USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in...

47
Tender No. 05/Central/2015 Contractor Sr.DEN/Central/BZA Page 1 of 47 BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of : TENALI- Provision of washable apron on PF No.1 & 2//LOA// 1 भारत सरकार / Government of India रेऱ मंाऱय / Ministry of Railways दिण मय रेऱवे / South Central Railway वजयवाडा मंडऱ / Vijayawada Division मंडऱ रेऱ बधक का कायााऱय Office of the Divisional Railway Manager कायशाखा / Works Branch वजयवाडा / Vijayawada. No. B/W.496/I/4/T No.05/Central/2015/T-II Dt. 10.08.2015 To M/s Basanthi Constructions, 5-4-7/2, Road No. 4, Ramaiah Nagar, Kukatpally, HYDERABAD 500 072 Sir, Sub: Tender No 05/Central/2015 for the work TENALI- Provision of washable apron on PF No.1 & 2- Issue of Letter of Acceptance Reg Ref: Your offer in above tender submitted on 08.07.2015 valid upto 05.10.2015. *** 1. The competent authority has accepted your offer in the above said tender at the following Rates quoted by you: Schedule „A‟ USSR-2010 (+)22% Plus Twenty two percent. Schedule A1‟ USSR-2010 (+)26% Plus twenty six percent. Schedule A2‟ USSR-2010 (+)17% Plus seventeen percent. Schedule A3‟ P.way SSR 2004 (+)98% Plus Ninety eight percent. Schedule „B‟ N.S. Items (+)26% Plus Twenty six percent. Schedule „B1‟ N.S. Items (+)35% Plus Thirty five percent. For a total value of Rs.3,88,01,316/- (Rupees three crores eighty eight lakhs one thousand three hundred and sixteen) only. 2. The work should be completed within 11 Months from the date of issue of letter of acceptance of tender. Maintenance period of twelve Months. 3. The sum of Rs 3,34,000/- submitted vide DD Nos. 521277 dt 06.07.2015 for Rs. 3,34,000 issued by ING Vysya Bank, Sardarpatel Road Branch, Secunderabad, realized vide MCR No. 280774 dt 24.07.2015,towards EMD has been adjusted as part amount of the security deposit. The balance security deposit of Rs. 16,06,066/- shall be recovered at 10% of the bill amount till the full security deposit of Rs. 19,40,066/- is recovered.

Transcript of USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in...

Page 1: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 1 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

1

भारत सरकार / Government of India

रेऱ मतं्राऱय / Ministry of Railways

दक्षिण मध्य रेऱवे / South Central Railway

ववजयवाडा मडंऱ / Vijayawada Division

मडंऱ रेऱ प्रबन्धक का कायााऱय

Office of the Divisional Railway Manager

काया शाखा / Works Branch

ववजयवाडा / Vijayawada.

No. B/W.496/I/4/T No.05/Central/2015/T-II Dt. 10.08.2015

To

M/s Basanthi Constructions,

5-4-7/2, Road No. 4,

Ramaiah Nagar, Kukatpally,

HYDERABAD – 500 072 Sir,

Sub: Tender No 05/Central/2015 for the work “TENALI- Provision of washable apron on PF

No.1 & 2”- Issue of Letter of Acceptance – Reg

Ref: Your offer in above tender submitted on 08.07.2015 valid upto 05.10.2015.

***

1. The competent authority has accepted your offer in the above said tender at the following

Rates quoted by you:

Schedule „A‟ USSR-2010

(+)22% Plus Twenty two percent.

Schedule „A1‟ USSR-2010

(+)26% Plus twenty six percent.

Schedule „A2‟ USSR-2010

(+)17% Plus seventeen percent.

Schedule „A3‟ P.way SSR 2004

(+)98% Plus Ninety eight percent.

Schedule „B‟ N.S. Items

(+)26% Plus Twenty six percent.

Schedule „B1‟ N.S. Items

(+)35% Plus Thirty five percent.

For a total value of Rs.3,88,01,316/- (Rupees three crores eighty eight lakhs one

thousand three hundred and sixteen) only.

2. The work should be completed within 11 Months from the date of issue of letter of

acceptance of tender. Maintenance period of twelve Months.

3. The sum of Rs 3,34,000/- submitted vide DD Nos. 521277 dt 06.07.2015 for Rs. 3,34,000

issued by ING Vysya Bank, Sardarpatel Road Branch, Secunderabad, realized vide MCR No.

280774 dt 24.07.2015,towards EMD has been adjusted as part amount of the security deposit.

The balance security deposit of Rs. 16,06,066/- shall be recovered at 10% of the bill

amount till the full security deposit of Rs. 19,40,066/- is recovered.

Page 2: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 2 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

2

4. In terms of special conditions of the contract, you shall furnish a performance guarantee either in the

form of irrevocable Bank guarantee (Proforma enclosed) amounting to 5% of the contract value i.e.,

Rs. 19,40,066/- or in any form as mentioned in special conditions of contract provided in the tender

document vide clause 9 (b) before signing of the agreement. The performance guarantee should be valid

up to the period of physical completion of the work plus 60 days beyond that. You shall have to submit

a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance

(excluding date of issue of Letter of Acceptance). Extension of time for submission of PG beyond

30(thirty) days and up to 60 days from the date of issue of LOA (excluding date of issue of Letter of

Acceptance) 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 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. You shall be debarred from participating in re-tender for that work.

Performance guarantee shall be released after satisfactory completion of the work based on “completion

certificate” issued by competent authority. For failure to submit performance guarantee as above and

sign the agreement within the stipulated time, action will be taken under relevant clauses of tender

conditions/General conditions of the contract.

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: Schedule with conditions and the bank guarantee Pro-forma

Yours faithfully

(Srinivas Malladi)

Sr.Divisional Engineer/Central

S.C.Railway, Vijayawada.

For and on behalf of the President of India

Copy to: 1) Sr DFM/BZA (2) ADEN/BPP (3) SSE/P.Way/TEL (4) Ch.OS/WA-Central (5)

SSE/Drawing/track (6) Asst Labour Commissioner (Central) Vijayawada for kind information..

Page 3: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 3 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

3

South Central Railway Vijayawada Division

Tender No.05/Central/2015

Name of

work :- TENALI-Provision of washable apron on PF No.1 & 2.

Similar

nature of

work

Any pit line work or RCC COP or RCC/PSC bridge or RCC Cover over platform or

RCC washable apron or RCC cat walk.

Aggregate Awarded Value: Rs.3,88,01,316/-

(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.) SL. No.

Est.Sanc.No. Allocation Amount

1 B/W.506/XIII/1788/Plg dt: 29-05-2015. Rs. 3,67,11,342/-

(P.B.No.666 of 2015-16) 23-5362-03 Rs.3,67,11,342/-

Completion period Eleven months

Maintenance period Twelve months

Name of the Tenderer/

Contractor

M/s Basanthi Constructions, 5-4-7/2, Road No. 4, Ramaiah Nagar,

Kukatpally, HYDERABAD – 500 072

Schedule-A List of items of works that are covered by USSR 2010 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty. Rate Unit

Amount in

Rs.

1 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, etc,.as per specifications-in All kinds of soils

7110 100.28 cum 712991

2 012010 Extra over item 011010 for excavation in foundations for buildings and bridges to cover dressing to neat dimension and plumbing sides etc.

7110 10.10 cum 71811

3 014101 In or under water and/or liquid mud, including pumping out water as required. Note - In or under water means locations/levels where there is continuous ingress of water.

3000 20.06 cum 60168

4 011070 Extra for every additional lift of 1.5m or part thereof, after the initial 1.5m, for earth work in all soils

1200 9.70 cum 11640

5 011040 Extra for manual compaction of earthwork, where permitted, with rammers

1800 6.83 cum 12294

6 012050 Supplying and filling sand in plinth and under floors including watering, ramming, consolidating and dressing complete

1800 615.03 cum 1107054

7 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)

890 1,865.68 cum 1660455

8 033020 Extra for laying concrete in or under water and/ or liquid mud including cost of pumping or bailing out water and removing slush etc. complete.

890 239.30 cum/m

depth

212977

Page 4: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 4 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

4

Schedule-A List of items of works that are covered by USSR 2010 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty. Rate Unit

Amount in

Rs.

9 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.

1452 132.50 Sqm 192390

10 042012 Centering and shuttering including strutting, propping etc. and removal of form for :Walls (any thickness) including attached plasters, buttresses, plinth and string courses etc.

330 227.70 Sqm 75141

11 042040 Supplying and applying shuttering oil for mould releasing, having (Flash point 54 degree C and specific gravity 0.88±0.02) for concrete

1452 7.86 Sqm 11413

12 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

1481 2,326.70 cum 3445843

13 031051 Providing and laying in position cement concrete of M 20 grade, excluding the cost of cement and of centering and shuttering, as per direction of the Engineer in charge :All works upto Plinth level

1185 2,190.22 cum 2595411

14 047040 Providing and fixing in position 12mm thick bitumen impregnated fibre board conforming to IS:1838 including cost of primer, sealing compound inexpansion joints.

385 606.73 per cm

depth/ 100m length

233591

15 048070 Vacuum dewatering of all types & grade concrete by mechanical means including draining out the sucked excess water from concrete & then finishing the surface smooth with mechanical trowelling with suitable equipment etc. complete.

6700 8.17 Sqm 54739

16 048032 Supplying cement / epoxy grout and sealing of cracks by injection process through nipples with pressure of at least 1.4 kg/sqm till the grout comes out through adjacent nipples, complete as per specification Using epoxy grout as per manufacturer’sspecification

1840 229.78 kg. 422795

17 048040 Supplying, fitting and fixing nipples with approved fixing compound after making grooves 10mm wide and 10mm deep, drilling holes etc.,

7360 92.96 Each 684186

18 033130 Supplying & mixing high range poly carboxylate ether base water reducing admixture Plast Super- C700 conforming to IS:9103-1999

7224 73.04 Kg 527641

Page 5: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 5 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

5

Schedule-A List of items of works that are covered by USSR 2010 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty. Rate Unit

Amount

in Rs.

19 092012 Cement concrete flooring 1:2:4 (1cement: 2coarse sand: 4graded stone aggregate) 40mm thick 20mmstone aggregate.

