Jacking and pushing of RCC Boxes in connection with construction

-1-
I
NORTH CENTRAL RAILWAY
AGRA CANTT
ENGINEERING DEPARTMENT
REGULATIONS FOR TENDERS & CONTRACTS
CONDITIONS OF TENDER
FOR
Jacking and pushing of RCC Boxes in
connection with construction of RUB in
lieu of LC No.57 (Makkhanpur yard) at
kms.1222/5-7 in CNB-TDL section by box
pushing method.
CONTRACTOR
For DY.CE(C)/I/AGC
-2-
NORTH CENTRAL RAILWAY
TENDER DOCUMENT
1.
2.
Tender No;
Name of work
:- CEN04AGC0216
:- Jacking and pushing of RCC Boxes in connection with
construction of RUB in lieu of LC No.57 (Makkhanpur yard)
at kms.1222/5-7 in CNB-TDL section by box pushing method.
3.
Approximate cost
:-
Rs.2.76 CR.
4.
Earnest Money
:-
Rs.2,88,000/-
5.
Completion Period
:-
Date & time of closing tender sale
Date & time of tender opening
Issued by
:-
Issued to
:-
CONTRACTOR
04 Months from the date of issue of acceptance
letter including monsoon and harvest season.
By 11.00 hrs on 22.03.16
At 15.30 Hrs on 22.03.16
(Tender Box will be sealed at 15.00 hrs).
NOT TRANSFERABLE
_____________________________
For DY.CE(C)/I/AGC
-3-
NORTH CENTRAL RAILWAY
Tender Notice No. CEN04AGC0216 dated 03.02.16
Dy. Chief Engineer (Construction)-I 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:(i)
Name of work
(ii)
(iii)
Date of opening
App. cost of work &
completion period.
Particulars of earnest money to
be deposited with shape of
instrument.
(iv)
(v)
Cost of tender form
(vi)
Availability of tender form
(vii)
Place of dropping of
completed tender form.
(viii)
Time date & place of opening
of tender.
1
Technical and financial
eligibility criteria
CONTRACTOR
Jacking and pushing of RCC Boxes in connection with construction of RUB in lieu
of LC No.57 (Makkhanpur yard) at kms.1222/5-7 in CNB-TDL section by box
pushing method.
22.03.2016
Rs.2.76 Crore and
04 months
Rs.2,88,000/-.
Earnest money should be in cash or Banker’s cheque or demand draft executed by
State Bank of India or any of the Nationalized Bank or by a scheduled Bank pledged
in favour of Sr.AFA(C) NCR/Agra Cantt.
Rs.10000/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/- towards postal charges to be paid extra if tender form is required
by post. Railway is not responsible for any postal delay.
15 days before date of opening in the office of Dy.Chief Engineer (Construction)-I,
North central Railway, Agra Cantt . Tender sale will be closed at 11.00 hrs on
22.03.2016. Tender Documents will also be available on the internet 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 from
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 22.03.2016 in the office ofDy.Chief Engineer (Construction)-I, North central Railway, Agra Cantt OR
CAO, IRPMU , IRCOT COMPLEX, Shivaji bridge, New Delhi.
At 15.30 hrs on 22.03.2016 in the office ofDy.Chief Engineer (Construction)-I, North Central Railway, Agra Cantt and
CAO, IRPMU , IRCOT COMPLEX, Shivaji bridge, New Delhi.
(i)(a)
The tenderer should have physically completed atleast 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
(b)
Following work shall be considered as similar work for
assessment of
eligibility criteria .
“Bridge using box pushing technique under Railway track.”
(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.
For DY.CE(C)/I/AGC
-4-
2
3
4
Applicability of
JVs/Consortiums .MOUs:Validity of offer
Payment conditions.
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”.
JV is not applicable for this work.
90 days from the date of opening of tender.
The payment would be made through EFT/ECS
Dy.Chief Engineer (Construction)-I
North Central RailwayAgra Cantt.
For & on behalf of President of India
CONTRACTOR
For DY.CE(C)/I/AGC
-5-
IMPORTANT NOTE FOR INTENDING TENDERERS
PLEASE ENSURE THAT :
1.
You have signed the offer page with full name, address and witnesses filling all the
blanks.
2.
You have filled in the required columns of the performa I to V attached with the tender.
3.
Accept the validity prescribed by the Railway in Clause No.16 at Page 18.
4.
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.
5.
All pages are signed, corrections neatly scored out and initialed.
6.
Please do not leave any lapses which may lead to declaration of your offer as INVALID.
7.
Tenderer must submit requisite earnest money in any of the acceptable form. Tenders
submitted on the strength of standing earnest money with any organization /Department
of even North Central Railway will be dealt as without Earnest money.
8.(i)
S.D. totaling 5% of the CA value for the contract will be recovered from on account bill.
8(ii)
The successful tenderer has also to submit performance Guarantee of 5% value of CA
cost within 30 days in prescribed and acceptable way.
9.
SOME ESSENTIAL DATA /REQUIREMENTS PERTAINING TO THIS TENDER
ARE AS UNDER:i)
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
ii)
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.
A prospective tenderer requiring any clarification of the tender documents may notify the
Railway Administration in writing or by tele fax at the Railway’s 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.
iii)
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.
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)
Reference to the Standard Codes of Practice
a)
The contractor shall make available at site all relevant Indian standard Codes of practice,
Railway, CPWD and MOST specifications.
b)
Wherever Indian Standards do not cover some particular aspects of design/construction,
relevant British/German/American Standards will be referred to.
CONTRACTOR
For DY.CE(C)/I/AGC
-6-
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.
Standard Codes of Practice.
CPWD Specifications.
V)
“EMD” to be furnished by the Tenderer Rs.2,88,000/-.Tenders will be
accepted at the place mentioned in the tender notice upto 15.00 Hrs. on
Date 22.03.16
Late or delayed tenders will be dealt as per extent rule.
VII)
Period for which the tender is to be kept valid, 90 days from the last date of
submission of Tender.
VIII)
Maintenance Period -12 months from the date of issue of “Completion
Certificate”.
IX)
Period of completion 04 Months from the date of issue of “Letter of acceptance”.
Tenderer should have experience of construction of any type of bridge.
(i)(a)
(b)
(ii)
The tenderer should have physically completed atleast 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
Following work shall be considered as similar work for assessment of
eligibility criteria .
