Você está na página 1de 63

-1-

II
NORTH CENTRAL RAILWAY
AGRA CANTT
ENGINEERING DEPARTMENT
REGULATIONS FOR TENDERS &
CONTRACTS
CONDITIONS OF TENDER
FOR

Final location survey and other


preliminary
activities
in
connection with 4th Line between
Mathura-Palwal section ( 80kms).

CONTRACTOR

For DY.CE/C/II/AGC

-2-

NORTH CENTRAL RAILWAY

TENDER DOCUMENT
1.

Tender No;

:-

CEN00AGC0715

2.

Name of work

:-

Final location survey and other preliminary


activities in connection with 4th Line
between Mathura-Palwal section ( 80kms).

3.

Approximate cost

:-

Rs.56.86 lakhs

4.

Earnest Money

:-

Rs.1,13,720/-

5.

Completion Period

:-

04 month from the date of issue of


acceptance letter including monsoon and
harvest season.

Date & time of closing tender sale


Date & time of tender opening

By 11.00 hrs on 25.01.16


At15.30 Hrs on 25.01.16
(Tender Box bill be sealed at 15.00 hrs).

NOT TRANSFERABLE
Issued by
Issued to

CONTRACTOR

_____________________________
:-

For DY.CE/C/II/AGC

-3-

NORTH CENTRAL RAILWAY


Tender Notice No. CEN00AGC0715 dated 15.12.2015
Dy.Chief Engineer (Construction)-II North Central Railway, Agra Cantt for and on behalf of
President of India, invites sealed open tenders on the prescribed forms for the under noted work:Final location survey and other preliminary activities in connection with 4th Line
Name of work
between Mathura-Palwal section ( 80kms).
1
2
App. cost of work &
Rs.56.86 lakhs and 04 months. (Four month)
completion period.
3
Earnest money to be
Rs.1,13,720/- The Earnest money should be in cash or Bankers cheques/Demand
deposited
Drafts in favour of Sr.AFA CAO (C) NCR/Agra Cantt.executed by State Bank of India
or any of the Nationalized Banks or by a scheduled Bank.
4
Cost of tender form
Rs.5000/- The cost of tender form will be accepted in the following forms (a) In cash
with Chief Cashier NCR Agra Cantt or Chief booking supervisor, NCR Agra Cantt and
production of money receipt to that effect (b) Pay order/demand draft drawn in favour
of Sr.AFA(C) NCR, Agra Cantt , issued by Nationalized Banks / scheduled banks.
Note:-Rs.500/- each towards postal charges to be paid extra if tender form is
required by post. Railway is not responsible for any postal delay.
5
Technical and
(i)(a)
The tenderer should have physically completed atleast one similar nature of
financial eligibility
work for minimum value of 35% of the advertised cost of work within the qualifying
criteria
period i.e. the last 3 financial year and current financial year (even though the work
might have commenced before the qualifying period) should only be considered in
evaluation of the eligibility criteria.
(b) The total value of similar nature of work completed during the qualifying period
and not the payment received within the qualifying period alone, shall be
considered.
(c)
Following work shall be considered as similar work for
assessment of eligibility criteria Survey work related to RECT, PECT or
FLS in connection with Railway Projects for new line, Gauge conversion
or doubling.
(ii) The tenderer should have received total contract amount of a minimum value
of 150% of advertised cost of work during last three financial years and upto
date of opening of tender in current year as per audited books of
accounts/certificate from client.
Note:-Tenderer should submit documents in support of minimum eligibility
criteria alongwith the tender. No documents in support of minimum eligibility
criteria will be accepted / entertained after opening of tender.
6
Availability of tender
15 days before date of opening in the office of Dy.Chief Engineer (Construction)-II,
North central Railway, Agra Cantt . Tender sale will be closed at 11.00 hrs on
form
25.01.2016. Documents will also be available on the net and can be downloaded from
websites at www.ncr.indianrailways.gov.in and
at Govt. of India web site
www.tenders.gov.in in case of down loading of tender form website, the cost of
tender form should be submitted through demand draft in favour of Sr.AFA(C)NCR
Agra Cantt alongwith the tender otherwise tender will not be considered.
Up to 15.00 hrs on 25.01.2016 in the office of Dy.Chief Engineer (Construction)-II,
7
Place of dropping of
completed tender
North central Railway, Agra Cantt, CAO, IRPMU , IRCOT COMPLEX, Shivaji bridge,
form.
New Delhi.
8
Time date & place of At 15.30 hrs on 25.01.2016 in the office ofopening of tender.
Dy.Chief Engineer (Construction)-II, North central Railway, Agra Cantt ,CAO, IRPMU ,
IRCOT COMPLEX, Shivaji bridge, New Delhi.
90 days from the date of opening of tender.
9
Validity of offer
10
Payment conditions.
The payment would be made through EFT/ECS
Dy.Chief Engineer (Construction)-II
North Central RailwayAgra Cantt.
For & on behalf of President of India
No:-Dy.CE/C/II/AGC/R/CONT-71
OFFICE OF THE
Dated: 15.12.2015
DY.CE(C)-II AGC.
Copy forwarded for information and necessary action :DRM(W) JHS,ALD, AGC.,CE(C) North ALD, Dy.CE(C) GWL, JHS ,CNB, ALD-I and ALD-II, AGC-II
CAO, IRPMU , IRCOT COMPLEX, Shivaji bridge, New Delhi for information and necessary action please.
Sr.AFA(C) AGC. He will please depute his representative to witness for tender opening on 25.01.2016 in
the office of DY.CE/C/II/AGC & CAO, IRPMU , IRCOT COMPLEX, Shivaji bridge, New Delhi.

CONTRACTOR

For DY.CE/C/II/AGC

-4-

1.
2.
3.
4.
5.
6.
7.
8.

9
10.
i)
ii)

IMPORTANT NOTE FOR INTENDING TENDERERS PLEASE ENSURE THAT :


You have signed the offer page with full name , address and witnesses filling all the
blanks.
You have filled in the required columns.
Accept the validity prescribed by the Railway in Clause No.16.
The tenderer should normally not stipulate any special conditions while submitting his
tender in such eventuality North Central Railway reserves the right to summarily
reject such tenders without assigning any reason whatsoever.
All pages are signed, corrections neatly scored out and initialed.
Please do not leave any lapses which may lead to declaration of your offer as
INVALID.
Tenderer must submit requisite earnest money in any of the acceptable form.
Tenders submitted on the strength of standing earnest money with any organisation
/Department of even North Central Railway will be dealt as without Earnest money.
The successful tenderer who have paid earnest money in any of the prescribed
forms, should convert the same as part security deposit, having validity more than
completion period. Balance S.D. for the contract will also be recovered from the
running bills @ 10% so as to reach 5% of CA value..
The successful tenderer has also to submit performance Guarantee of 5% value of
CA cost within 30 days in prescribed and acceptable way.
SOME ESSENTIAL DATA /REQUIREMENTS PERTAINING TO THIS TENDER
ARE AS UNDER:Each page of tender shall be signed by the authorized signatory of the tenderer .
Power of Attorney in favour of the signatory will be required to be furnished
Clarification of Tender documents

a)

While all efforts have been made to avoid errors in the drafting of the tender
documents, the tenderer is advised to check the same carefully. No claim on
account of any errors detected in the tender documents shall be entertained.

b)

A prospective tenderer requiring any clarification of the tender documents may


notify the Railway Administration in writing or by telefax at the Railways mailing
address indicated above. Written explanation to the query will be sent to all
prospective tenderers who have received the tender documents. Only written
communications/clarifications can be considered as valid. Notwithstanding the
above a pre-bid conference would be held for consultations as per provision of NIT.

11.

AMENDMENT TO TENDER DOCUMENTS

a)

At any time prior to the deadline for the submission of tenders, the Engineer may,
for any reason, whether at his own initiative or in response to a clarification or
query raised by a prospective tenderer, modify the tender documents by an
amendment.

b)

The said amendment in the form of an addendum will be sent to all prospective
tenderers who have received the tender documents, on or prior last date mentioned
This communication will be in writing or by telefax and the same shall be binding
upon them. Prospective tenderers should promptly acknowledge receipt thereof by
telefax to the Engineer.

iv)
a)

Reference to the Standard Codes of Practice


The contractor shall make available at site all relevant Indian standard Codes
of practice, Railway, CPWD and MOST specifications.
Wherever Indian Standards do not cover some particular aspects of
design/construction, relevant British/German/American Standards will be
referred to.

b)

CONTRACTOR

For DY.CE/C/II/AGC

-5-

c)

In case of discrepancy among Standard codes of practice, Railway


specifications, CPWD Specifications, Special Specifications and provision in
sub-clauses in this NIT, the order of precedence will be as below:
i.
Provision in N.I.T.
ii.
Special Specifications
iii.
Railway Specification
iv.

V)
VI)

Standard Codes of Practice.

iv.
CPWD Specifications.
EMD to be furnished by the Tenderer Rs.1,13,720/Tenders will be accepted at the place mentioned in the tender notice upto
15.00 Hrs. on Date 25.01.2016.

Late or delayed tenders will be dealt as per extent rules.


VII)

Period for which the tender is to be kept valid, 90 days from the last date of
submission of Tender.

VIII)

Maintenance Period - Nil.

IX)

Period of completion 04 (Four) months from the date of issue of Letter of


acceptance including monsoon & harvest season.
i) (a) The tenderer should have physically completed at-least one similar nature
of work for minimum value of 35% of the advertised cost of work within the qualifying
period i.e. the last 3 financial year and current financial year (even though the work
might have commenced before the qualifying period)
(b)
Following work shall be considered as similar work for assessment of eligibility
criteria Survey work related to RECT, PECT or FLS in connection with Railway
Projects for new line, Gauge conversion or doubling.
ii)
The tenderer should have received total contract amount of a minimum
value of 150% of advertised cost of work during last three financial years and upto
date of opening of tender in current year as per audited books of accounts/certificate
from client.
(iii)
Financial capacity, capability and past performance of an intending bidder will
be examined before awarding the work to him/her.
Note:- Tenderer should submit documents in support of minimum eligibility
criteria along with the tender . No documents in support of minimum eligibility
criteria will be accepted/entertained after opening of tender.
X)
Tender from JVs/MOU shall not be considered for the work.
XI)
The following declaration should be given by the tenderer while submitting the
tender.
XII)
DeclarationI/We have down loaded the tender document from the website
www.indian railways.gov.in & www.tenders.gov.in.
XIII)
I/We have not tempered/modified the tender forms in any manner . In case the
document is found to be tempered /modified I/We understand that my/our tender is
liable to be rejected and full earnest money deposit will be forfeited and I/We am/are
liable to be banned from doing business with Railways and/or prosecuted.

CONTRACTOR

For DY.CE/C/II/AGC

-6-

13.

13.1

13.2

13.3

13.4

13.5
13.6

PLEASE GO THROUGH FOLLOWING INSTRUCTIONS AND SUBMIT THE SAME


DULY FILLED AND SIGNED WITH YOUR OFFER.PLEASE NOTE THAT OFFERS
NOT ACCOMPANYING FOLLOWING PAGE DULY SIGNED ARE LIABLE TO BE
REJECTED.
INSTRUCTIONS
The tender document cost in acceptable form must accompany the offer otherwise
the offer will be summarily rejected. The tender document cost should be submitted
through Crossed Demand Draft (Non-refundable) on State Bank of India/scheduled
bank, Agra branch, payable to Sr.AFA(C)NCR Agra Cantt..
The tenderer should note that no alteration must be done in down loaded tender
documents. The tender documents along with corrigendums, if any, available at
web site only will be considered authorized version in case of any dispute / variation.
It must be noted that the tenderers / firms who are found to be indulging in altering
/ading or deleting the contents of tender documents, will be liable to face suitable
action which could be removal from approved list / banning/suspension of business
dealings etc.
The advertised tenders are governed by advertised tender document and global
tenders are governed by Bid Documents. Latest version of the same can be down
loaded from the link available on the tender notice page on our website at
http/www.ncr.indianrailways.gov.in./www.tenders.gov.in In addition, IRS Conditions
of contract, the basic governing conditions document can also be downloaded from
the same location.
You are requested to kindly
carefully go through the relevant
instructions/conditions/requirements contained in Tender documents / Bid documents
/ IRS conditions of contract, as the case may be, before submitting the offer. Various
conditions / instructions will be taken as read and agreed if not specifically indicated
to be disagreed / deviated.
Though all efforts have been made to ensure the correctness of all information in
web version of tender documents, however NCR administration disowns any
responsibility regarding incorrectness / data corruption etc.
Please sign and submit this page with the following declarations along with your
offer. In absence of this the offer will be rejected without any reference.
DECLARATION
a)
We have read and understood the above instructions and hereby agree to
abide by them.
b)
We are enclosing tender document cost Rs.vide Demand Draft
No.dated.issued by.
c)
We are enclosing requisite Earnest money of Rs..vide Demand
Draft / Cash Receipt No.datedissued
by
d)
We have filled and signed the tender documents and the same are enclosed
herewith.
Signature and Seal of
Tenderer
Name
Capacity / Authority to sign.
Full Address.

CONTRACTOR

For DY.CE/C/II/AGC

-7-

TENDER FORM
Tender No
Name of work:-

CEN00AGC0715
Final location survey and other preliminary activities in connection
with 4th Line between Mathura-Palwal section ( 80kms)..

To,
The President of India,
Acting through the
Chief Engineer(Construction)
Dy.Chief Engineer(Construction)
Of the North Central Railway
Agra Cantt.
I/We
have read the various condition to tender
attached here to and
hereby agree to abide by the said conditions. I/We also agree
to keep this Tender open for acceptance for a period of 90 days from the
date fixed for opening the same and in default thereof. I/We will be liable for forfeiture
of my/our Earnest Money. I/We offer to do the work for complete the work in all
respects within one month from the date of issue of acceptance letter of the tender
including monsoon and hervest season.
.
2.
I/We also hereby agree to abide by the General conditions of contract corrected
upto date and to carryout the work according to the special conditions of contract
and specifications of materials and works as laid down by the Railway in the
annexed special conditions/specifications and standard schedule of rates
corrected upto date.
3

.A Sum of Rs.113720/- is herewith forwarded as earnest money. The full value


of the earnest money shall stand forfeited without prejudice to any other rights
or remedies if :a)
I/We do not execute the contract documents within seven days after receipt of
notice issued by the Railway that such documents are ready.
b)
I/We do not commence the work within ten days after receipt of orders to
that effect.
Until a formal agreement is prepared and executed, acceptance of this tender shall
constitute a binding contract between us subject to modifications as may be mutually
agreed to between us and indicated in the letter of acceptance of my/our offer for this
work.
Signature of Witness
1.
2.
____________________
Signature of Tenderer(s)
Date:_______________________
Address of tenderer(s

CONTRACTOR

For DY.CE/C/II/AGC

-8-

ACCEPTANCE OF TENDER
I accept the Tender on reverse and agree to pay the rate as entered in the
schedule of rates and quantities at_______________ per cent ABOVE/BELOW/AT PAR
with the schedule of rates and quantities for M.S. Items and at rates indicated below for
N.S. items.

Chief Engineer(Constn)
Deputy Chief Engineer(Constn.)
Executive Engineer (Constn.)
North Central Railway
For & on behalf of President of India
Division..

Date__________________
CONTRACTOR/S
Witnesses :
(1) _________________________
(2) _________________________

CONTRACTOR

For DY.CE/C/II/AGC

-9-

INSTRUCTIONS TO THE TENDERER


1

a)

b)

c)

d)

e)

f)

g)

h)

i)

MEANING OF TERMS :In these Regulations for Tenders and Contract the following
terms shall have
the
Definitions meanings assigned
hereunder except where the contest otherwise required :"Railway" shall mean the President of the Republic
of
India or the Administrative Officers of the North Central
Railway or of the Successor Railway authorised to deal with
any matters which these presents are concerned on his
behalf.