750 136.90 Sqm 102675

20 181022 Demolishing plain cement concrete including disposal of material within 50m lead Mix leaner than 1:2:4 with coarse aggregate larger than 20 mm coarse aggregate

200 314.85 Cum 62970

21 181021 Demolishing plain cement concrete including disposal of material within 50m lead Mix leaner than 1:2:4 with coarse aggregate larger than 1:2:4 or richer mix with max. 20 mm coarse aggregate

220 510.54 cum 112319

22 182013 Demolishing brick work including stacking of serviceable material and disposal of unserviceable material within 50m lead In cement mortar

150 431.31 cum 64697

23 051017 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in :Cement mortar 1:4 (1 cement : 4 coarse sand)

52 2,277.09 cum 118409

24 051040 Extra over item 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level :

25 166.76 cum 4169

25 111031 20 mm cement plaster of mix -1:4 (1cement: 4 fine sand)

550 90.41 Sqm 49726

26 033050 Extra for rounding of drains and keeping to proper template and grade including the cost of template

550 32.47 metre 17859

27 142031 Providing and laying non-pressure NP3 class (medium duty ) R.C.C. pipes including bends etc with collars jointed with stiff mixture of cement mortar in the proportion of 1:2, 300mm dia RCC pipe

50 602.49 metre 30125

28 144052 Supplying, fitting & fixing in position C.I. Jali with frame with cement concrete 1:2:4 including all lead 450 mm x 600 mm jali weighing 56 Kg

55 2,747.61 Each 151119

29 186011 Dismantling steel work in single sections including dismembering & stacking within 50m lead in R.S. joists./ Rails

23400 0.70 Kg 16380

30 081070 Erecting rails in posts, platform wall copings etc. including necessary cutting and drilling

435 80.36 quintal 34957

31 188022 Dismantling G.I. /PVC pipes (external work) including excavation and refilling trenches after taking out the pipes, including stacking of pipes within 50m lead Above 40mm dia

350 37.18 metre 13013

32 133424 Dismantling old CI/GI/WI/DI pipes including excavation and refilling trenches after taking out the pipes, breaking lead caulked joints 150mm dia CI pipe.

500 97.27 metre 48635

33 081400 6mm welding by electric plant including transportation of electric welding plant at site etc. complete

7400 5.92 cm 43808

Page 6: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 6 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

6

Schedule-A List of items of works that are covered by USSR 2010 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty. Rate Unit

Amount in

Rs.

34 021070 Loading/Unloading ballast, kankar, brickbats, stone- chips, shingle, stone boulders, block kankar, pitching stones , rubble stones, laterite, coal, surkhi, dry mortar, sand , moorum, earth, manure or sludge, ashes, lime etc., including lead up to 50m and stacking into/from trucks, trailors or wagons

7680 46.62 Cum 358042

35 021080 Leading ballast, kankar, surkhi, lime, sand, ashes, stone- chips, pitching, stone, boulders, soling, stone, rubble stone, brickbats, shingle, dry mortar, laterite

7680 110.87 Cum 851482

36 021090 Leading ballast, kankar, brickbats, stone-chips, shingle, stone boulders, block kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, moorum, earth etc,.

7680 59.54 Cum 457267

37 011060 Extra for Crossing of railway track (each track). Note : This item is payable only where crossing of operational lines is involved

7680 10.03 Each Track

77030

38 021131 Loading/Unloading G.I. sheets, rails, joists, built up sections, angles, C.I., Ductile pipes, A.C Pipes, or G.I. pipes RCC/PCC beams / slabs and other miscellaneous.

60 119.06 MT 7144

39 021140 Leading miscellaneous materials such as iron work, rails, fitting & fastenings, pipes, wooden logs, stones over pitching stone size, RCC/PCC beams / slabs etc.

60 113.46 MT 6808

40 021141 Additional lead for every subsequent 50m or part thereof, over 50m and upto 500m over item no. 021140.

360 31.58 MT 11369

41 021370 Extra over initial lead of 50 M for crossing each running track for the items covered in this chapter.

60 11.35 Each 681

42 121013 Applying Priming Coat :With ready mixed red oxide zinc chromate primer of approved brand and manufacture on steel galvanized

2225 18.82 Sqm 41875

43 121051 Painting with synthetic enamel paint of approved brand and manufacture to give an even shade Two or more coats on new work

2225 47.41 Sqm 105487

44 033110 Supplying and applying two components anti-slip epoxy coating (as per IR Standard Specifications) which should withstand heavy vehicular and pedestrian traffic and should adhere to metal, wood and concrete surfaces.

860 1,242.75 Sqm 1068765

45 133074 Providing and laying S&S centrifugally cast (spun)iron pipes (Class A) conforming to IS - 1536 :150 mm dia. pipe

500 2,240.92 metre 1120460

46 133041 Providing and laying flanged C.I. standard specials such as tees, bends, collars, tapers, caps etc., suitable for flanged jointing as per IS:1538 :Upto 300 mm dia

6 5,028.51 quintal 30171

Page 7: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 7 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

7

Schedule-A List of items of works that are covered by USSR 2010 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty. Rate Unit

Amount in

Rs.

47 132034 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) 50 mm nominal bore

15 819.15 Each 12287

48 131151 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work 15 mm dia. nominal bore

75 118.10 metre 8858

49 131152 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work 20 mm dia. nominal bore

50 142.14 metre 7107

50 131153 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work 25 mm dia. nominal bore

50 196.18 metre 9809

51 131155 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work 40 mm dia. nominal bore

50 268.86 metre 13443

52 131156 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External Work 50 mm dia. nominal bore

100 335.65 metre 33565

53 133222 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber insertions etc. 150 mm dia claqss-II

3 7,007.32 Each 21022

54 133202 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber insertions etc. 100 mm dia class-II

2 4,562.96 Each 9126

55 131163 Making connection of medium grade G.I. distribution branch with G.I. main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete 100 mm to 150 mm dia.

10 978.24 Each 9782

56 135010 Providing and fixing cast iron water hydrant one way for carriage washing lines including cost of jointing material complete

185 1,188.58 Each 219887

57 133232 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber insertions etc. 200 mm dia (the tail pieces if required will be paid separately).Class II

2 12,742.51 Each 25485

58 143031 Constructing brick masonry manhole in cement mortar 1:4 (1cement: 4coarse sand) R.C.C. top slab with 1:2:4

5 13,907.37 Each 69537

59 141016 Providing, laying and jointing glazed stoneware pipes grade ‘A’ as per IS:651 including bends etc., 300mm dia

100 620.17 metre 62017

60 143043 Extra for depth for manholes of size Size 120x90cm with F.P.S. Bricks class designation

7.5.

10 3,034.27 metre 30343

Page 8: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 8 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

8

Schedule-A List of items of works that are covered by USSR 2010 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty. Rate Unit

Amount in

Rs.

61 133263 Providing and fixing C.I. double acting air valve of approved quality with bolts, nuts, rubber insertions etc. complete (The tail pieces, tapers etc if required will be paid separately)100 mm dia

2 3,833.71 Each 7667

62 136131 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (new work)15mm nominal bore

30 104.02 Each 3121

63 136132 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (new work)20mm nominal bore

25 128.88 Each 3222

64 136133 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (new work)25mm nominal bore

20 157.22 Each 3144

65 136135 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (new work)40mm nominal bore

10 235.50 Each 2355

66 136136 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (new work)50mm nominal bore

10 350.11 Each 3501

67 057104 Add or deduct from rates of brickwork when the bricks specified or permitted to be used by Engineer

-52 655.33 cum -34077

(Items Sixty seven only) SCHEDULE 'A' TOTAL : 17621178

Percentage rate quoted in

Figures (+)22%

Percentage rate quoted in

words Plus Twenty Two percent

Page 9: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 9 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

9

Schedule-„A-1‟

List of items of works that are covered by USSR 2010 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty.

Rate

Rs. Unit

Amount

in Rs.

1 033062 Supply and using cement at worksite : OPC 53 grade

1140.30 4,600 Tonne 5245380

(Item One only) SCHEDULE 'A-1' TOTAL : 5245380

Percentage rate quoted in

Figures (+)26%

Percentage rate quoted in

words Plus Twenty Six percent

Page 10: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 10 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

10

Schedule-„A-2‟

List of items of works that are covered by USSR 2010 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty.

Rate

Rs. Unit

Amount

in Rs.

1 045016 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete.Thermo-Mechanically treated bars.

118480 50.76 Kg 6014045

2 081412 Steel work welded in built up sections/ framed work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc.

6265 79.06 Kg 495311

(Items Two only) SCHEDULE 'A-2' TOTAL : 6509356

Percentage rate quoted in

Figures (+)17%

Percentage rate quoted in

words Seventeen percent

Page 11: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 11 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

11

Schedule-„A-3‟

List of items of works that are covered by P.Way SSR 2004 of S.C. Railway.

S.

No. SSR No. Description of work

App.

Qty.

Rate

Rs. Unit

Amount

in Rs.

1 18030101 Inserting 90 lbs and higher rails ncluding removing existing rails and clearing removed rails from all infringements to moving dimensions including a lead of 200 m greasing of fish plates, ERCs inserts to be done as required duly ensuring gauge face to keep inside, all joints to be kept to square both in straight, radial in curved track as per IRPWM and latest correction slips and as directed by Engineer-in- charge at site .

2200 3.70 LM 8140

2 18020900 Removal of ballast from track up to formation level, screening and stacking within 50m lead including crossing of track wherver necessary in connection with dismantling of track and as directed by Engineer-in-charge at site. Payment will be made based on the measurement of the screened ballast stacks.

2200 46.80 Cum 102960

3 18060200 Welding of 52/60 kg rails during traffic block, duly removing the rail to rail fastenings, sleeper to fastenings adjusting the gap upto 25mm between rail ends, cleaning rails ends with K.Oil, heating the rail ends with petrol, to the required temperature welding removing the excess weld metal with trimmer and finally grinding the welded joint etc.

101 244.50 Each/ Weld

24695

(Items Three only) SCHEDULE 'A-3' TOTAL : 135795

Percentage rate quoted in

Figures (+)98%

Percentage rate quoted in

words Plus Ninety Eight percent

Page 12: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 12 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

12

Schedule-„B‟ List of items of works that are not covered by P.Way SSR 2004 of S.C. Railway.

S.

No.

NS item

No. Description of work

App.

Qty. Rate Unit

Amount

in Rs.

1 NS Unloading of PSC sleepers from Railway wagons at mominated locations at site of work as indicated by the Engineer- in- charge with all contractor's labour, tools, all lead, lift including crossing of tracks wherever necessary and as directed by the Engineer- in- charge.

1700 28.77 Each/ sleeper

48909

Note: a) The work of unloading has to be done within the basic blocks. Traffic blocks will be arranged for not exceeding two hours duration. b) In case the contractor fails to arrange the required labour for unloading the demmurage charges and other charges will be recovered from the contractor bills c) In case the sleepers are damaged while unloading/handling the cost of such sleepers will be recovered from the contractor.

