105
SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (With Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender Doc. ACS no. 3/2015)

SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

  • Upload
    others

  • View
    16

  • Download
    1

Embed Size (px)

Citation preview

Page 1: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

SOUTH WESTERN RAILWAY

STANDARD TENDER DOCUMENT

(With Technical ConditionsAnd

Up to date till GCC correction slip no. 18/2013 & Std. Tender Doc. ACS no. 3/2015)

Page 2: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 1 of 120

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

ITEM REQUIRED FOR GENERATION OF PARTY MASTER CODE

1 Party/firm/Supplier name

2 Party address

3 Telephone No/Mobile No

4 Fax No

5 PAN No

6 E-Mail

7 VAT No.

8 TIN No

9 Service Tax

10 Bank Name

11 Bank Code

12 IFS Code-

13 MICR

14 Account No

15 Account Type

Signature of Contractor

Page 3: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 2 of 120

SOUTH WESTERN RAILWAYBYDivisional Office,Works Branch,

No. H/W.496/II/W5 Hubballi,Dt.10.06.2016

CORRIGENDUM

Tender called vide Tender Notice No.02/DRM/W/UBL/2016/OT dt. 05.05.2016(Zonal Tenders forthe year 2016-17) scheduled to open on 14.06.2016 is postponed on administration ground & thedetails are given below-

(1) Original date of opening on 14.06.2016 (19 items).

(2) Revised date of opening on 05.07.2016 (19 items).

All are requested to note the changes in the document uploaded on www.swr.indianrailways.gov.in.

Sd/-Divisional Railway Manager/Works

S.W.Railway.Hubballi

Page 4: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 3 of 120

SOUTH WESTERN RAILWAYBY Divisional Office,Works Branch,

No. H/W.496/II/W5 Hubli. Dt. 01.07.2016

CORRIGENDUMThe following changes made in Tender Notice No. 02/DRM/W/UBL/2016/OT dt. 05.05.2016(Zonal Tenders for the year 2016-17) (Nineteen Items) scheduled to be opened on 05.07.2016 ispostponed to 15.07.2016 (Fri day) may be read as given below-

SlNo.

Existing Revised

1 Date of Opening 05.07.2016 Date of Opening 15.07.2016

2

PARA 21.0 -ELIGIBILITYCRITERIA FOR WORKSEligibility Criteria costing less than Rs.50lakhs Para21.1 -1, 21.1 -2 21.1 -3 21.1 -421.1 -5 & Note (a) (b) of Tender Document.

PARA 21.0 -ELIGIBILITY CRITERIAFOR WORKSEligibility Criteria costing less than Rs.50 lakhsPara21.1 -1, 21.1 -2 21.1 -3 21.1 -421.1 -5& Note (a) (b)of Tender Document is DELETED.

All are requested to note the above changes and other terms and conditions of the above tendernotice will remain unchanged , for further details log on www.swr.indianrailways.gov.in.

Sd/-Divisional Railway Manager/Works

S.W.Railway.Hubli

Page 5: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 4 of 120

INDEX

SL.NO. DESCRIPTION PAGENO.

1 Top Sheet 2

2 Salient features of tender document 3

3 Notice inviting tender 4

4 Tender form First sheet 5

3 Tender Form (Second sheet) 6-8

5 Instructions for tenderers 9-296 Check list for the tender bid 30- 327 Special conditions of contract 33-548 Tender form (Third Sheet) – Schedule of quantities 54

9 Specifications 55-5910 Additional Special Conditions 60-81

11 Annexure

I. Agreement for zone contract 82

II. Work Order Under Zone Contract (Up to 2 lakhs) 83-84

III. Contract agreement of works 85

IV. Work order for works (Above 2 lakhs) 86-88

V. Form For Submission Of Tender 89

VI. Form for reporting of employment 90

VII. Memorandum of understanding for joint venture agreement 91-97

VIII. Proforma for experience certificate 96IX. Proforma for Statement of completed works in the last three financial

years 97

X. Proforma for statement of works on hand 98XI. List of earthwork machinery, tools, plant and staff to be deployed on

this work 99

XII. Proforma for performance bank guarantee 100

XIII.Schedule 101-120

Page 6: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 5 of 120

TOP SHEETSOUTH WESTERN RAILWAY

HUBBALLI DIVISION

WORKS BRANCH

Tender Notice no. : 02/DRM/W/UBL/2016/OT DATED 05.05.2016Item No. : (Group’10/B)

Name of the Tenderer:………………….

Address of the Tenderer:………………….

DIVISIONAL RAILWAY MANAGER (WORKS)

……………………………DIVISION

Name of the work: Hubballi Division- MTS Colony, Devargudihal, Obalapur, Deshpande Nagar, AllColonies pipe line works including Hubli Railway Station.

Page 7: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 6 of 120

SALIENT FEATURES

SOUTH WESTERN RAILWAY

Name of the Tenderer/Contractor :-

I. SCOPE OF WORK

This tender is for : ……………………………………………………………………………………………….

II. Approximate value : Rs.31,00,000/-

III. Security Deposit (Approximate) : Rs.

IV. Earnest Money Deposit : Rs.62,000/-

V. Performance Guarantee :Rs. ………………………….

VI. Completion period : 12 Months

VII. Maintenance period : 90 Days

VIII. Validity of Tender : …………….

IX. Tender Form Cost : Rs.3000+14.5% VAT=3435/-

X. Last date for submission of Tender Document : Upto 11.00 hrs on 15.07.2016

Name of work : Hubballi Division- (Group’10/B)MTS Colony, Devargudihal, Obalapur, Deshpande Nagar, All Colonies pipe line works including HubliRailway Station.

Page 8: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 7 of 120

NOTICE INVITING TENDERTENDER NOTICE

OPEN TENDER NOTICE NO. 02/DRM/W/UBL/2016/OT DATED 05.05.2016Separate Sealed Tenders are invited by Divisional Railway Manager, South WesternRailway,………...............division on behalf of the President of India for the undermentioned works.

Tend.Sch.Ref.

Description of work TypeofTender

Approx value(In rupees)

Earnestmoney Rs(EMD)

Date ofopening

Period ofCompletion

Cost of form(in Rs)

17 Hubballi Division- -(Group’10/B)MTS Colony,Devargudihal, Obalapur,Deshpande Nagar, AllColonies pipe line worksincluding Hubli RailwayStation.

Open 31,00,000/- 62,000/- 15.07.2016 12 Months

3000+14.5%VAT=3435/-

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

Page 9: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 8 of 120

SOUTH WESTERN RAILWAYTENDER FORM (First Sheet)

Tender No. 02/DRM/W/UBL/2016/OT dated: 05.05.2016 ( Group’10/B)

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 South Western Railway, Works Contract, GeneralConditions of Contract 2012, with all correction slips up-to-date and to carry out the work according to theSpecial Conditions of Contract and Specifications of materials and works as laid down by Railway in theannexed Special Conditions/Specifications, Schedule of Rates with all correction slips up-to-date for thepresent 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.

Name of Work - Hubballi Division- - (Group’10/B)MTS Colony, Devargudihal, Obalapur, Deshpande Nagar, All Colonies pipe line works including HubliRailway Station.

Signature of Witnesses :(1) ___________________

(2) ___________________

(2) ___________________

________________________

Signature of Tenderer(s)

Date ________________

Address of the Tenderer(s)

______________________

______________________

______________________

Page 10: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 9 of 120

TENDER FORM (Second Sheet)

1. Drawings For The Work : The Drawing for the work can be seen in the office of the_________ and / or Chief Engineer, ____________ Railway at any time during the officehours. The drawings are only for the guidance of Tenderer(s). Detailed working drawings (ifrequired) based generally on the drawing mentioned above, will be given by the Engineeror 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 ____________ Railway as applicable to ____________ Division except wherehe/they are required to quote item rates and must tender for all the items shown in theSchedule of approximate quantities attached. The quantities shown in the attachedSchedule are given as a guide and are approximate only and are subject to variationaccording to the needs of the Railway. The Railway does not guarantee work under eachitem of the Schedule.

3. The works are required to be completed within a period of 12 Months from the date ofissue of acceptance letter.

4. Earnest Money :

a) The tender must be accompanied by a sum of Rs.62,000/- as earnest money deposited incash 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 ___________ Railway, Should the tenderer fail to observe orcomply with the foregoing stipulation, the amount deposited as Earnest Money for the dueperformance 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.

Page 11: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 10 of 120

7. Tenderer’s Credentials : Documents testifying tenderer’s previous experience and financialstatus should be produced along with the tender . Once tender is open tenderer shall notbe allowed to submit fresh document.

8. Tender must be enclosed in a sealed cover, superscripted “Tender No.02/DRM/Works/UBL/2016/OT dt: 05.05.2016 ” and must be sent by registered post to theaddress of DRM/W/……Division, South Western Railway so as to reach his office not laterthan 17.00 Hours on the 14.07.2016 or deposited in the special box allotted for thepurpose in the office of DRM/W/Hubballi Division, South Western Railway. This Specialbox will be sealed at 11.00 hours on15.07.2016. The tender will be opened at 11.30hours on the same day. The tender papers will not be sold after 17.00 hours on14.07.2016

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 One year 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 Engineeror Officer, as the case may be from the President of India or any officer, duly authorised

Page 12: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 11 of 120

by him in this behalf, shall be clearly stated in writing at the time of submitting the tender.Tenders without the information above referred to or a statement to the effect that no 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 _______________

Page 13: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 12 of 120

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______________ or obtained fromthe office of the Sr Divisional Engineer/Co Ord, ____________ Division on paymentof prescribed charges.

e. Schedule of Rates as amended / corrected upto latest Correction Slips, copies ofwhich can be seen in the office of DRM/Works______________ or obtained fromthe office of the Sr Divisional Engineer/Co Ord, ____________ Division on paymentof prescribed 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 & Telecom Engineer, Divisional Electrical Engineer in executivecharge of the works and shall include the superior officers of Open Line andConstruction organisations on the Railway of the Engineering, Signal & Telecomand Electrical Departments, i.e. the Senior Divisional Engineer/Deputy ChiefEngineer/Chief Engineer, Senior Divisional Signal & Telecom Engineer / Dy.Chief

Page 14: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 13 of 120

Signal & Telecom Engineer, Senior Divisional Electrical Engineer / Deputy ChiefElectrical Engineer and shall mean & include the Engineers of the SuccessorsRailway.

(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, ……..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, ……… , without which the tender shall berejected.

6. The Tender documents for the above works will be received and opened in the office of theDivisional Railway Manager, South Western Railway ,on the same date and time as

Page 15: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 14 of 120

mentioned 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 15.00 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/UBL. from 10.00 hrs of 10.07.2016 to 11.00hrs of 15.07.2016

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 tender.

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.

Page 16: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 15 of 120

8.11 No post tender correspondence will be permitted and the tender shall be decided basedon the documents enclosed with the offer only.

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.

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.

Page 17: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 16 of 120

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

11. Instructions to tenderers regarding tender forms downloaded from internet

11.1 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.

11.2 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.

11.3 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, ……. before the dateand 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.

11.4 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 approved

Page 18: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 17 of 120

schedule Bank, payable in favour of Sr. Divisional Finance Manager, South WesternRailway, ……… along with the tender document and the original receipt should beenclosed along with the tender. A single demand draft for the cost of tenderdocument/form and Earnest Money Deposit will not be accepted. Tender not accompaniedby the receipt for cost of tender document/ form will summarily be rejected.

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

11.6 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.

11.7 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.

11.8 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.

11.9 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

12.0 Method of quoting rates :

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

12.2 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 then

Page 19: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 18 of 120

the 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.

12.3 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.

12.4 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.

12.5 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.

12.6 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.

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

12.7 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.

Page 20: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 19 of 120

(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

12.8 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.

13.0 PRICE BID:13.1 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.

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.

13.2 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

14.0 Late submission of application :

Page 21: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 20 of 120

14.1 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.

14.2 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.

15.0 Method of applying :

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

15.2 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.

15.3 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.

15.4 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.

15.5 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.

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

16.0 Earnest Money Deposit

16.1 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

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

applicable for all modes of tendering.

16.2 It shall be understood that the tender documents have been sold/issued to the tenderer

and the tenderer is permitted to tender in consideration of stipulation on his part, that after

submitting his tender he will not resile from his offer or modify the terms and conditions

thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or

comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the

Railway.

Page 22: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 21 of 120

16.3 If his tender is accepted this earnest money mentioned in sub clause (a) above will be

retained as part security for the due and faithful fulfilment of the contract in terms of

Clause 16 of the General Conditions of Contract. The Earnest Money of other Tenderers

shall, save as herein before provided, be returned to them, but the Railway shall not be

responsible for any loss or depreciation that may happen thereto while in their

possession, nor be liable to pay interest thereon.

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

“The earnest money should be in cash or Banker’s Cheques/ Demand Drafts in favour of

FA & CAO of the Railway, executed by State Bank of India or any of the Nationalized

banks or by a Scheduled Bank.”

16.5 The EMD amount to be deposited in the form described in 16.4 along with the tender form

should be in favour of FA &CAO/ Sr.DFM, South Western Railway,

................................................ payable at ..................................... Tenderer (Account

holder) name has to be specified in the EMD instrument. EMD in the form of Bank

Guarantee or FDR is not acceptable and tender document submitted along with Bank

Guarantee or FDR as EMD will be treated as invalid tender. Offers received without valid

EMD shall be summarily rejected.

17.0 Refund of EMD

17.1 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.

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

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

18.0 Tender Opening

18.1 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.

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

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

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

18.5 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 Limited

Page 23: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 22 of 120

Company/subsidiary company which also participated in the same tender, all such offersshall be considered as “Invalid”.

19.0 Sequence of opening Tender document.

19.1 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.

19.2 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 , ……... at the dateand time which will be intimated to all short listed tenderers who can witness opening intheir presence or through their authorized representatives.

19.3 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.

19.4 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.

20.0 IMPORTANT:

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

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

20.2 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.

20.3 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

20.4 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.

20.5 If the tender is not accompanied by any of the documents mentioned in 12.8 and 13.1above.

20.6 Tenderers are required to submit the documents listed at para 12.8 and 13.1 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.

20.7 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.

20.8 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.

Page 24: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 23 of 120

21.0 ELIGIBILITY CRITERIA FOR WORKS

21.1 For works costing less than Rs.50 lakhs : Following documents shall be submittedalong with the tender offer:

1. Solvency certificate from Bank or Financial statement from Chartered Accountant orFinancial assistance provided by Bank for the purpose of execution of work or anyother document to prove adequate financial capability of the tenderer. The abovedocuments shall be enclosed along with the offer (uploaded in the case of e-tender), failing which the offer will be summarily rejected.

2. Copy of PAN card.

3. Undertaking from the tenderer in separate sheet in following format.

UNDERTAKING

Name of work:

I hereby certify that I/we am /are having sufficient financial capability to execute thecaptioned work in given contract period.

Name & Signature of the Tenderer& Address with Phone No.

4. Copies of experience certificates, if any

5. Details of works executed in past or being executed in following format.Sl.No. Name of work with

descriptionValue of work completed Status work

completed/ inprogress

123

Note: a) If tenderer has not executed any work in past, the above format shall be submittedwith nil entries.

b) For work in progress, percentage progress shall be mentioned.