Definition

"General Manager" shall mean the officer in administrative


charge of the whole of Railway or exercising the powers of
General Manager for the subject contract and shall mean and
include the General Manager of the successor Railway.
Chief Administrative Officer(Construction) shall mean the
officer in administrative charge of whole of Construction
Organisation of the North Central Railway or the successor
Railways
Chief Engineer" shall mean the officer in charge of the
Engineering Deptt. of North Central Railway and shall also
include the Chief Engineer (Construction), and shall mean
and include
the Chief
Engineer / Chief Engineer
(Construction) of the successor Railway.
"Engineer" shall mean the Divisional/District Engineer or the
Executive Engineer in executive charge of the works and
shall include the superior officers of the Engineering Deptt. of
the North Central Railway
i.e.the
Dy. Chief
Engineer/Chief Engineer / Chief Engineer (Construction) /
Engineer-in Chief and shall mean and include the Engineers
of the successor Railway.
"Engineer's Representative" shall mean the Assistant
Engineer in direct charge of the work and shall include any
Resident Engineer or Section Engineer or any Inspector of
the Civil Engineering Deptt. appointed by the North Central
Railway and shall mean and include the Engineer's
Representative of the successor Railway.
"Contractor" shall mean the person firm or company
whether
incorporated or not
who
enters into
the
contract
with the
Railway
and
shall include their
executors administrators, Successors
and permitted
assigns
"Divisional Railway Manager" shall mean the administrative
Officer in charge of a Division of
North North Central
Railway for the time being and shall mean and include the
Divisional Railway Manager of the successor Railway
"Tenderer" shall mean the persons, the firm or company

CONTRACTOR

For DY.CE/C/II/AGC

- 10 -

j)
k)
l)

m)

n)
o)
2
3

4
a)
b)
c)

d)
e)

who tenders for the work with a view to execute the works on
contract with the Railway and shall include their personal
representatives, successors and permitted assigns.
"Limited Tenders" shall mean tenders invited from all or
some Contractors on the approved list of Contractors with
the Railway.
"Open Tenders" shall mean tenders invited in open and public
manner and with adequate notice.
Work shall mean the works contemplated in the drawings
and schedule set forth in the tender form and description of
contract and required to be executed according to
specification.
Specificationshall mean the specifications for material
and works North Central Railway issued under the authority of
the Chief Engineer or as emplified added to or superseded by
special specifications if any appended to the tender form.
Schedule of rates North Central Railway shall mean the
schedule of rates issued under the authority of the Chief
Engineer from time to time.
Drawing shall mean the drawings, plans and tracings or
prints thereof annexed to the tender forms.
Words imparting the singular number shall also include The
Singular &
plural and vice versa where the context requires
Plural.
These regulations for tenders and contracts shall be read In
conjunction with the general condition of contract Which are
referred to here in and shall be subject to Modifications ,
addition or suppression by special Condition of contract
and/or special specifications , is any annexed to the tender
forms.
A contractor who has not carried out any work So far on this Railway should
furnish particular Regarding.
his position as an independent contractor,
his capacity to undertake and carry out works satisfactorily, as vouched for
by a responsible official or firm;
his previous experience on works similar to that to be contracted for in
proof of which original certificates or testimonials may be called for and
their genuineness verified if need be, by reference to the signatories
thereof;
his knowledge, from actual personal investigations of the resources of the
Zone or Zones in which he offers to work;
his ability to supervise the work personally or by competent and duly
authorised agents;
5

ELEGIBILITY CRITERIA FOR TENDERERS


Only those firms, which in their individual capacity satisfy the following
criteria, need to quote for this tender.
i) (a) The tenderer should have physically completed at-least one
similar nature of work for minimum value of 35% of the advertised
cost of work within the qualifying period i.e. the last 3 financial year
and current financial year (even though the work might have
commenced before the qualifying period).

CONTRACTOR

For DY.CE/C/II/AGC

- 11 -

(b)
Following work shall be considered as similar work for
assessment of eligibility criteria Survey work related to RECT,

PECT or FLS in connection with Railway Projects for new


line, Gauge conversion or doubling.
ii)
The tenderer should have received total contract amount of
a minimum value of 150% of advertised cost of work during last
three financial years and upto date of opening of tender in current
year as per audited books of accounts/certificate from client.

i)

ii

(a)The tenderer should have physically completed at least one similar


nature of work for minimum value of 35% of the advertised cost of work
within the qualifying period i.e. the last 3 financial year and current
financial year (even though the work might have commenced before the
qualifying period)
(b) Following work shall be considered as similar work for assessment of
eligibility criteria .
The tenderer should have received total contract amount of a minimum
value of 150% of advertised cost of work during last three financial years
and upto date of opening of tender in current year as per audited books of
accounts/certificate from client.
(iii) Financial capacity, capability and past performance of an
intending bidder will be examined before awarding the work to
him/her
Tender from JVs/MOU shall not be considered for the work.

Tenderers should submit documentary proof duly attested by Gazetted


officer in regard to fulfilling these eligibility criteria alongwith their offer
.The offer of tenderer who do not meet the eligibility criteria as mentioned
vide (a)to(c) above shall not be considered .

Tenderer should submit documents in support of minimum


eligibility criteria alongwith the tender . No documents in
support of minimum eligibility criteria will be accepted /
entertained after opening of tender.
5.6

Tenderers may carefully note that their contract agreement for this work is liable
to be terminated at any time later , in case any of the information furnished by
them is found to be untrue or any adverse point comes to light subsequently. The
decision of the Railway in this regard shall be final and binding .

(i)

Should a tenderer find discrepancies in, or from


the
drawings or any of the Tender Forms or
should be in
doubt as to their meaning he should at once notify the
authority inviting tenders who may send a written instruction to
all tenderers. It shall be understood that every endeavour
has been made to avoid any error which can materially affect
the basis of the tender and the successful tender shall take
upon himself and provided for the risk of any error which
may subsequently be discovered and shall make no
subsequent claim on account thereof.
The tenderer shall be required to deposit a sum of
Rs.1,13,720/- with the tender towards earnest money.
The Earnest money should be in cash or Bankers

CONTRACTOR

Omission
and
Discrepancies

Earnest Money

For DY.CE/C/II/AGC

- 12 -

(ii)

(iii)

iv)

7.2

7.3

a)

b)

cheques/Demand Drafts in favour of Sr.AFA CAO (C) NCR/Agra


Cantt.executed by State Bank of India or any of the Nationalized
Banks or by a scheduled Bank.
Earnest money if deposited in form other than cash should be
valid at least for 6 months from the date of tender opening and
should be drawn in favour of Sr.AFA(C)NCR Agra Cantt or
concerned unit.
Guarantee bonds, Government securities (Stock) certificates,
bearer bonds, promissory notes, cash certificates, etc will not be
accepted.
The earnest money wherever it is deposited in cash
should be remitted to the Chief Cashier, North Central Rly.
Allahabad. or to the Divisional Cashiers including Senior
Cashiers of the Construction units), and the receipt obtained
should be enclosed with the tender as a proof of the
deposit of requisite earnest money. The earnest money
should not be deposited at stations.
Tenders unaccompanied with full
earnest money in
requisite form will under no circumstances
be
entertained and will be summarily rejected without further
reference to the tenderer. No reference to previous
deposit of earnest money and/or security
deposit for
adjustment against the present tender will be accepted;
neither any request for recovery from any outstanding bills
for
earnest money against present tender will
be
entertained.
The earnest money for the due performance of the
stipulation
to keep the offer open till the date
specified in the
tender will be refunded to the
unsuccessful
tenderer/tenderers within a reasonable time. The earnest
money deposited by the successful tenderer/tenderers will
be retained towards the security deposit for the due
and faithful fulfilment of the contract but shall be forfeited if
the contractor fails/contractors fail to execute the Agreement
Bond or start work within a reasonable time (to be
determined by the Engineer-in-Charge) after notification of
the acceptance of his/their tender.
Before
submitting
a tender,
the tenderer
will be
deemed to have satisfied himself by actual inspection
of the site and locality of the works that all conditions
liable to be encountered during the execution of the works
are taken into account and that the percentage/rates* he
enters in the Tender Form is/are* adequate and all inclusive
to accord with the provisions in Clause 37 of the General
Conditions of Contract for the completion of works to the
entire satisfaction of the Engineer.
Time is the essence of the contract
Contractor should plan the work in such a way so as to
complete whole work within the time
provided for.

CONTRACTOR

Tender
Without
Earnest
Money

Care in
submission
of Tenders

For DY.CE/C/II/AGC

- 13 -

10

11

Contractor should submit the bar -chart showing planning of


all the item of work for proper monitoring of the contract.
c)
When work is tendered for by a firm or company of
contractors, the tender shall be signed by the individual
legally authorized representative to enter into commitments
on their behalf supported by Power of Attorney & Partnership
Deed in case of partnership firms. The Railways will not be
bound by any power of attorney granted by the tenderer or
by change in the composition of the firm made subsequent
to the execution of the contract. It may, however, recognise
such power of attorney and changes after obtaining proper
legal advice, the cost of which will be chargeable to the
Contractor
At the advertised time and place, tenders received for
contract shall be opened by a Committee of officials, and
where practicable, the names of tenderers and the rates
tendered by them read out in the presence of such of the
intending contractors or their agents as may attend.
The Railway reserves the right of not to invite tenders
for any work or works, or to invite open or limited tenders and
when tenders are called to accept a tender in whole or in
part or
reject any tender or all tenders without
assigning reasons for any such action.
The Tenderer whose tender is accepted shall be required to
appear
at the office of the General Manager / Chief
Engineer (C) / Dy.Chief Engineer(C) / Executive Engineer(C)
as the case may be in person, or if a firm or corporation duly
authorised representative shall so appear and execute the
contract documents within thirty days after notice that the
contract has been awarded to him. Failure to do so shall
constitute a breach of agreement affected by the acceptance
of the tender in which case the full value of the earnest money
accompanying the the tender shall stand forfeited without
prejudice to any other rights or remedies. In the event of any
tenderer whose tender is accepted shall refuse to execute the
contract document as herein before provided , the Railway
may determine that such tenderer has abandoned the contract

12

a)

Opening
of
Tenders
Right off
Railway to
deal with
tenderers
Execution
of contract
documents.

and thereupon his tender and the acceptance thereof


shall be treated as cancelled and the Railway shall be
entitled to forfeit the full amount of the earnest money and to
recover the liquidated damages for such default.
Every contract shall be completed in respect of the
documents it shall constitute. Not less than 5 copies of the
contract documents shall be signed by the competent
authority and the contractor and one copy given to the
contractor.
For contracts for specified works, valued at more than Form of
Rs.10000 the contract documents re- quired
to
be Contract
executed by the tenderer whose tender is accepted .
Documents

CONTRACTOR

For DY.CE/C/II/AGC

- 14 -

CONDITIONS OF TENDER
1 The drawings for the works can be seen in the Office of Chief Engineer(C) /
Dy.Chief Engineer(C) / Executive Engineer(C), North Central Railway, Agra Cantt
at any time during office hours.
2 General Conditions of Contract and Specifications for materials and works of the
North Central Railway can be seen at the office of Dy.Chief Engineer (Construction)
N.C. Railway ,Agra Cantt or obtained on payment at prescribed rate.
3 The Tenderer/ Tenderers shall quote his/their rates with reference to each item
and must tender for all the items shown in the attached Schedule. The contractor
must offer a single and common percentage rate for all M.S. and NS items. The
quantities shown in the attached Schedule are given as a guide and are
approximate only and are subject to variation according to the needs of Railway.
The Railway accepts no responsibility for their accuracy. The Railway does not
guarantee work under each item of the Schedule.
All rates for the each item of works should be written in words as well as in figures at
all the pages wherever applicable. In case of discrepancies between the rate quoted
in figures and words, the rate quoted in words will prevail.
4 Tenders containing erasures and alterations of the tender documents are liable to
be rejected. Any correction made by the Tenderer/Tenderers in his/their entries
must be attested by him/them.
5 The works are required to be completed within a period of Four months from the
date of issue of acceptance letter including monsoon and harvest season.
6 The tender must be accompanied by a sum of Rs.113720/- as earnest money
deposited in cash or in any forms mentioned in the tender notice/tender document
failing which the tender will be summarily rejected.
The tenderer shall hold the offer open till such date as may be specified in the tender.
It is understood that the tender documents have been sold/issued to the tenderer and
the tenderer is being permitted to tender in consideration of the stipulation on his part
that after submitting his tender, he will not resile from his offer or modify the terms
and conditions thereof in a manner not acceptable to the Chief Engineer(C) /
Deputy Chief Engineer(C) / Executive Engineer(C) of the North Central Railway.
Should the tenderer fail to observe or comply with the foregoing stipulation, the
amount deposited as security for the due performance of the above stipulation shall be
forfeited by the Railway. The earnest money of the unsuccessful tenderer will as
therein before provided be returned to the unsuccessful tenderers but the Railway shall
not be responsible for any loss or depreciation that may happen to the security for the
due performance of the stipulation to keep the offer open for the period specified in the
tender documents or to the earnest money while in their possession, nor be liable to
pay interest thereon.
7
8

It shall not be obligatory on the said authority to accept the lowest tender and no
tenderer/tenderers shall demand any explanation for the cause of rejection of
his/their tender.
If
the tenderer deliberately gives / tenderers
deliberately give wrong
information in his/their tender or creates/create circumstance for the
acceptance of his/their tender, the Railway reserves the right to reject such
tender at any stage.
If a tenderer expires after the submission of his tender or after the acceptance
of his tender, the Railway shall deem such tender as cancelled. If a partner of
a firm expires after the submission of their tender or after the acceptance

CONTRACTOR

For DY.CE/C/II/AGC

- 15 -

of their tender, the Railway shall deem such tender as cancelled unless the
firm retains its character.
10
The tenderer is required to produce following documents along with original
tender papers duly filled & signed at all pages.
i) Earnest money in proper form
Proforma No. I, II,III,IV, & V (attached herewith)
(a)Proforma No.I :- Particulars of tenderer.
(b)Proforma No.II :- Details of works activities similar to tendered work.
(c)Proforma No.III :- Details of all contractual works carried out during past 3
years &
current financial year.
(d)Proforma No.IV :- Details of Plant & Machinery owned by the contractor.
(e)Proforma No.V :- Particulars of Technical staff to be employed on the work.
iii)
Method statement, PERT Chart & Construction Schedule vis-a-vis deployment of
resources.
iv)
Biodata of key personnel and/or construction Engineers to be involved in this
work
v)
Document in support of financial solvency, (Solvency Certificate from State Bank
of India or Nationalized Bank).
vi)
Partnership Deed
vii)
Power of Attorney.
viii) Tender documents duly signed & completed.
xi)
Any other document the tenderers may like to submit in support of his
credentials/scheme.
11
Tenders must be enclosed in sealed cover, superscribed Final location
survey and other preliminary activities in connection with 4th Line between
Mathura-Palwal section ( 80kms). complete in all respect. must be sent by

12
13
14

15

16

registered post to the address of Dy.Chief Engineer (Construction) North Central


Railway, Agra Cantt, so as to reach his office not later than 15.00 hours on the
25.01.16
or deposited in the special box allotted for the purposes in the
office of Dy.Chief Engineer (Construction)II North Central Railway, Agra
Cantt The box will be sealed at 15.00 Hrs on 25.01.16, and will be opened at
15.30 hrs on 25.01.16.
`Delayed' & `Late' tenders will be dealt as per rules issued by Railway Board
Non-compliance with any of the conditions set-forth herein above is liable to result
in the tender being rejected.
Accepting Authority :The authority for the acceptance of the tender will rest with the CAO(C), N.C.Rly.,
/Chief
Engineer(Construction), N.C.Rly., /Dy.Chief Engineer (Construction)
N.C.Rly., who does not bind himself to accept the lowest or any other tender nor
does he undertake to assign reasons for declining to consider any particular
tender or tenders.
The successful Tenderer / Tenderers shall be required to execute an
Agreement with the President of India acting through the Chief Engineer/ Chief
Engineer(C) / Deputy Chief Engineer(C) / of the North Central Railway, for
carrying out the work according to the General Conditions of Contract and
Specifications for Works and Materials of North Central Railway.
The Tenderer shall keep the offer open for a minimum period of 90 days from the
date of opening of the tender within which period the tenderer cannot withdraw his

CONTRACTOR

For DY.CE/C/II/AGC

- 16 -

offer, subject to the period being extended further if required by mutual agreement
from time to time. Any contravention of the above condition will make the tenderer
liable for forfeiture of his earnest money.
17

18

19

Should a tenderer be retired Engineer of the Gazetted rank or any other Gazetted
Officer working before his retirement, whether in the executive/or administrative
capacity, or whether holding a personable post or not, in the Engineering
Department of any of the Railway owned and administered by the President of
India for the time being, or should a tenderer being partnership firm have as one of
its partners a retired Engineer or a retired Gazetted officer as aforesaid, or should
a tenderer being as incorporated company have any such retired Engineer or
retired Officer as one of its directors, or should a tenderer in his employment any
retired Engineer, or retired gazetted Officer as aforesaid the full information as to
the date of retirement of such Engineer or gazetted officer from the said service
and in cases where such Engineer or Officer had not retired from Government
service at least two years prior to the date of the submission of the tender as to
whether permission for taking such contract, if the contractor be a partnership
firm or an incorporated company, to become a partner or director as the case may
be, or to take employment under the contractor has been obtained by the tenderer
or the Engineer or the Officer as the case may be from the President of India or any
officer duly authorized by him in this behalf shall be clearly stated in writing at the
time of submitting the tender. Tenders without the information above referred to
or a statement to the effect that no such retired
Engineer or retired Gazetted
Officer is so associated with Tenderer, as the case may be, is liable to be rejected.
Should a Tenderer or Contractor being an individual on the list of approved
Contractors, have a relative employed in gazetted capacity in the Engineering
Department of North Central Railway, or in the case of a partnership firm or
company incorporated under the India Company Law should a partner or a
relative or the partner or a share holder or a relative of a share holder be
employed in gazetted capacity in the Engineering Department of the North
Central Railway, the authority inviting tenders shall be informed of the fact at the
time of submission of tenders, failing which the tender may be rejected, or if such
fact subsequently comes to light, the contract may be rescinded in accordance
with the provisions in Clause 62 of the General Conditions of Contract.
Should the Railway decide to negotiate with a view to bring down the rates, the
original offer will still be binding in case nothing materializes out of the negotiations.
A declaration to this effect should be submitted by the tenderer/ tenderers along
with the negotiated offer in the prescribed proforma.

