Tender No. 07/Bridges/2013 07-BR-13 uploding.pdfTender No. 07/Bridges/20132 Signature of...
Transcript of Tender No. 07/Bridges/2013 07-BR-13 uploding.pdfTender No. 07/Bridges/20132 Signature of...
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 1 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
1
“Registered Post-Ack.-Due”
भारत सरकार / Govt. of India
रेऱ मंत्राऱय / Ministry of Railways
दक्षिण मध्य रेऱवे / South Central Railway
ववजयवाडा मंडऱ / Vijayawada Division
मंडऱ कायााऱय/Divisional Office,
काया शाखा/Works Branch,
ववजयवाडा/Vijayawada,
स.ंNo.बीB/डबल्यू W.496/I/4/T.No.07/Bridges/13/T.Bridges ददनाँक/Dt.20.12.2013
To
M/s Y.Chinna Reddy,
Railway Contractors,
D.No.27/1083, 3rd
Line, Ramnagar,
N E L L O R E – 524 002
Sirs,
ववषय/Sub:- Tender No.07/Bridges/2013 for the work of „SW- 1 : Gudur-
Vijayawada Section - Provision of Standard Height gauges of Road
under bridges in ADEN/Br/S/BZA Section. SW-2: Vijayawada-
Visakhapatnam, Nidadavole-Bhimvaram Sections: Provision of
Standard Height gauges at Road under bridges‟.
संदबा/Ref:- Your tender for the above work submitted on 09.10.2013.
***
1. The competent authority has accepted your Tender for the above work for a total value of
Rs.90,69,052/- (Rupees ninety lakhs, sixty nine thousand and fifty two only) at the following
rates.
Rates:
(i) Schedule-A=(+)45% (Plus forty five percent only) on USSR-2010 with restriction for
dissimilar nature and situation
(ii) Schedule-A1=(+)30.60% (Plus thirty point six zero percent only) on USSR-2010
(iii) Schedule-A2=(+)27% (Plus twenty seven percent only) on USSR-2010
(iv) Schedule-B=(+)36% (Plus thirty six percent only) on basic rates of NS items
2. The work should be completed within 06 (Six) Months from the date of issue of letter of
acceptance of tender with a maintenance period of 06 (Six) Months.
3. The sum of Rs.1,32,510/- submitted vide FDR No.124677, dt.08.10.13 issued by Karnataka
Bank Ltd., Dilshuknagar Branch, Hyderabad towards E.M.D has been adjusted as part
amount of the security deposit. The balance security deposit of Rs.3,20,943/- shall be
recovered at the rate of 10% of the bill amount till the full security deposit of Rs.4,53,453/- is
recovered.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 2 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
2
4. In terms of Special conditions of contract, you shall furnish a Performance Guarantee
amounting to 5% of the contract value i.e., Rs.4,53,453/- before signing of the agreement.
The performance guarantee should be initially valid up to the stipulated date of completion
plus 60 days beyond that. In terms of Special conditions of contract, you shall submit the
Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of
Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up
to 60 days from the date of issue of LOA may be given by the Authority who is competent to
sign the contract agreement. However, a penal interest of 15% per annum shall be charged
for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case
of failure to submit the requisite PG even after 60 days from the date of issue of LOA, the
contract shall be terminated duly forfeiting EMD and other dues, if any payable against the
contract. The failed contractor shall be debarred from participating in re-tender for that work.
5. Until a formal agreement is executed, acceptance of the Tender shall constitute a binding
contract between you and the administration.
6. You have to abide by the Contract Labour (Regulations and Abolition Act 1970) and rules,
regulations and amendments thereto that may be followed from time to time are binding on
you in respect of this contract. You have to submit the application in the prescribed form
(Form-V) in triplicate for license under Contract labour (Regulation and Abolition) Act
for 20 or more workers and under BOCW Act for less than 20 Workers together with
the demand draft towards security deposit and license fee to the undersigned to forward the
same to the concerned Licensing Officer for issue of the license irrespective of the number of
labour employed for the work. The work should not be executed without a valid labour
license.
7. Failure to start the work within ten days, the contractor is liable for penal action as per clause
62 of the General conditions of contract.
Encl: 1) Tender schedule with special conditions & 2) Copy of Performance Guarantee.
आपका / Yours faithfully,
म.इंजीननयर/पऱु
Divisional Engineer/Bridges
द.म.रेऱवे/S.C.Railway,
ववजयवाडा/Vijayawada
Copy to: Sr.DFM/BZA for information.
Copy to: ADEN/BR/N/BZA, ADEN/BR/S/BZA, SSE/BR/I&II/RJY, SSE/BR/I&II/BZA,
SSE/BR/BTTR, SSE(Drg)/BR & OS/WA-BR for information.
Copy to: Asst Labour Commissioner (Central), 5th floor, Central Govt. Office Complex, Plot
No.G-2, Industrial Estate, Auto Nagar, Vijayawada-520007 for information.
(TC : DEN/Bridges/BZA, DFM/BZA & DSTE/BZA – AA:Sr.DEN/Co-ord/BZA)
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 3 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
3
South Central Railway Vijayawada Division
Tender No.07/Bridges/2013
Name of
Work :
SW- 1 : GDR - BZA Section Provision of Standard Height gauges of Road
under bridges in ADEN/Br/S/BZA Section.
SW2 : BZA -VSKP, NDD-BVRM Sections : Provision of Standard Height
gauges at Road under bridges.
Similar nature of
work :-
Any work of steel fabrication or fabrication and erection of FOB
or PF shelter or Industrial shed or steel/Composite girder bridge or
Microwave/HT tower or Channel Sleepers.
Appx. Value : Rs.66,25,060/-
Estimate Sd No. DEN/Bridges/BZA B/W.71/I/1458/Plg,
Dt.30.04.2013., B/W.287/I/786/Plg, Dt. 3.05.2013. Allocation : : 26-30-55-03, 26-30-55-03
Completion Period (06) SIX months
Maintenance Period (06) SIX months
Name & address of
the Contractor:-
M/s Y.Chinna Reddy,
Railway Contractors,
D.No.27/1083, 3rd
Line, Ramnagar,
N E L L O R E – 524 002 Approximate value of tender arrived by the addition of "at par" value of USSR items enhanced with
certain estimated percentage and value of the NS items at the basic rates adopted in schedule.
SCHEDULE 'A'
List of items of works that are covered by USSR 2010 of S.C. Railway.
Sl.
No.
SSR
Item No.
Description of
work.
SW 1 App. Qty. SW 2
App.
Qty.
Total Rate Unit Amt in
Rs. BTTR BZA
1 011010+
011011
Earth work in excavation as per approved drawings and dumping at embankment
site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead
to be measured from the centre of gravity of excavation to centre of gravity of
spoil heap: the lift to be measured from natural ground level and paid for in
layers of 1.5m each, including incidental work, as per specifications-in all kinds of
soils
25 50 275 350 100.28 cum 35098
2 031010+
031012
Providing and laying in position cement concrete of specified proportion
excluding cost of cement, centering and shuttering - All works upto Plinth level :
1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 40mm nominal size)
2.5 5.0 33 41 1865.68 cum 75560
3 042010+
042011
Centering and shuttering including strutting, propping etc. and removal of
form for : Foundations, footings, bases of columns, raft foundation of washable
aprons, Pile caps, Footings of FOB etc.
44 88 300 432 132.50 Sqm 57240
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 4 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
4
Sl.
No.
SSR
Item No.
Description of
work.
SW 1 App. Qty. SW 2
App.
Qty.
Total Rate Unit Amt in
Rs. BTTR BZA
4 041010+
041011
Providing and laying in position M 20 Grade concrete for reinforced concrete
structural elements but excluding cost of centering, shuttering, reinforcement and
Admixtures in recommended proportion (as per IS:9103) to accelerate, retard
setting of concrete, improve workability without impairing strength and
durability as per direction of Engineer in charge. All work upto plinth level,
including raft foundation of washable aprons, HS tank, pile cap, footings of FOB,
and Platform shelter etc.
