28.9 Once the tender is submitted, the MOU shall not be modified / altered / terminated duringthe validity of the tender. In case the tenderer fail to observe / comply with this stipulation,the full Earnest Money Deposit (EMD) shall be liable to be forfeited.

28.10 Approval for change of constitution of JV Firm shall be at the sole discretion of theEmployer (Railways). The constitution of the JV Firm shall not be allowed to be modified

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 29 of 130

after submission of the tender bid by the JV Firm, except when modification becomesinevitable due to succession laws etc., and in any case the minimum eligibility criteriashould not get vitiated. However, the Lead Member shall continue to be the Lead Memberof the JV Firm. Failure to observe this requirement would render the offer invalid.

28.11 Similarly, after the contract is awarded, the constitution of JV Firm shall not be allowed tobe altered during the currency of contract except when modification becomes inevitabledue to succession laws etc., and in any case the minimum eligibility criteria should not getvitiated. Failure to observe this stipulation shall be deemed to be breach of contract with allconsequential penal action as per contract conditions.

28.12 On award of contract to a JV Firm, a single Performance Guarantee shall be submitted bythe JV Firm as per tender conditions. All the Guarantees like Performance Guarantee,Bank Guarantee for Mobilisation Advance, Machinery Advance etc., shall be accepted onlyin the name of the JV Firm and no splitting of guarantees amongst the members of the JVFirm shall be permitted.

28.13 On issue of LOA (Letter of Acceptance), an agreement among the members of the JV Firm(to whom the work has been awarded) shall be executed and got registered before theRegistrar of the Companies under Companies Act or before the Registrar / Sub-Registrarunder the Registration Act, 1908. This JV Agreement shall be submitted by the JV Firm tothe Railways before signing the contract agreement for the work. In case tenderer fails toobserve / comply with this stipulation the full Earnest Money Deposit (EMD) shall beforfeited and other penal actions due shall be taken against partners of the JV and the JV.This Joint Venture Agreement shall have, inter-alia, following Clauses :

a) Joint And Several Liability : Members of the JV Firm to which the contract is awarded, shallbe jointly and severally liable to the Employer (Railways) for execution of the project inaccordance with General and Special Conditions of Contract. The JV members shall alsobe liable jointly and severally for the loss damage caused to the Railways during the courseof execution of contract or due to non-execution of the contract or part thereof.

b) Duration of the Joint Venture Agreement : The JV agreement shall be valid during theentire currency of the contract including the period of extension, if any, and themaintenance period after the work is completed as contemplated in the conditions of thecontract. It is the sole responsibility of the JV firm and the Lead Partner to ensure theabove requirement and failure to extend the validity by the JV firm or Lead Partner shall bedeemed to be breach of contract on the part of JV firm and the joint and several liability ofthe partners and members of the JV firm shall continue to be valid till the extensions andthe maintenance period of the contract is over..

c) Governing Laws : The Joint Venture Agreement shall in all respect be governed by andinterpreted in accordance with Indian laws.

28.14 Authorized Member : Joint Venture members shall authorize one of the members on behalfof the JV firm to deal with the tender, sign the agreement or enter into contract in respectof the said tender, to receive payment, to witness joint measurement of work done, to signmeasurement books and similar such action in respect of the said tender/contract. Allnotices/correspondences with respect to the contract would l be sent only to this authorizedmember of the of the JV firm.

28.15 No member of the Joint Venture Firm shall have the right to assign or transfer the interestright or liability in the contract without the written consent of the other members and that ofthe employer (Railways) in respect of the said tender / contract.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 30 of 130

28.16 Documents to be enclosed by the JV Firm along with the tender :

a. JV Firm should submit the documents along with tender as per the list as mentioned intender document.

b. In case of one or more members is/are Proprietary Firm or HUF, the followingdocuments shall be enclosed:-Affidavit on Stamp Paper of appropriate value declaring that his / her concern is aProprietary Concern and he / she is sole proprietor of the concern or he/she is inposition of “KARTA” of Hindu Undivided Family (HUF) and he / she has the authority,power and consent given by other partners to act on behalf of HUF.

28.17 All the members of the JV shall certify that they are not blacklisted or debarred by Railwaysor any other Ministry/Department of the Govt. of India/State Govt. from participation intenders/contract on the date of opening of bids either in their individual capacity or the JVfirm or Partnership firm in which they were/are members/partners.

28.18 If the JV is dissolved on account of death, retirement of any partner or for any reason whatso ever, before fully completing the whole work or any part of it, undertaken by the contractagreement, the survived partners shall remain jointly, severally and personally liable tocomplete the whole work to the satisfaction of the Railway and to pay compensation forloss sustained if any by the Railway due to such dissolution. The amount of compensationshall be decided by the Railway and this shall be final and binding on the contractor.

29.0 CREDENTIALS AND QUALIFYING CRITERIA:-

Technical and financial eligibility of the JV firm shall be adjudged based on satisfactoryfulfilment of the following criteria:-

29.1 Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder) :-

(a) Either the JV firm or lead member of the JV firm must have satisfactorily completedin the last three previous financial years and the current financial year up to thedate of opening of the tender, one similar single work for a minimum of 35% ofadvertised value of the tender

ORb) (i) In case of composite works (e.g. works involving more than one distinct component,

such as Civil Engineering works, S&T works, Electrical works, OHE work etc., andin the case of major bridges – substructure, superstructure etc.,) for eachcomponent, at least 35% of the value of any of such components individually forsingle similar nature of work should have been satisfactorily completed by the JVFirm or by any member of the JV Firm in the previous three financial years and thecurrent financial year upto the date of opening of tender. The member satisfyingtechnical eligibility criteria for the largest component of the work shall be the leadmember and that member shall have a majority (at least 51%) share of interest inthe JV firm.

ii) In such case, what constitutes a component in a composite work shall be clearlypre-defined with estimate tender cost of it, as part of the tender documents withoutany ambiguity. Any work or set of works shall be considered to be a separatecomponent, only when cost of the component is more than Rs.2.00 crore each.

iii) However, as long as the JV Firm or any member of the JV Firm meets with therequirements, in one or more components of the work, and has completed aminimum of 35% of the advertised value of the tender for the same value of the

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 31 of 130

component, and resultantly, all the members of the JV collectively, then meet theprescribed technical eligibility criteria, the JV shall stand technically qualified.

Note : Value of a completed work done by a Member in an earlier JV Firm shall bereckoned only to the extent of the concerned member’s share in that JV Firm for thepurpose of satisfying his / her compliance to the above mentioned technicaleligibility criteria in the tender under consideration.

29.2 Financial Eligibility Criteria:-

The contractual payments received by the JV Firm or the arithmetic sum of contractualpayments received by all the members of JV Firm in the previous three financial years andthe current financial year upto the date of opening of tender shall be at least 150% of theestimated value of the work as mentioned in the tender.

Note : Contractual payment received by a Member in an earlier JV Firm shall be reckonedonly to the extent of the concerned member’s share in that JV Firm for the purpose ofsatisfying compliance of the above mentioned financial eligibility criteria in tender underconsideration.

29.3 In case of Proprietary concern/HUF/Consortium/MOU, the above conditions ofJV/Partnership firm shall be applicable suitably.

29.4 In case of Proprietary concern, an affidavit on a stamp paper of appropriate valuationdeclaring that his concern is a proprietary concern and he is the sole proprietor of theconcern, shall be produced with the tender documents or Whether an Affidavit declaringthat his/her concern is a Sole Proprietary concern and he/she is the Sole Proprietor of theConcern or a certificate issued by charted accountant / registrar of firms stating that his /her concern / firm is sole proprietary concern / firm or any other document to establish thathis / her concern / firm is sole proprietary firm / concern.

29.5 Non-compliance with any of the conditions set forth hereinabove is liable to result in thetender being rejected.

........................................Signature of the Tenderer(s)

Place: Name:

Date: Address:

Signature and addresses of the witnesses to the signature of the Tenderer (s) :1.2.

Look for more details in www.swr.indianrailways.gov.in

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 32 of 130

Name of work : Hubli Division- Construction of Holiday Home for All Indian Railways at Madgaon –14 Suits for Officers & 25 Rooms for Staff in separate two G + 1 Buildings each.

Tender Notice 22 /DRM/W/UBL/2014/OT DATED 20.10.2014.

The following documents are to be submitted/enclosed along with Packet – I (Technical Bid) asper the Check List given below and the documents furnished be in the same order:

CHECK LIST FOR THE TENDER BID

WhethersubmittedSl.

No. Description of the documentYes No

1 For Single packet system &“Packet I-Technical bid document”i Top Sheet Page No. 2ii Salient features of tender document Page no.3iii Tender Notice Page No. 4iv Instructions to tenderers regarding tender forms Downloaded from

internet Pg. 13-14v Special Conditions of Contract Page No. 34-54vi Additional Special condition for bridges Pg. 53- 54vii Any other Special Conditions and remaining pages of tender

document including schedule.2 Whether the cost of tender form is enclosed

( indicate the mode of cost enclosed )3 Whether Earnest Money is deposited ( indicate the mode of

deposit)4 Whether copies of certificates in support of having executed single

similar nature of work prescribed in the tender for the last 3 yearsenclosed ( if so, indicate the period & folio Nos)

5 Whether copies of certificates in support of the receipt ofcontractual payments obtained from employer/clients and auditedbalance sheet duly certified by CA as prescribed in the tender forthe last 3 years enclosed (if so, indicate the period & folio Nos)

6 In case of tender submitted by individual or non-individual entity,whether legal documents about formation, working instructions etc.such as copy of latest amended Registered Partnership Deed /copy of JV MoU in prescribed format / certificate of incorporationand Memorandum and Articles of Association, in case of LimitedCompany etc. has been submitted or not.

6.1 In case of Proprietary Concern:Whether an Affidavit declaring that his/her concern is a SoleProprietary concern and he/she is the Sole Proprietor of theConcern or a certificate issued by charted accountant / registrar offirms stating that his / her concern / firm is sole proprietary concern/ firm or any other document to establish that his / her concern / firmis sole proprietary concern / firm has been submitted.

6.2 In case of Partnership Firm: whether the following documentssubmitted or not:-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 33 of 130

(i) Copy of current Partnership Deed(ii)Copy of Registration Certificate issued by Registrar of Firms insupport of current partnership deed.(iii)Notarised/Attested copies of change in constitution of the Firmamendments to partnership Firm/Deed, if any along with copies ofacknowledgement(s) issued by Registrar of Firms for these changein constitution/ amendments as required under Partnership Act,1932.

(iv)Partnership Deed should clearly indicate the share of interest ofeach individual partner in the partnership Firm.(iv) Copy of special Power of Attorney (duly registered / notorisedas per prevailing law) issued by all partners of the Partnership Firmin favour of any Partner/s for signing tender document etc. if suchauthorisation is not incorporated in partnership deed.(v)In case a Partnership Firm which submitted tender claiming thecredentials /experience of a partner as a partner of anotherPartnership Firm(s)/Joint Venture (s), the copies of thosePartnership/Joint Venture(s) Deeds, as the case may be, besubmitted along with tender.

6.3 In case of Limited Companies: whether the following documentssubmitted or not

(i) Copy of Memorandum of Association and Articles of Associationof the Company.

(ii)Copy of incorporation certificate of the Company(iii)Copy of certificate issued by Registrar of Companies in regard ofchange of name, constitution etc. if any.(iv) Copy of Power of Attorney / Special Power of Attorney (dulyregistered / notarised as per prevailing law) in favour of AuthorisedPerson of the Company for signing the tender document on behalfof the company in Original, unless the same is covered in the articleof association.(v)Board of Directors resolution of the Company duly certified byCompany Secretary/Auditor/Competent Authority in regard toauthorization given to Director/Managing Director etc to issuePower of Attorney on behalf of the Company.(vi)Copy of complete documents establishing the Merger/De-merger/conversion/Taking over/ acquisition /Sale etc with a Limitedcompany/Partnership Firm/Proprietor etc together with thedocuments establishing the transfer of assets/liabilities /credentialsto the transferee company from the transferor company.(vii)In case, the limited Company, claims the credentials/experience as a partner/Member of another Joint Venture(s)/Limited Company, the copies of those Joint Venture (s) Deeds,as the case may be, should be submitted along with tender.

6.4 In case of Joint Venture: whether the following documentssubmitted or not

(i) Copy of the Memorandum of Understanding of Joint VentureFirm (Joint Venture Agreement)

(ii) Copy of Special Power of Attorney (duly registered/notorised asper prevailing law) issued by all partners of JV authorising theattorney to act on behalf of JV.

(iii)A. In case of Proprietary Firm /concern as a Partner of JV,

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 34 of 130

The documents indicated at para 6.1 above as applicable for soleproprietary firm / concern. (iii)B. In case of Partnership Firm as a Partner of JV,(a)All documents indicated at para 6.2 above as applicable forPartnership firms.(b)Consent of all partners of the Partnership Firm to enter into theJoint Venture Agreement on a stamp paper of an appropriate valuein original.(iii)C. In case of limited companies as a Partner of JV:-(a)All documents indicated at para 6.3 above as applicable forlimited companies.(b) Copy of Special Power of Attorney authorising the attorney ofthe Company to enter into JV on behalf of the company.(iv)In case, a partner/Member of a JV which submitted tender,claims the credentials /experience as a partner/Member of anotherPartnership Firm(s)/Joint Venture (s)/Limited Company, the copiesof those Partnership(s) /Joint Venture(s) Deeds, as the case maybe, should be submitted along with tender without fail.

7 Whether all the partners gave certification with regard to their beingnot blacklisted. ( If so indicate the page reference of tenderdocument)

8 Whether ballast test certificate has been enclosed for tendershaving ballast supply item. Details of test certificates enclosed maybe furnished.

9 Whether the tenderer / authorized persons of the firm signed thetender documents in all the pages.

10 Whether Statement of completed works in the qualifying period i.e.current financial year and upto opening of tender (last 3 financialyears) as per Proforma

11 Whether Statement of works on hand as per Proforma12 List of Earthwork machinery, tools, plant and staff to be deployed

on the work as per Proforma13 Any other required document.

The tenderers shall go through the contents of the tender notice and Technical booklet/tenderdocument carefully and ensure that all the relevant documents are filled and submitted along withthe tender in the order given above along with the technical bid (Packet-I). All pages of thetechnical booklet/tender document should be signed by the tenderer.

In case of Two packet system Price bid should be submitted in Packet 2. Packet 1 shall contain allother documents listed above. Both the packet shall be placed in one envelope and submitt

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 35 of 130

SPECIAL CONDITIONS OF CONTRACT

1.0 VARIATION IN QUANTITIES:

a) The drawings referred to in the list of plans, if any, are intended only to give a rough andgeneral idea of the location and rough details of work to be done. No claim whatsoever will beadmissible in respect of any alteration/addition/deletion/change in the type of works/change inlocations.

b) Variations in quantities during execution of works contractsThe procedure detailed below shall be adopted for dealing with variations in quantities duringexecution of works contracts:

1. Individual NS items in contracts shall be operated with variation of plus or minus 25% andpayment would be made as per the agreement rate. For this, no finance concurrence would berequired.

2. In case an increase in quantity of an individual item by more than 25% of the agreementquantity 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 thatitem may be operated in excess of 125% of the agreement quantity subject to the followingconditions:

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

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

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

iii. Variation in quantities of individual items beyond 150% will be prohibited and would bepermitted only in exceptional unavoidable circumstances with the concurrence of associatefinance 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 ofthe contract and not on the overall contract value.

c. Execution of quantities beyond 150% of the overall agreemental value should not be permittedand, if found necessary, should be only through fresh tenders or by negotiating with existingcontractor, with prior personal concurrence of FA&CAO/FA&CAO(C) and approval of GeneralManager.

3. 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 ClaimCertificate” from the contractor and with finance concurrence, giving detailed reasons for eachsuch decrease in the quantities.

c. It should be certified that the work proposed to be reduced will not be required in the samework.

4. (as against 25% prescribed for other items). A minor value item for this purpose is defined asan 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 SOR items are concerned, the limit of 25% would apply to the value of SOR scheduleas a whole and not on individual SOR items. However, in case of NS items, the limit of 25%

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 36 of 130

would apply on the individual items irrespective of the manner of quoting the rate (singlepercentage rate or individual item rate)

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

8. For tenders accepted by General Manager, variations upto 125% of the original agreementvalue may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Minister’ s, variations upto 110% of theoriginal agreement value may be accepted by General Manager.

10. The aspect of vitiation of tender with respect to variations in quantities should be checked andavoided. In case of vitiation of the tender (both for increase as well as decrease of value ofcontract agreement), sanction of the competent authority as per single tender should beobtained.

2.0 VITIATION CLAUSE:

Railway will exercise control over the aspect of vitiation of tender with respect to variation inquantities and take action as under:

In the event of vitiation occurring due to increase or decrease in quantities among the first,second and third lowest valid tenderers, the vitiation shall be to Contractors account. The totalvalue of the work done shall be calculated at the rate offered by those tenderers and the amountpayable shall be limited to the lowest aggregate value as worked out.

Vitiation amount shall be worked out for each and every on-account bill when the value ofthe work executed reaches 50% of the agreement value and the vitiated amount shall beadjusted at every stage.

3.0 SECURITY DEPOSIT AND PERFORMANCE GUARANTEE :

3.1 SECURITY DEPOSIT

The Earnest Money deposited by the contractor in this tender will be retained by the Railways aspart of the Security Deposit for the due and faithful fulfilment of the contract by the Contractor.The balance to make up the Security Deposit, the rates for which are given above, may bedeposited by the Contractor in cash or may be recovered by percentage deduction from theContractor's 'on account' bills. Provided also that in case of defaulting contractor the Railways mayretain any amount due for payment to the Contractor on the pending 'on account' bills so thatthe amounts so retained may not exceed 10% of the total value of the contract.

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

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

Deposit is recovered.c) Security Deposits will be recovered from the running bills of the contract and no other

mode of collecting SD such as SD in the form of instruments like BG, FD, etc., shall beaccepted towards Security Deposit.

d) For contracts of value Rs.50 crores and above, irrevocable Bank Guarantee can also beaccepted as a mode of obtaining security deposit.

e) After the work is physically completed, security deposit recovered from the running bills ofa contractor can be returned to him if he so desires, on submission of FDR/irrevocableBank Guarantee for equivalent amount. The validity of FDR/BG shall cover up to the period

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 37 of 130

of finalisation of agreements, maintenance period and performance of all contractualobligations envisaged in the contract.

Security Deposit will be returned to the contractor after the expiry of Maintenance Periodand after passing the final bill as certified by the Competent Authority. The CompetentAuthority shall normally be the authority that is competent to sign the contract and not lessthan a J.A Grade officer of the Railways. The certificate, inter alia, should mention that thework has been completed in all respects and that all the contractual obligations have beenfulfilled by the contractors and there is no due from the contractor to Railway against thecontract concerned. Further for releasing SD, an unconditional and unequivocal no claimcertificate shall be furnished by the contractor concerned.

3.3 No interest will be payable on the Earnest Money or Security Deposit or amounts held by theRailway / payable to the Contactor under the contract, but Government Security Deposit will bepayable with interest accrued thereon.

3.4 Security Deposit will be returned to the contractor after the expiry of Maintenance Period and afterpassing the final bill as certified by the Competent Authority. The Competent Authority shallnormally be the authority that is competent to sign the contract and not less than a J.A Gradeofficer of the Railways. The certificate, inter alia, should mention that the work has been completedin all respects and that all the contractual obligations have been fulfilled by the contractors andthere is no due from the contractor to Railway against the contract concerned. Further for releasingSD, an unconditional and unequivocal no claim certificate shall be furnished by the contractorconcerned.

4.0 PERFORMANCE GUARANTEE (P.G):

Procedure for obtaining performance guarantee is outlined below:

a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty)days from the date of issue of Letter Of Acceptance (LOA) Extension of time for submission ofPG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by theAuthority 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 thedate of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 daysfrom the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and otherdues, if any payable against that contract. The failed contractor shall be debarred fromparticipating in re-tender for that work.

b) The successful bidder shall submit the Performance Guarantee (PG) in any of the followingforms, 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 ofthe 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. Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 38 of 130

c) The Performance Guarantee shall be submitted by the successful bidder after the Letter OfAcceptance (LOA) has been issued, but before signing of the contract agreement. This P.Gshall be initially valid up to the stipulated date of completion plus 60 days beyond that. Incase the time for completion of work gets extended, the contractor shall get that validity ofP.G. extended to cover such extended time for completion of work plus 60 days.

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

e) The Performance Guarantee (PG) shall be released after physical completion of the workbased on ‘Completion Certificate’ issued by the competent authority stating that thecontractor has completed the work in all respects satisfactorily. The Security Deposit shall,however, be released only after expiry of the maintenance period and after passing the finalbill based on ‘No Claim Certificate’ from the contractor.

f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and thePerformance Guarantee shall be en-cashed. The balance work shall be got doneindependently without risk & cost of the failed contractor. The failed contractor shall bedebarred from participating in the tender for executing the balance work. If the failedcontractor is a JV or a Partnership firm, then every member / partner of such a firm shall bedebarred from participating in the tender for the balance work in his / her individualcapacity or as a partner of any other JV / partnership firm.

g) The engineer shall not make a claim under the Performance Guarantee except for amountsto which the President of India is entitled under the contract (not withstanding and / orwithout prejudice to any other provisions in the contract agreement) in the event of :

i. Failure by the contractor to extend the validity of the Performance Guarantee asdescribed herein above, in which even the Engineer may Claim the full amount ofthe Performance Guarantee.

ii. Failure by the contractor to pay President of India any amount due, either asagreed by the contractor or determined under any of the Clauses / Conditions ofthe Agreement, within 30 days of the service of Notice to this effect by Engineer.

iii. The Contract being determined or rescinded under provisions of the GCC, thePerformance Guarantee shall be forfeited in full and shall be absolutely at thedisposal of the President of India.

5.0 INCOME TAX :

Income tax will be deducted at 2% (two percent) and also surcharge if any at source from each billunless otherwise authorised by the Income-Tax department.

6.0 RECOVERY OF SALES TAX/OTHER TAXES/ROYALTY CHARGES ETC :

6.1 This tender falls under the category of Civil Works Contract and is like all other Works contractswhich attract specific percentage of Sales Tax under the concerned Act. Sales Tax on the Workscontracts, as applicable in terms of the concerned State Government Sales Tax Acts as amendedfrom time to time, shall be deducted from the running bills of contractors for payment to theState Government. The Railway Administration will give a certificate towards the tax deducted atsource from bills to enable the contractor to file Sales Tax Return before the concerned authorities.No refund of sales tax deducted at source will be made by the Railway. The Sales Tax elementsthat might have gone into the prices of various raw materials used by the contractor in the worksconcerned, distinctly different from the Sales Tax deducted as above, paid by the Contractor directlyor deducted at source from bills will also not be reimbursed by the Railway.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 39 of 130

6.2 Clause 55-C, Under the ‘Building and other Construction Workers (RECS) Act, 1996 and the Buildingand other Construction works Welfare Cess Act, 1996’ the tenderer for carrying out any constructionwork in Railways in the State of Karnataka/Andhra Pradesh/Tamil Nadu/ Goa must get themselvesregistered from the Registering Officer under Section 7 of the Building and Other ConstructionWorkers Act, 1996 and rules made there to by the State Govt. of Karnataka/Andhra Pradesh/TamilNadu/Goa and submit a certificate of registration issued by the Registering Officer of the StateGovernment (Labour Department). For enactment of the said Act, the Contractor shall be requiredto pay a cess at 1% of the cost of the construction work which shall be deducted from the runningbill of the Contractor for payment to the State Government. Only the cost of the material suppliedunder specific supply schedule items under the Contract will be outside the purview of this Cess.

6.3 The rate quoted by the tenderer should take into account the above taxes/Cess and any othertaxes, levies, tolls, fees, octroi, payable to State Government or any other department/localbodies/statutory bodies including the surcharge etc. Railway will not pay any such charges leviedupon tenderer and tenderer will only be paid at the rate accepted by the Railway administrationunder the Contract.

6.4 Tenderer should quote his/their rates taking into consideration the above complete and no claimswhatsoever made by the contractor shall be entertained. This clause is an Excepted Matter as perPara 63 of General Conditions of Contract and in case the Contractor resorts to claims and demandsarbitration, the same shall be excluded from arbitration at all stages.

6.5 RECOVERY OF ROYALTY CHARGES:-

6.5.1 Royalty charges/fee on supply of earth (contractor’s earth), ballast, moorum, and blanketing asfixed by the State Government and payable to them as revised from time to time during thecurrency of contract will be recovered by the Railway from the contractors, in “on account” and“final bills” and remitted to the State Government. The rates quoted by the tenderer shall beinclusive of these charges. Claims regarding revision of royalty charges and consequentenhancement of the accepted rate will not be entertained. However, no royalty charges/fee shallbe recovered from the bills of the contractor, if the contractor produces documentary evidence e.g.,transit pass issued by State Government Officials in token of having paid royalty fee, in such cases,the genuiness of such documentary evidence produced along with proof of payment of royaltycharges, shall be got verified by the Railway from concerned Mining and Geology Department.

6.5.2 A register shall be maintained by Sr.DEN/DEN concerned in which the entries should be maderegarding the documentary evidence i.e., Serial No. of “transit passes” issued by concernedauthority showing proof of payment of royalty charges, for each bill. Relevant entries shall also bemade on receipt of verified document from Mines & Geology department of State Governmentagainst the particular bill and “Transit pass”. The verified “Transit passes” shall be scored out withcross mark with an endorsement “Accounted against CC/Final Bill No.________ dated ______ forAgreement No.________________”. These passes shall be kept on record for subsequentverification till closure of the contract. The register should be page numbered and one pageallotted to one contract. The reference where the verified, “Transit pass” is filed, shall also bemade on the register.

7.0 INSPECTION AND MAINTENANCE OF SITE:

7.1 The Contractor before tendering shall inspect the site of work, examine the nature of soil to beexcavated, nature of work to be executed, check up the availability of working space and otherconstraints if any and also acquaint himself of the available access to the site of work and make dueprovision in the rate for all such contingencies.

7.2 The contractor shall make his own arrangement for site clearance, clearance of debris, jungle,bushes etc., without any extra payment. If any heavier materials like Railways sleepers etc., areto be shifted from the site of work, the same should be carried out by the contractor for which

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 40 of 130

separate payment will be made under relevant items of USSOR 2011 which is applicable.Contractor is also responsible to clear all construction debris, labour camps, surplus materialsfrom site of work without any extra payment as and when these are not required for the progress ofthe work.

8.0 SERVICE ROADS:

8.1 The Railway does not undertake to provide any service roads for the movement of thecontractor’s vehicles. The contractor can however make use of the service roads, where theyexist free of charge. However, the railway shall not undertake to maintain them and thecontractor shall maintain them at his own cost. In other places, the contractor should make hisown arrangements for the movement of the vehicles and no extra rate shall be paid for this. TheRailway reserves the right to make use of the roads formed and maintained by the contractor, asand when necessary, without any payment to the contractor. In the event of the contractorforming the service roads where Railway land is not available or cannot be given by the Railwayfor this purpose, it shall be clearly noted that the contractor shall make his own arrangements forobtaining the required land and the Railway shall not take any responsibility in this respect andshall not compensate the contractor in any way.