CONTRACTOR

For DY.CE/C/II/AGC

- 17 -

SPECIAL CONDITIONS OF CONTRACT


(PART-I)
1.

GENERAL

1.1

These "Special Conditions and Specifications, Instructions to Tenderers and the stipulations made
in the Schedule of quantities and rates" shall govern the works executed under this contract in
addition to the " Railways Specification for Materials and Works, General Conditions of
Contract and SOR-2010 (NCR)", each, as amended by correction slips from time to time.
Where there is any conflict between these "Special Conditions and Specifications" and the
1.2
"Schedule of quantities and rates" on one hand and the " Railways Specifications for Materials
and Works, General Conditions of Contract and the SOR-2010(NCR)" on the other, the
former shall prevail.
Specifications shall mean the Specifications mentioned in the " Railways Specifications for
1.3
Materials and Works" of Central Railway or North Central Railway as per SOR applicable
Any foot note/s appearing below the item/s of the contract schedule will take precedence
1.4
over these Special Conditions.
Any Specifications / Conditions stated by the tenderer in the covering letter submitted along with
1.5
his tender shall be deemed to be a part of the contract only to such extent as have been
explicitly accepted by the Railway.
The special conditions supplement the General Conditions of Tenders and Additional General
1.6
Conditions of Tender , the General Conditions of Contract and the notes appearing under the
relevant chapters and sub-chapters of the Standard Schedule of Rates-2010 (NCR) and should be
considered a part of the contract papers. Where the provisions of these conditions are at
variance with the General Conditions of Contract, these special conditions shall prevail.
The General Conditions of Contract will mean the General Conditions of Contract as amended
1.7
and/or corrected from time to time and obtaining at the time of accepting of the tender and at the
time of execution of the agreement mentioned in Clause 15 under Conditions of Tender. It should
be the responsibility of the Contractor before submitting his tender and again before entering into
said agreement to ascertain all amendments and/or corrections made to the said General
Conditions of contract.
2.
SECURITY DEPOSIT ON ACCEPTANCE OF TENDERS :
2.1
Unless otherwise specified in the special conditions, if any, the security deposit / rate of
recovery /mode of recovery shall be as under :(a)
Security deposit for each work should be 5% of the contract value.
(b)
The rate of recovery should be at the rate of 10% of the bill amount, till the full security
deposit is recovered.
(c)
Security 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 instrument like BG, FD, etc shall be
accepted towards security deposit.
(i)
After the work is physically completed, security deposit recovered from the running bills
of a contractor can be returned to him if he so desire , in lieu of FDR/irrevocable Bank
Guarantee for equivalent amount to be submitted by him.
(ii)
In case of contracts of value Rs.50 crore and above, irrevocable Bank Guarantee can also
be accepted as a mode of obtaining security deposit.
No interest will be payable upon the earnest money and security deposit or amount payable to the
contractor under the contract , but Govt. securities deposited in terms of sub-clause 1 of this clause
will be payable with interest approved thereon.
2.2
3

PERFORMANCE GURANTEE. (PG)


The procedure for obtaining Performance guarantee is outline below:The successful bidder may give Performance Guarantee amounting to 5% of the contract value
in any of the following forms:(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

CONTRACTOR

For DY.CE/C/II/AGC

- 18 -

Performance Guarantee could be either of the State Bank of India or of any of the
Nationalized Banks;
(v) Guarantee Bond executed or Deposits Receipts tendered by all Scheduled Banks;
(vi) a Deposit in the Post Office Saving Bank;
(vii) a Deposit in the Nationalized Saving Certificate
(viii) Twelve years Nationalized Defence Certificates,
(ix) Ten years Defence Deposits;
(x) National Defence Bonds ; and
(xi) Unit Trust Certificates at 5 per cent below market value or at the face value whichever is
less;
The performance guarantee should be furnished by the successful contractor after the letter of
acceptance has been issued, but before signing of the agreement and should be valid upto 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 performance guarantee extended to cover
such extended time for completion of work plus 60 days. .
The successful bidder shall have to submit a Performance Gurantee (PG) within 30(thirty) days
from the date of issue of letter of acceptance (LOA). Extension of time for submission of PG
beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the
Authority who is competent to sign the contract agreement. However, penal interest of 15% per
annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31ist day after the date of
issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the
date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any
payable against that contract. The failed contractor shall be debarred from participating in re-tender
for that work.
Performance guarantee shall be released after the 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 respect satisfactorily. The competent authority shall normally be the authority who is
competent to sign the contract, if this competent authority is of the rank lower than JA grade then a
JA grade office (concerned with the work) should issue the certificate. The certificate, inter alia ,
should mention that the work has been completed in all respect and that all the contractual
obligations have been fulfilled by the contractors and that there is no due from the contractor to
Railways against the contract concerned . Before releasing the PG , an un-conditional and unequivocal no claim certificate from the contractor concerned should be obtained. 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.
Where ever the contract is rescinded, the security deposit shall be forfeited and the performance
guarantee shall be en-cashed and 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 JVs/MOU 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 JVs/MOU
partnership firm.
The Engineer shall not 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) In the event of :
(i) Failure by 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.

4.
4.1

4.2

(ii) Failure by 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.
USE OF MATERIALS SECURED WITH GOVERNMENT ASSISTANCE
The Railway shall not supply from its own quota to the contractors controlled or imported
commodities. Assistance will, however, be given by recommending to appropriate authorities on
contractors application for issue of import licenses and release of controlled commodities if the
Engineer is satisfied that this material is actually required by the contractors for carrying out the
work and is not available in the country.
Where any raw materials for the execution of the contract are procured with the assistance of

CONTRACTOR

For DY.CE/C/II/AGC

- 19 -

5.

6.

Government either by issue from Government, stocks or purchases under arrangements made or
permit(s) or license(s) issued by the Government, the Contractor shall hold the materials as trustee
for the Government and use such materials economically and solely for the purpose of the contract
against which they are issued and not dispose off them without permission of the Government and
return, if required by the Government, all surplus or unserviceable materials that may be left by
him after completion of the contract or at its termination for any reason whatsoever on his being
paid such price as Government may fix with due regard to the condition for any reason whatsoever
on his being paid such price as Government may fix with due regard to the condition of the
materials. The freight charges for the return of the materials according to the direction of the
purchaser shall be borne by the contractor, in the event of contract being cancelled for any default
on his part. The decision of Government shall be final and conclusive.
In the event of a breach of the aforesaid conditions, the contractor shall in addition to throwing
himself open to action for contravention of terms of the license(s) or the permit(s) and/or for
original breach of trust be liable to account to Government for all moneys, advantages or profits
resulting or which in the usual course would have resulted to him by reason of such breach.
HIRE OF PLANT & MACHINERY AND OTHER FACILITIES
The contractor shall make his own arrangements for all plants and machinery, other
facilities, equipments, tools including spare parts, fuel and consumable stores, and all labour
required to ensure efficient methodical execution of the work. The rates Quoted and accepted
shall be deemed to be inclusive of all charges of such items.On the contractor's request the
Railway may, however, give on hire plant and machinery/other facilities, equipment and tools,
if available spare with the Railway, without any commitment on the part of the Railway to do so,
in such case, the hire charges for plant and machinery per annum will be calculated to cover
interest, ordinary repairs and maintenance charges at 5%, special repairs and maintenance charges
at 10%, depreciation charges as per extant rules of the Railway, and an additional 10% on the
total of these four above, on the cost of the Plants & Machinery, which will be the present day
market value plus freight and other incidental charges increased by 12.5% supervision charges.
Hire charges for items other than plant and machinery, which do not require any form of repair
and maintenance, shall only take into account interest on capital, depreciation and an additional
10% on these two
The hire charges per day shall be arrived at by dividing the annual hire charges by 250, which
shall be assumed to be the number of working days in a year for this purpose only. These hire
charges will be payable from the day the plant is handed over to the day it is returned to the
Railway administration. If however, during this period the plant remains out of order for reasons
beyond the control of the contractor, or is withdrawn for periodic overhaul or any repairs, such
periods shall not be counted for levy of hire charges. The contractor shall enter
into a
separate agreement in this respect and the terms and conditions as per the agreement will be
final and binding on the contract
In the event of a plant or equipment or facility given on hire to the contractor not being returned
to the Railway administration in a reasonably goods working order/depreciation that it would
have suffered for the period of hire, the Railway shall treat the plant/facility as on sale, as per
extant orders of the Railway, from the date it was initially given on hire, withdrawing the hire
terms and charges.
If, however, the plant and machinery/other facilities, equipments, and tools requisitioned by
the contractor are not available in Railway's stock or the Railway decides not to supply the same
for reasons whatsoever, neither the Railway shall be bound to arrange for the supply thereof nor
will the Railway's inability to supply them be accepted as an excuse for delay in the completion
of the works/or for any claims thereof.
HANDING OVER OF SITE
Contractor should start the work within 7 days from the date of issue of acceptance letter. The
site will be handed over to the contractor/authorised representative after reporting from the
contractor's side. It will not be binding on the Railway to hand over full site at a time in the
starting to the contractor, but the site will be handed over to the contractor commensurate with
the progress of the work. A note of handing over of site to the contractor in addition to entry in
the site order book will be prepared duly signed by the Railway and Contractors representative
and submitted to the Engineer Incharge.

CONTRACTOR

For DY.CE/C/II/AGC

- 20 -

7.
7.1

7.2
7.3

7.4

7.5

8.

8.1

8.2

8.3

SETTING OUT OF WORKS :


In case of bridges the Railway will initially set out the center line of the bridge and the
alignment and fix the position of the piers and abutments. The contractor shall thereafter set out
the work and every part thereof fully. The contractor shall be responsible for maintaining the
accuracy of the alignment, positions, levels and of the work in accordance with the drawings,
directions or instructions given from time to time to him and every facility shall be given to
the engineer for checking of the same. The contractor at his own cost shall rectify an error in the
dimensions, alignments positions or levels of work set out or constructed by him to the
satisfaction of the Engineer.
In the case of building, or other structures the Engineer or his representative will set out the
centre longitudinal or the face line and at least one main cross line.
The work shall be set out by the contractor to the satisfaction of the engineer but his approval
thereto shall not, nor shall his joining with the contractor. in setting out the work relieve the
contractor from his entire and sole responsibility for correctness thereof.
The contractor shall also provide, fix and be responsible for the maintenance of all stacks template
profiles ,level marks points etc. and must take all necessary precautions to prevent these from
being removed, altered or disturbed and will be held responsible for the consequence of such
removal ,alterations for disturbances ,should the same take place and for their efficient
restatement.
Contractors shall submit detailed design calculations and drawings of centering, shuttering
involving construction of any structures across running line launching ,scheme if any and design
calculation and Drgs. of launching scheme and the centering /shuttering should be submitted to
Dy.C.E(C)Design/HQ for examination and approval . For all other structures the centering and
shuttering shall be approved by the XEN(C) / AXEN of work.
SUPPLY OF WATER AND ELECTRICITY:The contractor shall make his own arrangements for water supply. Wherever it is convenient to the
Railway Administration, the water from piped supply may be made available to the contractor,
provided the contractor shall arrange at his own expense to effect the connections and lay
additional pipe lines and
accessories to the site of work and that the contractor shall not be
entitled to any compensation for interruption or failure of the water supply. The contractor will
have to pay for such water supply from Railway well or tube wells at a rate of one per cent on
the amount of all items or work appearing in the bills payable to the contractor in respect of
which work such water has been used by the contractor and such charges shall be deducted
from sums due or payable by the Railway to the contractor from time to time.
Water
Connections to labour camps will not be permitted. Contractor has to make his own arrangement
for water supply to the labour camps.
The contractor shall make his own arrangements for the operation of mechanical equipments
required for the execution of work and/or for the purpose of lighting for working during
day/night time. Wherever, it is convenient to the Railway Administration, the electric supply
may be made available to the contractor provided the contractor shall arrange at his own
expense to effect the connections and lay additional wiring, provide meter and other
accessories on the site. Such work of laying wiring etc. shall be done under supervision of a
qualified staff and a certificate shall be required to be submitted to the effect that the work of
wiring has been done as per rules or
the work shall have to be got done through Railway
Organisation and the charges for the same shall have to be borne by the contractor as per extant
rules.
The contractor shall not be entitled to any compensation for interruption or failure of the
electric supply. The contractor will have to pay for such electric supply from Railway at a rate
agreed to between contractor and Railway Administration and such charges shall be deducted
from the sums due or payable by the Railway to the contractor from time to time
Water available locally in wells, creeks or nallahs may be brackish water at some locations. It
should be noted that no sea or brackish water shall be used in all classes of masonry, reinforced,
mass concrete work and curing of work. In addition, water used for the above works shall be
free from earthy, vegetable or organic matter, oils, acids and alkaline substance in solutions
or in suspension and impurities and shall be fit for drinking.

CONTRACTOR

For DY.CE/C/II/AGC

- 21 -

9.

WORKS INVOLVING USE OF CEMENT AND STEEL


Cement and steel for use in the works should be procured by the
contractor from the
authorised/approved manufacturers/their authorised dealers/authorised stock yards which should
conform to IS Specification.
Cement bags should be procured preferably in paper / polythene bag packing & should bear the
following information in legible markings :
i) Manufacturer's name.
ii) Registered Trade Mark of manufacturer, if any.
iii) Type of Cement.
iv) Weight of each bag in kg. or No. of Bags/Tonne.
v) Date of manufacture, generally marked as week of the
year/year of manufacture, e.g. 30/93 which means 30th week of 1993
To ensure quality control, test certificates from the manufacturers should be produced by the
contractors which should conform to the relevant specifications (latest specifications may be
incorporated).
Railways may also take samples during the course of work & get the cement and steel tested to
scertain their conformity to specifications.
When such sampling is done, it should be as per specifications laid down in relevant IS Codes..
Tests on Cement will be as per IS 4031 and any other test as specified by the Engineer or his
representative.

10.

11.

12.

The contractor should make his own arrangement for proper stacking and storing of cement,
reinforcing bars and structural steel etc. All material should be protected from any depletion.
The reinforcing bars should be protected from corrosion.
Further details have been indicated in the Special Conditions (Part-II)
PRESERVATION OF WORK
Contractor should take all care to preserve the work until taken over by the Railway in good
condition. Contractor is responsible for handing over of work to the Railway as per scope of
contract.
EMPLOYMENT OF STAFF
The contract is liable for cancellation if either the contractor himself or any of his employee is
found to be a person of Gazetted rank of Engineering Department which includes Civil,
Mechanical, Electrical, Signal & Telecommunication Departments of
Railways whether
personable or non-pensionable who after retirement has sought engagement as contractor for or
in connection with the execution of public works whether on Railway, P.W.D. or Defence
Forces or as an employee of such contractor within 2 years of his retirement without obtaining
the permission of the President of India before taking up such engagement or employment.
The Contractor shall employ the following technical staff during the execution of the
work
In terms of provision of new clause 26A.1 to the General Conditions of contract (GCC) contractor
shall also employ following Qualified Engineers during execution of the allotted work:(a) One Qualified Graduate Engineer when cost of work to be executed is Rs.200 lakh and above
and
(b) One Qualified Diploma Holder Engineer when cost of work to be executed is more than Rs.25
lakh but less than 200 lakhs.

13.

In case the contractor fails to employee the qualified engineer, as aforesaid in above para, he
in terms of provisions of Clause 26A.2 to the General conditions of contract, shall be liable to
pay an amount of Rs.40,000/- and Rs.25,000/- for each month or part thereof for the default
period for the provisions, as contained in para 12 (a) and 12 (b) above respectively.
The decision of the Engineer-in-charge as to the period for which required technical
staff was not employed by the contractor and as to the reasonableness of the amount to be
deducted from the contractor, shall be final & binding on the contractor.
INSPECTION REGISTERS AND RECORDS

CONTRACTOR

For DY.CE/C/II/AGC

- 22 -

The contractor shall maintain accurate records, plans and charts showing the dates and progress
of all main operations and the Engineer shall have access to this information at all times.
Records of tests made shall be handed over to the Engineer's representative after carrying out the
tests. The following registers will be maintained at site, by the Railways representative.
i)

ii)

iii)

iv)

v)
L
vi)
vii)
viii)
ix)
x)

Site Order Register The contractor shall promptly acknowledge orders given therein by the Engineer or his
representative or his superior officers and comply with them. The compliance shall be
reported by the Contractor to the Engineer in good time so that it can be checked.
Cement Register
This register will be maintained to record daily receipt and consumption of the cement
duly indicating the balance quantity. The quantum of the work done for the cement issued
on a particular date will also be maintained.
Steel Register
This register will record the receipts of steel items and details of reinforcements and
members wherever steel is used.
Labour Register This register will be maintained to show daily strength of labour in different categories
employed by the contractor.
Departmental labour deployment register
This register will be maintained to show daily strength of departmental
abour in different categories deployment by the Railway.
Contract agreementA copy of Contract agreement will be available at site for monitoring of work.
Schedule of itemsA copy of schedule if items will be available at site for monitoring of work.
Specification and drawings:Copy of specification & drawings will be available at site for monitoring of work.
Action plan of work.
Copy of action plan will be available at site for monitoring of work.
Material Passing & Testing Register Register will
show material brought at site, passed, rejected etc. with quantity,
specifications & test results etc.