18 36 200 254 2326.7 cum 590982
5 211080 Providing/ fixing/ leaving/ grouting various size HTS bolts / holding down
bolts in concrete column or in other structural steel member with proper nuts,
bolts, washers /plates as a complete job. Note - Cement used in grouting will be
paid separately under relevant item
190 380 1980 2,550 70.01 Kg 178526
6 181020+
181021
Demolishing plain cement concrete including disposal of material within 50m
lead. 1:2:4 or richer mix with max. 20 mm coarse aggregate
5 10 10 25 510.54 cum 12764
7 123040+
123043
Painting, Two coat, any shade as directed of approved make and brand a) Trusses
exceeding 9m clear span, b) Staging with O.H. tank where staging is more than
2.5m in height, c) Flood light towers, d) Chimneys and similar structures With
Synthetic Enamel paint
160 320 0 480 48.62 Sqm 23338
8 238040+
238041
Manufacturing supplying and fixing retro reflective sign boards made up of
2mm thick aluminium sheet, face to be fully covered with high intensity
encapsulated type heat activated retro reflective sheeting conforming to type - IV
of ASTM-D 4956-01 in blue and silver white or other colour combination
including subject matter, message (bi-lingual), symbols and borders etc. as per
IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be
activated by applying heat and pressure conforming to class -2 of ASTM-D-4956-
01 and fixing the same with suitable sized aluminium alloy rivets @ 20 cm c/c to
back support frame of M.S. angle iron of size 25x25x3 mm along with theft
resistant measures, mounted and fixed with2 Nos. M.S. angles of size 35x35x5
mm to a vertical post made up of M.S. Tee section ISMT50x50x6 mm.welded
with base plate of size100x100x5 mm at the bottom end and including making
holes in pipes, angles flats, providing & fixing M.S. message plate of required size
steel work to be painted with two or more coats of synthetic enamel paint of
required shade and of approved brand & manufacture over priming coat of zinc
chromate yellow primer (vertical MS-Tee support to be painted in black and
white colours). Backside of aluminium sheet to be painted with two or more coats
of epoxy paint over and including appropriate priming coat including all leads and
lifts etc. complete as per drawing, specification and direction of Engineer- in-
charge. (Note : Concreting for fixing may be done as per site requirement and
paid forseparately) Cautionary/warning sign boards of equilateral triangular shape
having each side of 900mm with support length of 3650mm
4 8 0 12 3244.16 Each 38930
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 5 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
5
Sl.
No.
SSR
Item No.
Description of
work.
SW 1 App. Qty. SW 2
App.
Qty.
Total Rate Unit Amt in
Rs. BTTR BZA
9 238050 Providing and applying 2.5mm thick road marking strips (retro-reflective) of
specified shade/ colour using hot thermoplastic material by fully/ semi automatic
thermoplastic paint applicator machine fitted with profile shoe, glass beads
dispenser, propane tank heater and profile shoe heater, driven by experienced
operator on road surface including cost of material, labour, T&P, cleaning the road
surface of all dirt, seals, oil, grease and foreign material etc. complete as per
direction of Engineer-in-charge and in accordance with applicable specifications
2 4 0 6 584.94 Sqm 3510
( Items Nine only) Schedule 'A' TOTAL : 1015946
Percentage rate in figures (+)45% Percentage rate in words Plus forty five percent only on USSR-2010
with restriction for dissimilar nature and situation
SCHEDULE - 'A-1'
List of items of works that are covered by USSR 2010 of S.C. Railway.
SL.
No.
SSR Item
No.
Description of
work.
SW 1 App. Qty. SW 2
App.
Qty.
Total Rate Unit Amoun
t in Rs. BTTR BZA
1 033062 Supply and
using cement
OPC 53 grade
7.75 15.5 75 98.25 4600 Tonne 451950
(Item One only.) Schedule 'A-1' TOTAL : 451950
Percentage rate in figures (+)30.60% Percentage rate in words Plus thirty point six zero percent only
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 6 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
6
SCHEDULE - 'A-2'
List of items of works that are covered by USSR 2010 of S.C. Railway.
SL.
No.
SSR Item
No.
Description of
work.
SW 1 App. Qty. SW 2
App.
Qty.
Total Rate Unit Amoun
t in Rs. BTTR BZA
1 045010+
045011
Supplying Reinforcement for R.C.C. work including straightening, cutting,
bending, placing in position and binding all complete. Mild steel and medium
tensile steel bars.
150 300 1500 1,950 45.93 Kg 89564
(Item One only.) Schedule 'A-2' TOTAL : 89564
Percentage rate in figures (+)27% Percentage rate in words (Plus twenty seven percent only
SCHEDULE -'B'
List of items of works that are not covered by USSR 2010 of S.C. Railway.
SL.
No.
SSR Item
No.
Description of
work.
SW 1 App. Qty. SW 2
App.
Qty.
Total Rate Unit Amt in
Rs. BTTR BZA
1 NS 2010-
22
Supplying , farbicating and erecting welded and/or bolted and/or riveted steel
work in built up sections, trusses and framed work, girders, staging, racks etc.,
using RSJ, tees, angles and channels/flats, plates, gussets, round or square bars,
cleats, bolts etc., with contractor's own steel including cutting, bending,
straightening, drilling, riveting, hoisting, fixing, erecting, welding, bolting etc.,
with Providing stifeners wherever required as per approved drawing including
applying a priming coat of a approved steel primer with all contractor's materials,
labour, tools & plants, lead & lift including crossing of tracks if required etc.,
complete as per specification and as directed by Engineer-in-charge.
9.5 19 55 84 58391 MT 4875649
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 7 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
7
SL.
No.
SSR Item
No.
Description of
work.
SW 1 App. Qty. SW 2
App.
Qty.
Total Rate Unit Amt in
Rs. BTTR BZA
2 NS 2010-
40
Fabricating, Supplying and fixing of Helical compression spring, 630mm long and
100mm Mean dia of Helix with 28 Numbers of spring coils, conforming to IS
7906 (part I) -1997 made of 20mm dia spring rod of spring steel conforming to
Grade 2 of I.S.4454 (part I) - 2001 and suitable rubber washers on either side to
suit the horizontal beam of height gauges for heavy traffric, shown in the drawing
No. GM(W)SC/BR/2729/2010 (ALT 2) at any location specified by railway with
all contractor's material, consumables, tools, men, machinery, cranes including all
lead and lift, transportation etc., and as directed by the Engineer-in-charge at site.
This includes arrangements for protection of road traffic and including night
working if required
4 8 12 24 7998 Each
spring
191952
( Items Two only.) Schedule 'B' TOTAL : 5067601
Percentage rate in figures (+)36% Percentage rate in words (Plus thirty six percent only)
CONDITIONS
1. The tenderer / Contractor has to quote a uniform percentage rate above/ at par / below for
Schedule-A & Schedule-B items both in figures and words. If there is any difference between
the percentage rate quoted in words and figures, the percentage rate quoted in words will be
taken as correct and final. The tenderer should not quote different percentage rates for
different items of Schedule and the offers with different percentage rates for different items of
the Schedule are liable to be rejected.
2. The quantities furnished in the tender schedule are approximate and shall be operated in full or
part at the discretion of Engineer-in-charge. The payment will be made for the actual
quantities executed.
3. The work should be done in accordance with the specification laid down in manufacturers
guide lines including lead, lift and as directed by the Engineer-in-charge.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 8 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
8
4. The paint samples have to be get tested at CMT/LGD before commencement of work at
contractors own cost.
5. The paints should be obtained from the following approved firms:
(I). M/s. Shalimar paints, (2) Asian Paints, (3) British/Berger Paints, (4) Jonson & Nicholson Paints,
(5) Good Lac Nerolac, (6) Garware Paints, (7) Addisons Paints and Chemicals. In addition to
the above firms, paints procured from reputed manufacturing firms approved by RDSO/LKO
(out of the approved list) may also be used by the contractor with the prior approval of
Engineer-in-charge.
6. The Rates quoted will include the cost of paint, labour, tools, plant and scaffolding
arrangements etc., complete.
7. The work should be completed with in SIX months including the monsoon period and to be
maintained for period of SIX months.
ANNEXURE-„A‟
SPECIFICATIONS OF CONTROLLED CONCRETE:
1. The agency shall indicate the source of supply of materials viz., course aggregate, fine
aggregate, steel, ordinary Portland cement and cement conforming to IS as applicable.
All the materials shall conform to relevant standard specifications.
2. The TOR steel is purchased from TISCO, IISCO, SAIL, Vizag steel plant or any other
source approved by the Engineer-in-charge. The steel shall not be re-rolled variety. The
agency shall produce necessary vouchers in original in support of the purchase of steel
and cement from the suppliers along with certificates to relevant standards from the
manufacturers before the commencement of work.
3. The agency shall submit samples of course/fine aggregate along with necessary cement,
required for mix design. The Engineer-in-charge at site shall forward the samples to a
reputed concrete laboratory for carrying out mix design duly specifying the various
parameters as per IRS bridge code, provision and correction slips and Engg. Standard
order No: 11/2000 and RDSO‟s A&C slip no. 8, dt. 15/22-02-2006 The following
parameters shall be specified for the mix design by the Engineer-in-charge.
a) Grade of concrete required as per IRS bridge code.
b) Type of cement sent for mix design.
c) Minimum and maximum cement content prescribed as per the environment
condition prescribed in the IRS concrete bridge code 1997. Corrections slip No:
8 dt. 15/22-02-2006. The environment condition to be decided as per Engg.
Standing order No: 11 dt: 23-10-2000/7-11-2000.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 9 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
9
d) Maximum water cement ratio to be adopted as per environmental condition.
