Tender No. 05/South/2016 -...
Transcript of Tender No. 05/South/2016 -...
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 1 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
1
By Regd. Post with AD
भारत सरकार / Government of India
रेऱ मतं्राऱय / Ministry of Railways
दक्षिण मध्य रेऱवे / South Central Railway
ववजयवाडा मडंऱ / Vijayawada Division
मडंऱ रेऱ प्रबन्धक का कायााऱय
Office of the Divisional Railway Manager
काया शाखा / Works Branch
ववजयवाडा / Vijayawada.
No. B/W.496/I/4/T No.05/South/2016/T-I Dt. 29.04.2016
Shri. K. Ramachandra Reddy,
West Balaji Hills Colony,
Boduppal, HYDERABAD.
Telangana State
Sir,
Sub: Tender No 05/Southl/2016 for the work “Vijayawada Division: GDR-BZA Section:-Repairs to
embankment affected due to heavy rains on Account of cyclone ”ROANU” between Gudur-
Padugupadu stations in ADEN/NLR sub-division” -Issue of Letter of Acceptance - Reg”
Ref: Your offer in above tender submitted 30.03.2016
***
1.The competent authority has accepted your offer in the above said tender at the following rates
quoted by you:
Schedule A
USSR-2010 (-)5.94% Minus five point nine four percent.
Schedule A1
USSR-2010 (+)9.99% Plus Nine point nine nine percent.
For a total value of Rs. 93,40,779/- (Rupees ninety three lakhs forty thousand seven hundred and
seventy nine) only.
2. The work should be completed within 06 Months from the date of issue of letter of acceptance of
tender. Maintenance period of twelve Months.
3. The sum of Rs 1,92,080/- submitted vide DD No 902879 dt 28.03.2016 (realized vide MCR No.
309676 dt 18.04.2016) on State Bank of India, Kavali, towards EMD has been adjusted as part amount of
the security deposit. The balance security deposit of Rs. 2,74,959/- shall be recovered at 10% of the bill
amount till the full security deposit of Rs. 4,67,039/- is recovered.
4. In terms of special conditions of the contract, you shall furnish a performance guarantee either in the
form of irrevocable Bank guarantee (Proforma enclosed) amounting to 5% of the contract value i.e., Rs. 4,67,039/- or in any form as mentioned in special conditions of contract provided in the tender document
vide clause 9 (b) before signing of the agreement. The performance guarantee should be valid up to the
period of physical completion of the work plus 60 days beyond that. You shall have to submit a
Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance
(excluding date of issue of Letter of Acceptance). Extension of time for submission of PG beyond 30(thirty)
days and up to 60 days from the date of issue of LOA (excluding date of issue of Letter of Acceptance) may
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 2 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
2
be given by the Authority who is competent to sign the contract agreement. However, a penal interest of
15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e., from 31st day after the date of
issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of
issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against
that contract. You shall be debarred from participating in re-tender for that work. Performance guarantee
shall be released after satisfactory completion of the work based on “completion certificate” issued by
competent authority. For failure to submit performance guarantee as above and sign the agreement within
the stipulated time, action will be taken under relevant clauses of tender conditions/General conditions of
the contract.
5. Until a formal agreement is executed, acceptance of the Tender shall constitute a binding contract
between you and the administration.
6. You have to abide by the contract labour regulations and Abolition Act 1970) and rules, regulations and
amendments thereto that may be followed from time to time are binding on you in respect of this contract.
You have to submit the application in the prescribed form (Form-V) in triplicate for license under contract
labour (Regulation and abolition) Act for 20 or more workers and under BOCW Act for less than 20
workers together with the demand draft towards security deposit and license fee to the undersigned to
forward the same to the concerned Licensing Officer for issue of the license irrespective of the number of
labour employed for the work. The work should not be executed without a valid labour license.
7. Failure to start the work within ten days, the contractor is liable for penal action as per clause
62 of the General conditions of contract.
Encl: Schedule with conditions and the bank guarantee Pro-forma
Yours faithfully
(B. Venkata Rao)
Sr.Divisional Engineer/South
S.C.Railway/Vijayawada.
For and on behalf of the President of India Copy to: 1) Sr DFM/BZA (2) ADEN/NLR (3) SSE/P.Way/NLR (4) Ch.OS/WA-South (5) SSE/Drg./Track (6) OS/Budget (7)Asst Labour Commissioner (Central), 5th Floor, Central Govt. Office Complex, Plot No.G.2, Industrial Estate, Autonagar,
Vijayawada – 520 0007 for kind information.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 3 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
3
South Central Railway Vijayawada Division
Tender No. 05/South/2016
Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to
heavy rains on Account of cyclone ”ROANU” between Gudur-Padugupadu stations in
ADEN/NLR sub-division.
Similar Nature of work:- Any building or RCC apron or pit line work or RCC COP
or RCC/PSC bridge or platform works or compound/boundary wall works or RCC
cover over platform or Zonal maintenance work or repair to buildings or
CC/RCC/Masonry works or earth work and bridges or Industrial flooring in workshops
or goods sheds or cement concrete flooring.
Est. Sanctioned No&date Allocation Amount Rs.
B/W.506/XIII/1833/Plg
dt.04-01-2016
04-211-32 96,03,970/-
Aggregate awarded vlue: Rs. 93,40,779/-
Period of Completion Six Months
Period of Maintenance Twelve Months
Name of the Tenderer/
Contractor
K. Ramachandra Reddy, West Balaji Hills Colony,
Boduppal, HYDERABAD. Telangana State
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 4 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
4
Schedule - A
List of items of works that are covered in Indian Railways Unified SSR 2010/South Central Railway P.Way
SSR-2004
Sl.No USSR Description of work Qty Rate
Rs Unit
Amount
Rs.
1 011011
Earth work in excavation as per approved
drawings and dumping at embankment site or
spoil heap, within railway land, including 50m
lead and 1.5m lift, the lead to be measured
from the centre of gravity of excavation to
centre of gravity of spoil heap: the lift to
be measured from natural ground level and
paid for in layers of 1.5m each, including
incidental work, as per specifications-in - All
kinds of soils
1552.00 100.28 Cum 155635
2 013130
Extra for mechanical compaction of
earth/blanketing material filled in embankment
with contractor‟s rollers of suitable capacity,
type and size to achieve specified density as
per specification, testing as per IS codes incl.
cost of water, T&P consumable material and
all labour as a complete job. The work is to be
executed as per Latest edition of "Guidelines
for Earthwork in Railway Projects" issued by
RDSO, Lucknow
6400 13.67 Cum 87488
3 014090
Earth work in embankment from Railway land
for repairing of cess/ formation/ level crossing,
rain cuts etc. to make the surface to the desired
level and slope to the entire satisfaction of
Engineer-in-charge. The rate will include free
lead upto 200 M, all lifts, descends, ascends,
crossing of track/road/nallah etc. including
breaking of clods etc and compaction by
rollers/rammers/temping rods etc. Note - This
item is only to be paid when specially
ordered in writing.
19910 87.49 Cum 1741926
4 031012
Providing and laying in position cement
concrete of specified proportion excluding cost
of cement, centering and shuttering - All works
upto Plinth level :1:3:6 (1 cement : 3 sand :
6 graded stone aggregate 40mm nominal size)
418 1865.68 Cum 779854
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 5 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
5
Sl.No USSR Description of work Qty Rate
Rs Unit
Amount
Rs.
5 031023
Providing and laying cement concrete, up to
plinth inretaining walls, walls (any thickness)
including attached plasters, columns, pillars,
posts, struts, buttresses, string or lacing
courses, parapets, coping, bed blocks, anchor
blocks, plain window sills, fillets etc,
excluding the cost of cement and of shuttering,
centering - 1:2:4 (1 cement : 2 sand : 4
graded stone aggregate 20mm nominal size)
1021 2309.45 Cum 2357948
042012
Centering and shuttering including
strutting, propping etc. and removal of form for
:Walls (any thickness) including attached
plasters, buttresses, plinth and string courses
etc.
4176.00 227.70 Sqm 950875
6 142031
Providing and laying non-pressure NP3 class
(medium duty ) R.C.C. pipes including bends
etc with collars jointed with stiff mixture of
cement mortar in the proportion of 1:2
(1cement: 2fine sand) including testing of
joints etc. complete up to 800mm dia. - 300mm
dia. R.C.C. pipe
600 602.49 metre 361494
7 221050
Providing and laying Pitching with stone
boulders weighing not less than 35 kg each
with the voids filled with spalls on slopes laid
over prepared filter media including boulder
apron laid dry in front of toe of embankment
complete as per drawing and Technical
specifications (Filter media to be paid
separately under the relevant item)
1196 1036.61 Cum 1239786
Seven items only Total of Schedule - A 7675006
PERCENTAGE RATE QUOTED
IN FIGURES (-)5.94%
PERCENTAGE RATE QUOTED
IN WORDS Minus five point nine four percent
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 6 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
6
Schedule - A1 List of items of works that are covered in Indian Railways Unified SSR 2010/South Central Railway
1 033062 Supply and using cement at worksite
:OPC 53 grade 419.340 4600 Tonne 1928964
Single items only Total of Schedule - A1 1928964
PERCENTAGE RATE QUOTED IN FIGURES
(+)9.99%
PERCENTAGE RATE QUOTED IN WORDS
Plus nine point nine nine percent.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 7 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
7
GENERAL CONDITIONS
1. The Tenderers are required to quote uniform percentage rate above/below/at par on
the items of the Schedule- A & A1 separately both in figures and words. If there is
any variation in between the uniform percentage rate quoted in words and figures, the
uniform percentage rate quoted in words will be taken as correct and final.
2. The quantities shown in the tender schedule are approximate and shall be operated in
full or part at the discretion of the Engineer in charge.
3. Payment will be made based on the actual quantities operated/executed.
4. The Railway administration will not be responsible for the safety of contractor‟s
Labour engaged for this work.
5. The lead for transportation of P-Way materials shall reckoned based on the shortest
Railway route/Road route
6. The contractor shall make his own arrangements for men, materials, tools,
consumables etc., required for the work at his own cost and shall be responsible for
safe working of trains at a restricted speed of 20 Kmph on work spot.
7. Conservancy charges as applicable and as modified from time to time will be
recovered from Contractor‟s running bills.
8. In the event of any accident at the work site and it is established during the
departmental enquiry by the Railways that the accident occurred wholly or partly due
to any act of tentamounting to negligence on the part of the Contractor or his labour
in not adhering to the instructions of the Engineer-in-charge. The Contractor shall
himself be liable for damage and also legal prosecution if loss of life is involved.
9. The contractor is primarily responsible for safety of traffic and also that of his staff
working on track. No compensation what so ever towards damage to men, material of
the contractor will be paid by railways it is essential that adequate safety measures are
taken for safety of the trains as well as the work force.
10. The look out and whistle caution orders shall be issued to the trains and speed
restrictions imposed where considered necessary. Suitable flagmen/detonators shall
be provided where necessary for protection of trains.
11. The unloaded ballast/rails/sleepers/other P.Way materials after unloading along track
should be kept clear off moving dimensions and stacked as per the specified heights
and distance from the running track.
12. Supplementary site-specific instructions, wherever considered necessary, shall be
issued by the Engineer in Charge.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 8 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
8
13. If any other items of works covered by Unified SSR 2010 are required to be carried
out for the same percentage shown there in enhanced/ diminished/ at par as the case
may be at the same percentage as tendered/accepted for this work.
14. The items included in the tender schedule should be carried out in accordance with
the S. C. Railway standard specifications for materials and works 2010 with the up to
date correction slip there to of S.C.Railway
15. The contractor is responsible for safe passage of trains. All trains will be allowed with
the specific approval of SSE/SE/P.Way-in-charge in the portion of track under repairs
by the Contractor. Any variation in this regard, the Contractor will be held
responsible for all damages caused out of negligence manipulated by his staff.
16. The work to be carried out under traffic conditions. It is the responsibility of the
Contractor to see that there is no detention or interruption to the movement of trains
and „No Claim‟ will be admissible towards loss of time/wastage of labour employed
etc., that may be incurred by the contractor due to movement of trains. The rate
quoted should cover all such contingencies.
17. The contractor should engage qualified engineer/retired P.Way Inspector conversant
with P.Way work to supervise at his cost. Work should be taken up only in the
presence of the Engineer nominated for this work.
18. Fittings such as composite liners, pandrol clips etc., required for the work will be
handed over to the contractor at SSE Stores and the contractor has to transport them
to the site of work with his own cost and he shall be responsible for any loss or
deficiency during execution of work.
