Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE...

49
+ Head Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding of Br. No. 17 (2x12.20m)G by (2x18.3m) PSC girder at km 18/4-5, Br. No. 18 (1x12.2m)G by (1x12.2m) PSC girder at km 18/4-5, Br. No. 21 (5x12.2m)G by (4x18.3m) PSC girder at km 20/4-5 and Br. No. 22 (5x12.20m)G by (5x12.2m) PSC girder at km 22/3-4 between Sagauli – Ramgharwa stations on well foundation. Cost of Tender document: - Rs. 3000/- THE GENERAL M ANAGER (ENGG.) EAST CENTRAL RAILWAY HAJIPUR BIHAR

Transcript of Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE...

Page 1: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

+

Head Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding of Br. No. 17 (2x12.20m)G by (2x18.3m) PSC

girder at km 18/4-5, Br. No. 18 (1x12.2m)G by (1x12.2m) PSC girder at km 18/4-5, Br. No. 21 (5x12.2m)G by (4x18.3m) PSC girder at km 20/4-5 and Br. No. 22 (5x12.20m)G by (5x12.2m) PSC girder at km 22/3-4 between Sagauli – Ramgharwa stations on well foundation.

Cost of Tender document: - Rs. 3000/-

THE GENERAL M ANAGER (ENGG.)

EAST CENTRAL RAILWAY HAJIPUR

BIHAR

Page 2: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

Tender Notice No :- 2 of 2005-2006 (Open)

Item No. :- 01

1. Name of tenderer :- --------------------------------------------------------------------

---

2. Full Address of the tenderer :- --------------------------------------------------------------------

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

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

---------

3. Tender Form :-

(a) Sold under Money Receipt. then detailed of Money Receipt.

(i) Money Receipt. No. and date (ii) Amount of Money Receipt (iii) Money Receipt Issued by

(b) Down loaded from web site & used as Tender Form then details of enclosed DD. for Tender document cost.

(i) D.D. issuing Nationalized Bank's Name

(ii) D.D. No. & Date (iii) Value / Amount of D.D. & validity

(c) Purchased through POST then details of Money Order.

(i) M/O sender's Name (ii) M/O Value/Amount (iii) M/O sent to Chief Engineer/ E.C.Rly/Hajipur on date (iv) M/O Receipt at E.C.Rly/Hajipur

:-

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

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

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

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

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

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

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

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

4. Name of work :- Rebuilding of Br. No. 17 (2x12.20m)G by (2x18.3m) PSC girder at km 18/4-5, Br. No. 18 (1x12.2m)G by (1x12.2m) PSC girder at km 18/4-5, Br. No. 21 (5x12.2m)G by (4x18.3m) PSC girder at km 20/4-5 and Br. No. 22 (5x12.20m)G by (5x12.2m) PSC girder at km 22/3-4 between Sagauli – Ramgharwa stations on well foundation.

Date: - Signature of tender clerk Signature of OS/ tender

Selling the tender

Certified that all pages of the tender form have been properly checked and found correct in accordance with approved copy.

OS/Tender / HJP

Page 3: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

Dear Sir (s) 1. Sealed Tenders are invited for and on behalf of the President of India for the above mentioned

work. 2. This tender document is hereby issued to you on your request and on your having deposited the

requisite cost of tender document, on the conditions that you agree to abide by conditions of these document.

3. This tender document includes Chapters 1 to 10 as detailed below, which is an integral part of this

tender document.

Page No. Chapter No. Nature of documents From To

1. Tender Notice No. 2 of 2005-2006 dtd. 25.07.05 (Item-1) 4 6 2. Corrigendum 7 8 3. Tender Form (First Sheet) 9 9 4. Tender Form (Second Sheet) 10 13 5. Tender Schedule 14 16 6. Special Conditions of Contract (Part-I) 17 28 7. Special Conditions of Contract (Part-II) 29 35 8. Additional Conditions of Contract 36 40 9. Price Variation Clause 41 44 10. Annexure 1 to 5 45 49

This tender document also guided through, the "North Eastern Railway General Conditions

of Contract 1999 and Standard Specifications 1998" as amended by correction slips up to-date herein after referred by "GCC-1999 and "North Eastern Railway Schedule of Rates 1998 for Civil Engineering Department as amended by correction slips up to-date therein referred by Schedule of Rates 1998".

4. All the above named documents taken together constitute the tender document hereinafter called

"The documents" and have to be read together and acted upon accordingly. No part of these documents can be relied upon or acted upon in isolation.

5. In the event of any conflict between the books of reference and contents of various Chapters of

these documents, the latter shall prevail. DA/- As above.

Yours faithfully,

For General Manager (Engineering) East Central Railway/ Hajipur

Page 4: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

GM/ENGINEERING/HAJIPUR Tender Notice No. 02 of 2005-2006 (Open)

The General Manager/Engg., East Central Railway, Hajipur invites sealed OPEN TENDER up to 14.30

hours on 20.09.05 for and on behalf of the President of India for the following works from the bonafide, reputed, reliable, experienced and resourceful contractors having experience in execution of similar nature of works. They should also satisfy following criteria for consideration of their tender offer for this work.

ELIGIBILITY CRITERIA: - Only the tenderers having the following MINIMUM ELIGIBILITY CRITERIA and credentials for past performance in the execution of similar nature of work will be considered for award of this work.

1. The Tenderer in his own name and style should submit 'Revenue/Banker's Solvency Certificate' for at least 40% of advertised tender value of work.

2. The Tenderer in his own name and style should have completed from start to finish, in the last three financial years (i.e. current year and three previous financial years) at least one major bridge on well foundation for a minimum value of 35% of Advertised Tender Value of Work.

3. The Total contract amount received by the tenderer in his own name and style during the last three financial years (i.e. current year and three previous financial years), should be a minimum of 150% of the advertised tender value of the work. In support of this, the tenderer should submit in his own name & style, an attested copy of the Payment Certificate from the Central/State Government department or Public Sector Undertaking of Central/State Government OR an Audited balance sheet duly certified by the Chartered Accountant.

Participation by Joint Venture (JV) Company:- 1. Joint Venture (JV) should be incorporated as Company in India. Joint Venture agreement shall be valid and

shall give details about Capital Structure, Nomination of Board of Directors, Decision Making Policy on important matters, Financial policy etc.

2. The technical criteria must be fully met with by any of the partners in the JV based on his proportionate percentage of participation in the earlier partnership firms. In the JV, he shall have more than 50% participation.

3. The sum total of the strength of each of the partners in the previous firms in that proportion shall be added to ascertain financial eligibility both for turn over and solvency as per eligibility criteria.

4. During assessment of the eligibility criteria, the proportion of their strength in the new JV shall not be taken into consideration.

Sl.No.

Name of the work Approx. Tender

value(Rs.)

Date of opening

Last date of tender form

selling.

Date of Completion

Earnest Money (Rs.)

Cost of tender form not

refundable (Rs.)

1. Rebuilding of Br. No. 17 (2x12.20m)G by (2x18.3m) PSC girder at km 18/4-5, Br. No. 18 (1x12.2m)G by (1x12.2m) PSC girder at km 18/4-5, Br. No. 21 (5x12.2m)G by (4x18.3m) PSC girder at km 20/4-5 and Br. No. 22 (5x12.20m)G by (5x12.2m) PSC girder at km 22/3-4 between Sagauli – Ramgharwa stations on well foundation.

46792000 20.09.05 19.09.05 18 Months. 50,000/- 3,000/-

For purchasing the blank tender document containing the schedule of items and all terms and conditions, their cost for each set as mentioned above, which is non refundable, should be deposited with any of the following

Page 5: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

officials and receipt obtained.

(i) Divisional Cashier/East Central Railway/Sonpur or Coaching supervisor/East Central Railway/ Hajipur station.

(ii) Chief Booking Supervisor/East Central Railway/Mughalsarai.

(iii) Divisional Cashier / East Central Railway/Samastipur.

1. The receipt should be deposited with any of the following officials and blank tender document may be obtained on any working day from 05.09.05 to 19.09.05 up to 16.00 hrs.

(i) General Manager/Engg./East Central Railway/Hajipur.

(ii) Sr. Divisional Engineer (Co-ord)/East Central Railway/Mughalsarai.

(iii) Sr. Divisional Engineer (Co-ord)/East Central Railway/ Samastipur.

2. The tender document can be purchased through post by sending money order in the name of Chief Engineer/East Central Railway/Hajipur at and PO-Hajipur, district- Vaishali for the cost of Tender document plus Rs. 100/- (not refundable) towards the cost of postal charges. On receipt of the money order for the total amount the railway will dispatch the tender document by registered post at the address indicated in the money order within reasonable time. The railway will not own any responsibility for any delay, loss or damage of the tender document in the transit.

3. Tenderers must submit the requisite amount of Earnest Money along with tender forms in the acceptable forms like FDR, Bankers cheque, Demand draft, NSC etc. duly pledged in favour of FA & CAO/E. C. Rly, payable at Hajipur (Postal orders, cheque and Bank Guarantee Bond will not be accepted as Earnest Money), failing which their tender will not be entertained.

4. The sealed tender document complete in all respect will be dropped simultaneously into the nominated sealed box in the following offices up to 14.30 Hour on 20.09.05 and will be opened on the same day at 15.00 Hours in presence of the tenderers or their authorized representatives who may like to be present on this occasion.

(i) General Manager/Engg./East Central Railway/Hajipur.

(ii) Sr. Divisional Engineer (Co-ord)/East Central Railway/Mughalsarai.

(iii) Sr. Divisional Engineer (Co-ord)/East Central Railway/ Samastipur.

5. Tenderers must quote their rates in figures and words in the attached schedule as per instructions contained therein, in absence of which their tender will liable to be declared invalid.

6. In case the tenderer withdraws his offer within the validity date of offer or fails to undertake agreement after the acceptance of his tender, the full Earnest Money will be forfeited.

7. The Railway administration reserves the right to accept or reject any or all tenders without reasons thereto.

8. If the office is closed on scheduled date due to any un-accounted holiday; the tender will be received and opened on the next available working day at the same time.

9. The tenderer must submit performance certificate of similar nature of work. They should also submit character certificate issued by DM/SP concerned along with their tender forms.

NOTE:

The tender notice & tender document will also be available on website http://www. indianrailways.gov.in. during the period as mentioned in the tender notice and same can be down loaded and used as tender document for submitting tender. The facility is available free of cost. However the cost of tender form as mentioned above has to be paid in the shape of demand draft issued in favour of FA & CAO/E. C. Rly/Hajipur payable at Hajipur and to be enclosed with the tender form while dropping the tender. In case the tender is not accompanied with the valid demand draft for the cost of the tender document as detailed in the tender notice, the tender will be summarily rejected.

Page 6: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

If the tenderers who are found to be indulging in changing/adding or deleting the contents, of the tender

documents downloaded will not be considered and necessary action will be taken for removal from approved list, banning, suspension of business dealings etc.

For General Manager/Engineering

East Central Railway, Hajipur (For and on behalf of the President of India)

Copy for necessary action to:

1. CPRO/ECR/HJP along with 10 copies of tender notice for the wide publication through the English /Hindi news papers chargeable to 20-5165-7.

2. CAO (Con) & FA & CAO (Con)/ECR/MHX.

3. FA &CAO/ECR/HJP, Sr. DFM/SPJ, Sr. DFM/MGS please arrange to open the tender as per scheduled programme.

4. DRM (Engg.)/SPJ, DNR, DHN, SEE & MGS with one additional copy for notice board for wide publicity.

5. Dy. CSC/RPF/HJP he is requested to please depute RPF personnel along with Arms on the above date

and place for peaceful opening of the tender please. It is most urgent.

6. The DM/Vaishali ,

7. The SP/Vaishali ,

8. The SDM/Vaishali

9. O/C Sadar Thana/Hajipur

They are requested to please depute the Police Personnel with their arms for the peaceful opening of the tender and please arrange to maintain law and order situation.

10. Dy. CE (Con)/HJP. DNR, SPJ, DHN & DOS.

10. For the Office Notice Board.

11. Divisional Cashier/ECR/SEE & Coaching Supervisor/ECR/HJP Stn. Chargeable head 2-650

12. Divisional Cashier/ECR/SPJ & Chief Booking Supervisor/ECR/MGS. (No. ECR/ENG/W-2/623/05/T/Br. 17, 18, 21 & 22 Dated 25/07/05)

For General Manager/Engineering East Central Railway, Hajipur

Page 7: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

Head Quarter – Hajipur

Corrigendum slip of Tender Notice No. 02 of 2005-06 (Open) dt. 25.07.2005

The following amendments have been made for participation by Joint Venture (JV) against tender Notice No. 02 of 2005-06 (Open) dt. 25.07.2005 :

S.

No. Existing Provision As amended

1. Joint Venture (JV) should be incorporated as Company in India. Joint Venture agreement shall be valid and shall give details about Capital Structure, Nomination of Board of Directors, Decision Making Policy on important matters, Financial policy etc.

Deleted.