21.2 Eligibility Criteria for works costing above Rs.50.00 lakhs

Tenderers should satisfy the following Eligibility Criteria:

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

At least one similar nature of work for aminimum value of 35% of the Advertised tendervalue. The experience certificate is to beattached to the Tender document as perPerforma enclosed.

b Total contract amount received Should be a minimum of 150% of the Advertised

Page 25: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 24 of 120

during the last 3 financial yearsand in the current financialyear.

tender value. The certificate from theemployer/client or audited balance sheet dulycertified by the Chartered Accountant orcertificate issued by charted Accountantindicating explicitly contract receipts details ofvarious organisations ( Name of organisation,Agreement wise receipts etc)during qualifyingperiod etc., is to be enclosed along with thetender documents.

22.0 SIMILAR NATURE OF WORK:

22.1 For the items in the Tender Notice, the following are considered as similar works for thepurpose of eligibility criteria at 21.2.a above.

sSl.No Name of the Work Similar nature of WorkConsidered

01110301Hubballi Division- - (Group’10/B)MTS Colony, Devargudihal, Obalapur, DeshpandeNagar, All Colonies pipe line works including HubliRailway Station.

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

In support of eligibility condition No.21.2.b, 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.

22.2 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.

22.3 The certificate to satisfy similar work covered in para 21.2.a 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.

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

23.0 NOTES:

23.1 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.

23.2 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.

Page 26: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 25 of 120

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.

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

23.4 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.

23.5 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.

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

24.0 Nature of Ownership24.1 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.

24.2 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.

24.3 In case of Limited Companya) Copy of Memorandum of Association and articles of Association of the company.b) Copy of incorporation certificate of the company

Page 27: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 26 of 120

c) Copy of certificate issued by Registrar of Companies in regard of change of name, ifany.

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

OrThe 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.

24.4 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.

Page 28: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 27 of 120

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.

24.5 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.

24.6 Test report of ballast and other items as applicable.24.7 Any other document considered necessary fort evaluation of the offer.24.8 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.

25.0 Partnership firm: Instructions for submitting tenders by partnership firms

25.1 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.

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

25.3 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.

25.4 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.

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

25.6 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.

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

25.8 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.

Page 29: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 28 of 120

25.9 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.

25.10 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.

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

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

25.13 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.

25.14 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

25.15 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.

26.0 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 :

Page 30: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 29 of 120

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:-

(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.

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

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

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

27.3 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.

27.4 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.

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

27.6 The Joint Venture Firm shall be required to submit Earnest Money Deposit (EMD) alongwith the tender in terms of the provisions contained in Para 5 (Earnest Money) of Part – I ofGCC.

27.7 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%.

Page 31: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 30 of 120

27.8 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)

27.9 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.

27.10 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 modifiedafter 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 criteria

should 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.

27.11 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.

27.12 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.

27.13 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 of

Page 32: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 31 of 120

the 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.

27.14 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.

27.15 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.

27.16 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.

27.17 All the members of JV shall certify that they are not black listed or debarred by Railways orany other Ministry/ Department/ PSU (Public Sector Undertaking) of the Govt. of India/State Govt. from participation in tenders / contract on the date of opening of bids either intheir individual capacity or as members of the JV or the JV firm in which they were / aremembers.

27.18 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.

28.0 CREDENTIALS AND QUALIFYING CRITERIA:-

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

28.1 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 each

Page 33: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 32 of 120

component, 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 thecomponent, 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.

28.2 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.

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

28.4 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.

28.5 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

Page 34: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 33 of 120

.Tender Notice No.02/DRM/W/UBL/2016/OT dt: 05.05.2016

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:-

(i) Copy of current Partnership Deed(ii)Copy of Registration Certificate issued by Registrar of Firms insupport of current partnership deed.

Name of work : Hubballi Division- - (Group’10/B)MTS Colony, Devargudihal, Obalapur, Deshpande Nagar, All Colonies pipe line works including HubliRailway Station.

Page 35: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 34 of 120

(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,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.

Page 36: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 35 of 120

(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

Page 37: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

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 and generalidea of the location and rough details of work to be done. No claim whatsoever will be admissiblein respect of any alteration/addition/deletion/change in the type of works/change in locations.

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 agreement quantityis considered unavoidable, the same shall be got executed by floating a fresh tender. If floating afresh tender for operating that item is considered not practicable , quantity of that item may beoperated in excess of 125% of the agreement quantity subject to the following conditions:

a. Operation of an item by more than 125% of the agreement quantity needs the approval of 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 be permittedonly in exceptional unavoidable circumstances with the concurrence of associate finance and shallbe paid at 96% of the rate awarded for that item in that particular tender;

b. The variation in quantities as per the above formula will apply only to the individual items of thecontract 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 Claim Certificate”from the contractor and with finance concurrence, giving detailed reasons for each such decreasein the quantities.

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

4. (as against 25% prescribed for other items). A minor value item for this purpose is defined as anitem 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 schedule asa whole and not on individual SOR items. However, in case of NS items, the limit of 25% wouldapply on the individual items irrespective of the manner of quoting the rate (single percentagerate 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.

Page 38: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 37 of 120

8. For tenders accepted by General Manager, variations upto 125% of the original agreement valuemay 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 be obtained.

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, secondand third lowest valid tenderers, the vitiation shall be to Contractors account. The total value of thework done shall be calculated at the rate offered by those tenderers and the amount payable shallbe 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 of thework executed reaches 50% of the agreement value and the vitiated amount shall be adjusted atevery 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. Thebalance to make up the Security Deposit, the rates for which are given above, may be depositedby the Contractor in cash or may be recovered by percentage deduction from the Contractor's 'onaccount' bills. Provided also that in case of defaulting contractor the Railways may retain any amountdue for payment to the Contractor on the pending 'on account' bills so that the amounts so retainedmay 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 be acceptedtowards 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 of acontractor can be returned to him if he so desires, on submission of FDR/irrevocable BankGuarantee for equivalent amount. The validity of FDR/BG shall cover up to the period offinalisation of agreements, maintenance period and performance of all contractual obligationsenvisaged in the contract.

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

Page 39: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 38 of 120

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 shall normallybe the authority that is competent to sign the contract and not less than a J.A Grade officer of theRailways. The certificate, inter alia, should mention that the work has been completed in all respectsand that all the contractual obligations have been fulfilled by the contractors and there is no due fromthe contractor to Railway against the contract concerned. Further for releasing SD, an unconditionaland unequivocal no claim certificate shall be furnished by the contractor concerned.

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) daysfrom the date of issue of Letter Of Acceptance (LOA) Extension of time for submission of PGbeyond 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% perannum shall be charged for the delay beyond 30 (thirty) days i.e., from 31st day after the date ofissue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from thedate of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if anypayable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

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

(I) A deposit of Cash,(II) Irrevocable Bank Guarantee(III) Government Securities including State Loan Bonds at 5 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.

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. In case thetime for completion of work gets extended, the contractor shall get that validity of P.G. extendedto 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 the contractorhas completed the work in all respects satisfactorily. The Security Deposit shall, however, bereleased only after expiry of the maintenance period and after passing the final bill based on‘No Claim Certificate’ from the contractor.

Page 40: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 39 of 120

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 done independentlywithout risk & cost of the failed contractor. The failed contractor shall be debarred fromparticipating in the tender for executing the balance work. If the failed contractor is a JV or aPartnership firm, then every member / partner of such a firm shall be debarred fromparticipating in the tender for the balance work in his / her individual capacity or as a partnerof any other JV / partnership firm.

g) The engineer shall not make a claim under the Performance Guarantee except for amounts towhich the President of India is entitled under the contract (not withstanding and / or withoutprejudice 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 of thePerformance Guarantee.

ii. Failure by the contractor to pay President of India any amount due, either as agreedby the contractor or determined under any of the Clauses / Conditions of theAgreement, 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 the disposalof 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 contracts whichattract specific percentage of Sales Tax under the concerned Act. Sales Tax on the Works contracts,as applicable in terms of the concerned State Government Sales Tax Acts as amended from time totime, shall be deducted from the running bills of contractors for payment to the State Government.The Railway Administration will give a certificate towards the tax deducted at source from bills toenable the contractor to file Sales Tax Return before the concerned authorities. No refund of salestax deducted at source will be made by the Railway. The Sales Tax elements that might havegone into the prices of various raw materials used by the contractor in the works concerned,distinctly different from the Sales Tax deducted as above, paid by the Contractor directly or deductedat source from bills will also not be reimbursed by the Railway.

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 required topay a cess at 1% of the cost of the construction work which shall be deducted from the running bill ofthe Contractor for payment to the State Government. Only the cost of the material supplied underspecific 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 other taxes,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.

Page 41: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 40 of 120

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 as fixedby the State Government and payable to them as revised from time to time during the currency ofcontract will be recovered by the Railway from the contractors, in “on account” and “final bills” andremitted to the State Government. The rates quoted by the tenderer shall be inclusive of thesecharges. Claims regarding revision of royalty charges and consequent enhancement of the acceptedrate will not be entertained. However, no royalty charges/fee shall be recovered from the bills of thecontractor, if the contractor produces documentary evidence e.g., transit pass issued by StateGovernment Officials in token of having paid royalty fee, in such cases, the genuiness of suchdocumentary evidence produced along with proof of payment of royalty charges, shall be got verifiedby 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 concerned authorityshowing proof of payment of royalty charges, for each bill. Relevant entries shall also be made onreceipt of verified document from Mines & Geology department of State Government against theparticular bill and “Transit pass”. The verified “Transit passes” shall be scored out with cross markwith an endorsement “Accounted against CC/Final Bill No.________ dated ______ for AgreementNo.________________”. These passes shall be kept on record for subsequent verification till closureof the contract. The register should be page numbered and one page allotted to one contract. Thereference where the verified, “Transit pass” is filed, shall also be made 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, bushesetc., without any extra payment. If any heavier materials like Railways sleepers etc., are to beshifted from the site of work, the same should be carried out by the contractor for which separatepayment will be made under relevant items of USSOR 2011 which is applicable. Contractor isalso responsible to clear all construction debris, labour camps, surplus materials from site of workwithout any extra payment as and when these are not required for the progress of the work.

8.0 SERVICE ROADS:

8.1 The Railway does not undertake to provide any service roads for the movement of the contractor’svehicles. The contractor can however make use of the service roads, where they exist free ofcharge. However, the railway shall not undertake to maintain them and the contractor shallmaintain them at his own cost. In other places, the contractor should make his own arrangementsfor the movement of the vehicles and no extra rate shall be paid for this. The Railway reserves theright to make use of the roads formed and maintained by the contractor, as and when necessary,without any payment to the contractor. In the event of the contractor forming the service roadswhere Railway land is not available or cannot be given by the Railway for this purpose, it shall beclearly noted that the contractor shall make his own arrangements for obtaining the required landand the Railway shall not take any responsibility in this respect and shall not compensate thecontractor in any way.

9.0 WATER AND ELECTRICITY FOR WORKS:

Page 42: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 41 of 120

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 electricity forthe 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 available andpossible, required for execution of works from the Railway’s existing electric supply systems at or nearthe site of works on specified terms and conditions and such charges as shall be determined by theRailway. 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 of LOA.The contractor may modify the programme to suit his resources, however, without any change inmilestones and submit a modified programme to the Railways duly signed by him within fifteen days ofissue of LOA. This is however subject to a condition that such shifting or change shall not affect thecompletion period of the contract in any manner whatsoever. The modified programme of thecontractor shall not be conditional and will not affect the terms and conditions of the contract and ifmade 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.

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

10.3 Non-acceptance of Railway Programme or submission of Modified Programme by the contractor whichis not acceptable to the Railways, shall also tantamount to breach of contract by the contractor and theRailway shall be entitled to terminate the contract on account of the contractor’s default under clause62 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 progress under10.1 to 10.3 above, if the above agreed programme(s) are not adhered to within the margin of 10% ofthe provision in the programme in terms of shifting of individual milestones or the quantum of progressat any stage, as envisaged in Clause 62(1)(viii) of the General Conditions of Contract and thePerformance Guarantee & Security Deposit will be forfeited without prejudice to other remedies ascontemplated 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.

Page 43: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 42 of 120

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 provided inthe detailed tender notice / tender conditions uploaded in website. The incentive bonus payable shallnot be more than 1% of the initial contract value or revised contract value whichever is less for everyone full month of early completion ahead of the original completion period or revised completionperiod whichever is less.

12.2 The maximum incentive payable shall not be more than 6% of the original contract value or revisedcontract value whichever is less. In case of contracts of value less than or equal to Rs.15 crores andwith time period of completion less than one year, only 50% of above Bonus payments will 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 completion shallbe reckoned as per the satisfactory date of completion of the work as certified by the Chief Engineer,who shall decide the same based on the inspection notes of the Commissioner of Railway Safetyauthorizing opening of the section or joint inspection notes between Open Line and Constructiondepartments 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 not achievingthe milestones or quality of work etc., specified, even if no physical or actual damages have occurredto the Railways and even if the currency of the work is not affected, the Railway reserves the rightsof, with a view to improve, expedite and the make the contractor realise the effects of delays, levyingfine or any value as deemed fit on the contractor by the Engineer – in – charge based on the merit ofthe case. The amount of fine will be solely decided by the Engineer – in – Charge at his discretion andwill be based on his assessment of disturbances, difficulties or losses caused by the delay or poorquality of work, etc., including that of the reputation of the Railway. The contractor shall have noclaims what-so-ever in this regard. Subsequent to the imposition of the fine, if contractor makesgood, the progress / quality and achieves the milestones to the satisfaction of the Railways, part orfull amount of the fine imposed may be waived and the amount so worked out will be released to thecontractor at the sole discretion of the Engineer –in – charge duly recording necessary certification tothe effect that no damages have occurred. However, in case of actual or anticipated damagesoccurred or occurring to the Railways, the recovery of agreed / liquidated damages will also beimposed and recovered from contractors dues as 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 in allcases where currency extension is granted under clauses other than 17, 17A(i) or 17 A(iii) of GCCand / or whether any damages have occurred or likely to occur or not and the contractor shall haveno claims in this regard.

Notes:

Page 44: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 43 of 120

1) The maximum fine or penalty liable to be imposed under the clauses under para 13.0 is limited toa 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 damages occurring to theRailway, the recovery of agreed/liquidated damages will also be imposed and recovered fromcontractors 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 purpose underclause 12.0.

3) The date of completion shall be reckoned as per the satisfactory date of completion of the workas 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 be entertained.

14.0 SETTING OUT WORKS:

14.1 The contractor shall be responsible for the correct setting out of all works in relation to original points,lines and levels of reference at his cost. The Contractor shall execute the work true to alignment,grade, levels and dimensions as shown in the drawing and as directed by the Engineer’srepresentative and shall check these at frequent intervals. The contractor shall provide all facilities likelabour 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 responsibility ofmaintaining accuracy in the work. The contractor shall carefully protect and preserver all benchmarks,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 andtechnical 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 Scale of personnel: Minimum scale of personnel to be engaged by the Contractor shall be as under:-1) One Graduate Engineer and at least one diploma holder Engineer when the cost of work is more

than Rs.5.00 crore.2) One Graduate Engineer when the cost of work to be executed is between Rs.1.00 cr and upto 5.00

crore.3) One qualified Diploma holder Engineer, when cost of the work to be executed is more than

Rs.30.00 lakhs but less than Rs.100 lakhs.4) Even if the value of agreement changes due to variations or even if the currency of contract is

changed, the scale of personnel will remain same as per the original agreement value.

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. Continuous engagementof 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 occasion atsite, it will be treated as absence for a week.

Page 45: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 44 of 120

2) Technical staff should be available at site whenever required by the Engineer-in-charge or hisauthorised representative to take instructions. In case, the contractor fails to employ the Technicalstaff as aforesaid, he shall be liable to pay Rs.30,000/- (Rupees Thirty thousand only) for eachmonth of default or part thereof in case of each Graduate Engineer and Rs.20,000/- (RupeesTwenty thousand only) for each month of default or part thereof in case of each qualified diplomaholder.