9.0 WATER AND ELECTRICITY FOR WORKS:

9.1 Water: The Contractor shall make his own arrangements within his quoted rates for necessary waterrequired for the performance of the contract.

9.2 Electricity: The Contractor shall make his own arrangements at his cost, for the supply of electricityfor the works. He shall arrange for source, transformer protection and approval from the concernedauthorities at his cost. If however Railway’s electricity is available in the vicinity and if the Contractorrequests the same to be provided due to compelling circumstances, the Railways at its sole discretionmay agree to provide the same as per extant policy and guide lines and rates of the Electricaldepartment of the Railways and the Contractors shall not have any claim whatsoever in this regard.

9.3 The Railway may supply to the Contractor in part or whole of the electric power wherever availableand possible, required for execution of works from the Railway’s existing electric supply systems at ornear the site of works on specified terms and conditions and such charges as shall be determined bythe Railway. The charges and advance payments as required by the Railways shall be paid by thecontractor to avail of the facility. The cost of arranging necessary connections to the Railways ElectricSupply systems, and laying of underground/overhead conductor, circuit protection, electric powermeters, transmission structure, shall be borne by the Contractor and that the Contractor shall not beentitled to any compensation for interruption or failure of the Electric supply system. Railways do notguarantee supply of electricity to any of the Contractor’s works/requirement.

10.0 PROGRAMME OF WORK :

10.1 A tentative programme chart and / or a list of mile stones prepared by Railways for the contract to beachieved based on the Railway’s needs will be attached along with Acceptance Letter. The contractorshall accept and return a copy of the programme chart to Railways within fifteen days of issue ofLOA. The contractor may modify the programme to suit his resources, however, without any changein milestones and submit a modified programme to the Railways duly signed by him within fifteendays of issue of LOA. This is however subject to a condition that such shifting or change shall notaffect the completion period of the contract in any manner whatsoever. The modified programme ofthe contractor shall not be conditional and will not affect the terms and conditions of the contract andif made conditional by the contractor, Railway reserves the right to reject the same and to treat suchconditions as breach of contract as agreed to in the contractor’s offer and in the LOA issued by theRailways. Railway reserves the right to accept or not the modified programme of the contractor.Contractor shall not have any claim whatsoever in this regard. Further programmes, as per the latestprogress of work, will be prepared on similar basis from time to time.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 41 of 130

10.2 If the confirmation of acceptance of programme as above is not received within fifteen days of issueof LOA, the contractor is liable to pay towards penalty upto Rs.50,000/- for delay in submission ofthe programme.

10.3 Non-acceptance of Railway Programme or submission of Modified Programme by the contractorwhich is not acceptable to the Railways, shall also tantamount to breach of contract by the contractorand the Railway shall be entitled to terminate the contract on account of the contractor’s defaultunder clause 62 of the General Conditions of Contract, for this lapse alone.

10.4 The Railway reserves the right of determining the contract at any stage of review of the progressunder 10.1 to 10.3 above, if the above agreed programme(s) are not adhered to within the marginof 10% of the provision in the programme in terms of shifting of individual milestones or the quantumof progress at any stage, as envisaged in Clause 62(1)(viii) of the General Conditions of Contractand the Performance Guarantee & Security Deposit will be forfeited without prejudice to otherremedies as contemplated under the Conditions of the Contract.

11.0 FIXING MILESTONES:

The concerned Engineer–in-charge of the work will fix appropriate milestone and monitor theprogress from time to time.

12.0 INCENTIVE BONUS PAYMENT FOR EARLY COMPLETION OF WORK: (For cases pertaining todoubling/traffic facility/throughput enhancement work or any other specified work)

12.1 Incentive Bonus is payable for early completion of the work in contracts where specifically providedin the detailed tender notice / tender conditions uploaded in website. The incentive bonus payableshall not be more than 1% of the initial contract value or revised contract value whichever is lessfor every one full month of early completion ahead of the original completion period or revisedcompletion period whichever is less.

12.2 The maximum incentive payable shall not be more than 6% of the original contract value orrevised contract value whichever is less. In case of contracts of value less than or equal to Rs.15crores and with time period of completion less than one year, only 50% of above Bonus paymentswill be paid.

12.3 This incentive scheme shall not apply if any extension is granted beyond the original completionperiod or any revised completion period whichever is less, irrespective of any reasons whatsoeverincluding FORCE MAJEURE conditions (i.e. irrespective of extension being given under Clause 17 or17A(i) or 17A(ii) or 17A(iii) or 17B).

12.4 Period less than a month will not be reckoned for the incentive bonus calculation.

12.5 No relaxation with regard to ‘holidays’, ‘no work days’ or ‘ non availability of line blocks’ or non-availability of materials to be supplied either by railway or by the contractor, loss of time due toFORCE MAJUEURE situations of any nature will be allowed for this purpose. Date of completionshall be reckoned as per the satisfactory date of completion of the work as certified by the ChiefEngineer, who shall decide the same based on the inspection notes of the Commissioner of RailwaySafety authorizing opening of the section or joint inspection notes between Open Line andConstruction departments or based on his own personnel assessment duly recorded.

12.6 The decision of the DRM shall be final and binding on the contractor. No representation from thecontractor in regard to early completion of work shall be entertained from the contractor.

13.0 IMPOSITION OF FINE, PENALTY AND COST OF DAMAGES FOR DELAY OF WORKS :

13.1 In the event of the contractor not adhering to the agreed programme of work and / or notachieving the milestones or quality of work etc., specified, even if no physical or actual damageshave occurred to the Railways and even if the currency of the work is not affected, the Railwayreserves the rights of, with a view to improve, expedite and the make the contractor realise the

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 42 of 130

effects of delays, levying fine or any value as deemed fit on the contractor by the Engineer – in –charge based on the merit of the case. The amount of fine will be solely decided by the Engineer –in – Charge at his discretion and will be based on his assessment of disturbances, difficulties orlosses caused by the delay or poor quality of work, etc., including that of the reputation of theRailway. The contractor shall have no claims what-so-ever in this regard. Subsequent to theimposition of the fine, if contractor makes good, the progress / quality and achieves the milestonesto the satisfaction of the Railways, part or full amount of the fine imposed may be waived and theamount so worked out will be released to the contractor at the sole discretion of the Engineer –in –charge duly recording necessary certification to the effect that no damages have occurred.However, in case of actual or anticipated damages occurred or occurring to the Railways, therecovery of agreed / liquidated damages will also be imposed and recovered from contractors duesas per provisions in GCC in addition to the above fine.

13.2 IMPOSITION OF PENALTY IN CONTRACTS:

13.2.1 Penalty in contracts with incentive Bonus payment clause: in case of non-completion of all works tothe satisfaction of the Engineer-in-charge, a penalty of 1% of the value of balance works left to becompleted as per contract per week of delay shall be imposed. This penalty will be applicable inall cases where currency extension is granted under clauses other than 17, 17A(i) or 17 A(iii) ofGCC and / or whether any damages have occurred or likely to occur or not and the contractor shallhave no claims in this regard.

Notes:1) The maximum fine or penalty liable to be imposed under the clauses under para 13.0 is limited

to a maximum of 20% of the value of balance works left to be completed as per contract.However, on account of the extension granted, in case of actual or anticipated damagesoccurring to the Railway, the recovery of agreed/liquidated damages will also be imposed andrecovered from contractors dues in addition to the penalty as per provisions in GCC.

2) No relaxation with regard to ‘holidays’, ‘no work days’ or ‘ non availability of line blocks’ will beallowed for the non-completion of the work as envisaged in the contract completion period.However, loss of time due to FORCE MAJUEURE situations will be allowed for this purposeunder clause 12.0.

3) The date of completion shall be reckoned as per the satisfactory date of completion of thework as certified by the Engineer-in-charge.

4) The decision of the Engineer-in-charge shall be final and binding on the contractor. Norepresentation from the contractor in regard to delayed completion of work shall beentertained.

14.0 SETTING OUT WORKS:

14.1 The contractor shall be responsible for the correct setting out of all works in relation to originalpoints, lines and levels of reference at his cost. The Contractor shall execute the work true toalignment, grade, levels and dimensions as shown in the drawing and as directed by the Engineer’srepresentative and shall check these at frequent intervals. The contractor shall provide all facilitieslike labour and instruments and shall co-operate with the Engineer’s representative to check allalignments, grades, levels and dimensions. If, at any time, during progress of the works any errorshall appear or arise in any part of the work, the contractor, on being requitr4edso to do by theEngineer’s representative. Such checking shall not absolve the Contractor of his own responsibilityof maintaining accuracy in the work. The contractor shall carefully protect and preserver allbenchmarks, sight rails, pegs and other things used in setting out the work.

15.0 ENGAGEMENT OF TECHNICAL STAFF BY THE CONTRACTOR

15.1 The contractor shall employ proper managerial and technical personnel during the execution of thiswork and the personnel deployed shall have adequate experience and thorough knowledge of theworks executed including the specifications and proceedings involved. The list of managerial and

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 43 of 130

technical personnel proposed to be engaged by the contractor shall be submitted to the Sr.DEN incharge of the project along with the programme chart and approval of Engineer to be obtained forengaging them for work.

15.2 As per Railway Board letter No.2012/CE-I/CT/0/20 dated 10.05.2013 and in terms of provisions ofnew Clause No.26A.1 to the General Conditions of Contract (GCC), contractor shall employfollowing Qualified Engineers during execution of the allotted work -

a) One Qualified Graduate Engineer when cost of work to be executed is Rs.200 lakhs andabove, and

b) One Qualified Diploma Holder Engineer, when cost of work to be executed is more thanRs.25 lakh, but less than Rs.200 lakhs.

c) Further, in case the contractor fails to employ the Qualified Engineer, as aforesaid in Para(a) & (b) above, he, in terms of provisions of Clause 26A.2 to the General Conditions ofContract, shall be liable to pay an amount o Rs.40,000/- and Rs.25,000/- for each month orpart thereof for the default period for the provisions, as contained in Para No.(a) & (b)above respectively.

15.3 The contractor shall provide the technical personnel continuously on the project and the initiallyapproved personnel should not be changed in the mid-course of the contract, except in exceptionalsituations and only with the approval of the Sr.DEN in-charge of the project. Continuousengagement of technical personnel is defined as under:

1) Record of engagement of technical personnel shall be maintained by the contractor at each sitewhere his Engineers are deployed. This record will be verified by the Sr.DEN -in-charge of theproject or any other Railway representative. In case of non-availability on any single occasionat site, it will be treated as absence for a week.

2) The contractor shall submit the copy of bio-data and Degree / Diploma certificate of the abovetechnical staff employed by him for the scrutiny by Railway and for the record. Railway reservethe right to scrutinise the records of the contractor to ascertain as to whether the qualified staffhas been actually employed by him and is paid for.

3) While passing each “on” account bill, the ADEN/DEN in charge will certify the availability oftechnical staff as above, otherwise the recovery as above shall be made from every bill.

4) The decision of the Engineer-in-charge, whether the required Technical staff was not employedby the contractor shall be final and binding upon the contractor.

15.4 The above provision shall be applicable for all type of works except supply of ballast, transportationof materials, track works, welding works, designing & drafting and consultancy works whereseparate provision as indicated in the special conditions for the said item will apply.

15.5 For carrying out supplying of ballast/transportation of materials/track works, sufficient number oftrained Mates/Mistries/Supervisors shall be deployed to supervise stacking of ballast/loading,unloading of material/Track linking & maintenance works etc. No work shall be carried out withoutavailability of well experienced Mates/Mistries/Supervisors. For track works, in addition to adequatenumber of Mates/Mistries/Supervisors, a well experienced Engineer (Diploma/Degree holder inEngineering) shall also be engaged for each ten kilometres of work in the contract or work of anyyard or regrading under traffic conditions. Non engagement of technical staff as aforesaid will leadto rejection of work and/or penalty of Rs.10000/- on the first occasion and Rs.25000/- for everysubsequent defaults at the discretion of the Engineer-in-charge.

15.6 For carrying out welding works by any method such as SKV, Mobile Flash-butt etc, RDSO approved(or any other agency authorized by RDSO) welders and supervisors only shall be engaged by thecontractor. The number of welders and Supervisors shall be sufficient so that no weld is madewithout personal supervision of a welder and atleast one supervisor shall be available for doingevery 50 welds in a day. Non engagement of technical staff as aforesaid will lead to rejection of

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 44 of 130

welds and/or penalty of Rs.10000/- on the first occasion and Rs.25000/- for every subsequentdefaults.

16.0 PRECAUTIONS AT WORK SITE:

16.1 1) All precautions to ensure safety of workmen must be taken while unloading and leading thematerials during execution of work. Traffic rules should be strictly followed and the contractorshould indemnify the Railway against any claim due to accidents and unforeseen incidents.

2) The contractor must ensure the safety of labourers engaged by him while crossing the trackduring the course of execution of work and the Railway will not be responsible for any injurysustained by the labourer or for any fatal accident. The contractor should bear all the loss andexpenditure involved. Wherever necessary he should also provide necessary look out men.

3) The work should be carried out without any interference to the normal working of the Railwaytrack and structures. The contractor will be held responsible for any loss or damage or injurycaused during the course of work to the labourer or to the public/private person or to theRailway/ Public/private property and the contractor should bear all the loss and expenditureinvolved.

4) Wherever work is to be executed close to any running railway lines or roads or buildings orpublic passage, the Contractor shall ensure proper protection of public, railway/public property.He shall also ensure all special precautions as provided in this tender.

5) The contractor shall be responsible for anti-larval work at his cost during progress of works asmay be prescribed by the Engineer on the advice of the Railway or any Government Medicalauthority and where use of insecticides are involved , it shall be done in accordance with theprovisions of the act and rules in this behalf at the cost of contractor, who shall also be solelyresponsible for any acts or omissions under the provision of the aforesaid rules.

6) The Contractor shall ensure that necessary sanitary facilities are provided by the Contractor fortheir labour in terms of Clause 59(4) of the General Conditions of Contract, and where they failto do so notice shall be given to the Contractor that the same will be provided by the Railway attheir cost and recovery shall be made from their bills.

7) Where contractor avails existing sanitary arrangements of the Railways charges as decided byRailway from time to time is recoverable from the contractor.

16.2 The contractor shall arrange to obtain permission direct from the State Government or localauthorities concerned for using Forest, PWD or Panchayat roads. The rates tendered shall beinclusive of any cess, tax or any other charges payable to the authorities concerned.

16.3 The contractor shall make his own arrangements for obtaining the license for any explosives, asmay be necessary, for procurement, transportation, storage and use of the same. All possibleassistance will be given by the Railway, should there be any difficulties in obtaining the license etc.However, any failure shall not form the basis for any claim by the contractor against the Railwayor for additional payment for the work.

16.4 In case of use of explosives for blasting the contractor shall strictly abide by the Indian ExplosiveAct, the Rules and Regulations framed there under in carrying out the work, shall observe all theprovisions of the Indian Mine Act and the metaliferous mines regulations and rules there under aswell as any other Act and Rules, as may be enacted and laid down by the State and CentralGovernment from time to time, for such work.

16.5 The contractor will be held responsible for any loss/damage/injury caused during explosion to thelabourers or to the public/private persons or to Railway/Public/Private property and thecontractor should bear all the loss/expenditure thereby involved.

17.0 OPTIC FIBRE CABLE MAINTENANCE:

17.1 During the course of execution of work if any underground/overhead or any other cable/OFC aredamaged by the contractor or his labour etc., purely due to the default of the contractor, the costof damage, as decided by the Railway Administration will be borne by the contractor.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 45 of 130

17.2 The contractor shall take special precaution while carrying out works at location where there islikelihood of any underground cables/OFC etc., and the work shall not be carried out withoutthe presence of an authorised Railway Supervisor/staff deputed to supervise the work.

17.3 Before taking up any digging work, it is the responsibility of the contractor to get cable layoutplan from Engineer-in-charge of the work and arrange to demarcate the same at the site.

18.0 CONTRACTOR’S VEHICLES, PLANT & MACHINERY ETC.:

18.1 Necessary permit/interstate permits for the movements of vehicles/Plant & machinery shall bearranged by the contractor.

18.2 Breakdown to transport vehicles, machinery etc., if any, will be on the contractor’s account.

18.3 Accidents, if any, to his vehicles , Plant and Machinery or to persons would be the responsibility ofthe contractor and the Railway will not be responsible for the damage or compensation thereof.

19.0 USE OF CONTRACTORS VEHICLES, PLANT & MACHINERY ETC., FOR ACCIDENT RESTORATIONWORKS:

19.1 The vehicle and equipment of contractors are liable to be drafted by Railway Administration in caseof accidents / natural calamities involving human lives for speedy restoration work.

19.2 For payment purpose, this item will be operated as a Non-Schedule (NS) item, duly negotiatingrates as per the conditions of contract.

19.3 Contractor/Tenderer shall furnish the details of vehicles /equipments available with them to keepa record of the same.

20.0 MOBILISATION ADVANCE: (Applicable for Advertised tender of value more than Rs. 25.00crores)

20.1 The Tenderer/Contractor may be granted a recoverable interest bearing mobilisation advanceupto 10% of the contract value provided mobilisation advance is admissible as per the tenderconditions and he specifically applies for it while tendering. If the tenderer fails to apply specificallyfor Mobilisation Advance while giving his offer at the tendering stage in case where grant ofMobilisation Advance is permissible, no subsequent requests from him for grant of this advancewill be entertained. The rate of interest is 4.5% per annum above the base rate of State Bank ofIndia, as effective on the date of approval of payment of Mobilisation Advance by the competentauthority.

20.2 The advance will be granted in two instalments viz., 5% of the contract value on signing of thecontract agreement and the balance 5% on Mobilisation of site establishment, setting up offices,bringing in equipment and actual commencing of work. Each instalment will be released onsubmission of a security in a form acceptable to the Railway (similar to Performance Guaranteenotified in para 4.3 of Special Conditions of Contract )for the amount of the instalment togetherwith interest charges calculated upto the end of the contract period. The tenderer who seeksMobilisation Advance should be specific about the course of action proposed to be followed inproducing the security to the satisfaction of the Railway. Each security should be atleast not lessthan one lakh rupees. These securities shall be returned as and when the value of the advanceplus interest is recovered from the running bill.

20.3 The recovery of the advance and interest thereon will be made through the every on account bills,pro-rata, commencing from the time the value of the work executed under the contract reaches15% of the contract value and completed when the value of the work executed under thecontract reaches 85% of the contract value or assessed value whichever is less.

20.4 The Mobilisation Advance granted shall be returned back to the Railway in case the work is notcompleted in the original contract completion period.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 46 of 130

20.5 The Bank Guarantee shall be from a Nationalised Bank in India or State Bank of India, all ScheduledBanks in India, National Savings Certificate etc.,

Note: The instruments as listed under Performance Guarantee vide Clause 4.3 (b) above will alsobe acceptable for Guarantee in case of Mobilisation Advance.

21.0 Price Variation :

21.1 Price variation clause shall be applicable only for tenders of value Rs.50 lakhs and more,irrespective of the contract completion period. Materials supplied free of cost by Railway to thecontractors shall fall outside the purview of Price Variation Clause. If, in any case, acceptedoffer includes some specific payment to be made to consultants or some materials supplied byRailway free or at fixed rate, such payments shall be excluded from the gross value of the workfor the purpose of payment/recovery of price variation.

21.2 The Base Month for ‘Price Variation Clause’ shall be taken as month of opening of Tender/Technical bid (in case of 2 packet system) including extensions, if any, unless otherwise statedelsewhere. The quarter for applicability of PVC shall commence from the month following themonth of opening of tender. The Price Variation shall be based on the average Price Index of thequarter under consideration.

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

21.4 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.

21.5 Components of various items in a contract on which variation in prices be admissible, shall bematerials, labour, fuel, Explosives, Detonators, steel Cement, Concreting, ferrous, Non-ferrous,Insulator, Zinc, Erection etc., However, for fixed components, non price variation shall beadmissible.

21.6 The Percentages of labour component, material component, fuel component etc., in various typesof 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% Other Material Components 40% Fuel Component 15% Fixed Component* 15%

* It Shall not be considered for any price variation. The above work falls under the category...........................

21.7 The amount of variation in prices in several components (labour material etc.,) shall be workedout by the following formulae:

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 47 of 130

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

Io 100

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

Wo 100

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

Fo 100

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

Eo 100

(v) N = R x ( D-Do) T------------------ x --------

Do 100

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

Mc = A x (Wc-Wco)/Wco

For Railway Electrification works:

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

Where, L Amount of price variation in Labour M Amount of price variation in Materials U Amount of price variation in Fuel X Amount of price variation in Explosives

N Amount of price variation in Detonators Ms Amount of price variation in Steel Mc Amount of price variation in Cement Mcc Amount of price variation in Concreting Mf Amount of price variation in Ferrous Mnf Amount of price variation in Non-Ferrous Mz Amount of price variation in Zinc Min Amount of price variation in Insulator

O Weight of steel in tones supplied by the contractor as per the ‘on-account’ bill for themonth under consideration.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 48 of 130

R Gross value of work done by contractor as per on-account bill(s) excluding cost ofmaterials supplied by Railway at fixed price minus the price values of cement andsteel. This will also exclude specific payment, if any to be made to the consultantsengaged by contractors (such payment will be indicated in the contractor’s offer)

A Value of Cement supplied by contractor as per on account bill in the quarter underconsideration.

Io Consumer Price Index Number for Industrial Workers – All India – Published inR.B.I Bulletin for the based period.

I Consumer Price Index Number for Industrial Workers – All India – Published inR.B.I Bulletin for the overage price index of the 3 months of the quarter underconsideration.

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

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

Fo Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel, Power,Light and Lubricants as published in the R.B.I Bulletin for the based period.

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

Eo Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm fromwhom purchases of explosives are made by the contractor for the based period.

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

Do Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm fromwhom purchases of detonators are made by the contractor for the based period.

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

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

Bso SAIL’s ex-works price plus Excise Duty thereof (in Rs.per tonne) for the relevantcategory of steel supplied by the contractor as prevailing on the first day of the monthin which the tender was opened.

Wco Index No. of Wholesale Price of sub-group (of Cement) as published in RBI Bulletinfor the base period.

Wc Index No. of Wholesale Price of sub-group (of Cement) as published in RBI Bulletinfor the average price index of the 3 months of the quarter under consideration.

C RBI wholesale price index for cement for the month which is six months prior to dateof casting of foundation.

Co RBI wholesale price index for cement for the month which is one month prior to dateof opening of tender.

Z IEEMA price for Zinc for the month which is two months prior to date of inspectionof material.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 49 of 130

Zo IEEMA price for Zinc for the month which is one month prior to date of opening oftender.

Cu IEEMA price for Copper Wire Bar for the month which is two months prior to date ofinspection of material.

Cuo IEEMA price for Copper Wire Bar for the month which is one month prior to date ofopening of tender.

Sf IEEMA price index for Iron & Steel for the month which is two months prior to dateof inspection of material.

Sfo IEEMA price index for Iron & Steel for the month which is one month prior to dateof opening of tender.

In RBI wholesale price index for Structural Clay Products for the month which is twomonths prior to date of inspection of material.

Ino RBI wholesale price index for Structural Clay Products for the month which is onemonth prior to date of opening of tender.

P % of Labour component.Q % of Material component.Z % of Fuel component.S % of Explosive componentT % of Detonators componentG % of Concreting componentH % of Ferrous componentJ % of Non-Ferrous componentW % of Zinc component

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

21.9 Relevant categories of steel for the purpose of operating price variation formula, asmentioned in the Clause, based on SAIL’s ex-works price plus Excise Duty thereof, shallbe as under:

Sl.No.

Category of Steel suppliedin Railway Work

Category of Steel produced by SAIL whose ex-works price plus Excise Duty would be adoptedto determine price variation.

1 Reinforcement bars andother rounds

TMT 8mm IS 1786 Fe 415/Fe 500

2 All types and sizes ofangles

Angle 65 X 65 X 66mm IS 2062 E250A SK

3 All types and sizes ofplates

PM Plates above 10-20mm IS 2062 E250A SK

4 All types and sizes ofchannels and joints

Channels 200X75mm IS 2062 E250A SK

5 Any other section of steelnot covered in the abovecategories and excludingHTS

Average of price for the 3 categories coveredunder Sl.1,2 & 3 above.

Note : After completion of work, the indices applicable for PVC calculation will be thequarter date of completion of work or date of final measurement lies which ever isearlier.

21.10 Price Variation During Extended Period of Contract:The price adjustment as worked out above, i.e either increase or decrease shall be applicable uptothe stipulated ate of completion of work including the extended period of completion where such

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 50 of 130

extension has been granted under clause 17-A of the General Conditions of Contract. However,where extension of time has been granted due to contractor’s failure under clause 17-B of theGeneral Conditions of Contract, price adjustment shall be done as follows;

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

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

Note : After completion of work, the indices applicable for PVC calculation will be thequarter date of completion of work or date of final measurement lies which ever is earlier.

21.11 CONSERVANCY CHARGES:

Necessary conservancy charge will be deducted from the running bills of successful tenderers asdetailed below: (as per Railway Board letter No.f(x)I-95/1/1 dated 16.07.2012.

Nos.of workmen Amount

1 to 5 Rs. 106/-

6 to 10 Rs. 208/-

11 to 25 Rs. 523/-

26 to 50 Rs. 762/-

51 to 100 Rs. 1023/-

101 to 200 Rs. 1285/-

201 to 300 Rs. 1546/-

301 to 750 Rs. 1785/-

751 to 1500 Rs. 3590/-

1501 to 3000 Rs. 7182/-

3001 to and above Rs. 14345/-

22.0 SETTLEMENT OF DISPUTES - INDIAN RAILWAY ARBITRATION RULES:

22.1 The tenderer/contractor cannot claim any compensation in case any of his labour, machinery etc.idle due to extigencies such as execution of contract, land acquisition etc.

22.2 (Clause 63 of GCC ): Matters finally determined by the Railway.

All disputes and differences of any kind whatsoever arising out of or in connection with thecontract, whether during the progress of the work or after its completion and whether before orafter the determination of the contract, shall be referred by the Contractor to the General Managerand the General Manager shall within 120 days after receipt of the Contractor's representationmake and notify decisions on all matters referred to by the Contractor in writing provided thatmatters for which provision has been made in Clauses 8,18,22(5),39,43(2), 45(a), 55, 55-A(5), 57,

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 51 of 130

57-A, 61(1),61(2) and 62(1) to xiii)B of the General Conditions of Contract or in any clause of thespecial conditions of contract shall be deemed as 'excepted matters' (matters not arbitrable)and decisions of the Railway authority , thereon shall be final and binding on the Contractorprovided further that "excepted matters" shall stand specifically excluded from the purview of thearbitration clause.

22.3 (Clause 64 (1) of GCC ) Demand for Arbitration:

(i) In the event of any dispute or different between the parties hereto as to the construction oroperation of this contract, or the respective rights and liabilities of the parties on any matter inquestion, dispute or difference on any account, or as to the withholding by the Railway of anycertificate to which the Contractor may claim to be entitled to, or if the Railway fails to make adecision within 120 days, then and in any such case, but except in any of the "excepted matters"referred to in Clause 63 of these conditions, the Contractor, after 120 days but within 180 days ofhis presenting his final claim on disputed matters, shall demand in writing that the dispute ordifference be referred to arbitration.