19. The existing sleeper fittings shall be neatly removed with utmost care to avoid any
damage to the sleepers and fittings. All released fittings shall be handed over to
SSE/P.Way/Concerned at his depot without any shortage/loss and stacking neatly
classification wise and material wise. Cost will be recovered from the contractor bill
for any loss/change/damage for the released as well as new material.
20. It is the responsibility of the contractor to arrange for watchman to guard against theft
etc., till that times the released materials is handed over to Engineer – in - charge.
21. Payment for the earthwork will be made to the quantities arrived to cross
section measurements duly deducting 16% for ordinary soils towards subsidence
allowance if consolidation with power rollers not done.
22. Leveling, dressing and sectioning to profile of earthwork should be done in layers
inclusive of breaking up of clods as per specification.
23. The contractor/tenderer has to make his own arrangements for obtaining the earth
from private land owners by paying necessary fees etc. for the same. No extra
payment will be made nor entertained towards the same or any pathway if required to
be formed for execution.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 9 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
9
24. The amount of Royalty payable to the Government Department as per rules and the
contractor has to bring the certificate from the Government Department.
IOW/PWI/ADEN has to give the certificate in the bill that whether the earth is
brought from Government land or not.
25. The contractor has to acquire land from barrow area of earthwork against item no 1 of
schedule A at his own cost. If the earth is brought from barrow area within 200 mts.
from Rly. Boundary, payment for such quantity will be made only 50% of the rate
quoted for item no 1 i.e. earthwork.
26. Special Condition for earth work:
When earth work in bank or cutting is done abutting the running line, the contractor
shall take adequate precautions to avoid accidents/damages to running trains or to any
other property of the railways or the lines, persons or property of others, from what so
ever cause in connection with the work. The zone of activities for execution of work
close to the track shall be clearly demarcated at site by the contractor as directed by
Engineer. The demarcation of the area shall be done by the contractor by providing
temporary rope barricades with bamboos bullies at his cost. Railway will arrange to
provide flagmen to give indication of the running trains and directions to ensure that
the work does not interfere with running trains. The contractor as per the directions
given to him without infringing the moving dimensions shall execute the work. No
vehicle should beyond the rope carried infringing schedule of dimensions.
It should be ensured that flagmen are posted at all work sites to give an indication
of the running trains and vehicles direction to ensure that the contractor‟s
workmen/vehicles do not infringe the moving dimensions.
Seignior age charges for supply of earth, moorum , sand and other minerals as fixed
by State Government and payable to them as revised from time to time during the
currency of contract will be recovered by Railway from the contractors on account
and final bills and remitted to the state government. The rates quoted by the Tenderer
shall be inclusive of these charges. Claims regarding revision of Seignior age charges
and consequent enhancement of the accepted rate will not be entertained
27. This work shall be completed with in _06__ months from the date of issue of
acceptance letter
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 10 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
10
ANNEXURE-I.
Draft proceeding order to be followed by TRD and Engineering supervisors/ Tenderer/Contractor with regard to maintenance works for the Bridges:
1. “ No Work” shall be done above or with in 2 meters from the live OHE with out a ”permit-to-work”.
2. Use of steel measuring tapes or long metalising wires is prohibited in electrified sections.
3. Painting work should be done under the supervision of competent Bridge engineering staff only.
4. To carry out the painting/maintenance works on the girder bridges i.e., with in the vicinity of OHE (less than 2 Meters distance) a memo has to be sent to TRD supervisor of the jurisdiction by the BRI duly mentioning the time period required to arrange the ‘permit to work’.
5. No Engineering (SSE/Works) supervisor should allow the contractor staff or bridge staff to carryout the works on bridges (Less than 2 meters from OHE) with out obtaining “permit-to-work” from the authorized person of TRD Official.
6. After obtaining power-block on OHE, the TRD supervisor will then arrange two discharge rods to OHE on either side of the Bridge work spot, and then issue permit –to-work to engineering supervisor.
7. After completion of the work, the Engineering supervisor should give a clearance memo to TRD supervisor and then only the two discharge rods will be removed from OHE and the OHE will be charged.
8. Care should be taken when labour were engaged by contractor to do the painting on the girder bridges i.e., they should be allowed to work after obtaining permit to work only.
9. While doing he painting/maintenance works beyond 2 meters distance to OHE the staff must be counseled/watched not to come into the danger zone (i.e. below 2 meters distance to OHE) during the course of working by SSE/Works.
10. Responsible person from the BRI side should be available at the work spot of the Bridge maintenance/painting works) during the “power block” (permit to work) period to avoid any untoward incidents.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 11 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
11
THE WORK HAS TO BE EXECUTED AS PER THE PAINTING PROCEDURE ORDER FOR
PAINTING OF NEW RAILS AND IN SERVICE RAILS
(A) PAINTING OF NEW RAILS ON CESS:
1.0 Surface preparation:
(a) The surface preparation of rails is one of the most important pre-requisites
for the painting to serve the purpose. Sufficient care should therefore be
taken in preparing the surface. The surface shall be made free from oil,
grease and dust. The surface shall be rubbed with wire brush and sand
paper /emery paper. The tools used may be by hand or by power operated
such as scrappers, wire brushes, emery/sand paper, pumice stones, brick
bats etc. Wire brushing should invariably be done at the end so as to
obtain a uniform rubbed surface. The surface prepared may be checked by
visual observation for uniformity of surface.
(b) Surface preparation shall not be done unless the approved paints of
sufficient quantities are available in stock at site. Special care should be
taken in preparing the surface at the weld collars, liner contact areas and
uniformity of preparation at these locations shall be attained to that of rest
of the surface. Generally weld collars and liner contact areas are
considered most corrosive prone areas. From which fatigue failures
develop.
(c) Surface preparation/painting shall not be done in the following conditions.
(i) When the ambient temperature is below 10 degree centigrade or
above 50 degree centigrade.
(ii) In rainy season.
(iii) During night.
(iv) In winter before 8.00 a.m.
(v) In summer between 11.00 A.M. and 3.00 P.M. on areas that are
likely to be exposed to direct Sunlight.
(vi) Extremely wind/moist/dust blowing conditions.
(d) Chemicals should not be used for surface preparation.
2.0 Painting scheme:-
(i) 1
st Coat: Anti corrosive bituminous black paint confirming to IS 9862-
1981 to a thickness of 100 microns.
(ii) 2nd
Coat: Anti corrosive bituminous black paint confirming to IS 9862-
1981 to a thickness of 100 microns.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 12 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
12
NOTE:- 1. Surface preparation by way of cleaning, wiping, brushing may be
required between successive coats to remove dust, mud, night-soil
etc.
2. The thickness of the film mentioned above is to be ensured at:
(i) Junction of web flange.
(ii) Liner contact area.
(iii) Flange curve near foot.
3.0 Supply of paints:-
Paints shall either be procured through stores department or supplied by the
contractor against painting contracts. Paints manufactured by the
following firms of repute alone shall either be procured or be permitted to
be used by contractors through composite contract involving supply and
painting of rails.
Paints for painting of Wagons, Bridges & Other Applications
(IS:102, IS:104, IS:123, IS:158, IS:341, IS:2074, IS:9862, IS:5666, IS:3678, IS:2339, IS:3607,
IS:8982)
1 M/s.Advance Paints Ltd., Advance House, Plot „A‟ Makwana Road, ARK Industrial
Compound, Marol Naka, (E) Mumbai – 400059
2 M/s. Aanupam Enterprieses, 208 Mahathma Gandhi Road, (1st floor) Kolkota – 700007
3 M/s. Alka Indusrial Paints (P) Ltd., 46 Purana Quila, Lucknow
4. M/s. Asian Paints (I) Ltd., 6A Shanti Nagar, Shantacruz (Fast), Mumbai –400 058.
5 M/s. Asian Paint & Varnishes Works (P) Ltd., 1 Rose Mary Lane, Howrah-711 101
6 M/s. Asian Industrial & Manufacturing Co., 36, Standrd Road, Kolkota – 700 017
7 M/s. Berger Paints India Ltd., Berger House, 129 Park Steet, Kolkota – 700 017.
8 M/s. Century Paints & Varnish Works, 34-B, Debendra Chandra Dey Road, Kolakota – 700 016
9 M/s. Doss Paints Mfg., Co, 62/1, Raghap Kolay Lane, Salkia, Howrah – 711 106
10 M/s. Deb Paints (P) Ltd., Methopara P. O.Ganganarar, Sistt,24 Paraganas (N)-743250 (WB)
11 M/s. Jenson & Nicholsom (I) Ltd, 225, Acharya Jagadish Chandra Bose Road, Kolkota-20
12 M/s. Kalinga Paints & Chemical Indutries (P) Ltd., Industrial area, Rourkela – 769004, Orissa
13 M/s. Modi Industries Ltd., (Paint Section) Modi Nagar – 201204 (UP)
14 M/s M.P. Paints (P) Ltd., 435-Bm, Sector C, Urla Industrial Area, Raipur – 493221 (CG)
15 M/s. P.K. Industries, Sodal Road, Jallandhar - 144004
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 13 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
13
16 M/s. Puskar Paint Industries, Badri Sarraf Bhavan, B-92, Sector-C, Mahnagar, Lacknow-
226006
17 M/s. Punjab paint Color & varnish works, 123/52-9, Fajalgunj, Kanpur – 208012
18 M/s. Raco Mercantile Traders, B-2, Govt., Industries Estate, Tlkatora, Lacknow – 226011
19 M/s. Rahul Paints, Mohan Road, Tikait Rai Talab, Lacknow – 226017
20 M/s. United Anitine & Chemicals Co., Pvt. Ltd., 56 Rose Mary Lane, Howrah – 71001 (WB)
21 M/s. Vibgyor Paints and Chemicals, Raj Flats, 42/9 Harrington Road, Chennai – 600030
22 M/s. Western India Paints & Colour Co(P) Ltd., 25/2, Natha Muni Street, T.Nagar, Chennai –
600017
23 M/s.Neo Radient Paints Pvt Ltd., RIC Industrial Estate, Durgapur – 713212 (WB)
24 M/s. Durgapur Paints, RIC Estate, G.T. Road, Durgapur – 713212 Distt. Durdwan
The Contractor/Supplier shall furnish to the Railway the date of manufacture of the paint
as certified by the manufacturer. The labels on the containers should
furnish information regarding the date of manufacture, batch No., etc.
4.0 Application of paint:-
(i) First coat of painting shall be done only after the surface preparation is
approved by the PWI/ADEN. Paint shall be applied on dry surface free
from any type of moisture and shall not be done under the conditions
mentioned earlier in 1© of Para A
(ii) Paint shall be mixed well in the container before it is applied. Over
mixing shall not be done. Visible air bubbles or foam formation shall
totally be avoided.
(iii) Brush shall not be less than 2” (5 cm.) in width and should have good
flexible bristies. If a new brush is used, the same should be soaked in
Raw Linseed Oil for at least 24 hours before using the painting. The
brushes shall be cleaned at the end of each day‟s work.
(iv) Dust settled after scraping shall be cleaned before applying paint.
(v) When the paint is applied by brush, the brush shall be held at 45 degree to
the surface and paint applied with several light vertical/latest strokes
turning the brush frequently and transferring the paint and covering the
whole surface. After this, the brush shall be used cross-wise for a
complete coverage and finally finish with vertical/lateral strokes to
achieve uniform and even surface.
(vi) Rags, waste cotton, cloth or similar articles should not be used for
applying paint.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 14 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
14
(vii) The coat of paint applied shall be such that the prescribed dry film
thickness is achieved by actual trial for the particular brand of paint. The
applied coat of paint shall be uniform, and free from brush marks, sags,
blemishes, scattering, crawling, uneven thickness, holes, lap marks, lifting,
peeling, staining, cracking, checking, scaling, holidays and allegatoring.
(viii) Each coat of paint shall be left to dry till it sufficiently hardens before the
subsequent coat is applied. The time lag between the completion of the
primer coat and the commencement of the covering coat shall not exceed 7
days. The drying time shall not be less than 3 days in the case of Red
Lead Paint. Each coat of paint shall be inspected by PWI/ADEN and
certified as satisfactory before applying the subsequent coat.
(ix) The thickness of the dry film shall not be less than the specified thickness.
If the thickness is found less than specified thickness, additional coat of
paint has to be applied to bring it to the required thickness. The thickness
shall be measured at various locations to ensure that the minimum
prescribed thickness is attained all over the areas painted. Engineer-in-
charge should satisfy himself that the thickness obtained is not less than
that specified.