2. The technical criteria must be fully met with by any of the partners in the JV based on his proportionate percentage of participation in the earlier partnership firms. In the JV, he shall have more than 50% participation.

The technical criteria must be fully met with by any of the partners in the legally accepted AOP / JV based on their proportionate percentage of participation in the earlier partnership firms. In the AOP / JV, submitted for the instant work the partner who satisfies the eligibility criteria should have more than 50% participation.

3. The sum total of the strength of each of the partners in the previous firms in that proportion shall be added to ascertain financial eligibility both for turn over and solvency as per eligibility criteria.

The sum total of the strength of each of the partners in the previous firms in that proportion shall be added to ascertain, the Eligibility as indicated at Para 1 & 3 of Eligibility criteria.

4. During assessment of the eligibility criteria, the proportion of their strength in the new JV shall not be taken into consideration.

Deleted.

Other Terms & Conditions will remain unchanged.

For General Manager (Engg.) E. C. Railway/Hajipur

Copy for necessary action to:

1. CPRO/ECR/HJP along with 10 copies of tender notice for the wide publication through the English /Hindi news papers chargeable to 20-5165-7.

2. CAO (Con) & FA & CAO (Con)/ECR/MHX. 3. FA &CAO/ECR/HJP, Sr. DFM/SPJ, Sr. DFM/MGS please arrange to open the tender as per scheduled

programme. 4. DRM (Engg.)/SPJ, DNR, DHN, SEE & MGS with one additional copy for notice board for wide publicity. 5. Dy. CE (Con)/HJP. DNR, SPJ, DHN & DOS. 6. For the Office Notice Board.

(No. ECR/ENG/W-2/623/05/T/Br. 17, 18, 21 & 22 Dated 06/09/05)

For General Manager/Engineering East Central Railway, Hajipur

Page 8: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

Head Quarter – Hajipur

Corrigendum slip of Tender Notice No. 02 of 2005-06 (Open) dt. 25.07.2005

Tender document can be down loaded from CRIS web site:http://www.indianrail.gov.in instead of Indian Railway Website :http://www.indianrailways.gov.in.

Other Terms & Conditions will remain unchanged.

For General Manager (Engg.)

E. C. Railway/Hajipur Copy for necessary action to:

1. CPRO/ECR/HJP along with 10 copies of corrigendum notice for the wide publication through the English /Hindi news papers chargeable to 20-5165-7.

2. CAO (Con) & FA & CAO (Con)/ECR/MHX. 3. FA &CAO/ECR/HJP, Sr. DFM/SPJ, Sr. DFM/MGS please arrange to open the tender as per scheduled

programme. 4. DRM (Engg.)/SPJ, DNR, DHN, SEE & MGS with one additional copy for notice board for wide publicity. 5. Dy. CE (Con)/HJP. DNR, SPJ, DHN & DOS. 6. For the Office Notice Board.

(No. ECR/ENG/W-2/623/05/T/Br. 17, 18, 21 & 22 Dated 06/09/05)

For General Manager/Engineering East Central Railway, Hajipur

Page 9: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

Tender form (First Sheet)

Tender Notice No: 2 of 2005-2006 (Open) Dt. 25.07.2005

Tender No. 01

Name of Work: Rebuilding of Br. No. 17 (2x12.20m)G by (2x18.3m) PSC girder at km 18/4-5, Br. No. 18

(1x12.2m)G by (1x12.2m) PSC girder at km 18/4-5, Br. No. 21 (5x12.2m)G by (4x18.3m) PSC girder at km 20/4-5 and Br. No. 22 (5x12.20m)G by (5x12.2m) PSC girder at km 22/3-4 between Sagauli – Ramgharwa stations on well foundation.

Name of Contractors :- To,

The President of India

Acting through General Manager (Engineering)/E. C. Rly/Hajipur

1. I/We ……………..……. have read various conditions to tender attached hereto and hereby agree to abide by the said condition. I/we also agree to keep this tender open for acceptance for a period of 120 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 East Central railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the works in all respect within …18.. months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the General condition of contract corrected up to correction slip no.-- ---------- date -------------- and to carry out the work according to the special conditions and specification of contract for the materials and works as laid down by the Railway for the present contract.

3. A sum of Rs…50,000/--…. is here with forwarded as full value of Earnest Money. The full value of the Earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is accepted and if: -

(a) I/We do not execute the contract documents within seven days after receipt of notice issued by the Railways that such documents are ready; and

(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute 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 Witnesses: .........……. (1) …………………………………….. Signature of Tenderer(s) (2) …………………………………….. Date …………………… Address of the Tenderer(s)

Page 10: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

TENDER FORM (Second Sheet)

Tender Notice No:- 2 of 2005-2006 (Open) Date. 25.07.2005

Tender No.: -- 01

1. Instructions to tenderers and conditions of tender – The following documents / forms are the part of the Tender/Contract :- a) General condition of contract and standard specification for material and works as laid down in

works Hand book and sanitary works Hand Book of North Eastern Railway with up to date amendment/correction slip, copies of which can be seen in the office of Sr. DEN/Co-ord/SPJ or Chief Engineer, E.C. Railway, Hajipur respectively.

b) Schedule of Rates 'NER/98' with up to date amendment/correction slip, copies of which can be seen in the office of Sr. DEN/C/SPJ or the office of the Chief Engineer, E. C. Rly Hajipur respectively.

c) All general and detail drawing pertaining to this work, which will be issued by the Engineer or his representatives (from time to time) with all changes and modification.

2. Drawings for the work: - The Drawings for the work can be seen in the office of the Sr.DEN/C/SPJ or Chief Engineer/E. C. Rly/HJP at any time during the office hours. The drawings are only for the guidance of Tenderer(s). Detailed working drawings, (if required), will be given by the Engineer or his representative from time to time.

3. The tenderer (s) shall quote his/their rates as a percentage above or below the Schedule of Rates of the North Eastern Railway as applicable to …SPJ…… Division except where he/they are required to quote item rates and must tender for all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule are given as a guideline and are approximate only and are subject to variation according to the needs of the Railway. The Railway does not guarantee to work under each item of the schedule.

4. Tender containing erasures and/or alteration of the tender documents are liable to be rejected. Any corrections made by the Tenderer(s) in his/their entries must be attested by him/them.

5. The works are required to be completed within a period of …18…months from the date of issue of acceptance letter.

6. Earnest money: - The tender must be accompanied by a sum of Rs.50,000/- as earnest money deposited in cash or any forms as mentioned in Regulations for tenders and contracts for the guidance of the Engineers and contractors, failing which the tender will not be considered.

(a) In case of cash deposit that should be deposited with the Divisional Cashier/E.C.Rly/ Sonpur, SPJ and MGS, FA & CAO/ E.C. Rly/ HJP and cash receipt should be attached with tender document.

(i) Deposit receipts, Demand drafts, Fixed deposit. These forms of earnest money could be either of the State bank of India or of any of the nationalized banks. It should be deposited in favour of Financial Advisor and Chief Accounts Officer, E.C.Rly. Hajipur.

No confirmatory advice from the Reserve Bank of India will be necessary.

(ii) Deposit receipts executed by the scheduled banks (other than the State Bank of India and the nationalized banks) must be approved by the Reserve Bank of India for this purpose. The Railway shall not however, accept any such deposit receipt without getting in writing the concurrence of Reserve Bank of India.

(iii) Deposit receipt tendered by the scheduled banks which have not been approved by the Reserve bank of India for the purpose provided.

(a) The bank-concerned lodes with the Reserve Bank of India requisite securities namely, Cash deposit of Govt. securities in respect of the Guarantees to be executed or deposit receipts to be tendered by it.

Deposit receipts to be tendered by it, apart from the above provision prior to concurrence of Reserve Bank of India in writing would be necessary before accepting deposit receipts under (iii) and (iii a) above.

Page 11: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

(b) The Tenderer(s) shall keep the offer open for a minimum period of …120....… days from the

date of opening of the Tender. It is understood that the tender documents has been sold/issued to the Tenderer (s) and the Tenderer(s) is/are permitted to tender in consideration of the stipulation on his/their part that after submitting his/their tender subject to the period being extended further if required by mutual agreement from time to time, he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the GM/Engg./. E. C. Rly should the Tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as Earnest Money for the due performance of the above stipulation shall be forfeited to the Railway.

(A) For contracts above Rs. 2.0 crore, 5% of the contract value. The amount over and above Rs.3 lakh to be recovered from the progressive bills of the contractors @10% till it reaches 5% of the contract value.

(B) This does not however, preclude the Contractor from depositing the balance Security Money either in cash or in any of the forms and manner as mentioned below:

(i) Governments Securities including State Loan Bonds at 5% (five percent) below market value.

(ii) Deposit receipts, Pay orders, Demand Draft and Bank Guarantee Bonds. These forms of Security Deposit shall either be of the State Bank of India or any of the Nationalized Banks.

(iii) Guarantee Bonds executed or Deposit receipts tendered by all Scheduled Banks.

(iv) A deposit in the Post Office Savings Bank.

(v) A deposit in the National Savings Certificate.

(vi) Twelve year National Defence Certificate.

(vii) Ten years Defence Bonds, "Deposits".

(viii) National Defence Bonds.

(ix) Unit trust certificate at 5 (five percent) below market value or at the face value which ever is less.

Note: 1 Securities in forces under item (i) to (ix) above should be hypothecated in favour of FA&CAO/Con/E. C. Railway, Hajipur and should be valid for a period of 6 (six) months beyond the stipulated date of completion of this work.

Note: 2 Bank Guarantee Bond mentioned in (ii) and (iii) above shall be in the form to be supplied by the Railway on request and shall be valid for a period of 6 (six) months beyond the date of completion of this work. If the validity of such guarantee bond expires before the security becomes due for refund for whatever reasons, including extension of the period of completion, it will be the responsibility of the contractor to extend the validity of the Guarantee Bond for an agreed period. In case of contractor's failure to do so, the Railway will deduct from his bill an equivalent amount on cash the B. G. Bond at its sole discretion, without further reference to him..

(C) If the tender is accepted; the amount of Earnest Money will be retained and adjusted as security Deposit for the due and faithful fulfillment of the contract. This amount of Security Deposit shall be forfeited if the tenderer(s)/contractor(s) fail to execute the Agreement Bond within 7 days after receipt of notice issued by railway that such documents are ready or to commence the work within 15 days after receipt of the orders to that effect.

(d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be returned to the unsuccessful tenderer(s) within a reasonable time but the Railway shall not be responsible to any loss or depreciation that may happen to the Security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon.

7. Rights of the Railway to deal with tender – The authority for the acceptance of the tender reserves the right to accept or reject any or all tenders without reasons thereto. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand neither any explanation for the cause of rejection of his /their tender nor the Railway undertake to assign reasons for declining to consider or

Page 12: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

reject any particular tender or tenders.

8. If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

9. If tenderer expires after the submission of his tender or after the acceptance of his tender, the railway shall deem such tender cancelled. If a partner of a firm expires after the submission of the tender or after acceptance of their tender, the Railway shall deem such tender as cancelled unless firm retains its character.

10. Income Tax clearance certificate – The tenderer(s) is/are required to produce along with his/their tender an authorized copy of the Income Tax Clearance Certificate or a sworn affidavit duly countersigned by the Income Tax Officer to the effect that he has/they have no taxable income.

11. Tenderer’s Credentials- Documents testifying tenderer’s previous experience and financial status should be produced along with the tender or when desired by competent authority of the E.C. Railway.

Tenderer(s) who has/have not carried out any work so far on this Railway and who is/are not borne on the approved list of the Contractors of E.C. Railway should submit along with his/their tender credentials to establish.

(i) His capacity to carry out the works satisfactorily.

(ii) His financial status supported by Bank reference and other documents.

(iii) Certificates duly attested and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past.

12. Tender must be enclosed in a sealed cover, superscripted “Tender No.2 of 2005-2006 (Open) and must be sent by registered post to the address of E.C. Railway so as reach in a sealed box allotted later than 14.30 hours on the 20.09.05 or deposited in a sealed box allotted for the purpose in the office of the …Sr. DEN/ Co-ord /E. C. Railway/SPJ, MGS, CE’s office, HJP. This special sealed box will be closed at 14.30 hours on the same day for closing the dropping of tender into it. The tender papers will not be sold after …16.00…. hours on …19.09.05.

13. Non-compliance with any of the conditions set forth there in above is liable to result in the tender being rejected.

14. Execution of Contract Documents – The successful tenderer(s) shall be required to execute an agreement with the President of India acting through the competent authority of E.C. Railway for carrying out the work according to General conditions of contract, special conditions/specifications annexed to the tender and specifications for work and materials as laid down in NESR 98 as amended/corrected up to correction slip.

15. Partnership deeds, Power of Attorney Etc. – The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. If may, however recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

16. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.

17. Employment/Partnership, etc., of Retired Railway employees – (a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer Working

Page 13: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

before his retirement, whether in the executive or administrative capacity, or whether holding a pension-able post or not, in the Engineering department of any of the railways 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 retired Gazetted Officer as aforesaid, or aforesaid, or should a tenderer being an incorporated company have 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 case where such Engineer or Officer had not retired from Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or 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 the employment under the contractor, has been obtained by the tenderer or the Engineer or 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 the tenderer, as the case may be, shall be rejected.