The agency shall arrange for mix design at their own cost including movement
of materials to laboratory. During the execution of work if there is any change
in the materials forming concrete, mix design shall be carried out again and
work to be carried out accordingly.
The following are extracts of IRS concrete bridge code 1997, Correction slip No: 8 dt.
15/22-02-2006
Amend the following clauses as follows.
i) Clause 5.1.1: Table 2 is revised as under.
Table 2: Grades of Concrete (Clause 5.1)
Grade
Designation
Specified Characteristic compressive strength at
28 days (N/mm2)
M10 10
M15 15
M20 20
M25 25
M30 30
M35 35
M40 40
M45 45
M50 50
M55 55
M60 60
ii) Clause No.5.2.2.1: Table is revised as under.
Grade of concrete
(N/mm2)
Modulus of Elasticity
(KN/mm2)
M10 18
M15 22
M20 25
M25 26
M30 28
M40 31
M50 34
M60 36
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 10 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
10
iii) Clause No. 5.3.1:
Following note to be added below table given for workability of concrete.
Suitable plasticizers/admixtures may be used to achieve workability of the order of 150-
200mm.Plasticizers/admixtures should confirm to clause 4.4.
iv) Clause No.5.4.1:
The word “low water cement ratio” appearing in fourth sentence should be replaced by
“adequate water cement ratio.”
v) Clause No.5.4.3:
The Table 4(a) is revised as under:
TABLE 4(a) : Maximum water cement ratio: (Clause No.5.4.3:)
Environment
Maximum water cement ratio.
Plain
cement(PCC) Reinforced concrete (RCC)
Prestressed concrete
(PSC)
Mild 0. 55 0. 50 0.45
0. 50 0. 50 0. 40
Severe 0. 50 0. 45 0. 40
0. 50 0. 45 0. 35
Extreme 0. 45 0. 40 0.35
vi) Clause 5.4.4
The Table 4(b) is revised as under:
TABLE 4(b): Minimum grade of concrete: (Clause 5.4.4)
Environment Plain concrete (PCC) Reinforced concrete
(RCC)
Prestressed
concrete (PSC)
Mild M- 10 M- 15 M- 35
Moderate M- 10 M- 20 M- 35
Severe M- 15 M- 20 M- 45
Very severe M- 15 M- 25 M- 50
Extreme M- 20 M- 30 M- 50
The concrete of grades M-10, M-15 & M-20 are normally used in mass concrete work
and usually mixed by volumetric batching also. The mix for this work would be
M-10-1:3:6
M-15-1:2:4
M-20 - 1:1.5:3
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 11 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
11
vii) Clause 5.4.5
Table 4 (c) is revised as under
TABLE : 4 ( c ) :Minimum cementitious material content: (Clause 5.4.5)
Environment
Minimum cementitious material content in Kg/cum
Plain concrete
(PCC)
Reinforced
concrete (RCC)
Prestressed concrete
(PSC)
Mild 210 300 350
Moderate 250 300 400
Severe 250 350 430
Very severe 300 400 440
Extreme 300 400 440
Max. Cementitious material content shall be limited to 500 kg/cum vide No. 5.4. 5.
Note: For under water concrete 10 % extra cement should be added over and above the
normal cement content of the concrete mix specified above.
viii) Clause 5.4.7
This clause is deleted along with its sub-clauses
ix) Clause 7.1.3.4
Replace this clause by clause as under:
Sufficient spacers shall be provided as shall in the opinion of the Engineer be necessary
to maintain specified concrete cover to the reinforcement and preventing displacement
before and during the placement of the concrete. Spacers should be of such material and
designs as will be durable, will not lead to the corrosion of the reinforcement and will
not cause spalling of the concrete cover. Spacer block made from cement, sand and
small aggregate should match the mix proportions of the concrete as far as is practicable
with a view to being comparable in strength, durability and appearance. The use of the
pieces of wood, tile or porous material will not be allowed for this purpose.
x) Clause 7.1.3.5
This clause is deleted
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 12 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
12
xi) Clause 7.1.5 is replaced as below
Protective coatings: in order to offer adequate resistance against corrosion,
reinforcement bars may be provided with suitable protective coatings depending upon
the environment conditions. In aggressive environments (Severe, Very severe and
extreme) application of cement slurry coatings after removal of rust and other loose
materials from the surface of the reinforcement bar will generally be sufficient.
However, specialist literature may be referred to in extreme exposure condition.
xii) Clause 15.9.2.3:
This clause is deleted.
Clause No. 15.9.2.4 and 15.9.2.5 should be read as 15.9.2.3 and 15.9.2.4 respectively.
4. The following are the extracts of Engg. Standing order No: 11 issued by S.C.Railway dt.
23-10-2000/7-11-2000.
i) Moderate: - All the bridges situated in area which are not exposed to severe rain or
witch are continuously under water of where concrete is in contact with non aggressive
soil/ground water will fall under this category. All sections of this Railway which are
not listed under severe category below are classified under moderate category.
ii) Severe:- Structures which are situated in area which are exposed to severe rain, alternate
wetting and drying or occasional freezing or severe condensation and also in locations
where the concrete is exposed to aggressive sub soil ground water or situated in coastal
environment.
The following sections of this railway have been identified to be classified under severe
category.
a) Londa - Vasco-da-gama ---- Hubli Division.
b) Gudur -Visakhapatnam.
c) Gudur-Machilipatnam. ---- Vijayawada Division.
d) Bhimavaram-Narsapur.
e) Samalkot- Kakinada
i) Industrial areas as decided by the concerned Divisional Engineers, where corrosive
action is severe.
ii) Very severe and extreme:- Classification of particular bridge in these categories of
environment will depend on case basis as per the actual physical location and as decided
by the Chief Bridge Engineer or concerned Chief Engineer/ construction.
All the requirements specified in the correction slip No:1 for the above categories should
be strictly followed in accordance with the correction slip.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 13 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
13
5. The agency shall keep minimum two Nos. of concrete pin vibrators of 25/40mm size in
good working order during concrete operation. At no point of time, vibration of concrete
should suffer for want of power or for any other mechanical problem any such
concreting without proper compaction will be rejected and the agency shall redo the
work at their own cost.
6. The contractor should prepare at his own cost standard cubes of concrete at suitable
intervals, during concreting operations under the supervision of the Engineer or his
representative and submit the same to the Railway for testing. The testing will be
arranged by the Railway at the contractors own cost including freight charges for
transporting the test cubes to the testing laboratory.
7. Protective coatings: In order to offer adequate resistance against corrosion
reinforcement bars shall be provided with suitable protective coating for bridges
depending upon the environment conditions. The recommended
TABLE (d) : Protective coatings:
Aggressive Environment
(severe)
Severe, very severe and
(Extreme)
Non aggressive
environment (Mild and
Moderate)
Important and Major
bridges
Minor bridges and
structures
All structures
Cement polymer composite
coating (or) Fusion bonded
Epoxy coating.
Cement polymer composite
coating (or) Indicated
cement slurry coating.
Truncatevinlubited
cement slurry coating.
Note: The binding wire should also be coated and no GI binding wire without coating
will not be permitted.
SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE.
1.1. The Contractor shall not allow any road vehicle belonging to his or his suppliers etc. to
ply in railway land next to the running line. If for execution of certain works, viz.,
earthwork for parallel railway line, supply of ballast for new or existing railway line
etc. road vehicles are necessarily to be used in railway land next to the railway line, the
contractor shall apply to the Engineer-in-charge for granting permission giving the type
and number of individual vehicles, names and license particulars and permanent
addresses of drivers, location, duration and timings for such work/movement. The
Engineer-in-charge or his authorized representative will personally counsel, examine
and certify the road vehicle drivers, contractor‟s flagmen and his supervisors to be
deployed on the work, location, period and timing of the work.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 14 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
14
This permission will be subject to the following obligatory conditions:-
i) The Road vehicle will ply only between sunrise and sunset.
ii) Nominated vehicles and drivers will be utilized for work in the presence of at
least one flagmen and one supervisor or his representative certified for such work.
iii) The vehicles shall ply 6 Meters (from Centre of Track) away from track. Any
movement /work at less than 6 Meters and up to minimum 3.5 Meters clear of
track center shall only be done in presence of railway employees authorized by
the Engineer-in-charge . No part of road vehicle will be allowed at less than 3.5
Meters from track center.
iv) The Contractor shall remain fully responsible for ensuring safety and in case of
accident, shall bear the cost of all damages to the equipments and men and also
damages to railway and its passengers.
v) Engineer-in-charge may impose any other condition necessary for a particular
work or site.
1.2.1. The Contractor at all times shall adopt safe working methods to ensure safety of
structures, equipments and labour at site of works.
1.2.2. The contractor shall not start any work without the presence of Railway supervisor or
his representative authorized by ADEN-in-charge and Contractor‟s supervisor at site.