(ii) The demand for arbitration shall specify the matters, which are in question or subject of thedispute or difference as also the amount of claim/item wise. Only such dispute(s) ordifference(s) in respect of which the demand has been made, together with counter claims or setoff, given by the Railway, shall be referred to arbitration and other matters shall not be included inthe reference.

(a) The Arbitration proceedings shall be assumed to have commenced from the day, awritten and valid demand for arbitration is received by the Railway.

(b) The Claimant shall submit his claim stating the facts supporting the claims alongwith allrelevant documents and the relief or remedy sought against each claim within a period of 30 daysfrom the date of appointment of the Arbitral Tribunal.

(c) The railway shall submit its defence statement and counter claim(s), if any, within a periodof 60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension hasbeen granted by the tribunal.

(d) Place of arbitration: The place of arbitration would be within the geographical limits ofthe division of the Railway where the cause of action arose or the Headquarters of the concernedRailway or any other place with the written consent of both the parties.

(iii) No new claim shall be added during proceedings by either party. However, a party mayamend or supplement the original claim or defence thereof during the course of arbitrationproceedings subject to acceptance by the Tribunal having due regard to the delay in making it.

(iv) if the contractor(s) does/do not prefer his/their specific and final claims in writing within aperiod of 90 days of receiving the intimation from the Railway that the final bill is ready forpayment, he/they will be deemed to have waived his/their claim(s) and the Railway shall bedischarged and released of all liabilities under the contract in respect of these claims.

22.4 (Clause 64(2) of GCC) :- Obligation during pendency of arbitration:Work under the contract shall, unless otherwise directed by the Engineer, continue during thearbitration proceedings, and no payment due or payable by the Railway shall be withheld onaccount of such proceedings, provided, however, it shall be open for Arbitral Tribunal to considerand decide whether or not such work should continue during arbitration proceedings.

22.5 (Clause 64(3)of GCC) :Appointment of Arbitration Tribunal.

(a)(i) In cases where the total value of all claims in question added together does not exceedRs.25,00,000/- (Rupees Twenty five lakh only), the Arbitral Tribunal shall consist of a solearbitrator who shall be a gazetted officer of Railway not below JA grade nominated by the

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 52 of 130

General Manager in that behalf. The sole arbitrator shall be appointed within 60 days from theday when a written and valid demand for arbitration is received by the General Manager.

(ii) In case not covered by Clause 64(3)(a)(i), the Arbitral Tribunal shall consist of panel of threeGazetted Railway officers not below, JA grade or two Railway gazetted Officers not below JAgrade and a retired Railway Officer, retired not below the rank of SAG Officer, as the arbitrators.For this purpose, the Railway will send a panel of more than 3 names of Gazetted Railwayofficers of one or more departments, of the railway, which may also include the name(s) ofretired Railway Officer (s) empanelled to work as Railway Arbitrator to the Contractor within 60 daysfrom the day when a written and valid demand for arbitration is received by the General Manager.Contractor will be asked to suggest to the General Manager atleast 2 names out of the panel forappointment as the Contractor's nominee within 30 days from the date of despatch of the requestby Railway. The General manager shall appoint atleast one out of them as the Contractor'snominee and will, also simultaneously appoint the balance number of arbitrators either from thepanel or from outside the panel, duly indicating the "Presiding Arbitrator" from amongst the 3Arbitrators so appointed. General Manager shall complete the exercise of appointing the ArbitralTribunal within 30 days from the receipt of the names of contractor's nominees. Whilenominating the arbitrators it will be necessary to ensure that one of them is from AccountsDepartment. An Officer of Selection Grade of the accounts Department shall be considered ofequal status to the officers in SA grade of other Departments of the railways for the purpose ofappointment of arbitrators.

(iii) If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdrawsfrom his office as arbitrator, or vacates his/their office/offices or is/are unable or unwilling toperform his functions as arbitrator for any reason whatsoever or dies or in the opinion of theGeneral Manager fails to act without undue delay, the General Manager shall appoint newarbitrator/arbitrators to act in his/their place in the same manner in which the earlierarbitrator/arbitrators had been appointed. Such reconstituted Tribunal may, at its discretion,proceed with the reference from the stage at which it was left by the previous arbitrator(s).

(iv) The Arbitral Tribunal shall have power to call for such evidence by way of affidavits orotherwise as the Arbitral tribunal shall think proper, and it shall be the duty of the parties heretoto do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal tomake the award without any delay. The arbitral tribunal should record the day to dayproceedings. The proceedings shall normally be conducted on the basis of documents andwritten statements.

(v) While appointing arbitrator(s) under Sub-Clause (i),(ii) and (iii) above, due care shall be takenthat he/they is/are not the one/those who had an opportunity to deal with the matters towhich the contract relates or who in the course of his/their duties as railway servant(s)expressed views on all or any of the matters under dispute or differences. The proceedings ofthe Arbitral Tribunal or the award made by such Tribunal will however, not be invalid merely forthe reason that one or more arbitrator had, in the course of his service, opportunity to dealwith the matters to which the contract relates or who in the course of his/their duties,expressed views on all or any of the matters under dispute.

(b) (i) The arbitral award shall state item wise, the sum and reasons upon which it is based.The analysis and reasons shall be detailed enough so that the award could be inferred there from.

(ii)The party may apply for corrections of any computational errors, any typographical or clericalerrors or any other error of similar nature occurring in the award and interpretation of a specificpoint of award to tribunal within 60 days of receipt of the award.

(iii)A party may apply to Tribunal within 60 days of receipt of award to make an additional awardas to claims presented in the arbitral proceedings but omitted from the arbitral award.

22.6 Clause 64(4)of GCC: In case of the tribunal, comprising of three members, any ruling or awardshall be made by a majority of members of the tribunal in the absence of such a majority, theviews of the presiding Arbitrator shall prevail.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 53 of 130

22.7 Clause 64(5) of GCC: Where the arbitral award is for the payment of money, no interest shall bepayable on whole or any part of the money for any period till the date on which the award is made.

22.8 Clause 64(6) of GCC: The cost of arbitration shall be borne by the respective parties. The costshall inter-alia include fee of the arbitrator(s) as per the rates fixed by the railway Board from timeto time and the fee shall be borne equally by both the parties. Further, the fee payable to thearbitrator(s) would be governed by the instructions issued on the subject by railway Board fromtime to time irrespective of the fact whether the arbitrator(s) is/are appointed by the railwayAdministration or by the court of law unless specifically directed by Hon'ble court otherwise on thematter.

22.9 Clause 64(7) of GCC: Subject to the provisions of the aforesaid, arbitration and conciliation Act,1996 and the rules there under and any statutory modification thereof shall apply to the arbitrationproceedings under this clause.

23.0 SAFETY PRECAUTIONS AND MEASURES TO BE OBSERVED DURING EXECUTION OF ENGINEERINGWORKS

23.1 The contractor shall be fully responsible for ensuring safety at all times and shall bear the cost of alldamages in cases of accidents/unusual occurrences resulting in damages to Railway property andpassengers. Any breach of the safety conditions for precautions and measures as specifiedhereunder and/or elsewhere in the tender document by the contractor and/or hisagents/representatives affecting the safety of movement of trains, engines, or other rolling stock ofthe Railway, shall constitute a breach of contract by the contractor leading to termination ofcontract for default on the part of the contractor including recovery of damages

23.2 The works required to be done under traffic block shall be carried out only in the presence ofRailway officials. The Railway supervisor shall certify safe conditions for passage of trains beforeresumption of traffic. The works to be done under traffic Block shall be carried out under theprovision of banner flag and protection of engineering flagman

23.3 Safe practices at all times and non infringement to moving trains shall be ensured. Road vehicles,material trolleys, dollys etc which may have tendency to roll off towards the running lines shall bechecked by providing chains, locking arrangements, blocks etc. Site incharge of the contractor shallbe primarily responsible

23.4 All equipments like cranes, lifting jack etc shall be tested, duly calibrated and certified prior to use atconstruction site. They shall also have specific indications conforming that the operators handlingthem are trained in the safety precautions near track

23.5 Construction workers at site shall be provided with personal safety gear like reflective vest, helmet,leather shoes, gloves, eye-wear etc as approved as per construction industry standards. Forpersons working at pier top/girder level, temporary supports, hand railing etc, protection with helpof ropes, slings and temporary railings shall be provided.

23.6 All locations, where construction activity is in progress adjacent to existing railway lines, should becordoned off with proper barricades. Barricades consisting of bamboo/signalling poles andsupported horizontally by similar bamboo/signalling poles should be provided. These barricadesshould be provided at a distance of approximately 3.5m from the centre line of track or as directedby the Engineer-in-charge. All the barricades are to be painted or struck on with red luminouspaint/strips at suitable intervals on the barricades. Barricade should be available at every stage ofwork as directed by the Engineer-in-charge and shall be maintained in perfect condition all the time.

23.7 Road vehicles employed by the contractor should have the certificate for its road worthiness andeach vehicle numbered and the license particulars maintained. Contractors should ensure that thedrivers permitted by them to work on such road vehicles are identified, counselled, certified andare provided with photo Identity cards. Wherever the work requires the movement of road vehiclewithin a distance of 3.5 to 6m from the centre line of the nearest track, such work shall be done

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 54 of 130

only in the presence of Railway’s representative. The driver of the vehicle shall always face the trackwhen reversing the vehicle and whenever he cannot face the track, for whatever reason, he shallbe invariably assisted by a helper with a whistle who should guide him and ensure safety.

23.8 The contractor shall execute a Bond undertaking to ply the road vehicles in a safe and satisfactorymanner and strictly in accordance with the stipulations and other conditions specified by theEngineer and to engage and retain only the permit holder to be the contractor’s agent in charge ofthe vehicle while driving or at rest. The person in charge of the vehicles and the attendants shall,at all times, be vigilant and on the look out for signals from the lookout men, flagmen or otherpersonnel available at site with a view to stop or regulate the road movement so as to ensureadequate margin of safety for the timely passage of an approaching train or a Railway engine,without any delay or detention. The contractor shall also be bound by the provisions of thisagreement to ply the road vehicles only with adequate margin of safety, well clear of the fixedstructure profile of infringements, as stipulated in the rules made under the Indian Railways Actand to seek and be guided by the signals and other directions of any lookout men or otherpersonnel retained for the purpose of ensuring safety and to ensure extra care and vigilancewhile turning, reversing or moving the road vehicles in any other manner at an inclination to therunning railway track or the siding as the case may be. The contractor shall employ necessarylook out men also at his own cost, irrespective of any other arrangement that railway may make inthis regard

23.9 All work sites shall be supervised by the contractor’s representative and also a representative ofthe Railway Organisation. Whenever work of plying road vehicle within 6m zone is actually inprogress, Look-out men should invariably be available. Lookout men will have to be provided bythe contractor, from out of the list of persons who are authorised to carry out these duties.Authorisation will be issued to the individuals, by the representative of the Engineer-in-charge.Railway’s supervisor will monitor the availability and alertness of the lookout men. In case of non-availability of lookout men, this Railway’s supervisor shall stop further activities of plying of roadvehicles. Even if no work is executed in the night, look-out men shall patrol the beat as identifiedby the representative of the Engineering Department to ensure the safety of the running trains,especially from any infringement.

23.10 Working along side the track during night hours is normally prohibited. Such work can be done inthe night only with the written permission of the Engineer-in-charge. Where night working ispermitted, lighting of the work site as required should be done.

23.11 The following activity of work shall be carried out under supervision of railway engineer or hisnominated supervisor:

a) Excavation of foundation/Ground level near to Railway track.b) Concrete casting and/or masonry very close to Railway track.c) Erection of temporary structures near to running lines.d) Casting of structures like girder/slab over railway track.e) Stage-Pre stressing of girder when placed across Railway tracks properly supported.f) Launching of precast/pre-assembled girders across Railway trackg) Any work of lifting, side shifting and slewing of girders over the Railway track.h) Dismantling of temporary structures, shutters, scaffolding, etc. Adjacent and above the Railway

track.i) Any track work/P&C work on the running line or adjoining to the running line.j) Platform/structures/FOB/building works adjacent or over the running lines.

23.12 For carrying out above activities, the contractor’s engineer shall furnish the construction programmein advance to railway Supervisor/Engineer. No such work should be taken up in absence of thesupervising railway engineer.

23.13 For carrying out ROB/RUB works, the following additional precautions should be taken:

1. All the records of Quality Assurance/Quality Control, testing of the materials and satisfactorycompletion of an activity shall be maintained at site by the contractor’s Engineer and

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 55 of 130

Supervising Engineers. On the basis of these records, Railways’ Engineer shall do stage-wiseclearance of the work at following stages:

i) Completion of foundationii) Completion of substructureiii) Completion of superstructure

Without such stage clearance, the work in next stage of construction shall not be allowed by theRailway Supervisor, unless proper system of check and exercise is followed at the site.

2. Normally, the high beam PSC girders are designed with wider top flange and shorter bottomflange with very high beam which makes the girder unsuitable during lowering, slewing andlaunching time.

3. During launching of girders and subsequent adjustments for placement of bearings specialattention and precautions are required at site to be followed rigorously without resorting toshortcut practices or leaving the work at site to untrained or inexperienced engineers.Normally, end diaphragms are not casted for the extreme both side girders. These shall to becasted min. 300 mm on both sides for all ‘I’ beam girders to provide temporary supports forensuring stability.

Or,

For side adjustments and bearing placements below ‘I’ section girders, end brackets made ofsteel angles should be provided for all ‘I’ beams sequentially to avoid side tilting of individualgirders. End brackets shall be removed only after placing girders on bearings and casting ofdiaphragms.

4. During lowering, the jacks shall be operated duly keeping wooden packing of variousthicknesses fixing the amount of lowering to the barest minimum, so that even if the jack fails,the wooden packing will take load and further stability of girder is not endangered.

5. Temporary crib support staging shall be interlaced with clamps and angles. Adequate basewidth shall be maintained in proportionate to the height of stage, which is very essential foravoiding the along effect during launching of girders. During launching by RH girder methodthe movement of the PSC girders shall be controlled both from front and rear with winchmechanism having simultaneous operation, so that the speed of the launching is always underthe control. Spare hydraulic jacks shall always be kept at side.

Lowering of girder shall always be carried out at one end only. Further, other end should beadequately secured by wire ropes, end brackets, etc. Thereafter, the alternate process shall becontinued.

6. As far as possible launching of girders by temporary staging shall be avoided and launching byheavy capacity cranes, wherever feasible, shall be adopted.

7. Steel girder launcher if used for launching of PSC girders, should be pre-tested for the criticalloading (likely to be encountered during actual launching) before deployment on the approachesregarding its strength as well as amount of permissible deflection using actual test PSC girder asa testing load. Connections at supports shall be inspected and certified. Prior to actuallaunching, it shall be adequately secured to the base support system on the pier cap

24.0 The contractor will be supplying with necessary plans, specification, details of Special Conditionsetc. for execution of work as required by the Railway. However, Contractor shall make his owndetailed plans, working arrangements, etc., to make smoother and faster construction and get thesame approved by the Engineer-in-charge at his own cost. For this purpose, he can contact theOffice of the Divisional Railway Manager/ Works, South Western Railway, …………Division

25.0 Assignment or subletting of Contract:

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 56 of 130

The tenderer after awarding the work shall not assign or sublet the contract or any part thereof orallow any person to become interested therein in any manner whatsoever. The permission if any,granted by the Railway on the specific request of the Contractor, will be restricted to a maximumvalue of 10% of total contract value.

Signature of Tenderer/Contractor Divisional Railway ManagerName of Tenderer / Contractor : ………..Division, S W Railway,

Date :Address :

TENDER FORM - Schedule

Name Of Work : _______________________________________________________________

_______________________________________________________________

_______________________________________________________________

SCHEDULE OF RATES AND QUANTITIES

SL ItemNo. Description Of Item Of Work Approximate

Quantity UnitRates In Figures

And Words(Rs.)

Amount(Rs.)

1 2 3 4 5 6 7

The quantities shown in above Schedule are approximate and are as a guide to give the tenderer(s)an idea of quantum of work involved. The Railway reserves the right to increase/ decrease and/or delete orinclude any of the quantities given above and no extra rate will be allowed on this account.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 57 of 130

I/We undertake to do the work at __________ % above/below the Schedule of Rates of the South

Western Railway as applicable to _________________________ Division or at the rates quoted above

for each item.

Dated ______________

Signature of the Tenderer(s)

Note : Columns 1 to 5 shall be filled by the office of the Authority inviting tender. Columns 6 & 7 shall befilled by the Tenderer(s) only when percentage tenders are not invited.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 58 of 130

ANNEXURE – IAGREEMENT FOR ZONE CONTRACT

CONTRACT AGREEMENT No.______________, DATED _____________. ARTICLES OFAGREEMENT made this ______________ day of ______________ between the President ofIndia acting through the _________________, South Western Railway hereinafter called the"Railway" of the other part and ___________________________ hereinafter called the"Contractor" of the other part.

WHEREAS the Contractor has agreed with the Railway during the period of _____ monthsfrom ______________ to _________________ for the performance of :

a) New Works, additions and alterations to existing structures, special repair works andsupply of building materials subject to the contract value for such works not exceeding Rs._______.

b) All ordinary repair and maintenance works at any site between kilometre __________ andkilometre _________ as will be set forth in the work orders (which work orders shall bedeemed and taken to be part of this contract) that will be issued during the said period at_______% above/below the Schedule of Rates of the _____________ Railway, correctedup to the latest Correction Slips and Standard Specifications of the _____________Railway corrected upto latest Correction Slips and the Special Conditions and SpecialSpecifications, if any in conformity with the drawings (if any) that will be issued with thework order, aforesaid AND WHEREAS the performance of the said work is an act in whichthe public are interested.

NOW THIS INDENTURE PRESENTS WITNESSETH That in consideration of the paymentto be made by the Railway, the Contractor will duly perform the works set forth in the said WorkOrder and shall execute the same with great promptness, care and accuracy, in a workman likemanner to the satisfaction of the Railway and will complete the same on or before the respectivedates specified therein in accordance with the said specifications and said drawings (if any) andsaid conditions of contract and will observe, fulfill and keep all the conditions therein mentioned,(which shall be deemed and taken to be part of this contract as if the same had been duly set forthherein), AND the Railway both here-by agree that if the Contractor shall duly perform the said workin the manner aforesaid and observe and keep the said terms and conditions, the Railway will payor cause to be paid to the Contractor for the said works on the completion thereof the amount duein respect thereof at the rates specified above.

Contractor _______________ Designation ___________ S.W. Railway

Address _________________ (For President of India)

Date ________________

Witnesses (to signature of contractor) :

Signature of witnesses with address _______________________________________

Date __________ _______________________________________

_______________________________________

Signature of witnesses with address _______________________________________

Date __________ _______________________________________

_______________________________________

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 59 of 130

ANNEXURE - II

WORK ORDER UNDER ZONE CONTRACT

WORK ORDER NO._________, DATED ________ UNDER CONTRACT AGREEMENTNO.______ ___________________, DATED _________.

Name Of Work _____________________________________ (S I T E) _____________________

Schedule Of Drawings ____________________________________________________________

Authority ____________________________ Allocation _________________________

The Contractor(s) ____________________________ is / are hereby ordered to carry outthe following works at________% above/below the Schedule Of Rates of South Western Railwaycorrected upto latest Correction Slips of ___________ Division under Zone Contract Agreementhere-in-before referred to :

SL ItemNo.

Description Of Item OfWork

Approximate Quantity

Unit

Rates InFigures AndWords (Rs.)

Amount(Rs.)

1 2 3 4 5 6 7

Total Approximate Value Of Work = Rs. ____________

* This should be rate of Division concerned.

The works herein mentioned are required to be completed on or before ________ (Date). Thequantities provided herein are approximate and subject to variation under Clause 42 of theGeneral Conditions of Contract corrected upto latest Correction Slips.

Divisional Railway Manager/Divisional __________ Engineer

_______________ Division

South Western Railway

Date ___________ for President OfIndia

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 60 of 130

I agree to complete the works herein set forth on or before the date specified under theZone Contract Agreement herein before referred to in conformity with the drawings heretoannexed and in accordance with the General and Special (if any) Conditions of Contract correctedupto latest Correction Slips and the Standard Specifications of Indian Railway with up-to-dateCorrection Slips.

I also agree to maintain such works for the period specified below from the date ofcompletion :

(a) Repair and maintenance work including white/colour washing : three calendar monthsfrom date of completion.

(b) All new works except earth work : Six calendar months from date of completion.

Contractor _______________ (Signature) Railway : Designation _____________

(For President of India)

Address__________________________

_

___________________________

Date _____________ Date _____________

Signature of Witnesses (to Signature ofcontractor) with address

Witnesses :

1. _____________________________

_____________________________

_____________________________

________________________________

________________________________

________________________________

2. _____________________________

_____________________________

_____________________________

________________________________

________________________________

________________________________

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 61 of 130

ANNEXURE - III

SOUTH WESTERN RAILWAYCONTRACT AGREEMENT OF WORKS

CONTRACT AGREEMENT NO. ____________________________________ DATED ________

ARTICLES OF AGREEMENT made this _________ day of _________ 20___ betweenPresident of India acting through the Railway Administration hereafter called the "Railway" of theone part and ___________________________herein after called the "Contractor" of other part.

WHEREAS the Contractor has agreed with the Railway for performance of the works_____________________ set forth in the Schedule hereto annexed upon the General Conditionsof Contract 2012 corrected upto latest Correction Slips and the Specifications of _____________Railway corrected upto the latest Correction Slips and the Schedule of Rates of ___________Railway, corrected upto latest Correction Slips and the Special Conditions and SpecialSpecifications, if any and in conformity with the drawings here-into annexed AND WHEREAS theperformance of the said works is an act in which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration to the payments to be madeby the Railways, the Contractors will duly perform the said works in the said schedule set forth andshall execute the same with great promptness, care and accuracy in a workman like manner to thesatisfaction of the Railway and will complete the same in accordance with the said specificationsand said drawings and said conditions of contract on or before the ______ day of ___________20___ and will maintain the said works for a period of ________Calendar months from the certifieddate of their completion and will observe, fulfil and keep all the conditions therein mentioned(which shall be deemed and taken to be part of this contract, as if the same have been fully setforth herein), AND the Railway, both hereby agree that if the Contractor shall duly perform the saidworks in the manner aforesaid and observe and keep the said terms and conditions, the Railwaywill pay or cause to be paid to the Contractor for the said works on the final completion thereof theamount due in respect thereof at the rates specified in the Schedule hereto annexed.

Contractor____________(Signature) Railway : Designation _____________

(For President of India)

Address_______________________

_______________________

Date _____________ Date _____________

Signature of Witnesses (to Signatureof contractor) with address :

Witnesses :

__________________________

__________________________

___________________________

________________________________

________________________________

________________________________

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 62 of 130

ANNEXURE-IV

WORK ORDER FOR WORKS(Valued at over Rs. 2,00,00)

WORK ORDER NO._________, DATED ________ UNDER CONTRACT AGREEMENTNO.______ ___________________, DATED _________.

Name Of Work _____________________________________ (S I T E) _____________________

Schedule Of Drawings ____________________________________________________________

Authority ____________________________ Allocation _________________________

Mr. / Messers ______________________________ Contractor/Contractors having agreed withthe Railway is/are hereby ordered to carry out the Works set forth in the schedule below inaccordance with the General Conditions of Contract corrected upto latest Correction Slips and theStandard Specifications of South Western Railway corrected up to latest Correction Slips, theSchedule of Rates, corrected upto latest Correction Slips and Special Conditions and SpecialSpecifications, if any and inconformity with drawings annexed hereto at the rates specified in thesaid, Schedule and to complete the same on or before the ____ day of __________ 20___ andmaintain the said works for the period of _____________ from the certified date of completion.The quantities set forth in the said schedule shall be considered approximate and subject tovariation under Clause 42 of General Conditions of Contract.

CONTRACTOR'S AGREEMENTI offer to do the work at the rates entered in the Schedule Of Rates on the reverse which I

have signed, and I understand that no fixed quantity of work is given to me to do that in startingwork. I am only given a place to work in or to deposit materials on and that I have no claim to morethan one unit of work as entered in the Scheduled Rates. I agree that all works done and materialsdelivered shall be subject to the approval of the Engineer in Charge, who may reject and decline topay for whatever may be, in his opinion, inferior or defective or either and I agree that the StandardSpecifications corrected upto latest Correction Slips of South Western Railway in so far as theyare not over-ruled by items of this agreement, shall be deemed part of this agreement.

I agree that no work under this work order shall be assigned or sublet without the previouswritten approval of the Sr. Divisional / Divisional Engineer.

I agree that my work may be stopped at any time by the Sr. Divisional / Divisional Engineeron his giving me or my agent on the works seven days’ notice in writing and I agree that themeasurement of my works shall be made by the Engineer at any time appointed by him in writingsubsequent to the expiry of the said notice and measurement shall be made by him at the saidtime whether I am present or not and that on payment for work done and approved materialsdelivered-at site of work as ascertained by the said measurement, I shall have no further claimagainst the Railway and I agree that any dispute arisen on matters connected with this agreement,

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 63 of 130

the same shall be referred to a person to be nominated in this behalf by the ______________ forthe time being of the Railway, whose decision in writing shall be final and binding on both parties.

I agree that any claim I have to make shall be made in writing within seven days of date ofmeasurement taken by the Engineer as aforesaid and that any claims in respect of suchmeasurement made more than seven days after taking of such measurement shall be deemed tohave waived by me.

I agree to indemnify the Railway against any claims which may be made under Workmen'sCompensation Act, 1923.

Witness Contractor ______________________

Name ______________________ Name __________________________

Address ________________________ Address _________________________

Note - If the agreement is for a work for which a Special Act of the Legislature exists, e.g. theIndian Mines Act, the agreement shall include a clause indemnifying the Railway against allclaims arising of provision of such Act.

I agree to pay the rates at __________________ % above/below Schedule of rates asapplicable to ____________________ Division set forth in the schedule of rates herein for finishedand approved work.

____________________ Engineer

____________________ Division

South Western Railway

For President Of India

Date ________________

I/We agree to complete the works herein set forth on or before the date specified hereinand to maintain the same for a period of ______________ Calendar months from the certified dateof their completion and in conformity with the document herein referred to, and all the conditiontherein mentioned shall be deemed and taken to be part of this contract as if the same had beenfully set forth therein.

Contractor : _______________________Signature of witnesses withaddresses, to Signature ofContractor Address : ________________________

________________________

Date : _________________

1. __________________________

__________________________

2. __________________________

__________________________

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 64 of 130

WORK ORDER FOR WORKS

________________ Division

WORK ORDER NO.___________ Original/Duplicate/Triplicate No. _________, Dated_________

I/We will carry out the following work according to the agreement at back.

SCHEDULE OF RATES

Particulars Rates (Rs.) Per Remarks

WITNESS : CONTRACTOR :

Name _____________________ Name ____________________

Address______________________ Address__________________

______________________ __________________

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 65 of 130

I agree to pay the above mentioned rates for finished and approved work.

Dated _______________ Engineer __________________

ANNEXURE-VSOUTH WESTERN RAILWAY

FORM FOR SUBMISSION OF TENDERREF. No/DATE:………………

To

THE PRESIDENT OF INDIA,

acting through the Principal Chief Engineer/Divisional Railway Manager/……../Chief Engineer/Sr.DEN/……………….,

South Western Railway,………………………………….Name of Work:…………………………………………..Tender Notice No:………………….; Item No:………….