(x) Painted surface shall be smooth and uniform in colour. The thickness of
each coat of paint shall be measured by ELCO Meter.
(xi) The time lag between successive operations indicated below shall under
no circumstances be exceeded.
(a) Between completion of surface preparation standard : 4 hours.
and the Application of primer coat.
(b) Between the primer coat and the 1st finishing coat. : 7 days
(c) Between the 1st finishing coat and the 2
nd finishing coat. : 7 days
5.0 Testing of the paint:-
(i) The paints/painting shall be tested by the following instruments in the
filed by PWI/ADEN in addition to the tests conducted by CMT/LGD or
any national Test house.
(a) Weight per litre cup 100 ml. Capacity stainless steel.
(b) Ford Cup No.4
(c) Scratch Hardness Tester Hand Operated preferably with lighting
arrangement.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 15 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
15
(d) Flexibility and Adhesion Tester with ¼” (6.25 mm) dia rod.
Representative samples from each Batch of paint shall be got tested by
either the Chemist & Mettalurgist/Lallaguda (Secunderabad) or at any
other National Testing Laboratories, whichever, is convenient at the cost
of the Contractor. If the samples of paint tested, do not conform to the ISI
Specifications, the whole lot of paint pertaining to that Batch shall be
rejected.
(ii) Paints supplied by the Stores Department shall also be tested and used
only if they are found suitable. Paints, which are either over-age or not
conforming to specificatiions, shall be scrapped and returned to stores for
dispo
(B) Painting of In-service Rails:
1. Surface preparation: The surface preparation may be carried out as described at
Para A(1.0) as in case of new rails, except removal of loose paint/flaked paint
also to be removed.
2. Painting scheme:-
(iii) 1
st Coat: Anti corrosive bituminous black paint confirming to IS 9862-
1981 to a thickness of 100 microns.
(iv) 2nd
Coat: Anti corrosive bituminous black paint confirming to IS 9862-
1981 to a thickness of 100 microns.
3. Paints shall either be procured through Stores Department or supplied by the
Contractor/Agency against painting contracts. Paints manufactured by the
following Firms approved by RDSO and ICF alone shall either be procured or be
permitted to be used by the Contractors through composite contracts involving
supply and painting of rails.
Paints for painting of Wagons, Bridges & Other Applications
(IS:102, IS:104, IS:123, IS:158, IS:341, IS:2074, IS:9862, IS:5666, IS:3678, IS:2339, IS:3607, IS:8982)
1 M/s.Advance Paints Ltd., Advance House, Plot „A‟ Makwana Road, ARK Industrial Compound,
Marol Naka, (E) Mumbai – 400059
2 M/s. Aanupam Enterprieses, 208 Mahathma Gandhi Road, (1st floor) Kolkota – 700007
3 M/s. Alka Indusrial Paints (P) Ltd., 46 Purana Quila, Lucknow
4. M/s. Asian Paints (I) Ltd., 6A Shanti Nagar, Shantacruz (Fast), Mumbai –400 058.
5 M/s. Asian Paint & Varnishes Works (P) Ltd., 1 Rose Mary Lane, Howrah-711 101
6 M/s. Asian Industrial & Manufacturing Co., 36, Standrd Road, Kolkota – 700 017
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 16 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
16
7 M/s. Berger Paints India Ltd., Berger House, 129 Park Steet, Kolkota – 700 017.
8 M/s. Century Paints & Varnish Works, 34-B, Debendra Chandra Dey Road, Kolakota – 700 016
9 M/s. Doss Paints Mfg., Co, 62/1, Raghap Kolay Lane, Salkia, Howrah – 711 106
10 M/s. Deb Paints (P) Ltd., Methopara P. O.Ganganarar, Sistt,24 Paraganas (N)-743250 (WB)
11 M/s. Jenson & Nicholsom (I) Ltd, 225, Acharya Jagadish Chandra Bose Road, Kolkota-20
12 M/s. Kalinga Paints & Chemical Indutries (P) Ltd., Industrial area, Rourkela – 769004, Orissa
13 M/s. Modi Industries Ltd., (Paint Section) Modi Nagar – 201204 (UP)
14 M/s M.P. Paints (P) Ltd., 435-Bm, Sector C, Urla Industrial Area, Raipur – 493221 (CG)
15 M/s. P.K. Industries, Sodal Road, Jallandhar - 144004
16 M/s. Puskar Paint Industries, Badri Sarraf Bhavan, B-92, Sector-C, Mahnagar, Lacknow-226006
17 M/s. Punjab paint Color & varnish works, 123/52-9, Fajalgunj, Kanpur – 208012
18 M/s. Raco Mercantile Traders, B-2, Govt., Industries Estate, Tlkatora, Lacknow – 226011
19 M/s. Rahul Paints, Mohan Road, Tikait Rai Talab, Lacknow – 226017
20 M/s. United Anitine & Chemicals Co., Pvt. Ltd., 56 Rose Mary Lane, Howrah – 71001 (WB)
21 M/s. Vibgyor Paints and Chemicals, Raj Flats, 42/9 Harrington Road, Chennai – 600030
22 M/s. Western India Paints & Colour Co(P) Ltd., 25/2, Natha Muni Street, T.Nagar, Chennai –
600017
23 M/s.Neo Radient Paints Pvt Ltd., RIC Industrial Estate, Durgapur – 713212 (WB)
24 M/s. Durgapur Paints, RIC Estate, G.T. Road, Durgapur – 713212 Distt. Durdwan
4. Method of painting:-
Method of painting: SR of 50 Kmph is imposed in a selected stretch and only
alternative ERCs are removed either inside of the gauge face or outside of the
gauge face. At no point of time both inside and outside ERCs even on alternate
sleepers should be removed. The work shall be started at around 8.00 hrs., and
the ERCs shall be removed at alternate sleepers and on carrying out surface
preparation, and bituminous black confirming to IS 9862-1981 shall be applied to
a thickness of 100 microns and is allowed for a drying of 8 hours time and
subsequently the same second coat is applied to a thickness of 100 microns and
allowed for drying for 8 hours and then liner and ERCs are fixed to the rails duly
greasing insert holes and central leg of ERC. All the liners and ERCs and insert
top surface shall also be painted with anti-corrosive black after duly cleaning the
surface. Similarly in the same caution order alternative left over ERCs are
removed and painting to be done as indicated above.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 17 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
17
5. Frequency of painting of Rail:-
(i) Painting of new rails on cess: All new rails shall be painted
before they are laid in track with Anti corrosive bituminous black
paint confirming to IS 9862-1981 as indicated under painting of rails
on cess vide Para –(A).
(ii) Painting of in-service Rails: Subsequently once in a year painting
shall be carried out for the inside gauge face of rails including foot
and web and excluding gauge face surface
(iii) Non-gauge face side foot of the rail including web and non-guage
face and excluding rail top should be painted once in 3 years.
6. Maintenance of Field-cum-site Order Books:-
(i) Field-cum-site order books shall invariably be maintained for the
painting work. Two separate Field Books shall be maintained, so
that one Book can be with the Inspector concerned, while the other
book accompanies the Bill and M.Book for check and passing of
the bill. All the field books shall accompany the Final bill and they
shall be finally filed in DEN office.
(ii) Inspector-in-charge shall record certificates in both Field books
and M.Books on completion of each stage of work i.e., surface
preparation, primer coats, 1st finishing coat and 2
nd finishing coat
in token of the completion of each stage of work confirming that
each operation is done satisfactorily and completely. The
minimum thickness of paint for each coat has to be recorded by the
Inspectors and the ADENs shall test checks the same.
(iii) The certificate be forwarded by the Inspectors and ADENs shall read as
under:
“Certified that Primer of Km_____________ to Km___________
1st finishing coat of Km_____________ to Km___________
2nd
finishing coat of Km_____________ to Km___________
is satisfactorily completed in full (except for _________________)
The total quantity of paint consumed is __________________ Lits. And the minimum
thickness of the paint is __________ microne.”
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 18 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
18
(iv) Field-cum-site order book shall contain the following information:
(a) Section, Km., TP, LH/RH, Rail, Gauge/Non-gauge face side.
(b) Contractor‟s Name and Address: Details of Agreement.
(c) Name of manufacturer of the paint, Specifications, Batch No.,
Manufacturing Date, expiry date, Reference to certificate by the
Chemist and Metallurgist, Lallaguda or certificate issued by
National Test House.
(d) Date of commencement and completion of each of the following
operations:
Surface preparation.
Painting 1st Finishing coat.
Painting 2nd
Finishing coat.
(v) (a) The paints supplied shall be taken into account by the SSE
and issued back to the agency for painting as per
requirement.
(b) The Agency on completion of the work shall return back
the empty drums to the SSE, who shall ensure that the
empty drums are kept safe for a minimum period of 3
months after completion of work and thereafter return the
same to Stores / Shop them duly obtaining concurrence
from ADEN of the section.
(v) Results of tests conducted by PWI on Paint shall also be recorded
in the Field/Site Order Books. A minimum of two tests per batch
of paint shall be conducted at random.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 19 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
19
SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE. 1.1. The Contractor shall not allow any road vehicle belonging to his or his suppliers etc. to ply in
railway land next to the running line. If for execution of certain works, viz., earthwork for
parallel railway line, supply of ballast for new or existing railway line etc. road vehicles are
necessarily to be used in railway land next to the railway line, the contractor shall apply to the
Engineer-in-charge for granting permission giving the type and number of individual
vehicles, names and license particulars and permanent addresses of drivers, location,
duration and timings for such work/movement. The Engineer-in-charge or his authorized
representative will personally counsel, examine and certify the road vehicle drivers,
contractor‟s flagmen and his supervisors to be deployed on the work, location, period and
timing of the work.
This permission will be subject to the following obligatory conditions:-
i) The Road vehicle will ply only between sunrise and sunset.
ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one
flagmen and one supervisor or his representative certified for such work.
iii) The vehicles shall ply 6 Meters (from Centre of Track) away from track. Any
movement /work at less than 6 Meters and up to minimum 3.5 Meters clear of track
center shall only be done in presence of railway employees authorized by the Engineer-
in-charge . No part of road vehicle will be allowed at less than 3.5 Meters from track
center.
iv) The Contractor shall remain fully responsible for ensuring safety and in case of
accident, shall bear the cost of all damages to the equipments and men and also
damages to railway and its passengers.
v) Engineer-in-charge may impose any other condition necessary for a particular work or
site.
1.2.1. The Contractor at all times shall adopt safe working methods to ensure safety of
structures, equipments and labour at site of works.
1.2.2. The contractor shall not start any work without the presence of Railway
supervisor or his representative authorized by ADEN-in-charge and Contractor‟s
supervisor at site.
1.2.3. The methodology proposed to be adopted by the Contractor is to be approved by
Engineer-in-charge with a view to ensure of safety of trains, passengers and
workers and he shall also ensure that the methods and arrangements are actually
available at site before start of the work and the contractor‟s supervisors and the
workers have clearly understood the safety aspects and requirements to be
adopted / followed while executing the work.
1.2.4. There shall be an assurance Register kept at each site, which will have to be
signed by both, ie., Railway Supervisor or his representative as well as the
contractor‟s supervisor as a token of their having understood the safety
precautions to be observed at site.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 20 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
20
1.2.5. Survey of site by Supervisor of contractor and Railway‟s Supervisor is to be done
to assess precautions to be taken at site for working of trains and materials
required for protection.
1.2.6. The list of permissible / sanctioned infringements to moving dimensions for the
section shall be made available where work is to be done to execute the works
without infringing the moving dimensions.
1.2.7. Competency certificate issued by ADEN-in-charge with the Contractor‟s
supervisor at site should be available in the format given in Annexure-I.
1.2.8. The detailed plans for safe execution of works, duly approved by the Division
should be available for undertaking execution of such works which have bearing
on moving dimensions, especially those works close to the running lines and fixed
structures on brides, inside tunnels etc.,
1.2.9 Look-out caution, speed restrictions as well as traffic block shall be ensured
where necessary for execution of works affecting running lines.
1.2.10 Mobile phones or Walky-Talkie sets where necessary should be provided at work
sites.
1.3. Precautionary measures to be taken at work site away from the track:-
1.3.1. Trenches and foundation pits should be adequately and securely fenced, provided
with proper caution signs and marked with red lights at suitable intervals during
night to avoid accidents. Adequate protective measures should be taken to see that
the excavation operations do not affect or damage adjoining existing buildings.