(b) Should a tenderer or contractor being an individual on the list of approved Contractors have a relative(s) or in the case of partnership firm or company of contractors one or more of his shareholder(s) or relative(s) of the shareholder(s) employed in gazetted capacity in the Engineering department of the East Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contract of 1999.

(c) In case the agreement value goes beyond 25%, the reduction in payment shall be as under :- (i) For the first 15% increase in the agreemental value beyond 25% reduction in payment will be 2%

for the incremental value beyond 25%. (ii) For the next 10% increase in the agreemental value reduction in payments will be 4% for the incremental value beyond 40%.

…………………………..

(Signature) …………………………..

(Designation)

…………………………..

Signature of Tenderer(s)

Date: …………………

Page 14: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

East Central Railway Schedule

Name & place of work :- Rebuilding of Br. No. 17 (2x12.20m)G by (2x18.3m) PSC girder at km18/4-5, Br. No. 18 (1x12.2m)G by (1x12.2m) PSC girder at km 18/4-5, Br. No. 21 (5x12.2m)G by (4x18.3m) PSC girder at km 20/4-5 and Br. No. 22 (5x12.20m)G by (5x12.2m) PSC girder at km 22/3-4 between Sagauli – Ramgharwa stations on well foundation.

Approx. Tender Value :- Rs. 4,67,92,000.00 Time of competition :- (18) months from the date of acceptance of tender. Group ‘B’ (Non-Schedule items) S.N Description of items/works Approx.

Quantity Unit Rates in

Figure Rates in words

1 Earthwork in filling/cutting for making dry platform for placement of well curb in all classes and condition of soil brought from railway land/disposing of earth away as well as per direction of Engineer in charge within lead of 60m. Including all leads, lift, loading, unloading, trenching, cleaning of bushes etc. and benching, re-handling, crossing of banks, track, depression, water logged area, stream, channels etc.

1500 Per Cum

2 Fabrication, cutting, drilling including welding, setting, erecting and fixing in position of steel work in cutting edge of RCC well curb etc.

25 Per MT

3 Cement concrete duly mix designed with mechanical mixing of grade M-25 with cement. Coarse sand & stone chips of 20 MM nominal size with mechanical mixing cast in position duly compacted with mechanical vibrators in well steining etc. as per CE's approved drawing. The rate shall include centring, staging & steel shuttering etc with all labour and material such as sand, coarse aggregate (except cement and steel which will be paid separately), tools & plants, lead, lift, complete in all respect. The concrete work will be done as per IS -456/ as per IRS conc. Bridge code 1997 and material will be supplied as per relevant IS code.

3600 Cum

4 Reinforcement concrete duly mix designed with mechanical mixing of grade M-30 with cement , coarse sand and stone chips nominal IS 20 MM sieve cast in position duly compacted with mechanical vibrator for well curb, entablature, bed block pier and abutment etc. as per CE's approved plan and curing properly . The rate shall include supply of sand and coarse aggregate, admixture, supply of steel shuttering complete in all respect. The rate shall also include all lead, lift, and all tools & plants, all materials (except cement & steel for which separate payment will be made.) The concrete work will be done as per IS 456/ as per IRS Conc. Bridge code 1997 and material will be supplied as per relevant IS code.

3000 Cum

Page 15: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

5 Making up Reinf. For R .C .C. including all bending binding

( with contractors binding wire) and placing in position 1250 Qtl

6 Sinking of well including all cost of working steem/diesel hoist, dresser or pulsometer and all other charges including bailing out water as per CE'S plan complete in all respect.

a 0.00m to 9.00m below spring level 4520

b 9.00m to 15.00m below spring level 3015 c above 15m 500 Pe

r m d

epth

of

sink

ing

per

s qm

. Bas

e ar

ea

7 Supplying and filling sand inside the wells with all leads,

lifts and descents 1500 Per Cum

8 Providing CC M-20 with well graded stone aggregate of nominal size 20mm coarse sand cement in foundation in bottom plugging of bridge well including laying concrete under water with skip boxes or trimmy pipe as required including consolidation with all lead, lift, descent, ascent including curing complete with all labour and materials [cement will be paid separately]

400 Per Cum

9 Supplying ordinary Portland cement of grade 43/53 conforming to I.S.8112-1989. The rate shall be inclusive of all leads, lifts, crossing of tracks loading unloading & stacking into S.E.(Works) godown at site all taxes & testing charges etc.

70000 Bag

10 Supplying mild steel /HYDS bars (TISCO/SAIL made) conforming to IS specification with all leads, lifts, loading, unloading, stacking, into S.E.(Works) go down at site, including all taxes & testing charges etc .

1250 Qtl

11 Supplying and Providing well packed boulder to thickness not less than 600mm behind abutment wing wall return wall as per drawing as directed by engineer or his representative, inclusive of all lead lift descent crossing of channel, nallah and track fencing complete with all labour and materials.

500 Cum

12 R.C.C. of grade M-40 in pre stressed concrete girder cast in citu as per RDSO approved drawing with hard crushed aggregate of nominal size 20mm of approved quality and grading including providing sheathing ducts, fabricating, erecting and dismantling of form work, shuttering, mold etc. scaffolding. [complete arrangement of bottom support from river bed is to be done by contractor at his own cost] with weigh batching, mechanical mixing and placing in position of concrete, vibrating, tamping, cutting, finishing etc. complete with contractors own materials including cement and required admixtures but excluding reinforcement and pre stressing steel works [ making of reinforcement and pre-stressing will be paid separately ] with all necessary construction plants and machinery, layout etc. complete as per drawing and specifications attached and as directed by engineer [ Cement and plasticizer as per specification shallbe arranged by contractor at his own cost].

217 Cum

Page 16: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

13 Supplying high tensile pre-stressing strand as per

specification and as approved by the engineer un coiling, straightening and making up cables threading, placing in position, tensioning, anchoring etc. including supply and fixing in position of anchorage system wiz gude cones, bearing plates, grips etc. and supplying and fixing in position of sheathing, couplers , air vent pipe, fixtures, jointing of sheaths , grouting of ducts hole complete as per approved drawing and specifications with contractors own materials [including cement and admixtures required if any for grouting] labour, all necessary plants.

20 MT

14 Supplying from approved manufacturer and installing in position of elastomeric, bearing pads as per RDSO drawing as per specification for the pre-stressed concrete girder complete set with contractor's own materials, all necessary plants and equipment, labour, etc. Each set shall comprise four bearing pads of materials and dimensions as specified in the aforesaid drawing.

37 Set

15 Supplying 40 mm size machine crushed stone ballast as per new specification for track including all lead, lift, acent, decent, clearance at site, crossing of track & all other obstruction if any from private quarry to site complete in all respect as directed by the Engineer in charge at site.

1000 Per Cum

16 Spreading ballast uniformally on the track from stack available on the formation / cess as per true profile including all lift lead up to 100 m & X-ing the track as per direction of engineer in charge.

1000 Per Cum

17 Any other items of works not included in this schedule on percentage above/par/below of N.E.SR'98 with all latest correction slips .i.e. L / S Rs. 4,21,000/-

Rs. 4,21,000.00

Above / Below / Par SOR NER/98

Note: - Special condition as per attached sheet shall apply also. Note:

1. The rate should be inclusive of all taxes, octroi, license fees royalty charges etc. 2. Bihar Sales Tax legally livable will be recovered by the railway administration from the

contractor's bills at the rate notified by Bihar Govt. 3. Deduction of Income tax @2% on gross payment in addition to surcharge on Income tax

shall also be deducted as per extent rules and regulations.

Signature of contractor

Page 17: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

E. C. RAILWAY

SPECIAL CONDITIONS OF CONTRACT (Part – I) 1.0 GENERAL 1.1 The entire work is to be carried out as per relevant Railway's specifications. These specifications

shall apply to all such works as are required to be executed under the contract or otherwise directed by the Engineer. In every case the work shall be carried out to the satisfaction of the Engineer and conform to the location, lines, grades and cross sections shown on the drawing or as indicated by the Engineer. The quality of the work and materials shall comply with the requirements set forth in the referred drawings. Where the drawings and specifications described a portion of the work in only general terms, and not in complete details, it shall be understood that only the best general practice is to prevail, materials and workmanship of the best quality are to be employed and the instructions of the Engineer are to be fully complied with and shall be binding on the contractor.

1.2 In the even of any provision not being covered by IRS specifications and N. E. Railway Specifications, reference may be made to relevant IS, BS & ASTM specifications in that order. Wherever these are silent, the design and construction shall conform to sound Engineering practice and in case of any dispute arising out the interpretation of above, decision of the Engineer shall be final and binding on the contractor.

1.3 Whenever a reference is made to any of the Standard Specification and Code of practices, it shall be taken as a reference to the latest version/revision of the same and shall include all the errata/Corrections made in the same from time to time.

1.4 In case of any contradiction between provision in the special specifications laid down here and in the specifications and codes which have been referred to, the former shall prevail and that in all cases the decision of the Engineer shall be final and binding on the contractor.

1.5 All measurements and computations unless otherwise indicated, shall be carried nearest to the following limits: (i) Length and breadth - 0.01m (ii) Height, depth or thickness of structural members etc - 0.005m (iii) Area - 0.01 Sq meters. (iv) Cubic contents - 0.01 Cubic meters. (v) Weights - 0.001 Tones.

1.6 The work has to be completed within completion period. Tenderer will submit the PERT chart or Bar Chart for monitoring various activities within 15 days of award of work.

1.7 All incidental works in connection with the subject work shall be carried out by the tenderer himself at his own cost.

1.8 A temporary site office with attached w/c, table, chairs etc to be provided at his cost for Railway's representatives. The tenderer will also arrange to provide transport for Inspecting officials throughout the duration of the work.

1.9 A means of communication at site will have to be provided throughout the duration of the project at sites by the tenderer.

1.10 The tenderer shall arrange to provide portable micro processor based system for keeping quality control records in real time.

1.11 All contractor's engineers dertailed to execute/design concrete structure shall be trained by a consultant approved by Railway in aspects of (i) Durability (ii) Corrosion (iii) Mix design (iv) Blended cement (v) Concreting in Hot/Cold weather (vi) Quality control techniques (vii) Permeability (viii) High performance concrete. Railway officers and supervisors will also attend this training.

1.12 Concrete mix design and testing of concrete etc shall be done as per relevant IS specifications by the tenderer from recognized institutions/consultant.

Page 18: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

2 MATERIALS FOR STRUCTURES:

All materials to be used in the works shall be in conformity with the requirements laid down as below: If the special material, not covered here, is required to be used shall conform to relevant IS, BS, ASTM specifications if there are any) in that order to the requirements specified by the Engineer.

2.1 BINDING WIRE Binding wire to be used for the reinforcement bars/rods shall be arranged by the contractor at his own cost and shall be approved soft annealed mild steel wire not less than 1mm (18SWG) size and conforming to IS 280:1978. The binding were should be Gl or treated by CECRI coating. Corroded binding wires are not permitted.

2.2 REINFORCING STEEL:

Steel will be either arranged by the Railway or supplied by the Contractor. Steel for reinforcement shall conform to IS: 1706.

2.3 TIMBER:

The timber used for structural purposes whether permanent/semi-permanent or temporary works shall conform to IS: 883-1970.

2.4 CEMENT: 2.4.1 Cement will be either arranged by the Railway or procured by the contractor. In general for all

cement concrete and reinforced concrete only Ordinary Portland Cement Grade33, conforming to IS 269:1976 or 43 grade conforming to IS: 8112 shall be used. However, Railway reserves the right to ask the contractor at any time for using other varieties of Standard cement complying with the relevant IS codes or for using other varieties of Standard cement complying with the relevant IS codes or any other standard specifications and the contractor shall have to supply the same without any additional claims whatsoever on this account.

2.4.2 STORAGE OF CEMENT: – Immediately upon arrival at the site, cement shall be stored in silos designed for the purpose or in dry whether tight and properly ventilated structures with floors raised 500 mm above ground level with adequate provision to prevent absorption of moisture. All storage facilities shall be subject to approval by the Engineer and shall be such as to permit easy access for inspection and identification. Each consignment of cement shall be kept separately and the contractor shall use the consignments in the order in which they are received. Cement of different types and from different sources shall be kept in clearly marked separate storage facilities. Cement delivered to site in drums or bags provided by the supplier or manufacturer shall be stored in the un-opened drums or bags until used in the works. Any, cement in drums or bags which have been opened on the site shall be used immediately or shall be removed from the site.

2.5 ADMIXTURES :- 2.5.1 The maximum water cement ratio shall be 0.40. Suitable admixture to be used with Railway's

prior approval. 2.5.2 The use of admixture for concrete other than PCC is compulsory. Admixtures shall mean material

added to the concrete during mixing for the purpose of allowing the properties of the concrete mix, grout. Admixtures containing calcium chloride shall not be used. Total chloride ion content of admixture shall not exceed 2% by weight of the admixture or 0.03% by weight of the cement, provided that the total chloride content of whole mix complies with the limit specified n these specifications subsequently.