1. I / WE,………………………………………………, HAVE READ THE CONDITIONS OF TENDER ATTACHED HERETO ANDAGREE TO ABIDE BY SAID CONDITIONS. I / WE HAVE PERUSED THE CONTRACT DOCUMENTS (I.E. THE GENERALCONDITIONS OF CONTRACT, SPECIAL CONDITIONS AND SPECIFICATIONS, SPECIAL SPECIFICATIONS AND THESPECIFICATIONS FOR MATERIALS AND WORKS, 2010 OF THE SOUTH WESTERN RAILWAY AND THE SCHEDULE OF RATES,OF THE SOUTH WESTERN RAILWAY AND ALL OTHER DOCUMENTS ATTACHED TO THE TENDER) AND THAT I / WE AM / AREFULLY AWARE THAT I / WE WILL HAVE TO PERFORM THE CONTRACT IF MY / OUR TENDER IS ACCEPTED SUBJECT TO THECONTRACT DOCUMENTS COMPLETE AFORESAID. I / WE OFFER TO DO THE WORKS OF THEWORK“………………………………………………………………………………………..……………………………………………………………” AT THE RATES SHOWN IN THE PRINTED SCHEDULE OF RATES, OF SOUTH WESTERN RAILWAY AS CORRECTED BY ANDUPTO LATEST CORRECTION SLIP AT PAR / ENHANCED / DIMINISHED BY……………………PER CENT IN RESPECT OFSCHEDULE ‘A’ ( ITEMS COVERED BY THE UNIFIED SCHEDULE OF RATES,2011) AND AT THE RATES QUOTED BY ME / US INRESPECT OF SCHEDULES ………………… ( ITEMS NOT COVERED BY THE SCHEDULE OF RATES, 2011) AND LUMP SUMRATES FOR THE ITEMS GIVEN IN SCHEDULE ………………….. AND HEREBY BIND MYSELF / OURSELVES TO COMPLETE THEWORK IN …………………. MONTHS FROM THE DATE OF ISSUE OF THE LETTER OF ACCEPTANCE.

2. I / WE ALSO AGREE TO KEEP THIS TENDER OPEN FOR ACCEPTANCE FOR A PERIOD OF 90 DAYS FOR SINGLEPACKET SYSTEM AND 120 DAYS FOR TWO PACKET SYSTEM FROM THE DATE FIXED FOR OPENING THE SAME AND INDEFAULT THEREOF I / WE WILL BE LIABLE FOR FORFEITURE OF MY / OUR “EARNEST MONEY”.

3. A SUM OF RS…………………… IS HEREWITH FORWARDED AS EARNEST MONEY. THE FULL VALUE OF THEEARNEST MONEY SHALL STAND FORFEITED WITHOUT PREJUDICE TO ANY OTHER RIGHT OR REMEDIES AVAILABLE TOTHE RAILWAY IN CASE MY / OUR TENDER IS ACCEPTED AND IF:

A) I / WE DO NOT EXECUTE THE CONTRACT DOCUMENTS WITHIN SEVEN DAYS AFTER RECEIPT OF NOTICE ISSUED BYTHE RAILWAY THAT SUCH DOCUMENTS ARE READY; OR

B) I / WE DO NOT COMMENCE THE WORK WITHIN FIFTEEN DAYS AFTER RECEIPT OF ORDERS TO THAT EFFECT.

4. UNTIL A FORMAL AGREEMENT IS PREPARED AND EXECUTED ACCEPTANCE OF THIS TENDER SHALLCONSTITUTE A BINDING CONTRACT BETWEEN US SUBJECT TO MODIFICATIONS AS MAY BE MUTUALLY AGREED TOBETWEEN US AND INDICATED IN THE LETTER OF ACCEPTANCE OF MY / OUR OFFER FOR THIS WORK.

5. I / WE ALSO UNDERTAKE TO CARRY OUT THE WORK IN ACCORDANCE WITH THE SAID PLANS, SPECIFICATIONSAND CONDITIONS OF CONTRACT, AND TO FIND AND PROVIDE SUCH OF THE MATERIALS (OTHER THAN THOSE TO BESUPPLIED BY THE RAILWAY) FOR, AND TO DO ALL SUCH THINGS WHICH IN THE OPINION OF THE ENGINEER MAY BENECESSARY FOR , OR INCIDENTAL TO THE CONSTRUCTION, COMPLETION AND MAINTENANCE THEREOF AND TOCOMPLETE THE WHOLE OF THE SAID WORKS IN ALL RESPECTS, AND HAND THEM OVER TO YOU OR YOUR

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 66 of 130

REPRESENTATIVE(S) WITHIN THE PERIOD SPECIFIED, AND TO MAINTAIN THE SAME FOR THE PERIOD AND IN THEMANNER PROVIDED IN THE CONDITIONS OF CONTRACT.

………………………………………….

(Signature of the Tenderers)NAME:PLACE :DATE:ADDRESS:

Signature & ADDRESS of witnesses to the signature of the tenderer(s)

Witnesses: 1.Signature:……………………Date:…….….. Name:……………………………Address:……………………

2. “ “ “ “………

.

ANNEXURE-VI

FORM FOR REPORTING OF EMPLOYMENT

(Proforma to be filled in and signed by the Tenderer and submitted along with the tender )

(Strike out whichever is not applicable)

The undersigned -

(a) is a retired Gazetted officer holding prior to retirement a pensionable / non-pensionable post in theEngineering Department of the South Western Railway.

(b) is a partnership firm having as one of its partners a retired Engineer or a retired Gazetted officer asaforesaid.

( c) is an incorporated company having any such retired Engineer or retired Gazetted officer as aforesaid, asone of its directors.

(d) is having in my employment any retired Engineer or retired Gazetted officer as aforesaid.

(e) has no such retired Engineer or retired Gazetted officer so associated with me as stated above.

2. If falling under any of the above categories (a) to (d) , particulars of the officer may be furnishedhereunder:

(i) Post held before retirement …………………………………………………….

(ii) Date of retirement …………………………………………………….

(III) ……………………………………………………………………..

ii) If not retired at least two years prior to date of submission of tender …………………………………

state whether permission for taking such contracts has been obtained

from the President of India or any officer duly authorized in this behalf.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 67 of 130

3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or relativesemployed in Gazetted capacity in the Engineering or any other Department of the Railways, particulars ofsuch relatives in the Railway may be furnished hereunder---

(i) Name .. .. .. .. ………………………………………………….

(ii) Designation .. .. .. ………………………………………………….

(iii) Relationship .. .. .. ………………………………………………….

Signature of Tenderer(s)

NAME……………………….ADDRESS…………………..

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 68 of 130

ANNEXURE- VII( On Non Judicial stamp of Rs.200/- )

MEMORANDUM OF UNDERSTANDINGFOR JOINT VENTURE AGREEMENT

1) This Memorandum of understanding executed this __________ day of _____________ 20____between ____________ (Name of Co.)_____________ a company registered under the companies Act 1956having its registered office at __________ represented through its Director / Authorized Representative_______________ (hereinafter referred to as ____________________ which expression shall unlessrepugnant to the context thereof includes its successors) of the FIRST PART.

OR

M/s._________________ a partnership firm registered under the Indian Partnership Act 1932, having itsregistered office ___________________ represented through its Partner Shri ____________________ /Authorised Representative ___________________ ( hereinafter referred to as___________________________which expression shall unless repugnant to the context thereof includes itssuccessors ) of the FIRST PART.

AND

2) M/s._____________(Name of Co.)____________ a company registered under the Companies Act1956 having its registered office at ______________ represented through its Director or AuthorizedRepresentative ___________________(hereinafter referred to as _________________ which expressionshall unless repugnant to the context thereof includes its successors) of the SECOND PART.

OR

M/s._________________________ a partnership firm registered under the Indian Partnership Act 19____having its registered office _______________(hereinafter referred to as _______________ whichexpression shall unless repugnant to the context thereof includes its successors) of the SECOND PART.

AND

3) This Memorandum of understanding executed this __________day of _____________ 20_____between ____________ (Name of Co)_____________ a company registered under the companies Act 1956having its registered office __________ through its Director or Authorized Representative_______________(hereinafter referred to as ____________________ which expression shall unlessrepugnant to the context thereof includes its successors) of the THIRD PART.

OR

M/s._________________________ a partnership firm registered under the Indian Partnership Act 19____having its registered office _______________through its Partner or AuthorisedRepresentative______________ (hereinafter referred to as _______________ which expression shall unlessrepugnant to the context thereof includes its successors) of the THIRD PART.

4) This Memorandum of understanding executed this __________day of _____________ 20____between ____________ (Name of Co)_____________ a company registered under the companies Act 1956having its registered office __________ through its Director or Authorized Representative_______________(hereinafter referred to as ____________________ which expression shall unlessrepugnant to the context thereof includes its successors) of the FOURTH PART.

OR

M/s._________________________ a partnership firm registered under the Indian Partnership Act 19____having its registered office _______________through its Partner or AuthorisedRepresentative______________ (hereinafter referred to as _______________ which expression shall unlessrepugnant to the context thereof includes its successors) of the FOURTH PART.

AND

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 69 of 130

5) This Memorandum of understanding executed this __________day of _____________ 20_____between ____________ (Name of Co)_____________ a company registered under the companies Act 1956having its registered office __________ through its Director or Authorized Representative_______________(hereinafter referred to as ____________________ which expression shall unlessrepugnant to the context thereof includes its successors) of the FIFTH PART.

OR

M/s._________________________ a partnership firm registered under the Indian Partnership Act 19____having its registered office _______________through its Partner or AuthorisedRepresentative______________ (hereinafter referred to as _______________ which expression shall unlessrepugnant to the context thereof includes its successors) of the FIFTH PART.

Whereas DRM/W South Western Railway, ……. Division hereinafter referred to as Owner / Customer hasinvited Tender Nos.___________ hereinafter referred to as the South Western Railway Tender for the workof ____________ hereinafter referred to as the said work.

Whereas, the party of the first part i.e. M/s.______________ details to be supplied of the expertise in theirfield.

Whereas, the party of the Second part i.e. M/s.________________ details to be supplied of the expertise intheir field.

Whereas, the party of the Third part i.e. M/s.__________________ details to be supplied of the expertisein their field.

Whereas, the party of the Fourth part i.e. M/s.___________________ details to be supplied of theexpertise in their field.

Whereas, the party of the Fifth part i.e. M/s.___________________ details to be supplied of the expertisein their field.

And whereas parties to this MOU, have agreed to co-operative with each other to associate jointly and toform a joint Venture firm to participate in the South Western Railway Tender of Indian Railways.

Now, therefore, in consideration of the premises and mutual promises and of the undertaking containedherein, it is hereby agreed as follows:-

1) The Purpose of MOU.

M/s._______________ and ________________ agree to co-operate with each other for the purpose of jointparticipation in the South Western Railway Tender and in the event, the contract is awarded, to jointlyexecute the contract. The broad interfaces and scope of work of each party is set forth below.

2) The name of the Jt. Venture firm shall be ____________________

3) The parties, hereto, represented that:

a) They are in possession of all approvals and valid authorization for the purpose of execution ofthis MOU.

b) They have not entered into any agreement/MOU of equal or similar nature with any third partyfor the SOUTH WESTERN RAILWAY Tender.

That each of the parties of the J.V. agrees and undertake to place at the disposal of the JV, benefits of itsindividual experience, technical knowledge and skill and shall in all respects bear its share of theresponsibility, including the provision of information advice and other assistance required in connection withthe works. The share and the participation of the partners in the JV shall broadly be follows:

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 70 of 130

M/s……………………………………%

M/s……………………………………%

M/s……………………………………%

M/s……………………………………%

M/s……………………………………%

Lead Member:

That one of the member of the JV firm shall be the lead member of the JV firm who shall have a majority(at least 51%) share of interest in the JV firm. The other members shall have a share of not less that 20%each in case of JV firms with upto three members and no less than 10% each in case of JV firms with morethan three members. In case of JV firm foreign members(s), the lead member has to be an Indian firm witha minimum share of 51%.

And all rights, interest, liabilities, obligations, work experience and risks (net profits or net losses) arising outof the contract shall be shared or borne by the Parties in proportionate to these shares. Each of the partiesshall be bound by guarantees, sureties required for the work as well as its proportionate share in workingcapital and other financial requirements.

4. The parties to this MOU undertakes:

a) That after submission of the tender, the MOU shall not be modified/altered/terminated during thevalidity of the tender except when modification becomes inevitable due to succession laws etc. butin no case the minimum eligibility criteria would be vitiated. The parties to this MOU further agreesthat the Lead Member will continue to be the Lead Member of J.V. Firm.

b) That after the contract is awarded the constitution of the J.V. firm shall not be altered during thecurrency of contract except when modification becomes inevitable due to Succession Law etc. but inno case the minimum eligibility criteria would be vitiated.

5. JOINT & SEVERAL LIABILITY

In respect of the South Western Railway Tender, all terms shall be complied by each party on back-to-back basis as per specifications of the South Western Railway Tender or any other mutuallyagreed terms with the Owner / Customer. The Parties hereto shall, if awarded the contract for theproject for which the Joint Venture is formed, be jointly and severally liable to the Indian Railwaysfor execution of the project in accordance with the contract. The Parties hereto also undertake tobe liable jointly and severally for the loss, damages caused to the Customer in course of executionor due to non-execution of the contract or part thereof or arising out of the contract.

6. Shri ________ shall be authorized partner/person on behalf of the Joint Venture to deal with tender,to sign the agreement or enter into contract in respect of the said tender, to receive payment, towitness joint measurement of work done, to sign measurement books, and similar such action inrespect of South Western Railway tender/contract. All notices/correspondence with respect to thecontracts would be sent only to this authorised member of the JV firm.

7. Notwithstanding anything contained herein, in respect of the South Western Railway Tender withregard to the internal relationship, the inter se liabilities between the parties shall be in proportionto their respective scope of work and shall be subject to the provisions of this MOU.

8. The Parties agree that with respect to the South Western Railway Tender neither Party, nor anysubsidiary company of either party, nor any joint venture company or any other entity, in which theparty/ies, is or are in any way interested, shall complete together with or through any third party,nor shall the Parties advise, consult for, engage in or otherwise assist in any way any person or

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 71 of 130

entity or any affiliate thereof in respect of any orders or contracts related to the South WesternRailway Tender.

a. Responsibility

Each party shall assume and accept full responsibility for its Scope of Work and the obligationsimposed in the contract and in this MOU as if it was, with regard to its Scope of work, anindependent partner contracting individually with the Customer. In the event of any defect anddamage or any claim arising from the Customer under the Contract or any third party in relation toor as a consequence of any failure to meet the performance specification the Party, within whoseScope of Work the claim arises, shall be entirely responsible for the claim and shall indemnify andhold harmless the other Party from any liability, demand, claim burden cost, expense attorney’s feesand costs arising from thereof.

b. Assignability

No party to the Joint Venture has right to assign or transfer the interest, right or liability in thecontract without the written consent of the other party and that of the Customer.

c. Use of Machinery, Instruments, Labour Force etc.

The Parties hereto undertake that whatever the machinery, instruments, Labour force (includingunskilled, skilled, inspectors, Engineers etc.) they possess at the time of entering into Joint VentureAgreement or which subsequently shall come in their possession and if such machinery,instruments, labour force is required for the speedy and efficient execution of the work, theParty/Parties having the control over the said machinery, instrument, labour force etc. withouthaving any regard to their share of profit and loss agreed to between the Parties in Joint VentureAgreement shall hand over the same at the disposal of the other party who is actually executingthe work for purpose of execution of the contract without any hindrances and obstacle.

9. Duration of MOU

It shall be valid during entire currency of contract including the period of extension, if any and alsotill the maintenance period is over or till all the contractual liabilities including warranty/guaranteeobligations are discharged completely.

10. Applicable Law

This MOU and any arrangement/agreements regarding the performance shall be construed andinterpreted in accordance with and governed by the Laws of India and shall be subject to theexclusive jurisdiction of the courts at Bangalore.

11. Settlement of Disputes:

In the event of disputes arising from this MOU, the Parties to the MOU undertakes to endeavour tosettle the said disputes amongst them amicably. However, if the parties fail to resolve the disputesamongst them amicably, the said disputes arising out of or in connection with the present MOU shallbe resolved through Arbitration as per the provisions enshrined under the Arbitration andConciliation Act 1996 or/and amendments thereof.

12. All communications or notices provided for herein shall be in English language and be delivered,mailed, or tele-faxed to the Parties addresses as indicated below:

M/s…………………………………………………

M/s………………………………………………..

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 72 of 130

All correspondence and notices to the joint Venture shall be addressed to the Lead Member, i.e.M/s……………………………… Shri ………………………….. at the address stated herein below.

M/s……………………………………………….

…………………………………………………….

Such communication or notices shall be deemed to have been duly given when so delivered or, ifmailed, when received at destination.

13. Each Part shall have full and sole responsibility to bear the expense of and effect the payment ofany taxes, duties, special insurance, fees or assessments of any nature whatsoever (includingpersonal income taxes level or imposed on any of its employees or personnel or any of its sub-contractor’s employees or personnel) including penalties and interest, if any, levied in connectionwith the execution of this MOU.

14. The parties to this MOU declares and certifies that they have not been black listed or debarred byRailways or any other Ministry/Department of the Govt. of India/State Govt. from participation intenders/contract in the past either in their individual capacity or the JV firm or partnership firm inwhich they were member/partners.

In witness whereof, the Parties have caused this MOU to be executed by their respective authorisedrepresentatives on the date and year mentioned herein above.

Signature Signature Signature

Shri________________ of Shri ___________ of Shri____________ of

M/s.__________________ M/s.___________ M/s.____________

Signature: Signature

Shri __________________ Shri ___________

Witnesses:

1) Name Address:

2) Name Address:

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 73 of 130

ANNEXURE- VIII

Office of the………No.

Date:……………...

EXPERIENCE CERTIFICATE

To whom so ever it may concern(Issued for the purpose of quoting in SWR tenders)

M/s/Sri ………………………………….. (name and address of the contractor) is a working contractor of thisunit and was awarded the following work. The relevant details of the work are as under:-

1. Name of work:2. Acceptance letter No. & Date:3. Agreement No. & Date:4. Value of work awarded (value of

Agreement):5. Date of commencement of work:6. Whether work physically completed:7 Date of completion:8 Value of work completed as per last CC

bill/final bill9 Status of final bill10 Scope of work (broad category of works i.e.,

the name of the work in the agreement onwhich work is completed)

Item Qty24 earthwork,ii) bridge work,25 blanketing,iv) ballast26 Civil Engineering workvi) Transportationvii) Track linkingviii) Road worksxi) Any other (please specify)

11. Details of values of major components/works executed in the completed work.

Item Qtyi)value of earthwork,ii)Value of blanketing,iii)Value of RCC,iv)Value of PSC,v)Value of structural steel,vi) Value of buildingvii) Any other (Pl specify)

Deputy Chief Engineer/……… …………department, Govt. of ………

…………..Division/Circle,……(City)(PIN ………………………….)

Note:- The certificate issued by a Junior Administrative Grade officer or above of the department in Govt. ofIndia or Superintending Engineer or above in State Govt. or equivalent official in other sections ofthe Governments only will be accepted.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 74 of 130

ANNEXURE- IX

STATEMENT OF COMPLETED WORKS IN THE LAST THREE FINANCIAL YEARS

SL.No

Name of theorganisation

Nameofwork

Date ofletter ofacceptance

Placeofwork

Agt.Value

PresentPhysicalprogressin %age

Financialprogresscompletion

Balancework yetto becompleted.

1 SOUTHWESTERNRAILWAY

i) Open line in the7 Dns. Of S.Rly

ii) CN OrganisationunderCAO/CN/MS

iii) CN OrganisationunderCAO/CN/BNC

iv) MetropolitanTransport ProjectunderCAO/CN/MTP/MS

v) Railway Electri-fication Projects

vi) Others2. Other Railways3 Other Public

Sectorundertakings

4. Private Sector

The information furnished above are correct and complete, to the best of our / my knowledge andbelief.

We are / I am aware that if the information furnished above are found to be wrong or incomplete or anyrelevant information is found to have been suppressed, the tender is liable to the rejected, at any stage, aper Clause 20 of the Regulation for Tenders and contracts.

We are / I am aware that if the declarations as above in the tender are found to be not true, anyagreement that may be entered into, is also liable to be terminated by the Railway.

Signature of the tenderer :

Name :

Dated :

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 75 of 130

ANNEXURE- XSTATEMENT OF WORKS ON HAND

SL.No

Name of theorganisation

Nameofwork

Date ofletter ofacceptance

Placeofwork

Agt.Value

PresentPhysicalprogressin % age

Financialprogresscompletion

Balancework yet tobecompleted.

1 SOUTHWESTERNRAILWAY

i) Open line inthe 3 Dns. OfSW Rly

ii) CNOrganisationunderCAO/CN/BNC

iii) Others2. Other

Railways3 Other Public

Sectorundertakings

4. Private Sector

The information furnished above are correct and complete, to the best of our/my knowledge andbelief.

We are / I am aware that if the information furnished above are found to be wrong or incompleteor any relevant information is found to have been suppressed, the tender is liable to therejected, at any stage.

We are / I am aware that if the declarations as above in the tender are found to be not true, anyagreement that may be entered into, is also liable to be terminated by the Railway.

Signature of the tenderer :Name :Date :

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 76 of 130

ANNEXURE- XILIST OF EARTHWORK MACHINERY, TOOLS,PLANT AND STAFF TO BE DEPLOYED ON THIS WORK:

a) PLANT & MACHNERY

i). Earthwork machinery

Name of machine Number that the tenderer and description will deploy on this work

(1)Own _______________ _______________________________________ _______________________________________ ________________________

(2)Arranging From others _____________ ________________________

______________ ________________________ ______________ ________________________ ______________ ________________________

ii) Plants & Equipments for concreting including testing equipments for concreting and soils.

Name of machine Number that the tenderer and description will deploy on this work

(1)Own _______________ ________________________ _______________ _______________________________________ ________________________

(2)Arranging From others______________ ________________________

b) LIST OF PERSONNEL, ORGANIZATION ON HAND AND PROPOSED TO BEENGAGEDFOR THE SUBJECT WORK:

i) Available with the organization

Name Designation Qualification & Experience

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

------------- ------------- ----------------- ii) Proposed to be engaged from outside

Name Designation Qualification & Experience

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

If the above documents are not submitted by the tenderer or insufficient details/documents aresubmitted, the tender is liable to be rejected.

Signature of the tenderer NameDated:

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 77 of 130

ANNEXURE- XII*[PROFORMA FOR PERFORMANCE BANK GUARANTEE]*

BANK GUARANTEE NO.__________________AMOUNT RS.____________________________VALIDITY from__________________________Valid upto_______________________________Last date for lodgement of claim______________

PERFORMANCE GURANTEE IN THE FORM OF BANK GUARANTEE

1 In consideration of the President of India acting through the ………………………SouthWestern Railway, …………………..,*(give full address of the Official/ Department)* (hereinafterreferred to as the Government’) having accepted vide letter No………………………….dated……………….., the tender submitted by …………….*(give full address of the contractor)*(hereinafter referred to as “the contractor(s), and agreed to grant a Contract for…………………………*(indicate the nature of contract works)* (hereinafter called the Contract)and whereas one of the terms agreed by the said Contractor, is that he should give a PerformanceGuarantee in the form of an irrevocable bank guarantee amounting to 5% of the contract value, i.e.,Rs……………………/- (Rupees………………….only) *(indicate PBG amount)* valid upto…………….. *(Indicate date – Currency period + 60 days)*, by way of security for the dueobservance of the terms and conditions, performance and fulfilment of the said contract,we……………………………., *(indicate the name and full address of the bank)* (hereinafterreferred to as the ‘the Bank’) at the request of the Contractor do hereby irrevocably andunconditionally guarantee to the Government that the Contractor shall duly perform and dischargetheir obligations under the said contract to the full satisfaction of the Government and render allnecessary and efficient services which may be required to be rendered by the Contractor inconnection with and/or for the performance of the works as per the specifications stipulated in thetender no……………. dated……………… and Letter of Acceptance No………….. dt……….Within the time of………………*(Indicate date – Currency period + 60 days)* reckoned from thedate as per the letter of acceptance, and further guarantees that the works which shall be done bythe Contractor under the said Contract, shall be actually performed in accordance with terms andconditions of the Contract to the full satisfaction of the Government.

2 We, the Bank, do hereby undertake to pay to the Government an amount not exceedingRs………………..against any loss and/or damage caused to or suffered or would be caused to orsuffered by the Government by reason of any breach by the said Contractor(s) of any of the termsor conditions contained in the said Contract.

3 We, the Bank, do hereby undertake to pay the amounts due and payable under thisGuarantee without any demur, merely on a demand from the Government stating that the amountclaimed is due by way of loss and/or damage caused to or would be caused to or suffered by theGovernment by reason of any breach by the said Contractor’s(s)’ of any of the terms or conditionscontained in the said Agreement or by reason of the Contractor (s) failure to perform the saidAgreement. Any such demand made on the Bank shall be conclusive as regards the amount dueand payable by the Bank under this Guarantee. However, our liability under this Guarantee shall berestricted to an amount not exceeding Rs………………………….

4. We, the Bank, do hereby undertake to pay to the Government any money so demandednotwithstanding any dispute or disputes raised by the Contactor(s) in any suit or proceedingpending before any Court, Tribunal or Arbitrator(s) relating thereto our liability under this presentbeing absolute and unequivocal. The payment so made by us under this Bond shall be a valid

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 78 of 130

discharge of our liability for payment there under and the Contractor(s) shall have no claim againstus for making such payment.

5. We, the Bank, do further agree that the Guarantee herein contained shall remain in full foreand effect during the period that would be taken for the performance of the said Agreement and thatit shall continue to be enforceable till all the dues of the Government under or by virtue of the saidAgreement have been fully paid and as its claims satisfied or discharged or till the Governmentcertifies that the terms and conditions of the said Agreement have been fully and properly carriedout by the said Contractor(s) and accordingly discharges the Guarantee. Unless a demand or claimunder this Guarantee is made on us in writing on or before the……………………………………..,we shall be discharged from all liability under this Guarantee thereafter.

6. We, the Bank, do further agree with the Government that the Government shall have thefullest liberty without our consent and without affecting in any manner our obligations, hereunderto vary any of the terms and conditions of the said Agreement or to extend time of performance bythe said Contractor(s) from time to time or to postpone for any time or from time – to – time any ofthe powers exercisable by the Government against the said Contractor(s) and to forbear or enforceany of the terms and conditions relating to the said Agreement and we shall not be relieved fromour liability by reason of any such variation or extension being granted to the said Contractor(s) orfor any forbearance, act or omission on the part of the Government or any indulgence by theGovernment to the said Contractor(s) or by any such matter or thing whatsoever which under thelaw relating to sureties would but for this provision have effect of so relieving us.

7. This Guarantee will not be discharged due to the change in the constitution of the Bank orthe Contractor(s).

8. We,…………………………….*(indicate the name of the Bank)* lastly undertake not torevoke this Guarantee during its currency except with the previous consent of the Government inwriting.