1.3.2. Proper precautions should be taken for safety of persons and adjoining property
before undertaking any blasting operation. Red flags should be prominently
displayed around the area to be blasted. All the people on the work except those,
who actually light the fuses, should be withdrawn to a safe distance of not less
than 300 meters from the blasting site. Recommendations given in I.S. 4081:1986
should be followed for safety during various operations involved in the process of
blasting.
1.3.3. Suitable scaffold should be provided for workman for all works that cannot be
safely done from the ground or from solid constructions except such works which
can be done safely from ladders for a short period. When a ladder is used, extra
labour should be engaged for holding the ladder and if the ladder is used for
carrying materials as well, suitable foot holds and handholds should be provided
on the ladder and ladder should be given an inclination not steeper than 4 to 1 (
Four vertical to one Horizontal).
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 21 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
21
1.3.4. Workers employed on mixing asphalt materials, cement and lime mortars should
be provided with protective hand and footwear and protective goggles.
1.3.5. Workers employed in white washing and stacking of cement bags or any materials
which are injurious to the eyes should be provided with protective goggles.
1.3.6. Workers engaged in welding works should be provided with welder protective
eye-shields, single piece cotton cloth and shoes.
1.3.7. Stone breakers should be provided with protective goggles, leg-guards and
protective clothing and they should be seated at sufficiently safe distance from
each other.
1.3.8. A fully equipped First-Aid Box should be maintained at site by the Agency with
at least one person fully trained to give First-Aid.
1.3.9. Inflammable articles such as Petrol, oil etc., should be stored separately from
other materials and all prescribed precautions as per the Indian Explosive Act
should be taken.
1.3.10. In the Bridge work, Track works, repairs to tunnel and demolition of structures
through contractual Agency, the safe working and ensuring safety of workman
employed should be specifically laid down in the contract itself.
1.4. Precautionary measures to be taken at work site in vicinity of track:- 1.4.1. Drivers of trains must be served with caution order to look out for any obstruction at the
place of work.
1.4.2. Arrangements should be made to protect the track in case of emergency at work site.
1.4.3. Before the start of the work, the land strip adjacent to the running track where road
vehicle / machinery is to ply for the work shall be demarcated by lime in advance at the
appropriate distance from the centre of existing track in consultation with the Railway
Supervisor[Annexure-IV(A)]. Sketch showing the location of marking and barricading
along the full length of the work area should be done as per the sketch given in
[Annexure-IV (B)]. This will enable the workmen posted at the site and also the lorry
drivers to have clear guidelines on the movement of vehicles.
1.4.4. Movement of Lorries near the track should be prohibited during night. In case it is
unavoidable adequate protective measures including lighting must be ensured in the
complete work area for the safety of the Public and Passengers. Also additional staff shall
be posted as necessary for night working.
1.4.5. Work should not be allowed to progress without the prior approval of the Engineer-in-
charge in case movement of vehicles close to the track is involved.
1.4.6. Machines and vehicles should ply 6 meters (from Track centre) in case movement at less
than 6 meters away from the track is inescapable, it should be permitted in the presence
of Railway employee authorized by the Engineer-in-charge.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 22 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
22
1.4.7. Contractor‟s representative should be issued a certificate by ADEN to the effect that they
have acquired sufficient knowledge about the safety precautions that are needed to be
followed while working near the track.
1.4.8. The worksite shall be suitably demarcated to keep public and passengers away from work
area. Necessary sign boards such as Work in progress etc. shall be provided at
appropriate locations to warn the Public / passengers.
1.4.9. Check lists given in Annexure-II and III shall be used to ensure that all the requisite
measures have been taken before start of work and work in progress.
1.4.10. All temporary arrangements required to be made during execution of work shall be made
in such a manner that moving dimensions do not infringe. Necessary checks shall be
exercised by Site in-charge from time to time.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 23 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
23
WORKING OF CONTRACTOR’S VEHICLES AT SITE
a. When the contractor’s vehicles are to be worked closer to 6m but not less than 3.5m from center line of the running track (Annexure-VA)
i) Drivers of vehicle shall be briefed about safety and precautions to be taken while moving/working
close to traffic. ii) Demarcation of the land shall be done by bright coloured red ribbon/nylon rope of 12mm thick
suspended on 75cm high wooden/bamboo posts at a distance of 3.5m from center line of nearest running track as shown in (Annexure-IVC)
iii) Contractor shall ensure the road vehicle/Machinery ply in a way so that these do not infringe the line of demarcation.
iv) Presence of an authorized Railways representative shall be ensured before plying of vehicles or working machinery.
v) Railway supervisor shall issue suitable caution order to drivers of approaching train about road vehicles plying or machinery working close to running tracks. The train drivers shall be advised to whistle freely to warn about the approaching train. Whistle boards shall be provided wherever considered necessary.
vi) Lookout men shall be posted along the track at a distance of 800m from such locations, which will carry red flag and whistles to warn to the road vehicles/machinery users about the approaching trains.
vii) On curves where visibility is poor, additional lookout men shall be posted. viii) In unusual circumstances, where operator apprehends infringement to track while working
truck/machinery near running track, following action shall be taken: a) The contractor /supervisor/vehicle operator immediately advise the situation to Railway official and
assist him in protecting the track. b) Protection shall be done for other emergencies.
2. When the contractor’s vehicles are to be worked close to 3.5m from center line of running
track:
i) Plying of vehicle or working of machinery closer to 3.5m of running track shall be done under protection of track. Traffic block shall be imposed wherever considered necessary. The site shall be protected as per the sketch given in (Annexure-VB) and the provisions of Para No. 806 & 807 of P-way Manual as the case may be.
ii) Presence of a Railway supervisor shall be ensured at work site. iii) Railway supervisor shall issue suitable caution order to drivers of approaching train about road
vehicles plying or machinery working close to running tracks. The train drivers shall whistle freely to warn about the approaching train.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 24 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
24
3. Parking of vehicles or construction machinery:
i) No vehicle or construction machinery shall be parked in unmanned condition on a gradient sloping towards running track.
ii) Even on level ground or gradients sloping away from the track, vehicles or construction machinery shall be parked in unmanned conditions at a minimum distance of 6m from nearest track center in fully braked condition. In addition to brakes, suitable wedges shall also be applied on all the wheels.
4. TRAINING
Training in safe working methods for both along and on the track should be imparted to supervisors /operators of the work executing agencies. Such training may be imparted at zonal/divisional training schools for required duration as deemed fit, with a view to ensure that the field staff engaged in such works get acquainted with the safety precautions that are needed to be taken while executing the works.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 25 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
25
ANNEXURE - I
COMPETENCY CERTIFICATE
Certified that Shri………………………………………………….
P.Way supervisor of M/s. …………………………… has been
Examined regarding P.Way working on ………………………….
Work. His knowledge has been found satisfactory and he is capable of
Supervising the work safely.
ASSISTANT ENGINEER
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 26 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
26
ANNEXURE – II
CHECK LIST (BEFORE STARTING THE WORK)
Name of the work : ………………………………………………………………………………
Location …………………………………………………………………………………………
Duration of the work : From …………………………… To …………………………………
Sl. No
Details Yes No
1 Contractor’s supervisor identified / Selected. Who is going to be site in-charge?
2 Training imparted to contractors supervisor & Certificate issued?
3 Work site inspected by Constructions supervisor / other department’s supervisors along with contractor’s supervisor?
4 Precautions to be taken identified and listed?
5 Plan of work, drawn out by contractor’s supervisor in consultation with Railway’s supervisor?
6 Plan of work, brought to the knowledge of open line AEN/IOW & PWI?
7 Before start of the work, proper lime marking / barricading had done at site of work?
8 Men deputed for protection of track along with safety equipments?
9 Caution order issued for the train drivers in case work is being done within 6mts of centre of running track?
10 Drivers of vehicles/machinery being used have been identified?
11 Drivers of vehicles/machinery briefed about the safe working?
12 Sufficient lighting provided at site of work for night working?
13 Infringements checked?
14 Sectional (Open line) AEN/PWI/IOW have satisfied themselves regarding safety arrangements?
15 Availability of Walkie –Talkie sets for communication?
Signature of construction/ Other departments Supervisor Date: Signature of Open line’s Supervisor.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 27 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
27
ANNEXURE – III CHECK LIST
( WHILE WORK IN PROGRESS )
Name of the work : ………………………………………………………………………………
Location …………………………………………………………………………………………
Duration of the work: From …………………………… To …………………………………
Date of inspection ……………………………………………………
Sl.No
Details Yes No
1 Does the contractor’s supervisor have the certificate?
2 Does the knowledge of contractor’s supervisor on safety of track & work site is up to the mark?
3 Is the Railway’s supervisor of Construction Organization/other departments available at site?
4 Is knowledge of Railway’s supervisor O.K.?
5 Is lime marking/barricading done?
6 Are adequate safety precaution taken?
7 Are communication facility (Walkie – Talkie sets) available at site?
8 Are only identified drivers driving the vehicles/machinery?
9 Is whole work site safe for working of men/vehicles & trains?
10 Are adequate lighting arrangements done at site?
11 Are adequate protection equipment available at site?
12 Is caution order to trains being issued?
13 Are train drivers following the enforced temporary speed restriction?
14 Has work permit been taken for working in Electrified territory/Station yards (P &C areas)
Signature of inspecting officer Designation
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 28 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
28
ANNEXURE – IV
(A)Marking of Line with Lime
3500mm
150 mm wide white line with lime
Vehicle / trucks can ply in this` area
(B) Provision of Barricading
3500mm
Barricading
Luminous tape/Red Colour Nylon Rope 12 mm thick
Post (Bamboo / Steel / Concrete)
1200mm
3500mm 3500mm 3500 mm
C) Elevation of Barricading
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 29 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
29
ANNEXURE –V
A) Plying of Vehicles/Machinery between 3.5 mts.
to 6.0 mts from centre of track
3500mm
Contractor‟s supervisor Railway‟s supervisor
150 mm wide white line with lime
6000mm
B) Plying of Vehicles / Machinery within 3.5 mts from center of track
DN LINE
Banner flag in day time / HS lamps in night
detonato
rs
P LINE
1200 metres
3500mm detonators
Contractor‟s supervisor Railway‟s supervisor
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 30 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
30
SPECIAL CONDITIONS (INDIAN RAILWAYS - TRACK WORKS)
1. The sleepers, rails and fastenings will be supplied by the Railways at
for carrying out the work
2. All the released materials as per the inventory taken by the ADEN/PWI
has to truck out the materials and hand over to the department depot by the
contractor, if any loss or damage occurred for the released materials, the cost of the
same which will recovered from the contractor‟s bills as per the extent rules and
certificate in the bill has to be furnished by the ADEN/PWI stating that all the
released materials are returned and accounted for the relevant register duly giving
page No and date.
3. No plant or machinery will be supplied by the Railway for this work. It is the
contractor‟s responsibility to supply at his own cost, any materials and plant,
machinery required for this work.
4.Sales tax Royalty fees, and control duties if any be payable under State
Government sales Tax Act or Local bodies Act or rules on any of the materials that
may be used or supplied by the Contractor will be payable by the contractor. The
Railway will neither pay the taxes nor duties not be bound to compensate the
contractor for any amounts paid by way of these taxes or duties.
5. For any items of work in the event of these being any conflict in the working or
drawing referred to in the schedule and specifications of work, ;the former shall
prevail. The decision of Engineer-in-charge will be final in all such matters.
6. Use of raw materials secured with Government assistance where any raw
materials for the executing of the contract are procured with the assistance of
Government either by issue from Government stocks or purchased under
arrangements made on permits of license issued by the Government, the contractor
shall hold the said materials as trustee for Government and use such materials
economically and solely for the purpose of the contract against which they are
issued and not disposed them without the permission of Government and returned if
required by the purchaser all surplus of unserviceable materials that may be left
with him after completion of the contract as Government may fix the due regard to
the condition of the materials The freight charges for the return if the materials
according to the direction of the purchase shall be borned by the Contractor, in the
event of the decision of Government shall be final and conclusive. In the event of
any breach of the afore said condition, ;the contractor shall in addition to the owing
himself open action for contravention of terms of the licenses, the permit and for
any reason whatsoever on his being paid such price or for original breach of trust be
liable for account to government for all money advantageous or profit resulting of
which is in the usual course and would have resulted him by reason of breach.