All registers at item (i) to (vi) mentioned as above will be maintained by the representative of the
Engineer and signed by the contractor. Any other registers considered necessary by the
Engineer, shall be maintained at site in which the representative of the Engineer and the
contractor will have to sign. The registers, proforma charts, etc. will be the property of the
Railway.
Registers as mentioned above will have to be maintained depending on the scope of the work as
prescribed by Engineers/representative at site.
14.

14.1

SAMPLING AND TESTING


Contractor shall establish a field laboratory at site of work at his cost providing necessary
facilities for
performing routine type tests such as physical properties of cement, bricks,
aggregate, water, concrete including its crushing strength to the satisfaction of the Engineer-incharge. He will also arrange for the testing of physical/ chemical properties of reinforcement steel
used by him from Govt. approved test houses/Engineering Colleges to establish the quality of steel
bars used. He shall ensure that equipments provided are of latest specification and are in good
working order and got calibrated at the laboratory. The contractor shall get certain percentage of
samples tested at other approved laboratories as may be directed by the Engineer-in-charge as
confirmatory tests at his own cost.
SITE LABORATORY
The contractor shall be required to provide a site laboratory cum-site office with adequate space

CONTRACTOR

For DY.CE/C/II/AGC

- 23 -

for equipment for carrying out testing aggregates, sand and testing of concrete for compressive
strength and workability, sieve analysis arrangements for aggregates and supporting assessments.
For ensuring effective execution of work contractor shall deploy, Auto level of proper
magnification and Digital theodolite with latest specification.
.
15.
15.1
15.2
15.3

(a)
(i)
(ii)
(iii)

(b)
(c )

2.
(a)
(b)

(c )
15.4
15.5
15.6

16.
16.1

16.2

VARIATION IN QUANTITY
Quantity of item/items shown in the schedule are approximate and for guidance of the contractor /contractors.
The quantities may increase to any extent for individual items during the execution of work according to actual
need of the Railways and contractor is bound to carryout these additional quantities.
Individual NS Items in contracts shall be operated with variation of plus or minus. 25% and payment would be
made as per the agreement rate. For this , no finance concurrence would be required.
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 subject to the following conditions:
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:
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:
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:
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.
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.
Execution of quantities beyond 150% of the overall agreemental 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.
In cases where decrease is involved during execution of contract:
The contract signing authority can decrease the items upto 25% of individual item without finance concurrence.
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.
It should be certified that the work proposed to be reduced will not be required in the same work.
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 vale.
No such quantity variation limit shall apply for foundation items.
As far as SOR items are concerned, the limit of 25% would apply to the value of SOR Items as a whole, and not
on individual SOR Items, how ever in case of NS items (excluding minor value NS Items given in para 15.4
above) the limit of 25% would apply on the individual item irrespective of the manner of quoting the rate (single
%age rate or individual item rate).
SALES TAX/COMMERCIAL TAX/TURNOVER TAX IN WORKS CONTRACT
The element of sales tax/commercial tax/turnover tax in works contract, if any, shall be considered to be
included in the rates quoted by the tenderer/s in the tender schedule. Sales tax /commercial tax/turnover tax on
works contract will be recovered from the contractors bill at the rate as applicable as per rules framed by State
Govt. from time to time and remitted to the State Govt. by the Railways.
WORK CONTRACT TAX.
The contractors are liable to pay WORKS CONTRACT TAX at the rate prescribed by the respective State
Government in whose jurisdiction /Territory the works site falls, for which the contractor will be required to have
registration with the sale Tax authority of the respective state.
The contractors will have to produce the registration certificate issued by the sale tax authorities of the
respective states with in a period of two months after award of the contract ,failing which the payment of
contractor Ist on account bill will not be made .
The Railway however, deserve the right at the sole discretion of the Engineer in charge on the merits of each
individual case in the interest of the work to pass the Ist on account bill pending for producing the

registration certificate, but an amount equivalent to 4%over all value of the contractor will be
deducted from contractors on account bills towards Works contract tax for which no claims ,
what so ever ,on this account well either be entertained or considered by the Railway.

CONTRACTOR

For DY.CE/C/II/AGC

- 24 -

16.3.

17.
17.1

17.2

17.3

CESS CHARGES
Building and other construction works Welfare Cess Act 1996 in Railway Contracts
The tender for carrying out any construction work in UP (or any other State Govt). must get
themselves registered from the Registering Officer under section-7 of the Building and other
Construction works Act, 1996 and rules made thereto by the UP Govt. or any other State Govt.
and submit certificate of Registration issued from the Registering Officer of the UPGovt (
Labour Deptt.) or any other State Govt. 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 items.
TAXES, ROYALTIES AND PATENT RIGHTS.
All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties payable by the
contractor/s to the Govt. or public body or local authority and no additional amount will be paid or
claim entertained on this account by the Railway. Contractor shall not have any claim whatsoever
as a result of the increase in the rates for such royalties, taxes, duties or any other forms of levies
etc. Concessional Sales Tax Form and Octroi Exemption Certificate will be issued to Contractor
on his specific request, if legally permissible.
The contractor shall defray the cost of all royalties, fees and other payments in respect of
patents, Patent rights and licences which may be payable to patented licensee or other person or
corporation and shall obtain all necessary licences. In case of any breach (whether wilfully or
inadvertently) by the con-tractor of this provision, the contractor shall indemnify the Railway
and its officers, servants, representatives against all claims, proceedings, damages, cost charges,
loss and liability which they or any of them may sustain incur or be put to by reason or
inconsequence of, directly or indirectly, any such breach and against payment of any royalties,
damages or other money which the Railway may have to make to any person or paid in total
to the patent rights in respect of the users of any machine, instructions, process, articles,
matters or thing constructed, manufactured, supplied or delivered by the contractor to his order
under this contract.
PAYMENT OF ROYALTY CHARGES
All payment of royalty charges etc. to the State Government in connection with extraction and
supply of rubble/stone ballast/sand, from other than Railway land acquired by Railways under
Land Acquisition Act-1985, have to be borne and paid by the contractor.
The Railways in consultation with the respective State Governments will confirm percentage of
Royalty Charges to be recovered for supply of minor minerals. The Railway Administration is
entitled to deduct from the contractors and keep in deposit such amount equal to the proportionate
Royalty Charges from each on account bills and the same will be released as and when the
contractor submits a receipt/documents/clearance certificate certifying that Royalty Charges have
been paid by the Contractors, relating to the contract.
The contractor will be required to obtain a final Royalty clearance certificate from the concerned
State/Revenue Authorities/Collector and produce the same to CE(C) / Dy.CE(C) /XEN(C) after
completion of supply but before the release of final bill. If in any case the contractor fails to
produce the clearance certificate for Royalty Charges, final bills will be passed after retaining an
amount equal to the amount of unpaid Royalty charges, as intimated by the Revenue
Authorities/Collector or as calculated on the basis of relevant Rates, for payment of Royalty
Charges applicable to the area. No claim regarding interest charges for delay in payment of the
retained amount on Royalty account shall be entertained.
The retained amount will be released, at the discretion of the administration, on production of
clear Bank Guarantee covering the amount so with held towards Royalty Charges/State taxes.

17.4
18.

Form for availing concessional sales tax for supply to Government Deptt. will be issued for supply
contracts only on request of contractor if legally permissible.
PERMIT OR PARWANA
The contractor will at his own expense obtain such permits or parwana from whomsoever
necessary for carrying out work or for any other purpose as may be necessary to enable him to
perform his part of the contract. The Railway Admn. will not under any circumstances be liable

CONTRACTOR

For DY.CE/C/II/AGC

- 25 -

19.

20.

21.

22.

23.

24.
24.1

24.2

to obtain any permit or parwana whatsoever, for the contractor.


STORAGE OF INFLAMMABLE ARTICLES
No inflammable materials, such as petroleum oil etc. within the meaning of the Indian Petroleum
Act and Indian Explosives Act shall be stored at site or adjacent land until the approval of the
Railway and necessary licence under the Act has been obtained by the Contractor. All due
precautions as required under the Act shall be taken by the contractor.
(A)ANTI-LARVAL WORKS
The contractor/s shall at his/their cost carry out all anti-larval works as per the Bye/laws of the
local authorities concerned or as may be directed by the Engineer during the execution of the
work/s under this contract. If the contractor/s fails to carry out such work/s the Railway may
carry out the same and recover the cost thereof from the contractor/s in the same way as other
Railway amounts are recoverable.
(B) ANTI-MALARIA PRECAUTIONS
Every precaution shall be taken by the contractor to prevent the breeding of mosquitoes on the
works during construction and all receptacles used for the storage of water must be suitably
protected for this purpose or must be emptied at close of the work every day.
SERVICE ROADS AND APPROACHES
The rates for all items of the schedule shall be inclusive of the cost of all arrangements for
crossing all obstructions to be crossed in the course of the work over land or across water and
the cost of providing and maintenance of approach and/or service roads as may be necessary for
bringing and removing the plants, machinery and material to and from the site of work
including rent for use and/or compensation for damage if any to intervening private land
traversed by such approach/service roads, and including cost of acquisition of land, if required
for the purpose.
The contractor will be permitted to make use of available service roads of the Railways free of
cost. Railway reserves the right to make use of the contractors service road without paying
any charges to him.
RATES
Tenderer should note that the rates quoted shall embrace all operations necessary for the
satisfactory completion of the work and shall include all charges for handling, transport, lead, lift,
labour, housing, sanitation, water supply, materials, fuel, tools and plants, electric power,
workshop facilities,
machinery, security, lighting etc. and any other expenses of every
kind.
SAFE WORKING METHODS
The contractors shall at all times, adopt such safe methods of working as will ensure safety of
structures, equipment and labour, Safety Rules that should be adhered to are given as
guidelines in Appendix "A". If at any time, the Railway finds the safety arrangements
inadequate or unsafe, the contractor shall take immediate corrective action as directed by the
Rly's representative at site. Any directions in the matter shall in no way absolve the contractor of
his sole responsibility to adopt safe working methods. The contractor is responsible for
providing skilled personnel and adequate expert supervision so as to ensure complete safety.
WORKING HOURS
The contractor's attention is drawn to clause 23 of the General Conditions of Contract which
stipulates that he shall not carry out any work between sunset and sunrise without the previous
permission of the Engineer. However, on receipt of request in writing by the contractor, the
Engineer may grant permission for doing works after sunset if he is satisfied that the contractor
arrangements for so doing the work will ensure quality and workmanship and will also
ensure safety of workmen and structures. The contractor will be primarily responsible to
fulfil these conditions during the execution of works.
It will be his responsibility to provide adequate lighting at all working places as well as to ensure
safety during working. He will also appoint, if necessary, men to keep watch of the temporary
structures during the progress of the work at night.
If the Engineer is satisfied that the work is not likely to be completed in time except by resorting
to night work, he may suo-moto order the contractor to carry out the works even at night
without conferring any rights on contractor for claiming any extra payments for the same.
The contractor will be responsible to comply with all the directions and instructions given by

CONTRACTOR

For DY.CE/C/II/AGC

- 26 -

25.

26.

27.

28.

29.

30.

31

31.

32.

the Engineer in this regard.


NOTICE TO PUBLIC BODIES
The contractor shall give to the Municipality, Police and other authorities all notices that may
be required by the law and obtain all requisite licences for temporary obstructions, enclosures
and pay all fees, taxes and charges which may be liable on account of his own operation in
executing the contract. He should make good any damage to adjoining premises whether public
or private and provide and maintained any light etc. required in night.
FIGURES AND DIMENSIONS
Figures and dimensions on Drawings shall supersede measurements by scale and drawings to large
scale shall take precedence over those to a smaller .
PLEA OF CUSTOM
The plea :Custom prevailing will not on any accounts be permitted as and execuse for
infringement or any of the conditions of contract or specifications.
LEGAL CHARGES
A fee of Rs.200/- per legal document like partnership deed or power of attorney executed before
or after the execution of the contract, will be recovered from the contractor for obtaining legal
advice of the Law Officer.
CARE OF STAFF
No quarters will be provided by the Railway for accommodation of the contractor or any of his
staff employed on the work. The contractor may be allowed to erect any labour camps for
housing the labour at or near the site work on available Railway land. The contractor shall at his
own cost make all necessary and adequate arrangements for the importation, feeding and
preservation of the hygiene of his staff. The contractor shall permit inspection at all times of
all sanitary arrangements made by him, by the Engineer or his assistant or the Medical staff of
the Railway. If the contractor fails to make adequate medical and sanitary arrangements these
will be provided by the Railway and the cost thereof, will be recovered from the contractor.
FIRST-AID
The contractor shall maintain in a readily accessible place first-aid appliance including adequate
supply of sterilized dressing and sterilized cotton wool. The appliances shall be placed under
the charge of responsible person who shall be readily available during working hours.
(A) FORCE MAJEURE CLAUSE:If at any time during the continuance of this contract, the performance in whole or in part by either
party of any obligation under this contract shall be prevented or delayed by reason of any war,
hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by fire,
explosions, epidemics, strikes, lockouts or acts of God (hereinafter referred to events) provided,
notice of the happening of any such event is given by either party to the other within 21 (Twenty
one) days from the date of occurrence thereof, neither party shall by reason of such event, be
entitled to terminate this contract nor shall either party have any claim for damages against the
other in respect of such non-performance or delay in performance, and works under the contract
shall be resumed as soon as practicable after such event has come to an end or ceased to exist.
The works/completion period shall be extended by the Railway Administration for this period
without any penalty.
(B) DAMAGE, ACCIDENTS OR FLOODS OR TIDES
The contractor shall take all precautions against damages from accidents, floods or tide. No
compensation will be allowed to the contractor for his tools, plants, materials, machines and
other equipment lost or damaged by any cause whatsoever. The contractor shall be liable to
make good the damages to any structure or part of a structure, plant or material of every
description belonging to the Railway Administration, lost or damaged by any cause during the
course of contractor's work.
The Railway Administration will not be liable to pay to the contractor any charges for rectification
or repairs to any damage which may have occurred from any cause whatsoever, to any part of the
new structures during construction. No claims in this regard will be arbitrable.
TRESPASS
The contractor shall at all times be responsible for any damages or trespass committed by his
agents and workmen in carrying out the work, unless such trespass is authorised by the

CONTRACTOR

For DY.CE/C/II/AGC

- 27 -

33.

34.
(1)

(2)

(3)

Engineer.
Code Nos. description and rates given in the schedule are based on the Standard Schedule of
Rates-2006(NCR). Any discrepancies noticed at any time during the execution, currency of the
work in wording, rates, quantity of cement etc. should be rectified by reference to the printed
schedule which shall be treated as authoritative and binding on the contractor. The notes
appearing
at the beginning of each of the relevant chapters of the North Central Railway's
Standard Schedule of Rates-2006(NCR) except as modified by these special conditions will be
applicable to this contract, both for standard schedule and non-schedule items.
PROVISION OF PAYMENT OF WAGES ACT & CONTRACT LABOUR
(REGULATION & ABOLITION ACT)
The contractor shall comply with the
provisions
of the payment of Wages Act1936(amended1957) and the rules made thereunder in respect of all employees directly or through
petty contractor, sub-contractor employed by him in the works and the Contract Labour
(Regulation and Abolition) Act, 1970 and the Contract Labour (Regulation and Abolition)
Central Rules, 1971 as modified from time to time, wherever applicable and shall also indemnify
the Railway from and against any claim under the aforesaid Acts and the Rules.
The contractor shall obtain valid licence under the aforesaid Act as modified from time to time
before the commencement of the work and continue to have a valid licence until the
completion of the work. Any failure to fulfill this requirement shall attract the penal provisions
of the contract arising out of the resultant non-execution of the work.
The contractor shall pay to labour employed by him directly or through sub-contractors the
wages as per provisions of the aforesaid Act and the Rules wherever applicable.
The contractors shall not with- standing the provisions of the contract to the contrary, cause to
be paid the wages to labour indirectly engaged on the work including any engaged by his subcontractors in connection with the said work, as if the labour had been immediately employed
by him.

(4)

In respect of all labour directly or indirectly employed in the work for performance of the
contractor's part of the contract, the contractor shall comply with or cause to be complied with
the provisions of the aforesaid Act and the Rules wherever applicable .