2 NS Slewing/aligning of the existing track so as to suit the alignment of the newly laid track including removal and fefixing of fish plates with bolts and nuts adjusting the spacing of the PSC sleepers to correct spacing, gauging, aligning, kutcha packign and bringing the track to run the trains at 20 kmph with all contractors labour, tools, plant, all lead, lift, crossing of track etc., complete and as directed by the Engineer-in-charge.

400 42.87 TRM 17148

3 NS Removing the existing CST-9/ST/Wooden/PSC sleepers and fastenings from the track with contractor's labour, tools, plant, all lead, lift, crossing of tracks and stacking the released material classification wise and material wise at site of work complete and as directed by the Engineer-in-charge.

1700 51.24 Each sleeper

with fittings

87108

4 NS Removing the seized elastic rail (pandrol)clips inside the PSC sleepers duly heating the insert with Oxygen and Acetylene gas and removing seized clips from the PSC sleeper inserts gently using chisels and small hammers without breaking PSC sleepers with all contractors materials, such as Oxygen and Acetylene gas etc., labour, tools, all lead, lift, crossing of tracks including handling PSC sleepers etc. complete and as directed by the Engineer-in-charge.

400 15.44 Each clip

6176

5 NS Laying of PSC sleepers and fastenings in position including gauging, aligning, kutcha packing and bringing the track to run trains at a speed of 20kmph with beaters etc.

1700 130.97 Each Sleeper

with fittings

222649

Page 13: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 13 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

13

Schedule-„B‟ List of items of works that are not covered by P.Way SSR 2004 of S.C. Railway.

S.

No.

NS item

No. Description of work

App.

Qty. Rate Unit

Amount

in Rs.

6 NS Lifting the existing plain track/ points and crossing/trap switches track by 20cm with initial packing after every stage of lift (i.e. in the three stages not more than 75mm ijn each lift) with all contractors labour, tools, plant, all lead, lift, including gauging, squring of sleepers, aligning, crossing of track etc., complete and as directed by the Engineer-in-charge.

a) Plain track 400 85.83 TRM 34332

b) 1 in 8.5 points and crossing 2 5282.17 Set 10564

c) 1 in 12 points and crossing 2 4023.38 Set 8047

7 NS Transportation of Rails, Glued joint rails, SEJ Rails, PSC Sleepers, fittings etc.from any station/location/depot on SCR to BPP stations including loading into contractor's vehicles, leading, unloading and stacking at nominated locations with all contractor's labour, tools, plant, all lead, lift, crossing of tracks etc., complete and as directed by the Engineer-in-charge.

a) For lead exceeding 100 Km but upto 300Km 36500 4.69 MTKM 171185

b) For lead exceeding 300 Km but upto 500 Km 74000 4.17 MTKM 308580

c) For lead exceeding 400 Km but upto 600 Km 36000 5.30 MTKM 190800

8 NS Trucking of new/released 60kg/52kg/90R released rails/points and crossing rails, switches, crossings etc., from various locations to the nearest station/road approach/level crossing location with contractor’s rail dollies/rail tongs or any other means up to a lead of 1km including loading, unloading and stacking at nominated locations etc.,

114 299.01 MT 34087

9 NS Trucking of PSC / ST/CST-9 /Wooden released / New Sleepers from various locations to the nearest station / level crossing location/ road approach with contractor's rail dollies/rail tongs or any other means upto an average lead of 01 km including loading, unloading and stacking at nominated locations with all contractor's labour, tools, plant, transport, all lift, crossing of tracks etc., complete and as directed by the Engineer - in - charge.

485 120.38 MT 58384

10 NS Painting of in service rails two coats by brush after surface preparation with anti corrosive black to a thickness of 100 microns per each coat only on gauge face side of both rails excluding rail top, bottom surface of rail and rail surface on non-gauge face side of both the rails for sleeper density of 1540 in PSC sleepers and 52 kg Rails etc.

2200 27.29 TRM 60038

Page 14: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 14 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

14

Schedule-„B‟ List of items of works that are not covered by P.Way SSR 2004 of S.C. Railway.

S.

No.

NS item

No. Description of work

App.

Qty. Rate Unit

Amount

in Rs.

11 NS Drilling fish bolt holes of 17mm to 32mm dia. for 52kg/60kg rails true to vertical with contractor's drill bit/drilling machine, labour, tools, plant, all lead, lift, including chamfering, etc., complete and as directed by the Engineer-in-charge. (Holes to be drilled at exact locations.)

680 30.90 Each hole

21012

12 NS a) Drilling RE bond wire holes with drill bit on 52 kg/60kg rails at pre determined specified locations with all contractor's labour, tools, plant, all lead, lift, crossing of track etc. complete and as directed by the Engineer-in-charge.

30 14.54 Each hole

436

(Items Twelve only) Value of Schedule 'B' 1279456

Percentage rate quoted in

Figures (+)26%

Percentage rate quoted in

words Plus Twenty Six percent

Page 15: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 15 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

15

Schedule-„B.1‟ List of items of works that are not covered by P.Way SSR 2004 of S.C. Railway.

S.

No.

NS item

No. Description of work

App.

Qty.

Rate

Rs. Unit

Amount

in Rs.

1 NS Supplying and fixing GI pipe 150mm dia. Medium grade B- class confirm to IS: 1239 part-I cutting and threading into 2.00 mts. Pieces with all contractors , labour, materials, tools, lead, lift etc. complete and as directed by Engineers-in-charge.

600 1326.18 Metres 795708

2 NS Supplying and fixing company manufactured GI Tee of size 150x150x25mm of B-class confirm to IS:1239 part-II with all contractors , labour, materials, tools, lead, lift etc. complete and as directed by Engineers-in-charge.

185 435.55 Each 80577

3 NS Supplying and fixing galvanised MS steel nipple of 25 mm dia. 150mm long B- class both ends threading with all contractors , labour, materials, tools, lead, lift etc. complete and as directed by Engineers-in-charge.

370 28.79 Each 10652

(Items Three only) Value of Schedule 'B.1' 886937

Percentage rate quoted in

Figures (+)35%

Percentage rate quoted in

words Plus Thirty five Six percent

Page 16: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 16 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

16

CONDITIONS

1. The tenderer/contractor has to quote a uniform percentage rate above/below/at par on the total

of items in the Schedule-A, A1, A2, A3,B & B1 separately both in figures and words. If there

is any variation in 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 the schedule and offers with different

percentage rates for different items of the schedule are liable to be rejected.

2. If any other items of works covered by Unified SSR 2010 (Works & materials) & P-way

S.S.R. 2004 of S. C. Railway are required to be carried out for the same percentage shown

there in enhanced/ diminished/ at par as the case may be at the same percentage as tendered/

accepted for this work.

3. The items included in the tender schedule should be carried out in accordance with the S. C.

Railway standard specifications for materials and works 2010 with the up to date correction

slip thereto of S.C.Railway.

4. The quantities shown in the tender schedule are approximate and shall be operated in full or

part at the discretion of the Engineer-in -charge.

5. Payment will be made based on the actual quantities operated/executed.

6. The lead for transportation of P.Way materials shall reckoned based on the shortest

Railway/Road route.

7. The Railway administration will not be responsible for the safety of contractor‟s labour

engaged for this work.

8. The contractor shall make his own arrangements for men, materials, tools,

consumables etc., required for the work at his own cost and shall be responsible for

safe working of trains at a restricted speed of 20 Kmph on work spot.

9. The work shall be carried out under traffic conditions. It is the responsibility of the contractor

to see that there is no detention and/or interruption to the movement of trains. „No Claim‟ will

be admissible towards loss of time/wastage of labour employed etc. that may be incurred by

the contractor due to movement of trains. The rate quoted should cover all such

contingencies.

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

specific approval of Engineer-in-charge in the portion of track under repairs by the

contractor. Any violation in this regard, the contractor will be held responsible for all

damages caused out of negligence manipulated by his staff.

11. The contractor is primarily responsible for safety of traffic and also that of his staff working

on track. No compensation what so ever towards to men, material of the contractor will be

paid by Railways it is essential that adequate safety measures are taken for safety of the trains

as well as the work force.

Page 17: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 17 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

17

12. The look out and whistle caution orders shall be issued to the trains and speed restrictions

imposed where considered necessary. Suitable flagmen/detonators shall be provided where

necessary for protection of trains.

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

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

15. On completion of TRR/TSR/TFR works only 70% payment of the item for TRR/TSR/TFR work will be arranged. Balance 30% will be made only after the entire released material is trucked out fully from mid section to the nominated location either at the manned level crossing gate or at the nearest Railway station where guarding facility and space is available within the command length of the work so awarded to the contractor as decided by the Engineer in charge and stacked neatly. ADEN of the section will have to give certificate to the effect along with the bill for payment of balance 30% amount.

16. The date of handing over of released material by the contractor along with DMTR Nos should be mentioned in the certificate given by ADEN to the effect that all the released P.way material is trucked out fully from mid section along with the bill for payment of balance 30% amount.

17. In the event of any accident at the work site and it is established during the departmental

enquiry by the Railways that the accident occurred wholly or partly due to any act of

tentamounting 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 himself be liable for damages

and also legal prosecution if loss of life is involved.

18. The contractor is primarily responsible for safety of traffic and also that of his staff working

on track. No compensation what so ever towards damage to men, material of the contractor

will be paid by Railways.

19. The contractor should engage qualified engineer/retired P.Way Inspector conversant with

P.Way work to supervise at his cost. Work should be taken up only in the presence of the

Engineer nominated for this work.

20. If the work is to be carried out on passenger plat from line, the contractor will ensure that

there is no inconvenience caused to the passengers.

21. PSC sleepers shall be handled with utmost care with specially designed hooks, clamps, pipes,

bars etc., to ensure that no damage is caused to PSC sleepers while handling and laying.

22. Fittings such as fish plates with bolts & nuts, composite liners, pandrol clips, etc., required

for the days work will be handed over to the contractor at SSE stores and the contractor shall

be responsible for any loss or deficiency during execution of work and he has to transport

them to the work site at his own cost.

Page 18: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 18 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

18

23. The existing sleeper fittings shall neatly removed with utmost care to avoid any damage to sleepers and

fittings. All released fittings shall be handed over to SSE/P.Way concerned at his depot with out any

shortage/loss and stacking neatly classification wise and material wise. Cost will be recovered from the

contractor bill for any loss/change/damage/shortage for the released as well as new material.