“Bridge using box pushing technique under Railway track.”
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.
Financial capacity , capability and past performance of an intending bidder will be examined before awarding
the work to him/her.
X)
XI)
XII)
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”.The following declaration should be given by the tenderer while
submitting the tender.
Declaration I/We have down loaded the tender document from the website
www.indianrailways.gov.in/www.tenders.gov.in
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)/I/AGC
-7-
13.
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
13.1
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/Schedule Bank, payable
to Sr.AFA(C)NCR ,Agra.
The tenderer should note that no alteration must be done in down loaded tender
documents. The tender documents along with corrigendum, if any, available at NCR 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 /adding 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.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
13.2
13.3
13.4
13.5
13.6
a)
b)
c)
d)
We have read and understood the above instructions and hereby agree to abide by
them.
We are enclosing tender document cost Rs…………….vide Demand Draft
No…………….dated…………….issued by……………………………….
We are enclosing requisite Earnest money of Rs…………..vide Demand Draft /
Cash Receipt No.………………dated……………issued by……………………
We have filled and signed the tender documents and the same are enclosed
herewith.
CONTRACTOR
For DY.CE(C)/I/AGC
-8-
TENDER FORM
Tender No. CEN04AGC0216
Name of work:- Jacking and pushing of RCC Boxes in connection with construction of RUB in lieu of
LC No.57 (Makkhanpur yard) at kms.1222/5-7 in CNB-TDL section by box pushing method.
. To,
The President of India,
Acting through the
Chief Engineer(Construction)
Dy.Chief Engineer(Construction)I
Of the North Central Railway
Agra Cantt.
I/We
have read the various conditions 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 04months from the date of issue of acceptance letter
of the tender including monsoon and harvest season.
2.
a)
I/We also hereby agree to abide by the General conditions of contract corrected up to date
and to carry out 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 up to date.
A Sum of Rs.2,88,000/- 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 :I/We do not execute the contract documents within thirty days after receipt of
notice issued by the Railway that such documents are ready.
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)/I/AGC
-9-
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 SOR. Items and at rates indicated below for N.S. items.
Chief Engineer(Constn.)
Deputy Chief Engineer(Constn.)I
Executive Engineer (Constn.)
NORTH CENTRAL RAILWAY
For and on behalf of
THE PRESIDENT OF INDIA
Division__________________
Date__________________
CONTRACTOR/S
Witnesses:
(1) _________________________
(2) _________________________
CONTRACTOR
For DY.CE(C)/I/AGC
- 10 -
INSTRUCTIONS TO THE TENDERER
1
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 :a)
"Railway" shall mean the President of the Republic of India
or the Administrative Officers of the North Central Railway or of
the Successor Railway authorized to deal with any matters which
these presents are concerned on his behalf.
b)
"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.
c)
Chief Administrative Officer(Construction) shall mean the officer in
administrative charge of whole of Construction Organization of the
North Central Railway or the successor Railways
d)
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.
e)
f)
Definition
"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.
g)
"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
h)
"Divisional Railway Manager" shall mean the administrative
CONTRACTOR
For DY.CE(C)/I/AGC
- 11 -
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
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.
i)
j)
k)
l)
m)
n)
2
"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.
“Specification” shall 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.
Words imparting the singular number shall also include The
plural and vice versa where the context requires.
3
4
a)
b)
c)
d)
Singular &
Plural.
These regulations for tenders and contracts shall be read In
conjunction with the general condition of contract Which are
referred to herein 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;
CONTRACTOR
For DY.CE(C)/I/AGC
- 12 -
e)
his ability to supervise the work personally or by competent and
duly authorised agents;
5.
Eligibility criteria for tenderers
Only those firm which in their individual capacity satisfy the following criteria need to
quote for this tender.
(i)(a)
The tenderer should have physically completed atleast 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
(b)
Following work shall be considered as similar work for assessment of
eligibility criteria .
“Bridge using box pushing technique under Railway track.”
(iii)
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) In addition financial capacity, capability and past performance of tenderer will also
be examined in terms of Railway Board’s L.No.94/CE-I/CT/4(Part-II) dtd 19.11.03.
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”.
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.
6
Should a tenderer find discrepancies in, or from the drawings or
any of the Tender Forms or
should he 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 endeavor 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.
CONTRACTOR
Omission and
Discrepancies
For DY.CE(C)/I/AGC
- 13 -
7
(i)
The tenderer shall be required to deposit a sum of Rs 2,88,000/with the tender towards earnest money.The earnest money should be in
cash or demand draft or banker’s cheque executed by State Bank of
India or any of the Nationalized Bank 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) North Central Rly.Agra or concerned unit.
(ii)
Earnest Money
Guarantee bonds, Government securities (Stock) certificates, bearer
bonds, promissory notes, cash certificates, etc will not be accepted.
(iii)
(iv)
The earnest money wherever it is deposited in cash should be
remitted to the Chief Cashier, North Central Rly Agra Cantt. 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.
7.2
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.
7.3
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
8
a)
CONTRACTOR
Tender
Without
Earnest
Money
Care in
submission of
Tenders
For DY.CE(C)/I/AGC
- 14 -
b)
c)
9
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 should submit the bar -chart showing planning
of all the item of work for proper monitoring of the contract.
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, recognize
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.
Opening
of
Tenders
10
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.
Right of
Railway to
deal with
tenderers
11
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 authorized representative
shall so appear and execute the contract documents within 30 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 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 and thereupon his tender and
the acceptance thereof shall be treated as cancelled and the
Execution
of contract
documents.
CONTRACTOR
For DY.CE(C)/I/AGC
- 15 -
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.
12
a)
For contracts for specified works, valued at more than Rs.10000/the contract documents required to be executed by the tenderer
whose tender is accepted shall be the Agreement.
CONTRACTOR
Form of
Contract
Documents
For DY.CE(C)/I/AGC
- 16 -
1
2
3
4
5
6
7
8
CONDITIONS OF TENDER
The drawings for the works can be seen in the Office of Chief Engineer(C) / Dy. Chief
Engineer (C) I/Executive Engineer(C), North Central Railway, Agra Cantt at anytime
during office hours.
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) I /N.C.
Railway,Agra Cantt or obtained on payment at prescribed rate.