1.2.3. The methodology proposed to be adopted by the Contractor is to be approved by
Engineer-in-charge with a view to ensure of safety of trains, passengers and workers
and he shall also ensure that the methods and arrangements are actually available at site
before start of the work and the contractor‟s supervisors and the workers have clearly
understood the safety aspects and requirements to be adopted / followed while executing
the work.
1.2.4. There shall be an assurance Register kept at each site, which will have to be signed by
both, ie., Railway Supervisor or his representative as well as the contractor‟s supervisor
as a token of their having understood the safety precautions to be observed at site.
1.2.5. Survey of site by Supervisor of contractor and Railway‟s Supervisor is to be done to
assess precautions to be taken at site for working of trains and materials required for
protection.
1.2.6. The list of permissible / sanctioned infringements to moving dimensions for the section
shall be made available where work is to be done to execute the works without
infringing the moving dimensions.
1.2.7. Competency certificate issued by ADEN-in-charge with the Contractor‟s supervisor at
site should be available in the format given in Annexure-I.
1.2.8. The detailed plans for safe execution of works, duly approved by the Division should be
available for undertaking execution of such works which have bearing on moving
dimensions, especially those works close to the running lines and fixed structures on
brides, inside tunnels etc.,
1.2.9 Look-out caution, speed restrictions as well as traffic block shall be ensured where
necessary for execution of works affecting running lines.
1.2.10 Mobile phones or Walky-Talkie sets where necessary should be provided at work sites.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 15 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
15
1.3. Precautionary measures to be taken at work site away from the track:-
1.3.1. Trenches and foundation pits should be adequately and securely fenced, provided with
proper caution signs and marked with red lights at suitable intervals during night to
avoid accidents. Adequate protective measures should be taken to see that the
excavation operations do not affect or damage adjoining existing buildings.
1.3.2. Proper precautions should be taken for safety of persons and adjoining property before
undertaking any blasting operation. Red flags should be prominently displayed around
the area to be blasted. All the people on the work except those, who actually light the
fuses, should be withdrawn to a safe distance of not less than 300 meters from the
blasting site. Recommendations given in I.S. 4081:1986 should be followed for safety
during various operations involved in the process of blasting.
1.3.3. Suitable scaffold should be provided for workman for all works that cannot be safely
done from the ground or from solid constructions except such works which can be done
safely from ladders for a short period. When a ladder is used, extra labour should be
engaged for holding the ladder and if the ladder is used for carrying materials as well,
suitable foot holds and handholds should be provided on the ladder and ladder should be
given an inclination not steeper than 4 to 1 ( Four vertical to one Horizontal).
1.3.4. Workers employed on mixing asphalt materials, cement and lime mortars should be
provided with protective hand and footwear and protective goggles.
1.3.5. Workers employed in white washing and stacking of cement bags or any materials
which are injurious to the eyes should be provided with protective goggles.
1.3.6. Workers engaged in welding works should be provided with welder protective eye-
shields, single piece cotton cloth and shoes.
1.3.7. Stone breakers should be provided with protective goggles, leg-guards and protective
clothing and they should be seated at sufficiently safe distance from each other.
1.3.8. A fully equipped First-Aid Box should be maintained at site by the Agency with at least
one person fully trained to give First-Aid.
1.3.9. Inflammable articles such as Petrol, oil etc., should be stored separately from other
materials and all prescribed precautions as per the Indian Explosive Act should be
taken.
1.3.10. In the Bridge work, Track works, repairs to tunnel and demolition of structures through
contractual Agency, the safe working and ensuring safety of workman employed should
be specifically laid down in the contract itself.
1.4. Precautionary measures to be taken at work site in vicinity of track:-
1.4.1. Drivers of trains must be served with caution order to look out for any obstruction at the
place of work.
1.4.2. Arrangements should be made to protect the track in case of emergency at work site.
1.4.3. Before the start of the work, the land strip adjacent to the running track where road
vehicle / machinery is to ply for the work shall be demarcated by lime in advance at the
appropriate distance from the centre of existing track in consultation with the Railway
Supervisor[Annexure-IV(A)]. Sketch showing the location of marking and barricading
along the full length of the work area should be done as per the sketch given in
[Annexure-IV (B)]. This will enable the workmen posted at the site and also the lorry
drivers to have clear guidelines on the movement of vehicles.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 16 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
16
1.4.4. Movement of Lorries near the track should be prohibited during night. In case it is
unavoidable adequate protective measures including lighting must be ensured in the
complete work area for the safety of the Public and Passengers. Also additional staff
shall be posted as necessary for night working.
1.4.5. Work should not be allowed to progress without the prior approval of the Engineer-in-
charge in case movement of vehicles close to the track is involved.
1.4.6. Machines and vehicles should ply 6 meters (from Track centre) in case movement at
less than 6 meters away from the track is inescapable, it should be permitted in the
presence of Railway employee authorized by the Engineer-in-charge.
1.4.7. Contractor‟s representative should be issued a certificate by ADEN to the effect that
they have acquired sufficient knowledge about the safety precautions that are needed to
be followed while working near the track.
1.4.8. The worksite shall be suitably demarcated to keep public and passengers away from
work area. Necessary sign boards such as Work in progress etc. shall be provided at
appropriate locations to warn the Public / passengers.
1.4.9. Check lists given in Annexure-II and III shall be used to ensure that all the requisite
measures have been taken before start of work and work in progress.
1.4.10. All temporary arrangements required to be made during execution of work shall be
made in such a manner that moving dimensions do not infringe. Necessary checks shall
be exercised by Site in-charge from time to time.
WORKING OF CONTRACTOR‟S VEHICLES AT SITE
1. When the contractor‟s vehicles are to be worked closer to 6m but not less
than 3.5m from center line of the running track (Annexure-VA)
i) Drivers of vehicle shall be briefed about safety and precautions to be taken while
moving/working close to traffic.
ii) Demarcation of the land shall be done by bright coloured red ribbon/nylon rope of
12mm thick suspended on 75cm high wooden/bamboo posts at a distance of 3.5m
from center line of nearest running track as shown in (Annexure-IVC)
iii) Contractor shall ensure the road vehicle/Machinery ply in a way so that these do
not infringe the line of demarcation.
iv) Presence of an authorized Railways representative shall be ensured before plying
of vehicles or working machinery.
v) Railway supervisor shall issue suitable caution order to drivers of approaching
train about road vehicles plying or machinery working close to running tracks.
The train drivers shall be advised to whistle freely to warn about the approaching
train. Whistle boards shall be provided wherever considered necessary.
vi) Lookout men shall be posted along the track at a distance of 800m from such
locations, which will carry red flag and whistles to warn to the road
vehicles/machinery users about the approaching trains.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 17 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
17
vii) On curves where visibility is poor, additional lookout men shall be posted.
viii) In unusual circumstances, where operator apprehends infringement to track
while working truck/machinery near running track, following action shall be
taken:
a) The contractor /supervisor/vehicle operator immediately advise the situation to
Railway official and assist him in protecting the track.
b) Protection shall be done for other emergencies.
2. When the contractor‟s vehicles are to be worked close to 3.5m from center
line of running track:
i) Plying of vehicle or working of machinery closer to 3.5m of running track shall be
done under protection of track. Traffic block shall be imposed wherever
considered necessary. The site shall be protected as per the sketch given in
(Annexure-VB) and the provisions of Para No. 806 & 807 of P-way Manual as the
case may be.
ii) Presence of a Railway supervisor shall be ensured at work site.
iii) Railway supervisor shall issue suitable caution order to drivers of approaching
train about road vehicles plying or machinery working close to running tracks.
The train drivers shall whistle freely to warn about the approaching train.
3. Parking of vehicles or construction machinery:
i) No vehicle or construction machinery shall be parked in unmanned condition on a
gradient sloping towards running track.
ii) Even on level ground or gradients sloping away from the track, vehicles or
construction machinery shall be parked in unmanned conditions at a minimum
distance of 6m from nearest track center in fully braked condition. In addition to
brakes, suitable wedges shall also be applied on all the wheels.
4. TRAINING
Training in safe working methods for both along and on the track should be
imparted to supervisors /operators of the work executing agencies. Such training
may be imparted at zonal/divisional training schools for required duration as
deemed fit, with a view to ensure that the field staff engaged in such works get
acquainted with the safety precautions that are needed to be taken while executing
the works.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 18 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
18
ANNEXURE - I
COMPETENCY CERTIFICATE
Certified that Shri…………………………………………………. P.Way
supervisor of M/s. …………………………… has been examined regarding P.Way
working on …………………………. work.
His knowledge has been found satisfactory and he is capable of supervising the work
safely.
ASSISTANT ENGINEER
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 19 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
19
ANNEXURE – II
CHECK LIST
(BEFORE STARTING THE WORK)
Name of the work : ……………………………………………………………………
Location …………………………………………………………………………………
Duration of the work : From …………………… To …………………………
Sl.N
o Details Yes No
1 Contractor‟s supervisor identified / Selected. Who is going to be site
in-charge?