3) 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.

4) 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.

5) The decision of the Engineer-in-charge, whether the required Technical staff was not employed bythe 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, transportation ofmaterials, track works, welding works, designing & drafting and consultancy works where separateprovision 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 any yardor regrading under traffic conditions. Non engagement of technical staff as aforesaid will lead torejection 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 (orany 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 doing every50 welds in a day. Non engagement of technical staff as aforesaid will lead to rejection of weldsand/or penalty of Rs.10000/- on the first occasion and Rs.25000/- for every subsequent defaults.

16.0 PRECAUTIONS AT WORK SITE:

16.1 1) All precautions to ensure safety of workmen must be taken while unloading and leading the materialsduring execution of work. Traffic rules should be strictly followed and the contractor shouldindemnify 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 Railway trackand structures. The contractor will be held responsible for any loss or damage or injury causedduring the course of work to the labourer or to the public/private person or to the Railway/Public/private property and the contractor should bear all the loss and expenditure involved.

4) Wherever work is to be executed close to any running railway lines or roads or buildings or publicpassage, the Contractor shall ensure proper protection of public, railway/public property. He shallalso 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 fail to

Page 46: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 45 of 120

do so notice shall be given to the Contractor that the same will be provided by the Railway at theircost 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, as maybe necessary, for procurement, transportation, storage and use of the same. All possible assistancewill 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 Railway or foradditional payment for the work.

16.4 In case of use of explosives for blasting the contractor shall strictly abide by the Indian Explosive Act,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 as wellas any other Act and Rules, as may be enacted and laid down by the State and Central Governmentfrom 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 the contractorshould 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 cost ofdamage, as decided by the Railway Administration will be borne by the contractor.

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 without thepresence 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 layout planfrom 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 of thecontractor 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 case ofaccidents / 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 keep arecord of the same.

Page 47: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 46 of 120

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

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 advance willbe entertained. The rate of interest is 4.5% per annum above the base rate of State Bank of India,as effective on the date of approval of payment of Mobilisation Advance by the competent authority.

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 together withinterest charges calculated upto the end of the contract period. The tenderer who seeks MobilisationAdvance should be specific about the course of action proposed to be followed in producing thesecurity to the satisfaction of the Railway. Each security should be atleast not less than one lakhrupees. These securities shall be returned as and when the value of the advance plus interest isrecovered 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 the contractreaches 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.

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 also beacceptable for Guarantee in case of Mobilisation Advance.

21.0 Price Variation :

21.1 Price Variation Clause (PVC) shall be applicable only for contracts of value (Contract Agreement value)Rs.50 lakh and more, irrespective of the contract completion period. Variation in quantities shall not betaken into account for applicability of PVC in the contract. Materials supplied free of cost by Railway tothe contractors shall fall outside the purview of Price Variation Clause. If, in any case, accepted offerincludes some specific payment to be made to consultants or some materials supplied by Railway freeor at fixed rate, such payments shall be excluded from the gross value of the work for the purpose ofpayment/recovery of price variation. The price variation clause of General Conditions of Contract shallnot apply to such a works contract which is either an Annual Maintenance Contract(AMC) or a zonalcontract.

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 in taxes/anyother levies/tolls etc., except that payment/recovery for overall market situation shall be made asper Price Variation Clause given hereunder.

Page 48: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 47 of 120

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 types ofEngineering 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 15% Fuel Component 40% 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 beworked out by the following formulae.

(i) L= W x (LQ-LB) x LC

LB 100(ii) M = W x (MQ-MB) x MC

MB 100

(iii)F= W x (FQ-FB) x FC

FB 100(iv) E = W x (EQ-EB) x EC

EB 100(v) D = W x (DQ-DB) x DC

DB 100(vi)S = Sw x (SQ-SB)

(vii) C = Cv x (CQ-CB) / CB

For Railway Electrification works:(viii) T = ( ( Cs – Co) / Co x 0.4136 ) x Tc(ix)R = (( RT – RO) / RO + (ZT –ZO) / ZO X 0.06 ) x Rc(x) N = (( PT –Po) / Po ) x Nc(xi)Z = (( ZT –Zo) / Zo) x Zc(xii) I = (( IT – Io) / IT) x 85

Where,L - Amount of price variation in Labour

M - Amount of price variation in Materials

F - Amount of price variation in Fuel

Page 49: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 48 of 120

E- Amount of price variation in Explosives

D- Amount of price variation in Detonators

S - Amount of price variation in Steel

C - Amount of price variation in Cement

T - Amount of price variation in Concreting

R - Amount of price variation in Ferrous itemsN - Amount of price variation in Non-Ferrous items

Z - Amount of price variation in ZincI - Amount of price variation in InsulatorLc -% of Labour component

Mc - % of Material component.Fc - % of Fuel component.Ec - % of Explosive componentDc - % of Detonators componentTc - % of Concreting componentRc - Ferrous componentNc - % of Non-Ferrous componentZc - % of Zinc component

W - Gross value of work done by contractor as per on-account bill(s) excluding cost of

materials supplied by Railway at fixed price minus the price values of cement and steel. This

will also exclude specific payment, if any to be made to the consultants engaged by

contractors (such payment will be indicated in the contractor’s offer)

LB - Consumer Price Index Number for Industrial Workers – All India – Published in R.B.I

Bulletin for the based period.

LQ - Consumer Price Index Number for Industrial Workers – All India – Published in R.B.I

Bulletin for the overage price index of the 3 months of the quarter under consideration.

MB - Index Number of Wholesale Prices – By Groups and Sub-Groups - All commodities – as

published in the R.B.I Bulletin for the based period.

MQ – 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 the quarter under

consideration.

FB - Index number of Wholesale Prices – By Groups and Sub groups for Fuel and Power aspublished in the RBI Bulletin for the base period.FQ - Index number of Wholesale Prices – By Groups and Sub groups for Fuel and Power aspublished in the RBI Bulletin for the average price index of the 3 months of the quarter underconsideration.EB - Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whompurchases of explosives are made by the contractor for the based period.

Page 50: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 49 of 120

EQ - Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whompurchases of explosives are made by the contractor for the average price index of the 3 months ofthe quarter under consideration.DB - Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whompurchases of detonators are made by the contractor for the based period.DQ - Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whompurchases of detonators are made by the contractor for the average price index of the 3 months ofthe quarter under consideration.

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

SQ - SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupeesper tonne) for the relevant category of steel supplied by the contractor as prevailing on the firstday of the month in which the steel was purchased by the contractor (or) as prevailing on the firstday of the month in which steel was brought to the site by the contractor whichever is lower.SB - SAIL’s ex-works price plus Excise Duty thereof (in Rs.per tonne) for the relevant category ofsteel supplied by the contractor as prevailing on the first day of the month in which the tender wasopened.CV - Value of Cement supplied by contractor as per on account bill in the quarter under

consideration.CB - Index number of Wholesale Prices of sub - group (of Cement & Lime) as published in theRBI Bulletin for the base period.CQ - Index number of Wholesale Prices of sub - group (of Cement & Lime) as published in theRBI Bulletin for the average price index of the 3 months of the quarter under consideration.Cs - RBI wholesale price index for Cement & Lime for the month which is six months prior todate of casting of foundation.Co - RBI wholesale price index for Cement & Lime for the month which is one months prior todate of opening of tender.

RT - IEEMA price index for Iron & Steel for the month which is two months prior to date ofinspection of material.

Ro - IEEMA price index for Iron & Steel for the month which is one month prior to date ofopening of tender.

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

Po - IEEMA price for Copper Wire Bar for the month which is one month prior to date of openingof tender.ZT - IEEMA price for Zinc for the month which is two months prior to date of inspection ofmaterial.

Zo - IEEMA price for Zinc for the month which is one month prior to date of opening of tender.IT - RBI wholesale price index for Structural Clay Products for the month which is two monthsprior to date of inspection of material.Io - RBI wholesale price index for Structural Clay Products for the month which is one monthprior to date of opening of tender.

21.8 The demands for escalation of cost shall be allowed on the basis of provisional indices madeavailable by Reserve Bank of India. Any adjustment needed to be done based on the finallypublished 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, shall beas 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.

Page 51: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 50 of 120

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 upto thestipulated ate of completion of work including the extended period of completion where suchextension 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 original completionperiod or the extended period under clause 17-A, the price adjustment for the period of extensiongranted under clause 17-B shall be limited to the amount payable as per the Indices applicable tothe last month of the original completion period or the extended period under clause 17-A of theGeneral 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 period ofcompletion under clause 17-A, as the case may be; then the lower indices shall be adopted for theprice adjustment for the period of extension under clause 17-B of the General Conditions ofContract.

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.

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. idledue 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 the contract,

whether during the progress of the work or after its completion and whether before or after the

determination of the contract, shall be referred by the Contractor to the General Manager and the

General Manager shall within 120 days after receipt of the Contractor's representation make and

notify decisions on all matters referred to by the Contractor in writing provided that matters for

which provision has been made in Clauses 8,18,22(5),39,43(2), 45(a), 55, 55-A(5), 57, 57-A,

61(1),61(2) and 62(1) to xiii)B of the General Conditions of Contract or in any clause of the special

conditions of contract shall be deemed as 'excepted matters' (matters not arbitrable) and

Page 52: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 51 of 120

decisions of the Railway authority , thereon shall be final and binding on the Contractor provided

further that "excepted matters" shall stand specifically excluded from the purview of the arbitration

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 of hispresenting his final claim on disputed matters, shall demand in writing that the dispute or differencebe 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) or difference(s)in respect of which the demand has been made, together with counter claims or set off, given by theRailway, shall be referred to arbitration and other matters shall not be included in the reference.

(a) The Arbitration proceedings shall be assumed to have commenced from the day, a writtenand 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 period of60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension has beengranted by the tribunal.

(d) Place of arbitration: The place of arbitration would be within the geographical limits of thedivision 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 on accountof such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decidewhether or not such work should continue during arbitration proceedings.

Page 53: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 52 of 120

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 GeneralManager in that behalf. The sole arbitrator shall be appointed within 60 days from the day when awritten 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. Forthis purpose, the Railway will send a panel of more than 3 names of Gazetted Railway officers ofone or more departments, of the railway, which may also include the name(s) of retired RailwayOfficer (s) empanelled to work as Railway Arbitrator to the Contractor within 60 days from the daywhen a written and valid demand for arbitration is received by the General Manager. Contractor willbe asked to suggest to the General Manager atleast 2 names out of the panel for appointment asthe Contractor's nominee within 30 days from the date of despatch of the request by Railway. TheGeneral manager shall appoint atleast one out of them as the Contractor's nominee and will, alsosimultaneously appoint the balance number of arbitrators either from the panel or from outsidethe panel, duly indicating the "Presiding Arbitrator" from amongst the 3 Arbitrators so appointed.General Manager shall complete the exercise of appointing the Arbitral Tribunal within 30 daysfrom the receipt of the names of contractor's nominees. While nominating the arbitrators it will benecessary to ensure that one of them is from Accounts Department. An Officer of SelectionGrade of the accounts Department shall be considered of equal status to the officers in SA grade ofother Departments of the railways for the purpose of appointment 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 the GeneralManager fails to act without undue delay, the General Manager shall appoint new arbitrator/arbitratorsto act in his/their place in the same manner in which the earlier arbitrator/arbitrators had beenappointed. Such reconstituted Tribunal may, at its discretion, proceed with the reference from thestage 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 hereto todo or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to makethe award without any delay. The arbitral tribunal should record the day to day proceedings.The proceedings shall normally be conducted on the basis of documents and written 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 to whichthe contract relates or who in the course of his/their duties as railway servant(s) expressed viewson all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunalor the award made by such Tribunal will however, not be invalid merely for the reason that one ormore arbitrator had, in the course of his service, opportunity to deal with the matters to whichthe contract relates or who in the course of his/their duties, expressed views on all or any of thematters under dispute.

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

Page 54: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 53 of 120

(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 award asto 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.

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 specified hereunderand/or elsewhere in the tender document by the contractor and/or his agents/representativesaffecting the safety of movement of trains, engines, or other rolling stock of the Railway, shallconstitute a breach of contract by the contractor leading to termination of contract for default on thepart 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 of Railwayofficials. The Railway supervisor shall certify safe conditions for passage of trains before resumptionof traffic. The works to be done under traffic Block shall be carried out under the provision ofbanner 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 shall beprimarily 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

Page 55: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 54 of 120

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. For personsworking at pier top/girder level, temporary supports, hand railing etc, protection with help of 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 and supportedhorizontally by similar bamboo/signalling poles should be provided. These barricades should beprovided at a distance of approximately 3.5m from the centre line of track or as directed by theEngineer-in-charge. All the barricades are to be painted or struck on with red luminous paint/strips atsuitable intervals on the barricades. Barricade should be available at every stage of work as directedby 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 and eachvehicle numbered and the license particulars maintained. Contractors should ensure that the driverspermitted by them to work on such road vehicles are identified, counselled, certified and are providedwith photo Identity cards. Wherever the work requires the movement of road vehicle within adistance of 3.5 to 6m from the centre line of the nearest track, such work shall be done only in thepresence of Railway’s representative. The driver of the vehicle shall always face the track whenreversing the vehicle and whenever he cannot face the track, for whatever reason, he shall beinvariably 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, atall 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 Act andto seek and be guided by the signals and other directions of any lookout men or other personnelretained for the purpose of ensuring safety and to ensure extra care and vigilance while turning,reversing or moving the road vehicles in any other manner at an inclination to the running railwaytrack or the siding as the case may be. The contractor shall employ necessary look out men also athis own cost, irrespective of any other arrangement that railway may make in this regard

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

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

Page 56: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 55 of 120

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 programme inadvance 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 SupervisingEngineers. On the basis of these records, Railways’ Engineer shall do stage-wise clearance of thework 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 be casted min.300 mm on both sides for all ‘I’ beam girders to provide temporary supports for ensuring stability.

Or,

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

Page 57: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 56 of 120

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

5. Temporary crib support staging shall be interlaced with clamps and angles. Adequate base widthshall be maintained in proportionate to the height of stage, which is very essential for avoiding thealong effect during launching of girders. During launching by RH girder method the movement ofthe PSC girders shall be controlled both from front and rear with winch mechanism havingsimultaneous operation, so that the speed of the launching is always under the control. Sparehydraulic 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 as atesting load. Connections at supports shall be inspected and certified. Prior to actual launching, itshall 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 Conditions etc.for execution of work as required by the Railway. However, Contractor shall make his own detailedplans, working arrangements, etc., to make smoother and faster construction and get the sameapproved by the Engineer-in-charge at his own cost. For this purpose, he can contact the Office ofthe Divisional Railway Manager/ Works, South Western Railway, …………Division

25.0 Assignment or subletting of Contract:

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 :

Page 58: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 57 of 120

TENDER FORM - ScheduleName 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.

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 ______________

Page 59: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 58 of 120

Signature of the Tenderer(s)

Note : 1. 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.

Note no. 2: No post tender correspondence will be permitted and the tender shall be decided based on thedocuments enclosed with the offer only. Even if contractor is a working contractor and hassubmitted his credentials in some other cases, these shall not be considered. Contractor has tosubmit complete documents for the tender under consideration, otherwise tender shall besummarily rejected.

A. TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS FOR SUPPLYOF CEMENT FOR CONSTRUCTION WORKS

1. SUPPLY OF CEMENT

i. Supply of cement to various specifications as required for various items under different

schedules will be paid under Schedule for supply of cement.

ii. The cement required for various items of work under different schedule shall be supplied by

the Contractor at the site of work in accordance with the requirements and specifications.

The payment for the cement supplied and used by Contractor for USSOR items and Non

USSOR items shall be based on the norms for use as prescribed in the Technical

Specifications/Special Conditions/Cement Schedule etc., and shall be made as per relevant

items under Schedule for supply of cement. However, Railway reserves the right to supply

departmental cement to the extent available which shall be transported by the Contractor

from depot to the work spot. Payment towards such transportation will be made under

relevant item of Standard Schedule of Rates of the Railway. For supply and use of cement in

various works, relevant IRS codes, specifications, IS Specifications and Railway’s

specifications will be applicable. Wherever, relevant specifications are not available,

decision of the Engineer-in-charge is final and binding on the contractor.

I) Specifications for Cement

The cement used shall conform to any of the following standards.a. 33 Grade Ordinary Portland Cement conforming to IS:269

Page 60: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 59 of 120

b. 43 Grade Ordinary Portland Cement conforming to IS:8112c. 53 Grade Ordinary Portland Cement conforming to IS:12269d. Rapid Hardening Ordinary Cement conforming to IS:8041e. High Strength Portland Cement conforming to IRS:T:40f. Portland Slag cement conforming to IS:455(See note 1&4 below)g. Portland Pozzolana Cement conforming to IS:1489(See Note 2&4 below)h. Sulphate Resistance Cement conforming to IS:12330(see Note 3 below)

Note: (1) Use of any cement other than OPC Grade 43/53 shall have the pre- approval of the

Sr.DEN in charge. Mixing of blast furnace slag with OP cement at site shall not be

permitted.

(2) Portland Pozzolana cement/Portland slag cement shall not be used for PSC works. When Portland

Pozzolana cement is approved for use in plain and reinforced concrete by the Engineer-in-charge,

proper damp curing of concrete at least for 14 days and supporting form work till concrete attains at

least 75% of the design strength shall be ensured.

(3) The sulphate resisting cement conforming to IS:12330 shall be used only in such conditions where

the concrete is exposed to the risk of excessive sulphate attack e.g., concrete in contact with soil or

ground water containing excessive amount of sulphate shall not be used under such conditions where

concrete is exposed to risk of excessive chlorides and sulphate attack both.(4) The rate of development of strength is slow in case of blended cement i.e., Portland Pozzolana

cement and Portland slag cement, as compared to ordinary Portland cement. This aspect should be

taken care while planning to use blended cement. Accordingly period of removal of form work and

period of curing etc., should be suitably increased.

(5) Compatibility of chemical admixtures and super plasticizers with Portland Pozzolana cement and

Portland blast furnace slag cement shall be ensured by trials before use and with pre approval.

(6) Unified Standard Specification for Works and materials 2010 shall prevail and referred for

detailed specifications.II) SOURCE AND PACKAGING:

i. Cement to be used on the works shall be procured from the main / reputed cement plants orfrom their authorized dealers. Decision of Engineer-in- charge regarding reputed firms shallbe final and binding on the contractor.

ii. Cement bags preferably in paper bags and packings should bear the following information inlegible markings:

a) Manufacturer's nameb) Registered Trade Mark of manufacturer, if anyc) Type of cementd) Weight of each bag in Kg. or No. of bags/Tonee) Date of manufacture, generally marked as week of the year/year of

manufacture, eg. 30/13 which means 30th week of 2013.f) IS Code to which cement conforms.

Page 61: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 60 of 120

iii. All cement bags shall have company stitched intact and if any sign of tampering withcompany stitches is noticed it will be rejected without any test.

III) Test certificate regarding quality of cement:i) Necessary test certificates will have to be produced by the tenderer regarding the

quality of the cement conforming to the specification indicated above in addition to themanufacturer’s certificates.

ii) The Railway reserves the right to take samples during the course of the work and getthe cement tested in reputed laboratories to ascertain the conformity to thespecification. Cost of such testing shall be borne by the contractor with out any extrapayment.

iii) Tests on cement are to be done as per relevant IS Codes. Some of the tests which maybe carried out are:1. Compressive Strength2. Initial & final setting time3. Consistency4. Soundness6. Fineness

iv) The contractor shall arrange to carry out above tests for every 100 T of cement and forevery change in lot/ batch and the same shall be submitted and take approval ofEngineer in charge before using in work. No extra payment will be made forconducting tests and the quoted rate is inclusive of testing charges.

IV) Storagei) Any temporary structure required for storage of cement, steel etc., has to be provided

by the tenderer at his cost. The Railway will only provide suitable land/shed forconstruction of the above temporary shed free of cost wherever land/shed is availableand is free for use. Double lock arrangement (Contractor and Railway) for thetemporary stores shed should be provided by contractor. On completion of the workor as directed by the Engineer-in-charge, the shed if put up by the Contractor, shouldbe removed by the contractor and site cleared at his cost.

ii) Stacking and storing of cement can be done as per Unified Standard Specification forWorks and materials 2010.

V) Consumption of cement:

i) The cement consumption for the works shall be as per the Unified StandardSpecification for Works and materials 2010 along with the “Cement Schedule” of theRailway or as per the approved design mix and as per the Minimum and Maximumcontent specified for various grades. Excess cement used will not be paid for and thedecision of the Engineer-in-charge is final and binding on the Contractor.

ii) In case of design mix (M20, M30, M40 mix etc., or similar mix design),the quantityof cement will be decided based on the approved design mix and the decision of theEngineer-in-charge is final and binding on the contractor. The Contractor shouldsubmit design mix details at his cost from the approved laboratory to the Engineer-in-charge before getting the trial mix approval / use in construction.

Page 62: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 61 of 120

iii) The following minimum quantity of cement shall be used for various grade of concreteas per relevant IS specifications.

Grade of Concrete & Cement contentEnvironmentPCC RCC PSC

MILD M20 300 M25 350 M35 400

MODERATE M25 350 M30 400 M45 400

SEVERE M25 380 M35 400 M45 430

VERYSEVERE

M30 400 M40 430 M50 440

EXTREME M30 400 M45 430 M50 440

Depending upon the environment to which the structure is likely to be exposed during its servicelife, minimum cementations material content in concrete shall be as given in above table .Maximum cementations material content shall be limited to 500 kg/cum.

iv) The minimum grade concrete in bridges shall be: Plain Cement concrete - M20;Reinforcement Cement concrete - M25; Pre-stressed Cement concrete –M40. Only theapproved design mix shall be used for the concrete works. The quantity of cement used shallbe based on the design-mix in such cases subject to the limitations of minimum andmaximum laid down in relevant specifications. No wastage of cement shall be payable by theRailway.

VI) Payment for supply of cement

i) Cement supplied for the work and measured under the Schedule for supply of cement will bepaid only after its use in various works under the Schedules of the contract as per conditionsand no advance payment for supply will be admissible.

VII) General1. No wastage of any of the materials supplied and used in the work by the contractor including

cement is payable by the Railway, contractor will make his own arrangements for storingcement for use in work.

2. Contractor should take proper precautionary measures to store the cement in good conditionagainst rains, cyclones. Railway is not responsible for any loss of cement due to clodding onaccount of defective storage or delay and Railway will not permit usage of such cement in theworks.

3. 53 Grade/43 Grade/any other types of cement should be stacked separately in countable

manner.

4. Admixture / Plasticizers of approved specifications will be permitted to be used in concrete

wherever required and into the approval by the Engineer-in-charge. However, no extra

payment for the admixtures used shall be payable unless otherwise specified in the Schedule.

5. Cement for temporary and enabling works shall be arranged by the contractor at his own

cost and no extra payment will be paid on this account.

Page 63: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 62 of 120

6. Empty cement bags on release from the work is the property of the contractor and shall bedisposed off by the contractor himself.

B. TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS FOR SUPPLY OFSTEEL FOR CONSTRUCTION WORKS

I. SUPPLY OF STEEL FOR VARIOUS WORKS

i) Supply of steel to various specifications as required under various schedules in the contract isgoverned by the Technical specifications and Special Conditions specified hereunder.

ii) All steel shall be supplied by the Contractor at the site of work and stacked, stored, protectedand maintained by him at his cost till they are put into use. However, Railway reserves theright to supply departmental steel to the extent available which shall be transported by theContractor from depot to the work spot. Payment towards such transportation will be madeunder relevant item of the USSOR 2011. Payment for cutting, fabrication etc., done on theRailways steel will also be made as per the USSOR or as per relevant items available inschedules. Any temporary structure required for storage of steel etc., has to be provided by theContractor at his cost and should be removed after completion of the work. The Railway willonly provide suitable land for construction of the above temporary shed free of cost whereveravailable.

iii) For supply and use of steel in various works, relevant IRS Codes Specifications, ISSpecifications and Railways specifications will be applicable and wherever, relevantspecifications are not available, decision of the Engineer-in-charge is final and binding on theContractor.

II. SPECIFICATIONS FOR STEEL

a. The steel supplied by the contractor must satisfy any of the following material specificationsas required for the work along with other concerned specifications.

i) The reinforcement steel shall be High Yield Strength Deformed steel conforming to IS 1786(up to date) and in case of mild steel rods it shall conform to IS 432 (Part-I Up to date) asspecified. The steel to latest code and of latest manufacturing technique, as approved, shall bemade available by the contractor and the agreement rate applies to the same.

ii) The structural steel shall be conforming to IS 2062 (up to date) as specified.iii) HTS wires/strands shall be conforming to IS 14268 (Up to date)as specified.iv) Relevant other IS and IRS Specifications with regard to properties, testing and use of the

above steel items also shall govern.

v) Only steel of grades Fe500/Fe550 shall be used in bridge construction and Fe415, if used,shall have pre-approval of Sr. DEN-in-charge. For special cases and in seismic zones III,IV

Page 64: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 63 of 120

and V, only Fe500D/Fe550D shall be used. For other concrete, IS 432/Fe415/Fe 500/Fe550may be used as specified.

vi) The contractor shall produce the manufacturers test certificate for each lot of supply satisfyingthe requirements of relevant IS specifications and at the specific frequency as laid down.

vii)The Contractor shall arrange to carryout additional tests on physical properties of steel forevery 50 metric tone (t) of steel and for every change in lot/batch for reinforcement steel andstructural steel at his cost. For HTS wires and strands, Contractor shall arrange to test the steelat a rate of one test per 3 metric tone (t). The same shall be submitted to the Railways andapproval taken of the Engineer-in-charge before using in work. No extra payment will be madefor conducting such tests and the agreemental rate is inclusive of above testing charges.

viii) Further, specimen of the material shall be tested before it is put to use in recognizedlaboratory and the cost of testing shall be borne by the Contractor, whenever directed by theEngineer-in-charge. 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.

III. Procurement of steel:i) All steel ( reinforcement steel, structural steel etc) for the work shall be procured from SAIL

/TISCO /IISCO / RINL directly or through their authorized stockists. In case of steelsupplied from any other source other than these approved producers and if the same are usedin specific circumstances with the specific approval of the Sr. DEN -in-charge, the same willbe paid only at 85% of the agreed rates subject to its passing the test requirements of therelevant steel specifications in the tender.

ii) The contractor shall have to submit the cash memo and challans along with the lot / batch ofsteel purchased in token of proof of purchase of steel from reputed dealers. Steel shall beapproved by Engineer- in-charge only after production of necessary certificates before use inworks.IV. Payment for supply of steel

i) Payment for supply of all types of steel will be made for the quantity required / used as per theUSSOR 2010 of South Western Railway and as per drawings issued from time to time and asper approved designs for the completed and measured quantity of Prestressedconcrete/Reinforced concrete works. No payment will be admissible for quantity supplied inexcess of the required quantity as per designs/drawings. However, contractor will bepermitted to take the excess quantity back by his own means, but no claim for payment fortransportation so involved will be admissible. No payment will be made for more supply ofsteel at the site/excess used in Construction. No payment will be made for steel used intemporary or enabling works unless explicitly provided for in the Schedules. Steel forenabling/temporary works shall be arranged by the Contractor at his own cost.

ii) Payment for reinforcement steel will be as per reinforcement actually utilized in the workbased on approved designs/bar bending schedule. Payment for HTS will be made for thelength between the bearing plates in the pre-stressed structures as used only. Structural steelwill be paid for the weights of steel work calculated from final working drawings based onnominal weights given in the producer’s hand books and using minimum square over alldimensions, no deductions being made for skew cuts, holes or notches. The drawing officedispatch lists (D.O.D.Ls) when prepared according to above procedure shall be the basis andshall be submitted by the contractor to the Engineer-in-charge for approval. Each gusset shall

Page 65: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 64 of 120

be measured as equivalent to the dimension of the smallest enclosing rectangle. The wastageof steel in the form of skew cuts etc., shall be the property of the contractor. An addition of1.5% shall be made to the member quantities as arrive above, to account for the weight ofrivets and welds. Nothing extra will be paid for wastage or for cut rods/wires/steelsections which will be the property of the contractor. The weight of the steel will becalculated from the nominal weight as per relevant IS Specifications or the actual unitweight whichever is less based on linear measurements. GI wire or other binding materialused in Construction shall not be covered under this supply schedule.

iii) Any steel work the weight of which differs by more than 2.5% from the calculated weightdetermined from the nominal weight of the sections shall be liable for rejection. Should theactual weight fall short of the calculated weight by more than 2.5%, the material if accepted,will be paid for the actual weight only. Should the actual weight exceed the actual calculatedweight, payment will be made for calculated weight only. In the event of a dispute arising asto the weight of a portion of steel work, a weighment shall be made in the presence of theinspecting officer/Engineer.

iv) The cutting, bending and placing of reinforcement or other types of steel shall conform torelevant IS/IRS codes and instructions on detailing of reinforcement or other types of steelas directed by Engineer-in-charge. However, payment for the same will not be made underthis schedule.

v) Payment for steel overlap will be limited to a maximum limit of 5% of the totalconsumption of steel irrespective of whatever over lap provided actually even withapproval. Unauthorized overlaps will not be paid for. Over laps in critical locations shall notbe permitted.

V. STAGE PAYAMENTS

i) Stage/Advance Payment will be made by the Railways for steel physically brought to siteby the contractor, before actual use in the work against irrevocable Bank Guarantee orIndemnity Bond (as the case may be ) and on production of necessary records.

ii) In case of contracts of values upto Rs.15 crores, Stage/Advance payment will be made onsubmission of irrevocable Bank guarantee covering the stage/advance amount. The Bankguarantee shall be valid upto the period covering actual use of steel in the work.

iii) In case of contracts of values more than Rs.15 crores, Stage/Advance payment will be madeon submission of Indemnity bond covering the stage/advance amount.

iv) Stage/Advance payment for steel will be released subject to the following conditions:

a. The material shall be strictly in accordance with the contract specifications.

b. The steel shal be delivered at site and properly stored under covered sheds inmeasurable stacks and separately maintained for various sizes, sections and dates ofsupply.

c. The quantities of steel shall be brought to the site only in such instalments that wouldfacilitate smooth progress of work and consumed in reasonable time. The payment willbe restricted to a maximum of 30% of the schedule quantity at any point of time.

d. Proper accountal in the Steel Register is to be maintained in the prescribed format atthe site for the receipt and use of the steel.

e. Ownership of such steel shall be deemed to vest with the Railways

Page 66: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 65 of 120

f. Before releasing the stage payment, the contractor shall insure the steel at his own costin favour of Railways against theft, misuse, damages, fire etc., and submit theinsurance along with Indemnity bond /Bank Guarantee covering the Stage/advanceamount for steel.

g. Stage/Advance payment shall not be more than 75% of the rate of steel awarded in thecontract. The balance payment shall be released only after the material is actuallyconsumed in the work.

h. The price variation claim for steel will continue to be governed as per extant PV clauseand with reference to delivery at site.

i. The Stage/Advance payment will be made, only when the Engineer-in-charge or hisauthorized representative certifies that the said quantity of steel is received at site andentered in the register and that in his opinion the steel is actually required inaccordance with the contract.

j. No Stage/Advance payment is permitted for steel required for temporary and enablingworks.

v) Any Stage/Advance payment found to be made against the materials brought to the site inexcess over the actual materials consumed in work shall be recovered from the contractordues.