24. It is the responsibility of the contractor to arrange for watchman to guard against theft etc., till that time

the released materials are handed over to Engineer – in – charge.

25. Time of completion: -. The completion period for this work will be 180 days with traffic blocks of 45

days for main apron work shall be completed and the line will be handed over to traffic for the

passengers of the trains after completion of residual works under traffic. In case of the traffic block

exceeds 45 days on contractor's account a penalty of Rs.10,000/-per additional day shall be recovered

from the contractor up to maximum of 10 % of the agreement value.

26. No extra payment will be made for repairs to service roads or for formation of roads required for

carrying out this work. The rate quoted should be all-inclusive.

27. The contractor shall, at all times, adopt such safe method of work, will ensure safety of structures,

equipment and labour, if any time, the Railway finds the safety arrangements made inadequate or

unsafe, the contractor shall take immediate corrective action as directed by Railway‟s representative at

site. Any direction in the matter by the Railway‟s representative or Engineer-in-charge shall in no way

absolve the successful tenderer of his own responsibility to adopt safe methods. The contractor shall be

entirely responsible for any loss, damage sustained by the Railway or any other agency due to any

cause what so ever, which is attributable to him.

28. The work shall be executed as per program chart so as to complete the work within 45 days (block

period).

29. During actual execution of work the platform nos. mentioned in the schedule shall be suspended for

traffic. During execution only small vehicles will be permitted to ply on concerned road no. to take the

materials in and out in nominated path as per the instructions of Engineer-in-charge.

30. The tenderer may note that during execution of work there will be train movements on other lines and

hence work should be done safely. The movement of materials shall as per the instructions of

Engineer-in-charge. The movement of materials/vehicles may have to be stopped / regulated during

train movements and no extra payment will be made on account of this.

31. The tenderers are advised to inspect the site of work before tendering.

32. The materials shall be collected well in advance outside running lines and at the place nominated by

Engineer-in-charge.

33. During the block the materials already collected shall be taken to place of work for execution and no

extra payment shall be made on account of this.

34. The maintenance period is ONE YEAR for the above work after commencement of platforms.

35. This work shall be completed within 11 months from the date of issue of acceptance letter.

Page 19: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 19 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

19

SPECIAL CONDITIONS FOR BUILDING WORKS.

1. For any other items not specially shown in the schedule of rates appended to the

tender document, the Divisional Engineer will offer rates as shown for the relevant

zone in the SC Rly‟s printed Unified Standard Schedule of Rates, 2010 subject to the

same percentage adjustment accepted in the contract being applicable to the

additional items.

2. The quantities shown in the tender schedule are approximate and will be operated in

full or part at the discretion of the Engineer in charge. Payment will be made based

on the actual items operated.

3. All items included in the tender schedule should be carried out in accordance with the

Standard Specifications.

i) For materials and works up to date corrections there to of S C Railway

ii) All materials to be supplied and used by the contractor in connection with this

should have prior specific approval of the Engineer in charge and should be in

accordance with the specifications for materials and works of SC Railway

iii) Details of fittings and fastenings required for wooden doors, cup-boards and

ventilators etc. should be of approved quality and should have prior approval of

the Engineer in charge and should be in accordance with the Standard

Specifications for Materials and works of SC Railway.

4. The tenderer are required to study all the drawings.

i) Referred to in the tender thoroughly before quoting the rates.

ii) The Railway reserves the right to change their drawings during the

execution of works and the contractor should execute the work as per the

revised drawings. No extra payment nor claim will entertained on that

account. Payment will be made to the contractor for the work actually

done at the accepted rates of agreement.

5. Details of ducts, chassis, etc., that may be required to be provided for wiring, etc.,

will be indicated during progress of the work.

6. Tenderers/Contractors will arrange to provide them in walls, floors, RCC slabs etc.,

wherever necessary as directed by the engineer in charge without any extra claim, any

pipes, conduits or hooks required for electrical shall be placed by the

tenderer/contractor at any position indicated without any extra claim. The pipes,

conduits, hooks etc. bends to the required slopes will be supplied by the Railway at

the site of work.

7. The contractor is required to safe guard the steel issued to him and to use the same on

the work in accordance with actual requirement as approved by the Engineer as may

be indicated in the relevant drawings or specification. Short lengths of rods should

also be utilized to the extent possible by over lapping the joints.

Page 20: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 20 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

20

i) Materials supplied by the Railway on its own cost, left over on completion of the

work will be the property of the Railway and should be returned to the

depot/godown as directed by the Engineer in charge. In case, it is noticed that on

completion or termination of work, the consumption of the materials had been

found to be in excess of the quantities laid down and the contractor is unable to

account fully, the materials issued either due to neglect in safe custody or to any

other reasons, covered at twice the issue rates. The issue rate should be the rate of

prevailing at the time of last issue of the materials concerned. While computing

the quantities, the wastage will be allowed in accordance with the provisions

stipulated there for in the conditions of the contract.

8. All works should be maintained after completion for a period of One Year and the

contractor should make good any defects, imperfection of faults, poor wood work

etc., at his own cost, during the maintenance period and defects like cracks, wards

should be made good by the contractor at his own cost inclusive of effected masonry

work etc., while rectifying wood work.

9. Electrical energy that may be required for operating the plant will be supplied by the

Railway wherever feasible at the discretion of the Railway on payment of the charges

as required by the Electrical department. The contractor will have to make his own

arrangements for taking the connection from the nearest Railway electrical source of

supply.

10. The cement supplied should conform to I.S. specification 8112 for 43 Grade or I.S.

Specification 12269 for 53 Grade before executing the work, the agency should

submit a test certificate for Standard Properties as well as indicating the source of

supply and brand of the cement.

Page 21: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 21 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

21

SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE.

1.1. The Contractor shall not allow any road vehicle belonging to his or his suppliers etc. to ply in

railway land next to the running line. If for execution of certain works, viz., earthwork for

parallel railway line, supply of ballast for new or existing railway line etc. road vehicles are

necessarily to be used in railway land next to the railway line, the contractor shall apply to the

Engineer-in-charge for granting permission giving the type and number of individual

vehicles, names and license particulars and permanent addresses of drivers, location,

duration and timings for such work/movement. The Engineer-in-charge or his authorized

representative will personally counsel, examine and certify the road vehicle drivers,

contractor‟s flagmen and his supervisors to be deployed on the work, location, period and

timing of the work.

This permission will be subject to the following obligatory conditions:-

i) The Road vehicle will ply only between sunrise and sunset.

ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one

flagmen and one supervisor or his representative certified for such work.

iii) The vehicles shall ply 6 Meters (from Centre of Track) away from track. Any

movement /work at less than 6 Meters and up to minimum 3.5 Meters clear of track

center shall only be done in presence of railway employees authorized by the Engineer-

in-charge . No part of road vehicle will be allowed at less than 3.5 Meters from track

center.

iv) The Contractor shall remain fully responsible for ensuring safety and in case of

accident, shall bear the cost of all damages to the equipments and men and also

damages to railway and its passengers.

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

site.

1.2.1. The Contractor at all times shall adopt safe working methods to ensure safety of structures,

equipments and labour at site of works.

1.2.2. The contractor shall not start any work without the presence of Railway supervisor or his

representative authorized by ADEN-in-charge and Contractor‟s supervisor at site.

1.2.3. The methodology proposed to be adopted by the Contractor is to be approved by Engineer-in-

charge with a view to ensure of safety of trains, passengers and workers and he shall also

ensure that the methods and arrangements are actually available at site before start of the

work and the contractor‟s supervisors and the workers have clearly understood the safety

aspects and requirements to be adopted / followed while executing the work.

1.2.4. There shall be an assurance Register kept at each site, which will have to be signed by both,

ie., Railway Supervisor or his representative as well as the contractor‟s supervisor as a token

of their having understood the safety precautions to be observed at site.

1.2.5. Survey of site by Supervisor of contractor and Railway‟s Supervisor is to be done to assess

precautions to be taken at site for working of trains and materials required for protection.

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.

Page 22: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 22 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

22

1.2.7. Competency certificate issued by ADEN-in-charge with the Contractor‟s supervisor at site

should be available in the format given in Annexure-I.

1.2.8. The detailed plans for safe execution of works, duly approved by the Division should be

available for undertaking execution of such works which have bearing on moving

dimensions, especially those works close to the running lines and fixed structures on brides,

inside tunnels etc.,

1.2.9 Look-out caution, speed restrictions as well as traffic block shall be ensured where necessary

for execution of works affecting running lines.

1.2.10 Mobile phones or Walky-Talkie sets where necessary should be provided at work sites.

1.3. Precautionary measures to be taken at work site away from the track:-

1.3.1. Trenches and foundation pits should be adequately and securely fenced, provided with proper

caution signs and marked with red lights at suitable intervals during night to avoid accidents.

Adequate protective measures should be taken to see that the excavation operations do not

affect or damage adjoining existing buildings.

1.3.2. Proper precautions should be taken for safety of persons and adjoining property before

undertaking any blasting operation. Red flags should be prominently displayed around the

area to be blasted. All the people on the work except those, who actually light the fuses,

should be withdrawn to a safe distance of not less than 300 meters from the blasting site.

Recommendations given in I.S. 4081:1986 should be followed for safety during various

operations involved in the process of blasting.

1.3.3. Suitable scaffold should be provided for workman for all works that cannot be safely done

from the ground or from solid constructions except such works which can be done safely

from ladders for a short period. When a ladder is used, extra labour should be engaged for

holding the ladder and if the ladder is used for carrying materials as well, suitable foot holds

and handholds should be provided on the ladder and ladder should be given an inclination not

steeper than 4 to 1 ( Four vertical to one Horizontal).

1.3.4. Workers employed on mixing asphalt materials, cement and lime mortars should be provided

with protective hand and footwear and protective goggles.

1.3.5. Workers employed in white washing and stacking of cement bags or any materials which are

injurious to the eyes should be provided with protective goggles.

1.3.6. Workers engaged in welding works should be provided with welder protective eye-shields,

single piece cotton cloth and shoes.

1.3.7. Stone breakers should be provided with protective goggles, leg-guards and protective

clothing and they should be seated at sufficiently safe distance from each other.

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.

Page 23: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 23 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

23

1.4. Precautionary measures to be taken at work site in vicinity of track:-

1.4.1. Drivers of trains must be served with caution order to look out for any obstruction at the place

of work.