2 Training imparted to contractors supervisor & Certificate issued?
3 Work site inspected by Constructions supervisor / other
department‟s supervisors along with contractor‟s supervisor?
4 Precautions to be taken identified and listed?
5 Plan of work, drawn out by contractor‟s supervisor in consultation
with Railway‟s supervisor?
6 Plan of work, brought to the knowledge of open line AEN/IOW &
PWI?
7 Before start of the work, proper lime marking / barricading had done
at site of work?
8 Men deputed for protection of track along with safety equipments?
9 Caution order issued for the train drivers in case work is being done
within 6mts of centre of running track?
10 Drivers of vehicles/machinery being used have been identified?
11 Drivers of vehicles/machinery briefed about the safe working?
12 Sufficient lighting provided at site of work for night working?
13 Infringements checked?
14 Sectional (Open line) AEN/PWI/IOW have satisfied themselves
regarding safety arrangements?
15 Availability of Walkie –Talkie sets for communication?
Signature of construction/
other departments Supervisor
Date:
Signature of Open line‟s Supervisor.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 20 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
20
ANNEXURE – III
CHECK LIST
( WHILE WORK IN PROGRESS )
Name of the work : ………………………………………………………………
Location ………………………………………………………………………………
Duration of the work : From ……………………… To ………………………………
Date of inspection ……………………………………………………
Sl.
No Details Yes No
1 Does the contractor‟s supervisor have the certificate?
2 Does the knowledge of contractor‟s supervisor on safety of track
& work site is up to the mark?
3 Is the Railway‟s supervisor of Construction Organisation/other
departments available at site?
4 Is knowledge of Railway‟s supervisor O.K.?
5 Is lime marking/barricading done?
6 Are adequate safety precaution taken?
7 Are communication facility (Walkie – Talkie sets) available at
site?
8 Are only identified drivers driving the vehicles/machinery?
9 Is whole work site safe for working of men/vehicles & trains?
10 Are adequate lighting arrangements done at site?
11 Are adequate protection equipment available at site?
12 Is caution order to trains being issued?
13 Are train drivers following the enforced temporary speed
restriction?
14 Has work permit been taken for working in Electrified
territory/Station yards (P &C areas)
Signature of inspecting officer
Designation
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 21 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
21
ANNEXURE – IV
(A)Marking of Line with Lime
3500mm
150 mm wide white line with lime
Vehicle / trucks can ply in this` area
(B) Provision of Barricading
3500mm
Barricading
Luminous tape/Red Colour Nylon Rope 12 mm thick
Post (Bamboo / Steel / Concrete)
1200mm
3500mm 3500mm 3500 mm
C) Elevation of Barricading
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 22 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
22
ANNEXURE –V
A) Plying of Vehicles/Machinery between 3.5 mts. to 6.0 mts from centre of track
3500mm
Contractor‟s supervisor Railway‟s supervisor
150 mm wide white line with lime
6000mm
B) Plying of Vehicles / Machinery within 3.5 mts from center of track
DN LINE
Banner flag in day time / HS lamps in night
detonators
UP LINE
1200 metres
3500mm
detonators
Contractor‟s supervisor Railway‟s supervisor
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 23 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
23
ANNEXURE-B
Draft proceeding order to be followed by TRD and Engineering supervisors/
Tenderer /Contractor with regard to maintenance works for the Bridges:
1. “No Work” shall be done above or with in 2 meters from the live OHE with out
a “permit-to-work”.
2. Use of steel measuring tapes or long metalising wires is prohibited in electrified
sections.
3. Painting work should be done under the supervision of competent Bridge
engineering staff only.
4. To carry out the painting/maintenance works on the girder bridges, FOBs i.e.,
with in the vicinity of OHE (less than 2 Meters distance) a memo has to be sent
to TRD supervisor of the jurisdiction by the SSE/SE/BR mentioning the time
period required to arrange the “Permit to work”.
5. No Engineering (SSE/SE/BR) supervisor should allow the contractor staff or
bridge staff to carryout the works on bridges (Less than 2 meters from OHE)
with out obtaining “permit-to-work” from the authorized person of TRD
Official.
6. After obtaining power-block on OHE, the TRD supervisor will then arrange two
discharge rods to OHE on either side of the Bridge work spot, and then issue
permit –to-work to engineering supervisor.
7. After completion of the work, the Engineering supervisor should give a
clearance memo to TRD supervisor and then only the two discharge rods will be
removed from OHE and the OHE will be charged.
8. Care should be taken when labour were engaged by contractor to do the painting
on the girder bridges i.e., they should be allowed to work after obtaining permit
to work only.
9. While doing the painting/maintenance /Erection works beyond 2 meters distance
to OHE the staff must be counseled/watched not to come into the danger zone
(i.e. below 2 meters distance to OHE) during the course of working by
SSE/SE/BR.
10. Responsible person from the SSE/SE/BR side should be available at the work
spot of the Bridge maintenance/painting works during the “power block” (permit
to work) period to avoid any untoward incidents.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 24 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
24
SPECIAL CONDITIONS OF CONTRACT
1. The rates include all lead and if the materials obtained by rail all freight charges including
loading charges. 2. Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial
Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be
used or supplied by the contractor will be payable by the contractor. The Railway will neither
pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him
by way of these taxes or duties.
Sales Tax at 4% on the materials portion of the contract will be deducted from each on account
bill where identifiable. Where the labour and material portion is not clearly identifiable, the
labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall
be deducted pro-rata from each “on account bill” towards Sales tax.
Seigniorage charges recoverable from bills:-
Seigniorage charges for supply of earth, mooram, sand and other minerals as fixed by the State
Government and payable to them as revised from time to time during the currency of contract
will be recovered by Railway from the contractors “on account” and “final bills” and remitted
to the state government. The rates quoted by the Tenderer shall be inclusive of these charges.
Claims regarding revision of seigniorage charges and consequent enhancement of the accepted
rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the
bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes”
issued by State Govt. Officials in token of having paid seigniorage fee. In such cases, the
genuineness of such documentary evidence produced along with proof of payment of
seigniorage charges, shall be got verified by the Railway from the concerned Mining and
Geology Dept 3. WATER:- A charge of One percent will be made by the Railway for the supply by the
Railway of piped water from existing pipe lines and calculated on the amount of all items of
work (USSR/NS items) appearing in the bills payable to the contractor in respect of which
work such water has been issued to the Contractor and such charges should be deducted from
sums due or payable by the Railway to the Contractor from time to time.
4. In the event of water having to be brought by the Railway to the site of the work in traveling
tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any
demurrage that may be levied shall be payable by the Contractor and deducted from sums due
or payable by the Railways to the Contractor from time to time.
In addition to the charges of one percent referred to above, if additional pipe lines to
those already existing are called for by the contractor, the cost of the same and all charges
incurred by the Railway in their laying including supervision charges will be paid by the
contractor or the contractor provides and lay his own piping at the discretion of Divisional
Engineer.
5. The Railway does not guarantee work under each items of the Master Schedule. For example if
a gate-lodge or gang huts are to be built between stations and the work order issued to the
sectional contractors additional payment on account of lead or freight charges for the materials
that may have to be brought by rail or by road, will not be admissible.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 25 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
25
6. If there arises any discrepancy between the printed Unified Standard Schedule of Rates 2010 as
amended by addendum and corrigendum slips issued from time to time upto date and the
schedule attached to the Tender pertaining to this work, the former shall be treated as
authentative and binding in all purposes.
7. Rubble masonry shall be first sum of Railways Specification No 503 according to South
Central Railway Specification for materials and works. Contractors attention is particularly
invited to dressing of stone as laid down in the Railway‟s specification.
8. The Special conditions supplemented to the conditions of Tender and contracts the General
conditions of contract and the notes appearing under the relevant chapter and sub chapters of
the Unified Standard Schedule of Rates 2010 should be considered as part of the contract
papers where the provisions of these conditions are at variance with General Conditions of
Contract these special conditions.
9. Performance Guarantee (P.G.):-
a. The successful bidder shall have to submit a Performance Guarantee (PG) within 30
(thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time
for submission of PG beyond 30(thirty) days and upto 60 days from the date of issue of
LOA may be given by the Authority who is competent to sign the contract agreement.
However, a penal interest of 15% per annum shall be charged for the delay beyond 30
(thirty) days, ie., from 31st day after the date of issue of LOA. In case the contractor
fails to submit the requisite PG even after 60 days from the date of issue of LOA, the
contract shall be terminated duly forfeiting EMD and other dues, if any payable against
that contract. The failed contractor shall be debarred from participating in re-tender for
that work.
b. The successful bidder shall submit a Performance Guarantee (PG) in any of the
following forms, amounting to 5% of the contract value:-
(i) A deposit of Cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5 percent below the
market value
(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These
forms of Performance Guarantee could be either of the State Bank of India or
of any of the Nationalized Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled
Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds; and
(xi) Unit Trust Certificates at 5 percent below market value or at the face value
whichever is less.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 26 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
26
Also FDR in favour of Senior Divisional Finance Manager, S. C. Railway, Vijayawada
(free from any encumbrance) may be accepted.