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
percentage rate for all SOR. items and single percentage for all NS items or individual item
wise rate as the case may be (as indicated in schedule). 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.
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.
The works are required to be completed within a period of 04 months from the date of
issue of acceptance letter including monsoon and harvest season.
The tender must be accompanied by a sum of Rs.2,88,000/- 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 resale 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.
If the tender is accepted, the amount of earnest money will be held as part of security
deposit for the due and faithful fulfillment of the contract. 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.
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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 17 -
9
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 of their tender, the
Railway shall deem such tender as cancelled unless the firm retains its character.
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.
ii)
Method statement, PERT Chart & Construction Schedule vis-a-vis deployment of
resources.
iii) Biodata of key personnel and/or construction Engineers to be involved in this work
iv)
v)
vi)
vii)
11
Partnership Deed
Power of Attorney.
Tender documents duly signed & completed.
Any other document the tenderers may like to submit in support of his
credentials/scheme.
Tenders must be enclosed in sealed cover, superscribed " Jacking and pushing of RCC
Boxes in connection with construction of RUB in lieu of LC No.57 (Makkhanpur yard) at
kms.1222/5-7 in CNB-TDL section by box pushing method.”, must be sent by Registered
12
13
14
15
post to the address of Dy.Chief Engineer (Construction)/ I/North Central Railway, Agra
Cantt, so as to reach his office not later than 15.00 hours on the 22.03.16 or
deposited in the special box allotted for the purposes in the office of Dy.CE(C)/I/AGC
and CAO IRCOT Complex, Shivaji Bridge, IRPMU at New Delhi.. The box will be
sealed at 15.00 hrs. on 22.03.16 at both places and will be opened at 15.30 hrs. on
22.03.16. Those who wish to attend may do so.
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 I(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) I/ of the North Central Railway Agra Cantt, for carrying out the work according to
the General Conditions of Contract and Specifications for Works and Materials of North Central
Railway.
CONTRACTOR
For DY.CE(C)/I/AGC
- 18 -
16
17
18
19
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 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 / Standing Earnest Money.
The tenderer(s) quoting against stipulated standing earnest money must keep the offer
open to the extent specified in the tender documents. Any contravention of the above will
make the tender liable to forfeiture of his part/full standing earnest money.
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
have 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, shall 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 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)/I/AGC
- 19 -
SPECIAL CONDITIONS OF CONTRACT
(PART-I)
1.
1.1
GENERAL
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 " Railway’s 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
"Schedule of quantities and rates" on one hand and the " Railway’s 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 " Indian Railways Unified standard
1.3
specification" 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 Indian Railways Unified Standard Schedule of Rates2010 (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.
1.2
CONTRACTOR
For DY.CE(C)/I/AGC
- 20 -
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
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 :
CONTRACTOR
For DY.CE(C)/I/AGC
- 21 -
(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.
(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.
The value of PG to be submitted by the contractor will not change for variation up to 25% (either increase
or decrease). In case during the course of execution, value of the contract increases by more than 25% of
the original contract value, and additional performance guarantee amounting to 5% (five percent) for the
excess value over the original contract value shall be deposited by the contractor.
4.
USE OF MATERIALS SECURED WITH GOVERNMENT ASSISTANCE
4.1
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
contractor’s 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.
4.2
Where any raw materials for the execution of the contract are procured with the assistance of
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.
5.
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
CONTRACTOR
For DY.CE(C)/I/AGC
- 22 -
6.
7.
7.1
7.2
7.3
7.4
7.5
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 Contractor’s representative
and submitted to the Engineer Incharge.
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.
Contractor’s 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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 23 -
8.
8.1
8.2
8.3
9.
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.
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).
CONTRACTOR
For DY.CE(C)/I/AGC
- 24 -
10.
10.
11.
13.
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.
Tests on steel samples will be carried out as per specifications laid down in relevant IS Codes.
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 pnsionable 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.
Employment of technical staff by the contractor during execution of the work
In terms of provision of new clause 26A1 to the General Condition of contract (GCC)
contractor shall employ following qualified Engineers during execution of the allotted
work(a)
One qualified graduate engineer when cost of work to be executed is ₹ more
than 200 lakhs and above.
(b)
One qualified diploma holder engineer when cost of work to be executed is ₹ 25
lakhs but less then ₹ 200 lakhs.
Technical staff should be available when ever required by the Engineer in charge
to take instructions.
In case the contractor fails to employ the qualified engineer shall be liable to pay
an amount of Rs. 40000/- for Graduate Engineer and Rs. 25000/- for Diploma
Holder Engineer for each month or part there of for the default period for the
provision in terms of clause 26A2 to the General Condition of contract(GCC).
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 and binding on
the contractor.
INSPECTION REGISTERS AND RECORDS
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 Railway’s representative.
i)
Site Order Register The contractor shall promptly acknowledge orders given therein by the Engineer or his
CONTRACTOR
For DY.CE(C)/I/AGC
- 25 -
14.
14.1
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.
ii)
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.
iii)
Steel Register
This register will record the receipts of steel items and details of reinforcements and members
wherever steel is used.
iv)
Labour Register This register will be maintained to show daily strength of labour in different categories employed
by the contractor.
v)
Departmental labour deployment register –
This register will be maintained to show daily strength of departmental
L
abour in different categories deployment by the Railway.
vi)
Contract agreementA copy of Contract agreement will be available at site for monitoring of work.
vii)
Schedule of itemsA copy of schedule if items will be available at site for monitoring of work.
viii)
Specification and drawings:Copy of specification & drawings will be available at site for monitoring of work.
ix)
Action plan of work.
Copy of action plan will be available at site for monitoring of work.
x)
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 Engineer’s/representative at site.
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-in-charge. 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 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.
Suitable inspection facility will have to be provided by the contractor to Railway officials / site
supervisors for which vehicle TATA Sumo or equilavent is to be provided for movement of
Railway officers & for other Railway officials.
.
CONTRACTOR
For DY.CE(C)/I/AGC
- 26 -
15.
15.1
15.2
(a)
(i)
(ii)
(iii)
(b)
(c )
2.
(a)
(b)
(c )
15.4
15.5
15.6
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.
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
CONTRACTOR
For DY.CE(C)/I/AGC
- 27 -
16.
16.1
16.2
16.3.
17.
17.1
17.2
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
contractor’s 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 contractor’s 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.