Dated the…………………………day of…………..200…For…………………………………………Seal and Signature(s) of the authorizedOfficial(s) with designation

Note:- Words appearing between asterisk “*” marks are for guidance only and not to be typed inthe final / fair document of Bank Guarantee

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 79 of 130

TECHNICAL SPECIFICATION FOR PLAIN CONCRETE WORK ANDREINFORCED CEMENT CONCRETE WORK

1. Supply of cement and steelThe cement and steel required for various items of work under Schedule A

will be supplied by the Contractor at the site of work in accordance with therequirements. The payment for the cement and steel supplied and used byContractor for Schedule "A" items shall be made as per relevant items underSchedule 'C'. However, Railway reserves the right to supply departmentalcement and steel to the extent available which shall be transported by theContractor from depot to the workspot. Payment towards such transportationwill be made under relevant item of USSOR 2011. Any temporary structurerequired for storage of cement, steel etc., has to be provided by the tendererat his cost and should be removed after completion of the work. The Railwaywill only provide suitable land for construction of the above temporary shedfree of cost wherever available. This temporary shed is to be opened forinspection whenever Engineer-in-charge or his representative desires to inspectthe cement.

2. Specifications for Cement2.1 The cement used shall conform to any of the following standard, with the

prior approval of the engineer.

(i) 33 Grade Ordinary Portland Cement conforming to IS:269(ii) 43 Grade Ordinary Portland Cement conforming to IS:8112(iii) 53 Grade Ordinary Portland Cement conforming to IS:12269(iv) Rapid Hardening Ordinary Cement conforming to IS:8041(v) High Strength Portland Cement conforming to IRS:T:40(vi) Portland Slag cement conforming to IS:455(See note 1&4 below)(vii) Portland Pozzolana Cement conforming to IS:1489(See Note 2&4

below) (viii)Sulphate Resistance Cement conforming to IS:12330(see Note 3

below)

Note 1: “Mixing of blast furnace slag with OPC cement at site shall notbe permitted.

Note 2:“Portland Pozzolana cement/Portland slag cement shall not be usedfor PSC works. When Portland Pozzolana cement is used in plain andreinforced concrete, it is to be ensured that proper damp curing ofconcrete at least for 14 days and supporting form work shall not beremoved till concrete attains at least 75% of the design strength”.

Note 3: The sulphate resisting cement conforming to IS:12330 shall be usedonly in such conditions where the concrete is exposed to the riskof excessive sulphate attack e.g., concrete in contact with soil orground water containing excessive amount of sulphate. It shall notbe used under such conditions where concrete is exposed to risk ofexcessive chlorides and sulphate attack both.

Note 4: The rate of development of strength is slow in case of blendedcement i.e., Portland Pozzolana cement and Portland slag cement, ascompared to ordinary Portland cement. This aspect should be takencare while planning to use blended cement. Accordingly period ofremoval of form work and period of curing etc., should be suitablyincreased.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 80 of 130

Note 5: Compatibility of chemical admixtures and super plasticizers withPortland Pozzolana cement and Portland blast furnace slag cementshall be ensured by trials before use.

Note 6: Some other properties of concrete such as modulus of elasticity,tensile strength, creep and shrinkage are not likely to besignificantly different. For design purposes, it will besufficiently accurate to take the same value as those used forconcrete made with OPC.

2.2 Procurement of Cement:2.2.1 Cement to be used on the works shall be procured from the main / reputed

cement plants or from their authorized dealers. Decision of Engineerregarding reputed firms shall be final and binding on the contractor.

2.2.2 Cement bags preferably in paper bags and packings should bear thefollowing information in legible markings:

i) Manufactuerer’s nameii) Registered Trade Mark of manufacturer, if any.iii) Type of cementiv) Weight of each bag in Kgs. Or No. of bags/Tonne.v) Date of manufacture, generally marked as week of the year/year of

manufacture eg., 30/01 which means 30th week of 2001.vi) IS Code No. to which the cement conforms.

2.2.3 All cement bags shall have company stitches intact and if any sign oftampering with company stitches is noticed it will be rejected without anytest.

2.3 TEST CERTIFICATE REGARDING QUALITY OF CEMENT2.3.1 Necessary test certificates will have to be produced by the tenderer

regarding the quality of the cement conforming to the specificationindicated above.

2.3.2 The Railway reserves the right to take samples during the course of thework and get the cement tested in reputed laboratories to ascertain theconformity to the specification. Cost of such testing shall be borne bythe contractor with out any extra payment.

2.3.4 Tests on cement to be done as per relevant IS Codes. Some of the testswhich may be carried out are:

i) Compressive strengthii) Initial and final setting timeiii) Consistencyiv) Soundness.v) Fineness

2.3.5 Any temporary structure required for storage of cement, steel etc., has tobe provided by the tenderer at his cost and this should be removed aftercompletion of the work. The Railway will only provide suitable land forconstruction of the above temporary shed free of cost. Double lockarrangement (Contractor and Railway) for the temporary stores shed shouldbe provided by contractor.

3. Consumption of cement:(a) The cement consumption for the works shall be as per the "cementschedule" and also as per the "specifications for materials and works 1969" ofSouthern Railway or as per the approved design mix.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 81 of 130

(b) In case of design mix (M20, M25, M40 mix etc., or similar mix design),the quantity of cement will be decided based on the design mix.

(c) The Contractor should submit design mix details at his cost from theapproved laboratory to the engineer-in-charge before getting the trial mixapproval / use in construction. The minimum grade of plain cement concreteshall be M20 and reinforcement cement concrete shall be M25. Minimum gradeof concrete shall be M-40 for Prestressed concrete structure. Only the approveddesign mix shall be used for the concrete.

(d) The following minimum quantity of cement shall be used for variousgrade of concrete as per IRS code.

Depending upon the environment to which the structure is likely to be exposedduring its service life, minimum cementitious material content in concreteshall be as given in following table . Maximum cementitious material contentshall be limited to 500 kg/cum.

------------------------------------------------------------------------- Environment Plain Concrete Reinforced Concrete Prestressed Concrete (PCC) (RCC) (PSC)

------------------------------------------------------------------------- Grade Content Grade Content Grade Content

------------------------------------------------------------------------- Mild M-20 300 M-25 350 M-35 400 Moderate M-25 350 M-30 400 M-35 400 Severe M-25 380 M-35 400 M-45 430 Very severe M-30 400 M-40 430 M-50 440 Extreme M-30 400 M-45 430 M-50 440

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

(e) No wastage of any of the materials supplied and used in the work by thecontractor including cement is payable by the Railway, contractor will make hisown arrangements for storing cement for use in work.

(f) Contractor should take proper precautionary measures to store the cement ingood condition against rains, cyclones. Railway is not responsible for any lossof cement due to clodding on account of defective storage.

(g) 53 Grade and 43 Grade cement should be stacked separately in countablemanner. Empty cement bags would be property of the contractor and shall bedisposed off by the contractor himself.

(h) Admixture / Plasticizers can be used as per Clause 4.5 of IRS ConcreteBridge code vide correction slip No.22 for which no extra payment isadmissible.

(i) Cement for temporary and enabling works shall be arranged by thecontractor at his own cost and no extra payment will be paid on this account.

4. Specification for reinforcement steelThe reinforcement steel rods supplied by the contractor must satisfy thefollowing requirements.

i) The steel shall be TMT HYSD steel conforming to IS 1786-1985 and in caseof mild steel rods it shall conform to IS 432 (Part-I).

ii) The contractor shall produce the manufacturers test certificate for eachlot of supply satisfying the requirements of relevant IS Codes.

iii) Specimen of the material shall be tested before it is put to use inrecognized laboratory and the cost of testing shall be borne by the Contractor.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 82 of 130

iv) The Engineer-in-charge reserves the right of testing of specimen at hisown discretion and the cost of testing will be borne by the Contractor.

5. Procurement of steel:i) Steel shall be procured from the main / reputed producers such asSAIL /TISCO /IISCO / RINL or its subsidiaries or authorised stockists. Rerolledsteel will not be accepted.

ii) The contractor shall have to submit the cash memo and challans along withthe lot / batch of steel purchased in token of proof of purchase of steel fromreputed dealers. Steel reinforcement shall be approved by Engineer-in-chargebefore use in works.

6. Payment for steel:i) Payment for supply of cement/reinforcements steel for entire workunder Schedule 'A' (SOR Items) will be made for the quantity required / used asper the 'Specification for Materials and Works, 1969' and 'Cement Schedule' ofSouthern / South Central Railway and as per drawings issued from time to timeand as per approved design mix for the completed and measured quantityof concrete/reinforced cement concrete works. No payment will be admissible forquantity supplied in excess of the required quantity. However, contractorwill be permitted to take the excess quantity back by his own means, but noclaim for payment for transportation so involved will be admissible. Also, nopayment will be made for more supply of steel or cement at the site.

ii) Conditions applicable for works covered under South Central RailwaySchedule of Rates 2002.

For quantity of steel reinforcement utilised for RCC works underSchedule "A" deduction from the quoted rate as per relevant SOR item at thequoted percentage of Schedule "A" will be effected, as, the rates for RCC itemsin Schedule "A" is inclusive of cutting, bending, binding and placing inposition all steel reinforcement bars with contractor's supply of binding wires16 or 18 SWG at 4.5 kg/tonne of reinforcement steel used.

iii) Payment for steel reinforcement will be as per reinforcementactually utilised in the work based on approved bar bending schedule.Nothing extra will be paid for wastage or for cut rods, if any, which will bethe property of the contractor. The weight of the steel will be calculated fromthe nominal weight as per relevant IS Code or the actual unit weight whicheveris less based on linear measurements.

iv) The cutting, bending, placing of reinforcement shall conform torelevant IS/IRS codes and instructions on detailing of reinforcement asdirected by Engineer-in-charge.

v) Payment for steel overlap less than the standard length shallbe admissible to a maximum limit of 5% of the total consumption of steelexcluding lap. Nothing extra will be paid for unauthorised overlaps.

vi) Steel reinforcement shall be stored in such a way so as to avoiddistortion and to prevent deterioration by corrosion. All reinforcement usedshould be free from loose Mill scale, loose rust, paints and oil covering /coating etc. Steel brought to site of work should be given a coat of cementwash to prevent ingress of corrosion, at contractor's own cost as directed byengineer in case there is delay in using such reinforcement.

vii) Advance payment if any made for steel supplied at site will beagainst irrecoverable Bank Guarantee in the standard format for theequivalent value made by the Railways. Such material shall be property of

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 83 of 130

Railways and will be issued to contractor by Engineer-in-charge wheneverrequired for the work. Contractor will be solely responsible for guardingagainst theft/misuse of the consignment due to any cause what so ever. Theadvance payment will be made, only when the Engineer-in-charge or his authorizedrepresentative certifies that in his opinion that the materials are actuallyrequired in accordance with the contract. It is the responsibility of the agencyto ensure that steel as per the requirement is brought to site as per approveddrawings & any excess steel brought will be the property of the contractor.

viii) Any advance payment found to be made against the materials broughtto the site in excess over the actual materials consumed in work shall berecovered from contractor dues.

ix) The contractor shall be bound to store the materials at site of workearmarked for the purpose by the Engineer-in-charge and shall not remove fromthe site nor use for any other purposes than exclusively for execution of thework for which the materials are intended for. Safe guarding of the materials isthe responsibility of the contractor.

x) Welding of reinforcement will not be generally permitted except inspecial circumstances under the written approval of the Engineer-in-charge.

xi) The rate quoted for placement of steel shall be inclusive of thecost of the GI binding wire of soft annealed GI wire of 16 to 22 SWG confirmingto IS 280 and no extra payment for provision of GI binding wire is payable.

xii) Contractor shall remove from site any steel materials as rejected bythe Engineer-in-charge within reasonable time as specified by him.

xiii) A register shall be maintained by the contractor with full detailsof reinforcement provided for accountal and payment of steel reinforcement. Thecontractor should sign a similar such register maintained by Railway beforeundertaking concreting works, as a token of acceptance of the details ofreinforcement steel provided in works , failing which the details as recorded byRailway are binding on the contractor for the purpose of payment and no disputewill be entertained by Railway on this account.

xiv) If MS bars are supplied in coils, then the contractor will have tostraighten them before cutting and bending etc. within the quoted rate and noextra payment will be made on this account.

xv) Steel for temporary and enabling works shall be arranged by thecontractor at his own cost and no extra payment will be paid on this account.

7.0. GENERAL:7.1. All the drainage pipes used for the decking or for the weep holesof retaining walls shall be of PVC pipes of 100 mm dia provided at suitableintervals. The Pipes shall be of sufficient length and placed in such a waythat the rainwater does not splash on to the girder/bearings. The rate quotedfor RCC works is inclusive of provision of weep holes by use of PVC pipe. Noseperate payment will be made towards cost of the PVC pipes used in retainingwalls for weep holes.7.2 The Contractor has to make his own arrangements for supply of potablequality water for use in concrete works as per codal requirement. Samples ofwater should be got tested from the approved laboratory and approved by theEngineer-in-Charge before being used for concreting. Sea water water will notbe permitted.

7.3 The maximum size of coarse aggregate / stone metal shall be as perschedule and shall comply with IS.383-70 and aggregates used for concretingshall be properly graded.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 84 of 130

7.4 All exposed surface of concrete shall be finished smooth and no extrapayment will be allowed for this.

7.5 Minimum concrete cover as stipulated in relevant clauses of IRS concretebridge code/IS Code should be provided.7.6 ALL MIX DESIGN CONCRETE SHOULD BE WEIGH BATCHED ONLY.7.7 The concrete shall not be deposited in forms until the Engineer hasinspected the placing of the reinforcement, conduits, anchorage prestressingsteel, its profile and scaffolding/shuttering arrangement and given hisapproval thereof.

7.8. Form vibrators shall be used in sufficient numbers for all PSC worksalong with needle vibrators. The concrete shall be vibrated to thesatisfaction of the Engineer. Care should be taken that the vibration does notdisplace the reinforcement, conduit and anchorages.

8.0. CONCRETE TESTING FACILITIES:8.1. The contractor shall set up at his cost at the site of work, a fullyequipped concrete testing laboratory, having facilities and equipments forconcrete mix design, cube testing, setting time of cement permeability test ofconcrete wherever required as per IRS Code etc., for major concreting work.However for smaller works, these testing can be got done through approvedlaboratory at the cost of tenderer/contractor to the satisfaction of theEngineer.8.2. Concrete samples and cement samples shall be tested in thislaboratory as and when required at no extra cost, in the presence of Railwayrepresentative at such frequent intervals and on such specimens of work asstipulated by the Engineer-in- Charge. The results of such tests should bemade available to the Railways as and when done. The tenderer/contractor shouldalso make available free of charge the facilities available at his testinglaboratories to the Railways for any other testing, which the Railway may liketo do on their own. Such a testing laboratory should be manned by competent andtrained men.

8.3. Test cube moulds in sufficient number required as per the code shall bemade available at site of work at contractors cost.9.0. SHUTTERING:9.1. The steel shuttering used for concreting works shall be of sturdy natureas to allow vigorous form vibration and when the shuttering is removed, thereshall not be any deviation from the specified dimensions of any structuralmember by more than +5 mm. No negative tolerance is permitted. The line, leveland surface of the finished work should be absolutely neat and pleasing. Notouching of concrete will be allowed after the shuttering is struck. If thereis any variation in the surface, alignment or lines by more than 5 mm on ametre length, the structural member cast is likely to be rejected.

9.2. For any operation, such as erecting of shuttering, scaffolding, etc.,which is likely to cause danger to Railway traffic/Road traffic, priorpermission shall be obtained from the Engineer or his representative andsuch precautionary measures as prescribed by him to ensure safety shall betaken before the work is commenced at no extra costs. Similarly in electrifiedarea proper insulation to be done at contractors cost to ensure safety ofworkmen and also Railways Electrical installations.9.3 Dumped/sunk materials/items in Channel: The Contractor shall ensurethat no offensive materials or effluents are discharged/dumped in theneighborhood of his works or in the waterways and roadways which may causeinconvenience or danger to the local inhabitants. The Contractor shall alsoensure that none of his plant, machinery fall or get sunk in the waterways androadways posing danger at his own cost as directed by the Engineer-in-charge.

Signature of Tenderer/Contractor.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 85 of 130

Special Conditions and Scope of Work

1) Construction of two separate G+1 buildings i.e. one for supervisor’s Holiday Home and other for officer’s Holiday Home including civil, electrical and communication works, and also

construction of roads, pedestrian pathway, garden, landscaping, compound wall and septic tanketc.

2) Contractor has to submit- Site plan, GAD, detailed plans, elevations, architectural elevationsfront and back, sectional elevations, detailed structural drawings and design calculations for allstructural members including arrival podium porch canopy, electrical and telecommunicationlayouts, water supply and sanitary layouts with details of fittings and fixtures, rain waterharvesting layout and plans, fire fighting arrangements, detailed interior designing plan showingall civil, electrical, communications fitting and fixtures, TV location and also drawings/layoutsof garden, flooring layout-for ground and first floor separately for both the buildings includingselection of materials/finishes as per specifications etc and all other required details in all respectand as per the instructions of the engineer-in-charge. All above works are part of tender and noseparate payment will be made.

3) Tentative time for preparation and approval of drawing/designs-

SlNo

Activity Maximum timeallowed toContractor

(D is Date of issuingof LOA)

Timerequired to

Railways forapproval/com

ment1 Submission of site plan, GAD, plans, elevations,

architectural elevations of front and back of both the G+1buildings, and also drawing/layout plan for lawnarrangements, lighting arrangements alongside the road etc.

D+1 to D+20 days D+21 toD+40 days

2 Correction and resubmission of above for approval D+41 to D+50 days D+51 toD+60 days

3 After approval of above-Submission of detailed structuraldrawings and design calculations of various structuralmembers, for both the buildings all the floors.

D+61 to D+80 days D+81 toD+100 days

4 Correction and resubmission of above for approval D+101 to D+110days

D+111 toD+120 days

5 Construction activities to be commenced immediately afterapproval of structural drawings.

--- ---

6 Submission of detailed interior designing plan showing allthe civil fittings, fixtures, furniture locations, electricalfitting locations, communication fitting locations includingTV locations and all other required details in all respect andas per the instructions of the engineer-in-charge.

D+121 to D+140days

D+141 toD+160 days

Note-All above works are part of tender and No separate payment will be made to thecontractor for preparation and submission of above design and drawings.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 86 of 130

4) Tentative bar chart for the works-Time in months 1

st2nd

3rd

4th

5th

6th

7th

8th

9th

10th

11th

12th

13th

14th

15th

16th

17th

18th

ActivitySubmission andapproval of variousdrawing anddesigns as given inSl No-2 and Sl No-3above.Construction ofsupervisor'sHoliday Home.Construction ofofficer's Holidayhome.

Construction ofother ancillaryworks like road,compound wall,pedestrianpathway,development oflawn, landscaping,septic tank etc.

5) After complication of one G+1 building i.e. supervisor’s holiday home for more than 80%of civil work, then only other G+1 building i.e. officer’s holiday home, work will be started.

6) Tentative GAD and plans of both the (G+1) separate buildings are enclosed, it is tentativeand for guidance purpose of contractor. It can be changed as per the requirement ofRailways.

7) The successful tenderer should have the valid electrical class-I license issued by electrical

inspectorate or should have the tie up (for electrical work of subject tender work) with agency

possessing valid electrical class-I license. The proof of above Class-I license/tie up for subject

work should be submitted before starting the electrical work.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 87 of 130

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 88 of 130

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 89 of 130

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 90 of 130

Tender SchedulesCivil Work = Sch.-A, A1, A2, (USSOR-2011) & Sch-B (NS items)

Electrical Work = Sch.- C & CI (NS items)

Telecommunication (S&T) = Sch. - D (NS items)

द ण प म रेलवेSOUTH WESTERN RAILWAY CIVIL

WORKS

Schedule 'A' ( USSOR-2011 items Only )

का का नाम NAME OF WORK : MAO:- Hubli-Division – Construction ofHoliday Home for All Indian Railways at Madgaon –14 Suits for Officers &25 Rooms for Staff in separate two G + 1 Buildings each.Name of Contractor / Tenderer Apporx Cost Rs 33876059Items of Works that are covered by the USSOR 2011 of SWR for HubliDivision Corrected up to dateम सं.

SL NOद असं

USSORNo

वरणDescription

माQTY

इकाईUNIT

दरRATE

कुलTOTAL

1 011010-11

Earth work in excavation as per approved drawings anddumping at embankment site or spoil heap, within railwayland, including 50m lead and 1.5m lift, the lead to bemeasured from the centre of gravity of excavation to centreof gravity of spoil heap: the lift to be measured from naturalground level and paid for in layers of 1.5m each, includingincidental work, as per specifications-in All kinds of soils

2410 cum 109.06 262835

2 012010 Extra over item 011010 for excavation in foundations forbuildings and bridges to cover dressing to neat dimensionand plumbing sides etc. Note : Dressing under this item ispayable for the total quantity of excavation in foundationand not partly

2410 cum 10.70 25787

3 012010 Supply of Moorum 420 cum 86.25 36225

4 012040 Filling, watering and ramming earth in 15 cm layers infloors and foundations with surplus earth from foundationsincluding 50m lead and 1.5m lift

1000 cum 24.30 24300

5 012050 Supplying and filling sand in plinth and under floorsincluding watering, ramming, consolidating and dressingcomplete

230 cum 850.26 195560

6 031010-11

Providing and laying in position cement concrete ofspecified proportion excluding cost of cement, centeringand shuttering - All works upto Plinth level : 1:3:6 (1cement : 3 sand : 6 graded stone aggregate 20mmnominal size)

580 cum 2097.36 1216469

7 032050-51

Providing and laying cement concrete 1:2:4 in damp-proofcourse (1 cement : 2 sand : 4 graded stone aggregate12.5mm nominal size - excluding the cost of cement andincluding providing, fixing and removal of forms. 25mmthick

1470 Sqm 119.68 175930

8 031020-23

Providing and laying cement concrete, up to plinth inretaining walls, walls (any thickness) including attachedplasters, columns, pillars, posts, struts, buttresses, string orlacing courses, parapets, coping, bed blocks, anchorblocks, plain window sills, fillets etc, excluding the cost of

100 cum 2350.75 235075

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 91 of 130

cement and of shuttering, centering. 1:2:4 (1 cement : 2sand : 4 graded stone aggregate 20mm nominal size)

9 041010-11

Providing and laying in position M 25 Grade design mixconcrete for reinforced concrete structural elements butexcluding cost of centering, shuttering, reinforcement andAdmixtures in recommended proportion (as per IS:9103) toaccelerate, retard setting of concrete, improve workabilitywithout impairing strength and durability as per direction ofEngineer in charge All work upto plinth level, including raftfoundation of washable aprons, HS tank, pile cap, footingsof FOB, and Platform shelter etc.

550 cum 2588.86 1423873

10 041010-12

Providing and laying in position M 25 Grade design mixconcrete for reinforced concrete structural elements butexcluding cost of centering, shuttering, reinforcement andAdmixtures in recommended proportion (as per IS:9103) toaccelerate, retard setting of concrete, improve workabilitywithout impairing strength and durability as per direction ofEngineer in charge All work in buildings above plinth levelupto floor two level.

1100 cum 2844.03 3128433

11 042010-11

Centering and shuttering including strutting, propping etc.and removal of form for :Foundations, footings, bases ofcolumns, raft foundation of washable aprons, Pile caps,Footings of FOB etc.