2.5.3 Admixtures shall be used only after the Engineer has given his prior approval in writing and with due regard to the manufacturers instructions before conducting trials. Both the amount added and

Page 19: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

the method of use shall be subject to the approval of the Engineer who shall also be provided in good time with the following information : (i) The typical amount added and any detrimental effects due to adding greater or small amounts. (ii) The chemical name(s) of the main active ingredients(s) in the admixture. (iii) Whether or not the admixture leads to the entrainment of air when used at the proposed rates of the dosage. Any approved admixture shall conform to the standards.

• Water reducing admixtures. • Retarding admixtures. • Water entraining admixtures. • Super-plasticizing admixtures.

When more than one admixture is used in a concrete mix, the compatibility of the various admixtures shall be established to the satisfaction of the Engineer.

2.6 AGGREGATES FOR CONCRETE: 2.6.1 All aggregates (coarse, fine, and all-in) to be used in concrete shall comply in all respects with IS

383 and shall be obtained from a source having prior approval of the Engineer. 2.6.2 Natural coarse aggregates having round surfaces may be used for concrete only after prior

approval of site Engineer in all structures except for grade of concrete higher than M25 in which case broken aggregates of suitable grading shall have to be used.

2.6.3 Aggregates, which are not clean, are required to be washed to the satisfaction of the Engineer or his representative in water of quality as described in clause 2.7. If the Engineer so desires, the contractor shall provide and operate a washing plant of capacity suitable to produce adequate supply of clean aggregates within the approved grading limits. All such washed aggregates shall be stored and drained for at least 24 hours before being used for concreting.

2.6.4 The coarse aggregate, unless otherwise specified by the Engineer, shall be delivered to the site and shall consist of approved stone free from flaky or elongated pieces.

2.6.5 The contractor(s) shall have adequate stock of all the aggregates at site for at least one month's consumption and these shall be protected from dust contamination by methods approved by and to the satisfaction of the Engineer's representative.

2.6.6 The fine and coarse aggregates shall be measured separately by weight and mixed in the proportions specified or permitted for the various qualities of concrete except where volume batching has been permitted by the Engineer. The individual and combined grading shall be to the satisfaction of the Engineer.

2.7 WATER FOR CONCRETE AND MORTAR Water to be used in any concrete and mortar shall be clean and free from injurious amount of deleterious materials. Normally potable water from an approved source may be considered satisfactory for washing, mixing and curing concrete. Water shall comply with the recommendations of B. S. 3148. The following concentrations represent the maximum permissible value of deleterious materials. a) Note more than 2 ml of 0.1 normal NaOH required to neutralize 200 ml of the sample. b) Not more than 10 ml of 0.1 normal HCL shall be required to neutralize 200 ml of sample. c) Percentage of solids when tested in accordance with IS 3025: 1964 shall not exceed the

following : Organic matters - 0.02% Inorganic matters - 0.3% Sulphates - 0.05% Chlorides - 0.1% Suspended matters - 0.2% d) PH value of water shall not be less than 6.

Page 20: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

3 PLAIN AND REINFORCED CEMENT CONCRETE 3.1 GRADE OF CONCRETE : for all items of concrete in any part of the structure controlled concrete

(Design mix concrete) shall be used except for plugging of wells. However, nominal mix concrete may also be used where it is shown in the drawings or is directed by the Engineer, for concrete of grade M20 or below only.

3.2 STRENGTH REQUIREMENT OF CONCRETE: 3.2.1 For concrete where controlled concrete is to be used, mix shall be designed properly. Mix design

shall be done in accordance with IS 10262: 1982. 3.2.2 For ordinary concrete, mix is not required to be designed by preliminary tests and proportions of

cement; fine and coarse aggregates are specified by weight. 3.2.3 In designation of concrete mix, letter 'M' refers to the mix and the number refers to the specified

28 days cube compressive strength of that mix on 150 mm cubes expressed in N/mm². 3.2.4 The compressive strength requirements for various grades of concrete controlled as well as

ordinary shall be as per relevant IS code and few values are given in the table below:

Compressive work test strength in N/mm² on 150 mm cubes after mixing, conducted in accordance with IS

Grade of Concrete

Min. at 7 days Min. at 28 days M 10 7 10 M 15 10 15 M 20 13.5 20 M 25 17 25 M 30 20 30

3.2.5 Where the strength of a concrete mix as indicated by tests lies in between the strength of any two

grades specified in the tables above, such concrete shall be classified for all purposes as concrete belonging to the lower of the two grades between which its strength lies.

3.3 CONCRETE MIX PROPORTIONING 3.3.1 Ordinary concrete mix shall generally be specified by volume. Volume of various in gradients

shall be worked out taking 50 kg of cement as 0.035 cubic meters in volume. While measuring aggregates by volume shaking, ramming or hammering shall not be done. Allowance for bulking of damp sand shall be made as per IS : 2386 (Part 3) – 1977.

3.3.1.2 Ingredients required for ordinary concrete containing one 50 kg bag of cement for different grade of concrete is given below:-

Grade of Concrete Mix by volume M 10 1: 3: 6 M 15 1: 2: 4 M 20 1: 1.5: 3

3.3.2 CONTROLLED CONCRETE 3.3.2.1 The proportions of ingredients shall be taken by weight from the stockpiles collected at site and

already approved by the Engineer on the basis of preliminary tests. Care shall be taken that the supply of properly graded aggregates of uniform quality is maintained till the completion of the work. Grading of aggregates shall be checked as frequently as possible and as determined by the Engineer.

3.3.2.2 To maintain the specified water cement ratio constant and at its correct value, moisture content in both fine and coarse aggregates shall be determined in accordance with provisions of IS: 2386 (Part3) – 1977.

Page 21: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

3.4 QUANTITY OF WATER 3.4.1 Optimum quantity of water shall be mixed just produce a dense concrete of desired workability.

Workability shall be such that the concrete surrounds and property grips all the reinforcements. The degree of consistency, which shall depend upon nature of work and method of vibration of concrete, shall be determined by regular slump test. Usually for mass concrete in well foundations and in piers/abutments, bed-blocks, etc where heavy vibration can be done; the slump shall be within 10 mm to 25 mm. However, the degree of slump to be used in each individual case depends on the site conditions and shall be as specified by the Engineer.

3.4.2 The workability of concrete both ordinary and controlled of different grades used in different components of the structure shall be determined by regular slump, compaction factor or Vee-Bee tests to be carried out by the contractor at his own cost. The frequency of such tests and the degree or workability shall be maintained within the limits specified by the Engineer. The Engineer also reserves the right to carry out such tests independently at his own discretion.

3.5 MIXING CONCRETE 3.5.1 All controlled concrete shall be machine mixed by weigh batching plant (fixed or portable) or

Ready Mixed Concrete (RMC) and consolidated and / or compacted by mechanized vibrators. 3.5.2 A stand by mixing plant, equivalent to that in use, shall be provided, maintained and kept ready

for immediate use at the time and location of each concreting to take care of eventualities like break-down of the mixer in operation.

3.5.3 The contractor shall provide a competent person, who shall always be present at site to supervise all stages of production of concrete. The Engineer and his representative shall have the right to inspect and check the mixing plant.

3.6 TESTS AND STANDARD OF ACCEPTANCE 3.6.1 PRELIMINARY TESTS FOR CONTROLLED CONCRETE 3.6.1.1 The design of the mix shall be carried out by the contractor and shall be furnished well in advance

to the Engineer for his approval. 3.6.1.2 Number of trial mixes shall be made for each grade of concrete in presence of the Engineer's

representative using samples of the aggregates, cement and water typical of those to be actually used in the work. Preparation of these trial mixes and their testing shall be done in the contractor's own field laboratory by an experienced and qualified personnel to be provided by the contractor. The approval of the design mix by the Engineer shall be based on these test results. However, the Engineer, if he desires, can carry out the preparation and testing of trial mixes independently at any other laboratory at his discretion.

3.6.1.3 Should the strength shown by the trial mix to be below the desired strength for that particular grade of concrete specified in the table under clause 3.2.4, the proportions of the ingredients shall be so changed as may be required to bring the concrete up to the desired strength, workability, etc keeping in view of the codal provisions regarding maximum & minimum cement content and other requirements.

3.6.1.4 Wherever, a particular mix has been approved by the Engineer, no variation shall be made in the proportions of ingredients, the original source of cement and aggregates or in the type, size and grading zone of the latter including water/cement ratio without the consent of the Engineer who may require further tests to be done. Whenever there is likely to be any change in the source of cement and aggregates the contractor shall informs the same to the Engineer will in advance and a fresh mix design has to be prepared. The contractor shall have to bear all the cost for preparing fresh mix design and shall not claim for any delay in finalizing the revised mix design.

3.6.1.5 For controlled concrete, the concrete mix shall be so designed as to achieve a design target mean strength of at least 33 percent higher than the required strength on work strength given in table under clause 3.2.4.

3.6.2 STRENGTH TESTS 3.6.2.1 The contractor shall be held responsible for ensuring that the crushing strength of the concrete as

placed is not less than the designed strength as per approved plans.

Page 22: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

3.6.2.2 Samples from fresh concrete shall be taken as per IS:1199 and cubes shall be made, cured and

tested at 28 days in accordance with IS: 516. The minimum frequency of sampling of concrete of each grade shall be in accordance with the following:

Quantity of concrete in the work, cum Number of samples 1-5 1 6-15 2 16-30 3 31-50 4 51 and above 4 plus one additional sample for each additional 50 cum

or part thereof. Each sample shall comprise of minimum 3 specimens for testing at 28 days. Additional

cubes as directed by Engineer may be made for determining the strength of concrete at seven days etc.

3.6.2.3 The contractor shall provide at his own cost all necessary labour, materials including cube moulds, equipments for sampling and all other ancillaries required in preparing specimens etc as given in clause 3.6.2.2 above and arrange to carry and test these specimens in his own field laboratory, including cement used for making the work test cubes and preliminary test cubes described in clause 3.6.2.2 and 3.6.1 respectively. The contractor shall test these specimens in presence of the representative of the Engineer. Test results shall be maintained in duplicate under the joint signature of the representatives of the contractor and the Engineer. One set of the test results shall be kept with the contractor and the other with the Engineer's representative.

3.6.2.4 All works shall be carried out under the supervision of a qualified and competent engineer of the contractor who shall supervise proportioning, mixing, placing, compacting and finishing of concrete and preparing and testing of specimen at all stages.

3.6.2.5 The Engineer reserves the right to take samples of concrete and prepare cubes to carry out tests independently at his own discretion. The contractor shall provide all facilities at his own expenses in taking such samples and making concrete cubes such labour, materials including cube moulds, equipment for sampling and all other ancillaries required in their preparation. The contractor shall also arrange to transport these specimens to the Railways laboratory at this own cost. The contractor shall depute his representative during testing and sign the test results as a token of the contractor's acceptance.

3.7 ACCEPTANCE CRITERIA : 3.7.1 COMPRESSIVE STRENGTH: When both the following conditions are met, the concrete complies with the specified compressive

strength: (a) The mean strength determined from any group of four consecutive test results complies with

the appropriate limits in column A of following table. (b) Any individual test result complies with the appropriate limits in column B of following table.

Specified Grade Group of test results

A. The mean of the group of test result exceeds the specified Characteristic compressive strength by at least:

B. Any individual test result is not less than the specified Characteristic compressive strength less:

N/mm² N/mm² M 20 & above Any

consecutive 4 3 i.e. strength > = fck + 3 i.e. strength > = fck - 3

Page 23: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

In the above table fck means the characteristic strength of the concrete. 3.7.2 FLEXURAL STRENGTH: When both the following conditions are met, the concrete complies with the specified flexural

strength: (a) The mean strength determined from any group of four consecutive test results exceeds the

specified characteristic strength by at least 0.3 N/mm². (b) The strength determined from any test result is not less than the specified characteristic. 3.7.3 If the concrete fails to comply with clause 3.7.2 above, the structural adequacy of the parts

affected shall be investigated and any consequential action as needed shall be taken at the cost of the contractor including the cost of cement and steel required, if any. The decision of the Engineer in this regard shall be final and the contractor shall have no claim whatsoever regarding delay in completion of the work due to delay in finalizing the consequential actions arising out of structurally inadequate concreting.

3.7.5 Concrete shall be rejected if it has been poured without prior approval of the Engineer or his representative, if it is porous or honey-combed; its placing has been interrupted without providing a proper construction joint, the reinforcements/cable ducts has been displaced beyond the specified tolerances, or the dimensional tolerances of the concrete section have not been met with.