CESS CHARGES
Building and other construction works Welfare Cess Act 1996 in Railway Contracts
“The tender for carrying out any construction work in UP 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. and submit certificate of Registration issued from the
Registering Officer of the UPGovt ( Labour Deptt.). 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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 28 -
17.3
17.3
17.4
18.
19.
20.
21.
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.
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
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
CONTRACTOR
For DY.CE(C)/I/AGC
- 29 -
22.
23.
24.
24.1
24.2
25.
26.
27.
28.
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
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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 30 -
29.
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.
30.
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.
31
(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 occurance 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
Engineer.
Code Nos. description and rates given in the schedule are based on the Standard Schedule of
Rates-2010(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-2010(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)
31.
32.
33.
34.
CONTRACTOR
For DY.CE(C)/I/AGC
- 31 -
(1)
(2)
(3)
The contractor shall comply with the provisions of the payment of Wages Act-1923 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
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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 32 -
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 -2010 (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.
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,
CONTRACTOR
For DY.CE(C)/I/AGC
- 33 -
38.
39.
40.
40.1
40.2
40.3
lines etc.
SAFETY PRECAUTIONS
The Safety precautions / rules relevant to this tender are placed at Annexure-A.
PRICE VARIATION AND MOBILIZATION ADVANCE
PVC is applicable to this contract, PVC clause for Cement & Steel are attached as Annexure-B.
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 contractor’s 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 equipment’s & 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.
43.
44.
44.1
44.2
44.3
45.
46.
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 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.
MAINTENANCE OF WORKS
The contractor shall be required to maintain the work effectively for a period of 12 months from
the date of completion as per Clause 47 of the General Conditions of Contract of North Central
Railway and no part refund of Security Deposit shall be permitted during the maintenance period
mentioned above.
SPECIAL CONDITIONS FOR ISSUE OF IDENTITY CARDES BY CONTRACTORS
CONTRACTOR
For DY.CE(C)/I/AGC
- 34 -
The 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 railway’s 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)
(The person who signed the original
tender document or the contract agreement)
CONTRACTOR
(SIGNATURE/THUMB IMPRESSION OF
EMPLOYEE)
For DY.CE(C)/I/AGC
- 35 -
1.
2
3
4.
5.
6.
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 labour 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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 36 -
(d)
6A.
7.
8.
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
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.
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
CONTRACTOR
For DY.CE(C)/I/AGC
- 37 -
10.
10(a)
10(b)
11.
12.
13.
14.
15.
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.
The ROB is to be constructed/launched over 25 KV electrical traction over head line and from
line wire upto 2m area there is danger of induction current. Tenderer has to provide full
proof system to avoid case of falling of shuttering material/any T&P over overhead
wires/track to avoid damage.
USE OF EXPLOSIVE
Explosive shall not be used on the work or brought to the site by the contractor without the
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)/I/AGC
- 38 -
Price Variation Clause
Addendum & Corrigendum Slip (ACS) No.6
Indian Railways General Conditions of Contract (GCC).
Railway Board’s letter No.2007/CE-I/CT/18 pt 19 , Dated 14.12.2012 and No.2007/CE-I/CT/18 pt
13 , Dated 02.5.2014.
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*
15%
Material
15%
Fuel component
20%
(B) Ballast and Quarry Products contracts
Labour component
55%
Other
Components
CONTRACTOR
Percentage
15%
For DY.CE(C)/I/AGC
- 39 -
Fuel component
(C) Tunnelling contracts
Labour component
Fuel component
15%
Fixed Component*
15%
45%
15%
5%
5%
Explosive component
(D) Other works contracts
Labour component
Material component
15%
Detonators Component
Other
Material
Components
Fixed Component*
15%
30%
40%
Fuel component
Fixed Component*
15%
15%
* It shall not be considered fore any price variation.
Railway Board’s letter No.2007/CE-I/CT/18 pt 19 , Dated 14.12.2012. and No.2007/CE-I/CT/18 pt
13 , Dated 02.5.2014.
46A.7
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
The amount of variation in prices in several components (Labour material etc) shall be
worked out by the following formulae:
L=
Wx(LQ-LB. )x
LB.
M= Mx(MQ-MB. )x
MB.
F=
Wx(FQ-FB. )x
FB.
E= Wx(EQ-EB. )x
EB.
D= Wx(DQ-DB. )x
DB.
S=Sw x (SQ-SB)
C=CV x (CQ-CB)/CB
LC
100
MC
100
FC
100
EC
100
DC
100
Where,
L
M
F
E
D
S
C
Amount
Amount
Amount
Amount
Amount
Amount
Amount
Sw.
Weight of steel in tonnes supplied by the contractor as per the ‘on-account’ bill for the
month under consideration.
W
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 contractor’s offer).
CONTRACTOR
of Price Variation in Labour.
of Price Variation in Material.
of Price Variation in Fuel.
of Price Variation in Explosive.
of Price Variation in Detonators.
of Price Variation in Steel.
of Price Variation in Cement.
For DY.CE(C)/I/AGC
- 40 -
CV
Value of cement supplied by contractor as per on account bill in the quarter under
consideration.
LB..
Consumer Price Index Number for Industrial Workers-All India- Published in R.B.I.
Bulletin for the base period.
LQ
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.
MB
Index Number of wholesale Prices –By Groups and Sub-Groups –All commodities- as
published in the R.B.I. Bulletin for the base period.
MQ
Index Number of wholesale Prices –By Groups and Sub-Groups –All commodities- as
published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter
under consideration.
FB
Index Number of wholesale Prices –By Groups and Sub-Groups –for fuel,power, as
published in the R.B.I. Bulletin for the base period.
FQ
Index Number of wholesale Prices –By Groups and Sub-Groups for fuel, power, 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.
SAIL’s (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.
SAIL’s 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&Lime) as published in RBI
Bulletin for the base period.
Index Number of wholesale Price of sub-group (of cement & Lime )as published in RBI
Bulletin for the average price index of the 3 months of the quarter under consideration.
RBI wholesale Price Index for cement & Lime for the month which is six month prior to
date of casting of foundation.
RBI wholesale Price Index for cement & Lime for the month which is one month prior to
date of opening of tender.
EB
EQ.