(5)

In every case in which by virtue of the provisions of the aforesaid Act or the Rules, the Railway
is obliged to pay any amount of wages to a workman employed by the contractor or his subcontractor in execution of the work or to incur any expenditure in providing welfare and health
amenities required to be provided under the aforesaid Act and the Rules or to incur any
expenditure on account of the contingency liability of the Railway due to the contractor's
failure to fulfil his statutory obligations under the aforesaid Act or the Rules and Railway will
recover from the contractor the amount of wages so paid or the amount of expenditure so
incurred and without prejudice to the rights of the Railway under Section 20 Sub-section (2)
and Section 21 Sub-section (4) of aforesaid Act the Railway shall be at liberty to recover
such amount or part thereof by deducting it from the security deposit and/or -from any sum due
by the Railway to the contractor whether under the contract or otherwise. The Railway shall not
be bound to contest any claim made against it under sub-section (1) of Section 20 and Subsection (4) of Section 21 of the aforesaid Act except on the written request of the contractor and
upon his giving to the Railway full security for all cost for which the Railway might become
liable in contesting such claim. The decision of the Railway regarding the amount actually
recoverable from the contractor as stated above, shall be final and binding on the contractor.

(6)

If the contractor is a co-operative labour contract, Society / Vendor Co-operative Society,


there shall be no element of contractor or ex-contractors in that Society in any capacity nor shall
there be any close relative of the Contractor or ex-contractor associating with the Society as an
office bearer. The Railway administration reserve the right to terminate the con tract of the
Society at any time without any reason after giving notice of calendar month, in case of breach of
the above clause.

35.

CLAIMS

CONTRACTOR

For DY.CE/C/II/AGC

- 28 -

35.1

The contractor shall put up his claim as per clause 43 of the General Conditions of Contract during
the progress of work and not after completion of the work. All such claims shall be settled
promptly during the progress of the work.

35.2

The contractor shall not be entitled to make any claim whatsoever against the Railway under or
by virtue of or arising out of this contract, nor shall the Railway entertain or consider any such
claim, if made by the contractor after he have signed a `No Claim Certificate' in favour of the
Railway, in such form as shall be required by the Railway after the works are finally measured.
The Contractor shall be debarred from disputing the correctness of the items covered by
"No Claim Certificate" or demanding a reference to arbitration in respect thereof.

35.3

Any item of works carried out by the contractor on the instructions of the Engineer which is
not included in the accepted Schedule of Rates shall be executed at the rate set forth in
Schedule of Rates -2006 (North Central Railways)modified by the tender percentage and where
such items are not contained in the latter work will be done at the rates agreed upon between the
Engineer and the Contractor before the execution of such items of work and the contractor shall
be bound to notify the Engineer at least seven days before the necessity arises for the execution
of such items of work that the accepted schedule of rates does not include a rate or rates for the
extra work involved. The rates payable for such items shall be decided at the meeting to be held
between the Engineer and the contractor in as short period as possible after the need for the
special items has come to the notice. 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 claims or
loss or damage that may result from such procedure.
Provided always that if the contractor shall commence work or incurs any expenditure in
regard there-to-before the rates shall be determined as lastly here-on-to for-mentioned, then and
in such a case the contractor shall only be entitled to be paid in respect of the work carried out
or expenditure incurred by him prior to the date of determination as aforesaid according to
rates as shall be fixed by the Engineer. However, if the contractor is not satisfied with the
decision of the Engineer in this respect he may appeal to the Chief Engineer within 30 days of
getting the decision of the Engineer, supported by analysis of the rates claimed. The Chief
Engineer's decision after hearing both the parties in the matter would be final and binding on the
contractor and the Railway.

36.

SETTLEMENT OF DISPUTE

36.1

The settlement of dispute and differences arising out of contract shall be done as per clause 63 and
64 of General condition of contract 2005.

36.2.

Claim to be restricted to the 20% of contract value the provision of clause 63&64 of General
condition of contract will be applicable only for settlement of claims or disputes between the
parties for value less than or = 20% of the value of the contract and when
claims of disputes are of value more than 20% of the value of the contract. Provision of clause 63
& 64 & other relevant clause of the tender condition of contract will not be applicable and
arbitration will not be a remedy for settlement of such disputes.

37.

38.

SHIFTING OF ELECTRICAL/TELEGRAPH WIRES/CABLES ETC.


In some stretches, high tension grid towers/electric / telegraph/ telephone wires or posts etc. may
require shifting. It is expected that the electric lines/towers will be shifted in good time, but
in case, there is any delay on this account suitable extension in period of completion will be
considered and given to the contractor for only the affected portion and no compensation
whatsoever in this respect or due to the delay thus caused will be payable and contractor has
to adopt such methods of execution so as not to cause any damage to existing structures,
lines etc.
SAFETY PRECAUTIONS

CONTRACTOR

For DY.CE/C/II/AGC

- 29 -

39.

40.
40.1

40.2

40.3

The Safety precautions / rules relevant to this tender are placed at Annexure-A.
PRICE VARIATION AND MOBILIZATION ADVANCE
PVC is applicable to this contract.
TESTING AND FIELD LABORATORY
Contractor shall provide a field laboratory for day-to-day testing at site during the progress
of work. All the expenditure on this account shall be borne by the contractor and no extra
payment shall be made by Railway.
The contractor shall get a percentage of samples tested from other approved laboratories as
directed by Engineer-in-charge for confirmatory test without any extra payment to the contractor
unless otherwise specified in the contract.
Materials supplied by the contractor will required to be tested as required by the various codes
and specifications at contractors cost. If additional testing other than required by specification is
ordered by Engineer, the testing charges shall be borne by the Department, if the results are
satisfactory and will be borne by the contractor, if the same are found to be unsatisfactory.

41.0

FOREIGN EXCHANGE
Any demand for foreign exchange for importing of equipments & materials will not be accepted.

42.

EMERGENCY WORK
In the event of any accident or failure occurring in on or about the work or arising out of or in
connection with the construction, completion or maintenance of the works, which in the
opinion of the Engineer requires immediate attention, the Railway may bring its own workmen
or other agency to execute or partly execute the necessary work or carryout repairs if the
Engineer considers that the contractor is not in a position to do so in time and charge the cost
thereof to the contractor.
CLEARANCE OF SITE
The contractor after completion of the work shall clear the site of the work and tidy up the area
and remove leftover materials, debris etc. In case the contractor fails to do so, the same will be
removed by the Railways and the cost thereof will be charged to the contractor. Rates of work(s)
shall be inclusive of clearing the site, tidying etc. after completion of the work.
COMPLETION PERIOD
The contractor shall have to complete the work in all respects within a period of
04
months including monsoon & harvest season from the date of issue of acceptance of the tender.
The contractor shall strictly adhere to the program me framed by the Engineer or his
representative so as to complete the work within the time allotted to the contractor.
The contractor will have to employ labour in full strength commensurate with working areas
available. He will also arrange for materials and equipments to complete the job most
expeditiously within the stipulated completion period. The Engineer's decision as to what is full
strength will be final and binding on the contractor.

43.

44.
44.1
44.2
44.3

45.

46.

MAINTENANCE OF WORKS
The contractor shall be required to maintain the work effectively for a period of Nil and no part
refund of Security Deposit shall be permitted during the maintenance period mentioned above.
SPECIAL CONDITIONS FOR ISSUE OF IDENTITY CARDES BY CONTRACTORSThe
contractor is bound to issue identity card to each and every person employed by the him and
deployed for execution of the contract work as per the prescribed format provided in the tender
document, at his cost. Failure on the part of the contractor to issue identity cards to their
employees will be treated as breach of contract conditions and therefore will be dealt as per clause
No.62(VII) of G.C.C.
It is mandatory on the part of every employee, deployed by the contractors to keep in his
possession, the identity card, issued by the contractor through out the execution of the work.
Failure to possess such identity will be treated as unauthorized presence in the Railway premises.
Such persons shall be liable for prosecution as per law.
It is mandatory for the contractors to submit the list of the employees issued with the identity cards
and deployed for execution of the particular contract, to the railways Engineer at site before

CONTRACTOR

For DY.CE/C/II/AGC

- 30 -

commencement of the work and also for any subsequent changes made during the execution of the
work.

It is mandatory for the contractors to submit the list of the employees issued with
the identity cards and deployed for execution of the particular contract, to the railways
Engineer at site before commencement of the work and also for any subsequent
changes made during the execution of the work.

No claims whatsoever arising out of implementation of special conditions


pertaining to issue of identity cards shall be admissible.
IDENTITY CARD
IDENTITY CARD SR.NO.___________________________________
DATE OF ISSUE:_________________________________________
CONTRACT AGREEMENT NO.______________________________
PARTICULARS OF EMPLOYEE:
NAME OF THE EMPLOYEE:_________________________________________
II)

DATE OF BIRTH/AGE

:_______________________________________

III)

PERSONAL INDENTIFICATION MARK:_____________________________

IV)

PERMANENT ADDRESS

:_______________________________________
_______________________________________
______________________________________

(SIGNATURE OF CONTRACTOR)
(SIGNATURE/THUMB IMPRESSION OF
(The person who signed the original
EMPLOYEE)
tender document or the contract agreement)

CONTRACTOR

For DY.CE/C/II/AGC

- 31 -

Price Variation Clause


Railway Boards letter No.2007/CE-I/CT/18 pt 19 , Dated 14.12.2012.
Annexure-A
Addendum & Corrigendum Slip (ACS) to Indian Railways
General Conditions of Contract (GCC).
Clause 46A-Price Variation Clause.
46A.1 Price variation clause shall be applicable only for tenders of value as prescribed by the
Ministry of Railways through instructions/circular issued from time to time and
irrespective of the contract completion period. Material supplied free of cost by Railway
to the contractors shall fall outside the purview of Price Variation Clause. If, in any case,
accepted offer includes some specific payment to be made to consultants or some
materials supplied by Railway free or at fixed rate, such payments shall be excluded from
the gross value of the work for the purpose of payment /recovery of price variation.
46A.2 The base month for Price Variation Clause shall be taken as month of opening of tender
including extensions , if any, unless otherwise stated elsewhere. The quarter for
applicability of PVC shall commence from the month following the month of opening of
tender. The Price Variation shall be based on the average Price Index of the quarter
under consideration.
46A.3 Rates accepted by Railway Administration shall hold good till completion of work and no
additional individual claim shall be admissible on account of fluctuations in market rates,
increase in taxes/ any other levies/tolls etc. except that payment/recovery for overall
market situation shall be made as per Price Variation Clause given hereunder.
46A.4 Adjustment for variation in prices of material, labour, fuel, explosive, 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, Explosive, detonators, steel , cement, concreting, ferrous,
non-ferrous, insulators, zinc , Erection etc. However, for fixed components, no price
variation shall be admissible.
46A.6 The percentage of labour component, material component, fuel component etc , in
various types of Engineering works shall be as under:
Component
Percentage
(A) Earthwork contracts
Labour component
50%

Component
Other
Material
Components
Fixed Component*

Fuel component
20%
(B) Ballast and Quarry Products contracts
Labour component
55%
Other
Material
Components
Fuel component
15%
Fixed Component*
(C) Tunnelling contracts

CONTRACTOR

Percentage
15%
15%
15%
15%

For DY.CE/C/II/AGC

- 32 -

Labour component
Fuel component

45%
15%
15%

Detonators Component
Other
Material
Components
Fixed Component*

Explosive component
(D) Other works contracts
Labour component
Material component

5%
5%
15%

30%
40%

Fuel component
Fixed Component*

15%
15%

* It shall not be considered fore any price variation.

Railway Boards letter No.2007/CE-I/CT/18 pt 19 , Dated 14.12.2012.


Annexure-A
46A.7 The amount of variation in prices in several components (Labour material etc) shall be
worked out by the following formulae:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)

P
Rx(I-I. ) x
I.
100
M= Rx(W-W.) x Q
W.
100
U= Rx(F-F. ) x
Z
F.
100
X= Rx(E-E. ) x S
E.
100
N= Rx(D-D. ) x I
D.
100
Ms=O x (Bs-Bso)
Mc=A x (Wc-Wco)/Wco

L=

Where,
L
M
U
X
N
Ms
Mc

Amount of Price Variation in Labour.


Amount of Price Variation in Material.
Amount of Price Variation in Fuel.
Amount of Price Variation in Explosive.
Amount of Price Variation in Detonators.
Amount of Price Variation in Steel.
Amount of Price Variation in Cement.

O.
Weight of steel in tonnes supplied by the
contractor as per the on-account bill for the month under

consideration.
R

Gross value of work done by contractor as per on-account bill(s) excluding cost of
materials supplied by Railway at fixed price. This will also exclude specific payment, if
any, to be made to the consultants engaged by contractors ( such payment will be
indicated in the contractors offer).

Value of cement supplied by contractor as per on account bill in the quarter under
consideration.

I.

Consumer Price Index Number for Industrial Workers-All India- Published in R.B.I.
Bulletin for the base period.

Consumer Price Index Number for Industrial Workers-All India- Published in R.B.I.
Bulletin for the average price index of the 3 months of the quarter under consideration.

Wo

Index Number of wholesale Prices By Groups and Sub-Groups All commodities- as


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

CONTRACTOR

For DY.CE/C/II/AGC

- 33 -

Index Number of wholesale Prices By Groups and Sub-Groups All commodities- as


published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter
under consideration.

Fo

Index Number of wholesale Prices By Groups and Sub-Groups for fuel,power, Light
and Lubricants as published in the R.B.I. Bulletin for the base period.

Railway Boards letter No.2007/CE-I/CT/18 pt 19 , Dated 14.12.2012.


Annexure-A

Eo
E

Do
D

Bs

Bso

Wco
Wc
C
Co
Z.

Zo
Cu

Index Number of wholesale Prices By Groups and Sub-Groups for fuel, power, Light
and Lubricants as published in the R.B.I. Bulletin for the average price index of the 3
months of the quarter under consideration.
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.
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.
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.
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.
SAILs (Steel Authority of India Limited) ex- works price plus Excise Duty thereof (in
rupees per tonne) 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.
SAILs ex- works price plus Excise Duty thereof (in rupees 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.
Index Number of wholesale Price of sub-group (of Cement) as published in RBI Bulletin
for the base period.
Index Number of wholesale Price of sub-group (of Cement) as published in RBI Bulletin
for the average price index of the 3 months of the quarter under consideration.
RBI wholesale Price Index for cement for the month which is six month prior to date of
casting of foundation.
RBI wholesale Price Index for cement for the month which is one month prior to date of
opening of tender.
IEEMA price for Zinc for the month which is two month prior to date of inspection of
material.
IEEMA price for Zinc for the month which is one month prior to date of opening of
tender.
IEEMA price for Copper wire bar for the month which is two month prior to date of
inspection of material.

CONTRACTOR

For DY.CE/C/II/AGC

- 34 -

Cuo
Sf
Sfo
In
Ino

IEEMA price for Copper wire bar for the month which is one month prior to date of
opening of tender.
IEEMA price Index for Iron & steel for the month which is two month prior to date of
inspection of material.
IEEMA price Index for Iron & steel for the month which is one month prior to date of
opening of tender.
RBI wholesale price index for structural Clay Products for the month which is two
months prior to date of inspection of material.
RBI wholesale price index for structural Clay Products for the month which is one
months prior to date of opening of tender.
P
Q
Z
S
T
G
H
J
W

% of Labour component.
% of Material component
% of Fuel component.
% of Explosive component
% of Detonators component.
% of Concreting component
% of Ferrous component
% of Non-Ferrous component
% of Zinc component.

46A.8 The demands for escalation of cost shall be allowed on the basis of provisional indices
made available by Reserve Bank of India. Any adjustment needed to be done based on
the finally published indices shall be made as and when they become 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 :
in Category of steel produced by SAIL whose Exworks price plus Excise Duty would be adopted to
determine price variation .
other TMT 8mm IS 1786 Fe 415/Fe500

SL

Category of steel
Railway work.

Reinforcement bars and


rounds
All types and sizes of angles.
Angle 65x65x6mm IS 2062 E250A SK.
All types and sizes of plates.
M.S.Plates above 10-20mm IS 2062 E250A SK.
All types and sizes of channels and Channels 200x75mm IS 2062 E250A SK.
joists.
Any other section of steel not Average of price for the 3 categories covered under
covered in the above categories and SL 1,2 & 3 above.
excluding HTS.

2
3
4
5

supplied

46A.10 Price Variation During Extended period of contract.


The price adjustment as worked out above ,i.e. either increase or decrease shall be
applicable upto the stipulated date of completion of work including the extended period
of completion where such extension has been granted under clause 17-A of the General
Condition of Contract. However, where extension of time has been granted due to

CONTRACTOR

For DY.CE/C/II/AGC

- 35 -

contractors failure under clause 17-B of the General Conditions of Contract, price
adjustment shall be done as follows:
(a) In case the indices increase above the indices applicable to the last month of original
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 Condition 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.

CONTRACTOR

For DY.CE/C/II/AGC

- 36 -

1.

4.

5.

6.

6A.