920 Sqm 124.10 114172

12 042010-13

Centering and shuttering including strutting, propping etc.and removal of form for :Suspended floors, roofs, landings,balconies, FOB slabs, walkway slabs and access platform

3500 Sqm 248.05 868175

13 042010-14

Centering and shuttering including strutting, propping etc.and removal of form for :Lintels, beams, plinth beams, bedblocks, girders, bressumers and cantilevers

5360 Sqm 208.65 1118364

14 042010-15

Centering and shuttering including strutting, propping etc.and removal of form for :Columns, pillars, , posts and struts

1340 Sqm 296.50 397310

15 042010-16

Centering and shuttering including strutting, propping etc.and removal of form for :Stairs (excluding landings) exceptspiral-staircases

200 Sqm 281.30 56260

16 042020-25

Centering and shuttering including strutting, propping etc.and removal of form for special shapes Edges of slabs andbeams in floors and walls under 20 cm wide

804 metre 79.90 64240

17 061010-13

Random rubble masonry with hard stone in foundation andplinth including levelling up with concrete as perspecifications, upto plinth level with :Cement mortar 1:6(1cement: 6coarse sand)

320 cum 2023.44 647501

18 056040-43

Cement Concrete Solid Block Masonry in foundation and plinthwith:(factory made blocks) Cement mortar 1:6 (1cement:6coarse sand)

1250 cum 3416.52 4270650

` 056050 Extra over Item 056040 for Cement Concrete Solid Blockmasonry in superstructure above plinth level upto floor twolevel

1250 cum 570.47 713088

20 063010-12

Laterite Masonry in foundation and plinth with : Cementmortar 1:4 (1cement: 4 fine sand)

820 cum 1850.64 1517525

21 063020 Extra for Laterite Masonry in superstructure above plinthlevel upto floor two level

550 cum 266.02 146311

22 111020-21

15 mm cement plaster on the rough side of single or halfbrick wall of mix - 1:4 (1cement: 4 fine sand)

10880 Sqm 86.68 943078

23 111010-12

12 mm cement plaster of mix -1:6 (1cement: 6fine sand) 3030 Sqm 75.31 228189

24 112040 Providing and applying plaster of Paris putty of 2mmaverage thickness over plastered surface to prepare thesurface even and smooth complete

10400 Sqm 81.94 852176

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 92 of 130

25 171210 Providing and laying water proofing treatment in sunkenportion of WCs, bathroom etc. by applying cement slurrymixed with water proofing cement compound as per IS2645 in layers a) 1st layer of slurry of cement @ 0.488kg/sqm mixed with water proofing cement

195 Sqm 157.70 30752

26 171220 Providing and laying water proofing treatment on roofs ofslabs by applying cement slurry mixed with water proofingcement compound as per IS 2645 in layers (i) After surfacepreparation, 1st layer of slurry of cement @ 0.488kg/ sqmmixed with water proofing cement

1500 Sqm 246.46 369690

27 115040-41

Distempering with oil bound washable distemper ofapproved brand and manufacture to give an even shadeNew work (two or more coats of distemper) over andincluding priming coat with cement primer

8590 Sqm 65.65 563934

28 115110 Finishing walls with water proofing cement paint of requiredshade two or more coats on new work applied @ 3.84Kg/10 sqm

5210 Sqm 42.05 219081

29 095020-27

Providing and fixing ceramic tiles conforming to IS:15622 ofmanufacturers approved by railway in all colours, shades,design and abrasion resistance class as approved by theEngineer-in-Charge in floors and landings over 20mm thickbed of cement mortar 1 Of Group B-I-a of IS : 15622(Vitrified tiles) of size 800x800mm and above

1040 Sqm 1213.89 1262445.6

30 095020-22

Providing and fixing ceramic tiles conforming to IS:15622 ofmanufacturers approved by railway in all colours, shades,design and abrasion resistance class as approved by theEngineer-in-Charge in floors and landings over 20mm thickbed of cement mortar 1 Of Group B-II Clause 5.1 (forabrasion resistance) of IS:15622 (Ceramic Floor Tiles) ofsize 400x400mm and above

1020 Sqm 541.24 552065

31 095010-12

Providing and fixing Ist quality ceramic tiles conforming toGroup B-III (Ceramic Wall Tiles) of IS:15622 ofmanufacturers approved by railway in all colours, shades,and design as approved by the Engineer-in-Charge inskirting, risers of steps and dado 200x300 mm

1080 Sqm 623.39 673261

32 099170-74

Providing and fixing 18mm thick mirror polished, machinecut for floors and similar locations of required size ofapproved shade, colour and texture laid over 20mm thickbase cement mortar 1:4 (1cement: 4coarse sand) withjoints treated with white cement Granite Pink. Area of slabover 0.5 Sqm but upto 1.0 Sqm

600 Sqm 1722.02 1033212

33 099040-44

Providing and fixing 18mm thick mirror polished, machinecut for kitchen platforms, vanity counters facias, dados andskirtings and similar locations of required size of approvedshade, colour and texture laid over 20mm thick basecement mortar 1:4 Granite Pink. Area of slab over 0.5 Sqmbut upto 1.0 Sqm

66 Sqm 1934.77 127695

34 096080 Kota stone slabs 25mm thick in risers of steps, skirting,dado and pillars laid on 12mm (average) thick cementmortar 1:3 (1cement: 3coarse sand) and jointed with greycement slurry mixed with pigment to match the shade ofthe slab, including rubbing and

50 Sqm 1041.14 52057

35 096090 Extra for nosing in steps and treads of kota stone slab. 20 Sqm 184.66 369336 094060-

62Providing & fixing Precast Chequered tiles conforming toIS:13801:1993, manufactured under mechanical vibration& hydraulic pressing machine in double layer; top layer of10 to 12 mm thickness of Dolomite Powder, graded chips,fibre and UV stabilised iron 300mm x 300mm x 30mm thick

50 Sqm 724.31 36216

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 93 of 130

37 098020-21

Supplying and laying interlocking pre-cast CC block paversof approved design factory manufactured of specifiedgrade cement concrete on passenger platform, foot paths,circulating area, etc, including setting in position over25mm thick bedding layer of60 mm thick blocks of M30grade for light traffic

440 Sqm 507.52 223308.8

38 237050 Supplying and laying precast Kerb Stone of concrete M25Grade 30cmX 20 cm (In Section / including chamfering asper design if any) including fixing in 1:6 cement sandmortar and pointing with 1:2 cement mortar (1cement:2Sand ordinary) including all ex

280 metre 391.42 109598

39 099050-53

Providing and fixing 40mm thick Cuddapah stone polished,machine cut for kitchen platforms, vanity counters facias,dados and skirting and similar locations of required size,laid over 20mm thick base cement mortar 1:4 (1cement:4coarse sand) with joints Area of slab over 1.0 Sqm butupto 2.0 Sqm or larger

330 Sqm 1402.25 462743

40 071010-11

Providing wood work in frames of doors, windows,clerestory windows and other frames and trusses, wrought,framed and fixed in position :Second class teak wood

6640 cudm 130.37 865657

41 072150-52

Providing and fixing flush door shutters to IS: 2202 Part-Inon-decorative type, core of block board construction withframe of 1st class hard wood and well matched commercial3ply veneering with vertical grains or cross bands and faceveneers on both fac 30 mm thick including ISI markedstainless steel butt hinges with necessary screws

180 Sqm 926.51 166772

42 078310 Providing and fixing of fibre glass reinforced plastic (FRP)door frames of three legged of cross-section 90 mm x 45mm having single rebate of 32 mm x 15 mm to receiveshutter of 30 mm thickness. The laminate door framemoulded with fire retardant grad

210 RM 497.83 104544

43 078320 Providing and fixing 30 mm thick glass fibre reinforced(FRP) panelled door shutter of required colour andapproved brand and manufacture, made with fire retardantgrade unsaturated polyester resin, moulded to 3 mm thickFRP laminate for farming hollow r

90 Sqm 2984.34 268591

44 072010-11

Providing and fixing panelled/glazed or panelled andglazed shutters for doors, windows and clerestory windowsincluding ISI marked black enamelled M.S. butt hinges withnecessary screws excluding, panelling/glazing which willbe paid for separately Second class teak wood, 35mmthick

18 Sqm 1874.30 33737

45 121020 Painting wood work with Deluxe Multi Surfaces Paint ofrequired shade. Two or more coat applied @ 0.90ltr/10sqm over an under coat of primer, applied @ 0.75ltr/10sqm of approved brand or manufacture

460 Sqm 51.35 23621

46 075200-01

Providing and fixing ISI -1378marked oxidised M.S. towerbolts black finish (Barrel type) with necessary screws etc.complete of size.250x10

144 Each 65.04 9366

47 075220-21

Providing and fixing ISI marked oxidised M.S. door latchesconforming to IS: 5930 with screws etc. complete300x20x6mm

144 Each 52.67 7584

48 075230-31

Providing and fixing ISI marked oxidised M.S. handlesconforming to IS: 4992 - with necessary screws etc- of size125 mm

144 Each 20.52 2955

49 076010-11

Providing and fixing ISI: 12817 marked stainless steel butthinges with stainless steel screws etc. complete ofsize125x64x1.90 mm

216 Each 43.49 9394

50 077140 Providing and fixing bright finished brass hanging type floordoor stopper with necessary screws etc. complete

72 Each 75.70 5450

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 94 of 130

51 081180 Providing and fixing in position collapsible steel shutterswith vertical channels 20x10x2mm and braced with flat irondiagonals 20x5mm size with top and bottom rail of T-iron40x40x6mm with 40mm dia, steel pulleys complete withbolts, nuts, locking arran

24 Sqm 3152.81 75667

52 082010-11

Providing and fixing anodised aluminium work for doors,windows, ventilators and partitions with extruded built upstandard tubular and other sections of approved makeconforming to IS:733 and IS:1285, anodised transparent ordyed to required shade accord For fixed portion

1000 Kg 299.91 299910

53 082010-12

Providing and fixing anodised aluminium work for doors,windows, ventilators and partitions with extruded built upstandard tubular and other sections of approved makeconforming to IS:733 and IS:1285, anodised transparent ordyed to required shade accord For openable/slidingportions and fixing hinges / pivots, PVC/ neoprene gasketrequired and making provision for fixing of fittings. (Fittingsshall be paid for separately)

1400 Kg 312.10 436940

54 082030-32

Providing and fixing glazing in aluminium door, window,ventilator shutters and partitions etc. with PVC/ neoprenegasket etc. complete as per the architectural drawings andthe directions of engineer-in-charge. (Cost of aluminiumsnap beading shall be pa With float/frosted glass panes of5.5mm thickness (weight not less than 13.75 kg/sqm)

345 Sqm 835.80 288351

55 072033 Prelaminated particle board 12mm thick, with decorativelamination on one side and balancing lamination on otherside Grade-I, Type-II IS: 12823 marked

120 Sqm 871.32 104558

56 106100 Providing and fixing at all height false ceiling of 12.5mmthick tapered edge gypsum board conforming to IS: 2095-Part I, including providing and fixing of frame work made ofspecial sections power pressed from M.S. sheet andgalvanised with zinc coating and other end of anglehanger being fixed with nut and bolts to G.I. channels45x15x0.9mm running at the rate of 1200mm centre tocentre to which the ceiling section 0.5mm thick bottomwedge of 80mm with tapered flanges of 26mm each havingc the perimeter of ceiling fixed to wall/ partition with thehelp of rawl plugs at 450mm centre to centre with 25mmlong drive-all screws @ 230mm interval including jointingand fixing to a flush finish of tapered and square edges ofthe gypsum

170 Sqm 723.20 122944

57 082080 Aluminium Composite Cladding - Providing and fixingAluminium Composite Panels having total thickness of4mm (with 0.5mm thick aluminium foil skin on both sides)alongwith minimum 25 micron PVdF Coating on top coiland Polymer/epoxy coating on Back coil

60 Sqm 2002.98 120179

58 074210-11

Providing and fixing curtain rods of 1.25mm thick chromiumplated brass plate, with two chromium plated brassbrackets fixed with C.P. brass screws and wooden plugsetc. wherever necessary complete 12mm dia.

150 metre 314.29 47144

59 074130-31

Providing and fixing wooden moulded beading to door andwindow frames with iron screws, plugs and priming coat onunexposed surface etc. complete 2nd class teak wood,50x12mm

540 metre 84.00 45360

60 074260-63

Providing and fixing fly proof galvanized M.S. wire gauge towindows and clerestory windows using galvanized M.S.wire gauge with average width of aperture 1.4mm in bothdirections with wire of dia 0.63mm With Deodar woodbeading 50x20mm

140 Sqm 489.10 68474

61 074230-32

Providing and fixing M.S. grills of required pattern in frames ofwindows etc. with M.S. flats, square or round bars etc. allcomplete Fixed to opening/ wooden frames with rawl plugs

15350 Kg 82.53 1266836

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 95 of 130

screws etc.

62 083050 Fabricating, supplying & installing stainless steel railings forstaircases, balconies, FOBs, Enquiry/Reservation complexetc., made of SS 304 grade stainless steel, laser cut /water jet cut (no shearing), polished with Automaticround/flat polishing mac

480 Kg 89.48 42950

63 074340 Providing and fixing rafters, purlins, ridges, posts, hips, wallplates, hand rails in staircase, etc., with:-2nd class teakwood

7 cum 125843.36 880904

64 107010 Supplying and fixing R.P Tiled roofing or roofing with thesimilar pattern of tiles on roof over wooden or angle battens(wooden or angle battens and laying ridge and hip tiles tobe paid separately) excluding lacing with Contractor's tiles

500 Sqm 252.45 126225

65 121010-14

Applying Priming Coat : With ready mixed red oxide zincchromate primer of approved brand and manufacture onsteel work (second coat)

1000 Sqm 10.88 10880

66 121030 Painting Steel work with Deluxe Multi Surface Paint to givean even shade. Two or more coats applied @ 0.90ltr/10sqm over an under coat of primer applied @ 0.80ltr/10sqm of approved brand or manufacture

1000 Sqm 50.29 50290

67 131030-31

Providing and fixing Polyethelene-Aluminium-Polyethelene(PE-AL-PE) Composite Pressure Pipes conforming to IS-15450 U.V. stabilized with carbon black having thermalstability for hot & cold water supply, capable to withstandtemperature up to 80º C inclu 1216 (16mm OD) pipe

600 metre 142.22 85332

68 131030-33

Providing and fixing Polyethelene-Aluminium-Polyethelene(PE-AL-PE) Composite Pressure Pipes conforming to IS-15450 U.V. stabilized with carbon black having thermalstability for hot & cold water supply, capable to withstandtemperature up to 80º C inclu 2025 (25mm OD) pipe

250 metre 204.89 51223

69 131130-32

Providing and fixing G.I. pipes complete with G.I. fittingsand clamps, including cutting and making good the wallsetc. Internal work – Exposed on wall 20 mm dia. nominalbore

300 metre 174.72 52416

70 131130-31

Providing and fixing G.I. pipes complete with G.I. fittingsand clamps, including cutting and making good the wallsetc. Internal work – Exposed on wall 15 mm dia. nominalbore

250 metre 136.26 34065

71 131130-33

Providing and fixing G.I. pipes complete with G.I. fittingsand clamps, including cutting and making good the wallsetc. Internal work – Exposed on wall 25 mm dia. nominalbore

240 metre 220.20 52848

72 131130-36

Providing and fixing G.I. pipes complete with G.I. fittingsand clamps, including cutting and making good the wallsetc. Internal work – Exposed on wall 50 mm dia. nominalbore

240 metre 385.28 92467

73 131150-53

Providing and fixing medium grade G.I. pipes completewith G.I. fittings includi ng trenching and refilling etc.External Work 25 mm dia. nominal bore

248 metre 202.65 50257

74 131150-56

Providing and fixing medium grade G.I. pipes completewith G.I. fittings including trenching and refilling etc.External Work 50 mm dia. nominal bore

160 metre 326.49 52238

75 131080-81

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC)pipes, having thermal stability for hot & cold water supplyincluding all CPVC plain & brass threaded fittings includingfixing the pipe with clamps at 1.00m spacing. This includesjointing of pip 15mm nominal outer dia. Pipes

600 metre 106.42 63852

76 132010-11

Providing and fixing brass bib cock of approved quality 15mm nominal bore

75 Each 148.74 11156

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 96 of 130

77 132030-31

Providing and fixing gun metal gate valve with C.I. wheel ofapproved quality (screwed end) 25 mm nominal bore

20 Each 431.50 8630

78 132030-34

Providing and fixing gun metal gate valve with C.I. wheel ofapproved quality (screwed end) 50 mm nominal bore

16 Each 1128.11 18050

79 132080-81

Providing and fixing gun metal non- return valve of 50 mmnominal bore approved quality (screwed end) Horizontal

40 Each 804.28 32171

80 154010 Providing and fixing 110mm dia PVC soil, waste and vent pipesincluding jointing and cost of spun yarn and sand etc. complete

200 metre 219.06 43812

81 154060 Providing and fixing 110 mm x 110 mm x 110mm dia PVCplain branch (double equal junction) of the required degreewith access door inclusive of 3mm thick bitumastic feltwasher and bolts and nuts, complete, including jointingand cost of spun yarn and san

20 Each 143.17 2863

82 154100 Providing and fixing 110 mm PVC Plain bend of therequired degree with access door inclusive of 3mm thickbitumastic felt washer, bolts and nuts, complete, includingjointing and cost of spun yarn and sand etc. complete

74 Each 77.54 5738

83 151010-11

Providing and fixing water closet squatting pan (Indian typeW.C. pan) with 100mm sand cast iron P or S trap, 10litrelow level white P.V.C. flushing cistern with manuallycontrolled device (handle lever) conforming to IS : 7231,with all fittings and fWhite Vitreous China Orissa patternW.C. pan of size 580x440-mm with integral type foot rests

10 Each 2236.12 22361

84 151020-21

Providing and fixing white vitreous china pedestal typewater closet (European type W.C. pan) with seat and lid,10litre low level white, P.V.C. flushing cistern with manuallycontrolled device (handle lever) conforming to IS: 7231,with all fittings and W.C. pan with ISI marked white solidplastic seat and lid

25 Each 2642.64 66066

85 151040-41

Providing and fixing white vitreous china flat back or wallcorner type lipped front urinal basin of 430x260x350mmand 340x410x265mm sizes respectively with automaticflushing cistern , with standard flush pipe and C.P. brassspreaders with brass unions aOne urinal basin with 5litrewhite P.V.C. automatic flushing cistern

4 Each 2262.72 9051

86 151070-71

Providing and fixing wash basin with C.I./ M.S. brackets,15mm C.P. brass pillar taps, 32mm C.P. brass waste ofstandard pattern, including painting of fittings and brackets,cutting and making good the walls wherever requiredwhite,vitreous china wash basin size 630x450mm with a pair of15mm C.P. brass pillar taps

35 Each 1690.84 59179

87 151110 Providing and fixing white, vitreous china pedestal for washbasin completely recessed at the back for the reception of pipesand fittings

35 Each 1117.01 39095

88 152080-81

Providing and fixing P.V.C. waste pipe for sink or washbasin including P.V.C. waste fittings complete Semi rigidpipe 32mm dia.

52 Each 65.04 3382

89 153290-92

Providing and fixing PTMT Bottle Trap for Wash basin andsink Bottle trap 38mm single piece moulded with height of270mm, effective length of tail pipe 265mm from the centreof the waste coupling 77mm breadth with 25mm minimumwater seal, weighing not less than 270gms

52 Each 495.38 25760

90 152120-23

Providing and fixing mirror of 5.5 mm thickness of floatGlass (of approved Quality) required shape and size withplastic moulded frame of approved make and shade with6mm thick hard board backing Oval shape 450x350mm(outer dimension)

50 Each 774.00 38700

91 132020-21

Providing and fixing brass stop cock of approved quality 15mm nominal bore

50 Each 160.01 8001

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 97 of 130

92 153300 Providing and fixing PTMT liquid soap container 109mmwide, 125mm high and 112mm distance from wall ofstandard shape with bracket of the same materials/ withsnap fittings of approved quality colour and make, weighingnot less than 105gms

50 Each 168.42 8421

93 153310 Providing and fixing PTMT towel ring trapezoidal shape215mm long, 200mm width with a minimum distance of37mm from wall face with concealed fittings arrangementof approved quality, colour and make weighing not lessthan 90gms

50 Each 132.41 6621

94 132170-71

Providing and fixing C.P. brass shower rose with 15 or 20mm inlet : 100mm diameter

45 Each 179.64 8084

95 132240 Supplying and fixing brass chromium plated (Three-in- one)type wall mixer having fixed type over head shower andalso having flexible type telephonic shower including allcomponents like adjustable legs, rigid tube, flexible pipeetc. complete

45 Each 1555.42 69994

96 153510 Providing and fixing Telephonic shower (C.P. Brass) 100 mm diawith flexible PVC tube 1.5m long including C.P. hook

45 Each 507.34 22830

97 153520 Providing and fixing Shower arm (C.P. Brass) 15 mm dia. x 225mm long

45 Each 108.77 4895

98 108160-62

Providing and fixing on wall face unplasticised - Rigid PVCsingle socketed rain water pipes conforming to IS: 13592Type A including jointing with seal ring conforming to IS:5382 leaving 10mm gap for thermal expansion. 110mmdia.

150 metre 177.07 26561

99 153580 Supplying and fixing half round white glazed earthen waredrains 100 mm dia with cement sand mortar 1:3 mix andjoints grouted with neat cement slurry of the matchingcolour :

300 metre 183.71 55113

100 141010-12

Providing, laying and jointing glazed stoneware pipesgrade ‘A’ as per IS:651 including bends etc. with stiffmixture of cement mortar in the proportion of 1:1 (1cement: 1fine sand) including testing of joints etc. complete150mm diameter

140 metre 271.76 38046

101 141010-15

Providing, laying and jointing glazed stoneware pipesgrade ‘A’ as per IS:651 including bends etc. with stiffmixture of cement mortar in the proportion of 1:1 (1cement: 1fine sand) including testing of joints etc. complete250mm diameter

140 metre 451.49 63209

102 151290 Providing and fixing white, glazed fire clay kitchen sink ofsize 600x450x250mm including making all connectionsexcluding cost of fittings

4 Each 1431.47 5726

103 136150 Providing and placing on terrace/staging (at all heights)polyethylene water storage tank ISI : 12701 marked withcover and suitable locking arrangement and makingnecessary holes for inlet, outlet and overflow pipes butwithout fittings and the base sup

30000 litre 15.72 471600

104 143090-91

Constructing brick masonry circular manhole 1.52minternal dia at bottom and 0.56m dia at top in cementmortar 1:4 (1cement: 4coarse sand) inside cement plaster12mm thick with cement mortar 1:3 (1cement: 3coarsesand) finished with a floating coat of neat With F.P.S.bricks class designation 7.5

10 Each 16519.27 165193

105 143050-51

Constructing brick masonry circular type manhole 0.91minternal dia at bottom and 0.56m dia at top in cementmortar 1:4 (1cement: 4coarse sand), in side cement plaster12mm thick with cement mortar 1:3 (1cement: 3coarsesand) finished with a floating coa With F.P.S Bricks classdesignation 7.5

20 Each 4698.58 93972

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 98 of 130

106 231010 Preparation of subgrade by excavating earth upto 22.5cmdepth, dressing to camber and consolidating with powerroad roller of 8 to 12 tonne capacity including making goodthe undulations etc. and disposal of surplus earth with leadupto 50 metres

2000 Sqm 49.66 99320

107 231040-41

Providing and laying water bound macadam with specifiedstone aggregate, stone screening and binding materialincluding screening, sorting, spreading to template andconsolidation with power road roller of 8 to 10 tonnecapacity etc. complete. Sub-base with stone aggregate90mm to 45mm including stone screening 13.2mm size

600 cum 1094.75 656850

108 231060-61

Providing and laying bitumen penetration macadam withhard stone aggregate, with bitumen of suitable penetrationgrade including required key aggregate as specified,spreading coarse aggregate with the help of self propelled /tipper tail mounted aggregate For 50mm compactedthickness using 6cum coarse aggregate of size 50-20mmgraded, 1.5cum key aggregate of size 12.5mm graded, and500kg paving asphalt 80/ 100 per 100sqm

2000 Sqm 263.03 526060

109 233010-12

Providing and applying tack coat using bitumen emulsion(Rapid setting) complying with IS: 8887- 1995, spraying thebitumen emulsion with mechanically operated spray unit,cleaning and preparing the existing road surface as perspecification On bituminous surface @ 0.25kg/ sqm

2000 Sqm 13.86 27720

110 235010 Providing and laying seal coat of premixed fine aggregate(passing 2.36mm and retained on 180micron sieve)withbitumen using 128 kg of bitumen of grade 80/100bitumenand 0.06cum of fine aggregate per 100sqm of road surfaceincluding rolling and finishing with road roller all complete .

2000 Sqm 74.90 149800

111 161020 Supplying and stacking of good earth at site includingroyalty (earth measured in stacks will be reduced by 20%for payment)

300 cum 180.13 54038

112 161040-41

Supplying and stacking at site dump manure / farm manure/ animal dung manure from approved source; including alllead and lift etc. (manure measured in stacks will bereduced by 8% for payment) Screened through sieve of I.S.designation 20mm

300 Cum 106.81 32043

113 252120 Supply of Coarse sand (Minimum zone III ) 120 cum 920.00 110400114 161100 Mixing earth and sludge or manure in proportion specified

or directed. (Net total quantity of earth, sludge or manureafter deduction of voids to be cosidered for payment)

600 cum 11.91 7143

115 161090 Spreading of sludge, dump manure/ farm manure/animaldung manure and good earth in required thickness (cost ofsludge, dump manure/farm manure or/ and good earth tobe paid separately)

3200 100Sqm

17.27 553

116 161540 Supply & Fixing grass tiles of grass selections No.1 orMexican healthy and fresh grass free from weeds of 1’ X 1’or bigger size tiles as required by engineer-in-charge

2800 Sqm 124.09 347452

117 161110-11

Supplying & Grassing with grass in rows 7.5cm apart ineither direction including watering and maintenance of thelawn for 30 days or more till the grass forms a thick lawnfree from weeds and fit for mowing including supplyinggood earth if needed Doob Grass

400 100Sqm

387.80 1551

118 161982 SUPPLY OF ROOTED CUTTINGS b. Chrysanthemum ofdifferent varieties

1600 Each 5.92 9478

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 99 of 130

119 162213 Shrubs Budded roses of mixed variety, in bloom inpolybag of size 30-35 cm

600 Each 30.20 18119

Total 33876059

Note-(i) Contractor Should quote a Single Percentage Above /At Par /Below for the items of this Schedule(ii) In case of difference in rates quoted in words & figures, the rate quoted in words will be considered.

Quoted percentage Above /At Par /Below

In figures

In words

Place-Signature of the Contractor/Tenderer

Date-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 100 of 130

द ण प म रेलवेSOUTH WESTERN RAILWAY

Schedule 'A1' (USSOR-2011 (Cement Item) Only )

का का नाम NAME OF WORK : Hubli-Division – Construction of HolidayHome for All Indian Railways at Madgaon –14 Suits for Officers & 25Rooms for Staff in separate two G + 1 Buildings each.Name of Contractor / Tenderer Apporx Cost Rs 6936801

Items of Works that are covered by the USSOR 2011 of SWR for HubliDivision Corrected up to date,म सं.

SL NOद असं

USSORNo

वरणDescription

माQTY

इकाईUNIT

दरRATE

कुलTOTAL

1 033060-61

Supply and using cement at worksite :OPC 43 grade 1160 Tonne 5980.00 6936801

Total 6936801

Note-(i) Contractor Should quote a Single Percentage Above /At Par /Below for the items of this Schedule(ii) In case of difference in rates quoted in words & figures, the rate quoted in words will be considered.

Quoted percentage Above /At Par /Below

In figures

In words

Place-Signature of the Contractor/Tenderer

Date-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 101 of 130

द ण प म रेलवेSOUTH WESTERN RAILWAY

Schedule 'A2' ( USSOR (Steel Item) Only )

का का नाम NAME OF WORK : Hubli-Division – Construction of HolidayHome for All Indian Railways at Madgaon –14 Suits for Officers & 25Rooms for Staff in separate two G + 1 Buildings each.Name of Contractor / Tenderer Apporx Cost Rs 8962800

Items of Works that are covered by the USSOR 2011 of SWR for HubliDivision Corrected up to date,

म सं.SL NO

द असं

USSORNo

वरणDescription

माQTY

इकाईUNIT

दरRATE

कुलTOTAL

1 045010-14

Supplying Reinforcement for R.C.C. work includingstraightening, cutting, bending, placing in position andbinding all complete. High yield strength deformed bars

165000 Kg 54.32 8962800

Total 8962800

Note-(i) Contractor Should quote a Single Percentage Above /At Par /Below for the items of this Schedule(ii) In case of difference in rates quoted in words & figures, the rate quoted in words will be considered.

Quoted percentage Above /At Par /Below

In figures

In words

Place-Signature of the Contractor/Tenderer

Date-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 102 of 130

द ण प म रेलवेSOUTH WESTERN RAILWAY

Schedule 'B' ( NS items only )

का का नाम NAME OF WORK : Hubli-Division – Construction of HolidayHome for All Indian Railways at Madgaon –14 Suits for Officers & 25Rooms for Staff in separate two G + 1 Buildings each.Name of Contractor / Tenderer Apporx Cost Rs 1664493

Items of Works that are NOT covered by the USSOR 2011 of SWRCorrected up to date,म सं.

SL NO NSITEM

का का वरणDESCRIPTION

माQTY

इकाईUNIT

दरRATE

कुलTOTAL

1 NS Providing & fixing brass aldrop 300 mm long ofapproved quality and approved colour with allcontractors materials,labours,tools,loading &unloading transporting as directed engineer incharge

60 Each 831.00 49861

2 NS Providing & fixing brass latches 300 mm long ofapproved quality and approved colour with allcontractors materials,labours,tools,loading &unloading transporting as directed engineer incharge

60 Each 389.00 23341

3 NS Providing & fixing brass tower bolts 300 mm long ofapproved quality and approved colour with allcontractors materials,labours,tools,loading &unloading transporting as directed engineer incharge

60 Each 389.00 23341

4 NS Providing & fixing Brass handle 200 mm long ofapproved quality and approved colour with allcontractors materials,labours,tools,loading &unloading transporting as directed engineer incharge

60 Each 389.00 23341

5 NS Providing and fixing Wall mounted European typewater closet pan, Conseal with attached flushtank, CP flush valve sheet, cover and jet sprayetc complete of cera brand or similar of approvedquality and colour approved quality with allcontractors materials,labours,tools,loading &unloading transporting as directed engineer incharge

12 CompleteSet

33970.00 407641

6 NS Providing and fixing Counter Shunk Wash basinwith granite moulding of cera brand with or similarof approved quality and colour with all contractorsmaterials,labours,tools,loading & unloadingtransporting as directed engineer incharge

15 CompleteSet

7868.00 118021

7 NS Providing & fixing Hot and cold wall mixer (1 in 3)with top shower Rose complete set of approvedbrand etc approved quality with all contractorsmaterials,labours,tools,loading & unloadingtransporting as directed engineer incharge

4 CompleteSet

25419.00 101677

8 NS Providing and fixing Shower head CP Shower with 6"length shower arn of 15 mm dia with all other CPmaterials socket dia is approximately 3 to 4 intcheswith all contractors labour , Tools & Plants , materialsetc as per the instrution of Engineer in charge.