DB
(DQ
SQ
SB
CB
CQ
Cs
Co
CONTRACTOR
For DY.CE(C)/I/AGC
- 41 -
RT
Ro
IT
IO
46A.8
46A.9
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 month
prior to date of opening of tender.
LC
% of Labour component.
MC
% of Material component
FC
% of Fuel component.
EC
% of Explosive component
DC
% of Detonators component.
ZC
% of Zinc component.
Authority Railway Board’s circular No.2007/CE-I/CT/18 pt 13 , Dated 02.5.2014.
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.
Relevant categories of steel for the purpose of operating Price Variation formula , as
mentioned in this clause , based on SAIL’s ex-works price plus Excise Duty thereof, shall
be as under :
SL
Category of
Railway work.
1
Reinforcement bars and other
rounds
All types and sizes of angles.
All types and sizes of plates.
All types and sizes of channels and
joists.
Any other section of steel not
covered in the above categories and
excluding HTS.
2
3
4
5
steel
supplied
in
Category of steel produced by SAIL whose Exworks price plus Excise Duty would be adopted to
determine price variation .
TMT 8mm IS 1786 Fe 415/Fe500
Angle 65x65x6mm IS 2062 E250A SK.
M.S.Plates above 10-20mm IS 2062 E250A SK.
Channels 200x75mm IS 2062 E250A SK.
Average of price for the 3 categories covered under
SL 1,2 & 3 above.
46A.10 Price Variation During Extended period of contract.
The price adjustment as worked out above ,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’s 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.
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
CONTRACTOR
For DY.CE(C)/I/AGC
- 42 -
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)/I/AGC
- 43 -
8.0
8.1
PAYMENT OF ADVANCES
GENERAL
The Railway may pay to the contractor the following advances subject to the contractor satisfying
the condition set-forth here under. Such advances will be payable for only those contract whose
value is Rs.10 crore and above each.
(A)
(i)
(ii)
Mobilisation Advance
An aggregate amount at 10% (Ten percent) of the Contract value will be payable as
Mobilisation Advance in two stages as under :5% (Five percent) of the Contract value on signing the Contract Agreement after
fulfilling the conditions as specified therefore.
5% (Five percent) of the Contract value on actual commencement of the work to the
satisfaction of the Railway, whose decision in this regard will be final and conclusive.
The payment of Mobilisation Advance shall be subject to the following conditions:
The payment will be made after the Contractor makes a request for such a payment and furnishes
an irrevocable Guarantee Bond of the State Bank of India or any of the Nationalised Banks or
Scheduled Banks. The Guarantee Bond shall be for the amount of Advance paid to the Contractor
duly added with the amount of interest to accrue on the same and valid atleast for the period of the
Contract and in a form acceptable to the Railway.
(B)
Advance against Machinery, Plant & Equipment
An advance on the security of only new Machinery, Plant & Equipment brought to the
site by the Contractor will be payable as setforth herein under.
The payment of advance on the security of Machinery, Plant & Equipment shall be
subject to the following conditions :-
a)
The aggregate advance amount shall be limited 10%(Ten percent)of the contract value.
b)
The advance shall be limited to new Machinery, Plant & Equipment, which are
considered as essentially required for the work and involve substantial expenditure for
procurement. The decision of the Railway in this regard shall be final & conclusive.
c)
The advance shall not exceed 75% (Seventy five percent) of the Purchase price of such
Machinery, Plant & Equipment. Authentic receipt for the payment made for purchase
being produced by the Contractor and the reasonability of the price thereof verified by
the Railway .
d)
The advance shall be payable only when the Machinery, Plant & Equipment have been
brought to the site and hypothecated to the President of India through a suitable Bond in
form acceptable to the Railway or the payment of the advance will be made after the
Contractor furnishes an irrevocable Guarantee Bond from State Bank of India or any of
the Nationalised Banks or Scheduled Banks. The Guarantee Bond shall be for the amount
of Advance paid to the Contractor duly added with the amount of interest to accrue on the
same and valid at-least for the period of the Contract and in a form acceptable to the
Railway.
The Machinery, Plant & Equipment shall be insured for its full value for a period atleast
equal to the period of the contract. The plant and equipment should be ensured for the full
value and for the entire period, they are required for the work.
(e)
CONTRACTOR
For DY.CE(C)/I/AGC
- 44 -
(f)
(C)
This plant and equipment shall not be removed from the site of work without prior
written permission of the Engineer.
Interest charges and recovery of Advances
The Interest rate of mobilization advance will be 12%. Interest @12% (Twelve percent)
will be recovered on the Advance outstanding for the period commencing from the date
of payment of advance till date of particular On-account bill (through which recovery of
Principal is effected) and adjusted fully against such On-account bills along with pro-rata
Principal recovery. In the event of any shortfall the same will be carried forward to the
next On-account bill and will attract interest @12% (Twelve percent).
The Bank Guarantee for such advances should clearly cover Principal plus interest .The
amounts paid as advances shall be recovered from the Contractors On-account bill in
such a manner that the recoveries commence initially when the aggregated gross amount
paid/payable through the On-account bills exceeds 15% (Fifteen percent) of the Contract
value and the total amount stand finally recovered when the payments through the Onaccount bills amount to 85% (Eighty five percent) of the Contract value. The recovery
instalments for the individual advance made from time to time through the intervening
On-account bills shall be made on pro-rata basis between the initial and final recoveries
mentioned herein above.
In case of defaulting contractor the Railway may recover the entire outstanding balance
of the advance together with the interest thereon from any amount due for payment to the
contractor from the pending On-account bills of any other bills under the contract without
prejudice to other remedies available under the contract. After the entire amount of the
advance including the interest thereon recovered from the contractor, the Railway would
release the Contractor/s Bankers from their obligation under the concerned Guarantee
Bonds.
CONTRACTOR
For DY.CE(C)/I/AGC
- 45 -
DESCRIPTION OF CONTRACT
(SCOPE OF WORK)
Scope of work involved in the tender is given below.
Jacking and pushing of RCC Boxes in connection with construction of RUB in lieu of LC No.57
(Makkhanpur yard) at kms.1222/5-7 in CNB-TDL section by box pushing method.
CONTRACTOR
For DY.CE(C)/I/AGC
- 46 -
SCHEDULE OF RATE AND QUANTITIES
Name and place of work- Jacking and pushing of RCC Boxes in connection with construction of RUB in
lieu of LC No.57 (Makkhanpur yard) at kms.1222/5-7 in CNB-TDL section by box pushing method.