1. The Performance Guarantee shall be submitted by the successful bidder after the Letter
Of Acceptance(LOA) has been issued, but before signing of the contract agreement.
This P.G. shall be initially valid up to the stipulated date of completion plus 60 days
beyond that. In case, the time for completion of work gets extended, the contractor
shall get the validity of P.G. extended to cover such extended time for completion of
work plus 60 days.
1.0 The value of PG to be submitted by the contractor will not change for variation upto
25%(either increase or decrease). In case during the course of execution, value of the
contract increases by more than 25% of the original contract value, an additional
Performance Guarantee amounting to 5%(five percent) for the excess value over the
original contract value should be deposited by the Contractor.
1.1 The Performance Guarantee (PG) shall be released after physical completion of the
work based on the „Completion Certificate‟ issued by the competent authority stating
that the contractor has completed the work in all respects satisfactorily. The security
deposit, however, shall be released only after the expiry of the maintenance period
and after passing the final bill based on „No Claim Certificate‟ from the contractor.
1.2 Whenever the contract is rescinded, the security deposit shall be forfeited and the
Performance Guarantee shall be encashed. The balance work shall be got done
independently without risk and cost of the failed contractor. The failed contractor
shall be debarred from participating in the tender for executing the balance work. If
the failed contractor is a JV or a partnership firm, then every member/ partner of such
a firm shall be debarred from participating in the tender for the balance work either in
his / her individual capacity or as a partner of any other JV / partnership firm.
1.3 The Engineer shall not make a claim under the Performance Guarantee except for
amounts to which the President of India is entitled under the contract (not
withstanding and / or without prejudice to any other provisions in the contract
agreement) and this shall be in the event of:
i) Failure of the contractor to extend the validity of the Performance Guarantee as
described herein above, in which event the Engineer may claim the full amount
of the Performance Guarantee.
ii) Failure of the contractor to pay President of India any amount due, either as
agreed by the contractor or determined under any of the Clauses / Conditions of
the agreement, within 30 days of the service of notice to this effect by Engineer.
iii) The contract being determined or rescinded under provision of the GCC the
Performance Guarantee shall be forfeited in full and shall be absolutely at the
disposal of the President of India
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 27 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
27
10. Security Deposit:-
The scale of Security Deposit that is to be recovered from the contractor shall be as follows.
i) Security Deposit should be 5% of the contract value.
ii) The rate of recovery will be at the rate of 10% of the bill amount till the full
Security Deposit is recovered.
iii) Security Deposit will be recovered only from the running bills of the contract and no
other mode of collecting SD such as SD in the form of instruments like Bank
Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit.
iv) Conversion of Security Deposit into FDR after recovery of full stipulated SD (FA& CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide
PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash
deposits in the form of security deposit may be allowed to be converted into FDRs (in
favour of respective Accounts Officers and on account of contractor), after full
recovery, at the discretion of the Railway, duly collecting necessary charges of
conversion by the Railway Administration.
The security deposit shall be released only after the expiry of the maintenance period and
after passing the final bill based on „No Claim Certificate‟.
After the work is physically completed, security deposit recovered from the running bills
of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank
guarantee for equivalent amount to be submitted by him.
In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also
be accepted as a mode of obtaining security deposit.
11. REVISED COMPREHENSIVE CLAUSE 46A OF GCC–PRICE VARIATION
CLAUSE: As per Railway Board Letter No.2007/CE-CT/18/Pt.19
dt.14.12.2012- Price Variation Clause shall be applicable only for tenders of
value Rs.50 lakh and more, irrespective of the contract completion period: Clause 46A-Price Variation clause:
46A.1. Price Variation clause shall be applicable only for tenders of value as prescribed by
the Ministry of Railways through instructions/circulars issued from time to time and
irrespective of the contract completion period. Materials supplied free of cost by
Railway to the contractors shall fall outside the purview of Price Variation clause. If,
in any case, accepted offer includes some specific payment to be made to consultants
or some materials supplied by Railway free or at fixed rate, such payments shall be
excluded from the gross value of the work for the purpose of payment/recovery of
price variation.
46A.2. The Base Month for „Price Variation clause‟ shall be taken as month of opening
of tender including extensions. If any, unless otherwise stated elsewhere. The
quarter for applicability of PVC shall commence from the month following the
month of opening of tender. The Price Variation shall be based on the average
Price Index of the quarter under consideration.
46A.3. Rates accepted by Railway Administration shall hold good till completion of
work and no additional individual claim shall be admissible on account of
fluctuations in market rates, increase in taxes/any other levies/tolls etc., except
that payment/recovery for overall market situation shall be made as per Price
Variation Clause given hereunder.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 28 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
28
46A.4. Adjustment for variation in prices of material, labour, fuel, explosives
detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement
shall be determined in the manner prescribed.
46A.5. Components of various items in a contract on which variation in prices be admissible
, shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, concreting,
Ferrous, Non-ferrous, Insulator, Zinc, erection etc., However, for fixed components,
no price variation shall be admissible.
46A.6. The percentages of labour component, material component, fuel component etc.,
in various types of Engineering Works shall be as under:
Component Percentage Component Percentage
A) Earthwork contracts:
Labour
component
50% Other material
components
15%
Fuel
component
20% Fixed
component*
15%
B) Ballast and Quarry Products contracts
Labour
component
55% Other material
components
15%
Fuel
component
15% Fixed
component*
15%
C) Tunnelling Contracts
Labour
component
45% Detonators
component
5%
Fuel
component
15% Other material
components
5%
Explosive
component
15% Fixed
component*
15%
D) Other Works Contracts
Labour
component
30% Fuel component 15%
Material
component
40% Fixed
component*
15%
*it shall not be considered for any price variation.
46A.7. The Amount of variation in prices in several components (labour material etc., ) shall
be worked out by the following formulae:
i) L=Rx(I-Io) x P
Io 100
ii) M=Rx(W-Wo) x Q
Wo 100
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 29 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
29
iii) U=Rx(F-Fo) x Z
Fo 100
iv) X=Rx(E-Eo) x S
Eo 100
v) N=Rx(D-Do) x T
Do 100
vi) Ms=O x (Bs-Bso)
vii) Mc=A x(Wc-Wco)/Wco
Where
L Amount of price variation in labour
M Amount of price variation in Materials
U Amount of price variation in fuel
X Amount of price variation in Explosives
N Amount of price variation in Detonators
Ms Amount of price variation in Steel
Mc Amount of price variation in Cement
Mcc Amount of price variation in Concreting
Mf Amount of price variation in Ferrous
Mnf Amount of price variation in Non-ferrous
Mz Amount of price variation in Zinc
MIN Amount of price variation in Insulator
O Weight of steel in tones supplied by the contractor as per the „on-account‟ bill for the
month under consideration.
R Gross value of work done by contractor as per on account bill(s) excluding cost of
materials supplied by Railway at fixed price 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 contractors offer)
Ref:Rly Bd Lr.No.2007/CE-I/CT/18/Pt.19, dt.07.05.2013.
A Value of Cement supplied by Contractor as per on account bill in the quarter under
consideration.
Io Consumer Price Index Number for Industrial Workers- All India- Published in RBI
Bulletin for the base period
I Consumer Price Index Number for Industrial Workers- All India-Published in RBI
Bulletin for the average price index of the 3 months of the quarter under consideration
Wo Index Number of Wholesale Prices- By Groups and sub-Groups-All commodities- as
published in the RBI Bulletin for the base period
W Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as
published in the RBI Bulletin for the average Price index of the 3 months of the
quarter under consideration.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 30 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
30
Fo Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel, Power,
Light and Lubricants as published in the RBI Bulletin for the base period.
F Index Number of Wholesale Prices- By groups and sub-groups for Fuel, Power, Light
and Lubricants as published in the RBI Bulletin for the average price index of the 3
months of the quarter under consideration.
Eo Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from
whom purchases of explosives are made by the contractor for the base period.
E Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from
whom purchases of explosives are made by the contractor for the average price index
of the 3 months of the quarter under consideration.
Do Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from
whom purchases of detonators are made by the contractor for the base period.
D Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from
whom purchases of detonators are made by the contractor for the average price index
of the 3 months of the quarter under consideration
Bs SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof ( In
rupees per tone) for the relevant category of steel supplied by the contractor as
prevailing on the first day of the month in which the steel was purchased by the
contractor (or) as prevailing on the first day of the month in which steel was brought
to the site by the contractor whichever is lower
Bso SAILs ex-works price plus Excise Duty thereof ( in Rs. Per tone) for the relevant
category of steel supplied by the contractor as prevailing on the first day of the month
in which the tender was opened
Wco Index no. of Wholesale Price of sub-group (of cement) as published in RBI Bulletin
for the base period.