VI. Others

i) Steel, reinforcement and other types, shall be stored in such a way so as to avoid distortionand to prevent deterioration by corrosion. All steel used should be free from loose Millscale, loose rust, paints and oil covering / coating etc.

ii) Steel material, for which stage payment has been availed by the Contractor, shall be propertyof Railways and will be issued to contractor by Engineer-in-charge whenever required forthe work. Contractor will be solely responsible for guarding against theft/misuse of theconsignment due to any cause what so ever. The stage payment will be made, only when theEngineer-in-charge certifies that in his opinion that the materials are actually required inaccordance with the contract. It is the responsibility of the agency to ensure that steel as perthe requirement is brought to site as per approved drawings/requirements and entered in MASregister.

iii) The contractor shall make his own arrangements for the binding wire as per the relevantspecifications at his own cost for all concreting works including works under the USSORitems in any schedules, even if mentioned otherwise in any other documents.

iv) Cutting, bending, welding, placement of reinforcement steel shall conform to relevant IRS/ISCodes including requirements for laps, dowelling, other detailing etc. Rates for concrete itemsinclude the cost of the above activities in complete. Rates quoted includes that of GI bindingwire of appropriate specifications.

v) The contractor shall be bound to store the materials at site of work earmarked for the purposeby engineer in charge and shall not remove from the site nor use for any other purposes thanexclusively for execution of the work for which the materials intended for.

vi) Welding of reinforcement will not be generally permitted except in special circumstancesunder the written approval of the Engineer in charge.

Page 67: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 66 of 120

vii)Contractor shall remove from site any steel materials rejected by the Engineer-in-chargewithin reasonable time as specified by him. In case of failure to remove the rejected materialwithin reasonable time as specified, penalty @ Rs 100/-per ton per day will be imposed andrecovered from subsequent running bills.

viii) A register shall be maintained by the contractor with full details of reinforcement foraccountal and payment of steel. The contractor should sign a similar such register maintainedby Railway before undertaking concreting works as a token of acceptance of the details of thereinforcement in works, failing which the details as recorded by Railway are binding on thecontractor for the purpose of payment and no dispute will be entertained by Railway on thisaccount.

ix) If MS bars are supplied in coils, then the contractor will have to straighten them before cuttingand bending etc. with in quoted rate and no extra payment will be made on this account.

x) Prestressing Steel: The prestressing steel shall be used not later than 6 months from the dateof manufacture or 3 months from the date of arrival at site and shall be Uncoatedstress relieved low relaxation strand conforming to IS 14268-1995 or as specified.

xi) Steel for temporary and enabling works shall be arranged by the contractor at his own costand no extra payment will be paid on this account.

xii)Stock piling of Prestressing steel in the open at the work site will not be al owedunder any circumstances. Special care shall be taken by the contractor to store the H.T.steelunder suitable covered shed as approved by the Engineer. The Engineer/his representativeshall always have an easy access to store yard for inspecting the H.T. Steel for satisfyingthemselves regarding the condition thereof. Any modification/protection suggested by themshall be scrupulously followed by the Contractor.

xiii) In addition to manufacturer's certificate, the acceptance of H.T steel shall be subjectedto the independent testing of steel for the following characteristics by the Contractor at hiscost, and nothing extra shall be paid on this account.

o Mechanical properties like diameter, mass of strando Ultimate tensile strength and lead extension curves, yield point, proof stress and

modulus of elasticity.o Elongation after fractureo Relaxation after 1000 hour test.

xiv) Before the test pieces are selected, the Contractor shall furnish copies of the mill records ofthe H.T steel giving number of coils in each cast with sizes and identity marks to enableidentification of the material with the bill produced.

xv) Wires/strands shall be supplied/brought to site in reels or in reel-less packs having a minimumcore diameter of 600mm. The coil shall be securely strapped to prevent distortion in transitand handling.

xvi) The wires/strands shall be quoted with water soluble oils to prevent corrosionxvii) Anti corrosion treatment to HYSD/TMT reinforcement steel: Reinforcement steel does not

require any special treatment normally since South Western Railway is identified as moderate/ mild environment sections only. However, all steel used in bridges shall be treated withTruncated Inhibited Cement Slurry by the contractor and the coating is maintained throughout

Page 68: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 67 of 120

till concreting is done. No extra payment for this treatment is admissible except that thecement used will be paid for separately.

xviii)However, for aggressive (severe, very severe and extreme) environment conditions, specialanti corrosion treatment of reinforcement steel used in bridges may be necessary. The steelshall be treated by one of the following methods as indicated in table below and only withspecific approval of the Sr.DEN in charge. Extra payments for the same are admissible unlessotherwise included in the relevant schedules.

xix) Protective Coatings:- In order to offer adequate resistance against corrosion reinforcementbars shall be provided with suitable protective coatings depending upon the environmentalconditions.

The recommended coatings are as under

Aggressive environment Non Aggressive environmentImportant & Major Bridges Minor bridges & structures All structuresCement polymer compositecoating or Fusion BondedEpoxy coating

Cement polymer compositecoating or Inhibited CementSlurry coating

Truncated Inhibited CementSlurry coating

xx) The steel consumption shall be as per the designs/drawings issued/ adopted by the Railways.Quantity of steel reinforcement consumption shall be as per reinforcement actually utilized inthe work based on approved bar bending schedule. Nothing extra will be paid for wastage orfor cut rods, if any, which will be property of the contractor. The weight of the steel will becalculated from the nominal weight as per relevant IS Code or the actual unit weightwhichever is less based on linear measurements

Page 69: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 68 of 120

C. TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS FOR CONCRETE

I) Specifications

i) Concrete for PCC, RCC and PSC shall be as per Unified Standard Specification for Works

and materials 2010, relevant IRS and IS specifications / Rules/ guidelines. Some

important ones are listed below. Along with these, all other relevant IRS, IRC sand IS

specifications with their update versions shall also govern. These govern all concrete

works in bridges, buildings etc as applicable.

• IRS Bridge rules

• IRS concrete bridge code

• IRS Substructure and foundation code

• IS 456 – Code of practice for Plain and Reinforced Concrete.

• IS 1343 – Code of practice for pre stressed concrete.

• UIC 772R – Neoprene/ Elastomeric Bearings etc.

ii) Specification for cement, steel, binding wire, HTS wires/ strands used in concrete

construction shall be as per specifications indicated under the supply schedules or as per

relevant IRS/ IS specifications. Aggregates shall comply IS 383. Water used in concrete

shall comply IS 3025. Admixtures, if permitted, shall comply IS 9103 or equivalent. Mix

design shall be as per IS 10262. Ready-Mix concrete shall be as per IS 4926. IS 2911

and IS 3955 govern pile & well foundations. The above are not exhaustive, but indicative

only and their latest or updated versions shall govern the construction of works. Any

other specifications/rules/guidelines issued from time to time by Railway Board/RDSO

shall also govern the works

iii) In all matter of execution, including testing of various components, where the above

codes/ specifications/ guidelines are not clear or explicit, the direction given by the

Engineer in charge is final and binding on the contractor.

II) Coarse & Fine Aggregatei. Aggregates shall comply with the requirements of IS:383 and shall be subjected to the tests

in accordance with IS: 2386. Coarse aggregates shall be from crushed stone from approvedquarries. Sand shall be from good river sources of approved quarries only.

ii. The nominal maximum size of the aggregate should be as specified but in no case greaterthan one-fourth of the minimum thickness of the member, provided that the concrete can be

Page 70: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 69 of 120

placed without difficulty so as to surround all reinforcement and pre-stressing tendonsthoroughly and fill all corners of the formwork.

iii. For heavily reinforced concrete members as in case of ribs of main beams, the nominalmaximum size of the aggregates may be restricted to 5mm less than minimum clear distancebetween main bars, cables, strands or sheathing or 5mm less than minimum cover to thereinforcement, whichever is smaller. However, lightly reinforced concrete members such assolid slabs with widely spaced reinforcement limitation of the size of the aggregate may notbe so important and nominal maximum size may sometimes be as great as or even greaterthan the minimum cover.

iv. For Reinforced Concrete and Prestressed Concrete works, aggregate of nominal maximumsize of 20 mm or as specified shall be used. In special cases larger size aggregate may bespecifically permitted by the Engineer-in-charge but in no case the maximum size shall bemore than 40 mm.

v. Coarse aggregate shall be jaw crushed and cubical in shape. Fine aggregate shall benaturally produced. Creek/ Marine sand shall not be used in permanent works.

vi. Sand if found too coarse, shall be suitably blend with finer sand obtained from approvedsources to obtain desired grading. The provision of two types of sand , their stackingseparately and their mixing in specified proportion shall be at contractor’s cost. The sandshall not contain silt, shale, clay and other weak particles as specified in relevantspecifications.

vii. The grading of sand shall conform to IS 2386. The sand shall be screened on a 4.75mm sizescreen to eliminate over size particles. The sand shall be washed in screw type mechanicalwashers in potable water to remove excess silt, clay and chlorides wherever required. Itshould be done one day before concreting. The washed sand can be stored on a slopingplatform and in such manner as to avoid contamination.

viii. Aggregate shall be stored in such a way as to prevent segregation of sizes and avoidcontamination with fines and other undesirable material.

III) Wateri. Water used for washing of aggregates and for mixing and curing concrete shall be clean,

potable and free from injurious amounts of oils, acids, alkalis, salts, sugar, organic matters orother substances that may be deleterious to concrete or steel shall conform IS 3025.

ii. In case of doubt regarding development of strength, the suitability of water for makingconcrete shall be ascertained by the compressive strength and initial setting time testsspecified as per IS 516/ IS 4031.

iii. Water found satisfactory for mixing is also suitable for curing also. However, water used forcuring should not produce any objectionable stain or unsightly deposit on the concretesurface. The presence of tannic acid or iron compounds is objectionable.

IV) Concrete Admixturesi. Engineer-in-charge may permit the use of admixtures, with approval of competent authority,

forimparting special characteristics to the concrete or mortar on satisfactory evidence that the use ofsuch admixtures does not adversely affect the properties of concrete or mortar particularly withrespect to strength, volume change, durability and has no deleterious effect on reinforcement. In railbridges, use of admixtures is governed by clause 4.5 of IRS Concrete Bridge Code.

ii. The admixtures, when permitted, shall conform to IS:9103. They shall be non-air entrainingtype. Calcium chloride or admixtures containing calcium chloride shall not be used in

Page 71: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 70 of 120

structural concrete containing reinforcement, prestressing tendon or other embedded metal.The admixture containing Cl & SO3 ions shall not be used. Admixtures containing nitratesshall also not be used. Admixtures based on thiocyanate may promote corrosion and thereforeshall be prohibited. Napthalene or melamine based admixtures may be used selectively.

iii. It should be obtained from established manufactures with proven track record or as perapproved list wherever available.

iv. The contractor shall provide the following information after obtaining from manufacturerbefore the same is put to use.

1. The chemical names of the main ingredients in the admixture2. Chlorine content if any, expressed as a percentage by the weight of the admixtures3. Values of dry material content, ash content and relative density of the admixtures

which can be used for uniformity tests.4. Whether or not the admixture leads to the entrainment of air when used as per the

manufacturer’s recommended dosage, and if so to what extent.5. Where 2 or more admixtures are proposed to be used in any one mix, confirmation as

to their compatibility.6. There would be no increase in risk of corrosion of the reinforcement or other

embodiments as a result of using the admixture.7. Retardation achieved in initial setting time.8. Normal dosage and detrimental effects, if any, of under or over dosage.9. Recommended dosage and expected results, including proof for the same wherever

required. Independent test result shall be produced by the contractor on demands/ asspecified.

V) Storage of materialsi. Storage of materials shall be as per IS: 4082. All materials may be stored at proper places so

as to prevent their deterioration or intrusion by foreign matter and to ensure their satisfactoryquality and fitness for the work. The storage space must also permit easy inspection, removaland restoring of the materials. All such materials even though stored in approved godowns /places, must be subjected to acceptance test prior to their immediate use.

ii. Aggregate stockpiles may be made of ground that is denuded of vegetation, is hard and welldrained. If necessary the ground shall be covered with 50mm plank. Coarse aggregate, unlessotherwise agreed by the engineer in charge in writing, shall be delivered to the site in separatesizes. Aggregate placed directly on the ground shall be removed from the stockpile with in30cm of the ground until the final cleaning up of the work, and then only the clean aggregatewill be permitted to be used. In case of fine aggregate these shall be deposited at mixing sitenot less than 8 hours before use and shall have been tested and approved by the engineer incharge before use.

iii. Cement shall be transported, handled and stored at the site in such a manner as to avoiddeterioration or contamination. Cement shall be stored above ground level in perfectly dry andwater-tight sheds and shall be stacked not more than eight bags high. Wherever bulk storagecontainers are used their capacity should be sufficient to cater to the requirement at site andshould be cleaned at least once every 3 months. Cement older than 3 months from the date ofmanufacture shall not be used. Each consignment shall be stored separately so that it may bereadily identified and inspected and cement shall be used in the sequence in which it isdelivered at site. Any consignment or part of a consignment of cement which had deteriorated

Page 72: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 71 of 120

in any way, during storage, shall not be used in the works and shall be removed from the siteby the Contractor without charge to Railways.

iv. Supply of Reinforcement steel shall be taken from approved supplier as per the list only andno rerolled steel shall be incorporated in the work. The reinforcement bars, when delivered onthe job, shall be stored above the surface of the ground upon platforms, skids or othersupports, and shall be protected from mechanical injury and from deterioration by exposure.Every bar shall be inspected before assembling on the works and any defective, brittle,excessively rusted or burnt bars shall be removed. Cracked ends of bars shall be cut out.

VI) Testing of steel and cement & others:i. Prestressing steel, reinforcement steel, cement and other items shall be tested and results

produced by the contractor as specified under the supply items. However, the contractor shallalso arrange for additional tests at his own cost as required by the Engineer-in-charge as andwhen required. The decision of the Engineer-in-charge is final in this regard.

VII)Concretingi. The contractor shall make his own arrangements for supply of water and electricity for all his

works at his own cost. He shall arrange potable quality water for use in all concrete works andsamples of water shall be got tested from approved laboratory/approved by the Engineer-in-charge before being used in concreting. Apart from water, fine & coarse aggregates and allother materials shall be tested from time to time by the contractor at his cost to ensure properquality works.

ii. Maximum/minimum size of aggregates, standards of quality of materials, minimum cover forconcrete, use of admixtures/chemicals, treatment to reinforcement/finished surfaces, etc., shallbe as per relevant Codes, IS/IRS specifications and conditions of contract as specified.

iii. All exposed concrete surfaces shall be finished smooth by the contractor at his own cost.Shuttering materials for RCC and PSC in superstructure shall be strictly of steel only to permitvigorous vibration and to ensure no deviation of finished dimensions by more than +5/-0 mmand wooden shutters are not permitted. For other works also, proper quality of shutteringmaterials which will permit vibrating and will not require additional finishing shall only beused. If there is any variation in the surface, alignment or lines in the products beyondpermissible rejection limits indicated in these conditions, the Railway reserves the right toreject the same and the contractor shall not have any claim in this regard and cost of railwaymaterials involved will be recovered from the contractor including penalties, if any imposed.