3.8 SETTING UP OF FIELD LABORATORY BY THE CONTRACTOR 3.8.1 The contractor shall set up a field laboratory of his own at the work site, which shall be open for

use and inspection by the Railway at any time. The laboratory shall be fully equipped with all facilities for day to day testing of cement, aggregates and concrete i.e. portable moisture meter for aggregates (coarse as well as fine), concrete cube testing machine, sieve analysis, slump test, weight balance and such other items as considered essential by Engineer. All pressure gauges and other machines, equipment and measuring instruments of the laboratory shall be got checked and calibrated regularly as directed by the Engineer by an independent agency and the adjustment certificate shall be furnished to the Engineer. The contractor shall render all reasonable assistance and help in making such checks and tests etc. The contractor shall also arrange for testing for quality of water, cement, sand, aggregates, admixture, steel etc as per IS codes etc. Frequency of testing shall be one sample for 20 lakh of work done or as considered necessary by Engineer. The cost of all checks and calibrations shall be borne by the contractor. The cost of tests for materials and cubes shall be borne by the contractor.

3.9 FORM WORK 3.9.1 The term form work includes all temporary or permanent forms essential for forming the concrete,

together with all temporary construction props, bracing, and ties required for the support. The entire cost of form work including all materials, labour, plant and equipment for making, erecting, positioning, etc to achieve concrete of desired cross section including removal of form work after concreting shall have to be borne by the contractor and the rates quoted for various concreting items shall be deemed to include the cost of form work required to complete the work as per specifications and drawings to the satisfactions of the Engineer. In general, the erection and removal of formwork shall be in accordance with the provisions given under IRS concrete Bridge code and IRC 21.

3.9.2 CONSTRUCTION AND PREPARATION OF FORM WORK BEFORE CONCETING 3.9.2.1 Forms for concrete shall be made of either metal or timber suitably fined and substantial and rigid

construction type to shape, alignment and dimensions as shown on the approved drawing. They shall be made mortar tight and sufficiently strong by using ties and bracing to prevent any displacement, deflection or movement of any kind and shall be able to withstand the weight of the construction, all pressure due to ramming and vibration and all incidental loads associated with it including movements of persons materials and plants during and after placing of concrete. Special measures shall be taken to ensure that the formwork does not hinder to shrinkage of concrete because without these the cracking could occur before the formwork is removed. Wherever applicable, arrangement shall be made to ensure that the formwork does not restrain the shortening

Page 24: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

or hogging of the girders or slabs during tensioning of the tendons. The formwork shall take due account of the calculated amount of positive or negative camber so as to ensure correct profile of the structure having regard to the deformation of the false work, scaffolding or propping.

3.9.2.2 Any formwork, for which approval from the Engineer has not been obtained, shall not be permitted to be used at site. However, such approval shall not relieve the contractor of his responsibility for safety of man, machinery and materials and for final results obtained.

3.9.2.3 When the forms are ready for concreting, the contractor shall inform the Engineer or his representative to inspect and accept the false work and forms as to their strength, alignment and general fitness. Being satisfied with the formwork and other aspects in all respects the Engineer shall allow the contractor for pouring concrete. But such inspection and permission shall not relieve the contractor of his responsibility for safety of man, machinery and materials and for final results obtained.

3.9.2.4 If at any time during placing of concrete, the form work is found defective or after concreting the final work is found to be not within permissible tolerance such concrete shall be removed by the contractor at his own cost at the instructions of the Engineer including the cost of cement used in concrete thus dismantled.

3.10 REMOVAL OF FROMWORK 3.10.1 Forms shall be so constructed and fitted as to be removable without damaging the surface of the

concrete. The forms shall be removed only after setting of concrete has taken place and for this purpose due care shall be given to the local conditions, whether, climate, temperature and other conditions that influence the setting up of concrete.

3.10.2 The consent of the Engineer or his representative shall be obtained in all cases before removing any formwork; but such permission shall not relieve the contractor of his responsibility in respect of any injury or damage to the concrete work arising from such premature or otherwise removal of the forms.

3.10.3 The forms shall be cleaned, made good and oiled to the satisfaction of the Engineer before re-use. The cost of all the formwork including materials, fixing and removing shall be deemed to have been included in the rate for concrete items of works and shall not be paid separately.

3.10.4 The formwork shall not be removed within 3 days in case of columns,14 days in case of slabs, 14 days in case of beams of span of up to 6.0m and 21 days in case of beams of span more than 6.0m from date of concreting.

3.10.5 Where internal metal ties are used they shall be extracted or cut leaving adequate cover without causing damage to the concrete and the remaining hole shall be filled with suitable mortar. No permanently embedded metal shall have less than specified cover to the finished concrete surface. The contractor shall make good, at his own expenses, any injury or damage caused to the concrete work at the time of removal and striking of forms and supports.

3.11 TRANSPORT, PLACING AND COMPACTION OF CONCRETE 3.11.1 The method of transporting and placing of concrete shall be as approved by the Engineer or his

authorized representative. All concrete shall be so transported and placed that no contamination, segregation or loss of its ingredients takes place.

Before placing concrete in any part of the works the contractor shall satisfy himself by inspection that that part is in all respects ready for the reception of concrete. He shall notify the Engineer about the readiness for concreting and shall seek approval of the Engineer for the same through "Permit for pouring concrete" as given in Annexure A.

3.11.2 All formwork shall be cleaned, properly oiled and made free from standing water, dust or any other foreign materials immediately before pouring of concrete. No concrete shall be placed on any part of the structure until the approval of the Engineer or his representative has been obtained. Concrete shall be compacted in its final position within 30 minutes of its discharge from the mixer. Concrete when deposited shall have a temperature of not less than 5 degree centigrade and not more than 30 degree centigrade.

Page 25: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

3.11.3 All concrete shall be so compacted with the help of vibrators, except in case of under water

concreting, as to produce a dense homogeneous mass. Sufficient vibrators in serviceable condition shall be kept at site so that spare equipment is always available in the event of breakdown. Immersion type vibrators shall be capable of producing not less than 10,000 cycles per minute and the external/surface vibrators not less than 3000 cycle per minute. Vibrations shall not be applied through reinforcements, and where immersion type vibrators are being used, contact with reinforcements, sheaths, and all other inserts shall be avoided as far as possible. To ensure through and properly compacted concrete, the contractor shall carry out necessary compacting factor tests at this own cost at such frequency and at the value of compacting factor to be maintained as decided by the Engineer. The Engineer, however, reserves the right to carry out such tests independently at his own discretion.

3.12 CONCRETING UNDER WATER 3.12.1 The method, equipment, material and proportions of the mix to be used shall be got approved by

the Engineer or his representative before concreting under water. 10 percent extra cement than that required for the same specified grade of mix placed n the dry condition shall be added. The different ingredients of the mix shall be so proportioned as to produce concrete having a slump of not les than 100 mm, and not more than 180 mm. The volume or mass of the coarse aggregate shall be not less than one and half times, or more than twice that of the fine aggregate. Greatest care shall be taken so that the cement does not get washed out. The method to be used for concreting underwater shall be one of the following:-

a) Tremie. b) Skip box / Drop bottom bucket. 3.12.2 The deposition of concrete shall be continuous till the concrete has come up to the required level.

The surface shall always be kept as nearly level as possible to prevent formation of seams. 3.13 FINISHING 3.13.1 The contractor shall be fully responsible for giving a smooth concrete surface and no payment

shall be made for any finishing work done by the contractor for giving smooth exposed surface of the concrete.

3.13.2 If in the opinion of the Engineer, the pockets/honeycomb in a block is found to such an extent or character as to effect the strength of the structure materially or endanger the life of the reinforcement, he may declare such concrete defective and unfit to remain in the work and order for removal and replacement at the cost of the contractor.

3.13.3 All construction and expansion joints in the completed work shall be left carefully tooled and free from any mortar or concrete. Expansion joint filler shall be left exposed of its full length clean and true edges.

3.14 CURING All concrete shall be protected immediately after compaction and during hardening from harmful

effects of rain, running water, sunshine, frost, drying winds, shocks, vibrations, traffic and rapid temperature changes. All exposed faces of the concrete shall be kept continuously wet by applying water or covering with wet sacking, hessain etc for a period not less than 28 days from the date of deposition.

3.15 CONSTRUCTION JOINTS 3.15.1 All construction joints whether, horizontal or vertical, shall be at predetermined position according

to the approved drawing or as directed by the Engineer in charge. Prior to commencement of fresh concreting over any construction joint which has set but not hardened, the removal of laitance and roughening shall be done by wire brushing and washing and care shall be taken to avoid dislodgment of coarse aggregate.

Page 26: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

3.15.2 At construction joints, where the concrete has set and hardened, any skin or laitance shall be

thoroughly hacked, swept cleaned and washed with clean fresh water. The surplus water shall be removed before pouring fresh concrete. The neat cement grout shall be followed by a 13mm thick layer of cement mortar of same proportion as in concrete and the concreting resumed immediately thereafter. The first batch of fresh concrete shall be forced hard on to the mortar layer and the set faces, angles and comers by means of compacting tools, vibrators etc, and the damping effect on the vibration in such position shall be allowed for.

3.15.3 Construction joints shall be avoided as far as practicable especially in tensile zones. Where unavoidable, concreting shall be carried out continuously up to such joints which shall preferably be transverse to the line of main compression. However, in all cases, the position of construction joints shall be predetermined and got approved by the Engineer.

3.16 MEASUREMENTS AND PAYMENT 3.16.1 The work of concreting shall be measured in cubic meters. The volume occupied by more

concrete than the designed quantity as per the approved drawing, no extra payment for the extra concrete provided in excess of the design shall be made.

3.16.2 RATE FOR CONCRETE WORK The unit rate for concrete work shall be quoted to include the cost of all materials including

cost of admixture, if any, labour, tools and construction plants required for mixing, transporting, placing in position, vibrating and compacting, finishing, curing and cost of all form work including materials, erection and removal and cost of such shuttering and forms which are lost in a particular scheme of concreting and all other incidental expenses for producing concrete of required strength to complete the structure or its components as per approved drawing and according to specifications complete in all respects to the satisfaction of Engineer.

4.0 REINFORCEMENTS 4.1 All reinforcements shall be cleaned thoroughly by removing loose scales, oil, grease or other

deleterious materials. The contractor shall obtain approval of Engineer or his representative to the reinforcement when fixed in position before any concrete is deposited in the forms.

4.2 Bars shall be bent cold or straightened in a manner to the satisfaction of the Engineer or his representative. Bars bent during transport or handling shall be straightened before using on work, they shall not be heated to facilitate bending.

4.3 PLACING AND MAINTENANCE OF REINFROCEMENT IN POSITION 4.3.1 All reinforcement bars shall be cut and standard hooks be made at ends (in case of M. S. bars only)

and accurately placed in position as shown on the approved drawings and shall be securely held in position before and during concreting by annealed bindings wire and by using dense concrete spacer bars of required size and shape prepared and cured as directed by the Engineer or his representative. Bars will not be allowed to sag between supports nor displaced during concreting or any other operations over the work. Metal supports shall not be extended to the surface of the concrete, except where so shown on the drawing. Pieces of broken stone or brick or wooden blocks shall not be used.

4.3.2 As far as possible bars of full length shall be used. Where bars are required or permitted to be lapped by the Engineer, or his representative, the overlaps shall be staggered for different bars and located at points, along the span where neither shear force nor is bending moment maximum. While placing the laps in bars it shall be ensured that not more than 50% of the bars have lap at the same cross section. The concrete cover as measured over the reinforcing bars shall be in accordance with the approved drawings. Minimum clear cover for slabs and beams shall be 25 and 35 mm respectively, while for columns, wells, piles and footings, it will be 50mm. Relevant IS or any other Standard Specification shall be followed for provision of laps.

Page 27: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

4.4 MEASUREMENT FOR PAYMENT 4.4.1 The reinforcement bars shall be measured in length (running meters) separately for different

diameters as actually used n the work including overlaps, hooks and bends but exclusive of chairs, hangers, supports etc, as actually placed and incorporated in the work. From the length, so measured, the weight of the reinforcements shall be calculated in tones on the same basis as given in relevant IRS/IS codes for respective diameter of bars.

SIGNATURE OF TENDERER(S)

Page 28: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

Annexure – A

PERMIT FOR POURING CONCRETE I have checked the following:

1. The R/F is as per the drg & treated. - Yes/No

2. The form work is leak proof and sponge provided at joints. - Yes/No

3. The construction joint has been provided (Hacking, jetting, cleaning) - Yes/No

4. The cover blocks are of approved quality & cured for 28 days - Yes/No

5. The mix design is as under for one mix: (i) Cement = kg. (ii) Sand = (iii) C.A.I. = (iv) C.A. II = (v) Water = (vi) Admixture= (vii) W. C. = (viii) A. C. = (ix) FA/CA = (x) Slump = 6. The all in aggregate curve & concreting sequence is enclosed - Yes/No 7. Shri ............................. shall be I/C of concrete mixing and quality control Shri ........................................ shall be I/C of concreting. 8. Material / Equipment position as udner.

Material Cement M.T.

Sand cum

CA I cum

CA II cum

Water Litres

Admixture Litres

Mixers Nos

Vibrators Nos.

Required Stock 9. Since, the above items are in order, please allow me to our the concrete,

(i) Description of layer : ............................................................... (ii) Date & time of concreting : ......................................................