ANNEXURE-`A'
SAFETY RULES
Suitable scaffolds should be provided for workmen for all works that cannot safely be done
from the ground or from solid construction except such short period work as can be done safely
from ladders. When a ladder is used an extra labourer shall be engaged for holding the ladder
and if the ladder is used for carrying materials as will, suitable foot-holds and hand holds
shall be provided on the ladder and the ladder shall be given an inclination not steeper than one
horizontal to four vertical.
Scaffolding or staging more than 3.5 metres above the ground or floor swung or suspended from
an overhead support or erected with stationary support shall have a guard rail properly attached
bolted, braced and otherwise secured above the floor or platform of such scaffolding or
staging and extending along the entire length thereof with only such opening as may be
necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to
prevent it from swaying from the building or structure.
Working platform gangways and stairways should be so constructed that they should not sag
unduly or unequally, and where the height of the platform or the gangway or the stairway is more
than 3.5 meters above ground level or floor level, they should be closely boarded, should have
adequate width and should be suitably fastened as described in the para above.
Safe means of access shall be provided to all working platforms and other working places.
Every ladder shall be securely fixed. No portable single ladder shall be over 10 metres in
length while the width between side rails in swung ladder shall in no case be less than 300 mm
for ladder upto and including 3.5 metres in length. For longer ladders this width should be
increased by at least 20 mm for each additional metre of length. Uniform steps spacing shall
not exceed 300 mm. Adequate precautions shall be taken to prevent danger from electrical
equipment. No materials on any of the sides of work shall be so stacked or placed as to cause
danger for inconvenience to any persons or the public.
The contractor shall provide all necessary fencing and lights to protect the public from
accident, and shall be bound to bear the expenses of defence of every suit action or other
proceedings at law that may be brought by any persons for injury sustained owing to neglect of
the above precautions and to pay any damages and cost which may be awarded in any such suit
action or proceedings to any such persons or which may with the consent of the contractor be
paid to compromise any claim by any such person.
Before any demolition work is commenced and also during the process of the work :(a)
All roads and open areas adjacent to the work site shall either be closed or suitably
protected.
(b)
No electric cable or apparatus which is liable to be a source of danger over a cable or
apparatus used by the operator shall remain electrically charged.
(c)
All practical steps shall be taken to prevent danger to persons employed from risk of fire
or explosion of flooding. No floor, roof or other part of the building shall be so
overloaded with debris or materials as to render it unsafe.
All necessary personal safety equipment as considered adequate by the Engineer-in-charge
should be kept available for the use of the persons employed on the site and maintained in a
condition suitable for immediate use and the contractor should take adequate steps to ensure
proper use of equipment by these concerned.
(a) Workers employed on mixing asphalt materials, cement
and live mortar shall be
provided with protective goggles.
(b) These engaged in white washing and mixing or attacking of cement bags or any
materials which is injurious to the eyes shall be provided with protective goggles.
(c) Those engaged in welding works shall be provided with welder's protective eye sight
lids.
(d)
Stone breakers shall be provided with protective goggle and protective clothing and
seated at sufficiently safe intervals.
In case the contractors have to ply vehicles for the purpose connected with the contract adjacent to
Railway track the Railway Administration will be at liberty to post an experienced staff as flag
man for guidance of the movements such vehicles so as to prevent accidents and the contractor
will bear wages including all etc. of the staff posted as flag man for the period of Contract for

CONTRACTOR

For DY.CE/C/II/AGC

- 37 -

7.

8.

such periods during which such staff is posted for the purposes. The Rly. Administration will be
sole judge in the absolute discretion, of the fact that it is necessary to post any staff, that which
of the staff will be suitable for the purpose, that what should be the wages and other allowance
payable by the contractor for staff posted for the purpose. The Rly. Administration will have a
right without prejudice to other remedies to deduct the wages etc. of such staff from the bills of
the contractor in respect of this contract of from any moneys or the contractor whatsoever
available with the Railway Administration. The contractor will be liable for any over payments
under Workman Compensation Act on account of any injury sustained to Railway servant during
that period.
When the work is done near any place where there is risk of drowning, all necessary equipment
should be provided and kept ready for use and all necessary steps taken for prompt rescue of any
persons in danger and adequate provision should be made for prompt first aid treatment of all
injuries likely to be sustained during the course of the work.
Use of hoisting machines and tackle including their attachment anchorage and supports shall
conform the following standards or conditions :
(a) (i)
These shall be of good mechanical construction, sound materials and
adequate strength and free from patent defect and shall be kept in good repair
and in good working order.
(ii)

(b)

(c)

9.

10.

10(a)

11.

Every rope used in hoisting or lowering materials or as a means of


suspension shall be of durable quality and adequate strength and free from
patent defects.
Every Crane Driver or hoisting appliances operator shall be properly
qualified and no person under the age of 21 years shall be in-charge of any
hoisting machine including any scaffolding.
In case of every hoisting machine and of every cabin ring, shackle, swivel and
pulley block used in hoisting or as means of suspension safe working load
shall be ascertained by adequate means. Every hoisting machine and all
gear referred to above shall be plainly marked within the safe working load.In
case of a hoisting machine having a variable safe working load, each safe
working load of the conditions under which it is applicable shall be clearly
indicated. No part of any machinery or any gear referred to above in this
paragraph shall be loaded beyond the safe working load except for the purpose
of testing.

Motors, gearing transmission, electric wiring and the dangerous part of hoisting appliances
should be provided with efficient safe guards, hoisting appliances should be provided
with such means will as reduce to the minimum the risk of accidental descent of the load,
adequate precautions should be taken to reduce to the minimum the risk of any part of a
suspended load becoming accidentally displaced. When workers are employed on
electrical installations which are already energized insulating mats, wearing apparel, such as
gloves, sleeves and both as may be
necessary should be provided. The workers should
not wear any rings, watches and carry keys or other materials which are good conductors
of electricity.
All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in safe condition and no scaffold ladder or equipment shall be altered or
removed while it is use. Adequate washing facilities should be provided at or near places of
work.
The work above Railway track and in the vicinity of track should be carried out under safety
precautions issued by PCE safety circular issued on the subject.
USE OF EXPLOSIVE
Explosive shall not be used on the work or brought to the site by the contractor without the

CONTRACTOR

For DY.CE/C/II/AGC

- 38 -

12.

13.

14.

15.

written permission of the Engineer. After such permission is given, the explosives will be
stored and used as per extant explosive rules of the Government of India/State Government.
These safety provisions should be brought to the notice of all concerned, display on a
notice board at a prominent place at the work spot. The persons responsible for compliance
of the safety code shall be named herein by the contractor.
To ensure effective endorsement of the rules and regulations relating to safety precautions,
the arrangements made by the contractor shall be opened to inspection by Labour
Officer/Engineer-in-charge of the Department or their representative.
Precautions while working in the vicinity of track :(a)
When the work is required to be done along or near existing Railway track, the
contractors shall take steps as are necessary for the safety of the track, labour working at
site. He/They will also be required to programme his/their working so as not to interfere
with movement of trains. No extra payment shall be allowed for these precautions. It
should be ensured that the ballast of the track is not spoiled or mixed with earth.
(b)
In addition to the precautions taken by the contractors for the safety of the track and
labour, it may be necessary to post flagmen in some locations as additional safety
measure. The contractor(s) shall be fully responsible for any damage to or trespass
caused by his/their men to surrounding structure, Rly. bears no liability whatsoever on
this account.
Not withstanding the above clause from (1) to (14) there is nothing in these
to exempt the contract or the operation of any other act or Rule in force in the
Republic of India.

CONTRACTOR

For DY.CE/C/II/AGC

- 39 -

DESCRIPTION OF CONTRACT
(SCOPE OF WORK)
Detailed scope of work involved in the tender to be given below.
Final location survey and other preliminary activities in connection with 4th Line
between Mathura-Palwal section ( 80kms).

Scope of work
1.

Conducting final location detailed survey including transferring the finalized


alignment on ground with cement concrete mattams as per scope, terms of
reference , relevant provision of Indian Railway code for Engineering department.

2.

Preparation , submission of drawings , maps, index plans, sections stations yards,


junction arrangement.

3.

Preparation of land plans and land acquisition from revenues.

4.

Sub soil exploration, SPT in all type of soil strata, preparation and submission of
geological report, with recommendation of type of foundations etc.

5.

Site selection for major & important bridges traversing of catchments area,
collection of hydrological data & preparation of General arrangement drawing.

CONTRACTOR

For DY.CE/C/II/AGC

- 40 -

SCHEDULE OF RATE AND QUANTITIES


I. Name and place of work - Final location survey and other preliminary activities in
connection with 4th Line between Mathura-Palwal section ( 80kms).
II. Approximate contract value of works

Rs 56.86 lakhs

i. Schedule of drawings___________________________________________
ii. Schedule of approximate quantities and rates _______________________
(A)
SN

SS.R. ITEMS
SSR
DESCRIPTION
ITEM
S NO

UNIT

APPROX
QTY.

Rate

In Fig
1

3
As per schedule
attached

Amount

In
words
7

Total
(A)
(B)NS ITEMS
SN SSR
DESCRIPTION
ITEM
S NO

UNIT

APPROX
QTY.

Rate

In fig
1

3
As per schedule
attached

Amount

In
words
7

Total
(B)

CONTRACTOR

For DY.CE/C/II/AGC

- 41 -

OFFER SHEET
NAME OF WORK:-

Final location survey and other preliminary activities in


connection with 4th Line between Mathura-Palwal
section ( 80kms).

..

I/We agree to carryout the work with common and single percentage above /below/at par
the estimated rates by Railways as under:SN

Description

1
1

2
Items No.NS 1 to 16

TOTAL

Rlys estimated rates


(Rs.)

3
As per LAR

Rlys estimated
amount (Rs.)

4
56,86,121.31

Tenderers
percentage
above/below/at
par
5

56,86,121.31

Notes for guidance :(i)

Tenderer should quote his single and common percentage rate in column5 only
above/below/at par the Rlys estimated rates in column 3 on the basis of which
Railways estimated amount is worked out in column 4.

(ii)

Percentage rates to be quoted both in figures & words.

(iii)

Only one common and single percentage should be quoted for both parts i.e.
MS items and NS items.

02

It is certified that I/ We have inspected the site of work and acquainted


myself/ourselves with local conditions.

03.

I/We have carefully gone through the specifications, special conditions etc.
attached with the Tender Documents.

04.

I/We undertake to keep on this offer valid for 90 days period as indicated in the
tender form from date of opening of tender and further not to revoke the same
before the expiry of such period.
SIGNATURE OF TENDERER

CONTRACTOR

For DY.CE/C/II/AGC

- 42 -

Schedule of rates and quantities for the work of Final location survey and other preliminary activities in
connection with 4th Line between Mathura-Palwal section
S
NS
Description
Unit
Rate
Qty
Amount
N
Item
1
NS-1
Conducting final location survey for PECT
P/km
20459.65
80
1636772.00
alignment with necessary modification if
required including transferring the finalized
alignment on ground with CC/Stone pillers ,
wooden pegs of required size and interval as
directed by Engineer incharge. Firm shall
conducting detail Engineering construction
survey including theodolite traversing using
tenderer's own engineers , labour tools &
plants
,
equipment,
material
and
transportation with all lead and lift , duly
taking all safety precautions to ensure safety,
refinement of alignment with a view to
achieve economy in construction etc.
complete using survey instruments like to talk
Station , Auto level etc , as per the scope,
terms of reference, relevant provisions of
Indian Railways Code for Engineering
department, special conditions of tender and
as directed by the Engineer in charge
complete in all respect.
Note-:This item includes detailed levelling, check levelling, and closing thereof on the same day
for fixing of TBM's at required interval as directed by Engineer in charge also. The ground levels
will be recorded at every 50m interval.
The rate includes and fixing CC M-20 pillars at an interval of 100meters. Payment for supply
and fixing of CC/Stone pillars will be made separately under NS/4
(iii) 90% payment will be made during progress of work. Balance 10% payment will be released
after finalisation of all the alignments viz.loop liness, X-overs,etc. on the ground.
2

NS-2

Preparation, submission and approval of General


No.
1210.50
5
6052.50
map to scale of 25kms to 1 cm index map to a
scale of 2.5km to 1 cm. and detail index plan &
section in autocad as per para 449 , 450 & 451 of
engineering code with complete details as
directed by engineer in charge to a scale of
0.5km to 1 cm in horizontal and 10m to 1 cm
vertical.
Note-(i)The above item will be executed only after approval of L-section sheets.
(ii) The contractor will supply original tracing of approved quality and 6 fero copies and soft copy
on CD in Autocad.

NS-3

Preparation, submission and approval of Lsection sheet as per Railway's norms and
indicating all details as per para 452 to 464 of
engineering code and as directed by engineer in
charge to a scale of 50m to 1 cm horizintal and
5m to 1 cm vertical.

1
2

No.

8097.81

32391.24

Note :- The level shall be shown at every 50 m


interval.
The proposed and existing level and structural shall be shown in Red & BLACK respectively.

CONTRACTOR

For DY.CE/C/II/AGC

- 43 -

If any other additional information is required ,to be mentioned in the plan deemed essential by
the administration , nothing extra shall be paid on this account.

The reduced level of obligatory point viz bridges shall be taken as per the various bridge
proposal.

The reduced level shall be connected with standard GTS bench mark.

The final L-section shall be supplied in six prints and one original tracing along with level books
properly binded.

NS-4

NS-5

Supply and fixing cast in situ or precast M 20


concrete pillars of different sizes as per scope of
works & technical specifications with contractor's
own materials, tools and plants including all
leads and lifts and crossing of track etc complete.
Preparation of land plan on tracing papers (95 to
100 microns) /tracing cloth and submission of
land acquisition proposals in 7 or more copies as
per revenue department requirements including
collection of property records. Abstract including
super imposition of revenue record on proposed
alignment and calculation of area to be acquired.
Preparation of statement of area to be acquired
along with the land owners details etc. This item
also includes submission of proposal in
respective revenue officials alongwith follow up
for joint measurement orders according to
approved alignment and boundaries duly
showing survey /khasra no., name of village as
required by land acquisition officer on the
prescribed performa to the satisfaction of
engineer in charge and approved by Railway
department with contractor's tools plants etc
complete.

CONTRACTOR

P/No
.

267.35

2000

534700.00

P/K
m

11889.62

20

237792.40

For DY.CE/C/II/AGC

- 44 -

NS6(a)

876.31
80
70104.80
Drilling holes of 100-150mm diameter in all type P/R
M
of soil (sand, silt or clay) by mechanical method
to the various depths up to 30m upto refusal
strata ( refusal means when SPT/number of
blows will be more than 50 for 30cm of
penetration) whichever is earlier including
(a)conducting of standard Penetration tests in
the bore holes at regular intervals of 1.5 mtr(b)
Collection of disturbed and undisturbed soil
samples from the bore holes at regular
intervals(c _)recording of water table if met within
the depth drilled. (d)Conducting all the necessary
laboratory tests on the samples collected as
specified in special tender conditions to
determine engineering properties of soil in order
to analyze the being capacity, and (e)
Preparation and submission of geotechnical
report (in four copies) recommending the type of
foundation and the safe bearing pressure of soil
all as per relevant B.I.S. code including
mobilization of testing
of testing plant
accessories and other site test equipments and
personal etc.
Note:- Soil samples taken at site shall be submitted in wooden boxes, arranging the same in
chronological order for record of the Railway.

NS6(b)

Drilling 85mm dia bore holes with Nzbit through


100/150 mm dia holes to a maximum depth of
4m below the depth of item No.NS-6(a) above in
all types of soil and rock strata and cleaning the
bore by collecting disturbed, undisturbed
samples, collection of Rock sample, with its RQD
values. This is also including conducting
unconfined compressive strength test at selected
rock specimen.

NS-7

Site selection for major and important bridges P/No


9691.41
5
48457.05
including leveling for profile of stream bed,
leveling of 1.5 km bed on up stream and down
stream side , traversing for catchments areas of
the stream, collection hydrological calculation for
deciding water way or bridges , construction of
pucca CC mattams on approaches and
preparation of GAD plan for bridges etc
complete.
Note_Tenderer/Contractor has to arrange vehicle for site inspection by Railway Officials during
survey period at his own cost. No extra payment will be made on this account.
The tenderer/contractor has to quote individual rate for each item of work.

1
2

CONTRACTOR

P/R
M

1197.13

80

95770.40

For DY.CE/C/II/AGC

- 45 -

Nos

5843.36

52590.24

NS-8

Preparation of ESPs of various stations on AUTO


CAD for doubling as per requirement of NCR
showing existing & proposed position of tracks
and related structures (based on concept plans)
and submission of one advance copy on white
paper and further one copy on tracing after
incorporating suggested corrections for approval
of B class stations with more than three lines.

Note

The colour scheme to be followed in the drawing shall be as per standard prectice of NCR or as
per the direction of engineer in charge.

NS-9

Preparation and supply of one copy on tracing


and two draft copies on white prints on LWR
plans as per IRPWM as per enclosed special
condition with consultants own T&P ,
consumable etc.