1.4.2. Arrangements should be made to protect the track in case of emergency at work site.

1.4.3. Before the start of the work, the land strip adjacent to the running track where road vehicle /

machinery is to ply for the work shall be demarcated by lime in advance at the appropriate

distance from the centre of existing track in consultation with the Railway

Supervisor[Annexure-IV(A)]. Sketch showing the location of marking and barricading along

the full length of the work area should be done as per the sketch given in [Annexure-IV (B)].

This will enable the workmen posted at the site and also the lorry drivers to have clear

guidelines on the movement of vehicles.

1.4.4. Movement of Lorries near the track should be prohibited during night. In case it is

unavoidable adequate protective measures including lighting must be ensured in the complete

work area for the safety of the Public and Passengers. Also additional staff shall be posted as

necessary for night working.

1.4.5. Work should not be allowed to progress without the prior approval of the Engineer-in- charge

in case movement of vehicles close to the track is involved.

1.4.6. Machines and vehicles should ply 6 meters (from Track centre) in case movement at less than

6 meters away from the track is inescapable, it should be permitted in the presence of

Railway employee authorized by the Engineer-in-charge.

1.4.7. Contractor‟s representative should be issued a certificate by ADEN to the effect that they

have acquired sufficient knowledge about the safety precautions that are needed to be

followed while working near the track.

1.4.8. The worksite shall be suitably demarcated to keep public and passengers away from work

area. Necessary sign boards such as Work in progress etc. shall be provided at appropriate

locations to warn the Public / passengers.

1.4.9. Check lists given in Annexure-II and III shall be used to ensure that all the requisite

measures have been taken before start of work and work in progress.

1.4.10. All temporary arrangements required to be made during execution of work shall be made in

such a manner that moving dimensions do not infringe. Necessary checks shall be exercised

by Site in-charge from time to time.

Page 24: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 24 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

24

WORKING OF CONTRACTOR‟S VEHICLES AT SITE

a. When the contractor’s vehicles are to be worked closer to 6m but not less than 3.5m from center line of

the running track (Annexure-VA) i) Drivers of vehicle shall be briefed about safety and precautions to be taken while moving/working close to

traffic. ii) Demarcation of the land shall be done by bright coloured red ribbon/nylon rope of 12mm thick suspended on

75cm high wooden/bamboo posts at a distance of 3.5m from center line of nearest running track as shown in (Annexure-IVC)

iii) Contractor shall ensure the road vehicle/Machinery ply in a way so that these do not infringe the line of demarcation.

iv) Presence of an authorized Railways representative shall be ensured before plying of vehicles or working machinery.

v) Railway supervisor shall issue suitable caution order to drivers of approaching train about road vehicles plying or machinery working close to running tracks. The train drivers shall be advised to whistle freely to warn about the approaching train. Whistle boards shall be provided wherever considered necessary.

vi) Lookout men shall be posted along the track at a distance of 800m from such locations, which will carry red flag and whistles to warn to the road vehicles/machinery users about the approaching trains.

vii) On curves where visibility is poor, additional lookout men shall be posted. viii) In unusual circumstances, where operator apprehends infringement to track while working truck/machinery

near running track, following action shall be taken: a) The contractor /supervisor/vehicle operator immediately advise the situation to Railway official and assist him

in protecting the track. b) Protection shall be done for other emergencies.

2. When the contractor’s vehicles are to be worked close to 3.5m from center line of running track:

i) Plying of vehicle or working of machinery closer to 3.5m of running track shall be done under protection of track. Traffic block shall be imposed wherever considered necessary. The site shall be protected as per the sketch given in (Annexure-VB) and the provisions of Para No. 806 & 807 of P-way Manual as the case may be.

ii) Presence of a Railway supervisor shall be ensured at work site. iii) Railway supervisor shall issue suitable caution order to drivers of approaching train about road vehicles plying

or machinery working close to running tracks. The train drivers shall whistle freely to warn about the approaching train.

3. Parking of vehicles or construction machinery:

i) No vehicle or construction machinery shall be parked in unmanned condition on a gradient sloping towards running track.

ii) Even on level ground or gradients sloping away from the track, vehicles or construction machinery shall be parked in unmanned conditions at a minimum distance of 6m from nearest track center in fully braked condition. In addition to brakes, suitable wedges shall also be applied on all the wheels.

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.

Page 25: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 25 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

25

ANNEXURE - I

COMPETENCY CERTIFICATE

Certified that Shri………………………………………………….

P.Way supervisor of M/s. …………………………… has been

Examined regarding P.Way working on ………………………….

Work. His knowledge has been found satisfactory and he is capable of

Supervising the work safely.

ASSISTANT ENGINEER

Page 26: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 26 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

26

ANNEXURE – II

CHECK LIST

(BEFORE STARTING THE WORK)

Name of the work : ………………………………………………………………………………

Location …………………………………………………………………………………………

Duration of the work : From …………………………… To …………………………………

Sl.

No Details Yes No

1 Contractor‟s supervisor identified / Selected. Who is going to

be site in-charge?

2 Training imparted to contractors supervisor & Certificate

issued?

3 Work site inspected by Constructions supervisor / other

department‟s supervisors along with contractor‟s supervisor?

4 Precautions to be taken identified and listed?

5 Plan of work, drawn out by contractor‟s supervisor in

consultation with Railway‟s supervisor?

6 Plan of work, brought to the knowledge of open line

AEN/IOW & PWI?

7 Before start of the work, proper lime marking / barricading

had done at site of work?

8 Men deputed for protection of track along with safety

equipments?

9 Caution order issued for the train drivers in case work is being

done within 6mts of centre of running track?

10 Drivers of vehicles/machinery being used have been

identified?

11 Drivers of vehicles/machinery briefed about the safe working?

12 Sufficient lighting provided at site of work for night working?

13 Infringements checked?

14 Sectional (Open line) AEN/PWI/IOW have satisfied

themselves regarding safety arrangements?

15 Availability of Walkie –Talkie sets for communication?

Signature of construction/

Other departments Supervisor

Signature of Open line‟s Supervisor.

Page 27: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 27 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

27

ANNEXURE – III

CHECK LIST

( WHILE WORK IN PROGRESS )

Name of the work : ………………………………………………………………………………

Location …………………………………………………………………………………………

Duration of the work: From …………………………… To …………………………………

Date of inspection ……………………………………………………

Sl.N

o Details Yes No

1 Does the contractor‟s supervisor have the certificate?

2 Does the knowledge of contractor‟s supervisor on safety of

track & work site is up to the mark?

3 Is the Railway‟s supervisor of Construction

Organization/other departments available at site?

4 Is knowledge of Railway‟s supervisor O.K.?

5 Is lime marking/barricading done?

6 Are adequate safety precaution taken?

7 Are communication facility (Walkie – Talkie sets) available at

site?

8 Are only identified drivers driving the vehicles/machinery?

9 Is whole work site safe for working of men/vehicles & trains?

10 Are adequate lighting arrangements done at site?

11 Are adequate protection equipment available at site?

12 Is caution order to trains being issued?

13 Are train drivers following the enforced temporary speed

restriction?

14 Has work permit been taken for working in Electrified

territory/Station yards (P &C areas)

Signature of inspecting officer

Designation

Page 28: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 28 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

28

ANNEXURE – IV

(A)Marking of Line with Lime

3500mm

150 mm wide white line with lime

Vehicle / trucks can ply in this` area

(B) Provision of Barricading

3500mm

Barricading

Luminous tape/Red Colour Nylon Rope 12 mm thick

Post (Bamboo / Steel / Concrete)

1200mm

3500mm 3500mm 3500 mm

C) Elevation of Barricading

Page 29: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 29 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

29

ANNEXURE –V

A) Plying of Vehicles/Machinery between 3.5 mts. to 6.0 mts from centre of track

3500mm

Contractor‟s supervisor Railway‟s supervisor

150 mm wide white line with lime

6000mm

B) Plying of Vehicles / Machinery within 3.5 mts from center of track

DN LINE

Banner flag in day time / HS lamps in night

detonators

UP LINE

1200 metres

3500mm

detonators

Contractor‟s supervisor Railway‟s supervisor

Page 30: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 30 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

30

SPECIAL CONDITIONS (INDIAN RAILWAYS - TRACK WORKS)

1. The sleepers, rails and fastenings will be supplied by the Railways at for carrying out

the work

2. All the released materials as per the inventory taken by the ADEN/PWI has to truck

out the materials and hand over to the department depot by the contractor, if any loss or

damage occurred for the released materials, the cost of the same which will recovered

from the contractor‟s bills as per the extent rules and certificate in the bill has to be

furnished by the ADEN/PWI stating that all the released materials are returned and

accounted for the relevant register duly giving page No and date.

3. No plant or machinery will be supplied by the Railway for this work. It is the

contractor‟s responsibility to supply at his own cost, any materials and plant, machinery

required for this work.

4.Sales tax Royalty fees, and control duties if any be payable under State Government

sales Tax Act or Local bodies Act or rules on any of the materials that may be used or

supplied by the Contractor will be payable by the contractor. The Railway will neither

pay the taxes nor duties not be bound to compensate the contractor for any amounts paid

by way of these taxes or duties.

5. For any items of work in the event of these being any conflict in the working or drawing

referred to in the schedule and specifications of work, ;the former shall prevail. The

decision of Engineer-in-charge will be final in all such matters.

6. Use of raw materials secured with Government assistance where any raw materials for

the executing of the contract are procured with the assistance of Government either by

issue from Government stocks or purchased under arrangements made on permits of

license issued by the Government, the contractor shall hold the said materials as trustee for

Government and use such materials economically and solely for the purpose of the

contract against which they are issued and not disposed them without the permission of

Government and returned if required by the purchaser all surplus of unserviceable

materials that may be left with him after completion of the contract as Government may

fix the due regard to the condition of the materials The freight charges for the return if

the materials according to the direction of the purchase shall be borned by the Contractor,

in the event of the decision of Government shall be final and conclusive. In the event of

any breach of the afore said condition, ;the contractor shall in addition to the owing

himself open action for contravention of terms of the licenses, the permit and for any

reason whatsoever on his being paid such price or for original breach of trust be liable for

account to government for all money advantageous or profit resulting of which is in the

usual course and would have resulted him by reason of breach.

7. The work shall be maintained by the contractor after certified date of completion for a

period of two months and he will make good any defects imperfections, shrinkage or faults

which may appear during the period of maintenance at his own cost.

Page 31: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 31 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

31

8. If due to any reason, the Railway is not in a position to make available the Railway

Land the Railway Engineer-in-charge of the work may permit the contractor to erect at his

own cost shed, sheds or secure private accommodation out side the Railway premises. In

such a case, the contractor may be permitted to take the Railway materials required for the

work out side the Railway premises and to store in the shed so erected or private

accommodation, so secured. It shall be the responsibility of the contractor to keep the

entirely separate from the Contractor‟s materials and the Railway shall be at liberty to

inspect the same time to time.