( ) Site Engineer

Site Engineer – Railways I have checked the above items and find them in order/ not inorder. Your are hereby allowed / not allowed to pour the concrete. Reasons for not allowing: 1. -------------------------------------------------------------------

2. ------------------------------------------------------------------

3. ------------------------------------------------------------------

( )

Site Engineer of Contractor ( )

Site Engineer of Railway M/s ----------------------------------------------------------------------------------------------------

Page 29: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

SPECIAL CONDITIONS OF CONTRACT (Part-II)

1.0 SUPPLY OF CEMENT AND STEEL BY THE CONTRACTOR –

1.1 Cement for use in the works should be procured by the contractor from the main producers/their

authorized dealer/authorized stock yards which should confirm to BIS specification. However, the source of supply for all cement shall be got approved from the Engineer in writing before placing orders.

1.2 Cement bags preferably in paper bag packing should bear the following information in legible

marking. ii) Manufacture name iii) Registered Trade Mark of Manufacture, if any. iv) Type of Cement. v) Weight of each bag in Kg. or number of bags/ton vi) Date of Manufacture, Generally marked as week of the year/ year of Manufacture i.e. 30/93

which means 3oth. Week of 1993. 1.3 To ensure quality control test certificate from the manufactures should be produced by the

contractors which should confirm to relevant specification ( latest may be incorporated )

1.4 Test on cement to be as per IS: 4031: Same of the test which may be carried out are. i) Compressive strength. ii) Initial and final setting time iii) Consistency iv) Soundness etc.

1.5 Steel for reinforcement shall conform to IS: 1706. Steel shall be procured from SAIL/TISCO/ RINL or integrated steel plants (approved by RDSO) and their stock yard. However, the source of supply for all steel shall be got approved from the Engineer in writing before placing orders. The contractor will have to submit the manufacture test certificate for each lot for steel brought at site.

1.6 Railway may also take samples during the course of work and get the cement and steel tested from

a recognized Laboratory approved by engineer to ascertain their conformity to specifications for which the cost will be borne by the contractor.

1.7 Cement will be taken from agency at site only in Qty. which will not hamper the progress of the

work or as desired by Rly.

SIGNATURE OF TENDERER(S)

Page 30: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

2.0 WELL FOUNDATION

2.1 The plant and equipment required for well sinking be arranged by the contractor for which no

payment shall be made. The item for plugging of well shall include the top as well as bottom plugs of the wells.

2.2 The position of the spans will be as indicated in drawing. The alignment and the position of the

piers, abutment will be given by the Railway. The contractor must fix two bench marks on each bank to which all dimensions can be referred. He is to fix also on the bank or banks in a position as directed by Engineer-in-charge two permanent base lines from these base lines the true position of all the piers shall be set out, checked and maintained during the sinking.

If the contractor so chooses he may construct islands in the water or he may divert the

water channel as convenient and the unit rates for well sinking quoted should be inclusive of all such construction diversions and binding up.

The well shall be carried down to the levels indicated on the drawings called the basic

depths or until foundation depth is reached as required by the Engineer-in-charge. 2.3 The well curb shall be pitched at the bed in the correct portion and plumb as indicated on the

drawing shall be sunk to the depth as shown in the drawing. The depth of well can, however, be increased or decreased depending on the soil condition, as decided by the Engineer-in-charge.

2.4 The method of sinking to be employed shall at all time be got approved by the Engineer-in-charge

who may check the position of wells from time to time. 2.5 The completed well shall not be out of plumb by more than 1 in 100 and not out of position by

more than 152mm (6”) along the centre line of the bridge or at right angle to it. 2.6 All precautions and measures shall be taken by the contractor to ensure that such well foundation

started during the working season is sunk to full depth and each completed in all respects or also is sunk at least to a safe depth as approved by the Engineer-in-charge in writing.

2.7 It is expected that the wells will be sunk to the required depth entirely by open dredging or by

mechanical process. Should at any item it is required to do chiseling or employ air pressure, the contractor shall move all necessary arrangements to provide equipments and works these at his own cost.

2.8 The rates for well sinking interalia, includes the following item of works :- 2.9 Digging, clearing and preparation of site including making of sunk bars for placing the well curb

and replacing the earth as directed by Engineer-in-charge. Earth work for foundation of wells/placing of well curbs will be paid as excavation for foundation from ground level to the level from where sinking is paid. The quantity of earth work to be paid for such excavation will be equal to the cylinder having diameter equal to the bigger dimension of the establishment. if any, filling of earth work is to be done for the purpose of placing of well curb this earth filling is included in the rate of sinking and no extra payment will be admissible.

2.10 Erection and use of contractor’s own pontoons, gantry derricks, boulders, winches, draggers, pumps (if required), and other equipment for sinking of well and their dismantling and removal after completion of the work.

Page 31: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

2.11 Removal of all dredged materials from wells clear of foundations as required by the Engineer-in-

charge. 2.12 Any device or measure adopted to rectify any tilt or any other defect of the sinking of wells. 2.13 Loading and unloading of kentledge required to load the well for the purpose of sinking or testing and its removal at site conclusion of the work to any site decided by the Engineer within 150m of the bridge. 2.14 Removal of any obstruction in the sinking including making space for batter and use of divers for

any purpose in connection with sinking. 2.15 The manufacture and use of recording devices as may be directed by the Engineer-in-charge to record the accuracy and progress of work. 2.16 The cutting edge of the well curb shall ordinarily not be laid more than 305mm above the sub soil

/ low water level. Sinking shall not be paid for the length in excess of 305mm above such water level the contractor shall keep a daily record of such level in reference to the permanent bench marks on the bank certified by Engineer’s representative.

2.17 The Hurting:- The hurting of the well shall be as shown in the drawing and shall consists of damp sand laid in layers. The contractor will be allowed to use the sand obtained from drudging for filling of wells, if the sand is certified suitable by the Engineer-in-charge. The rate for supplying and filling of the clean sand in wells including loading should included all carting, carrying and ramming as required.

2.18 Bottom and top lugs:- The bottom of the wells shall be sealed with a plug of cement concrete as indicated in the drawings. Method approved by the Engineer-in-charge shall be adopted to obtain an efficient bond between the concrete of the plug and interior walls of the cutting edge and well. The rates quoted for plugging in cement concrete under water or bailing out of water as considered necessary by Engineer-in-charge.

2.19 The top of the wells shall be sealed with a plug of cement concrete as indicated in drawings. Method approved by the Engineer-in-charge may be adopted to obtain as efficient bond between the concrete of the plug and the interior walls of the wells.

2.20 Contractor shall not be entitled for any extra payment on account of his requiring to execute bridge works under traffic and in limited space within the existing bridge structure.

SIGNATURE OF TENDERER(S)

Page 32: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

3.0 BLANKETING 3.1 The blanket material must be sufficiently impervious to divert most of the rainwater falling over it

to sides so as to prevent softening of sub grade soil. 3.2 It must be reasonably pervious to permit escape of capillary of seepage water to prevent

accumulation of water below it and development of pore pressure. 3.3 It must possess sufficient strength to withstand the imposed loads. 3.4 It should get easily compacted to a degree so as to have minimum plastic deformation it it. In compacted state, it should disperse the load in a better way. 3.5 Finished surface of blanket should give a stable platform for placing track ballast without any

rutting or other surface irregularities that may accumulate water. 3.6 The blanket should generally cover the entire width of the formation from shoulder to shoulder. 3.7 The blanket material should have the following properties :

(a) Should be coarse, granular and from hard rock. (b) The material should have small quantity of fines. If the fines are plastic, the percentage of fines i.e. particles up to 75 microns should be between 2 to 5. If fines are non-plastic these should be between 8% and 12%. (c) The material should be properly graded and its particle size distribution curve should lie within the enveloping curve attached. (d) Uniformity coefficient (Dœ/D10) shall be above 4 and preferably above 7. Coefficent of curvature (Dœ) x (Dœ)/(Dœ/D10) should be within 1 and 3.

3.8 If it is not possible to locate a single suitable soil conforming to RDSO's specifications for the blanket material, the specified quality of blanket material can be achieved by mixing and blending two or more materials to get the required gradation and other properties conforming to RDSO's specifications for blanket material. The rate is deemed to include cost of mixing/blending the different types of materials in the required proportion, if required to achieve the specifications.

3.9 The quality of different type of soil in the specified proportion shall be spread in layers in such a manner that the over all thickness of un-compacted layer of blended materials is not more than 0.3m and blended with disc harrows/ploughs/cultivators attached to tractors or by manual labour. The harrows/ploughs/cultivators shall be such that the blending of the full height of the layer is achieved. The tractor shall be run for a minimum of 4 (four) passes or more based on field trials so as to achieve uniform mass of the blended material. Only after the blended material has achieved a uniform mass (the decision of the Engineer in-charge in this respect shall be final), the contractor(s) will be permitted to compact the same with power driven vibratory roller of 10/12 tones capacity so as to achieve required compaction. Caution is to be excised during blending so that the connected layers are not affected by harrows/cultivators/ploughs.

3.10 After site clearance, all pockets and depreciations felt in the soil, if any, should be made good and compacted suitably.

3.11 Blanketing should be done in layers not exceeding 300 mm thick in the loose state. The number of passes of the rollers and the optimum thickness of each layer will be fixed after carrying out filed trials with the roller proposed to be used from time to time and from location to location as per IS code: 10379-1982. The main criteria being to obtain the maximum density achievable uniformly. The minimum number of passes of the roller shall be 8 (eight).

3.12 Blanket material shall be compacted to get a minim density index (Relative Density) of 70 percent as obtained in accordance with IS 2720 (Pt XIV) – 1983.

3.13 Each layer should be compacted to the desired density over its entire width commencing from the sides.

Page 33: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

3.14 The density of each layer of compacted blanketing material shall be ascertained by the Railway by

testing an adequate number of samples collected mostly on either side of the center line at intervals of 10m or so with a few taken at random near the two sides by core cutter method as per IS: 2720 (Pt. XXIX) 1975 or using sand replacement method as per IS:2720 (PL XXVIII) – 1974.

3.15 The quality of work shall be determined by considering the mean density of the samples in each

layer. The mean density index shall be equal to or exceed the minimum specified density. In no individual case, shall the density be less than the minimum value specified by more than 2%, other wise further rolling shall be done at the appropriate location.

3.16 The contractor should establish a well equipped G.E. Lab at site and frequent testing of blanket

material should be undertaken in house. In case testing are done in outside Testing Labs/Institutions, these should be performed under of Railway's representative and test results should also be signed by him. Otherwise, minimum 10% of test should be performed in G. E. Lab of Railway to cross check the results of outside Testing labs/Institutions. Cost of testing shall be borne by the contractor.

3.17 The Contractor shall be allowed to lay a further layer of blanket only after compaction of a

particular layer has been found satisfactory. 3.18 There should be a minimum overlap of 150 mm between each run of the rollers. 3.19 Care should be taken during rolling to give suitable slope to the surface or the bank to facilitate

shedding and to minimize absorption of rain water special attention being given to the prevention of pounding.

3.20 The top of formation should be finished to a slope of 1 in 40 away from the centre. 3.21 Extra wide bank by 50 cm on either side shall be rolled and then dressed to size for avoiding any

loose material at the shoulders. 4.0 EARTHWORK 4.1 Earthwork will be done as per N. E. Railway Standard Specification 1981 Edition, RDSO's

guidelines for earth work in Railway Projects & Engineering Code of Railway with up to date correction slips. Wherever specifications of the Railway are not available, relevant IS specification/IRC specification shall be complied with.

4.2 In addition to the provisions given in special condition, the following special specifications shall hold good. In case of conflict, the following shall prevail & incase of ambiguity, decision of the Engineer-in-Charge shall be final and binding.

4.3 All bushes, trees, shrubs, roots, heavy grass etc should be cleared up to the toe on proposed bank where earth work is to be done.

4.4 The rate for earth work also includes clearing the site for works including cutting of all trees up to 300 mm girth measured at a height of 1 meter above ground level, all types of other forest growth viz. Bamboos, bushes etc irrespective of height and girth.

4.5 After site clearance, all pockets and depressions left in the soil, if any, shall be made good and compacted.

4.6 Before starting work, toe of bank should be marked on either side with 20mm wide x 15mm deep furrow. A reference line 50 cm outside the above two line should also be furrowed.

4.7 Before the commencement of work, the cross section of the ground will be taken in presence of the contractor or his authorized agent and plotted by the Engineer's representative and recorded in

Page 34: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

the level book. The contractor or his authorized agent will be required to sign both, the level books and profile sheet. The level entered in level book duly signed by both the parties will form the basis of payment.

4.8 Bank profile shall be set out where cross section has been taken or at every 30 meter on straight and 15 meter on curves sharper than 600 meter in radius.

4.9 Earth brought from private land should be appropriate classification for Railway embankment, Organic clays, organic silts, peat, chalks, dispersive soils, poorly graded gravel and sand with uniformity coefficient less than 2 and clays and silts of high plasticity (CH & MH) shall not be used in Railway embankment.