Km

191.11

80

15288.80

10

NS-10

Preparation of the general arrangement drawing


cum working drawings for the minor bridges as
per 25T loading standards including the
compliance of the observations of the
Railway/Proof Checking agency and getting final
approval.

Each

8541.64

144

1229996.16

11

NS-11

Each

68815.96

275263.84

12

NS-12

Each

90560.32

362241.28

13

NS-13

Each

13491.39

10

134913.90

14

NS-14

Preparation & submission of structural design &


detailed drawings duly proof checked by proof
consultant for each Foundation.
Preparation & submission of structural design &
detailed drawings duly proof checked by proof
consultant for each Pier/Abutment.
Drafting of plans ( mini diagrams & others) A1 to
A4 size for works in the jurisdiction of N.C.
Railway
Preparation & submission of structural design &
detailed drawings duly proof checked by proof
consultant for each box for RUB with Box
Pushing Method confirming to both railway and
road loading simultaneously.

Each

321223.50

642447.00

15

NS-15

Each

74128.50

74128.50

16

NS-16

Each

118605.60

237211.20

Preparation & submission of structural design &


detailed drawings duly proof checked by proof
consultant for each Thrust Bed for Box Pushing
Preparation & submission of structural design &
detailed drawings duly proof checked by proof
consultant for each Retaining Wall for
ROBs/RUBs.
TOTAL

CONTRACTOR

5686121.31

For DY.CE/C/II/AGC

- 46 -

ADDITIONAL SPECIAL CONDITIONS & SPECIFICATIONS.


1.1.0 CEMENT
1.1.1

GENERAL

1.1.2

MASTER SCHEDULE ITEMS


The cost of Cement for the work is included in the rates for Master schedule items
mentioned in the tender.
NON SCHEDULE ITEMS
The rates to be quoted by the tenderer shall be inclusive of the cost of the cement .No
extra payment towards cost of cement will be payable.

1.1.3

The Railway will not supply any cement for the works. The contractor(s)/has/have to
procure the cement required for the work from the market and transport the same to the
site of work at his/their own cost including all taxes. Octrai etc. and including all lead and
handling etc.

1.1.4

The cement should be purchased by the contractor(s) only from the authorised, Approved
manufacturers or their authorised agent. The contractor(s) should produce the
documented proof such as bill Challan , etc. from such authorised manufacturers/ Agents
from whom the cement is purchased for every lot of cement brought at site and to be
verified by the Railways representative. The cement brought at site without such
documental proof will not be permitted to be used in the work.

1.1.5

The cement as approved by the Railways representative will be properly stacked at site
in the godown constructed by the contractor at his own cost. The contractors should keep
the cement under their safe custody and will be made accessible to the Railway/ to the
Railways representative to physically verify and check at any time.

1.1.6

The contractor will be fully responsible for the safeguard of the cement alongwith other
materials and the Railway will not compensate for any damage, loss or theft of the
cement or any other materials at site.

1.1.7

Any delay in procurement of cement will not be considered as cause for granting
extension for the date of completion.

1.1.8

QUALITY OF TESTING.
The cement used shall be any of the following, with the prior approval of the Engineer.
(a)
43/53 Grade Ordinary Portland Cement conforming to IS 12269(Latest)
(b)
Rapid hardening Portland Cement conforming to IS:8041(Latest)
(c)
High strength Portland Cement conforming to IS:1040.
(d)
Portland Slag Cement conforming to IS: 455(Latest)
NOTE: Portland slag Cement shall not be used for prestressed concrete works.
(e)
Portland Pozzolana Cement conforming to IS: 1489(Latest)
When Portland Pozzolana Cement is used, it is to be ensured that proper damp
curing of concrete is done at least for 14 days and supporting from work is not
removed till concrete case attains at least 75% of the design strength
NOTE: Portland Pozzolana Cement IS 1489 shall not be used to PSC works.

CONTRACTOR

For DY.CE/C/II/AGC

- 47 -

In aggressive environment where sulfate and Chloride lons are present in


abundance, preferably Ordinary Portland Cement with moderate sulfate resisting
properties conforming to specifications as given in table below may be used.
Specification for ordinary portland Cement
(With moderate Sulfate resisting
properties)
Sr.No

Charactristies

I T E M
Not less than Not More than

Ratio of Perecentage of lime


Parentage of silica, alumina
To and iron oxide,when
Calculated by the formula
Given in IS:269.
0.80
1.02
2.
Ratio of percentage
0.86
of alumina to that of iron
oxide.
3.
Magnesia(%by wt)
5.0
4.
Loss on ignition(%by wt)
4.0
5.
Tricalcium acuminate content 6.0
10.0
(C3A)(%)
6.
Tricalciqm silicate contents
40.0
7.
Physical properties fineness
2800.00
3200.00
(Cm2/g)
8.
ScundnessDe Chatalier
5.0mm
9.
Setting time
(a)Initial(In minutes)
60.0
(b)Final(In minutes)
60.0
10.
Compressive strength
(a)7 days(N/mm2)
29.5
(b)28 days(N/mm2)
41.7
NOTE : The method of testing to determine the above characteristies and ascertaining the results,
shall conform to the procedure prescribed in IS: 269. The cement should be net weight 50 Kg in
bag. Cement bags should be preferably in paper bag polyphone bag packing and should bear the
following information in legible markings.
i)
ii)
iii)
iv)
v)
1.1.9

Manufacturers Name.
Registered trade mark of Manufacturer, if any.
Type of cement with ISI Code No.
Weight of each bag in Kg.
Date/month of Manufacture with Year.
Random specimen samples of cement taken from the lot brought at site should be tested
at any authorised/approved Engineering institute/reputed laboratory, for its physical and
chemical properties as specified in the IS specification (I-4031) and any other tests as
specified by the Engineer or his representative. Some of the tests which should be carried
out are :i)
Compressive strength.
ii)
Initial and final setting time.
iii)
Consistency.

CONTRACTOR

For DY.CE/C/II/AGC

- 48 -

iv)
Soundness.
These test will be got carried out by the Rlys Representative and the arrangements and cost of
tests including cost of cement for testing will be borne by the contractor. Such tests should be
done invariably at every change of batch of cement and at times when it is found necessary at the
discretion of the site Engineer/ his representative at site.
1.1.10 To ensure quality control test certificate from the Manufactures should be
Produced by the contractors, which should conform to the relevant specification.
1.1.11

1.1.12

Rejected lot should be removed from the site immediately by the


contractors.
CEMENT CONTENT.
The appropriate value of minimum cement content for different exposure
conditions are given below for RCC and PSC separately.
MINIMUM CEMENT CONTENT
DISCRIPTION
RCC(Kg/m3)

PSC(Kg/m3)

Mild
325
400
Moderate
325
400
Severe
350
425
Very severe
400
450
However, cement content in excess of 530Kg/m3 should not be used unless
special consideration has been given in the design to the increased risk of
cracking due to shrinkage in this sections or to early thermal creaking for the
increased risk of damage due to alkali silica reactions
1.1.13

CONSUMPTION USE AND ACOUNTAL:


The consumption or use of cement in the works will be at the rate of quantities
specified for each item requiring nominal mix and as required for design mix.
In case of designed mixes of concrete the contractors should submit the design of
mix duly done by any approved Engineering Institute or Laboratory and the
cement required as specified in the design should be used to achieve the specified
strength of the concrete.
Proper accounts of the cement for receipt consumption balance etc. should be
maintained at site duly verified and signed by the contractors and the Railway
Representative/ Engineer.

1.1.14

It is entirely contractors responsibility to safeguard the cement


from damage, loss and theft etc. and railways will not pay any compensation for
any such loss, damage or theft.
In case, the cement consumed in the work is lesser than specified ,the cost of
such cement used less, will be recovered from the contractors bill at the market
rate increased by 20% codal charges not with standings the fact that required
strength is achieve by less quantity of cement used and also provided such works
are qualitatively otherwise acceptable to the Railway. In case of excess

CONTRACTOR

For DY.CE/C/II/AGC

- 49 -

consumption, no extra cement will be paid to the contractor.


The cement should be fresh and generally consumed within three months of its
age. If the cement is older than three months test should be carried out for its loss
of strength and other properties and additional/extra quantity of cement will be
used as decided by the site Engineer to achieve the required strength . No extra
payment will be made by the Railway for such additional quantity used by the
contractor.
Cement brought at site by the contractor for a particular work should not be taken
to other works site without the written approval/permission of the Railway site
Engineer.
Any cement left out on out on completion of works will be property of the
contractor. The contractor will be at liberty to dispose off the left over cement.
Railway will neither take over the left over cement not will compensate the
contractor in any manner what so ever.
1.2
1.2.1

SPECIAL CONDITIONS FOR USING CONTRACTORS STEEL.


STEEL

1.2.1.1 GENERAL
.1.2.1.2.Railway will not supply any steel for the works included in this tender.
Mild/Ribbed Torque steel bars of various dia meters for reinforcement in RC works and
for other items of works as required and structural steel for fabrication items of works,
will be procured and transported to site by the contractor/s at his/their own cost.
1.2.1.4 The steel bars/ structural steel shall confirm to the relevant I.S. Specification M.S. Bars
should confirm to I.S. 432(Part-I) 1982 and torque steel should confirm to IS 1785/1786
in standard length.
The steel brought at site should be properly stacked diameter with separately and
protected from contact with earth water etc. Wherever the treatment of the steel against
corrision is specified, the same should be done as specified in the items and specification
The cost of the steel will be under a separate suitable item as provided in the tender
schedule.
Steel supplied for reinforcement shall be kept free of loose mill scales, Loose rust and
cost of oil, mud or other material which may destroy or reduce bond till concreting.
Cover for reinforcement. The cover shall be uniform. Minimum clear cover shall be
mentioned in the drawing. Suitable size of cover blocks of the same grade as that of
concrete shall be cast in controlled conditions with binding wire fixed in it.
Spacing of reinforcement shall be according to drawings supplied by Railway.
Proper
detailing is essential as any cracked caused by defective detailing will cause Corrosion.
All ends of binding wires shall be carefully turned inside so that they do not project out
of concrete to cause starting of rusting action.

CONTRACTOR

For DY.CE/C/II/AGC

- 50 -

1.2.2.0 Only TISCO/SAIL/RINL Steel will be used in execution of work


1.2.2.1 HSD (TMT) bars of category and grade Fe 415D or Fe 500D/ 550D to IS 1786 :
2008 from primary producers i.e. SAIL /TATA STEEL /RINL shall only be used
for construction of all Railway bridges, ROB/RUBs important service and
community structures such as station buildings, community centers, hospitals,
water towers /tanks, schools, assembly halls , sheds and framed structures more
than 02 stories. The reinforcement bars from these primary producers may be
accepted based on the manufacturers test certificate.
1.2.2.2 However, Dy.CE./C in charge of the work can permit use of HSD TMT bars
manufactured by secondary producers up to 16 mm dia size in case the required
size reinforcement steel from primary producers is not readily available in the
market and the work is likely to get held up on this account.
1.2.2.3 For construction of all other structures , the HSD TMT bars of category and grade
Fe 415D or Fe500D /550D to IS 1786 : 2008 manufactured by secondary
producers can be permitted for all sizes.
1.2.2.4 Whenever, use of reinforcement steel is permitted from secondary producers, a
reduction of 10% on the accepted rates of reinforcement steel will be applicable
for payment of quantity permitted from secondary producers.
1.2.2.5 However following guidelines for testing of reinforcement steel from secondary
producers shall be followed before acceptance of material.
1.2.2.6 Up to 25 MT 1 sample shall be tested for chemical and mechanical properties
for each consignment.
1.2.2.7 For each subsequent 25 MT or part there of one additional Sample each shall be
tested for mechanical properties.
1.2.2.8 Testing shall be done only at BIS approved laboratories. In addition testing can
also be done from any NABL accredited laboratory.
1.2.2.9 This is to ensure that the steel supplied by secondary producers is of good
quality and fulfill the requirement of IS 1786: 2008 of required category/grade of
strength.
1.2.2.10Rejected material should be removed from the site by the contractor.
1.2.3.0
1.2.3.1

1.2.3.5
1.3.0

CONTRACTOR

CONSUMPTION AND ACCOUNTAL.


The steel should be used in the work as shown in the approved drawings. Overlap
if necessary should provided as required by design and specification but no
payment shall be made for extra steel used for providing overlap.
Proper account will be maintained in the registers regarding consumption balance
etc. duly signed by the contractor and Railways representative.
For the purpose of payment linear measurement of reinforcement need for the
work will be converted into mass/unit weight No overlaps will be accounted for
the payment and no rolling margin will be considered. The cutpieces, wastage
and the left out material will be disposed off by the contractor .Railways will not
pay any compensation for such cutpieces, wastage or balance left out material.
The steel brought at site by the contractor for a particular work should not be
shifted to other works/site without the written approval/permission of the
Railways site Engineer.
Welding of reinforcement will not be permitted except in special circumstances
under the written approval of the Engineer in charge.
AGGREGATES.
Only aggregate conforming to IS 383-1970 shall be used in concrete works
whether it be plain or RCC. The provisions in IS 2386-1983 (Pt.2) shall prevail

For DY.CE/C/II/AGC

- 51 -

when damage with deleterious material and organic impurities.


Prior to deciding on the source for procurement of constituents on concrete, viz.
Fine and coarse aggregate, the contractor shall specifically assess the soluble
chloride and sulfate contents of fine and coarse aggregate(at source) and their
permissible limit shall be got approved by Railway. Regular checks as directed ,
shall also be carried out hot oinly of the source of supply of such materials) but
also prior to their use in the permanent works to use in that the aggregate do not
contain impurities exceeding the permissible limit.
The special requirement to be satisfied are as under:_
Fine (Upper Limits)
Coarse(Upper Limits)
a)Chloride content(CL)Max.
0.04% by wt.(Acid soluble)
0.02% by wt(Acid soluble)
b)Sulphate(503)-Max
0.04% by wt.(Acid soluble)
0.04% by wt
c)Potential alkali reactivity
Absent
Absent
d)Water absorption Max..
3% by wt
3% by wt
e)Particle shape mix.
Shape
index
53%
of Flake-ness Index/Elongation
Augularity No.9
index should not beyond 25%
f)Mica maximum.
1%
g)Silt contents
3% by wt
h)Soundness with Na 2 SO 4 10% Max
MG SO4
15%Max
i)Particles less than 75 3% by wt
1% by wt.
micron-Max.
The other requirement as regard to the overall limits of harmfull salts contents physical.
Percentage of aggregate, deleterious substances in aggregate and concrete etc shall
confirm the requirements of IS-2386(Part-I & II)-1963.
However, the final decision of acceptance criterion/rejection for aggregate to be used for
permanent works shall lie with Railways.
1.4.0
WATER.
Water used for mixing and curing shall be clean and free from various amount of
oils acids, allcalis, salt, sugar, organic, material or other substances that may be
deleterious to concrete or steel. Potable water is generally considers satisfactory
for mixing and curing of concrete. The water to be used for these purposes
should be conforming to clause 5.4 of IS 456, 2000. The permissible limits of
solids in water tested as per IS 3025 are given below.
Sr.No.
Type of Solide
Permissible limits
1
Organic
200 Mg per letere
2
InOrganic
3000Mg per litere
3
Sulphate(as SO3)
400 Mg per litere
4
Chlorides (as CL)
2000Mg per Litere
for concrete not
containing
embedded steel and 50
Mg per
Ltr in reinforced
Concrete work.
Suspended matter
2000Mg per Ltr.
If water available locally doest conform to above standards of water, then
contractor will have to make his own arrangements to bring water of required
standard from some other source of his own cost, for which nothing extra is
payable.
1.3.1

CONTRACTOR

For DY.CE/C/II/AGC

- 52 -

1.6.0

2.0
2.1

2.2

2.3

2.4

Water shall be tested in start of work and thereafter every three month till
completion of work. Water from municipal source need to be got tested once in 6
month.
ADDITIVES/ ADMIXTURES:If contractor desires, to use any additives/admixtures from the consideration of
strength and workability, it should be in accordance with para a No.,4.4 of IRS
Bridge Code of practice for plain, reinforced and prestressed concrete for General
Bridge construction and extra cost of such additives/admixtures will be borne by
the contractor and for which no extra payment will be admissible.
FORM WORK AND FALSE WORK
Form and the false work are very important for all concrete structures in question
for these have influence on strength and durability of the structures. For this
reason form work must be correctly designed and installed. . The design of the
form work shall take in to account the required surface conditions
also(appearance compatibility with the required finish). This form work and false
work together must provide safe working conditions. Safe access must be
provided using additional scaffolding as necessary.
DESIGN.
The choice of form work and false work structure is very important , the majority
of defects and accidents are attributable to structural deficiencies of form work.
The strength and stability of form work, false work shall be designed for the
loads which they are liable to experience in service by method appropriate to
their constituent materials. The design shall be checked by calculation, testing,
application of accepted rules and must be carried out by competent personnel.
The loads and pressure to which form works and false works are exposed
originate mainly form the weight of concrete ( specially the horizontal thrust
component of fresh concrete the weight of the form work itself, the laying and
fixing of reinforcement load transfer on prestressing and as a result of wind heat
fluctuation ground settlement etc. therefore it shall be properly considered in
design of form work.
The deformation of work shall be compatible with the tolerance required of the
structure, and shall not adversely affect its behavior .Stiffening arrangements
shall be provided as per design requirements.
COMPATABILITY WITH CONCRETING OPERATION.
a)
Form work and false work shall be compatible with the method of
planning and vibration envisaged with the prestressive requirements and
with the curing schedule for the concrete.
b)
For vibration through the form work excessive energy losses through the
support (Plastic suspension of the shuttering)should be avoid..
TIGHTENING OF FORM WORK.
a)