9.SPEED RESTRICTIONS

9.1 Speed restrictions as required for safety of traffic will be arranged by the Engineer-in-

charge. No work on the track should be completed until the permanent way Inspector of

the Railway has imposed the speed restrictions are erected speed indicators.

9.2 After a speed restriction is imposed, the contractor shall progress with work in a

systematic manner.

9.3 Long length of track under speed restrictions should avoided.

9.4 If the contractor fails to employs adequate labour for attention to the track so as to permit

the train to go at restricted speed, the Railway will take action to employ such labour as it

is necessary at the risk and cost of the contractor to attend to track and make it fit for

passage if trains at the prescribed speed.

9.5 Caution watchman as necessary during day and night would be arranged for free by the

Railway.

9.6 The work should be executed in a work man like manner to the satisfaction of the

Engineer-in-charge. In the event of any accident at the work spot departmental enquiry

will be held by the Railway or enquiry by CRS will be held. If it is established that the

accident occurred wholly or partly due to any act tentamounting to negligence on the part

of the contractor or his labour, the contractor shall render himself liable for all damage and

also legal prosecution if loss of life is involved.

10. Contractor‟s supervision.

10.1 The Contractor shall employ and post at site a technical supervisor who should be

adequately qualified and well experienced in execution of Permanent Way Works. The

name, particulars of technical qualifications and record of experience of the supervisor

employed should be advised to the Engineer-in-charge. If in the opinion of the Engineer-

in-charge the supervisor is not fit to be in-charge of the work should be forth with

replaced. In this matter, the opinion of the Engineer-in-charge will be final and binding on

the contract.

10.2 No work on the track should done unless and until the PWI, Contractor‟s technical

supervisor is present at site.

11. The completion period for the entire work is the essence of the contract and suitable

arrangements should be made for the progressive execution of the work so that the entire

work is completed within 11 months from the date of issue of letter of acceptance of

the tender.

Page 32: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 32 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

32

12. The minimum progress for the complete track renewals and through sleeper renewals

and the penalties for slow progress is as under vide this office letter No. B/w.496/I/4

dated 17-2-1988.

i) For CTR and TSR works 3 (three) kms per month.

ii) For TRR and Deep screening work 4 (four) kms per month

iii) For every lineal metre of shortage, recovery of the following rates should be made from

the contractor‟s bills.

Complete track renewals Rs.10/- per metre of shortage.

a) Through sleeper renewals Rs.8/- per metre of shortage

b) Deep screening Rs.6/- per metre of shortage

c) Through rail renewals Rs.4/- per metre of shortage

13. The quantities shown in the tender schedule are approximate and will be operated in full or

part at the discretion of the Engineer-in-charge.

14. Payment will be made based on actual quantity/items operated.

15. The existing rails, sleepers and fastenings from the track shall be removed including

excavation, etc., with utmost care to avoid any damage to the rails, sleepers, and

fastenings, etc., shall be neatly removed re-laid and balance of released materials should

be handed over to the PWI concerned at his depot.

16. The contractor shall carry out the work in such a manner to avoid any inconvenience and

disturbance to Railway working and to the public using the railway premises and will

adjusts the program of the work accordingly in consultation with the engineer-in-charge.

17. The Railway administration will not be responsible for the safety of contractor‟s labour

engaged for their work and should be ensured that all the labour are medically fit with good

eye sight so that they can safe guard themselves.

18. The work must be supervised by PWI. No work is carried out by the contractor unless

PWI in charge of the work is at site. It is necessary that safety of the track is ensured

by the PWI in-charge supervising the work.

19. At any stage during the execution of work, if contractor fails to employ adequate labour to

complete the works in traffic blocks to raise the speed by rear packing and restore traffic

etc., as decided by the Engineer in charge such work will be carried out by deploying

departmental labour at the cost of contractor, without prejudice to action as per GCC in

clause 62 and recovery of cost of such labour shall be made from contractor‟s bill as per

extent rules.

20.Vehicles and equipment of contractors can be drafted by Railway administration in case of

accidents/natural calamities involving human lives. However, the number of hours, the

equipment put to use is to be compensated as per prevailing rates inclusive of fuel charges

on actual basis.

Place: Vijayawada

Date: / / 2015.

Page 33: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 33 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

33

SPECIAL CONDITIONS OF CONTRACT

1. The rates include all lead and if the materials obtained by rail all freight charges including

loading charges.

2. Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial

Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be

used or supplied by the contractor will be payable by the contractor. The Railway will neither

pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him

by way of these taxes or duties.

Sales Tax at 4% on the materials portion of the contract will be deducted from each on account

bill where identifiable. Where the labour and material portion is not clearly identifiable, the

labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall

be deducted pro-rata from each “on account bill” towards Sales tax.

Seigniorage charges recoverable from bills:- Seigniorage charges for supply of earth, mooram, sand and other minerals as fixed by the State

Government and payable to them as revised from time to time during the currency of contract

will be recovered by Railway from the contractors “on account” and “final bills” and remitted

to the state government. The rates quoted by the Tenderer shall be inclusive of these charges.

Claims regarding revision of seigniorage charges and consequent enhancement of the accepted

rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the

bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes”

issued by State Govt. Officials in token of having paid seigniorage fee. In such cases, the

genuineness of such documentary evidence produced along with proof of payment of

seigniorage charges, shall be got verified by the Railway from the concerned Mining and

Geology Dept

3. WATER:- A charge of One percent will be made by the Railway for the supply by the

Railway of piped water from existing pipe lines and calculated on the amount of all items of

work (USSR/NS items) appearing in the bills payable to the contractor in respect of which

work such water has been issued to the Contractor and such charges should be deducted from

sums due or payable by the Railway to the Contractor from time to time.

4. In the event of water having to be brought by the Railway to the site of the work in traveling

tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any

demurrage that may be levied shall be payable by the Contractor and deducted from sums due

or payable by the Railways to the Contractor from time to time.

In addition to the charges of one percent referred to above, if additional pipe lines to

those already existing are called for by the contractor, the cost of the same and all charges

incurred by the Railway in their laying including supervision charges will be paid by the

contractor or the contractor provides and lay his own piping at the discretion of Divisional

Engineer.

5. The Railway does not guarantee work under each items of the Master Schedule. For example if

a gate-lodge or gang huts are to be built between stations and the work order issued to the

sectional contractors additional payment on account of lead or freight charges for the materials

that may have to be brought by rail or by road, will not be admissible.

Page 34: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 34 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

34

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 (excluding the date of LOA

(Ref: CE/Works/SC Lr.W.148/P/GCC/Vil.II, dt.30.05.2014). Extension of time for

submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of

LOA may be given by the Authority who is competent to sign the contract agreement.

However, a penal interest of 15% per annum shall be charged for the delay beyond 30

(thirty) days, i.e., from 31st day after the date of issue of LOA (excluding the date of

LOA). In case the contractor fails to submit the requisite PG even after 60 days from

the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and

other dues, if any payable against that contract. The failed contractor shall be debarred

from participating in re-tender for that work.

b. The successful bidder shall submit a Performance Guarantee (PG) in any of the

following forms, amounting to 5% of the contract value:-

(i) A deposit of Cash,

(ii) Irrevocable Bank Guarantee,

(iii) Government Securities including State Loan Bonds at 5 percent below the

market value

(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These

forms of Performance Guarantee could be either of the State Bank of India or

of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled

Banks;

(vi) A Deposit in the Post Office Saving Bank;

(vii) A Deposit in the National Savings Certificates;

(viii) Twelve years National Defence Certificates;

(ix) Ten years Defence Deposits;

(x) National Defence Bonds; and

(xi) Unit Trust Certificates at 5 percent below market value or at the face value

whichever is less.

Page 35: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 35 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

35

Also FDR in favour of Senior Divisional Finance Manager, S. C. Railway, Vijayawada

(free from any encumbrance) may be accepted.

1. The Performance Guarantee shall be submitted by the successful bidder after the Letter

Of Acceptance (LOA) has been issued, but before signing of the contract agreement.

This P.G. shall be initially valid up to the stipulated date of completion plus 60 days

beyond that. In case, the time for completion of work gets extended, the contractor

shall get the validity of P.G. extended to cover such extended time for completion of

work plus 60 days.

1.0 The value of PG to be submitted by the contractor will not change for variation upto

25% (either increase or decrease). In case during the course of execution, value of the

contract increases by more than 25% of the original contract value, an additional

Performance Guarantee amounting to 5%(five percent) for the excess value over the

original contract value should be deposited by the Contractor.

1.1 The Performance Guarantee (PG) shall be released after physical completion of the

work based on the „Completion Certificate‟ issued by the competent authority stating

that the contractor has completed the work in all respects satisfactorily. The security

deposit, however, shall be released only after the expiry of the maintenance period

and after passing the final bill based on „No Claim Certificate‟ from the contractor.

1.2 Whenever the contract is rescinded, the security deposit shall be forfeited and the

Performance Guarantee shall be encashed. The balance work shall be got done

independently without risk and cost of the failed contractor. The failed contractor

shall be debarred from participating in the tender for executing the balance work. If

the failed contractor is a JV or a partnership firm, then every member/ partner of such

a firm shall be debarred from participating in the tender for the balance work either in

his / her individual capacity or as a partner of any other JV / partnership firm.

1.3 The Engineer shall not make a claim under the Performance Guarantee except for

amounts to which the President of India is entitled under the contract (not

withstanding and / or without prejudice to any other provisions in the contract

agreement) and this shall be in the event of:

i) Failure of the contractor to extend the validity of the Performance Guarantee as

described herein above, in which event the Engineer may claim the full amount

of the Performance Guarantee.

ii) Failure of the contractor to pay President of India any amount due, either as

agreed by the contractor or determined under any of the Clauses / Conditions of

the agreement, within 30 days of the service of notice to this effect by Engineer.

iii) The contract being determined or rescinded under provision of the GCC the

Performance Guarantee shall be forfeited in full and shall be absolutely at the

disposal of the President of India

Page 36: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 36 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

36

10. Security Deposit:-

The scale of Security Deposit that is to be recovered from the contractor shall be as follows.

i) Security Deposit should be 5% of the contract value.

ii) The rate of recovery will be at the rate of 10% of the bill amount till the

full Security Deposit is recovered.

iii) Security Deposit will be recovered only from the running bills of the contract and no

other mode of collecting SD such as SD in the form of instruments like Bank

Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit.

iv) Conversion of Security Deposit into FDR after recovery of full stipulated SD

(FA& CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide

PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash

deposits in the form of security deposit may be allowed to be converted into FDRs

(in favour of respective Accounts Officers and on account of contractor), after full

recovery, at the discretion of the Railway, duly collecting necessary charges of

conversion by the Railway Administration.