4.10 Trolley refuge shall be provided such that, there is either a trolley refuge or level crossing at each 500 meter. In sharp/curve or where visibility is not very clear, such distance will be 300 meter. In sharp/curve or where visibility is not very clear, such distance will be 300 meter. Length of trolley refuge shall be 5.5 meter. Trolley refuge shall be at rail level.

4.11 COMPACTION OF EARTHWORK: 4.11.1 Earth work shall be done in layers not exceeding 300 mm thick in the loose state and compacted

with vibratory rollers to obtain the specified density. The number of passes of rollers and the optimum thickness of each layer will be fixed after carrying out field trial with the rollers proposed to be used from time to time and from location to location as per IS: 10379-1982, the main criteria being to obtain the maximum density achievable uniformly.

4.11.2 Cohesion less soil shall be compacted to get a minimum density index (relative density) of 70% as obtained in accordance with IS: 2720 (Pt. XIV) – 1983.

4.11.3 All other types of soil when compacted shall obtain at least 98% of the maximum dry density as determined using heavy compaction in accordance with IS: 2720 (Pt. XIV) 1983.

4.11.4 If the soil is dry, water shall be sprinkled over the spread layer, as convenient in order to obtain workable moisture content before rolling is commenced. Where the natural moisture content of borrow soil is high, compaction at higher moisture contents can be allowed by the permission of Engineer in charge.

4.11.5 Each layer shall be compacted to the specified density over its entire width commencing from the two sides, before another layer is started.

4.11.6 While compacting, it shall be ensured that there is a minimum overlap of 150 mm between each run of the rollers.

4.11.7 Care should be taken during the compaction operation to slope the surface of the bank to facilitate the shedding and to minimize the absorption of rain water, particular attention being given to the prevention of pounding.

4.11.8 The density of each layer of compacted soil shall be ascertained by testing on adequate number of soil samples, collected mostly on either side of the centre line at intervals of 10m or so with a few taken at random near the two sides.

4.11.9 The quantity of work shall be determined by considering the mean density of the samples in each layer. The mean dry density shall be equal to or exceed the minimum specified density. In no individual case shall be the density is less than the minimum value specified by more than 2% otherwise further rolling shall be done at the appropriate location.

4.11.10 The contractor shall be allowed to lay a further layer of soil only after compaction of a particular layer has been found satisfactory.

4.11.11 Extra width of 50 cm shall be rolled on either side which after finishing the bank up to final height shall be dressed by removing the loose earth on account of roller not being able to compact the soil at the edge of the formation width.

4.11.12 The top of formation shall be finished to a slope of 1 in 40 away from the center. 4.11.13 All clods shall be broken while forming the new bank. 4.11.14In case of mechanical compaction of earthwork as per specification laid above, no deduction for

shrinkage will be made on the quantity mechanically compacted. However, in case of failure to

Page 35: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

achieve compaction as per specification, deduction for shrinkage will be made as per provisions of Standard Specifications of N. E. Railway, 1981 edition.

4.12 MEASUREMENT OF EARTHWORK: 4.12.1 The final measurement will be taken by cross section measurements of bank and cutting and will

be recorded in the level book in presence of contractor or his authorized representative and again plotted on the original profile sheets. Contractor and his authorized representative will be required to sign both level book and profile sheet.

4.12.2 The volumes in cutting and banks will be calculated by the average area method given as under :- If A0, A1, A2, A3, ...................................... An are the areas of the different sections at a distance, D apart and V is the Volume – Then V' = D (A0, A1, A2, A3, ......+An/2). 4.12.3 Payment in all cases of earth work, unless otherwise specified will be based on cross section

measurement. On account payment can be made with approximate width, length and height of bank. However, every time on account payment will be based on detailed cross sectional measurement.

SIGNATURE OF TENDERER(S)

Page 36: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

E. C. RAILWAY

ADDITIONAL CONDITIONSOF CONTRACT 1.0 MEASUREMENT, CERTIFICATE AND PAYMENT On account payment shall be made according to the provisions made in clause 44, 45 and 46 of the

N. E. Railway General Conditions of Contract 1999 edition. 2.0 DEDUCTION OF INCOME TAX AT SOURCE

In pursuance of the Finance Act 1972 introducing section 194 C in the Income Tax Act, 1961 providing deduction of Income Tax at source from income comprised in payment made to the contractor for carrying out any work or supply of labour for carrying out any work, the E. C. Railway Administration shall be entitled to deduct 2% (two percent) of gross payment of any sum paid after 31st May, 1972 to the contractor as Income Tax excluding the surcharge on Income Tax, which shall also be deducted as applicable as per extent rules and regulations.

3.0 SECURITY DEPOSIT

The Earnest Money deposited by the successful tenderer will be retained by the Railway as part of the security for the due performance of the work. Before execution of the contract agreement, the contractor(s) will be required to submit an additional amount Rs. 2.5 lakh towards part security deposit. The full security deposit for due performance of the work will be calculated as per provisions of GCC. The balance amount over and above Rs. 3 lakh will be recovered at the rate of 10% of the gross value of the contractor's running amount bill till such time the amount so recovered plus Rs. 3 lakh already deposited becomes equal to the full security deposit.

50% of the security deposit will be refunded with final bill provided the competent authority is satisfied that (a) work has been completed satisfactorily in time and (b) there is nothing due against the contractor and balance 50% of the security deposit left with the Railway is sufficient to cover the maintenance period. Balance 50% security deposit will be refunded after maintenance period is over.

4.0 MAINTENANCE PERIOD

On the completion of the work to the satisfaction of the Engineer, it will be taken over. From the date of taking over, the contractor shall be responsible for maintenance of the work for a further period of 12 months. The contractor shall make good and remedy at his own expenses, within such period as may be stipulated by the Engineer, any defect which may develop and intimation of which has been sent to the contractor within seven days of the expiry of the said period by a letter sent by hand delivery or by registered post. In case the contractor fails to make adequate arrangements to rectify the defects within seven days of receipt of such notices, the Engineer may without further notice make his own arrangements to rectify the defects and the cost of such rectification shall be recovered from the security deposit of the contractor.

5.0 CONTRACT LABOUR ACT 5.1 The contractor shall observe and perform all the provisions of the Contract labour (Regulation and

Abolition) Act, 1970 and Central Rules, 1971 or any statutory modifications or re-enactment thereof for the time being in force and any rules and regulations made there under in respect of al the persons directly or through petty contractors or sub-contractors employed by him under this contract and shall indemnify the Railway from and against any claims under the Contract Labour (Regulation and Abolition) Act, 1970 and Central Rules, 1971 or any further rules and regulations framed there under, by or on behalf of any person directly or through petty contractors or sub-contractors employed by him or otherwise.

SIGNATURE OF TENDERER(S)

Page 37: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

5.2 The contractor shall obtain valid licenses from the licensing Authority specified in the Act, paying

necessary license fee as per section 12 of the Act, 1970 and Rule 26 of the Central Rule 1971. In every case in which, by virtue of section 20(2) and 21 (4) of the Contract Labour (Regulation and Abolition) Act, 1970, the railway is obliged to provide amenities or pay wages to labour employed by the contractor in executing the work, the Railway will recover from the contractor the expenditure so incurred by the Railway or wages so paid, and without prejudice to the rights, or the railway under section 20(2) and 21(4) of the said act, the Railway shall be at liberty to recover such amounts or part thereof by deducting it from the security deposit or from any sum due by the Railway to the contractor, whether under this or any other contracts or otherwise.

5.3 The attention of the tenderer(s) is /are drawn to the Contract Labour (Regulation and Abolition) Act, 1970. Contract Labour (Regulation and Abolition) Central Rules, 1971 and clause 55-a of the North Eastern Railway Engineering Department Regulations for Tenders and Contract, General Conditions of Contract, 1999 edition. Successful tenderer(s) shall comply with the provisions of the said Acts and Rules, the Divisional / Executive Engineer being the principal employer under the said Acts and Rules.

5.4 Provided that if any dispute arises as to the expenditure incurred by the Railway in the provisions of the said amenities, the decisions of the Engineer thereon shall be final and binding.

6.0 ANTI – MALARIA PRECAUTIONS 6.1 As a precautionary measure against Malaria, the contractor (s) shall be responsible to take up anti-

larval work at his/their own expenses during the currency of the contract. In case of contractor's failure to undertake the job, the expenditure incurred, if any, by the Railway on this account is recoverable from the defaulting contractor without any reference.

6.2 As a precautionary measure against outbreak of any epidemic at the work site, the contractor(s) shall make necessary arrangements for proper inoculation/vaccination of all the labour force immediately after their arrival at site.

7.0 ARBITRATION AND STTLEMENT OF DISPUTE 7.1 Arbitration and settlement of dispute shall be governed vide clause 63 and 64 of the General

Conditions of Contract, N. E. Railway 1999 edition. 7.2 Following clauses shall be added to the existing clauses under settlement of dispute vide General

Conditions of Contract, N. E. Railway 1999 edition. 7.3 If the contractor(s) does/do not prefer his/their specific and final claim in writing, within a period

of 90 days of receiving the intimation from the Government that final bill is ready for payment, he/they will be deemed to have waved his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in respect these claims.

7.4 Contractor shall not be permitted to add any fresh claims or items of disputes after submission of final claims as stipulated above.

8.0 LIQUIDATED DAMAGES:

Compensation for any delay in completion of work due to reason solely attributable to the contractor(s) shall be recovered from them @1/2% of the contract value of the work for each week or part of the week the contractor is in default in terms of the General Conditions of Contract, 1999 edition of the N. E. Railway.

9.0 RATES FOR NEW AND EXTRA ITEMS:

The rates for non-schedule items, which can not be derived from the rates in the schedule of items, will be worked out of the basis of actual cost of the item of work with an addition of 10% towards contractor's overheads and profits.

SIGNATURE OF TENDERER(S)

Page 38: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

The actual cost shall consist of the following duly authenticated through bills, vouchers, documents etc.

a) Cost of hire of plant, cost of spares, fuel stores including transports and taxes. b) Cost of materials to be supplied by the contractors at the time of execution including taxes,

wastage, transport etc. c) Cost of materials if supplied by the Railways on chargeable basis. d) Cost of labour including all allowances.

10.0 QUANTITIES IN SCHEDULE AND THEIR VARIATIONS. 10.1 The quantities specified in the schedule of item of work enclosed herewith are approximate and

are meant to give to the tenderer(s) an idea of the amount of work involved. The Railway reserves the right to increase or decrease the above quantities and/or delete from the above item/items. The successful tenderer/s will have to execute all items required for the successful completion of the work at quoted rates. The rate shall not be varied if quantities of work to be executed change. The contractor shall have no extra claim on account of variation between the quantities actually executed and those shown in the schedule of item of work.

10.2 The Engineer or behalf of the Railway shall be entitled by order in writing to enlarge or extend, diminish or reduce the works of make any alterations in their design, character, position, site, quantities, dimensions or in the method of their execution or in the combination and use of materials for the execution there of or to order any additional works to be done or any works not to be done and the contractor shall not be entitled to any compensation for any increase/reduction in the quantities of work but will be paid only for the actual amount of work done and for approved materials supplied against a specific order.

10.3 Incremental works beyond (+) 25% of agree mental value: 10.3.1 The contractor shall be bound to work at the greed rates up to (+) 25% or agree mental value. 10.3.2 In case of agree mental value goes beyond (+) 25%, for the first 15% increase in the value beyond

25% of the agree mental value the rates will have a reduction of 2% in the incremental value of the agreement and for next 10% increase in the value, rates will have an additional reduction of 2% in the further incremental value of the agreement.

10.3.3 Execution of quantities beyond (+) 50% of the overall agree mental value will not be permitted and, if found necessary, will be through fresh tenders or by negotiating fresh rates with existing contractor.

10.4 The enlargement, extensions, diminution, reduction, alterations or additions referred to above shall in no degree affect the validity of the contract but shall be performed by the contractor as provided there in and subject to the same conditions, stipulation and obligations as if they had been originally and expressly included and provided for in the specifications and drawing and amounts to be paid there for shall be calculated in accordance with the schedule of accepted rates. Any extra items/quantities of work falling out side the purview of the provision of the clause 3 above shall be paid for at the rate determined under clause 39 of the General Conditions of Contract of the N.E. Railway 1999 Edition.

11.0 MINIMUM WAGES ACT The contractor is responsible for the payment of minimum wages as prescribed by the minimum wages act and Rules to the labour employed by him and also for any payment under the payment wages under from time to time. In case the railway has to pay any thing to any labourer or employees of the contractor in respect of any claim arising under any of the facts or rules mentioned above. The railway will be entitled to recover the amount so paid from the money due to the contractor under this contract or any other due.

SIGNATURE OF TENDERER(S)

Page 39: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

12.0 RAILWAY LIEN ON ALL MONEYS 12.1 The Railway shall have lien on and over all or any more that my become due any payable to the

contractor under there presents and/or also on an over the deposit for security amount or amounts made under the contract and which may become repayable to the contractor under the condition in that behalf hence contract in respect of any doubt of on that may become due and payable to the railway by the contractor either alone or jointly with another or other and either under this or under any other contractor transaction of any nature whatsoever between the railway and contractor.