Wc Index no. of Wholesale Price of sub-group (of cement) as published in RBI Bulletin
for the average price index of the 3 months of the quarter under consideration.
C RBI wholesale price index for cement for the month which is six months prior to date
of casting of foundations
Co RBI wholesale price index for cement for the month which is one month prior to date
of opening of tender
Z IEEMA price for zinc for the month which is two months prior to date of inspection of
material.
Zo IEEMA price for Zinc for the month which is one month prior to date of opening of
tender.
Cu IEEMA price for copper wire bar for the month which is two months prior to date of
inspection of material
Cuo IEEMA price for copper wire bar for the month which is one month prior to date of
opening of tender
Sf IEEMA price index for Iron & Steel for the month which is two months prior to date
of inspection of material
Sfo IEEMA price index for Iron & Steel for the month which is one month prior to date of
opening of tender
In RBI wholesale price index for Structural clay products for the month which is two
months prior to date of inspection of material.
Ino RBI wholesale price index for Structural clay products for the month which is one
month prior to date of opening of tender
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 31 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
31
P % of Labour component
Q % of Material component
Z % of Fuel component
S % of Explosive component
T % of Detonators component
G % of concreting component
H % of Ferrous component
J % of Non-ferrous component
W % of Zinc component
46A,8. The demands for escalation of cost shall be allowed on the basis of provisional
indices made available by Reserve Bank of India. Any adjustment needed to be
done based on the finally published indices shall be made as and when they became
available.
46A.9. Relevant categories of steel for the purpose of operating Price Variation formula, as
mentioned in this clause, based on Sails Ex-Works Price Plus Excise Duty thereof,
shall be as under:
Sl.
No.
Category of Steel supplied in Railway
work
Category of Steel produced by SAIL Whose Ex-
works Price Plus Excise Duty Would be
Adopted to Determine Price Variation.
1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500
2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK
3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK
4. All Types and sizes of channels and joists Channels 200x75mm IS 2062 E250A SK
5. Any other section of steel not covered in
the above categories and excluding HTS
Average of price for the 3 categories covered
under SL 1, 2, & 3 above.
46A.10 Price variation During Extended Period of contract.
The price adjustment as worked out above, ie., either increase or decrease shall be
applicable up to the stipulated date of completion of work including the extended
period of completion where such extension has been granted under Clause 17-! Of
the General Conditions of Contract. However, where extension of time has been
granted due to contractors failure under Clause-17B of the General conditions of
Contract, price adjustments shall be done as follows:
a) In case the indices increase above the indices applicable to the last month of
original completion period or the extended period under clause 17-A, the price
adjustment for the period of extension granted under Clause 17-B shall be
limited to the amount payable as per the Indices applicable to the last month of
the original completion period or the extended period under clause 17-A of the
General conditions of contract; as the case may be.
b) In case the indices fall below the indices applicable to the last month of
original/extended period of completion under clause 17-A, as the case may be;
then the lower indices shall be adopted for the price adjustment for the period
of extension under clause 17-B of the General Conditions of Contract.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 32 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
32
12. DEDUCTION OF INCOME TAX AT SOURCE
In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961
the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in
the case of sub contractor only when the Railway is responsible for payment of consideration
to him under the contract) for carrying out any work (including supply of labour for carrying
out any work) under the contract be entitled to deduct income tax at source on Income
comprised in the sum of such payments.
The deduction towards income tax to be made at source from the payments due to non-
residents shall continue to be governed by Section 195 of the Income Tax Act 1961.
No Income Tax will be deducted by the Railway on payments made for supply of materials
where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles,
bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at
source from the payment due to non/residents shall continue to be governed by Section 195 of
the Income Tax Act 1961.
13. LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS
DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT
OR NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at
site for Technical Supervision of the work. This Engineer-in-charge will be responsible for
safety of the traffic. The work shall be executed by the contractor in a workman like manner to
the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the
instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site
and it is established during the departmental enquiry by the Railway or by Statutory enquiry of
CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on
the part of the contractor or his labour in not adhering to the instructions of the engineer-in-
charge, the contractor shall render himself liable for damages and also legal prosecution if loss
of life is involved.
14. Implementation of – the Building and other construction Workers (RECS) Act, 1996
and the Building and other Construction Workers Welfare Cess Act, 1996 in Railway
Contracts. “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must
get themselves registered from the Registering Officer under Section-7 of the Building and
other Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of
State)Government and submit certificate of registration issued from the Registering Officer of
the Andhra Pradesh(name of the State) Government (Labour Department). For enactment of
this act, the Tenderer shall be required to pay cess @ 1% of cost of construction work to be
deducted from each bill, Cost of material shall be outside the purview of cess, when supplied
under a separate schedule item.”
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 33 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
33
ANNEXURE- “III”
WORKS CONTRACT CLAUSE-13
1. In case cement, Steel, AC sheet with or without accessories, GI sheets with or without
accessories, glasses or any other materials/items are issued to the contractor(s)either free of cost
or on cost to be recovered for use on the work as stipulated in the agreement the supply thereof
shall be made in stages depending on the progress of the work, limited to the quantity
/quantities computed by the Railway, according to the prescribed specification and approved
drawings as per agreement.
The materials supplied should conform to Railway‟s Specification in all respects should be in
accordance with approved sample.
All such materials supplied to the contractor(s) for the work either free of charge or on
payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods
shed and will have to be transported by the contractor to the site of work at his cost. All such
materials shall be used by the Contractor for the work in such quantities as are indicated in the
schedule or in the relevant specifications or drawings or as approved by the Engineer, whose
decision thereon shall be final. Wastage or damages of such materials in any manner shall be
totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued
by Railway either free of cost or on payment excluding the permissible wastage which incase
of steel materials should not in any case exceed 1% of the total quantity required for the work
as per the approved drawings. No wastage under other items is permissible. Short lengths of
rods should also be utilized to the extent possible by overlapping joints.
The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without
accessories glasses or any other materials issued in excess of the requirement(s) as above, shall
be returned in perfectly good condition by the contractor(s) to the Railway at the Railway
depot/Godown/Goods shed at________immediately after completion or termination of the
contract. If the contractor fails to return the said materials then the cost of such materials issued
in excess of the requirement as computed by Railway according to the specification and
approved drawings will be recovered from the contractor(s) at twice the prevailing procurement
cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without
prejudice to the right of Railway to take action against the contractors under the condition of
the contract for not doing/completing the work according to the prescribed specification and
approved drawings. If it is discovered that the quantity of cement, steel or any other material
used is less than the quantity computed by the Railway, according to specifications and
approved drawings the cost of materials not returned will be recovered at the same rates as
applicable to excess issue of materials, indicated in the preceding para.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 34 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
34
2. It shall be the responsibility of the contractor to keep in safe custody any Railway material
plant or equipment issued for the work. The contractor shall at his own expense provide
suitable temporary shed/sheds for this purpose on the Railway land made available by the
Railway free of rent and shall remove the shed/sheds when no longer required in terms of
clause 30 of General conditions of contract.
3. If due to any reason the Railway is not in a position to make available the Railway land the
Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost
shed/sheds or secure private accommodation outside the Railway premises. In such a case the
contractor may be permitted to take the Railway material required for the works outside the
railway premises and to store in the Shed so erected or private accommodation so secured. It
shall be the responsibility of the contractor to keep the railway material in safe custody and the
same should be kept entire separate from the contractors material and the Railway shall have
liberty to inspect the same from time to time.
4. The code Nos. description and rates given in the schedule are based on the printed USSR -
2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the
working rates quantity of cement etc. should be rectified by reference to the printed schedule,
which shall be treated as authoritative and binding on the contract. The relevant notes
applicable to the respective sub chapters will apply to the items of the Tender schedule and
should be considered as having been incorporated in the contract agreement and binding on the
Contractor.
5. For any other items not specially shown in the schedule of rates appended to the tender
document, the Divisional/Executive Engineer will offer rates as shown for the_________ zone
in the South central railway printed USSR - 2010, of S.C.Railway subject to the same
percentage adjustment accepted in the contract being applicable to the additional items.
6. Railway shall not supply from its own quota to the contractors controlled or imported
commodities. Assistance will, however given by recommending to appropriate authorities.
Contractor applications for issue of import licenses and release of controlled commodities if the
Engineer is satisfied that this material is actually required by contractor for carrying out the
work and is not available in the country.