Weigh batching, vibrating, curing & testing:iv. All concrete, i.e. Plain, RCC & PSC, shall be machine mixed and vibration compacted by

using appropriate vibrators. Weigh batching plant, mixers, vibrators, etc., of appropriatecapacity, as specified/directed by the Engineer-in-charge, shall be arranged by the contractorat his cost. Weigh batching plants, for major works, shall have computerized control forweighing, loading, mixing and delivery. Major works for this purpose are those where thequantity of concrete in all types of concrete produced in a single site is more than 2500 cum orin multiple sites more than 4000 cum in one work.

v. For major works, batching plants, transit mixers, concrete pumps, etc., shall be installed bythe contractor necessarily at site. In case of failure of any of the above, standby arrangementsfor ensuing continuous concreting has to be provided by the contractor at his cost. For pilingworks & PSC works, concreting shall be done continuously as per the volumes designedwithout break and accordingly standby arrangements shall be ensured by the contractor.Wherever concreting by means other than weigh batching is done, even with the approval ofthe Sr. DEN in charge in case of special situations, the quantities & other details shall berecorded and maintained by the contractor and Railway reserves the right to reduce payment

Page 73: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 72 of 120

by 10% of the agreement rates for such concreting done and the decision of the Engineer-in-charge is final in this regard.

vi. Curing & vibrating shall be arranged by the contractor at all locations/heights at his own costand no extra payment on this account will be admissible. Curing of concrete shall be done asper relevant IS Codes/Specifications. If curing is not done by the contractor properly, Railwaymay get it done through any other means at the Contractor’s cost without any notice to himand recover from his bills the same including penalty if any at the discretion of the Engineer-in-charge. The concrete shall be kept wet constantly by ponding or covered with a layer ofsacking canvas etc. Steam curing or ponding is mandatory for special PSC works as specifiedand as per approved designs.

vii. Test cubes shall be cast at regular intervals and tested to ascertain the strength of concrete.The contractor shall establish a cube testing facility along with operator at the site or nearbyarea to facilitate prompt testing of concrete. Test cube moulds as required as per IS Codesshall be made available by the contractor at his cost.

VIII) Design Mixi. For all items of concrete only design mix shall be used. Prior to the start of construction, the

Contractor shall design the mix and submit to the Engineer-in-charge for approval, theproportions of materials, including admixtures to be used. Admixtures (including plasticizersor super- plasticizers) may be used as specified in the conditions of the contract. Atleast 8weeks before commencing any concreting, the contractor shall make trial mixes using samplesof coarse aggregates, sand, water etc., typical of those to be used in the works.

ii. The mixes are designed to yield to mean strengths (fcm) greater than the correspondencespecified characteristic strengths (fck) as indicated in table below. Mix design shall be as perIS10262.

The grades of concrete and the required average strength at 28 days for a few mixes are specifiedbelow for guidance:

Grade ofconcrete

Max size of aggregate(mm)

Characteristic strength(fck) at 28 days(kg/sqmm)

Target Mean Strength(fcm) 28 days(kg/sqmm)

M20 10 20 29M20 20 20 29M35 20 35 44M35 40 35 44M45 20 45 54M45 40 45 54

iii. Trial mixes including making of cubes, curing, testing shall be in accordance with IS516.Wherever there is a significant change in materials used, fresh trial mix shall be arranged bythe contractor as required by the Engineer-in-charge. When the proportions of the mix areapproved, the contractor shall not vary any of the design parameters or the source of thematerials without the approval of the Engineer-in-charge.

iv. Requirements of Consistency: The mix shall have the consistency which will allow properplacement and consolidation in the required position. The slump of concrete shall be checkedas per IS:516 as directed by the Engineer-in-charge. For guidance, recommended slump are asunder:Sl.no. Type of structure Slump in mm1 RCC structures with widely spaced reinforcement,

eg. Solid column, pier, abutments, well footing etc40-50

2 RCC structures with fair degree of congestion of 50-75

Page 74: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 73 of 120

reinforcement, eg. pier, abutment cap, well cap,beam etc

IX) Durabilityi. The durability of concrete depends on its resistance to deterioration and the environment in

which it is placed. The resistance of concrete to weathering, chemical attack, abrasion, frostand fire depends largely upon its quality and constituents materials. Susceptibility to corrosionof the steel is governed by the cover provided and the permeability of concrete. The cubecrushing strength alone is not a reliable guide to the quality and durability of concrete; it mustalso have an adequate cement content and water-cement ratio. The general environment towhich the concrete will be exposed during its working life is classified in five levels ofseverity that is mild, moderate, severe, very severe and extreme, as described below

Environment Exposure ConditionsMild Concrete surfaces protected against weather or aggressive conditions,

except those situated in coastal area.Moderate Concrete surface sheltered from severe rain or freezing whilst wet;

Concrete exposed to condensation and rain; Concrete continuouslyUnder water.Concrete in contact or buried under non-aggressive soil/ groundwater.Concrete surfaces sheltered from saturated salt air in coastal area.

Severe Concrete surfaces exposed to severe rain, alternate wetting anddrying or occasional freezing whilst wet or severe condensation;Concrete completely immersed in sea water; Concrete exposed tocoastal environment.

Very severe Concrete surfaces exposed to sea water spray, corrosive fumes or severefreezing conditions whilst wet.Concrete in contact with or buried under aggressive sub-soil/ groundwater.

Extreme Concrete surface exposed to abrasive action/ Surface of members intidal zone. Members in direct contact with liquid / solid aggressivechemicals.

X) Maximum Water Cement Ratioi. Maximum water-cement ratio, grade of concrete and cementitious material content for various

environment conditions for achieving durability are indicated below for guidance:

ii. The limits for maximum water cement ratio for design mix shall be based on environmentalconditions and durability.

The limits for maximum water cement ratio for different environmental conditions shall be as givenbelow

Environment Plain Concrete(PCC)

ReinforcedConcrete (RCC)

Pre-stressedConcrete (PSC)

Mild 0.55 0.50 0.45Moderate 0.50 0.50 0.40Severe 0.50 0.45 0.40Very severe 0.50 0.45 0.35Extreme 0.45 0.40 0.35

Page 75: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 74 of 120

XI) Grade of concreteFrom durability consideration, depending upon the environment to which the structure is likely to beexposed during its service life, minimum grade of concrete shall be as given in table below.

Environment Plain Concrete(PCC)

ReinforcedConcrete (RCC)

Pre-stressedConcrete (PSC)

Mild M20 M25 M35Moderate M25 M30 M35Severe M25 M35 M45Very severe M30 M40 M50Extreme M30 M45 M50

XII) Cementitious Material ContentMaximum Cementitious Material Content shall be limited to 500kg/m3. Depending upon theenvironment to which the structure is likely to be exposed during its service life, minimumcementitous material content in concrete shall be as given in table below.

Environment Plain Concrete(PCC)

ReinforcedConcrete (RCC)

Pre-stressedConcrete (PSC)

Mild 210 300 350Moderate 250 300 400Severe 250 350 430Very severe 300 400 440Extreme 300 400 440

XIII) Permeability of concrete Permeability test shall be mandatory for all RCC/PSC bridges under severe, very severe, and extremeenvironment. Under mild and moderate environment, permeability test shall be mandatory for allmajor bridges, and for other bridges and structures permeability test is desirable. Depth of penetrationof moisture shall not exceed 25mm or as specified.

XIV) Mixing of concretei. Concrete shall be mixed either in a mini mobile batching plant or in a batching and mixing

plant as per the specification. Hand mixing shall not be permitted. Mixer or the plant shall beat an approved location considering the properties of the mixes and the transportationarrangements available with the contractor. The mixer or the plant shall be approved by theengineer in charge.

ii. Mixing shall be continued till materials are uniformly distributed and a uniform color of theentire mass is obtained, and each individual particle of the coarse aggregate shows completecoating of mortar containing its proportionate amount of cement.

iii. Mixers which have been out of use for more than 30 minutes shall be thoroughly cleanedbefore putting a new batch. The first batch of concrete from the mixer shall contain only twothirds of the normal quantity of coarse aggregate. Mixing plant shall be thoroughly cleanedbefore changing from one type of mix to another.

XV) Transporting, placing and compaction of concretei. The method of transporting and placing concrete shall be approved by the engineer in charge.

Concrete shall be transported and placed as near as practicable to its final position, so that nocontamination, segregation or loss of its constituent materials takes place. Concrete shall notbe freely dropped into place from a height exceeding 1.5m.

Page 76: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 75 of 120

ii. When concrete is conveyed by chute, the plant shall be of such size and design as to ensurepractically continuous flow. Slope of the chute shall be so adjusted that the concrete flowswithout the use of excessive quantity of water and without any segregation. The delivery endof the chute shall be as close as possible to the point of the deposit. The chute shall bethoroughly flushed with water before and after each working period and the water used forthis purpose shall be discharged outside the formwork.

iii. All formwork and reinforcement contained in it shall be cleaned and made free from standingwater, dump, immediately before placing of concrete.

iv. No concrete shall be placed in any part of the structure until approval of the Engineer incharge has been obtained.

v. If concreting is not started within 24 hours of the approval given, it shall have to be obtainedagain from the engineer in charge. concreting hall then proceed continuously over the areabetween the construction joints. Fresh concrete shall not be placed against concrete whichghas been in position for more than 30minutes unless a proper co0nstruction joint is formed.

vi. Except where otherwise specified by the engineer in charge, concrete shall be deposited inhorizontal layers to a compacted depth of not more than 450mm.

vii. Concrete when deposited shall have a temperature of not more than 400C. it shall becompacted in its final position within 30minutes of its discharge from the mixer, unlesscarried in properly designed agitators, operating continuously when this time shall be within 1hour of the addition of cement to the mix and within 30 minutes of its discharge from theagitator. In all such matters, the engineer – in charge’s decision shall be final.

viii. Concrete shall be thoroughly compacted by vibration or other means during placing andworked

around the reinforcement, embedded fixtures and into corners of the formwork to produce a densehomogenous void-free mass having the required surface finish. When vibrators are used, vibrationshall be done continuously during the placing of each batch of concrete until the expulsion of air haspractically ceased and in a manner that does not promote segregation. Over vibration shall be avoidedto minimize the risk of forming a weak surface layer. When external vibrators are used, the design offormwork and disposition of vibrator shall be such as to ensure efficient compaction and to avoidsurface blemishes. Vibrations shall not be applied through reinforcement and where vibrators ofimmersion type are used, contact with reinforcement and all inserts like ducts etc., shall be avoided.The internal vibrators shall be inserted in an orderly manner and the distance between insertionsshould be about one and half times the radius of the area visibly affected by vibration. Additionalvibrators in serviceable condition shall be kept at site so that they can be used in the event ofbreakdowns.ix. Mechanical vibrators used shall be of appropriate specifications, type and capacity and as

directed by the Engineer-in-charge.XVI) Equipment & machinery for concreting

i. For major concrete works, the following equipments in numbers indicated are considerednecessary for efficient and speedier concreting. However, the actual numbers may be arrangedas required by the Engineer-in-charge, taking into account the site conditions.

1 Concrete batching plant (10-20cum capacity) 1no.2 Transit mixers (4-7 cum capacity) 2no.3 Concrete vibrators (2HP) 4no4 Vibrators of needles (60mm & 40mm) 4no.5 Screed vibrator (for ROB) 2no.6 Form vibrator (500Watt capacity) 2no.

Page 77: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 76 of 120

7 Generator (35KV capacity) 1no.8 Welding set (3- 5KV capacity) 1no.9 Reinforcement steel cutting maxchine 1 no.10 Reinforcement steel bending maxchine 1no.11 Conrete pumps (10-20HP capacity with 40m pipe length) 1no.12 Hydra 12.0 capacity crane 1 no.13 Concrete funnel bucket 1no.14 Air compressor (100-150cum capacity) 1no.15 Concrete Dumpers 2no.16 Any other including power lifts etc, as required to suit site Adeuate no.

i. For smaller works, equipments as required by the Engineer in charge shall be arranged by thecontractor. The contractor may make his own arrangements such as the above or with bettermachinery with the approval of the Engineer in charge; however the plants shall be able toproduce at least 20cum of the concrete per hour continuously in major works site to enablespeeder completion of the works.

ii. All the above machineries are required to be arranged by the contractor at his own cost andthe agreement rates for concreting include the same. No extra payment is admissible for anymachines arranged by the contractor.

XVII) Construction jointsi. Construction joints shall be avoided as far as possible and in no case case the locations of such

joints shall be changed or increased from those shown on the drawings, except with expressapproval of the engineer in charge. The joints shall be provided in a direction perpendicular tothe member axis. Sequencing of concrete placement should be organized in such a way thatcold joints are totally eliminated. The sequence of concreting shall be submitted for theapproval of engineer prior to concreting of the structural element. Concreting shall be carriedout continuously up to the construction joints, the position and arrangement of which shall bepre determined by the designer.

ii. The use of Construction joints in prestressed concrete should preferably be avoided. If it isfound necessary, they shall be restricted to bare minimum duly adopting proper constructiontechniques.

iii. Construction joints should be positioned to minimize the effect of the discontinuity on thedurability, structural integrity and appearance of the structure. Joints should be located awayfrom regions of maximum stress caused by loading particularly where shear and bond stressesare high. Construction joints between slabs and ribs in composite beam should be avoided. Asa general rule joints in column are made as near as possible to the beam hunching. Joints inbeams and slabs should normally be made at the centre or within the middle third of the span.As far as possible, joints for fair faced concrete should be located where they conform withthe architectural features of the construction. Unless they are masked in this way, the positionof the joints is always obvious, even when the concrete is given a textured finish. Ifsubstantial changes in the cross-section of a member are necessary, the joints should beformed where they minimize stresses caused by temperature gradients and shrinkage.

iv. Laitance, both on the horizontal and vertical surfaces of the concrete, should be removedbefore fresh concrete is cast. The surface should be roughened to promote good adhesion.Various methods for removal can be used but they should not dislodge the course aggregateparticles. Concrete may be brushed with a stiff brush soon after casting while the concrete is

Page 78: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 77 of 120

still fresh and while it has only slightly stiffened. If the concrete has partially hardened, it maybe treated by wire brushing or with a high pressure water jet, followed by drying with an airjet, immediately before the new concrete is placed. Fully hardened concrete should be treatedwith mechanical hand tools or grit blasting, taking care not to split or crack aggregateparticles.

v. Where there is likely to be a delay before placing the next concrete lift, protrudingreinforcement should be protected. Before the next lift is placed, rust loose mortar or othercontamination should be removed from the bars and where conditions are particularlyaggressive and there has been a substantial delay between lifts, the concrete should be cutback to expose the bars for a length of about 50mm to ensure that contaminated concrete isremoved.

vi. In all cases, when construction joints are made, it should be ensured that the joint surface isnot contaminated with release agents, dust or curing membrane and that the reinforcement isfixed firmly in position at the correct cover.

vii. When the form work is fixed for the next lift, it should be inspected to ensure that no leakagecan occur from fresh concrete. It is a good practice to fix a 6mm thick sponge which seals thegap completely. The practice of first placing a layer of mortar or grout is not recommended.The old surface should be soaked with water without leaving puddles, immediately beforestarting concrete, then the new concrete should be thoroughly compacted against it. When thefresh concrete is cast against existing matured concrete or masonry, the older surfaces shouldthoroughly cleaned and soaked to prevent the absorption of water from the new concrete. Thestanding water should be thoroughly vibrated in the region of the joint.