7. The work shall be maintained by the contractor after certified date of completion
for a period of 12 months and he will make good any defects imperfections,
shrinkage or faults which may appear during the period of maintenance at his own
cost.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 31 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
31
8. If due to any reason, the Railway is not in a position to make available the
Railway Land the Railway Engineer-in-charge of the work may permit the
contractor to erect at his own cost shed, sheds or secure private accommodation out
side the Railway premises. In such a case, the contractor may be permitted to take
the Railway materials required for the work out side the Railway premises and to
store in the shed so erected or private accommodation, so secured. It shall be the
responsibility of the contractor to keep the entirely separate from the Contractor‟s
materials and the Railway shall be at liberty to inspect the same time to time.
9.SPEED RESTRICTIONS
9.1 Speed restrictions as required for safety of traffic will be arranged by the
Engineer-in-charge. No work on the track should be completed until the permanent
way Inspector of the Railway has imposed the speed restrictions are erected speed
indicators.
9.2 After a speed restriction is imposed, the contractor shall progress with work in a
systematic manner.
9.3 Long length of track under speed restrictions should avoided.
9.4 If the contractor fails to employs adequate labour for attention to the track so as
to permit the train to go at restricted speed, the Railway will take action to
employ such labour as it is necessary at the risk and cost of the contractor to
attend to track and make it fit for passage if trains at the prescribed speed.
9.5 Caution watchman as necessary during day and night would be arranged for
free by the Railway.
9.6 The work should be executed in a work man like manner to the satisfaction of
the Engineer-in-charge. In the event of any accident at the work spot
departmental enquiry will be held by the Railway or enquiry by CRS will be
held. If it is established that the accident occurred wholly or partly due to any
act tentamounting to negligence on the part of the contractor or his labour, the
contractor shall render himself liable for all damage and also legal prosecution
if loss of life is involved.
10. Contractor‟s supervision.
10.1 The Contractor shall employ and post at site a technical supervisor who should
be adequately qualified and well experienced in execution of Permanent Way
Works. The name, particulars of technical qualifications and record of experience
of the supervisor employed should be advised to the Engineer-in-charge. If in the
opinion of the Engineer-in-charge the supervisor is not fit to be in-charge of the
work should be forth with replaced. In this matter, the opinion of the Engineer-in-
charge will be final and binding on the contract.
10.2 No work on the track should done unless and until the PWI, Contractor‟s
technical supervisor is present at site.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 32 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
32
11. The completion period for the entire work is the essence of the contract and
suitable arrangements should be made for the progressive execution of the work so
that the entire work is completed within 06 months from the date of issue of
letter of acceptance of the tender.
12. The minimum progress for the complete track renewals and through sleeper
renewals and the penalties for slow progress is as under vide this office letter No.
B/w.496/I/4 dated 17-2-1988.
i) For CTR and TSR works 3 (three) kms per month.
ii) For TRR and Deep screening work 4 (four) kms per month
iii) For every lineal metre of shortage, recovery of the following rates
should be made from the contractor‟s bills.
Complete track renewals Rs.10/- per metre of shortage.
a) Through sleeper renewals Rs.8/- per metre of shortage
b) Deep screening Rs.6/- per metre of shortage
c) Through rail renewals Rs.4/- per metre of shortage
13. The quantities shown in the tender schedule are approximate and will be
operated in full or part at the discretion of the Engineer-in-charge.
14. Payment will be made based on actual quantity/items operated.
15. The existing rails, sleepers and fastenings from the track shall be removed
including excavation, etc., with utmost care to avoid any damage to the rails,
sleepers, and fastenings, etc., shall be neatly removed re-laid and balance of
released materials should be handed over to the PWI concerned at his depot.
16. The contractor shall carry out the work in such a manner to avoid any
inconvenience and disturbance to Railway working and to the public using the
railway premises and will adjusts the program of the work accordingly in
consultation with the engineer-in-charge.
17. The Railway administration will not be responsible for the safety of contractor‟s
labour engaged for their work and should be ensured that all the labour are
medically fit with good eye sight so that they can safe guard themselves.
18. The work must be supervised by PWI. No work is carried out by the contractor
unless PWI in charge of the work is at site. It is necessary that safety of the track is
ensured by the PWI in-charge supervising the work.
19. At any stage during the execution of work, if contractor fails to employ
adequate labour to complete the works in traffic blocks to raise the speed by rear
packing and restore traffic etc., as decided by the Engineer in charge such work will
be carried out by deploying departmental labour at the cost of contractor, without
prejudice to action as per GCC in clause 62 and recovery of cost of such labour
shall be made from contractor‟s bill as per extent rules.
20.Vehicles and equipment of contractors can be drafted by Railway administration
in case of accidents/natural calamities involving human lives. However, the number
of hours, the equipment put to use is to be compensated as per prevailing rtes
inclusive of fuel charges on actual basis.
.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 33 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
33
SPECIFICATIONS AND SPECIAL CONDITIONS OF CONTRACT FOR DEEP
SCREENING OF BALLAST
1.0 Scope of Work
1.1 Deep screening of ballast below the bottom of the sleepers up to formation level
and putting back the screened ballast, lifting of track to provide the specified
cushion, initial, alignment, lifting and leveling the track to proper longitudinal
profile, initial packing and additional packing of track as directed by the
Engineer or his representative completed with disposal of much spoils within a
lead of 100 m including all lifts/descends.
1.2 Spreading and boxing of ballast to standard profile
1.3 Bringing the cess to the correct level to relation to the final rail level as directed
by Engineer in charge.
2.0 Special conditions of contract
2.1 The work of deep screening should be carried out in accordance with the
provisions given under Para 238 © to (g) of Indian Railway Permanent way
manual, 1986 and Para 6.3.1 of manual of instructions of long welded rails,
1996.
2.2 The screening should be taken up to cover full width of ballast section. The
ballast above the formation should be taken up for screening. Any deficiency in
ballast cushion should be made good by lifting the track to the longitudinal level
decided after proper survey. No extra payment will be paid for such subsequent
lift involved to achieve the required clean cushion.
2.3 Before deep screening work is started, longitudinal profile of track will taken
and final profile marked at 30 m interval on pegs, duly taking into account
formation/cess level and the required ballast cushion. This will be done by the
Railways Engineer in charge. The contractor shall maintain the rail level after
deep screening to the level as indicated on the peg or as directed by the
Engineer in charge.
2.4 The work of deep screening will include removing ballast including the core
below the sleeper and excavating below the bottom of sleeper up to the
formation level as directed by the Engineer in charge. The ballast so removed
should be screened by using portable inclined ballast screened with 20 mm
openings. The use of wire baskets for screening is not permissible.
Muck/spoils should disposed off as directed by the Engineer in charge.
2.5 Deep screening work must be organized with independent screening, reclaiming
the finishing partial each of adequate strength
2.6 Use of wooden blocks is a must as soon as the crib ballast is opened out. Full
use must be made of regular wooden blocks as well as tapered wedges.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 34 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
34
2.7 In embankments for screening of ballast inclined screens should positioned at
the edge of the formation with inclined leg resting on the slope so that the muck
is thrown on the slope and the screened ballast is collected on the cess. In
cuttings, much from the screened ballast should collected in cane baskets,
properly gunny lined and disposed beyond the reach of the cutting. Care should
be taken that the muck does not get mixed with cleaned ballast. The muck
should not be dumped on slopes of cuttings, inside of drains and catch water
drains.
2.8 Proper drainage of deep screened formation should be ensured by sloping the
formation towards from the center of the formation to a slope of 1 in 40
2.9 No ballast is to be wasted in slopes and in cuttings, while carrying out the above
operations.
2.10 The contractor should carry out digging screening, leveling the track and rough
packing underneath with the screened ballast adequately so as to pass the trains
at 20 kmph, these works shall be complete on the first day for the length taken
up for screening.
2.11 The rate for deep screening will include shifting and squaring of sleepers to the
correct spacing as marked by the Engineer in charge This will also include
removal/ renewal of fitting and refixing of fittings and also repacking.
2.12 Payment for leading ballast will be in the basis of measurements of ballast
stacks that has been led and dumped.
2.13 The quoted rate for each item of the schedule is all inclusive
3.0 Speed Restrictions and Safety
3.1 Speed restrictions as required for the safety of trains traffic will arranged by the
Engineer in charge. No work on the track should commenced until the permanent
way Engineer of the Railway has imposed the necessary speed restrictions and
erected the speed indicators. No work should be done by the contractor without
the presence of Railway Supervisor nominated by the Engineer in charge for
supervising the work.
3.2 After the speed restriction is imposed the contractor shall commence the work
immediately and progress with work in a systematic manner. Long length of track
under speed restrictions should avoided.
3.3 If the contractor fails to employs adequate labour for attention to the track so as to
permit the train to go at restricted speed, the Railway will take action to employ
such labour as it is necessary at the risk and cost of the contractor to attend to
track and make it fit for passage of trains at the prescribed speed.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 35 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
35
3.4 The work should be executed in a workman like manner to the satisfaction of the
Engineer-in-charge. In the event of any accident at the work spot departmental
enquiry will be held by the Railway or enquiry by CRS will be held. If it is
established that the accident occurred wholly or partly due to any act
tentamounting to negligence on the part of the contractor or his labour, the
contractor shall render himself liable for all damage and also legal prosecution if
loss of life is involved.
4.0 Track Standards
4.1 The track parameters which shall be attended after deep screening and final packing
should be within the following tolerances.
Sl
No.
Parameter Details Limiting value
a Gauge Sleeper to sleeper variation + or – 2 mm
b Joints Low joints Not permitted
High joints Not over + or –20 mm
Square ness of joints for straights + or –10 mm
c Spacing of
sleepers
With respect to the critical spacing + or –10 mm
d Cross level To be recorded on every forth sleeper + or –3 mm
e Packing To be checked canne aboule No more than 20% loose
f alignment i) on straight (10 mm chord)
ii) on curves (20 mm chord)
+2mm
--2 mm
Station to station versine variation Shall not exceed 20 mm or 20% of
the average versine in circular
portion which ever is more.
4.2 At intermediate stages of speed relaxation the above standards may be attained to the
extent feasible. The decision in this regard of engineer in charge shall be final
5.0 Tools and equipment
5.1 The following essential tools and equipments required for the execution of the work
will have to be arranged for by the contractor at his own cost.
1.Screens with 20 mm size openings.
2.Gauge cum level.
3. wooden squares.
4.Cane baskets properly gunny lines
5. Wooden blocks and tapered wedges.
6. Mallets/hammers
7. Crow bars.
8. Beaters.
9. Shovels and wire claws.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 36 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
36
5.2 The Contractor has to make his own arrangements to bring tools and other
equipments if any required for the work at his own cost as per the site conditions
6.0 Supervision
6.1 The contractor shall employ and post at site a technical who is
adequately qualified and well experience in execution of P.Way works. The name
technical qualifications particulars of experience of the Supervisor employed
should be advised to the Engineer I charge, If in the opinion of the Engineer in
charge, that the supervisor is not fit to be in charge of the work, he should be
replaced immediately. In this matter, the opinion of the Engineer in charge will
be final and binding on the contractor.
6.2 No work on the track should done unless and until the PWI,
Contractor‟s technical supervisor is present at site.
7.0 Progress of Work
7.1 The completion period for the entire work is the essence of the contract and suitable
arrangements should be made for the progressive execution of the work so that
the entire work is completed within months from the date of issue of letter of
acceptance of the tender.
7.2 A minimum progress of 4 kms, per month with a proportionate progress of 1 km
per week should be achieved A penalty of Rs.6/- per running metre per month
shall be levied for the short fall in the monthly progress if the short fall in
progress is on contractor‟s account only. The decision of the engineer in charge
shall be final in this matter.
SIGNATURE OF TENDERER(S)
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 37 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
37
ANNEXURE - A
SPECIFICATIONS FOR GALVANISATION:
Galvanising of MS liners (T-3738/3740/3741/3742) shall be done by hot dip process of thickness not
less than 100 microns with zinc conforming to IS 209-1979 (latest).
1.0: SCOPE:
1.1: This standard specifies the requirements for zinc coating applied by hot dip galvanizing and criteria for
sampling and inspection of such galvanized members.
2.0 GENERAL REQUIREMENTS:
2.1 Quality of Zinc: Zinc confirming to at least grade 99.5 specified in IS 209-1979 (latest) shall be used for
the purpose of galvanization.
2.2.1: Surface preparation: Surface preparation shall be as per Clause 4 of IS.2629-1966. Shot or sand
blasting may be used.
2.2: Base Metal: Requirement shall be in accordance with clauses 2.1 to 2.1.3 of IS.6158-1971.
2.3 Galvanising: The MS liners may be galvanised as per the IS.2629/1966 and IS.4759-1984 unless
otherwise specified in the succeeding paragraphs.