15 CompleteSet

647.00 9706

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 103 of 130

9 NS Providing supplying & fixing Structural Glazing usingof JINDAL/any equivalent Product. The Aluminiumsections are Powder coated with minimum 50 micronApproved colour coated, using of 63.5X57-1.946kg/mtr. Vertical and Horizontal section for theframe work the surrounding border the side frame willbe 63.5X38.10X1.439dg/mtr for the top hung shutter,using of 63.5X38.1X1.095kg/mtr sections with25X25X3mm 'L' angle should be used for thesurrounding border in every shutters, where comes,with I MAX 304 grade friction heavy duty double armstay S.S hinges, fixing of one way reflective glass withtoughened Saint gobin make approved colourglasses must be used with 6X12mm Nethron tape,

120 Sqm 3670.00 440401

10 NS Providing and fixing Bath tubs with filter and handshower with 6" length shower arn of 15 mm dia withall other CP materials socket dia is approximately 3 to4 intches etc complete of cera brand ( Model No-8011) or similar with all contractors labour , Tools &Plants , materials etc as per the instrution of Engineerin charge.

4 CompleteSet

65100.00 260401

11 NS Providing & fixing Health fauset of approved brandetc approved quality with all contractors materials,labours, tools,loading & unloading transporting asdirected engineer incharge

15 CompleteSet

1856.00 27841

12 NS Providing and fixing designer toughened glazeddoor with supporting system made of aluminum infixed /movable portion having 12 mm thickness glasswith all fittings & fixture etc complete with allcontractor's men, materials, tools and plants ,transportation etc, complete as a complete job as perapproved design and direction of Engineer in charge

28 Sqm 6390.00 178921

Total 1664493

Note-(i) Contractor Should quote a Single Percentage Above /At Par /Below for the items of this Schedule(ii) In case of difference in rates quoted in words & figures, the rate quoted in words will be considered.

Quoted percentage Above /At Par /Below

In figures

In words

Place-Signature of the Contractor/Tenderer

Date-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 104 of 130

Electrical Works (NS-Items)Schedule-C

Hubli-Division – Construction of Holiday Home for All Indian Railways at Madgaon –14 Suits for Officers & 25 Rooms for Staff, in separate two G + 1 Buildings each.

SL.No.

Description of items Qty Rate Unit Total Supply Labour

A CONTRACTOR SUPPLY, ERECTION &COMMISSIONING

1

Supply, Erection and commissioning of 9 mtrsRCC poles with single bracket and with concretefoundation upto 1.5mtr below the goung level andabove ground proper coping with all connectedmaterials and works and as per technical specNo.001.

30 6691 Nos 200730 178230 22500

2

Supply,Fixing of 2 X 36W CFL street lightingluminaires powder coated CRCA sheet steel geartray, clear acrylic cover,aluminium reflector withlamp of Make:HPL Model No.HPLNPST 236 orsimilar of crompton/Wipro/Bajaj.and as pertechnical spec No.002

20 1725 Nos 34500 33000 1500

3

Supply,Fixing of 3 X 36W CFL street lightingluminaires powder coated CRCA sheet steel geartray, clear acrylic cover,aluminium reflector withlamp of HPL make, Model No. HPL 3x36w orsimilar of crompton/Wipro/Bajaj.and as pertechnical spec No.002

10 2525 Nos 25250 24500 750

4

Supply & Fixing of conduit PVC pipe ISI type of50 mm dia under floor & leading from MDB to SubMDB of ORH in feeder 1, 2 ,3 & 4 seperately &looping pipe providing for other rooms in runningmeters (For Cable laying)and as per technical specNo.003

600 84 Rmt 50400 47400 3000

5

Supply, fixing of wire by means of 2 runs x 6sq.mm fire retardent type, PVC insulated copperconductor with 1 X 2.5 Sq.mm PVC insulatedcopper wire for earth mains drawing in 25mm diaPVC conduit pipe from MDB to sub-MDB tosub-MDB with all materials and as per technicalspecification.and as per technical spec No.004

800 133 Rmt 106400 100800 5600

6

Supply, fixing of wire by means of 2 x 4 sq.mmPVC copper conductor with 2.5 Sq.mm PVCinsulated copper wire for earth to be drawn in25mm dia PVC conduit pipe from MDB to sub-MDB to sub-MDB with all materials and as pertechnical specification.and as per technical specNo.004

800 109 Rmt 87200 81600 5600

7

Supply, fixing, connecting, testing andcommissioning of “MDB” (main control panel)with Copper bus bar of size 25mm x 6mm, withbusbar chamber along with following ratedMCCBs:- (i) 125 A /4P/25kA/MCCBs =1 Nos,(ii)100A/4P/15kA/MCCBs=4Nos.(iii)63A/4P/15kA/MCCB=3Nosand metering facility of voltmeter 0-500 volt range,and current 0-200 A with LED pilot lamps, with allconcern materials and works and as per technicalspecification No.005.

2 167870 Set 335740 325740 10000

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 105 of 130

8

Supply and fixing of 6 ways SPN double door withpowder painted steel sheet enclousre, surfacemounted fitted with bus bar, Din channel,neutrallink and incoming contact of One no. of 32 AmpsDP MCB, 4 nos of 16 Amps Single pole MCB'scomplete with connecting etc. with all connectedmaterials and works. as per technical specificationNo.006.

40 1932 Set 77280 65280 12000

9

Supply of wiring materials and point wiring forlight points/FTL/ Ceiling fan/CFL fitting/ExhaustFan /mirror light / Night light fiiting / Reading lampfitting / calling bell etc by means of 2.5 sqmm x 2run & earth wire 1.5 sqmm in 2mm thick 25mm diaPVC conduit with requried assessories withmodular switch before casting roof / column andfixing on wall after groove cuting with allconnected materials and works.(Lights/FTL/Ceiling fan/CFL fitting/Exhaust Fan /mirrorlight / Night light fiiting / Reading lamp fitting /calling bell etc,supplied by Railways).as pertechnical specification No.007

450 463 Nos 208350 193500 14850

10Supply of Night light fitting with lamp including allconnected materials and as per technical specNo.008

40 365 Nos 14600 14600 0

11Supply of electronic ding dong tune calling bellwith all connected materials. as per technicalspecification No.009

40 161 Nos 6440 6440 0

12

Supply and fixing of 20 Amps TPN MCB,including fixing connecting etc. all connectedmaterials and works and as per technicalspecification No.010 by contractor staff..

19 1164 Nos 22116 19931 2185

13

Supply ,fixing of flush mounting type 5 Ampsswitch and socket 5 pin with all accessories dulyfixing on the board with all connected materialsand connection to circuit wiring.as per technicalspecification No.011

160 256 Nos 40960 39040 1920

14

Supply ,fixing of flush mounting type 15 Ampsmultipin switch and plug socket 6 pin with allaccessories duly fixing on the board andconnection to circuit wiring.as per technicalspecification No.011

80 382 Nos 30560 29600 960

15

Supply and laying of cold water pipe 25 mm dia G.Ipipe "B" class with accessories as perspecification.(For Solar water heater)as pertechnical specification No.012

240 196 Rmt 47040 40080 6960

16

Supply of hot water pipe line PUF insulated with allaccessories as per specification.(For solar waterheater)as per technical specification No.012 900 400 Nos. 360000 331200 28800

17 Earthing arrangements.as per technicalspecification No.013 20 2400 Nos 48000 35000 13000

18

Point wiring to water cooler by means of 2 Nos of 4sq.mm copper, one no of 1.5 Sq.mm copper wireand 20 mm dia rigid PVC pipe with all connectedmaterials.(water cooler supplied by Railways)asper technical specification No.014

40 152 Rmts 6080 5680 400

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 106 of 130

19

Supply and fixing of 20 Amps, 6 KA breakingcapacity DP MCB in enclosure with all connectedmaterials.(For water cooler)as per technicalspecification No.014

4 510 Nos 2040 1840 200

20

Providing and fixing hard drawn steel wire fabric75 x 25 mm mesh of weight not less than 7.75 Kgper sq.Mtrs an angle iron or flat iron frameincluding all encidental work complete.(For watercooler)as per technical specification No.014

32 542.3 Sq.m 17353.6 15753.6 1600

21

Supply and fixing of 12 modular plate fixing with20 gauge sheet metal box including all connectedmaterials. Similar to Roma model No.21361 WH &21485 as per technical specification No.015.

60 432 Nos 25920 23820 2100

22

Supply and fixing of 8 modular plate fixing with20 gauge sheet metal box including all connectedmaterials. Similar to Roma model No.21350 WH &21474 as per technical specification.No.015.

50 332 Nos 16600 15725 875

23

Supply and fixing of 6 modular plate fixing with 20gauge sheet metal box including all connectedmaterials. Similar to Roma model No.21340 WH &21463 as per technical specification.No.015

40 268 Nos 10720 10020 700

24

Supply, Erection and commissioning of gardenlight fitting with pole of globe type light fittingsimilar to bajaj model of ANFORA model.No.169229,with 21/33 w CFL retroit lamp andpole size of 1000 mm similar to bajaj model of slicktype model no.169206 with foundation includingall connecting materials and works. No.016

30 4682 Nos 140460 125460 15000

Total 1914740

Note-(i) Contractor Should quote a Single Percentage Above /At Par /Below for the items of this Schedule(ii) In case of difference in rates quoted in words & figures, the rate quoted in words will be considered.

Quoted percentage Above /At Par /Below

In figures

In words

Place-Signature of the Contractor/Tenderer

Date-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 107 of 130

ONLY LABOUR WORK FOR RAILWAY SUPPLIED ITEMS (Electrical Work-NS Items)Schedule-C1

SL.No.

Description of items Qty Rate Unit Total

1

Digging of LT cable trench in normal hard soil, of size 90 Cm deep x 40Cm wide and execution of work as per technical specification andrefilling the trench after all work is completed including leveling andconsolidation by contractor labors.as per technical specification No.017

1200 59 Rmt 70800

2Laying of XLPE LTUG cable of 4 x 95 Sqmm multistranded aluminiumconductor cable in the cable trench/G.I.pipe .as per technical specificationNo.018(Cable will be supplied by Railway)

250 9 Rmt 2250

3Laying of XLPE LTUG cable of 4x 35 Sqmm multistranded aluminiumconductor cable in the cable trench/G.I.pipe .as per technical specificationNo.018(Cable will be supplied by Railway)

400 9 Rmt 3600

4Laying of LTUG cable of 4 x 16 Sqmm multistranded aluminiumconductor cable in the cable trench/G.I.pipe as per technical specificationNo.018.(Cable will be supplied by Railway)

900 8 Rmt 7200

5

Fixing, wiring, testing and commissioning work of 1.5 ton split AC (5 starrated) 4500 KW complete with all accessories as per technicalspecification.Make: LG, Godrej,Voltas.as per technical specificationNo.019(AC will be supplied by Railways)

15 1854 Nos 27810

6

Fixing, wiring, testing and commissioning work of 2.0 ton split AC (3 starrated) 6000 KW complete with all accessories as per technicalspecification.Make: LG, Godrej,Voltas.as per technical specificationNo.018(AC will be supplied by Railways)

4 1854 Nos 7416

7

Fixing, testing and commissioning of Stationary,storage type Electricwater heater closed/vented type(GEYSER) of 25 ltrs,1500 W , 5 star rated,including all connected material & works.as per technical specificationNo.019(GEYSER will be supplied by Railways)

15 500 Nos 7500

Total 126576

Note-(i) Contractor Should quote a Single Percentage Above /At Par /Below for the items of this Schedule(ii) In case of difference in rates quoted in words & figures, the rate quoted in words will be considered.

Quoted percentage Above /At Par /Below

In figures

In words

Place-Signature of the Contractor/Tenderer

Date-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 108 of 130

Telecommunications Works (NS Items)

SCHEDULE-D( NS Items)

Sl. No. Description of item of work Qty Unit Rate Amount1 Supply and Drawing of different types of cables in already fixed PVC pipes

a UTP CAT-6 Cable 1830 Mtrs 30 54900

b 6 Pair Switch Board Cable 2000 Mtrs 21 42000

c Co-axial Cable Suitable for Dish 1000 Mtrs 23 23000

2 Supply & Fixing of PVC pipes concealed typeduly breaking concrete bed/wall and levellingsurface by using cement, sand etc., . (All therequired material should be arranged by thecontractor).

2000 Mtrs 50 100000

3 Supply & Fixing of 6 modules G I back boxequipped and wired with 2 Nos of RJ-45, RJ11and TV sockets each type with suitable 6 wayface plate.

60 Sets 1764 105840

4 Supply & Crimping of RJ-45 jack which suitsfor CAT-VI cable.

200 Nos 25 5000

5 Supply & Installation of 6 U Wall mounting rack 5 Nos 11500 57500

6 Supply & Installation of Krone type MDF 400ports powder coated with back bone frame,modules and locking arrangements.

1 Nos 15450 15450

7 Supply & Installation of Custom made servernetworking rack of 24 U height with tinted glassdoor sliding tray for key board mouse &console, 4 Nos of trays, Mic holder forproviding microphone, 2 Nos of fans forcooling, 2 Nos of vertical power strips of 6sockets each, wheels with locking provision ofMatrix make or better

1 No 32289 32289

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 109 of 130

8 Supply installation testing commissioning of 24fiber management system with all accessoriesas per technical specification

2 Sets 13500 27000

9 Trenching in all sorts of soil except hardrock to a depth of 1 Mtr and width of 0.35mtr as per technical spec enclosed

500 Mtrs 35.00 17500

10 Laying of different typs of cable in thetrench

1200 RMT 5.00 6000

Total 486479

Note-(i) Contractor Should quote a Single Percentage Above /At Par /Below for the items of this Schedule(ii) In case of difference in rates quoted in words & figures, the rate quoted in words will be considered.

Quoted percentage Above /At Par /Below

In figures

In words

Place-Signature of the Contractor/Tenderer

Date-

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 110 of 130

TECHNICAL SPECIFICATIONS FOR TELECOMMUNICATION WORK ITEMS

(i.e. for SCHEDULE-D)

1. The detailed specification of the work which are to be carried out by the contractor are asstipulated here under:-

The work shall be carried out according to the drawings approved by the Railways and shallconform to the provision of S&T Engineering Manual and schedule of dimensions. The contractorshall be solely responsible for the proper execution of the work as per specification.

Specifications for SL No-1-

. a). UTP CAT-VI cable supplied shall be of reputed make with following specifications

SlNo Item Minimum Specification

1 No of Conductors 8 (4 Pairs)2 Type Unshielded Twisted Pair3 Standard EIA/TIA 568B.2 Category 64 Current Rating 1.5 Amps

5 ContactResistance 20 m (Max)

6 Di-electricStrength 1000 VAC

7 InsulationResistance >500 M

b). 6 pair Switch board cable supplied shall be of reputed make with each core of 0.5 mm dia. c). Coaxial cable supplied shall be RG6 standard and suitable for DTH connections.

Specifications for SL No-2:

PVC pipe supplied shall be of 1 inch diameter. This pipes are to be fixed duly breaking concrete wall/bedand leveling surface/wall using cement, sand etc. All the required materials for this item shall be arranged bythe Contractor. Necessary bends, couplers required are to be supplied by the contractor.

Specifications for SL No-3:6 modules GI back box supplied shall have 2 Nos of RJ-45, 2 Nos of RJ-11 & 2 Nos of TV sockets withsuitable 6 way face plate.

Specifications for SL No-5:6 U rack supplied shall be of Vero President/ Matrix make or better. It shall consists of tinted glass door It shall be wall mounting

1 No of power strip of 6 sockets.

Specifications for SL No-6:

MAIN DISTRIBUTION FRAME (MDF) : The MDF shall be similar to Krone make 400 ports. MDF modules shall be of disconnection type. All metals parts of the frames, supports etc shall be mechanically rugged and made from

corrosion resistant materials and powder coated 4mm angle shall be used for MDF frame.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 111 of 130

Specifications for SL No-7:

24 U rack supplied shall be of Vero President/ Matrix make or better.

It shall consists of tinted glass door and sliding tray for key board & mouse. 2 Nos of fans for cooling. 2 Nos of vertical power strips of 6 sockets each. It shall consists of wheels with locking arrangements.

Specifications for SL No-8:

Fibre Management System:The fibre management system should have inside 4 trays of 12 slots to accommodate the fibreswith 24 nos. of 0 dB SC connectors. Out of 24 fibres, 12 fibres from either side should beterminated permanently to 0 dB SC connectors one side. Another 12 fibres from either side shouldbe spliced through one to one. (This work is inclusive of splicing of cable into fibre managementbox as per the instructions. All splicing equipment required for the work shall be arranged by thecontractor).

Specifications for SL No-9 & 10:

CABLE TRENCH:

Excavation of cable trench shall be made in all kinds of soils including clearing roots of trees, rocks etc.,to a depth of 1.0 mtrs. and to a width of not less than 0.35 mtr. provide proper protection as required byRailways while crossing power cables, pipe lines etc. The bottom of the Trench shall be leveled and gotrid of any sharp materials. Trenches shall be straight as far as possible and steep angles shall be avoided.Alignment of the main cable route as well as track/road crossings will be indicated by Railways.Cable laying shall commence only after the depths and width of the trench are jointly inspected by theRailway Engineers representative and contractor's representative and approved.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 112 of 130

SPECIFICATION FOR ELECTRICAL WORKS(i.e. for SCHEDULE-C & C1)

FOR INTERNAL WIRING INSTALLATIONS-The specification deals with internal wiring of service buildings, characterized mainly by circuitvoltage of 240 Volts to earth.

2. GENERAL2.1 The primary consideration of planning the electrical layout shall be safety and ECONOMY

in addition to other considerations.

2.2 CONFORMITY WITH THE INDIAN ELECTRICITY RULES.2.2.1 The installation shall be generally carried out in conformity with the requirements of Indian

Electricity Rules (1956) as amended from tine to time. The installation should be inConformity to National Electrical code.

2.3 MATERIAL2.3.1 All material, fittings equipment’s and the accessories required in the Electrical Installation

shall conform to relevant Indian standard specification wherever they exist. The materialsand items other than those shall be approved by the competent authority.

2.3.2 Specification of materials used generally in the wiring installation and the approved makesof Electrical fittings are given in Tender booklet.

2.4 WORKMANSHIPi) Good workmanship is an essential requirement to be complied with. The entire work of

manufacture/fabrication, assembly and installation shall conform to sound engineeringpractice.

ii) The work shall be carried out under the direct supervision of a licensed foreman, or of aperson holding a certificate of competency issued by the State Government for the type ofwork involved, employed by the contractor, who shall rectify, then and there the defectspointed out by the Engineer-in-charge during the progress of work.

2.5 CO-ORDINATION2.6 Sufficient co-ordination shall be ensured amongst the building contractors, engineering

department during wiring of installations. For surface wiring system however, work shouldbegin before final finishing work like white washing, painting etc.

3.0 DESIGN AND CONSTRUCTIONAL REQUIREMENT FOR ELECTRICAL WIRINGINSTALLATION.

3.1 BRANCH CIRCIUTS Lights and fans may be wired on common circuits, such circuit shall not have more than a

total of ten points of lights fans and 5 A socket outlets the load of such circuit should beRestricted to 800 watts. A separate fan circuit is to be provided; the number of fans in suchcircuit shall not exceed Ten. Power sub-circuits shall be designed according to load but nocase shall there be more than two 15 Ampere plug socket outlets on each sub-circuits.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 113 of 130

3.2 SELECTION OF SIZE OF CONDUCTORS-Conductor for final sub-circuit for fan light wiring shall have cross sectional area of 2.5 sqmm (Copper). The cross sectional area of conductor for power 15 A socket outlets wiringinterconnections between meters main switch, IC cutout, sub distribution board shall be of4.00 sq mm (Copper). The minimum cross sectional area of flexible chord shall be 0.50 sqmm copper.

4.0 EQUIPMENT FITTING AND ACCESSORIES.4.1 Ceiling rose and similar attachments: -

4.1.1 A ceiling rose shall not embody fuse terminal as an integral part of it.

4.1.2 Only one flexible chord shall be attached to ceiling rose. Specially designed ceiling rosesshall be used for multiple pendants.

4.2 SOCKETS OUTLETS AND PLUGS.4.2.1 The socket outlet shall be of 3-pin type with third terminal connected to the earth continuity

conductor.

4.2.2 Each 15A outlets provided shall have its own individual fuse with suitable discriminationwith backup fuse provided in the sub distribution board at MCB.

4.2.3 Each socket outlet shall also be controlled by a switch combined with it.

4.2.4 The switch controlling the socket outlet shall be on live side of the lines.

4.2.5 The electrical outlets for the appliances in the bathroom shall be away from the shower orsink.

4.2.6 The electrical outlets in the kitchen shall not be located above gas stove.

4.2.7 SWITCH BOARD: The switch boards of the light fittings are to be located near the doorfrom where generally people enter in the rooms.

4.3 LIGHT FITTINGS.4.3.1 A switch shall be provided for control of every light.

4.3.2 Lamp holders with flexible pendant shall be provided with cord grips.

4.4 OUT DOOR LAMPS.4.4.1 Lamps fitted outdoor shall have weatherproof fittings so as to effectively prevent ingress of

moistures, and dust. Flexible cord and cord grip lamp holders shall not be used whenexposed to weather.

4.4.24.5 LAMPS

When Pendant type lamp holders are used, lamp shall be hung at a height not less than 2.5Mts. above the floor level.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 114 of 130

4.6 FANS, REGULATORS OF FANS

4.6.1 Control of ceiling fan shall be through its own regulator as well as switch in series.

4.6.2 All ceiling fans shall be wired with normal wiring up to ceiling rose to special connectorboxes to which fan wires are connected.

4.6.3 The ceiling fans and the regulators shall be earthed effectively.

4.7 ATTACHMENT OF FITTING AND ACCESSORIES.

4.7.1 All ceiling roses, brackets, pendant and accessories attached to walls or ceiling shall bemounted with suitable screws and plugs.

.5.0 Construction

5.1 Reception and distribution of supply.

5.1.1 The power circuit should be provided with miniature circuit breaker of adequate rating. Thelight and fan sub-circuits shall be controlled through metal-clad fuse distribution board. Thefuse distribution board shall have fuse on the live conductor of to a common link and becapable of being disconnected individually for testing purpose.

5.1.2 In wiring of distribution board, total load of consuming devices shall be divided as far aspossible evenly between the numbers of ways of the boards.

5.1.3 The wiring in the distribution board shall be arranged in a definite sequence avoidingunnecessary crossing.

5.1.4 The cables shall be connected to a terminal; only by crimped lugs using suitable sleevesunless the terminal is of such a form that it is possible to securely clamp them withoutcutting away of cable stands. Cables in each sub-circuit shall be bunched together.

5.1.5 While selecting of the fuse distribution board, it shall be ensured that fuse carrier be fittedwith fuse elements of higher rating than for which the carrier is designed.

5.1.6 The current rating of fuse shall not exceed current in the circuit protected by the fuse.

5.1.7 Every fuse shall have an indelible indication of the rating for the protection of the circuit,which it controls.

5.2 CONSTRUCTION OF MAIN BOARD.5.2.1 Unless otherwise specified the metal clad switches, fuse cutout MCB, distribution boards

and meters shall be mounted on a powder coated M.S. sheet (18 SWG gauge) board withtop hylum sheet ( 3mm thickness ). The board shall securely fix to the wall by means ofT.W. plugs of wooden gutties. All wires passing through the meter board shall be bunched.

5.2.2 The contractor shall submit a detailed drawing of the Board indicating the dimensions ofmounting of the electrical accessories etc. to Sr.DEE/E/M/ S.W.Rly, Hubli for his approvalbefore taking up the fabrication.

5.2.3 The mounting heights from the floor level shall be generally as follows: -

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 115 of 130

i. Boards carrying switch sockets regulators. 1.50 Mts.ii. Main boards 2.00 Mts.iii. Ceiling fan and the floor not less than 2.40 Mts.

INTERNAL WIRING6.1 General

6.1.1 Wires passing through walls:(a) The conductor shall be carried either in rigid non-metallic conduit or ISI marked PVC pipe

of minimum 2 mm thickness such a size which permits easy drawing in the ends.

(b) In case wall tube passes outside a building so as to be exposed to weather, the outer endshall be bell mounted and turned downwards and properly bushed on the open end.

6.1.2 Care shall be taken to see that wires pass freely through protective pipe or box and wirespulled through, in a straight line without any twist or cross in wires.

6.0 SURFACE WIRING7.1.1 The system of wiring shall be surface type PVC capping and casing.

7.1.2 MATERIAL OF BATTEN CASING & CAPPING. All casing shall be of good quality PVC with grooved body with beaded or plain molded

cover of min, thickness 1 mm. The size of casing and capping for various sizes of 250 VoltsGrade insulated cables in a groove shall be in accordance with those specified in relevantI.S. Specification.

7.1.3 ATTACHMENT OF CASING TO WALL AND CIELING. All casing shall be fixed by means of suitable countersunk hard screws to plugs at an

incurved exceeding 90 cm for sizes casing. Screw heads shall be countersunk. Casing shallbe used only on dry wall and ceilings avoiding outside walls, as far as possible and shall notbe buried in walls or ceiling under plaster, nor fixed in proximity to gas, stand or waterpipes or immediately below the letter. Casing under steel joists shall be secured by MS clipsnot less than 1.2mm (18 SWG) thickness and width not less than 19mm or by approvedclamps.

7.1.4 JOINTS IN CASING AND CAPPING Casing and capping shall be run in lengths as long as possible. All joints shall be staggered

and shall be smoothed down by fitting to make joint a very close fitting as for as possible.

7.1.5 LAYOUT OF CASING AND CAPPING Layout of casing wiring shall be such as to avoid corners as far as possible and avoid

crossing of conductors inside the casing.

7.1.6 PASSING THROUGH FLOORS. Where conductors pass through floors, they shall be carried in an approved “C” class ISI

marked GI pipe of suitable dia properly sealed at both ends. The conduit shall be laid 3 cmbelow floor level and neatly entered into the casing, which shall, if so required Suitablyprotected at the floor level. The conduit shall be securely earthed.

7.1.9 CASING ROUND MOULDING OR DECORATORS.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 116 of 130

This shall be considered as special decoration work and carried out in consultation with thearchitecture or the Engineer in charge of construction work and with his approval.

8.0 EARTHLING-8.1 Earth continuity conductors- Connection to earth shall be made by means of a separate earth

continuity conductor. The sizes of earth continuity conductor shall be co-related with thesize of current carrying conductors i.e. is the size of earth continuity conductors should notbe less than half of the largest current carrying conductors. The minimum size of earthcontinuity conductor is 1.5 mm for copper and 2.5 mm shall be equal to the size of currentcarrying continuity conductors with which they are used

8.1.1 All the non-current carrying metal parts of electrical installation are to be earthed properly.All metal conduits, switches, etc., shall be earthed by separate end distinct conductors to anefficient earth electrode.

8.1.2 The Earthing shall be done as per the standard drawing enclosed.

9.1 INSPECTION AND TESTING:9.1.1 Inspection of the Installation.

Before the completed installation or an additional to the existing installation, is put intoservice, inspection and testing shall be carried out in according with Indian Electricity Rules1956 amended from time to time. In the events of defects being found, these shall berectified as soon as possible and the installation tested.