II. Approximate contract value of works Rs. 2.76 Crore
ii. Schedule of approximate quantities and rates _______________________
(A) SOR ITEMS
SN
SOR
ITEM
S NO
DESCRIPTION
UNIT
APPROX
QTY.
Rate
In Fig
1
2
3
As per schedule
attached
4
5
6
Amount
In
words
7
8
Total
(A)
CONTRACTOR
For DY.CE(C)/I/AGC
- 47 -
OFFER SHEET
NAME OF WORK:- Jacking and pushing of RCC Boxes in connection with construction of RUB in
lieu of LC No.57 (Makkhanpur yard) at kms.1222/5-7 in CNB-TDL section by box pushing method.
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
SOR item No. 1 to 4
2
NS Item No.1 to 3
Rly’s
estimated
rates (Rs.)
3
53.85% above
SOR 2010
As per LAR
Rly’s
estimated
amount (Rs.)
4
1037418.55
Tenderer’s percentage
above/below/at par both in
figure and word
5
26521179.00
3
Total
27558597.55
Rebate/Discount/Concession
if any to be quoted below
both in words and figures.
Notes for guidance:(i)
Tenderer should quote his single and common percentage rate in column
‘5’ only above/below/at par the Rly’s estimated rates in column ‘3’ on the basis of
which Railway’s 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 each part.
2.
It is certified that I/ We have inspected the site of work and acquainted myself/ourselves
with local conditions.
3.
I/We have carefully gone through the specifications, special conditions etc.
attached with the Tender Documents.
4.
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
5.
Rebate/Discount/Concession if any are to be provided below rate coloumn above clearly
quoting in both figure and words.
CONTRACTOR
For DY.CE(C)/I/AGC
- 48 -
Schedule for rates and quantities for the work of Jacking and pushing of RCC Boxes in connection with
construction of RUB in lieu of LC No.57 (Makkhanpur yard) at kms.1222/5-7 in CNB-TDL section by box
pushing method
S
N
Code
Description
Unit
Rate
Qty
Amount
PART-A SOR ITEMS
081030
Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including
cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel
primer, complete - upto 6m height above GL
1
081031
In RSJ, tees, angles and channels
Kg
69.24
1500
103860.00
2
081032
In flats, plates , round or square bars
Kg
68.00
1000
68000.00
Note for Item 081030 : Purlins and wind bracings shall be paid separately under item 81010.
3
081140
4
MS
Supplying and fixing lewis/ holding down bolts of
approved design with nuts and washers complete
Any other SOR item
Kg
61.13
40
2445.20
500000.00
Total of Part -A SOR Items
674305.20
Add 53.85% above
363113.35
Total
1037418.55
PART-B NS ITEMS
1
NS
Jacking & pushing RCC box of any size under railway
track under running conditions by box pushing
technique including excavation, leading the spoil to low
lying area, providing cutting edge (front and rear shield)
provisions of intermediate jacking pockets, applying
epoxy on top of box , providing drag sheet pushing
arrangement with contractor's machinery, tools, plants
power and jacks of required capacity. After pushing
sealing of box junction with concrete of similar grade
and cement grouting of joints to make joint water tight
with contractor cement and materials, Rates includes
all temporary arrangement required to carryout the
work in all respect as per railway approved drawings,
methodlogy and specification.
M3
13754.61
1900
26133759.00
Note(i)Rates is inclusives of providing and removing cutting edge ( front & rear shield), drag sheet and jacking pockets No. extra
payment shall be made for this. After conpletion of work material released from cutting edge, drag sheet, jacking pockets shall
be the property of contractor.
Note(ii)Payment will be made by volume of box ( outer dimensions & length), Pushed from thrust bed.
2
NS
Supplying, collecting and stacking of 65 mm gauge hard stone machine crushed ballast as directed by
engineer-in-charge conforming to railway specification of track ballast of june 2004. The rates shall be
inclusive leveling and clearing space for stacking and also include all lead, lift, ascend, descend, handling
,re-handling, crossing of tracks and nallahs or any other obstructions with all taxes, octroi, sales tax etc.
and all other charges including making approach road where ever required as a complete job.
a
Cost of Ballast
M3
355.14
400.00
142056.00
b
Cost of transportation and stacking
M3
605.31
400.00
242124.00
CONTRACTOR
For DY.CE(C)/I/AGC
- 49 -
3
NS
Maintenance of track as well as protection of track as per
IRPWM and rectification of defects to keep the track
geometry within permissible limit as directed by engineer
incharge with all contractor's labour, tools, plants ,
equipments etc (considering 4 months).
Track
MX
month
4.50
720.00
3240.00
(i)Track tolerance limit will be as per IRPWM (ii)For turnouts, payments will be made 1.60 times of plain track which
will be measured SRJ to HC.(iii)For maintenance of period less than a month payment shall be made on the pro-rata
basis considering month of 30 days. (iv)This item is meant of maintaining the track after opening the section for traffic
and up to the time of handing over to open line. (v)Minimum 10 labour must remain present when the process for Box
pushing commenced under supervision of PWI/ Incharge and they shall be aware of P.Way working and should come
out in case of emergency. (vi)Contractor will have to keep basic tools and plants for maintenance of track .
Total of part -B NS item
26521179.00
Total contract value Part A+B
27558597.55
CONTRACTOR
For DY.CE(C)/I/AGC
- 50 -
SPECIFICATION FOR NS-1.
The specification given here in under give reference to the item number in schedule of quantities and rates
of the tender . This specification shall be in addition to the Standard specification and shall supersede the
Standard specification in case of any conflict between these specification on the other.
1
2
3
4
5
6
7
8
9
10
11
This include preparation of scheme including drawing of front and frame including cutting edge,
jacking points & location and same to be approved . Only approved and properly calibrated jacks
and pressure gauges to be used.
Provision of approved quality and adequate number of drag sheets on top of box for easy pushing
of box by suitable hydraulic jack or by approved method along-with special arrangement required
to be done due to less cushion of earth and track geometry is not disturbed.
Plugging of gaps between two unit boxes placed in position by pushing method.
Provision of opening of roof for box for benotonite pumping if required for pushing of box.
Manufacturing and fabrication of front end frame and cutting shield and
intermediate jacking
stations.