The security deposit shall be released only after the expiry of the maintenance period and

after passing the final bill based on „No Claim Certificate‟.

After the work is physically completed, security deposit recovered from the running bills of a

contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee

for equivalent amount to be submitted by him.

In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be

accepted as a mode of obtaining security deposit.

11. REVISED COMPREHENSIVE CLAUSE 46A OF GCC– PRICE VARIATION

CLAUSE: As per Railway Board Letter No.2007/CE-CT/18/Pt.19 dt.14.12.2012-Price

Variation Clause shall be applicable only for contracts of value (contract agreement value) Rs.50 lakh and more, irrespective of the contract completion period and

Addendum & Corrigendum Slip (ACS) No.6 to GCC, July 2013; Amendment to Clause

46A.7 (a sub-clause of PVC) to GCC, communicated vide PCE/SC Lr.No.W.148/P/

G.C.C./Vol.II dt.05.06.2014. Amendment to Clause 46A1 (ACS No.2 to GCC, July-2014),

communicated vide PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.12.12.2014.

Clause 46A-Price Variation clause:

46A.1. Price Variation clause shall be applicable only for contracts of value as prescribed

by the Ministry of Railways through instructions/circulars issued from time to time

and irrespective of the contract completion period. Variation in quantities shall not

be taken into account for applicability of PVC in the contract. Materials supplied

free of cost by Railway to the contractors shall fall outside the purview of Price

Variation clause. If, in any case, accepted offer includes some specific payment to

be made to consultants or some materials supplied by Railway free or at fixed rate,

such payments shall be excluded from the gross value of the work for the purpose

of payment/recovery of price variation.

Applicability of PVC based on original contract value is illustrated as under:

“If estimated value of tender (NIT value) is Rs.55 lakhs; but value of the contract

as per contract agreement is Rs.45 laksh, then PVC shall not apply, even if the

actual final value is Rs.50 laksh or more due to variation in quantities during

execution of the contract. Thus, variation in quantities after signing of contract

agreement is not relevant for deciding whether PVC is applicable to a contract or

not”.

Page 37: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 37 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

37

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.

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:

Page 38: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 38 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

38

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

LB 100

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

MB 100

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

FB 100

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

EB 100

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

DB 100

vi) S = SW x (SQ-SB)

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

For Railway Electrification works:

viii) T = {(CS – CO) /CO X 0.4136} X Tc

ix) R = { (RT – RO) / RO + ( ZT - ZO ) / ZO x 0.06 } x Rc

x) N = { (PT – PO ) / PO } x Nc

xi) Z = { ( ZT – ZO ) / ZO } x Zc

xii) I = { ( IT – IO ) / IT } x 85

Where

L Amount of price variation in labour

M Amount of price variation in Materials

F Amount of price variation in fuel

E Amount of price variation in Explosives

D Amount of price variation in Detonators

S Amount of price variation in Steel

C Amount of price variation in Cement

T Amount of price variation in Concreting

R Amount of price variation in Ferrous Items

N Amount of price variation in Non-Ferrous Items

Z Amount of price variation in Zinc

I Amount of price variation in Insulator

LC % of Labour component

MC % of Material component

FC % of Fuel component

EC % of Explosive component

DC % of Detonators component

Tc % of Concreting Component

Rc % of Ferrous Component

Page 39: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 39 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

39

Nc % of Non-Ferrous Component

Zc % of Zinc Component

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

materials supplied by Railway at fixed price, minus the price values of cement and

steel. This will also exclude specific payment, if any, to be made to the consultants

engaged by contractors (such payment shall be indicated in the contractor‟s offer)

LB

Consumer Price Index Number for Industrial Workers- All India- Published in RBI

Bulletin for the base period.

LQ Consumer Price Index Number for Industrial Workers- All India-Published in RBI

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

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

published in the RBI Bulletin for the base period.

MQ Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as

published in the RBI Bulletin for the average Price index of the 3 months of the quarter

under consideration.

FB Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel and Power as

published in the RBI Bulletin for the base period.

FQ Index Number of Wholesale Prices- By groups and sub-groups for Fuel and Power as

published in the RBI Bulletin for the average price index of the 3 months of the quarter

under consideration.

EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the base period.

EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the average price index

of the 3 months of the quarter under consideration

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

whom purchases of detonators are made by the contractor for the base period.

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

whom purchases of detonators are made by the contractor for the average price index

of the 3 months of the quarter under consideration.

SW Weight of steel in tonne supplied by the contractor as per the „on-account‟ bill for the

month under consideration

SQ SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (In

rupees per tone) for the relevant category of steel supplied by the contractor as

prevailing on the first day of the month in which the steel was purchased by the

contractor (or) as prevailing on the first day of the month in which steel was brought to

the site by the contractor whichever is lower.

SB SAILs ex-works price plus Excise Duty thereof ( in Rs. Per tonne) for the relevant

category of steel supplied by the contractor as prevailing on the first day of the month

in which the tender was opened.

CV Value of cement supplied by contractor as per „on account‟ bill in the quarter under

consideration.

CB Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI

Bulletin for the base period.

CQ Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI

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

Cs RBI Wholesale Price index for cement and lime for the month which is six months

prior to date of casting of foundation.

Co RBI Wholesale Price index for cement and lime for the month which is one month

prior to date of opening of tender.

Page 40: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 40 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

40

RT IEEMA Price index for Iron & Steel for the month which is two months prior to date

of inspection of material.

Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of

opening of tender.

PT IEEMA Price for Copper wire bar for the month which is two months prior to date of

inspection of material.

Po IEEMA Price for Copper wire bar for the month which is one month prior to date of

opening of tender.

ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of

material.

Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of

tender.

IT RBI Wholesale Price index for structural clay products for the month which is two

months prior to date of inspection of material.

Io RBI Wholesale Price index for structural clay products for the month which is one

month prior to date of opening of tender.

46A,

8.

The demands for escalation of cost shall be allowed on the basis of provisional

indices made available by Reserve Bank of India. Any adjustment needed to be done

based on the finally published indices shall be made as and when they became

available.

46A.

9.

Relevant categories of steel for the purpose of operating Price Variation formula, as

mentioned in this clause, based on Sails Ex-Works Price Plus Excise Duty thereof,

shall be as under:

Sl.

No.

Category of Steel supplied in Railway

work

Category of Steel produced by SAIL Whose Ex-

works Price Plus Excise Duty would be adopted

to determine Price Variation.

1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500

2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK

3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK

4. All Types and sizes of channels and joists Channels 200x75mm IS 2062 E250A SK

5. Any other section of steel not covered in

the above categories and excluding HTS

Average of price for the 3 categories covered

under SL 1, 2, & 3 above.

46A.10 Price variation During Extended Period of contract.

The price adjustment as worked out above, ie., either increase or decrease shall be applicable up to

the stipulated date of completion of work including the extended period of completion where such

extension has been granted under Clause 17-1 Of the General Conditions of Contract. However,

where extension of time has been granted due to contractors failure under Clause-17B of the

General conditions of Contract, price adjustments shall be done as follows:

a) In case the indices increase above the indices applicable to the last month of original

completion period or the extended period under clause 17-A, the price adjustment for the

period of extension granted under Clause 17-B shall be limited to the amount payable as per the

Indices applicable to the last month of the original completion period or the extended period

under clause 17-A of the General conditions of contract; as the case may be.

b) In case the indices fall below the indices applicable to the last month of original/extended

period of completion under clause 17-A, as the case may be; then the lower indices shall be

adopted for the price adjustment for the period of extension under clause 17-B of the General

Conditions of Contract.

Page 41: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 41 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

41

12. DEDUCTION OF INCOME TAX AT SOURCE

In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961

the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in

the case of sub contractor only when the Railway is responsible for payment of consideration

to him under the contract) for carrying out any work (including supply of labour for carrying

out any work) under the contract be entitled to deduct income tax at source on Income

comprised in the sum of such payments.

The deduction towards income tax to be made at source from the payments due to non-

residents shall continue to be governed by Section 195 of the Income Tax Act 1961.

No Income Tax will be deducted by the Railway on payments made for supply of materials

where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles,

bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at

source from the payment due to non/residents shall continue to be governed by Section 195 of

the Income Tax Act 1961.

13. LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS

DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT

OR NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at

site for Technical Supervision of the work. This Engineer-in-charge will be responsible for

safety of the traffic. The work shall be executed by the contractor in a workman like manner to

the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the

instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site

and it is established during the departmental enquiry by the Railway or by Statutory enquiry of

CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on

the part of the contractor or his labour in not adhering to the instructions of the engineer-in-

charge, the contractor shall render himself liable for damages and also legal prosecution if loss

of life is involved.

14. Implementation of – the Building and other construction Workers (RECS) Act, 1996

and the Building and other Construction Workers Welfare Cess Act, 1996 in Railway

Contracts. “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must

get themselves registered from the Registering Officer under Section-7 of the Building and

other Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of

State)Government and submit certificate of registration issued from the Registering Officer of

the Andhra Pradesh(name of the State) Government (Labour Department). For enactment of

this act, the Tenderer shall be required to pay cess @ 1% of cost of construction work to be

deducted from each bill, Cost of material shall be outside the purview of cess, when supplied

under a separate schedule item.”

Page 42: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 42 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

42

ANNEXURE- “III”

WORKS CONTRACT CLAUSE-13

1. In case cement, Steel, AC sheet with or without accessories, GI sheets with or without

accessories, glasses or any other materials/items are issued to the contractor(s) either free of

cost or on cost to be recovered for use on the work as stipulated in the agreement the supply

thereof shall be made in stages depending on the progress of the work, limited to the quantity

/quantities computed by the Railway, according to the prescribed specification and approved

drawings as per agreement.

The materials supplied should conform to Railway‟s Specification in all respects should be

in accordance with approved sample.

All such materials supplied to the contractor(s) for the work either free of charge or on

payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods

shed and will have to be transported by the contractor to the site of work at his cost. All such

materials shall be used by the Contractor for the work in such quantities as are indicated in the

schedule or in the relevant specifications or drawings or as approved by the Engineer, whose

decision thereon shall be final. Wastage or damages of such materials in any manner shall be

totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued

by Railway either free of cost or on payment excluding the permissible wastage which incase

of steel materials should not in any case exceed 1% of the total quantity required for the work

as per the approved drawings. No wastage under other items is permissible. Short lengths of

rods should also be utilized to the extent possible by overlapping joints.