9.2 TESTING OF INSTALLATION.9.2.1 The following tests shall be conducted on completion of wiring of the buildings.

(a) The insulation resistance shall be measured applying between earth and the whole system ofconductors of any section thereof with all fuses in place and all switches closed and alllamps in position. At a voltage of 500 V the insulation resistance in Meg. Ohms shall not beless than 50 divided by number of points in the circuit.

(b) The insulation resistance shall also be measured between all conductors connected to onepole or phase conductor of supply and after removing all metallic connections between twopoles of the installation and in these circumstances the insulation resistance betweenconductors shall not be less than specified in (a).

9.2.2 EARTH CONTINUITY TEST: The resistance between any points in the earth continuity conductor and main Earthing lead

is measured and recorded. If the resistance is infinite, fault shall be located and repair shallbe done.

9.2.3 POLARITY TEST: The polarity is checked to ensure all fuses and single pole switches are connected on the

phase conductors only and the wiring is correctly connected to socket outlets.

9.2.4 EARTH RESISTANCE: For checking the efficiency of earthling the following tests are to be done.

(a) The earth resistance of earth electrode is measured. It shall not exceed 8 Ohms.

10.0 SUPPLY ARRANGEMENTS:

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 117 of 130

In case of multistoried buildings Railway shall make available 3 phase supply at theBuilding. The Contractor will be required to carry out the following works.

i) Designing, manufacturing and commissioning of the meter. Distribution boards at the coveredaccommodation provided at location specified by Railway / below the staircases as per thedetailed drawing and specification enclosed. In case of outdoor location, suitable shelter ofcorrugated cement sheet shall be provided to prevent damage from water.

ii) Service line connection from meter board to main board shall be done properly balancing theload of the 3 phase.

11.1 On completion of the wiring work, a wiring diagram shall be prepared and submitted to theEngineer in charge. All wiring diagram shall clearly indicate the main switch boards theruns of various mains and sub-mains and the position of all points and their controls. Allcircuits shall be clearly indicated and numbered in the wiring diagram and all points shall begiven the same number as the circuit in which they are electrically connected. Also thelocation and the number of earth points should be clearly shown in the completion drawing.

11.2 COMPLETION CERTIFICATE:

On completion of an electrical installation a certificate shall be furnished by the contractor,countersigned by the authorized supervisor under whose direct supervision the installationwas carried out a typical Proforma is enclosed at Annexure-A.

NON-METALLIC CONDUIT WIRING SYSTEM

1.0 SCOPEThis work involves non-metallic conduits recessed type wiring system forQuarters/Residential Buildings.

2.0 APPLICATION2.1 Recessed conduit work is generally suitable for all applications. Surface conduit work may

be adopted in places like workshops etc. and where recessed work may not be possible to bedone. The type of work shall be as specified in individual works.

2.2 Flexible non-metallic conduits shall be used only at terminations, wherever specified.

(i) If the pipes are liable to mechanical damages, they should be adequately specified.(ii) Non-metallic conduit shall not be used for the following applications:

a. In concealed/inaccessible places of combustible construction where ambienttemperature exceeds 60 C.

b. In places where ambient temperature is less than 5 C.c. For suspension of florescent fittings and other fixtures.d. In areas exposed to sunlight.

3.0 MATERIALS3.1 CONDUITS

(i) All non-metallic conduits, pipes and accessories shall be of suitable materialscomplying with IS:2509 and IS:3419 for rigid conduit and IS:6946 for flexibleconduits. The interior of the conduits shall be free from obstructions. The rigidconduit pipes shall be ISI marked.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 118 of 130

(ii) The conduits shall be circular in cross section. The conduits shall be designated bytheir nominal outside diameter. The dimensional details of rigid non-metallicconduits are as below

S.No. NominalOutsideDiameter(in mm)

MaximumOutsideDiameter(in mm)

MinimuminsideDiameter(in mm)

MinimumPermissibleeccentricity(in mm)

MinimumPermissibleOvality(in mm)

1 20 20 + 0.3 17.2 0.2 0.52 25 25 + 0.3 21.6 0.2 0.53 32 32 + 0.3 28.2 0.2 0.54 40 40 + 0.3 35.8 0.2 0.55 50 50 + 0.3 45.0 0.4 0.6

(iii) No non-metallic conduit less than 20 mm in diameter shall be used.(iv) Wiring capacity: The maximum number of PVC insulated aluminum/copper

conductor cables of 650/1100 V grade conforming to IS: 694-1990 that can bedrawn in one conduit of various sizes is given in a table given below. Conduits sizesshall be selected accordingly.

20 mm 25 mm 32 mm 38 mm 51 mm 64 mmCrosssectionalarea ofconductorin Sq.mm S B S B S B S B S B S B1.50 5 4 10 8 18 12 -- -- -- -- -- --2.50 5 3 8 6 12 10 -- -- -- -- -- --4 3 2 6 5 10 8 -- -- -- -- -- --6 2 -- -- 4 8 7 -- -- -- -- -- --10 2 -- 4 3 6 5 8 6 -- -- -- --16 -- -- 2 2 3 3 6 5 10 7 12 825 -- -- -- -- 3 2 5 3 8 6 9 735 -- -- -- -- -- -- 3 2 6 5 8 650 -- -- -- -- -- -- -- -- 5 3 6 570 -- -- -- -- -- -- -- -- 4 3 5 4

NOTE:1. The above table shows the maximum capacity of conductor for a simultaneous

drawing of cables.The columns headed “S” apply to runs of conduit which have distance not exceeding4.25m between draw in boxes and which do not deflect from the straight by an angleof more than 15 degree. The columns headed “B” apply to runs of conduit whichdeflect the straight by an angle of more than 15 degree.Conduit sizes are the nominal external diameters.

3.2 CONDUIT ACCESSORIES

(i) The conduit wiring system shall be complete in all respect including accessories.(ii) Bends, couplers etc, shall be solid type in recessed type of works and may be solid

or Inspection type as required, in surface type of works.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 119 of 130

(iii) Saddles for fixing conduits shall be heavy gauge non-metallic type with base. Theminimum width and the thickness of the ordinary clips or girder clips shall be as pertable given below-

(iv)

No. Width Thickness1 20 mm & 25 mm 19 mm 20 SWG (0.9144 mm)2 32 mm & above 25 mm 18 SWG (1.219 mm)

3.3 OUTLETS(i) The switch box shall be made of either rigid PVC moulding, powder coated MS

sheet (18 SWG) on all sides except at the front.(ii) PVC boxes shall comply with the requirements laid down in IS:5133 (Part-II).

These boxes shall be free from burrs, fins and internal roughness. The thickness ofthe walls and base of PVC boxes shall not be less than 2 mm. The clear depth ofPVC boxes shall not be less than 60 mm.

4.0 INSTALLATION4.1 Common aspects for both recessed and surface conduit works.

(i) Laying of conduit pipe and switch boxes in case of concealed wiring shall be donein close co-ordination with civil work before plastering of the wall. If plasteringwork has already been done, groove / cavity for conduit /box shall be made. Aftercompletion of conduit / box work, wall surface should be re-plastered properly.

(ii) The erection of conduits of each circuit shall be completed before the cables aredrawn in:

(iii) Conduit Jointsa. All joints shall be sealed/cemented with approved cement; Damaged conduit

pipes/fittings shall not be used in the work. Cut ends of conduit pipes shall haveneither sharp edge nor any burrs left to avoid damage to the insulation ofconductors while pulling them through such pipes.

b. The Engineer-in-charge, with a view to ensuring that the above provision hasbeen carried out, may require that the separate length of conduit etc, after theyhave been prepared, shall be submitted for inspection before being fixed.

(iv) BENDS IN CONDUITa. All bends in the system may be formed either by bending the pipes by an

approved method of heating, or by inserting suitable accessories such as bends,elbows or similar fittings, or by fixing non-metallic inspection boxes, whicheveris most suitable. Where necessary, solid type fittings shall be used.

b. Radius of bends in conduit pipes shall not be less than 7.5 cm. no length ofconduit shall have more than the equivalent of four-quarter bends from outlet.

c. Care shall be taken while bending the pipes to ensure to ensure that the conduitpipe is not injured, and that the internal diameter in not effectively reduced.

(v) OUTLETS: All switches, plugs, fan regulators etc., shall be fitted in flush pattern.The fan regulator can be mounted on the switch box covers.

4.2 ADDITIONAL REQUIREMENTS FOR SURFACE CONDUIT WORK(i) Conduit pipes shall be fixed by heavy gauge non-metallic saddles with base, secured

to suitable approved plug with screws in an approved manner, at an interval of notmore than 60 cm, but on either side of couplers or bends or similar fittings, saddles

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 120 of 130

shall be fixed at a closer distance from the center of such fittings. Slotted PVCsaddles may also be used where the PVC pipe can be pushed in trough the slots.

(ii) Where the conduit pipes are to be laid along the trusses, steel joists etc, the sameshall be secured by means of saddles or girder clips as required by the engineer incharge. Where it is not possible to use these for fixing, suitable clamps with boltsand nuts shall be used.

(iii) If the conduit pipes are liable to mechanical damage, they shall be adequatelyprotected.

4.3 ADDITIONAL REQUIREMENT FOR RECESSED CONDUIT WORK.i. MAKING GROOVE:

a. The groove in the wall shall be neatly made and be of ample dimensions topermit the conduit to be fixed in the manner desired.

b. In case of buildings under construction, the conduit shall be buried in the wallbefore plastering, and shall be finished neatly after erection of conduit.

c. In case of exposed brick/rubble masonry work, special care shall be taken to fixthe conduit and accessories in position along with the building work.

ii. Fixing conduits in groove.a. The conduit pipe shall be fixed by means of staples, or by means of non metallic

saddles, placed at not more than 60 cm. Apart, or shall be fixed by any otherapproved means of fixing.

b. At either side of the bends, saddles / staples shall be fixed at a distance of 15 cmfrom the center of the bends.

iii Fixing conduits in RCC work

a.The conduit pipes shall be laid in position and fixed to the steel reinforcement bars by steelbinding wires before the concreting is done. The conduit pipes shall be fixed firmly to thesteel reinforcement bars to avoid their dislocation during pouring of cement concrete andsubsequent tapping of the same.

b. Fixing of standard bends or elbows shall be avoided as far as possible, and all curves shallbe maintained by bending the conduit pipe itself with a long radius which will permit easydrawing in of conductors.

c. Location of inspection/junction boxes in RCC work should be identified by suitable means toavoid unnecessary chipping of the RCC slab subsequently to locate these boxes.

iv Fixing inspection boxes

a. Suitable inspection boxes to the minimum requirement shall be provided to permitinspection, and to facilitate replacement of wires, if necessary.

b. These shall be mounted flush with the wall or ceiling concrete. Minimum 65 mm depthjunction boxes shall be used in roof slabs and the depth of the boxes in other places shall beas per IS: 2667.

c. Suitable ventilating holes shall be provided in the inspection box covers.

v. Fixing switch boxes and accessories: - Switch boxes shall be mounted flush with the wall.All outlets such as switches, socket outlets etc, shall be flush mounting type, unlessotherwise specified in the additional specifications.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 121 of 130

vi. Fish wire: - To facilitate subsequent drawing of wires in the conduit, GI fish wire of 1.6mm/1.2 mm (16/18 SWG) shall be provided along with the laying of the recessed conduit.

vii. Bunching of cables.

a. Cables carrying direct current may, if desired, be bunched whatever their polarity, butcables carrying alternating current, if installed in metal conduit shall always be bunched sothat the outgoing and return cables are drawn into the same conduit.

b. Where the distribution is for single phase loads only, conductors for these phases shall bedrawn in one conduit.

c. In case of three phase loads, separate conduits shall be run from the distribution boards tothe load points, or outlets as the case may be.

************001. CABLE TRENCH: Excavation of cable trenches of different sizes in all types and soils,

the bottom of trench is leveled and sharp edges of rock. A layer of 10 cms thick sand islaid at the bottom of trench before laying the cable. It is covered once again with 10 cmsthick sand and covered with well burned country bricks at the rate of 9 to 10 bricks permeter depending upon width of brick for each cable without leaving any gap in between so

as to prevent damages to the cables due to crow bars etc during any excavation at a later dateand one brick to be placed in between the cables at every one meter of regular internal an dulyfilling the trench with earth after positioning the cable markers and remaining well stages tobring the surface in level with original surface.

002.LAYING OF CABLE IN TRENCH, REFILLING AND CONSOLIDATION: If twoseparate feeders are to be laid in the same trench horizontal interval spacing is advisable in

order to reduce the effect of mutual heating and also ensure that a fault occurring on one cablewill not damage the adjacent one.

003. ROAD CROSSINGS: - Cutting of roads, excavation of the cable trench of differentsizes and laying of RCC Hume pipes and jointed with collar in approved manner. Thepipes are required to be laid so as to keep the cable at one meter below the groundlevel. The pipes shall be extended up to 2 meters on either side of the road measuredfrom the edge of the road, The pipes shall be positioned so as to maintain a slope of about1 in 30 to allow drainage or seepage, water, no bricks or sand are required to be placed ateach place a number of pipe are laid for number of cables, if or required to be laid. Thecable trench can be closed with the excavated earth and ramming well in stages to bringthe surface in level with the original and making the road as earlier.

The cables can be drawn through pipes without disturbing the traffic, when once theabove arrangement is made.

The cables can be placed on either side of the road so as to identify the cable route.

The cables can be drawn through pipes without disturbing track at convenient place.

004 LAYING OF CABLES ON RACKS AND CLEATS:- Inside buildings, workshops,sheds, sub-stations, it is sometimes necessary to lay the cables on racks or brackets, spacedat regular intervals or sometimes they are required to be cleated directly on thewalls/trusses/beams of M.S. structures fixed on walls.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 122 of 130

The cables are laid direct upon trays with or without spares sometimes instead of usingmetal trays, the cables are required to be supported and clamped on brackets spaced at such

regular intervals so as to prevent under sac.

For horizontal runs brackets or supports made from angle Iron are grouted in the walls andthey are arranged in a single plane when only a few cables are involved, when large numberof cables has to be laid in the same route the brackets are fixed as per formation. Forhorizontal run of one or two cables the cables can be clamped/cleated directly onwalls/beams preferably with the non-magnetic materials like Aluminium\ wood etc forvertical runs, the cables are clamped/cleated on walls/columns or on M.S. flats or on angleirons fixed on walls and they are required to be spaced at such intervals so as to preventbuckling of cables and seepage of load.

All steel work shall be painted with one coat of red oxide and finished with suitable coloranticorrosive paints.

005. CABLES ALONG THE STRUCTURE: The G.I. Pipes shall be fastened to the structuresup to 2.5 mtrs from ground level by suitable M.S clamps at an intervals of not more thanone meter with suitable bolts, nuts, washers etc, the cable shall be drawn through the G.Ipipe. Both the ends of G.I shall have a PVC/Wooden bushes to avoid abrasion to the cable.In addition the top end shall be sealed with cable compound to arrest ingress of rain water.

The cable shall be run above pipe level up to cable termination through suitable teak woodcleats duly clamped to the structure by suitable clamps bolts, nuts, washer etc.

BENDS: The cable trench shall be straight as far as possible without bends and at placeswhere obstacles are obstructed there shall be no abrupt bends or sharp corners and bends ifunavoidable, the cable shall be laid with minimum bend applying following specifications.

BENDING RADIUS FOR PVC CABLES: While installing/laying PVC cables thefollowing minimum bending radial should be observed in order that the cables especiallyinsulation, may not undergo damage.

For 1.1. KV cablesa. Single core cables 15 x Db. Multi-core cables 19 x DWhere D is the over all diameter of cable.

006. BENDING RADIUS FOR XLPE CABLE.While installing/laying XLPE HT cables the following minimum bending radius should beobserved so that the cable and especially the insulation is not damaged.

Voltage Grade of Cable Recommended minimum bending radius.a. up to 11 KV 15 x Db. Above 11 KV 15 x D for multi core cables

20 x D for single core cables.

Where D is over all diameter of cable.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 123 of 130

007 SLOPE: - The slope of the cable trench according to the formation of the land shall bemade so as to keep the hand of the cable minimum as stated above.

Looping of cables: The cable at the foot of the structure shall be looped to the lengths of 5meters to allow for the future requirement the coil diameter shall be not less than minimumbending radius as stated in item above. The excavation at structures shall be done suitablyand covered with sand, bricks and earth as detailed under item above.

At each end termination near the panel board a 5 meter loop shall be kept as an allowanceand loop ring shall be formed circular and as recommended by the cable manufacturers.

008. CABLE ROUTE INDICATORS: - Cast iron cable route indicators shall be as per StateElectricity authorities’ standard. The cable markers shall be positioned, fixed with andcemented in a manner acceptable to the Engineer at site. The M.S. stems shall be dipped in

hot and dried before they are fixed. The cable marker shall be painted with 3 coats of Redoxide, one coat before providing at site and another after positioning and cementing. Thespacing of the markers shall be not less than 6 meters in straight runs.

009. COUNTRY BRICKS: - GENERAL: - Country bricks must be free from cracks largechipped surfaces and broken corners stones and lumps. The brick surface should be sohard as not to get scratched by the finger nail. Surface should not have cavities to anyappreciable extent and the structure should be as even as possible. The country brickswhen struck with a piece of steel should give a fairly ringing and not dull earthy sound.When dropped on ground from a height of 1 meter, it should not crack or break.

Quality and size: - country bricks may be slightly over burn but not under burnt in any case.The colour may be dull red or even reddish, yellow provided it is not due to under burntmaterial and is only a feature of the type of molding clay used. The normal size of thecountry brick should be 225 mm x 115 mm x 75 mm. The size of the frog in the upper faceshould be same as per first or second class bricks.

010. SAND: - The sand shall be preferably of river sand or as per the quality required by theEngineer at site. The sand will be from lumps of earth, clay etc and screened.

011. RCC HUME PIPE: - RCC Hume pipes supplied shall be of size 150 mm internal diaand 200 mm external dia to the standard lengths. Necessary collars for jointing the abovepipes shall also be supplied. The pipes and collars shall be conforming to relevant latestISS and same should be approved by the Engineer at site before laying in the trenches.

012. CLAMPS BOLTS etc: - Clamps shall be made out of Aluminum of H.S. flat. The boltsused shall be of suitable dia and of sufficient length, one M.S.Hex. Nut and a steel nutwith one spring washer between two Nos. of flat washers shall be used for tightening thebolts. The M.S. Clamping shall be painted with one coat of red oxide and 2 coats ofAluminum paint.

013. G.I. pipes: - The G.I. Pipes shall be of “C” class to the standard lengths necessary collarsbends etc for jointing the above pipes shall also be supplied. The pipes and accessoriesshall be approved by the Engineer at site before using the same.

014. EARTHING REQUIREMENTS

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 124 of 130

a) The entire system of metallic conduit work, including the outlet boxes and other metallicaccessories, shall be mechanically and electrically continuous by proper screwed joints, orby double check nuts at terminations. The conduit shall be continuous when passingthrough walls or floors.

b) Protective (loop earthing) conductor(s) shall be laid along the runs of the conduit betweenthe metallic switch boxes and the distribution boards/switch boards, terminated thereto.These conductors shall be of such size and material as specified. Depending upon their sizeand material, the protective earth conductors shall be either drawn inside the conduits alongwith the cables, or shall be laid external to the conduits. When laid external to the conduits,this shall be properly clamped with the conduit at regular intervals.

c) The protective conductors shall be terminated properly using earth studs, earth terminalblock etc as the case may be.

d) Gas or water pipe shall not be used as protective conductor (earth medium).

e) Earthing shall be provided for all the equipments installed as per Indian standard code orpractice No. IS: 3043/1966 and in conformity with I.S. Rules and to the satisfaction of thesite Engineer.

f) Earth pit :- The earth electrodes shall be G.I. pipe of diameter 50 mm dia “C” class and 4.5mm thick and an embedded length of 2.5 Mtrs. this shall be fixed in to the soil surroundedby earth pits as detailed in the Drg. The excavation of the earth pits and also the materialsrequired for building an earth pit has to be provided by the contractor. All the connectedcivil work has to be carried out by the contractor.

g) The earthing inter connections shall be made with 8 SWG GI wire.

h) The earth electrodes can be inter-connected for effective earthing and also when resistanceto earth of an earth electrode is high, as directed by the Engineer at site.

i) The earth continuity/wires shall be rigidly fixed to the respective earth terminals in theequipment by shape of M.S. Cadmium plated bolt and nuts with washer and shall beproperly connected with electrodes at the earth pits as detailed.

j) The entire (over all) earthing system shall be so provided as to get an earth resistance as perstandard (Max. 8 Ohms).

k) The earth pit No., earth resistance value and date of measurement shall be legibly painted /stenciled on the earth pit

015 Distribution Board:The board shall be of wall mounting type made of special grade CRCA sheet steel of 16Gauge, the board shall be painted with powder paints with latest techniques in powdercoating ensures strong, scratch resistant coating. The current carrying parts are made ofelectrolytic grade of copper having high conductivity and low resistivity thereby keepingthe temperature rise and distribution losses very low. The board shall conform to IS 13032or latest. The board shall be universal mounting, provided with copper Bus Bar, Neutrallinks, Earth link, earthing studs and inter-connecting wires, both sides detachable glandswith knockouts. All MCB’s shall be din rail mounted type. The board shall be of dustvermin proof.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 125 of 130

016 SPECIFICATION FOR PVC INSULATED COPPER CABLES

PVC insulated copper wire conforming to IS: 694 of 1990 or its latest edition for workingvoltage up to and including 1100 volts with ISI Mark.

a) Single core Multistranded 1.5 Sq.mmb) Single core Multistranded 2.5 Sq.mmc) Single core Multistranded 4 Sq.mmd) Single core Multistranded 6 Sq.mm

*****

017. SPECIFICATION FOR 5/15 Amps. PLUG AND SOCKET

Plug sockets with 3 pin to work on 230 Volts, 50 Hz. AC supply conforming to IS-1293 of1988 or latest with ISI marked.

*******

018. SPECIFICATION FOR MCB

MCB’s with suitable enclosure shall conform to IS 8828-1996 second revision or latest.******

019. SPECIFICATION FOR MCCB

MCCB’s shall conform to IS.13947 (Pt-I&II) – 1993.

020 SPECIFICATION FOR SWAGED / WELDED M.S. TUBULAR POLE

Fabricating, supplying and erecting stepped / welded tubular pole of height ----- Mtrs having threesections and providing two coats of red oxide paint and finished with two coats of enameled paint ofapproved quality and colour and M.S. base plate of size 300 x 300 mm x 6mm thick welded at thebottom of the pole 40mm dia GI/flexible PVC pipe of 1 mtr length fitted to the 18 gauge M.Scontrol box of size 300 mm x 300mm x 125mm with front opening cover, with lockingarrangements 30 amps porcelain fuse cutout/DP switch, 1 No. of 4 way connector in case of cablelooping. The pole shall be erected in cement concrete work (1:3:6) including excavation andrefilling.

Outside Dia and thickness in mmSl.No.

Height ofthe pole Top Mid

BoltBottom Middle Top

PlantingDepth

in Mtrs.

1 6 (1.5+1.5+3) (100 x3.65) (75x3.65) (50x3.65) 1.25 M2 9 ((1.5+1.5+6) (165.1x5.4) (139.7x4.50) (114.3x3.65) 1.50M3 10 (2+2+6 ) (193.7x5.9) (165.1x4.5) (139.7x4.5) 1.80M

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 126 of 130

SPECIFICATION BOARDS:

1 CONTROL PANELSupply, Erection, Commissioning, testing of outdoor panel board made of 16 SWG gaugeCRCA sheet with powder coated paint with copper bus-bar of size 25 mm x 6 mm &provision for separate essential and non-essential load bus bar with provision for requiredMCCB's in the panel board.

**********

ELECTRICAL BRANCH HUBLI DIVISION

APPROVED MAKES FOR MATERIAL

Sl. Description of item Approved makes/BrandsNo.

1. PVC copper wire: Anchor, Finolex, Polycab.

2 Three pin plugsocket/switches

: Anchor, Cona, Lisha, kolars,crabtree,

3.

4.

Industrial Plug socket

CFL Lamps

: Indio Asian, Havells, standard,Crompton.

Anchor, Bajaj, Philips. Indo Asian

5. MCB’s / MCCB’s : INDO ASIAN, HPL, SIEMENS,ANCHOR.

6. Electronic Regulator : ANCHOR, RIDER, LEADER,KOLORS,

7. ELCB : HAVELLS. INDO ASIAN,STANDARD

8. Energy meter : SIEMENS, ANCHOR , L&T

9. Ammeter, Voltmeters : KAYCEE, HPL, AE, MECO

10. Change Over switch : HAVELLS, STANDARD,CROMPTON

11. Calling Bell : Anchor, Cona, Lisha.12. Unbreakable Box : Kolors, Cany,

13. Casing capping : Monty gold.

Railway reserves the right to demand any particular Make/Brand among the approved makeas per site conditions and administrative requirements.

***************

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 127 of 130

(Annexure – A)

JOINT TEST CERTIFICATE FOR ELECTRICAL INSTALLATION

(To be made in triplicate)

Name of work:

Contracts/ W.O.No.I/We certify that the installation detailed below has been installed by me/us and tested and tothe best of my/ our knowledge and belief, it complies with Indian Electricity Rules, 1956,as well as the specifications for Electrical Works.

Electrical Installation t_________________________________________

Voltage and system of supply____________________________________

I. Particulars of works.A. Internal Electrical Installation:Nos. Total load Type of system of wiring.

i. Light points.ii. Fan pointiii. Plug point.(a) 3 pin 5 Amp.(b) 3 pin 15 Amp.B. Others. Description H.P. /K.W, Type of starting.

(a) Motors (i)

(ii)

(iii)

(b) Other plant

C. If the work involves installation of overhead lines and/ of underground cable(a) Overhead lines.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 128 of 130

(i) Type description of overhead line

(ii) Total length and No. of spans.

(iii). No. of street lights and its description.

Underground cables.

(I) Total length of underground cable and its size.

(II) No of joints :

End joint :

Tee Joint :

Straight through joint :

II. Earthing:

(I). Description of earthing electrode

(ii). No. of earth electrode.

(iii). Size of main earth lead.

III. Test results:

(a) Insulation resistance : (i) Insulation resistance of the whole

System of conductors to earth - Megohms.

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 129 of 130

(ii ) Insulation resistance between the phase

Conductor and neutral.

Between phase R and neutral - Megohms

Between Phase Y and neutral - Megohms

Between phase B and neutral - Megohms.

(iii ) Insulation resistance between the phase conductors in case of poly phasesupply.

Between phase R and phase Y - Megohms

Between phase Y and phase B - Megohms

Between phase B and phase R - Megohms

Polarity test:

Polarity of non liked single pole branch switches.

(C). Earth continuity test:

Maximum resistance between any point in earth continuity conductor

Including metal conduits and main earthing lead ohms

(d). Earth electrode resistance:

Resistance of each earth electrode.

(I )…………………………………ohms

(ii )…………………………………ohms

(iii)…………………………………ohms

(iv)………………………………….ohms

(e) Lightning protective system

Resistance of the whole of lightning protection system to earth before any bonding

Electrical with earth electrode and metal in /on the structure_________________.

Signature of Supervisor Signature of Contractors. Name and Address

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 130 of 130