12.2 The railway reserve the right to carry out a post payment audit and/or technical examination of the works and final bills including all supporting vouchers abstracts etc. and to enforce recovery if as a result of such examination any over payment discovered in respect of any work done by the contractor or alleged to have been done by him under the contract and such recovery will be made by the railway from the contractor by any or all of methods prescribed above if on the other hand any under payments is discovered, the amount shall be duly paid to the contractor by the Railway.

12.3 Further the railway reserves the right to make such recovery and adjustment not with standing the fact that the amount of final bill may be included by one of the parties as an item of dispute before any arbitrator appointed under the arbitration clause of the contract and not with standing fact that the amount of the final bill figures in the arbitrator award.

12.4 Any further unless the contractor pays and clear the claims of Railway immediately on demand the Railway shall at all times be entitled to deduct the said sum due by the contractor from the money securities or deposits which may have become or will become payable to the contractor under there present or under any other contract of transaction what-so-even between the contract and the Railway.

13.0 PROVISION OF CONTRACT LABOUR (REGULATION ABOLITION) ACT-1970. 13.1 55-A-AO(1)-The contractor shall comply with the provision of the contract Labour (Regulation

and Abolition)Act 1970 and the Contract Labour (Regulation and Abolition) General Rulers 1971 as modified from time to time. Wherever applicable and shall also in indemnify the Railway from and against claims under the aforesaid Act and the rules.

13.2 The contractor shall contain a valid license under the aforesaid act as modified from time to time before, the commencement of the work and continue to have a valid license until the completion of the work. Any failure to fulfil this requirement, ii shall attract the panel provisions of the contract arising out of the resultant and execution of the work.

13.3 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 contractor shall not withstanding the provisions of the contract to the contrary, causes to be paid the wages to labours indirectly engaged on the work including any engaged by his sub contractors in condition with the said work as if, the labour had been immediately employed by him.

13.4 The respect of all labour directly or indirectly employed in the work performance of the contractors 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.

13.5 In every case in which by virtue of the provisions of the aforesaid or the rules the Railway is obliged to pay any amount of wages to workmen employed by the contractor or his Sub-contractors in welfare and health amenities required to be provided under the aforesaid act and the rule or to incur any expenditure on account of the contingent liability of the Railway due to the contractor's failure to fulfil his statutory obligations under the aforesaid Act of the rule the Railway will recover from contractor the amount of wages so paid of 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 the part thereof by deducting it from the security deposit and/or from any 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 (21) of section 20 and sub-section (4) of section (21) of aforesaid Act except on the written request the contractor and

Page 40: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

upon his giving to the Railway full security for all cost for which the Railway might become liable in on testing such claim. The decision of the Railway regarding the amount actually recoverable from the contractor as stated above, shall be final land binding on the contractor and continue to have a valid license until the completion of work.

SIGNATURE OF TENDERER(S)

Page 41: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

PRICE VARIATION CLAUSE

A) General :

i) The rates for each item quoted by the contractor in his tender and accepted by the Railway shall hold good till the completion of the work.

Fluctuations in market rates, conditions, taxes, additional levies, tolls or any other changes in the cost of an item as a whole or in the cost of a component of expenditure constituting that item, shall be taken into account and payments to contractor shall be adjusted i.e. increased/decreased, in accordance with the provisions, of this Clause. No other claims on account of these inputs shall be admissible.

ii) The total amount payable to the contractor for the payment made through on account/final bills for the work done in a particular quarter shall be adjusted i.e. increased/decreased, based on the overall market situation as reflected by increase/decrease in various price Indices published by the Reserve Bank of India from time to time.

iii) The amount of adjustment i.e. increase/decrease in the payments to the contractor shall be calculated in accordance with the method detailed in this clause.

B) Applicability of price variation clause :

i) The price variation clause shall be applicable only to contracts where the period of

completion is more than one year and shall not be applicable where the period of completion is less than or equal to one year.

This price variation clause will also, not apply to zonal contracts.

ii) This price variation clause shall be applicable only to contracts more than Rs.10 lacs in value, the value being the value of actual work to be executed by the contractor i.e. excluding the cost of materials supplied free of cost by the Railway. If this value is less than Rs.10 lacs, the price variation clause shall not be applicable.

iii) The adjustment i.e. reimbursement/recovery based on price indices shall be made only if, and to the extent, the amount to be adjusted is in excess of 5% of the amount payable to the contractor as per accepted rates.

iv) The price variation clause will be applicable to all extensions of time granted to the date of completion except that granted under Clause 17(4) of GCC-1969.

C) Method of calculation of adjustments :

i) The amount of adjustment i.e. increase/decrease in total payable amount shall be calculated

by the following formula for each component of input, i.e. labour, material, fuel, explosive, detonator. There shall be a fixed component also on which no adjustment shall be made :

a) L = R x(I – 10)/10 x P/100 b) M = R x(W – Wo)/W0 x Q/100 c) U = R x (F – Fo)/Fo x Z/100 d) X = R x (E – Eo)/Eo x S/100 e) N = R x (D – Do)/Do x T/100

Where: - L = Amount of price variation in labour M = Amount of price variation in materials U = Amount of price variation in fuel X = Amount of price variation in explosives N = Amount of price variation in detonators.

Page 42: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

R = Gross value of the work done by the contractor as per on-account bill(s) excluding cost of materials supplied by Railway free or at a fixed price. This will also exclude specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer). Io = Consumer price index number for Industrial workers. All India – Published in RBI Bulletin for the base period. I = Average consumer price index number for industrial workers – All India – published in RBI Bulletin for the three months of the quarter under consideration. Wo = Index number of whole sale prices – By groups and subgroups – All commodities – as published in the RBI bulletin for the base period. W = Average index number of whole sale prices – by groups and subgroups – all commodities – as published in the RBI Bulletin for the three months of the quarter under consideration. Fo = Index number of whole sale prices – by groups and subgroups for fuel, power, light and lubricants as published in the RBI bulletin for lthe base period. F = Average index number of whole sale prices – by groups and subgroups for fuel, power, light and lubricants as published in the RBI bulletin for the three months of the quarter under consideration. Eo = Cost of explosive as fixed by DGS&D in the relevant rates contract of the firm from whom purchases of explosives are made by the contractor for the base period. E = Average cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchase of explosives are made by the contractor for the three months of the quarter under consideration. Do = Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period.

D = Average 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 three months of the quarter under consideration. P = % of labour component Q = % of material component Z = % of fuel component S = % of explosive component T = % of detonators component

ii) Index Number :

The base index number shall be that published by RBI for the month of opening of the tender and the quarters will commence from the month following the month of opening of the tender. The percentages P, Q, Z, S, T of various components i.e. labour, material ,etc. for different types of work shall be as follows : Earthwork item :

Labour component - 50% Fuel component - 20% Other material components - 15% Fixed component - 15%

Page 43: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

Ballast and quarry product items :

Labour component - 55% Fuel component - 15% Other material components - 15% Fixed component - 15%

Tunneling items :

Labour component - 45% Fuel component - 15% Explosive component - 15% Detonators component - 05% Other material components - 05% Fixed component - 15%

Other works items :(Applicable to the tendered work)

Labour component - 30% Material component - 40% Fuel component - 15% Fixed component - 15%

iii) The amount on which the adjustment is to be calculated shall be the amount payable to the contractor for the item or items of various types of works given in (c) (ii) above, Refer (E) below for procedure of calculation of adjustment.

iv) The calculations for adjustment in the amount payable to the contractor shall be made on the value of work done in each quarter by the contractor. Quarterly periods shall be counted commencing from the month following the month in which tender had been opened. Refer (D) below also.

v) The calculations for adjustments should be based on the average price index of the three months of the quarter.

vi) The demands of escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment needed to be done based or the finally published indices shall be made as and when they become available. Base period for determining price variation clause should be either from the month of opening of the tender or if required from the month of negotiation as the case may be.

vii) Price variation clause will not apply, if the price variation is upto 5% reimbursement/recovery due to variation in prices will continue to be made only for the amount in excess of 5% of the amount payable to the Contractor.

a) For contracts upto two years duration : The total amount of reimbursement/recovery due to variation in prices of the several components, shall be limited to 10% (i.e. 15% - 5% floor price) of the amount finally payable to the contractor. b) For contracts of more than 2 years duration : The total amount of reimbursement/recovery due to variation in price of the several components shall be limited to 20% (25%-5% floor price) of amount finally payable to the contractor.

D) Making adjustments for price variation :

i) The adjustments for price variation i.e. extra payment in case of increase and recovery in case of decrease as required shall be made once every quarter in the on-account payments. If more than one on-account payment is made to the contractor in a quarter, the adjustment, is required, shall be made in each bill.

ii) It shall be contractor’s responsibility to submit the values of various price indices for appropriate points of time along with proof/authenticity thereof, to enable the Railway to calculate the price variation.

Page 44: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

E) Method of operation of this clause :

i) Since the adjustments in payments are based on the amount of work done by contractor in

each quarter, measurements of the actual work done must be taken and recorded in the measurement books and signed by the contractor at the end of each quarter, if not frequently.

ii) Since the various indices are published by RBI/Ministry of Labour of few months later than the months to which they pertain, the normal on account bills based on quarterly measurements will be prepared as per current procedure on the accepted rates without considering the price variation clause. The adjustments for price variation shall be done subsequently, through separate series of on account bills, called Escalation on-account bill Nos. 1,2 etc. The adjustments bills and the normal on account bills will be kept independent of each other for facility of executions.

iii) Since the adjustments due to price variation are done on the basis of payments made for each type work as defined in Para-C(ii) above, it will be advisable to record measurements and prepare Abstracts for each type of work separately in each normal on accounts bills, so that the on account

Bill/measurements do not have to be worked upon again at the time of preparing escalation account bills.

SIGNATURE OF TENDERER(S)

Page 45: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

ANNEXURE – 1 PROFORMA FOR PERFORMANCE STATEMENT Performance Statement for works undertaken by the Tenderers for different organization including those for which works are in progress on the date of opening of the Tender. Sl. No

Name of Rly/Govt.

deptt/ Public Sector/Pvt. Sector firm and their Purchase

Order

Description of works

Total value

of work

Date of award

of work

Stipulated completion

date

Up to date %

progress

Full address of controlling officers in-

charge of the work

Remarks if any

N.B. – In case the above space is not sufficient the tenderer(s) may use another sheet(s) for furnishing full details. All orders/contracts for this item secured or executed by the firm must be included in the above statement with supporting documents wherever required list of which should be furnished below. List of supporting documents 1. 2 3 4 5 Certified that I/We hereby furnish particulars of all the past and current contracts secured by me/us from different organization.

SIGNATURE OF TENDERER(S)

Page 46: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

ANNEXURE - 2

DETAILS IN SUPPORT OF FINANCIAL CAPABILITY

(To be filled in by the Tenderer(s) while submitting the offer) 1. Banker’s certificate about financial capability and level of solvency of the tenderers to be enclosed and

reference indicated herein below ; 2. Annual turnover of the firm for each of the preceding three accounting years. 3. Copy of the STCC indicating the annual turnover for last three consecutive years to be enclosed and reference

indicated herein below : N.B. In case the above space is not sufficient, the tenderer may use another sheet. Reference to all supportive documents being enclosed should be furnished against the relevant item above.

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)

Page 47: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

ANNEXURE – 3

DECLARATION FOR TECHNICAL CAPABILITY

(To be filled in by the Tenderer(s) at the time of tender)

N. B. In case the above space is not sufficient, the tenderer(s) may use another sheet. Reference to all supportive documents being enclosed should be furnished against the relevant item above.

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)

Page 48: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

ANNEXURE - 4

TENDERERS ARE REQUIRED TO FILL IN THE FOLLOWING WHILE SUBMITTING THE OFFER

Sl. Subject Matter to be filled in by the Tenderer(s)

1 EMD Particulars with Validity

2 Whether current STCC and Sales tax Registration Certificate submitted ?

3 Whether partnership deed, Articles and memorandum of association, certificate of incorporation, Power of Attorney etc. attached

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)

Page 49: Head Quarter /Hajipur TENDER DOCUMENT - Indian … Quarter /Hajipur TENDER DOCUMENT OF TENDER NOTICE NO: 2 of 2005-2006 (Open) ITEM NO. I DATE OF OPENING: 20/09/05 NAMEOF WORK: - Rebuilding

EAST CENTRAL RAILWAY

ANNEXURE - 5

CERTIFICATE OF FAMILIARISATION I/We hereby solemnly declare that I/We visited the site of above work and have familiarized myself / ourselves of the working conditions there in all respects and in particular the following: 1. Details of the bridge on which rebuilding work is to be done. 2. Topography of the area and soil conditions at the site of work. 3. Availability of local labour, both skilled and unskilled and the prevailing labour rates. 4. Availability of water and electricity. 5. The existing roads and access to the site of work. 6. Availability of space for putting labour camps, offices, stores godown, engineering yard, etc. 7. Sources and availability of construction materials and rates for construction materials.

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)