The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without

accessories glasses or any other materials issued in excess of the requirement(s) as above, shall

be returned in perfectly good condition by the contractor(s) to the Railway at the Railway

depot/Godown/Goods shed at________immediately after completion or termination of the

contract. If the contractor fails to return the said materials then the cost of such materials issued

in excess of the requirement as computed by Railway according to the specification and

approved drawings will be recovered from the contractor(s) at twice the prevailing procurement

cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without

prejudice to the right of Railway to take action against the contractors under the condition of

the contract for not doing/completing the work according to the prescribed specification and

approved drawings. If it is discovered that the quantity of cement, steel or any other material

used is less than the quantity computed by the Railway, according to specifications and

approved drawings the cost of materials not returned will be recovered at the same rates as

applicable to excess issue of materials, indicated in the preceding para.

Page 43: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 43 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

43

2. It shall be the responsibility of the contractor to keep in safe custody any Railway material

plant or equipment issued for the work. The contractor shall at his own expense provide

suitable temporary shed/sheds for this purpose on the Railway land made available by the

Railway free of rent and shall remove the shed/sheds when no longer required in terms of

clause 30 of General conditions of contract.

3. If due to any reason the Railway is not in a position to make available the Railway land the

Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost

shed/sheds or secure private accommodation outside the Railway premises. In such a case the

contractor may be permitted to take the Railway material required for the works outside the

railway premises and to store in the Shed so erected or private accommodation so secured. It

shall be the responsibility of the contractor to keep the railway material in safe custody and the

same should be kept entire separate from the contractors material and the Railway shall have

liberty to inspect the same from time to time.

4. The code Nos. description and rates given in the schedule are based on the printed USSR -

2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the

working rates quantity of cement etc. should be rectified by reference to the printed schedule,

which shall be treated as authoritative and binding on the contract. The relevant notes

applicable to the respective sub chapters will apply to the items of the Tender schedule and

should be considered as having been incorporated in the contract agreement and binding on the

Contractor.

5. For any other items not specially shown in the schedule of rates appended to the tender

document, the Divisional/Executive Engineer will offer rates as shown for the_________ zone

in the South central railway printed USSR - 2010, of S.C.Railway subject to the same

percentage adjustment accepted in the contract being applicable to the additional items.

6. Railway shall not supply from its own quota to the contractors controlled or imported

commodities. Assistance will, however given by recommending to appropriate authorities.

Contractor applications for issue of import licenses and release of controlled commodities if the

Engineer is satisfied that this material is actually required by contractor for carrying out the

work and is not available in the country.

7. VARIATION OF COSTS

Price variation clause is not applicable for contract agreement value upto Rs.50 lakhs.

Time is the essence of contract

8. (a) PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced

contractor should be able to complete the work in all respects within the period as

specified in the Tender Notice and in the Schedule where items of work are furnished from the date of letter of acceptance of the Tender

(b) Extension of time of completion will be governed by clause 17 of General Conditions

of Contract. However, while granting the extension of time under clause 17(B) of

GCC, a token penalty as deemed fit based on the circumstances of the case can be

imposed on the contractor without prejudice to other rights of Railway

Administration as provided under GCC.

9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as

specified in the Schedule where items of work are furnished by the contractor and he shall

make good any defects, imperfections, shrinkages or faults which may appear at his own cost.

10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of

all corrections, and amendments of the said General conditions of contract made up to the date

of the execution of these presents and no objection shall be taken by the contractor on the

ground that he was not aware of such amendments and corrections of the said General

Conditions of Contract or to any of them.

Page 44: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 44 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

44

11. VARIATION IN CONTRACT QUANTITIES:-

The procedure as detailed below shall be adopted for dealing with variations in quantities

during execution of works contracts:

a) The Railway reserves the right to alter the designs and drawings. If due to change of

drawing or design or any other reasons, there be variations, either increase or decrease in

quantities, payment will be made only for the actual quantities executed at the accepted

rates. If there be sufficient cause the Railway may grant extension of the date of

completion suitably. Such circumstances shall in no way affect or vitiate the contract or

alter the character thereof, or entitle the contractor to damages or compensation thereof

except as provided for in this contract.

b) The quantities of each item of work furnished in the Schedule are approximate and are

intended for the guidance of Tenderer/Contractor. In actual execution of work there may

be some increase in the quantities specified. Such variation upto 25% shall in no degree

affect the validity of the contract and it shall be performed by the contractor as provided

therein and be subjected to the same conditions, stipulations and obligations originally

and expressly included and provided for in specifications and drawings and the amount

to be paid there for shall be calculated in accordance with accepted schedule rates.

(1) Prior Finance concurrence is necessary for varying the individual quantities

beyond 25% or where the gross agreement value exceeds 25% of the agreement

value.

(2) Individual NS items in contracts shall be operated with variations of plus or minus

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

concurrence would be required.

(3) In case an increase in quantity of an individual item by more than 25% of the

agreement quantity is considered unavoidable, the same shall be got executed by

floating a fresh tender. If floating a fresh tender for operating that item is

considered not practicable, quantity of that item may be operated in excess of

125% of the agreement quantity (100% i.e. the original quantity +25% i.e. quantity

over and above the original quantity) subject to the following conditions.

a) Operation of an item by more than 125% of the agreement quantity needs

the approval of an officer of the rank not less than S.A. Grade:

i) Quantities operated in excess of 125% but upto 140% of the

agreement quantity of the concerned item, shall be paid at 98% of the

rate awarded for that item in that particular tender;

ii) Quantities operated in excess of 140% but upto 150% of the

agreement quantity of the concerned item shall be paid at 96% of the

rate awarded for that item in that particular tender;

iii) Variation in quantities of individual items beyond 150% will be

prohibited and would be permitted only in exceptional unavoidable

circumstances with the concurrence of associate finance and shall be

paid at 96% of the rate awarded for that item in that particular tender

b) The variation in quantities as per the above formula will apply only to the

Individual items of the contract and not on the overall contract value.

c) Execution of quantities beyond 150% of the overall agreement value should

not be permitted and, if found necessary should be only through fresh

tenders or by negotiating with existing contractor, with prior personal

concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager.

Page 45: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 45 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

45

4. The limit for varying quantities for minor value items shall be 100% (as against

25% prescribed for other items). A minor value item for this purpose is defined as

an item whose original agreement value is less than 1% of the total original

agreement value.

5. No such quantity variation limit shall apply for foundation items.

6. As far as SSR/SOR items are concerned, the limit of 25% would apply to the

value of SSR/SOR schedule as a whole and not on individual SSR/SOR items.

However, in case of NS items, the limit of 25% would apply on the individual

items irrespective of the manner of quoting the rate (single percentage rate or

individual item rate).

7. For the tenders accepted at the Zonal Railways level, variations in the quantities

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

lies.

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

agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers variations upto

110% of the original agreement value may be accepted by General Manager

10. The aspect of vitiation of tender with respect to variation in quantities should be

checked and avoided. In case of vitiation of the tender (both for increase as well as

decrease of value of contract agreement) sanction of the competent authority as per

single tender should be obtained.

11. In cases where decrease is involved during execution of contract:

a. The contract signing authority can decrease the items upto 25% of

individual item without finance concurrence.

b. For decrease beyond 25% for individual items or 25% of contract

agreement value, the approval of an officer not less than rank of S.A.

Grade may be taken, after obtaining „No claim certificate‟ from the

contractor and with finance concurrence giving detailed reasons for each

such decrease in the quantities.

c. It should be certified that the quantities proposed to be reduced will not be

required in the same work at a later stage

d. In the event of any reduction in the quantity to be executed for any reasons

whatsoever, the contractor shall not be entitled to any compensation but

shall be paid only for the actual amount of work done.

e. The contractor is bound to notify the Engineer at least seven days before the

necessity arises for the execution of any item in excess of 25% of the over

all value of the agreement.

12. In case the contractor fails to attend the meeting after being notified to do so or in

the event of no settlement being arrived at, the Railway shall be entitled to execute

the extra works by other means and the contractor shall have no claim for loss or

damage that result from such procedure

Page 46: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 46 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

46

12. Employment of Civil Engineering Graduates/Diploma-holders:

The contractor shall employ the following technical staff during the execution of this work.

i) One graduate engineer when the cost of the work to be executed is Rs.2 Crores and

above.

ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is

more than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at

site whenever required by the Engineer-in-charge to take instructions. In case the

contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a

reasonable amount not exceeding a sum of Rs.40,000/- (forty thousand only) for each

month of default in case of graduate engineer and Rs.25,000/- (twenty five thousand

only) for each month of default in case of diploma holder (over-seer)

(Modification of Cl.26 and introduction of new Cl.26A to IR‟s GCC Ref: Rly. Bd.

Lr.No.2012/CE-I/CT/0/20, dt.10.05.2013.)

The decision of the Engineer-in-charge as to the period for which the required technical staff

was not employed by the contractor and as to the reasonableness of the amount to be deducted

on this account shall be final and binding on the contractor.

iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also

be considered as qualified Diploma holder Engineers and contractors for track contract

works can employ such individuals at their worksite on Indian Railways.

(Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.12.07.2013.)

Note: The above clause is not applicable for contracts for Welding of Rail joints.

13. Railway Contractors / Extension of Provident Fund Act to the Employees working under

Railway Contractors:-

The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code

number from the concerned authorities whenever workmen employed by him are 20 or more.

He shall also indemnify Railways from and against any claim, penalties, recoveries under the

above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF

Commissioners to extend the social security benefits to the workmen engaged by the Railway

contractors. The first month‟s bill will be released only after code number is taken from the PF

Office and a copy of coverage intimation produced. Subsequently for each month, bills will be

released only on submission of challans & 12 A monthly return copy in proof of remittance of

PF dues for previous month.”

14. Conservancy charges as applicable and as modified from time to time will be recovered

from Contractor‟s running bills.

Page 47: USSR-2010 P.way SSR 2004 N.S. Items · SSR No. Description of work App. Qty. Rate Unit Amount in Rs. 1 011011 Earth work in excavation as per approved drawings and dumping at embankment

Tender No. 05/Central/2015

Contractor Sr.DEN/Central/BZA Page 47 of 47

BZA Divn., SCR, T.No. 05/Central/2015 invited vide Open Tender DRM/Works/BZA/07/2015 dated 01.06.2015 Opened on 08.07.2015 for the work of “: TENALI-

Provision of washable apron on PF No.1 & 2//LOA//

47

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