Any other activities not included above but incidental to the work for execution of work, by
pushing method/ cast in situ/ by precast box placement. .
Rate included all type of cutting and excavation in all soil RRB, RNRB for thrust bed removal of
pitching bricks, stone , cement blocks, RRC, CC. Tie bar fencing any other material including
leading, disposing of the surplus earth material away from site casing bed and generated during
pushing.
Painting of boxes with epoxy paint of approved quality.
Providing barricades all around the work site. Providing necessary indication board such as work
in progress etc as required / fencing the material stacked and other safety precaution for rail users
as well as road users as directed by the engineer incharge.
The work is to be carried out as per planning and drawing approved by the Railway as appropriate
and decided by the engineer whose decision in this regard shall be final and conclusive. All
material to be used on the work will be accordance with relevant specification and code of
practice.
All pushing operation is to be done only under presence of SSE/W/C/AGC and levels of all
corners of box pushed to be taken for record and not more than 1.0 m box be pushed at any time.
CONTRACTOR
For DY.CE(C)/I/AGC
- 51 -
NOTES FOR TENDER SCHEDULE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Necessary survey should be carried out at the site of work with Railway’s representative with latest
survey & leveling instruments for collection of all data for preparation of structural design / drawings of
cast in situ and precast segmental RCC box, thrust bed and wing / return walls covered in this
contract including sub soil data for obtaining soil characteristics for designing the structures as well as
thrust bed for doing the work by box pushing technique at the proposed location. The loading has to
be taken as 25.0 Tonne and design has to be done as per IRS code.
The structural drawing / design of cast in situ and precast segmental RCC box and wing / return walls
will be prepared by the contractor at his own cost and got approved by Railway for execution .
Necessary changes if any required by the Railway shall be made out without any extra payment.
No work shall be carried out unless and until all drawings are approved by Railways and all design
calculation , clarifications required are furnished and got approved.
The structural design / drgs of thrust bed/ jacking pit/ reaction frame including collection of necessary
data to be done by contractor for carrying out the work. The construction of these thrust bed / jacking
pit / reaction frame has to be done by the contractors . Extra payment will be made as per relevant
item.
Procurement of plants , jacking equipments , jack pumps, front shield, cutting shield, intermediate
jacking station , rear shield etc should be done by contractor by all his own cost and no extra payment
will be made. For reduction of friction between soil and precast RCC box during pushing , suitable
arrangement has to be made to reduce the disturbance of track to the minimum.
The cement and steel of approved specification to be procured by the contractor. The tenderer shall
submit necessary test certificate at his own cost for material issued in the construction as may be
called for by the Railway.
Jacking the precast boxes to form the opening under the Railway, under traffic conditions. Maximum
allowable deviations at any time from the theoretically alignment will be limited to 200mm horizontally
and 100 mm vertically. Any deviation beyond this tolerance will have to be rectified by the tenderer
their own cost. The necessary jacking scheme to be developed by contractor and it is to be approved
by Railway.
Grouting of all joints after completion of pushing with epoxy compound so as to make them water tight
. There should be no leakage. No extra payment will be made.
Removal of all existing under ground as well as overhead obstruction in the Railway area near the site
of the work which are likely to be obstruct to the work of box pushing is to be removed before
operation of pushing by the contractor at his own cost. During the box pushing under existing railway
track , contractor should ensure that there should be minimum disturbance to track. To achieve this ,
suitable arrangement of drag sheet / epoxy paint at top of box to reduce friction at site , to be carried
out by contractor and no extra payment will be made for the same also the track disturbed, if any
during the pushing should be rectified by contractor under the railway supervision to the satisfaction
of railway representative at his own cost.
The removal / disposal of earth after the excavation to be done by contractor as per instructions of
engineer at site.
Tenderer shall prepare and submit a schedule network in the form of PERT CHART or CPM or any
other approved form of scheduling network serve as a guide line for carrying out the various items of
work, so as to complete the work in stipulated time.
Necessary provision of opening in the roof of boxes for bentonite pumping , if required for pushing of
boxes safely, to be made and bentonite slurry to be injected, for which no extra payment will be
made.
Payment will be made only for approved finished section of concrete. Poorly executed concrete shall
have to be demolished and repair shall not be allowed to carry out .
The main, temperature and other reinforcement of required quantity as per the approved design and
drgs for RCC work has to be fixed in position by the contractor as per approved drawing.
For carrying out the work, if any temporary staging, construction, sheet anchoring etc are required to
be carried out, the contractor has to do the necessary arrangements as per the
satisfaction
of the engineer / incharge and no extra payment for this will be done. The safety of the Railway track
lies with the contractor during the working. Therefore, he should take all the precautions and satisfy
CONTRACTOR
For DY.CE(C)/I/AGC
- 52 -
the engineer at site to ensure that, at all time the work carried out is in safe condition.
All the temporary works, cutting edge , jacking arrangements will be the property of the contractor and
after completion of the work, contractor can take away the material at the time of clearance of the site,
if he desired so, otherwise there will be right for him to claim the material afterwards.
NOTE:
1.
The quantities mentioned are approximate Railway reserve the right to alter the quantities as per
requirement. Nothing extra whatsoever shall be paid other than the rates quoted by the tenderer/s
for complete job including for lead, lift, ascend, descend, crossing of nallah, obstructions including
all crossing of tracks, for Blocks/ caution, level crossing paying octroi, taxes including sales tax,
royalty and all other local taxes and charges incidental to the supply of materials.
2.
Sale tax, VAT and Income tax will be borne by the Tenderer/s.
3.
All conditions mentioned in the tender conditions for the above work already signed by Tenderer/s
are also applicable to this and the same is the integral part of the contract.
4.
The contractor will take all safety precautions that will be necessary in consultation with concerning
officials for working over the running line, nothing extra shall be paid on this account.
5.
The contractor shall be fully responsible for any mishap that any occur as a result of the negligent
working. Decision of the railway will be final in this matter and will be considered “EXCEPTED
MATTER” in addition to other mater mentioned in Clause-63 of GCC-July’2013.
6.
Contractor has indemnify the railway from all kind of losses suffered by railway during execution of
work or on account of poor work man ship.
7.
Block/caution order will be given according to convenience of railways and no compensation etc.
will be paid for idle labour / machinery due to non availability of blocks. In case of block bursting
and train detention penalties as per clause 4.0 of special conditions (general) will be levied.