3.0: COATING REQUIREMENT:
3,1. Mass of Zinc coating: The requirement for the mass of Zinc coating for all steel structure shall not be
less than 705g/Sq.m and the galvanization thickness shall not be less than 100 microns.
3.2: Freedom from defects: The Zinc coating shall be uniform, adherent, reasonably smooth and free from
imperfections such as fluk, ash and doss inclusions; bars patches, black spots, pimples, lumpiness and
runs, rust stains, bulky white deposits and blisters. These terms have been; defined in IS.2629-1966,
which as amended is enclosed at Appendix-“A”.
4.0: SAMPLING AND CRITERIA FOR CONFORMITY:
4.1: The following sampling plan shall be followed for ascertaining the conformity of galvanised coating.
4.2: Lot All rolled and fabricated sleepers galvanised to a coating bath and comprising of one complete day
turnover shall constitute a lot. For all others, materials of the same type in a coating bath whose coating
characteristics are intended to be uniform shall form a lot.
4.3: Samples shall be taken from each lot and tested for conformity of coating. A test piece of mild steel
plates of 6mm thick and of size 100 x 100mm shall be used as sampling piece.
4.4: Scale of sampling: The number of units to be selected from a bath shall be in accordance with column 1
and 2 of the Table given below:
TABLE – SCALE OF SAMPLING
Lot size (No. of units) Sample size Permissible No. of defective units
Upto 25 3 0
26 to 50 5 0
51 to 100 8 0
101 and above in bath 13 1
4.5. Tests for visual inspection:
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 38 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
38
4.5.1 Visual inspection of the material in a lot shall be made to determine the conformity with the
requirements of 3.2. If the inspection warrants rejection of the lot, the galvaniser may segregate the
good pieces of the lot ;and submit it once again for inspection.
4.5.2: If the lot inspected for visual inspection passes, then the lot shall be declared as conforming to
requirements of 3.2.
4.6: Number of tests for coating characteristics:
4.6.1: Actual products may be used as test specimen.
4.6.2: Each sample shall be tested by testing one test specimen. In case the first test specimen representing a
sample unit fails to conform to the requirements specified in 5,the second and the third specimens shall
be tested. If any one of the second or third specimens fails to conform to the requirements, the sample
unit shall be considered defective. If the number of defective units in a lot exceed permissible number
specified in the above table, the lot shall be rejected.
4.6.3: The materials in a lot, which have been rejected, may be stripped and re-galvanised and again submitted
for inspection and tests.
4.6.4: The lot shall be declared as conforming to the specification of 4.6.2 is satisfied.
5.0: TEST PROCEDURE FOR MASS OR GALVANISED COATING:
5.1: The mass of galvanised coating shall be determined by any of the method as mentioned below, as
mutually agreed between the Railway and galvaniser.
5.1.1: Stripping method:
5.1.1.1: Cleaning of test piece: The test pieces shall be washed with solvent naphtha, trichloroethvlene or any
other suitable organic solvent, followed by alcohol and finally dried thoroughly.
5.1.1.2: Stripping solution: Dissolve 20g. of Antimony Trioxide (Sb2 03) or 32gm, of Antimony Trichloride (Sb
C in 100ml., of concentrated Hydrochloric Acid (specific gravity 1.16).
5.1.1.3: Immediately before tests, prepare the stripping solution by adding 5ml. Of the solution prepared under
5.1.1.2 to 100ml. Of concentrated Hydrochloric Acid (Specific gravity 1.16). Mix well.
5.1.1.4: Procedure: (I.S:6745-1972): weight and cleaned test specimen whose mass is less than 200g. Nearest to
0.01g for test pieces whose mass is between 300 to 1000g. Weight to the nearest 0.1g and for masses
over 1000g., the accuracy of weighing Shall be nearest to 0.5g after weighing immerse each test piece
singly in test solution prepared in 5.1.1.2 and allow to remain there until the violent evolution of
Hydrogen ceases and only a few bubbles are being evolved. This requires about I5 to 30 secs.
5.1.1.5: The mass of Zinc coating of g/m sq. of surface may be calculated as per the following formula: -
M = M1 – M2 x t x 3930
M2
Where M= Mass of Zinc locating in g/m sq. of surface.
M1 = Original Mass in gm., of test piece
M2 = Mass in gm of stripped test piece, and
t = thickness of the stripped test piece in mm.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 39 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
39
5.1.2.: Magnetic or microscopic method as per IS: 3203-1965 ireddy current method ;as per IS:6012-1970 may
be employed to determine the thickness of coating. The mass of coating in g/m sq. Shall then be
calculated by multiplying the thickness in mm. by a factor 7047.
5.2: Determination of Uniformity of galvanised coating: where practicable the uniformity of galvanised
coating shall be determined by the Preece test as prescribed in IS.2633-1972. The article should
withstand four 1-minute dips.
5.3: Adhesion of galvanised coating: 6 coating shall withstand; the pivoted hammer and knife test as
prescribed in IS:2629-1966.
6.0: INSPECTION:
6.1; Visual inspection of material shall be made to determine conformity with the requirement of 3.2 when
partial inspection warrants rejection of a lot, the Galvaniser may reject the lot and submit it once again
for inspection.
6.2: Should one specimen/specimens fail to conform to the requirements specified in 5 for the mass of
coating the second and third specimen/specimens shall be tested. Failure of either the second or third
specimen/specimens to conform to the requirement shall be the cause for rejection of the lot which the
samples represent.
6.3: Materials that have been rejected may be stripped and re-galvanised and re-submitted for inspection and
test when they shall conform to the requirements of this specification, otherwise the entire lot shall be
rejected.
7.0: RECTIFICATION OF DAMAGE:
7.1; Normally all fabrication work in the case of galvanised articles shall be completed prior to galvanising.
If for any reason, fabrication such as cutting, drilling or welding has to be under taken after
galvanising, protection of metal exposed as a result of fabrication and rectification of damaged
galvanised areas shall be done in accordance with either of the following methods or any other method
approved by the Railway Administration.
i).Sticks or rods, 5-10 dia of high purity Zinc shall be used for this purpose. The surface to be
protected, or the surface where galvanising has bee damaged , shall be cleaned and any oxides removed
with a weak acid solution and a wire brush. The surface shall be thoroughly washed with water to
market it free from any traces of acid. The cleaned area may be heated with welding torch and rubbed
with white salammonic. A piece of the stick or rod high purity shall be melted on those areas and
spread out with a heated piece of salammoniac. The area shall then be washed down by water and
lightly wire brushed. The workmen ship shall be such that the finished surface is smooth and
non/porous.
ii.)The damaged surface after cleaning, as mentioned in para (1) above, shall be painted with two or
more coats of Zinc rich primer followed by a finished coat, as per the painting Schedule recommended
by the supplier or Zinc rich primer.
iii)It is to be ensured that the dry film thickness of Zinc rich primer shall not be less than the average
thickness of the galvanised coating. The complete painting system i.e., Zinc rich primer
with the finishing paint for this purpose shall be procured from the same source of repute and as
approved by the Railway Administration.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 40 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
40
APPENDIX-„A‟ (Clause.3.2)
DEFECTS THEIR CAUSES AND REMEDI –MEASURES
Defects Causes Recommended actions Ground for
Rejection
Paint, grease or oil residues. Check cleaning practices
Scale of rush residues Check pickling practices
Bare spots Residual welding slag Blast-clean welds ,avoid
coating rods
Yes, if bars
spot the bigger
than 8m dia
Breakdown of preflux coating Check prefluk and drying
conditions
Alluminium content of bath too high. Regulate aluminium
additions
Rolling defects is basic steel Check steel supply
Articles in contact during galvanising Keep articles separated
General
roughness
Analysis of original surface condition
of steel
Check steel supply
Over-pickling Reduced pickling, use
inhibitor
No
High galvanising tempperature or long
immersion time or both
Adjust galvanising
conditions
Pimples Entrapped dross Avoid agitation of dross
layer. Check carry over of
pickle salts.
No unless
dross
contamination
is heavy.
Withdrawal speed Remove work slowly.
Lumpiness Cold galvanising and bath Increase temperature
Runs uneven Delayed run-off from seams joints
bolts, holes etc.
Remove work slowly No
Articles in contact during withdrawal. Keep articles separated.
Stale flush burnt on during dipping Refresh or renew flux
blanket.
Flux
inclusions
Surface residues on steel Check steel preparation. Yes
Flux picked up from top of bath. Skim before withdrawal.
Ash inclusions Ash burnt on during dipping Skim bath before dipping.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 41 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
41
Ash picked from top of bath. Skim bath before
withdrawal.
Yes, if the
gross lumps.
Black spots Includes flux particles from flux
dusting dirt smut
Confine fluxing to top of
bath.
Yes
Check storage conditions. No.
Dull gray
coating (all
alloy no free
Zinc)
Steel composition high silicon,
phosphorous (or Carbon) or severe
cold work.
Check steel supply for
composition order to
adjust for galvanising
Slow cooling after galvanising. Avoid hot stacking,
quench.
No
Release absorbed Hydrogen during
solidification of c coating
Avoid over pickling, use
inhibitor
Weeping of acid etc., from seams land
floods.
Check product design and
fabrication.
Rust stains. Storage near rusty material. Check storage condition. No
Bulky white
deposit (wet
storage strain
white rust.)
Confinement of close packed articles
under damp conditions
Store and ship in dry well
ventilated conditions
separate articles with
spacer.
Packing of articles while damp Dry before packing
include desiccant.
No
Expansion of entrapped Hydrogen and
moisture in flaws.
Check steel quantity.
Blisters. Driving off of Hydrogen absorbed
during
Use shot blast instead of
pickle check steel supply
Yes, if
General
Improper malleablising(for malleable
from casting only)
Check malleablising
practice.
Tiny blisters. Effect some times observed on
quenched work, notably malleable
casting. May be caused by gas evolved
from the work resulting from absorbed
hydrogen or breakdown of combined
carbon near surface.
Use shot blast instead of
pickle. Check malleable
treatment. Should have no
combined carbon near
surface of coating
Yes, if
blistering is
generally
widespread.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 42 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
42
SPECIAL CONDITIONS OF CONTRACT
1. The rates include all lead and if the materials obtained by rail all freight charges including
loading charges.
2. Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial
Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be
used or supplied by the contractor will be payable by the contractor. The Railway will neither
pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him
by way of these taxes or duties.
Sales Tax at 4% on the materials portion of the contract will be deducted from each on account
bill where identifiable. Where the labour and material portion is not clearly identifiable, the
labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall
be deducted pro-rata from each “on account bill” towards Sales tax.
Seigniorage charges recoverable from bills:- Seigniorage charges for supply of earth, mooram, sand and other minerals as fixed by the State
Government and payable to them as revised from time to time during the currency of contract
will be recovered by Railway from the contractors “on account” and “final bills” and remitted
to the state government. The rates quoted by the Tenderer shall be inclusive of these charges.
Claims regarding revision of seigniorage charges and consequent enhancement of the accepted
rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the
bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes”
issued by State Govt. Officials in token of having paid seigniorage fee. In such cases, the
genuineness of such documentary evidence produced along with proof of payment of
seigniorage charges, shall be got verified by the Railway from the concerned Mining and
Geology Dept
3. WATER:- A charge of One percent will be made by the Railway for the supply by the
Railway of piped water from existing pipe lines and calculated on the amount of all items of
work (USSR/NS items) appearing in the bills payable to the contractor in respect of which
work such water has been issued to the Contractor and such charges should be deducted from
sums due or payable by the Railway to the Contractor from time to time.
4. In the event of water having to be brought by the Railway to the site of the work in traveling
tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any
demurrage that may be levied shall be payable by the Contractor and deducted from sums due
or payable by the Railways to the Contractor from time to time.
In addition to the charges of one percent referred to above, if additional pipe lines to
those already existing are called for by the contractor, the cost of the same and all charges
incurred by the Railway in their laying including supervision charges will be paid by the
contractor or the contractor provides and lay his own piping at the discretion of Divisional
Engineer.
5. The Railway does not guarantee work under each items of the Master Schedule. For example if
a gate-lodge or gang huts are to be built between stations and the work order issued to the
sectional contractors additional payment on account of lead or freight charges for the materials
that may have to be brought by rail or by road, will not be admissible.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 43 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
43
6. If there arises any discrepancy between the printed Unified Standard Schedule of Rates 2010 as
amended by addendum and corrigendum slips issued from time to time upto date and the
schedule attached to the Tender pertaining to this work, the former shall be treated as
authentative and binding in all purposes.