XVIII)Concreting under wateri. The permanent structure shall not be allowed to come in contact with sea water/sewage for at

least 72 hours after the green concrete is laid. When it is necessary to deposit concrete underwater, the methods, equipment, materials and proportions of mix to be used shall be gotapproved from Engineer-in-charge before any work is started. Concrete shall contain 10%more cement than that is required for the same mix placed in dry conditions.

ii. In case cofferdams are required, the same shall be provided. Nothing extra shall be paid onthis account unless specified in the schedules otherwise. Coffer dams shall be sufficientlytight to ensure free of water conditions, in any case to achieve still water conditions. Cofferdams shall be sufficiently tight to prevent loss of mortar through the joints in the walls.Pumping of water shall not be done while concrete is being placed or until 24 hours thereafter.To minimize the formation of laitance, great care shall be exercised not to disturb the concreteas far as possible while it is being deposited.

iii. All under-water concreting shall be carried out by tremie method only as per relevant ISspecifications, using tremie of appropriate diameter. The number and spacing of the tremiesshould be worked out to ensure proper concreting. The tremie concreting when started shouldcontinue without interruption for the full height of the member being concreted. The concreteproduction and placement equipment should be sufficient to enable the underwater concrete tobe completed uninterrupted within the stipulated time. Necessary stand-by equipment shouldbe available for emergency situations.

XIX) Finishing of concretei. The finished surface of concrete after removal of form work shall be such that no touching up

is required. All fins / holes caused by form joints, supports, rods etc shall be ground / filled up

Page 79: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 78 of 120

effectively using appropriate machinery shutters, formwork etc used in construction shall bespecified in the conditions and the labour used shall be as skilled to suit the qualityrequirements of the work. Any surface, finished poorly in the opinion of engineer in charge’sdecision requires repair / remedial measures at the cost of the contractor and the engineer incharge’s decision in this regard is final. Any structure which has deficiencies in finishingincluding product parameters beyond the rejection limits, as specified in these conditions, areliable to be rejected and the decision of Sr.DEN/ DEN is final in this regard.

XX) Coatings of concretei. Normally finished concrete structures do not require any surface protective coatings in mild,

moderate and severe aggressive environments. A cement coat is considered adequate. For verysevere and extreme conditions, however, phenotic IPN coating or CECRI Integrated four coatsystem can be used.

XXI) Use of RMCi. Ready Mix Concrete (RMC) shall be used only as provided for in the contract and with the

approval of the Chief Engineer / Sr.DEN as specified.ii. Use of RMC:- RMC shall conform to the specifications of concrete, as laid down in Indian

Railways Concrete Bridge Code. For other aspects which are not covered in this code, IS:4926(Specification for Ready Mixed Concrete) shall apply. The mix design proposed to be adoptedand RMC shall be approved by the Engineer-in-charge. Minimum Cement content, maximumcement content, maximum water cement ratio, initial setting time, etc., shall be as specified byRailways.

iii. Preparation of RMC:- RMC shall be produced by completely mixing cement, aggregates,admixtures, if any, and water at a Central Batching and Mixing Plant of reputed producers anddelivered in fresh condition at site of construction. The producer of RMC shall be approvedby the Railway and contractor shall have no claim in this regard.

iv. Effect of transit (Transportation) time on RMC:- As RMC is available for placement afterlapse of transit time, reduction in workability occurs, which may lead to difficulty inplacement of concrete. In addition, in case of longer transit time, initial setting of concretemay also take place, which may render it unusable. Thus, while planning for using of RMC,these aspects should be kept in view and got approved.

Checking suitability of Admixtures:v. Generally admixtures, like water reducing agent, retarder etc., are used in Ready Mixed

Concrete for retention of desired workability and to avoid setting of concrete. In such cases,admixtures should be tested for their suitability as per IS: 9103 at the time of finalizing mixdesign. Records of all test carried out to judge the suitability of admixture, shall be furnishedby the RMC producer to Railways. Regarding specification of admixtures, clause 4.4 ofConcrete Bridge Code may be referred.

Quality controlvi. The producer of RMC shall adopt quality assurance programme duly approved by Railways.

He shall have necessary tests to ensure quality control at each stage during production ofconcrete.

Access to Railway Officers to RMC plantvii. RMC producer shall allow railway officials to supervise the operations involved in concrete

production, materials proposed to be used and take samples of materials used.Accessibility to technical records maintained by RMC producer.

Page 80: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 79 of 120

viii. RMC producer shall allow railway officials to peruse the past and present records of concreteproduced for the work.

ix. Deputation of Railway supervisor:- RMC Producer shall allow Railway supervisor at RMCplant on the date of concrete supply and even prior date to see arrangements.

x. Transportation of RMC:- The RMC shall be transported in concrete transit agitatorsconforming to IS:5892 (Specification for concrete transit mixers and agitators). Agitatingspeed of the agitators during transit shall not be less than two revolutions per minute and notmore than six revolutions per minute.

Time period for delivery of concrete :xi. The concrete shall be delivered completely to the site of work within 1½ hours (when the

atmospheric temperature is above 20oC) and within 2 hours (when the atmospherictemperature is at or below 20oC) of adding the mixing water to the dry mix of cement andaggregate or adding the cement to the aggregate, whichever is earlier. In case, location of siteof construction is such that this time period is considered inadequate, increased time periodmay be specified provided that properties of concrete have been tested after lapse of theproposed delivery period at the time of finalizing mix design. Concrete received after thetransit time limit as specified above shall not be accepted. Concrete shall be placed in positionwith in the designed initial time. At the end of initial setting time, the left over portion of theconcrete if any shall be rejected.

Re-tempering with Concrete :xii. Under any circumstances, re-tempering i.e. addition of water after initial mixing shall not be

allowed, as it may affect the strength and other properties of concrete.Testing of workability and strength of concrete at the time of placing

xiii. The concrete shall be tested for the required workability and strength at the time of placement.Concrete shall be deemed to satisfy the strength requirement when it fulfils the criteria laiddown IRS concrete bridge code clause no. 8.7

Dosing of Admixtures at site of concretingxiv. After arrival of RMC at site, additional dose of admixture shall not be added unless pre

approved with proper designs / testing by the Sr.DEN.XXII) SHUTTERING:

i. Shuttering, Formwork & False work shall be designed to meet the requirements of thepermanent structure, taking into account the actual conditions of materials, environment andsite conditions. Careful attention shall be paid to the detailing of connections and functions.All the materials used for shuttering, formwork & false work shall conform to the specifiedquality consistent with the intended purpose and actual site condition as applicable. Allshuttering, formation, false work, etc., shall be got approved by the Engineer-in-charge beforeit is put into use.

ii. Forms shall not be struck until the concrete has reached strength at least twice the stress towhich the concrete may be subjected at the time of removal of formwork or as approved bythe Engineer-in-charge. In normal circumstances and where Ordinary Portland Cement isused, forms may generally be removed after the expiry of the following periods:-

Type of Formwork Minimum Period beforestriking Form work

(a) Vertical formwork to columns, walls, beams 16 – 24 hours(b) Soffit formwork to slabs (Props to be refixedimmediately

3 days

Page 81: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 80 of 120

after removal of formwork)(c ) Soffit formwork to - beams (Props to be refixedimmediately after removal of formwork)

7 days

(d) Props to slabs(1) Spanning up to 4.5m(2) Spanning over 4.5 m

7 days14 days

(e) Props to beams and arches:(1) Spanning up to 6m(2) Spanning over 6m

14 days21 days

iii. Where the shape of the element is such that the form work has re entrant angles, the formwork shall be removed as soon as possible after the concrete has set, to avoid shrinkage crackoccurring due to the restraint imposed.

iv. Shutters for PSC / Box/ other type of girder be such that it permits pouring of concrete in onepour without requiring any dismantling / striking of any part / full of the shutters at any stage.

v. Specialized formwork may be required in the case of slip formwork, underwater concretingetc. Such specialized formwork shall be designed and detailed by competent agencies and aset of complete working drawings and installation instructions shall be supplied to theEngineer-in-charge before commencement of work. The site personnel shall be trained in theerection and dismantling as well as operation of such specialized formwork. In caseproprietary equipment is used, the supplier shall supply drawings, details, installationinstructions, etc. in the form of manuals along with the formwork. Where specializedformwork is used close coordination with the design of permanent structure is necessary. Forslip form the rate of slipping the formwork shall be designed for each individual case takinginto account various parameters including the grade of concrete, concrete strength, concretetemperature, ambient temperature, concrete admixtures, etc. In order to verify the time andsequence of striking/removal of specialized formwork, routine field tests for the consistencyof concrete and strength development are mandatory and shall be carried out before adoption.

XXIII)Defective Concrete and measurement of concretei. Should any concrete be found honey combed or in any way defective which may be, at the

discretion of Engineer in charge suspected to affect the performance of the structure, shall berejected out right. Contractor shall have no claim in this regard and the decision of Sr.DEN isfinal. The member, structurally independent, in which the concrete is found to be defective,shall be replaced by the contractor at his cost fully. The damages arising on account of suchdefective concreting shall also be recoverable from the dues of the contractor, includingpenalties if any. Railway reserves the right to get the member replaced by any means at thecost of the contractor at any cost if the contractor delays reproduction.

ii. However some surface defects, not affecting structural properties shall o the instruction of theengineer in charge, be repaired as per the approved procedures. The complete cost of suchrepairs shall be borne b the contractor and no compensation shall be payable. Records of suchrepairs done shall be maintained by the contractor.

iii. The tolerances for finished concrete bridge structures shall be governed by IRS ConcreteBridge

Code and shall be as follows; deviations beyond the permissible limits shown are liable to berejected. These tolerances apply to other structures also appropriately.

S No Description of defects in any part or full member Permissible limits (specified in

Page 82: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 81 of 120

In prestressed concrete construction, permissible tolerances are 75% of the abovepermissible limits only.

XXIV)Tests & Standards of Acceptancei. Testing and acceptance of concrete shall be as per IRS Concrete Bridge Code read along with

relevant IS specifications.ii. Samples from fresh concrete shall be taken as per IS1199 and testing shall be as per IS516.

iii. Random sampling and lot by lot of acceptance inspection shall be made for the 28 days cubestrength of concrete. Concrete under acceptance shall be divided into lots for the purpose ofsampling, before commencement of work. The delimitations of lots shall be determined by thefollowing:

• No individual lot shall be more than 30cum in volume.• At least one cube forming an item of sample representing the lot shall be taken from

concrete of the same grade and mix proportions cast on any day.• Different grades of mixes of concrete shall be divided into separate lots.• Concrete of a lot shall be used in the same identifiable component of the structure.

XXV) Sampling and testingi. Concrete for making 3 test cubes shall be taken from a batch of concrete at point of delivery

into construction. A random sampling procedure to ensure that each of the concrete batchesforming the lot under acceptance inspection has equal chance of being chosen for taking cubesshall be adopted. 150mm cubes shall be made, cured and tested at the age of 28 days forcompressive strength.

or the structure at the decision of the Engineer-in-charge

designs/drawings)unless otherwise

1Shift

from alignment 1)+ 25 mm in member.

2)+ 10 mm in reinforcement

2 Deviation from plumb in piers or variation fromspecified batter.

1 in 250

3 Deviation from plumb in abutments or variationfrom specified batter

1 in 125

4 Cross sectional dimensions of piers, abutmentsand girders

+20mm/-5mm

5 Thickness of deck slab of bridges + 6 mm / - 3 mm6 Size and location of openings + 12 mm7 Plan dimensions of footings (formed excavation) + 50 mm / - 25 mm8 Plan dimensions of footings (unformed

excavation)+ 75 mm / - 25 mm

9 Thickness of footings + 5%, not exceeding 25mm10 Footing eccentricity 0.02 times the width of the footing

inthe direction of deviation, but notmore than 50 mm

11 Reduced level of top of footing / pier / bed block + 5 mm12 Centre to centre distance of pier and abutments at

pier top

+ 30 mm

13 Centre to centre distance of bearings along span + 5 mm14 Centre to centre distance of pier bearings across

span+ 5 mm

15 Honey combing in any part of any member Not more than 100mm in surfacedimensions and not more than20mmin depth.

Page 83: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 82 of 120

ii. 3 test specimens shall be made from each sample for testing at 28 day. Additional cubes maybe required for various purposes such as to determine the strength of the concrete at 7 days orany other purpose. The test strength of the sample shall be the average of strength of the 3cubes. The individual variation should not be more than + 15% of average. when theindividual variation exceeds this limit, the procedure for the fabrication of specimen andcalibration of the testing machine should be checked and tested.

iii. FrequencyThe minimum frequency of sampling of concrete of each grade shall be in accordance withtable below. At least one sample shall be taken from each shift of work.Quantity of concrete (m3) No. of samples1-5 16-15 216-30 331-50 451 and above 4 plus one additional samples for each

additional 50m3 or part there of.XXVI)Acceptance criteria

i. It will be as per clause no. 8.7.6 of IRS Concrete bridge code and the following instructionsshall be strictly followed.

ii. Whenever a mix is re designed due to change in the quality of aggregate or cement or anyother reason, it shall be considered a new mix and initially subject to the acceptance criteriaabove.

iii. If the concrete produced in the site does not satisfy the above strength requirement theengineer in charge will reserve the right to require the contactor to improve the method ofbatching, the quality of the ingredients and design the mix with increased cement content, ifnecessary. The contractor shall not be entitled to claim any extra cost for the extra cementused for the modifications stipulated by the Engineer in charge for fulfilling the strengthrequirement specified.

iv. It is the complete responsibility of the contractor to redesign the concrete mixes by approvedstandard methods and to produce the reinforced concrete conforming to the specification andthe strength requirements approved by the engineer in charge. it is expected that the contractorwill have competent staff to carry out this work.

v. As frequently as the engineer in charge may require, testing shall be carried out in the fieldfor:

o test for silt content in sando grading of fine aggregateo test for particle sizeo Slump testo Moisture content and absorption and density of sand and aggregateo Concrete cube testo Permeability test for concrete as per DIN 1048o Density and Ph value of plasticizer

XXVII) Setting of field laboratory by the contractori. For al the major works, the Contractor shall set up a field laboratory of his own for testing of

cement/steel/water/concrete at work site, which should be open for use and inspection by the

Page 84: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 83 of 120

Railway officials at any time and carryout the tests with his own equipments, gauges,machinery, consumables and operators, at his own cost. The laboratory shall be equipped withnecessary equipment to carry out various tests such as property tests, sieve analysis, settingtime of cement, compression tests on cubes, slump test, workability test etc., on aggregate,cement, water and concrete required for ensuring the required quality. For steel and cementhowever, test reports of reputed institutes/laboratories are acceptable.

ii. The cost of setting up the laboratory, equipping the same, maintaining, conducting all tests onmaterials and cubes shall be borne by the contractor, within his quoted rates for works and noextra payment is eligible for the same.

iii. All gauges, machines , equipments and other measuring and testing equipment of thelaboratory shall be got checked / calibrated regularly and the necessary certificate furnished toEngineer in charge by the contractor.

iv. All the equipments, machinery etc., shall be kept in good working condition. Contractor shallalso maintain the required qualified/experienced staff at the laboratory.

v. The following is the minimum laboratory facilities at the site which are to be provided andoperated by the contractor at his cost.