2.5

CONTRACTOR

The form work shall be designed to prevent loss of material during


concreting, particular care must be exercised to ensure the grout tightness
of the joints between panels of the sheeting and between it and hardened
concrete.
b)
Joints can be made grout tight by ensuring proper contact between the
edges of the panels the shape of which may have been specially
designed. In some cases joint will need to be sealed with compressible
gaskets or taps.
FIXING THE FORMS

For DY.CE/C/II/AGC

- 53 -

a)

2.6

2.7

2.8

2.9

2.10

2.11

2.12

2.13

CONTRACTOR

Where device for holding the form work in place pass through the
concrete these shall not affect the concrete.
b)
Ties and spacers left in situ shall not impair ether the deracility or the
appearance of the structure (For instance by leaving these of.)
STRIKING.
a)
Form work shall be so designed that it can be correctly removed without
damage to the concrete.
b)
Consideration should be given:
i)
To the stresses due to the weight of the concrete and due to any
imposed loads.
ii)
To the striking operations.
iii)
To environmental conditions.
ERECTION SUPPORTS.
Foundation false work and form work shall be positioned by skilled, personnel
with plan and specification.
ASSEMBLING FALSE AND FORM WORK
Particular attention must be paid to the making of structural joint transmission of
loads structure equilibrium and resistance to backing and subway.
TOLERANCES
Form work shall be so constructed that the finished concrete is within the
required tolerances commutative tolerances shall be considered as well as
tolerances on single members.
PREPARING THE FORM WORK FACES..
The sheeting surface intended to come in contract with freshly made concrete
shall be clean. Approved releasing Agent shall be applied in thin uniform layer
land the concrete should be placed soon enough after this to, prevent loss of its
effectiveness.
CONTROL OF FORM WORK.
i)
Indicator should be installed at critical points to detect excessive
deflection of the form work.
ii)
Form should be anchored to the props below so that up or lateral
movement of any part of the forms will be prevented.
iii)
Where there is a possibility of movement means of adjustment (welded
or jacks) should be provided to permit realignment of readjustment of
prop.
iv)
Where the form work is trafficked by operatives or equipment traffic
should neither cause significant deflection nor bear directly on
reinforcing steel.
v)
During and after concreting but before starting of the concrete form work
systems should be checked for position. Appropriate adjustment should
be made promptly where necessary. If during concreting any weakness
develops in form work, any undue settlement or distribution, the work
shall be stopped and remedial action taken. Form work shall be
continuously watched so that any corrective measures found necessary
may be taken. Always work to be done under safe condition and have a
method of communication with concrete placing crews in case of
emergency
STRIKING TIME
Forms should be retained in place until the concrete has hardened sufficient
withstand without stresses imposed.
STRIKING METHODS

For DY.CE/C/II/AGC

- 54 -

2.14

3.0
4.0
4.1
4.2
4.3
4.4

5.0

6.0

CONTRACTOR

Form work shall be struck when the concrete is sufficient hardened in accordance
with the stages of construction as planned without impact loading.
STABILITY
Removal of the shoring support should take into account the time needed for
adequate hardening for the concrete, the support and of that on which they rest
retention of certain shoring elements may also be deleted by the general stability
of the structure.
MIXING.
Mixing shall confirm to the requirements of Clause 9.3.1 of IS 456-2000.
COMPACTION OF CONCRETE
Power vibrators including surface vibrator and form vibrator shall be used for
compacting concrete.
All concrete members shall be compacted by vibration. Generally internal
vibrators shall be used on all sections that are sufficiently large to admit them.
Vibrator shall have operating frequency of at-least 3600 impulses per minute.
Higher frequencies up to twice the minimum are preferred.
The following techniques shall be followed for vibrations.
i)
Vibrators shall be distributed so that the concrete becomes a uniformly
dense and plastic mass.
ii)
Vibrator shall be used for compaction only and not for moving concrete.
iii)
For horizontal and vertical operations of vibrators the spacing of points
of vibration shall be such that the/zones of influence overlap.
iv)
For concrete deposited in layer the vibrators shall be inserted vertically
and allowed to sink due to its own weight to the bottom of the layer and
be slowly withdrawn. For succeeding layer, the vibrator shall penetrate
the surface of the previous layer.
v)
Compaction shall be according to clause 12.3 of IS 456 2000.
CURING.
Special attention shall be given to curing of concrete in order to ensure maximum
Durability and to minimize cracking concrete surface shall be kept continuously
wet for a period of at least 15 days . Rapid lowering of concrete temperature,
which may result in thermal shock, shall be avoided. Method of curing shall be as
per Clause 12.5 of IS 456 2000. All concrete work/RCC work, brick work in
cement mortar plaster /pointing etc. shall be continuously cured for the
prescribed period as per direction of the Engineers/representative. Curing shall
be done by covering the newly laid concrete with gunny bags and keeping them
wet constantly. If it is found that contractor is not properly observing these
instructions the Engineer may undertake the curing through another Agency
labour without any notice to the contractor at the cost of contractor. The cost
incurred alongwith 2% incidental charges and supervision charges @ 12 % of
the cost will be debited to the contractor. Intimation of the employment of
another agency for curing will be given to the contractor as soon is possible. This
intimation in writing to the contractor under the hand of the Engineer in charge of
the work shall be conclusive evidence of the employment of another agency.
Contractor will also have to arrange for curing by approved curing compounds
steam curing in certain cases during the progress of work as directed by the
Engineer in charge. The rates shall include the cost of all such arrangements.
Sampling and strength test of concrete shall be as per clause 14 and acceptance
criteria as per clause 15 of 456 2000.

For DY.CE/C/II/AGC

- 55 -

6.1

The water cement ratio shall be as per design mix not exceeding 0.45
approximately as determined by Engineer in charge for different grades of
concrete for adequate work ability. Additives containing calcium choloride are
forbidden in concrete.. The contractor shall have to furnish the details/ chemical
ingredients etc duly tested for the approval of Engineer in charge.

6.2

When concreting under water, the mix shall contain No extra cement than for a
corresponding Mix for concreting in the dry.

6.3

Assembly of reinforcement shall confirm to provision in Clause 11 of IS 456000.


Transporting and placing shall be according to clause 12 of IS 456 2000
Transporting of the concrete shall be done so as to ensure monolithic and dense
concrete without hollow honey comb bleeding thereafter.
In case concrete is planned to be poured with USC of the concrete pumps as per
provisions of IS code /American code. The concrete mix shall be designed and got
approval by Engineer including use of particular plastisizer The cost of plastisizer and
extra cement, plant, fuel etc. if reqd. will be supplied by the contractor and for which no
extra payment will be made

6.4

6.5

7.0

BEARING AREA.
Bearing area for members shall be finished for the plane so as to give uniform bearing on
centre area. Bearing areas shall be in horizontal plane even on grades.

8.0

QUALITY CONTROL
Ensuring the required standard of quality for concreting is a must .The important factors
to be ensured by the contractor in this connection are.
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)

CONTRACTOR

Proper handling storing transporting of cement


Deputing of qualified personnel at all stages of construction.
Testing and inspection of the various materials selected for works.
Clear and complete detailed working drawing, form work tempering
arrangement sinking of well coffer dams etc.
Proper control of dimensions and tolerances.
Proper proportioning and adequate mixing of concrete.
Proper handling placing and consolidation of concrete.
Proper curing.
Thorough documentation (Up keep of records).

For DY.CE/C/II/AGC

- 56 -

PROFORMA-`I
NORTH CENTRAL RAILWAY
CREDENTIAL OF TENDERERS
(ENGINEERING/CONSTRUCTION DEPARTMENT)

Full name of contractor/Construction


firm and year of establishment.

2.

Registered Head Office & Postal Addressed.


Telephone Nos. with STD No.

3.

Branch Office address, if any.


Telephone Nos. with STD No.

Constitution of firm (give full details including


names of Partners/Executives / Power of
Attorney holders, etc.)

Particulars of Registration with Government /


Semi-Govt. Organisation, Public Sector,
Undertaking & Local Bodies etc.

CONTRACTOR

For DY.CE/C/II/AGC

- 57 -

PROFORMA - II
NORTH CENTRAL RAILWAY
(ENGINEERING/CONSTRUCTION DEPARTMENT)

DETAILS OF WORKS EXECUTED SIMILAR TO TENDERED WORK


(Works of at least 1/3 value of present tender completed during last 3 years and current
financial year to be given)

Sr.
No

Descriptio
n of work

CONTRACTOR

Contract
awardin
g
authority

Agreeme
nt No.&
Date

Costof Date of
Work
comme
ncement
of work

Date of
completion as
per
agreeme
nt

Actual
date
of
compl
etion

Whethe
r
arbitration
deman
ded or
not

For DY.CE/C/II/AGC

- 58 -

PROFORMA - III
NORTH CENTRAL RAILWAY
(ENGINEERING/CONSTRUCTION DEPARTMENT)
DETAILS OF CIVIL ENGINEERING WORKS CARRIED OUT DURING PAST THREE
YEARS AND IN CURRENT FINANCIAL YEAR.

S
N

Descriptio
n of work

CONTRACTOR

Contrac Cont.Agt
.No.&
t
awardin date
g
authorit
y

Cost
of
work

Date
of
comm
encem
ent of
work

Date of
completio
n as per
Agt.

Actual
date of
comple
Tion

Whether
arbitratio
n
demande
d or not

For DY.CE/C/II/AGC

- 59 -

PROFORMA - IV
NORTH CENTRAL RAILWAY
(ENGINEERING/CONSTRUCTION DEPARTMENT)
DETAILS OF PLANTS & MACHINERY OWNED BY TENDERER

Sr.
No
.

Particulars of
equipments

CONTRACTOR

No. /
Unit

Kind /
Make

Capacity

Age and
Condition

Remarks

For DY.CE/C/II/AGC

- 60 -

PROFORMA - V
NORTH CENTRAL RAILWAY
(ENGINEERING/CONSTRUCTION DEPARTMENT)
PARTICULARS OF TECHNICAL STAFF TO BE EMPLOYED ON THE WORK

Sr.
No

Name &
Designation

CONTRACTOR

Qualification

Professional
Experience

Remarks

For DY.CE/C/II/AGC

- 61 -

ANNEAURE-D
PERFORMANCE GUARNTEE
Name of the Bank

Bank Guarantee No .
Dated
President of India, Acting through ..
Designation and Address of contract signing authority
PERFORMANCE SECURITY BANK GUARANTEE BOND
1.
In consideration of the President of India acting through (Designation & address
of Contract Signing Authority), North Central Railway, Allahabad/Kanpur (hereinafter
called "The Government") Having agreed under the tenus and conditions of
agreement/Contract
Acceptance
letter
No.
Dated:.. made between(Designation & address
of contract signing Authority) and (hereinafter
called
"the
said
contractor (s)" for the work ........ (hereinafter called "the
said agreement") having agreed for submission of a irrevocable Bank Guarantee for
Rs..
(Rs only) as a performance security Bank
Guarantee Bond from the contractor (s) for compliance of his obligations in accordance
with the terms of conditions in the said agreement.
2.
We.(indicate the name of the Bank) hereinafter
referred to as the Bank, undertake to pay to the Government an amount not exceeding
Rs.. (Rs.only) on demand by the Government.
We .(indicate the name of the bank) further agree that
(and promise) to pay the amounts due and payable under this guarantee without any
demur merely on a demand from the Government through the FA & CAO/Const., North
Central Railway, Allahabad Designation and
address of Contract signing authority), North Central Railway/Const/Allahabad or
Kanpur, stating that the amount claimed is due by way of loss or damage caused to or
would be caused or suffered by the Government by reason of any breach by the said
contractor of any of the terms or conditions in the said agreement or by reason. Any
such demand made on the Bank shall be conclusive as regards the amount due and
payable by the Bank under this guarantee. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs.
(Rs.only).
3.
(a)
We, the said Bank further undertake to pay to the government any money
so demanded not withstanding any dispute or dispute raised by the contractor (s)
in any suit or proceeding pending before any court or Tribunal relating/to liability
under this present being absolute and unequivocal.
(b)
The payment so made by us under this bond shall be a valid discharge of
our liability for payment there under and the contractor (s) shall have no claim
against us for making such payment.
4.
We.(indicate the name of bank) to further
agree that the guarantee herewith contained shall remain in full force and effect during
the period that would be taken for the performance of the said agreement and that it
shall continue to be enforceable till all the dues of the Government under or by virtue of
the said agreement have been fully paid and its claims satisfied or till discharged
by.. (Designation & address of contract signing authority) on
behalf of the Government certified that the terms and conditions of the said agreement
have been fully and properly carried out by the said contractor (s) and accordingly
discharges this

CONTRACTOR

For DY.CE/C/II/AGC

- 62 -

Unless a demand or claim under this guarantee is made on us in writing on or


before (2 months after the date of completion of the contract), we shall be discharged
from all liabilities under this guarantee thereafter.
5.
(a)
Not withstanding anything to the contrary contained herein the liability of
the bank under this guarantee will remain in force and effect until such time as this
guarantee is discharged in writing by the Government or until (Date of completion)
whichever is earlier and no claim shall be valid under this guarantee unless notice in
writing thereof is given by the Government within 2 months from the date aforesaid.
(b)
Provided always that we .(indicate the
.name of the Bank) unconditionally undertakes to renew this guarantee or to extend the
period of guarantee from year to year within two months before the expiry of the period
or the extended period of the guarantee, as the came may be, on being called upon to
do so by the Government. If the guarantee is not renewed or the period extended on
demand, we.(indicate the name of the Bank) shall pay the
Government tile full amount of the guarantee on demand and without demur.
6.
We,(indicate the name of the Bank) further
agree with the Government that the Government shall have the fullest liberty without our
consent and without effecting in any manner out of obligations hereunder to vary any of
the terms and conditions of the said contract from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Government against the
said contractor (s) and to. forbear or enforce any of the terms and conditions of the said
agreement and we shall not be relieved form our liability by reason of any such variation,
or extension being granted to the said contractor (s) or for any bearance, act or omission
on the part of the government or any indulgence by the Government to the said
contractor (s) or' by any such matter or thing whatsoever which under the law relating to
sureties but for the said reservation would relive us from the liability.
7.
This guarantee will not be discharged due to the change in the constitution of the
Bank or the contractor (s).
8.
We(indicate the name of the Bank) lastly
under take not to revoke this Guarantee except with the previous consent of the
Government in writing.
Dated .the.day
to..for
. (indicate the name of bank).
Signature of Bank Authorise official
(Name)

Designation:
Full Address:.
Witness
1.
2.

CONTRACTOR

For DY.CE/C/II/AGC

- 63 -

AGREEMENT FOR WORKS


CONTRACTAGREEMENT NO.

Dated:-

2015

ARTICLES OF AGREEMENT made this ________day of


2016 between the
President of India acting through the Railway Administration hereinafter called the
"Railway" of the one part and M/s
) hereinafter called the
"Contractors" of the other part.
WHEREAS the Contractor has agreed with the Railway for the performance of the
work Final location survey and other preliminary activities in connection with 4th
Line between Mathura-Palwal section ( 80kms). ...set-forth in the schedule hereto
annexed upon the General Conditions of Contract and the Specifications of the North
Central Railway and the special conditions and special specifications, if any and in
conformity with the drawings hereunto annexed AND WHEREAS the performance of
the said work is an act in which the public are interested.
NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be
made by the Railway, the Contractor will duly perform the said works in the said
schedule set-forth and shall execute the same with great promptness, care and
accuracy in a workman like manner to the satisfaction of the Railway and will
complete the same in accordance with the said specifications and said drawings of
conditions of contract on or before the and will maintain the said works for a period of
Nil calendar months from the certified date of their completion and will observe, fulfil
and keep all the conditions therein mentioned(which shall be deemed and taken to be
part of this contract as if the same had been fully set-forth herein)AND the Railway
both hereby agree that if the Contractor shall duly perform the said works in the
manner aforesaid and observe and keep the said terms and conditions, the Railway
will
pay or cause to be paid to the contractor for the said works on the final
completion thereof the amount due in respect thereof at the rates specified in the
schedule hereto annexed.

Contractors
Address :-

Chief Engineer(Construction)/
Deputy Chief Engineer (Constn.)
Executive Engineer(Constn.)
North Central Railway.
For & On behalf of the President of India

Signature of witnesses :
with address
1) _____________________
2) ____________________

CONTRACTOR

For DY.CE/C/II/AGC

Você também pode gostar