7. Rubble masonry shall be first sum of Railways Specification No 503 according to South
Central Railway Specification for materials and works. Contractors attention is particularly
invited to dressing of stone as laid down in the Railway‟s specification.
8. The Special conditions supplemented to the conditions of Tender and contracts the General
conditions of contract and the notes appearing under the relevant chapter and sub chapters of
the Unified Standard Schedule of Rates 2010 should be considered as part of the contract
papers where the provisions of these conditions are at variance with General Conditions of
Contract these special conditions.
9. Performance Guarantee (P.G.):-
a. The successful bidder shall have to submit a Performance Guarantee (PG) within 30
(thirty) days from the date of issue of Letter of Acceptance (excluding the date of LOA
(Ref: CE/Works/SC Lr.W.148/P/GCC/Vil.II, dt.30.05.2014). Extension of time for
submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of
LOA may be given by the Authority who is competent to sign the contract agreement.
However, a penal interest of 15% per annum shall be charged for the delay beyond 30
(thirty) days, i.e., from 31st day after the date of issue of LOA (excluding the date of
LOA). In case the contractor fails to submit the requisite PG even after 60 days from
the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and
other dues, if any payable against that contract. The failed contractor shall be debarred
from participating in re-tender for that work.
b. The successful bidder shall submit a Performance Guarantee (PG) in any of the
following forms, amounting to 5% of the contract value:-
(i) A deposit of Cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5 percent below the
market value
(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These
forms of Performance Guarantee could be either of the State Bank of India or
of any of the Nationalized Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled
Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds; and
(xi) Unit Trust Certificates at 5 percent below market value or at the face value
whichever is less.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 44 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
44
Also FDR in favour of Senior Divisional Finance Manager, S. C. Railway, Vijayawada
(free from any encumbrance) may be accepted.
1. The Performance Guarantee shall be submitted by the successful bidder after the Letter
Of Acceptance (LOA) has been issued, but before signing of the contract agreement.
This P.G. shall be initially valid up to the stipulated date of completion plus 60 days
beyond that. In case, the time for completion of work gets extended, the contractor
shall get the validity of P.G. extended to cover such extended time for completion of
work plus 60 days.
1.0 The value of PG to be submitted by the contractor will not change for variation upto
25% (either increase or decrease). In case during the course of execution, value of the
contract increases by more than 25% of the original contract value, an additional
Performance Guarantee amounting to 5%(five percent) for the excess value over the
original contract value should be deposited by the Contractor.
1.1 The Performance Guarantee (PG) shall be released after physical completion of the
work based on the „Completion Certificate‟ issued by the competent authority stating
that the contractor has completed the work in all respects satisfactorily. The security
deposit, however, shall be released only after the expiry of the maintenance period
and after passing the final bill based on „No Claim Certificate’ from the contractor.
1.2 Whenever the contract is rescinded, the security deposit shall be forfeited and the
Performance Guarantee shall be encashed. The balance work shall be got done
independently without risk and cost of the failed contractor. The failed contractor
shall be debarred from participating in the tender for executing the balance work. If
the failed contractor is a JV or a partnership firm, then every member/ partner of such
a firm shall be debarred from participating in the tender for the balance work either in
his / her individual capacity or as a partner of any other JV / partnership firm.
1.3 The Engineer shall not make a claim under the Performance Guarantee except for
amounts to which the President of India is entitled under the contract (not
withstanding and / or without prejudice to any other provisions in the contract
agreement) and this shall be in the event of:
i) Failure of the contractor to extend the validity of the Performance Guarantee as
described herein above, in which event the Engineer may claim the full amount
of the Performance Guarantee.
ii) Failure of the contractor to pay President of India any amount due, either as
agreed by the contractor or determined under any of the Clauses / Conditions of
the agreement, within 30 days of the service of notice to this effect by Engineer.
iii) The contract being determined or rescinded under provision of the GCC the
Performance Guarantee shall be forfeited in full and shall be absolutely at the
disposal of the President of India
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 45 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
45
10. Security Deposit:-
The scale of Security Deposit that is to be recovered from the contractor shall be as follows.
i) Security Deposit should be 5% of the contract value.
ii) The rate of recovery will be at the rate of 10% of the bill amount till the full
Security Deposit is recovered.
iii) Security Deposit will be recovered only from the running bills of the contract and no
other mode of collecting SD such as SD in the form of instruments like Bank
Guarantee, Fixed Deposit Receipt etc., shall be accepted towards Security deposit.
iv) Conversion of Security Deposit into FDR after recovery of full stipulated SD (FA&
CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide PCE/SC lr.
No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash deposits in the
form of security deposit may be allowed to be converted into FDRs (in favour of
respective Accounts Officers and on account of contractor), after full recovery, at the
discretion of the Railway, duly collecting necessary charges of conversion by the
Railway Administration.
The security deposit shall be released only after the expiry of the maintenance period and after
passing the final bill based on „No Claim Certificate‟.
After the work is physically completed, security deposit recovered from the running bills of a
contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee for
equivalent amount to be submitted by him.
In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be
accepted as a mode of obtaining security deposit.
11. REVISED COMPREHENSIVE CLAUSE 46A OF GCC– PRICE VARIATION CLAUSE: As
per Railway Board Letter No.2007/CE-CT/18/Pt.19 dt.14.12.2012-Price Variation Clause shall
be applicable only for contracts of value (contract agreement value) Rs.50 lakh and more,
irrespective of the contract completion period and Addendum & Corrigendum Slip (ACS)
No.6 to GCC, July 2013; Amendment to Clause 46A.7 (a sub-clause of PVC) to GCC,
communicated vide PCE/SC Lr.No.W.148/P/ G.C.C./Vol.II dt.05.06.2014. Amendment to
Clause 46A1 (ACS No.2 to GCC, July-2014), communicated vide PCE/SC
Lr.No.W.148/P/G.C.C./Vol.II dt.12.12.2014. Clause 46A-Price Variation clause:
46A.1. Price Variation clause shall be applicable only for contracts of value as prescribed by
the Ministry of Railways through instructions/circulars issued from time to time and
irrespective of the contract completion period. Variation in quantities shall not be
taken into account for applicability of PVC in the contract. Materials supplied free of
cost by Railway to the contractors shall fall outside the purview of Price Variation
clause. If, in any case, accepted offer includes some specific payment to be made to
consultants or some materials supplied by Railway free or at fixed rate, such
payments shall be excluded from the gross value of the work for the purpose of
payment/recovery of price variation.
Applicability of PVC based on original contract value is illustrated as under: “If estimated value of tender (NIT value) is Rs.55 lakhs; but value of the contract as
per contract agreement is Rs.45 laksh, then PVC shall not apply, even if the actual
final value is Rs.50 laksh or more due to variation in quantities during execution of
the contract. Thus, variation in quantities after signing of contract agreement is not
relevant for deciding whether PVC is applicable to a contract or not”.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 46 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
46
46A.2. The Base Month for „Price Variation clause‟ shall be taken as month of opening of
tender including extensions. If any, unless otherwise stated elsewhere. The quarter for
applicability of PVC shall commence from the month following the month of opening
of tender. The Price Variation shall be based on the average Price Index of the quarter
under consideration.
46A.3. Rates accepted by Railway Administration shall hold good till completion of work
and no additional individual claim shall be admissible on account of fluctuations in
market rates, increase in taxes/any other levies/tolls etc., except that
payment/recovery for overall market situation shall be made as per Price Variation
Clause given hereunder.
46A.4. Adjustment for variation in prices of material, labour, fuel, explosives detonators,
steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be
determined in the manner prescribed.
46A.5. Components of various items in a contract on which variation in prices be admissible
, shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, concreting,
Ferrous, Non-ferrous, Insulator, Zinc, erection etc., However, for fixed components,
no price variation shall be admissible.
46A.6. The percentages of labour component, material component, fuel component etc., in
various types of Engineering Works shall be as under:
Component Percentage Component Percentage
A) Earthwork contracts:
Labour
component
50% Other material
components
15%
Fuel
component
20% Fixed
component*
15%
B) Ballast and Quarry Products contracts
Labour
component
55% Other material
components
15%
Fuel
component
15% Fixed
component*
15%
C) Tunnelling Contracts
Labour
component
45% Detonators
component
5%
Fuel
component
15% Other material
components
5%
Explosive
component
15% Fixed
component*
15%
D) Other Works Contracts
Labour
component
30% Fuel component 15%
Material
component
40% Fixed
component*
15%
*it shall not be considered for any price variation.
46A.7. The Amount of variation in prices in several components (labour material etc., )
shall be worked out by the following formulae:
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 47 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
47
i) L= W x (LQ-LB) x LC
LB 100
ii) M = W x (MQ-MB) x MC
MB 100
iii) F = W x (FQ-FB) x FC
FB 100
iv) E = W x (EQ-EB) x EC
EB 100
v) D = W x (DQ-DB) x DC
DB 100
vi) S = SW x (SQ-SB)
vii) C = CV x (CQ-CB)/CB
For Railway Electrification works:
viii) T = {(CS – CO) /CO X 0.4136} X Tc
ix) R = { (RT – RO) / RO + ( ZT - ZO ) / ZO x 0.06 } x Rc
x) N = { (PT – PO ) / PO } x Nc
xi) Z = { ( ZT – ZO ) / ZO } x Zc
xii) I = { ( IT – IO ) / IT } x 85
Where
L Amount of price variation in labour
M Amount of price variation in Materials
F Amount of price variation in fuel
E Amount of price variation in Explosives
D Amount of price variation in Detonators
S Amount of price variation in Steel
C Amount of price variation in Cement
T Amount of price variation in Concreting
R Amount of price variation in Ferrous Items
N Amount of price variation in Non-Ferrous Items
Z Amount of price variation in Zinc
I Amount of price variation in Insulator
LC % of Labour component
MC % of Material component
FC % of Fuel component
EC % of Explosive component
DC % of Detonators component
Tc % of Concreting Component
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 48 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
48
Rc % of Ferrous Component
Nc % of Non-Ferrous Component
Zc % of Zinc Component
W Gross value of work done by contractor as per on-account bill(s), excluding cost of materials supplied by Railway at fixed price, minus the price values of cement and steel. This will also exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment shall be indicated in the contractor’s offer)
LB
Consumer Price Index Number for Industrial Workers- All India- Published in RBI Bulletin for the base period.
LQ Consumer Price Index Number for Industrial Workers- All India-Published in RBI Bulletin for the average price index of the 3 months of the quarter under consideration.
MB Index Number of Wholesale Prices- By Groups and sub-Groups-All commodities- as published in the RBI Bulletin for the base period.
MQ Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as published in the RBI Bulletin for the average Price index of the 3 months of the quarter under consideration.
FB Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel and Power as published in the RBI Bulletin for the base period.
FQ Index Number of Wholesale Prices- By groups and sub-groups for Fuel and Power as published in the RBI Bulletin for the average price index of the 3 months of the quarter under consideration.
EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period.
EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration
DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period.
DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the average price index of the 3 months of the quarter under consideration.
SW Weight of steel in tonne supplied by the contractor as per the ‘on-account’ bill for the month under consideration
SQ SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (In rupees per tone) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.
SB SAILs ex-works price plus Excise Duty thereof ( in Rs. Per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.
CV Value of cement supplied by contractor as per ‘on account’ bill in the quarter under consideration.
CB Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin for the base period.
CQ Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin for the average price index of the 3 months of the quarter under consideration.
Cs RBI Wholesale Price index for cement and lime for the month which is six months prior to date of casting of foundation.
Co RBI Wholesale Price index for cement and lime for the month which is one month prior to date of opening of tender.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 49 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
49
RT IEEMA Price index for Iron & Steel for the month which is two months prior to date of
inspection of material.
Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of
opening of tender.
PT IEEMA Price for Copper wire bar for the month which is two months prior to date of
inspection of material.
Po IEEMA Price for Copper wire bar for the month which is one month prior to date of
opening of tender.
ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of
material.
Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of
tender.
IT RBI Wholesale Price index for structural clay products for the month which is two months
prior to date of inspection of material.
Io RBI Wholesale Price index for structural clay products for the month which is one month
prior to date of opening of tender.
46A,
8.
The demands for escalation of cost shall be allowed on the basis of provisional indices
made available by Reserve Bank of India. Any adjustment needed to be done based on
the finally published indices shall be made as and when they became available.
46A.
9.