• Testing of aggregates – IS 383 & 2386• Testing of cement concrete - IS 8142 & 516

• Testing of water – IS 456 & 3025• Compressive strength testing of cubes of M55 Concrete

vi. Certain non-routine testing such as (a) Testing of admixtures, (b) Chemical testing of fine andcoarse aggregates (c) Permeability of concrete (permeability test on concrete shall be got donewhen the mix design is approved/changed of the reputed laboratories as approved byEngineer-in-charge). The frequency and need for these tests shall be decided by the Engineer-in-charge, based on stipulations contained in conditions of contract or on the basis of acceptedEngineering practice (e.g. whenever source of admixture is changed, tests stipulated in thecodes will have to be carried out afresh, etc).

ANNEXURE – IAGREEMENT FOR ZONE CONTRACT

CONTRACT AGREEMENT No.______________, DATED _____________. ARTICLES OFAGREEMENT made this ______________ day of ______________ between the President of Indiaacting through the _________________, South Western Railway hereinafter called the "Railway" of

Page 85: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 84 of 120

the other part and ___________________________ hereinafter called the "Contractor" of the otherpart.

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 and supplyof 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, corrected upto the latest Correction Slips and Standard Specifications of the _____________ Railwaycorrected upto latest Correction Slips and the Special Conditions and Special Specifications,if any in conformity with the drawings (if any) that will be issued with the work order, aforesaidAND WHEREAS the performance of the said work is an act in which the public areinterested.

NOW THIS INDENTURE PRESENTS WITNESSETH That in consideration of the payment tobe made by the Railway, the Contractor will duly perform the works set forth in the said Work Orderand shall execute the same with great promptness, care and accuracy, in a workman like manner tothe satisfaction of the Railway and will complete the same on or before the respective datesspecified therein in accordance with the said specifications and said drawings (if any) and saidconditions of contract and will observe, fulfill and keep all the conditions therein mentioned, (whichshall be deemed and taken to be part of this contract as if the same had been duly set forth herein),AND the Railway both here-by agree that if the Contractor shall duly perform the said work in themanner aforesaid and observe and keep the said terms and conditions, the Railway will pay orcause to be paid to the Contractor for the said works on the completion thereof the amount due inrespect 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 __________ _______________________________________

_______________________________________

Page 86: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 85 of 120

ANNEXURE - II

WORK ORDER UNDER ZONE CONTRACT

WORK ORDER NO._________, DATED ________ UNDER CONTRACT AGREEMENT NO._________________________, DATED _________.

Name Of Work _____________________________________ (S I T E) _____________________

Schedule Of Drawings ____________________________________________________________

Authority ____________________________ Allocation _________________________

The Contractor(s) ____________________________ is / are hereby ordered to carry out thefollowing 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 the GeneralConditions of Contract corrected upto latest Correction Slips.

Divisional Railway Manager/Divisional __________ Engineer

_______________ Division

South Western Railway

Date ___________ for President OfIndia

Page 87: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 86 of 120

I agree to complete the works herein set forth on or before the date specified under the ZoneContract Agreement herein before referred to in conformity with the drawings hereto annexed and inaccordance with the General and Special (if any) Conditions of Contract corrected upto latestCorrection Slips and the Standard Specifications of Indian Railway with up-to-date Correction 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. _____________________________

_____________________________

_____________________________

________________________________

________________________________

________________________________

ANNEXURE - III

SOUTH WESTERN RAILWAYCONTRACT AGREEMENT OF WORKS

Page 88: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 87 of 120

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 the onepart 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 Conditions ofContract 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 made bythe Railways, the Contractors will duly perform the said works in the said schedule set forth and shallexecute 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 specifications andsaid 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 certified date oftheir completion and will observe, fulfil and keep all the conditions therein mentioned (which shall bedeemed and taken to be part of this contract, as if the same have been fully set forth herein), ANDthe Railway, both hereby agree that if the Contractor shall duly perform the said works in the manneraforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to bepaid to the Contractor for the said works on the final completion thereof the amount due in respectthereof 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 :

__________________________

__________________________

___________________________

________________________________

________________________________

________________________________

ANNEXURE-IV

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

Page 89: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 88 of 120

WORK ORDER NO._________, DATED ________ UNDER CONTRACT AGREEMENT NO._________________________, DATED _________.

Name Of Work _____________________________________ (S I T E) _____________________

Schedule Of Drawings ____________________________________________________________

Authority ____________________________ Allocation _________________________

Mr. / Messers ______________________________ Contractor/Contractors having agreed with theRailway is/are hereby ordered to carry out the Works set forth in the schedule below in accordancewith the General Conditions of Contract corrected upto latest Correction Slips and the StandardSpecifications of South Western Railway corrected up to latest Correction Slips, the Schedule ofRates, corrected upto latest Correction Slips and Special Conditions and Special Specifications, ifany and inconformity with drawings annexed hereto at the rates specified in the said, Schedule andto complete the same on or before the ____ day of __________ 20___ and maintain the said worksfor the period of _____________ from the certified date of completion. The quantities set forth in thesaid schedule shall be considered approximate and subject to variation under Clause 42 of GeneralConditions 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 they arenot 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 said timewhether I am present or not and that on payment for work done and approved materials delivered-atsite of work as ascertained by the said measurement, I shall have no further claim against theRailway and I agree that any dispute arisen on matters connected with this agreement, the sameshall be referred to a person to be nominated in this behalf by the ______________ for the timebeing 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 __________________________

Page 90: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 89 of 120

Address ________________________ Address _________________________

Note - If the agreement is for a work for which a Special Act of the Legislature exists, e.g. the IndianMines Act, the agreement shall include a clause indemnifying the Railway against all claimsarising 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 herein andto maintain the same for a period of ______________ Calendar months from the certified date oftheir completion and in conformity with the document herein referred to, and all the condition thereinmentioned shall be deemed and taken to be part of this contract as if the same had been fully setforth therein.

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

________________________

Date : _________________

1. __________________________

__________________________

2. __________________________

__________________________

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.

Page 91: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 90 of 120

SCHEDULE OF RATES

Particulars Rates (Rs.) Per Remarks

WITNESS : CONTRACTOR :

Name _____________________ Name ____________________

Address______________________ Address__________________

______________________ __________________

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 GENERAL

Page 92: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 91 of 120

CONDITIONS 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, OFTHE 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 SUM RATESFOR THE ITEMS GIVEN IN SCHEDULE ………………….. AND HEREBY BIND MYSELF / OURSELVES TO COMPLETE THE WORK 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 THE EARNESTMONEY SHALL STAND FORFEITED WITHOUT PREJUDICE TO ANY OTHER RIGHT OR REMEDIES AVAILABLE TO THE RAILWAYIN 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 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.

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 YOURREPRESENTATIVE(S) WITHIN THE PERIOD SPECIFIED, AND TO MAINTAIN THE SAME FOR THE PERIOD AND IN THE MANNERPROVIDED 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.

Page 93: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 92 of 120

(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 one year 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.

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 of suchrelatives in the Railway may be furnished hereunder---

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

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

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

Signature of Tenderer(s)

NAME……………………….ADDRESS…………………..

Page 94: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 93 of 120

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 expression shallunless 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 _______________ which expressionshall 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 unless repugnantto 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 unless repugnantto 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

Page 95: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 94 of 120

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 unless repugnantto 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 work of____________ 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 expertise intheir field.

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

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

And whereas parties to this MOU, have agreed to co-operative with each other to associate jointly and to forma 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 jointly executethe 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 of thisMOU.

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 the responsibility,including the provision of information advice and other assistance required in connection with the works. Theshare and the participation of the partners in the JV shall broadly be follows:

Page 96: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 95 of 120

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 (atleast 51%) share of interest in the JV firm. The other members shall have a share of not less that 20% eachin case of JV firms with upto three members and no less than 10% each in case of JV firms with more thanthree members. In case of JV firm foreign members(s), the lead member has to be an Indian firm with aminimum 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. but inno case the minimum eligibility criteria would be vitiated. The parties to this MOU further agrees thatthe 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 mutually agreedterms with the Owner / Customer. The Parties hereto shall, if awarded the contract for the project forwhich the Joint Venture is formed, be jointly and severally liable to the Indian Railways for executionof the project in accordance with the contract. The Parties hereto also undertake to be liable jointlyand severally for the loss, damages caused to the Customer in course of execution or 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 proportion totheir 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, norshall the Parties advise, consult for, engage in or otherwise assist in any way any person or entity or

Page 97: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 96 of 120

any affiliate thereof in respect of any orders or contracts related to the South Western RailwayTender.

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, an independentpartner contracting individually with the Customer. In the event of any defect and damage or anyclaim arising from the Customer under the Contract or any third party in relation to or as aconsequence of any failure to meet the performance specification the Party, within whose Scope ofWork the claim arises, shall be entirely responsible for the claim and shall indemnify and hold harmlessthe other Party from any liability, demand, claim burden cost, expense attorney’s fees and costsarising 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, the Party/Parties havingthe control over the said machinery, instrument, labour force etc. without having any regard to theirshare of profit and loss agreed to between the Parties in Joint Venture Agreement shall hand over thesame at the disposal of the other party who is actually executing the work for purpose of execution ofthe 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 also tillthe 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 and ConciliationAct 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………………………………………………..

Page 98: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 97 of 120

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 of anytaxes, duties, special insurance, fees or assessments of any nature whatsoever (including personalincome taxes level or imposed on any of its employees or personnel or any of its sub-contractor’semployees or personnel) including penalties and interest, if any, levied in connection with theexecution 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:

Page 99: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 98 of 120

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 this unitand 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 of theGovernments only will be accepted.

Page 100: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 99 of 120

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 and belief.

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 :

Page 101: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 100 of 120

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 incomplete orany relevant information is found to have been suppressed, the tender is liable to the rejected, atany 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 :

Page 102: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 101 of 120

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:

Page 103: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 102 of 120

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 102ignalling 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 by theContractor 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 terms orconditions contained in the said Contract.

3 We, the Bank, do hereby undertake to pay the amounts due and payable under this Guaranteewithout any demur, merely on a demand from the Government stating that the amount claimed is dueby way of loss and/or damage caused to or would be caused to or suffered by the Government byreason of any breach by the said Contractor’s(s)’ of any of the terms or conditions contained in thesaid Agreement or by reason of the Contractor (s) failure to perform the said Agreement. Any suchdemand made on the Bank shall be conclusive as regards the amount due and payable by the Bankunder this Guarantee. However, our liability under this Guarantee shall be restricted to an amount notexceeding 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 proceeding pendingbefore any Court, Tribunal or Arbitrator(s) relating thereto our liability under this present beingabsolute and unequivocal. The payment so made by us under this Bond shall be a valid discharge of

Page 104: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 103 of 120

our liability for payment there under and the Contractor(s) shall have no claim against us for makingsuch 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 that itshall 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 carried outby the said Contractor(s) and accordingly discharges the Guarantee. Unless a demand or claim underthis Guarantee is made on us in writing on or before the…………………………………….., we shallbe 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, hereunder tovary any of the terms and conditions of the said Agreement or to extend time of performance by thesaid Contractor(s) from time to time or to postpone for any time or from time – to – time any of thepowers exercisable by the Government against the said Contractor(s) and to forbear or enforce any ofthe terms and conditions relating to the said Agreement and we shall not be relieved from ourliability by reason of any such variation or extension being granted to the said Contractor(s) or forany forbearance, act or omission on the part of the Government or any indulgence by the Governmentto the said Contractor(s) or by any such matter or thing whatsoever which under the law relating tosureties 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 or theContractor(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

SPECIAL CONDITIONS OF CONTRACT

(a) Contractor shall stack construction materials such as Jelly, sand, etc, in a propermanner on leveled and well-compacted ground, duly attending the same to avoidcontamination. In case any material is stacked on loose earth/material, a penalty upto Rs.1 Lakh will be imposed on each occasion.

(b) While working, contractor should keep the site neat and clean and no debris orexcavated earth/material are spread haphazardly. It is the responsibility of thecontractor to remove all such materials generated from the work to nominated placeand dispose off at his own cost. In case such material is lying in haphazardlymanner, a penalty upto Rs. 1 lakh per occasion will be imposed.

Page 105: SOUTH WESTERN RAILWAY STANDARD TENDER ......SOUTH WESTERN RAILWAY STANDARD TENDER DOCUMENT (W ith Technical Conditions And Up to date till GCC correction slip no. 18/2013 & Std. Tender

Signature of Tenderer / Contractor (SWR/Master Tend doc-14) Page 104 of 120

SOUTHUTH WESTERN RAILWAYZONAL TENDER ( One Year ) 2016 - 2017

SCHEDULE (Group B) HUBLI DIVISION ENGG DEPARTMENT

NAME OF TENDERER/ CONTRACTOR

DEN /HQ/ UBL Section Approx Cost - Rs.31,00,000/-

(Zone-10/B)

MTS Colony, Devargudihal, Obalapur, Deshpande Nagar, All Colonies pipeline works including Hubli Railway Station.

Jurisdiction of Zone ( Group 10/B )Schedule of Work

ALL THE ITEMS OF WORKS UNDER USSOR 2011 OF CHAPTER -1: EARTH WORK (EXCLUDING ITEM NO.-014030 TO 014034), CHAPTER -2: CARRIAGE OF MATERIALS, CHAPTER -3: PLAIN CONCRETE, CHAPTER - 4:REINFORCED CEMENT CONCRETE, CHAPTER - 5: BRICK WORK, CHAPTER - 6: STONE WORK,CHAPTER -7:WOOD WORK, CHAPTER - 8 STEEL AND ALUMINIUM WORK,CHAPTER - 9 : FLOORING, PAVING ANDDADO, CHAPTER -10: ROOFS AND CEILINGS (EXCLUDING ITEM NO-104010 TO 104120 AND105010 TO105192), CHAPTER-11: FINISHING MASONARY( EXCLUDING Item No- 115010 to 115200 & 117050 to 117092only) CHAPTER -13: WATER SUPPLY, CHAPTER-14:DRAINAGE AND SEWERAGE, CHAPTER-15: SANITARYINSTALLATIONS, CHAPTER - 16: HORTICULTURE AND LANDSCAPING, CHAPTER-17: MISCELLANEOUSBUILDING WORKS (EXCLUDING 171170 TO 171190 AND 171210 TO 171263), CHAPTER NO-18: DISMANTLINGAND DEMOLISHING, CHAPTER NO-19: BRIDGE WORKS - SUBSTRUCTURE, CHAPTER NO - 20: BRIDGEWORKS – SUPERSTRUC-TURE : RCC, CHAPTER NO-21: BRIDGE WORK - SUPERSTRUCTURE STEEL,CHAPTER NO-22: BRIDGE WORKS – MISCELLANEOUS, CHAPTER NO-24: FENCING AND BOUNDARYMARKS, CHAPTER NO-25: SUPPLY OF MATERIALS

Period Value of TenderFrom 01.07.2016 to 30.06.2017 Rs.31,00,000/-

Grand Total Rs. 31,00,000/- Note-

1.Please refer schedule of rates - USSOR-2011 & Indian Railways Unified Standard Specifications (Works & materials)-2010 Volume-I & Volume-II, before quoting rates for the Zonal Tender. 2.Tenderer should quote a single percentage on above schedule. 3.Tenderers are not permitted to quote different percentages for different chapters / different items.

4.The tenderer should quote the percentage in figures and words. If there is difference between percentages quoted in figures and words, the percentage quoted in words will be taken as correct

%age in figures %age in wordsPercentage, At Par/above/below

PLACE SINATURE OF THE CONTRACTOR/TENDERER DATE