7. VARIATION OF COSTS
Price variation clause is not applicable for advertised tender value upto Rs.50 lakhs. Time
is the essence of contract
8. (a) PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced
contractor should be able to complete the work in all respects within the period as
specified in the Tender Notice and in the Schedule where items of work are
furnished from the date of letter of acceptance of the Tender
(b) Extension of time of completion will be governed by clause 17 of General Conditions
of Contract. However, while granting the extension of time under clause 17(B) of
GCC, a token penalty as deemed fit based on the circumstances of the case can be
imposed on the contractor without prejudice to other rights of Railway
Administration as provided under GCC.
9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as
specified in the Schedule where items of work are furnished by the contractor and he shall
make good any defects, imperfections, shrinkages or faults which may appear at his own cost.
10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of
all corrections, and amendments of the said General conditions of contract made up to the date
of the execution of these presents and no objection shall be taken by the contractor on the
ground that he was not aware of such amendments and corrections of the said General
Conditions of Contract or to any of them.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 35 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
35
11. VARIATION IN CONTRACT QUANTITIES:-
The procedure as detailed below shall be adopted for dealing with variations in quantities
during execution of works contracts:
a) The Railway reserves the right to alter the designs and drawings. If due to change of drawing or
design or any other reasons, there be variations, either increase or decrease in quantities,
payment will be made only for the actual quantities executed at the accepted rates. If
there be sufficient cause the Railway may grant extension of the date of completion
suitably. Such circumstances shall in no way affect or vitiate the contract or alter the
character thereof, or entitle the contractor to damages or compensation thereof except as
provided for in this contract.
b) The quantities of each item of work furnished in the Schedule are approximate and are
intended for the guidance of Tenderer/Contractor. In actual execution of work there may
be some increase in the quantities specified. Such variation upto 25% shall in no degree
affect the validity of the contract and it shall be performed by the contractor as provided
therein and be subjected to the same conditions, stipulations and obligations originally
and expressly included and provided for in specifications and drawings and the amount
to be paid there for shall be calculated in accordance with accepted schedule rates.
(1) Prior Finance concurrence is necessary for varying the individual quantities
beyond 25% or where the gross agreement value exceeds 25% of the agreement
value.
(2) Individual NS items in contracts shall be operated with variations of plus or minus
25% and payment would be made as per the agreement rate. For this, no Finance
concurrence would be required.
(3) In case an increase in quantity of an individual item by more than 25% of the
agreement quantity is considered unavoidable, the same shall be got executed by
floating a fresh tender. If floating a fresh tender for operating that item is
considered not practicable, quantity of that item may be operated in excess of
125% of the agreement quantity (100% i.e., the original quantity +25% ie.,
quantity over and above the original quantity) subject to the following conditions.
a) Operation of an item by more than 125% of the agreement quantity needs
the approval of an officer of the rank not less than S.A. Grade:
i) Quantities operated in excess of 125% but upto 140% of the
agreement quantity of the concerned item, shall be paid at 98% of the
rate awarded for that item in that particular tender;
ii) Quantities operated in excess of 140% but upto 150% of the
agreement quantity of the concerned item shall be paid at 96% of the
rate awarded for that item in that particular tender;
iii) Variation in quantities of individual items beyond 150% will be
prohibited and would be permitted only in exceptional unavoidable
circumstances with the concurrence of associate finance and shall be
paid at 96% of the rate awarded for that item in that particular tender
b) The variation in quantities as per the above formula will apply only to the
Individual items of the contract and not on the overall contract value.
c) Execution of quantities beyond 150% of the overall agreement value should
not be permitted and, if found necessary should be only through fresh
tenders or by negotiating with existing contractor, with prior personal
concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 36 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
36
4. The limit for varying quantities for minor value items shall be 100% (as against
25% prescribed for other items). A minor value item for this purpose is defined as
an item whose original agreement value is less than 1% of the total original
agreement value.
5. No such quantity variation limit shall apply for foundation items.
6. As far as SSR/SOR items are concerned, the limit of 25% would apply to the
value of SSR/SOR schedule as a whole and not on individual SSR/SOR items.
However, in case of NS items, the limit of 25% would apply on the individual
items irrespective of the manner of quoting the rate (single percentage rate or
individual item rate).
7. For the tenders accepted at the Zonal Railways level, variations in the quantities
will be approved by the authority in whose powers revised value of the agreement
lies.
8. For tenders accepted by General Manager, variations upto 125% of the original
agreement value may be accepted by General Manager.
9. For tenders accepted by Board Members and Railway Ministers variations upto
110% of the original agreement value may be accepted by General Manager
10. The aspect of vitiation of tender with respect to variation in quantities should be
checked and avoided. In case of vitiation of the tender (both for increase as well as
decrease of value of contract agreement) sanction of the competent authority as per
single tender should be obtained.
11. In cases where decrease is involved during execution of contract:
a. The contract signing authority can decrease the items upto 25% of
individual item without finance concurrence.
b. For decrease beyond 25% for individual items or 25% of contract
agreement value, the approval of an officer not less than rank of S.A.
Grade may be taken, after obtaining „No claim certificate‟ from the
contractor and with finance concurrence giving detailed reasons for each
such decrease in the quantities.
c. It should be certified that the quantities proposed to be reduced will not be
required in the same work at a later stage
d. In the event of any reduction in the quantity to be executed for any reasons
whatsoever, the contractor shall not be entitled to any compensation but
shall be paid only for the actual amount of work done.
e. The contractor is bound to notify the Engineer at least seven days before the
necessity arises for the execution of any item in excess of 25% of the over
all value of the agreement.
12. In case the contractor fails to attend the meeting after being notified to do so or in
the event of no settlement being arrived at, the Railway shall be entitled to execute
the extra works by other means and the contractor shall have no claim for loss or
damage that result from such procedure
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 37 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
37
12. Employment of Civil Engineering Graduates/Diploma-holders:
The contractor shall employ the following technical staff during the execution of this work.
i) One graduate engineer when the cost of the work to be executed is Rs.2 Crores and
above.
ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is
more than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at
site whenever required by the Engineer-in-charge to take instructions. In case the
contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a
reasonable amount not exceeding a sum of Rs.40,000/- (forty thousand only) for each
month of default in case of graduate engineer and Rs.25,000/- (twenty five thousand
only) for each month of default in case of diploma holder (over-seer)
(Modification of Cl.26 and introduction of new Cl.26A to IR‟s GCC Ref: Rly. Bd.
Lr.No.2012/CE-I/CT/0/20, dt.10.05.2013.)
The decision of the Engineer-in-charge as to the period for which the required technical staff
was not employed by the contractor and as to the reasonableness of the amount to be deducted
on this account shall be final and binding on the contractor.
iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also
be considered as qualified Diploma holder Engineers and contractors for track contract
works can employ such individuals at their worksite on Indian Railways.
(Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.12.07.2013.)
Note: The above clause is not applicable for contracts for Welding of Rail joints.
13. Railway Contractors / Extension of Provident Fund Act to the Employees working under
Railway Contractors:-
The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code
number from the concerned authorities whenever workmen employed by him are 20 or more.
He shall also indemnify Railways from and against any claim, penalties, recoveries under the
above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF
Commissioners to extend the social security benefits to the workmen engaged by the Railway
contractors. The first month‟s bill will be released only after code number is taken from the PF
Office and a copy of coverage intimation produced. Subsequently for each month, bills will be
released only on submission of challans & 12 A monthly return copy in proof of remittance of
PF dues for previous month.”
14. Conservancy charges as applicable and as modified from time to time will be recovered
from Contractor‟s running bills.
Tender No. 07/Bridges/2013
Signature of Contractor(s) Page 38 of 38
BZA Divn., SCR, T.No.07/Bridges/2013 invited vide Open Tender No.DRM/Works/BZA/11/2013 dt.02.09.2013,
date of opening on 09.10.2013 for the work of “Provision of Standard Height gauges of Road under bridges in
ADEN/Br/S/BZA Section and Provision of Standard Height gauges at Road under bridges.”
38
SPECIAL CONDITIONS
MODIFICATION TO CLAUSE 63 & 64 OF
GENERAL CONDITIONS OF CONTRACT
1. The Provision of Clause 63 and 64 of the General Conditions of Contract will be
applicable only for settlement of claims /disputes, for values less than or equal to
20% of the original value (excluding the cost of materials supplied free by
Railway) of the contract or 20% of the actual value of the work done (excluding the
value of the work rejected) under the contract whichever is less. When
claims/disputes are of value more than 20% of the value of the original contract or
20% of the value of the actual work done under the contract, whichever is less, the
contractor will not be entitled to seek such disputes/claims for reference to
arbitration and the provisions of Clause No; 63 &64 of the General Conditions of
Contract will not be applicable for referring the disputes to be settled through
arbitration
2. The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of
General Conditions of Contract. But the Contractor should seek reference to
arbitration to settle the disputes only once, subject to the conditions as per Para 1
3. The Special conditions shall prevail over the existing Clause 63 & 64 of General
Conditions of contract