8.
The contractor will arrange and provide all temporary fencing ballies/wire, rope/rope manila for
isolation of work site, endanger for traveling passengers workingmen etc and remove material or
debris etc. immediately from the site of work to avoid hindrance or inconvenience to the Railway
and road traffic/traveling public and will remove/dump within the specific distance as per
instructions of the Engineer in charge.
9.
Contractor has to indemnify the Railway from all kind of losses suffered by Railway during
execution of work or on account of poor workmanship.
16
I/we clearly under stand that I/we, am/are not entitled to any other payment on any account
whatsoever, except the tendered rates for fully complete job.
Dy. Chief Engineer/Const/I/
North Central Railway, AGC.
For and on behalf of the President of India
CONTRACTOR
For DY.CE(C)/I/AGC
- 53 -
PART -II
1.0
1.1.0
ADDITIONAL SPECIAL CONDITIONS & SPECIFICATIONS.
CEMENT
1.1.1
GENERAL
1.1.2
MASTER SCHEDULE ITEMS
The cost of Cement for the work be paid separately under relevant item of master
schedule.
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 Railway’s 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 Railway’s 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
Railway’s 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)
CONTRACTOR
For DY.CE(C)/I/AGC
- 54 -
(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.
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.
Scundness’De 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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 55 -
i)
ii)
iii)
iv)
v)
1.1.9
Manufacturer’s 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.
iv)
Soundness.
These test will be got carried out by the Rly’s 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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 56 -
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 contractor’s 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 contractor’s 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
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 CONTRACTOR’S 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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 57 -
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.
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/RUB’s 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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 58 -
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
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 wastage
and unauthorized overlap shall not be paid for. Proper account will be maintained
in the registers regarding consumption balance etc. duly signed by the contractor
and Railway’s representative. For the purpose of payment linear measurement of
reinforcement need for the work will be converted into mass/unit weight. The cut
pieces, wastage and the left out material will be disposed off by the contractor .
Railways will not pay any compensation for such cut pieces, 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 Railway’s site Engineer.
Welding of reinforcement will not be permitted except in special circumstances
under the written approval of the Engineer in charge.
1.3.0
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
when damage with deleterious material and organic impurities.
1.3.1
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 only 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
CONTRACTOR
For DY.CE(C)/I/AGC
- 59 -
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 does’t 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.
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.
1.6.0
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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 60 -
2.0
2.1
2.2
2.3
2.4
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
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
a)
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………….)
CONTRACTOR
For DY.CE(C)/I/AGC
- 61 -
2.6
STRIKING.
a)
b)
Form work shall be so designed that it can be correctly removed without
damage to the concrete.
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.
2.7
ERECTION SUPPORTS.
Foundation false work and form work shall be positioned by skilled, personnel
with plan and specification.
2.8
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.
2.9
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.
2.10
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.
2.11
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
CONTRACTOR
For DY.CE(C)/I/AGC
- 62 -
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.
2.12
STRIKING TIME
Forms should be retained in place until the concrete has hardened sufficient
withstand without stresses imposed.
2.13
STRIKING METHODS
Form work shall be struck when the concrete is sufficient hardened in accordance
with the stages of construction as planned without impact loading.
2.14
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.
3.0
MIXING.
Mixing shall confirm to the requirements of Clause 9.3.1 of IS 456-2000.
4.0
COMPACTION OF CONCRETE
4.1
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.
4.2
4.3
4.4
5.0
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,
CONTRACTOR
For DY.CE(C)/I/AGC
- 63 -
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 Engineer’s/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 ½ % 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.
6.0
Sampling and strength test of concrete shall be as per clause 14 and acceptance
criteria as per clause 15 of 456 2000.
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 4562000.
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.
CONTRACTOR
For DY.CE(C)/I/AGC
- 64 -
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)/I/AGC
- 65 -
AGREEMENT FOR WORKS
CONTRACT AGREEMENT NO.
Dated:-
2016
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: Jacking and pushing of RCC Boxes in connection with construction of RUB in lieu of LC
No.57 (Makkhanpur yard) at kms.1222/5-7 in CNB-TDL section by box pushing method.
.
section. 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 here into 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
and will
maintain the said works for a period of Twelve calendar months from the certified date of
their completion and will observe, fulfill and keep all the conditions therein mentioned(which
shall be deemed and taken to be part of this contract as if the same had been 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 :-
Deputy Chief Engineer (Constn.) I
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)/I/AGC
- 66 -
PROFORMA-`I’
NORTH CENTRAL RAILWAY
PARTICULARS 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)/I/AGC
- 67 -
PROFORMA - II
NORTH CENTRAL RAILWAY
(ENGINEERING/CONSTRUCTION DEPARTMENT)
DETAILS OF WORKS ACTIVITIES SIMILAR TO TENDERED WORK
Sr.
No
Description
of work
CONTRACTOR
Contract
awarding
authority
Agreemen
t No.&
Date
Costof
Work
Date of
commen
cement
of work
Date of
completion as
per
agreemen
t
Actual
date of
compl
etion
Whether
arbitration
demand
ed or
not
For DY.CE(C)/I/AGC
- 68 -
PROFORMA - III
NORTH CENTRAL RAILWAY
(ENGINEERING/CONSTRUCTION DEPARTMENT)
DETAILS OF ALL CONTRACGUAL WORKS CARRIED OUT DURING PAST THREE
YEARS AND CURRENT FINANCIAL YEAR.
S
N
Description
of work
CONTRACTOR
Contract
awardin
g
authority
Cont.Agt.
No.&
date
Cost
of
work
Date of
comme
nceme
nt of
work
Date of
completio
n as per
Agt.
Actual
date of
completion
Whether
arbitration
demanded
or not
For DY.CE(C)/I/AGC
- 69 -
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)/I/AGC
- 70 -
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, ----------------- (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 DY.FA & CAO/Const., North Central Railway, Agra
Cantt ………………………………………………Designation and address of Contract signing
authority), North Central Railway/Const/Allahabad or Agra Cantt, 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
CONTRACTOR
For DY.CE(C)/I/AGC
- 71 -
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
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 Authorize official
(Name)
……………………………
Designation:…………………………………
Full Address:………………………………….
Witness
CONTRACTOR
For DY.CE(C)/I/AGC