Relevant categories of steel for the purpose of operating Price Variation formula, as
mentioned in this clause, based on Sails Ex-Works Price Plus Excise Duty thereof, shall
be as under:
Sl.
No.
Category of Steel supplied in Railway
work
Category of Steel produced by SAIL Whose Ex-
works Price Plus Excise Duty would be adopted to
determine Price Variation.
1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500
2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK
3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK
4. All Types and sizes of channels and joists Channels 200x75mm IS 2062 E250A SK
5. Any other section of steel not covered in
the above categories and excluding HTS
Average of price for the 3 categories covered under
SL 1, 2, & 3 above.
46A.10 Price variation During Extended Period of contract.
The price adjustment as worked out above, ie., either increase or decrease shall be applicable up to the
stipulated date of completion of work including the extended period of completion where such
extension has been granted under Clause 17-1 Of the General Conditions of Contract. However, where
extension of time has been granted due to contractors failure under Clause-17B of the General
conditions of Contract, price adjustments shall be done as follows:
a) In case the indices increase above the indices applicable to the last month of original completion
period or the extended period under clause 17-A, the price adjustment for the period of extension
granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to
the last month of the original completion period or the extended period under clause 17-A of the
General conditions of contract; as the case may be.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 50 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
50
b) In case the indices fall below the indices applicable to the last month of original/extended period
of completion under clause 17-A, as the case may be; then the lower indices shall be adopted for
the price adjustment for the period of extension under clause 17-B of the General Conditions of
Contract.
12. DEDUCTION OF INCOME TAX AT SOURCE
In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961 the
Railway shall at the time of arranging payments to the contractor and/or sub contractor(in the case
of sub contractor only when the Railway is responsible for payment of consideration to him under
the contract) for carrying out any work (including supply of labour for carrying out any work)
under the contract be entitled to deduct income tax at source on Income comprised in the sum of
such payments.
The deduction towards income tax to be made at source from the payments due to non-residents
shall continue to be governed by Section 195 of the Income Tax Act 1961.
No Income Tax will be deducted by the Railway on payments made for supply of materials where
such value of supply portion is distinct and ascertainable such as supply of Timber, tiles, bricks,
ballast including track/ballast etc. The deductions towards Income Tax to be made at source from
the payment due to non/residents shall continue to be governed by Section 195 of the Income Tax
Act 1961.
13. LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS DURING
ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT OR
NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at site
for Technical Supervision of the work. This Engineer-in-charge will be responsible for safety of
the traffic. The work shall be executed by the contractor in a workman like manner to the
satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the
instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site and
it is established during the departmental enquiry by the Railway or by Statutory enquiry of CRS,
that the accident occurred wholly or partly due to any act tantamounting to negligence on the part
of the contractor or his labour in not adhering to the instructions of the engineer-in-charge, the
contractor shall render himself liable for damages and also legal prosecution if loss of life is
involved.
14. Implementation of – the Building and other construction Workers (RECS) Act, 1996
and the Building and other Construction Workers Welfare Cess Act, 1996 in Railway
Contracts. “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must get
themselves registered from the Registering Officer under Section-7 of the Building and other
Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of
State)Government and submit certificate of registration issued from the Registering Officer of the
Andhra Pradesh(name of the State) Government (Labour Department). For enactment of this act,
the Tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from
each bill, Cost of material shall be outside the purview of cess, when supplied under a separate
schedule item.”
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 51 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
51
ANNEXURE- “III”
WORKS CONTRACT CLAUSE-13
1. In case cement, Steel, AC sheet with or without accessories, GI sheets with or without
accessories, glasses or any other materials/items are issued to the contractor(s) either free of
cost or on cost to be recovered for use on the work as stipulated in the agreement the supply
thereof shall be made in stages depending on the progress of the work, limited to the quantity
/quantities computed by the Railway, according to the prescribed specification and approved
drawings as per agreement.
The materials supplied should conform to Railway‟s Specification in all respects should be
in accordance with approved sample.
All such materials supplied to the contractor(s) for the work either free of charge or on
payment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods
shed and will have to be transported by the contractor to the site of work at his cost. All such
materials shall be used by the Contractor for the work in such quantities as are indicated in the
schedule or in the relevant specifications or drawings or as approved by the Engineer, whose
decision thereon shall be final. Wastage or damages of such materials in any manner shall be
totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued
by Railway either free of cost or on payment excluding the permissible wastage which incase
of steel materials should not in any case exceed 1% of the total quantity required for the work
as per the approved drawings. No wastage under other items is permissible. Short lengths of
rods should also be utilized to the extent possible by overlapping joints.
The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without
accessories glasses or any other materials issued in excess of the requirement(s) as above, shall
be returned in perfectly good condition by the contractor(s) to the Railway at the Railway
depot/Godown/Goods shed at________immediately after completion or termination of the
contract. If the contractor fails to return the said materials then the cost of such materials issued
in excess of the requirement as computed by Railway according to the specification and
approved drawings will be recovered from the contractor(s) at twice the prevailing procurement
cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without
prejudice to the right of Railway to take action against the contractors under the condition of
the contract for not doing/completing the work according to the prescribed specification and
approved drawings. If it is discovered that the quantity of cement, steel or any other material
used is less than the quantity computed by the Railway, according to specifications and
approved drawings the cost of materials not returned will be recovered at the same rates as
applicable to excess issue of materials, indicated in the preceding para.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 52 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
52
2. It shall be the responsibility of the contractor to keep in safe custody any Railway material
plant or equipment issued for the work. The contractor shall at his own expense provide
suitable temporary shed/sheds for this purpose on the Railway land made available by the
Railway free of rent and shall remove the shed/sheds when no longer required in terms of
clause 30 of General conditions of contract.
3. If due to any reason the Railway is not in a position to make available the Railway land the
Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost
shed/sheds or secure private accommodation outside the Railway premises. In such a case the
contractor may be permitted to take the Railway material required for the works outside the
railway premises and to store in the Shed so erected or private accommodation so secured. It
shall be the responsibility of the contractor to keep the railway material in safe custody and the
same should be kept entire separate from the contractors material and the Railway shall have
liberty to inspect the same from time to time.
4. The code Nos. description and rates given in the schedule are based on the printed USSR -
2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the
working rates quantity of cement etc. should be rectified by reference to the printed schedule,
which shall be treated as authoritative and binding on the contract. The relevant notes
applicable to the respective sub chapters will apply to the items of the Tender schedule and
should be considered as having been incorporated in the contract agreement and binding on the
Contractor.
5. For any other items not specially shown in the schedule of rates appended to the tender
document, the Divisional/Executive Engineer will offer rates as shown for the_________ zone
in the South central railway printed USSR - 2010, of S.C.Railway subject to the same
percentage adjustment accepted in the contract being applicable to the additional items.
6. Railway shall not supply from its own quota to the contractors controlled or imported
commodities. Assistance will, however given by recommending to appropriate authorities.
Contractor applications for issue of import licenses and release of controlled commodities if the
Engineer is satisfied that this material is actually required by contractor for carrying out the
work and is not available in the country.
7. VARIATION OF COSTS
Price variation clause is not applicable for contract agreement value upto Rs.50 lakhs. Time is
the essence of contract
8. (a) PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced
contractor should be able to complete the work in all respects within the period as specified
in the Tender Notice and in the Schedule where items of work are furnished from the
date of letter of acceptance of the Tender
(b) Extension of time of completion will be governed by clause 17 of General Conditions of
Contract. However, while granting the extension of time under clause 17(B) of GCC, a
token penalty as deemed fit based on the circumstances of the case can be imposed on
the contractor without prejudice to other rights of Railway Administration as provided
under GCC.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 53 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
53
9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as
specified in the Schedule where items of work are furnished by the contractor and he shall
make good any defects, imperfections, shrinkages or faults which may appear at his own cost.
10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of
all corrections, and amendments of the said General conditions of contract made up to the date
of the execution of these presents and no objection shall be taken by the contractor on the
ground that he was not aware of such amendments and corrections of the said General
Conditions of Contract or to any of them.
11. VARIATION IN CONTRACT QUANTITIES:-
The procedure as detailed below shall be adopted for dealing with variations in quantities
during execution of works contracts: a) The Railway reserves the right to alter the designs and drawings. If due to change of
drawing or design or any other reasons, there be variations, either increase or decrease in
quantities, payment will be made only for the actual quantities executed at the accepted
rates. If there be sufficient cause the Railway may grant extension of the date of
completion suitably. Such circumstances shall in no way affect or vitiate the contract or
alter the character thereof, or entitle the contractor to damages or compensation thereof
except as provided for in this contract.
b) The quantities of each item of work furnished in the Schedule are approximate and are
intended for the guidance of Tenderer/Contractor. In actual execution of work there may
be some increase in the quantities specified. Such variation upto 25% shall in no degree
affect the validity of the contract and it shall be performed by the contractor as provided
therein and be subjected to the same conditions, stipulations and obligations originally
and expressly included and provided for in specifications and drawings and the amount
to be paid there for shall be calculated in accordance with accepted schedule rates.
(1) Prior Finance concurrence is necessary for varying the individual quantities
beyond 25% or where the gross agreement value exceeds 25% of the agreement
value.
(2) Individual NS items in contracts shall be operated with variations of plus or minus
25% and payment would be made as per the agreement rate. For this, no Finance
concurrence would be required.
(3) In case an increase in quantity of an individual item by more than 25% of the
agreement quantity is considered unavoidable, the same shall be got executed by
floating a fresh tender. If floating a fresh tender for operating that item is
considered not practicable, quantity of that item may be operated in excess of
125% of the agreement quantity (100% i.e. the original quantity +25% i.e. quantity
over and above the original quantity) subject to the following conditions.
a) Operation of an item by more than 125% of the agreement quantity needs
the approval of an officer of the rank not less than S.A. Grade:
i) Quantities operated in excess of 125% but upto 140% of the
agreement quantity of the concerned item, shall be paid at 98% of the
rate awarded for that item in that particular tender;
ii) Quantities operated in excess of 140% but upto 150% of the
agreement quantity of the concerned item shall be paid at 96% of the
rate awarded for that item in that particular tender;
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 54 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
54
iii) Variation in quantities of individual items beyond 150% will be
prohibited and would be permitted only in exceptional unavoidable
circumstances with the concurrence of associate finance and shall be
paid at 96% of the rate awarded for that item in that particular tender
b) The variation in quantities as per the above formula will apply only to the
Individual items of the contract and not on the overall contract value.
c) Execution of quantities beyond 150% of the overall agreement value should
not be permitted and, if found necessary should be only through fresh
tenders or by negotiating with existing contractor, with prior personal
concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager.
4. The limit for varying quantities for minor value items shall be 100% (as against
25% prescribed for other items). A minor value item for this purpose is defined as
an item whose original agreement value is less than 1% of the total original
agreement value.
5. No such quantity variation limit shall apply for foundation items.
6. As far as SSR/SOR items are concerned, the limit of 25% would apply to the
value of SSR/SOR schedule as a whole and not on individual SSR/SOR items.
However, in case of NS items, the limit of 25% would apply on the individual
items irrespective of the manner of quoting the rate (single percentage rate or
individual item rate).
7. For the tenders accepted at the Zonal Railways level, variations in the quantities
will be approved by the authority in whose powers revised value of the agreement
lies.
8. For tenders accepted by General Manager, variations upto 125% of the original
agreement value may be accepted by General Manager.
9. For tenders accepted by Board Members and Railway Ministers variations upto
110% of the original agreement value may be accepted by General Manager
10. The aspect of vitiation of tender with respect to variation in quantities should be
checked and avoided. In case of vitiation of the tender (both for increase as well as
decrease of value of contract agreement) sanction of the competent authority as per
single tender should be obtained.
11. In cases where decrease is involved during execution of contract:
a. The contract signing authority can decrease the items upto 25% of
individual item without finance concurrence.
b. For decrease beyond 25% for individual items or 25% of contract
agreement value, the approval of an officer not less than rank of S.A.
Grade may be taken, after obtaining „No claim certificate‟ from the
contractor and with finance concurrence giving detailed reasons for each
such decrease in the quantities.
c. It should be certified that the quantities proposed to be reduced will not be
required in the same work at a later stage
d. In the event of any reduction in the quantity to be executed for any reasons
whatsoever, the contractor shall not be entitled to any compensation but
shall be paid only for the actual amount of work done.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 55 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
55
e. The contractor is bound to notify the Engineer at least seven days before the
necessity arises for the execution of any item in excess of 25% of the over
all value of the agreement.
12. In case the contractor fails to attend the meeting after being notified to do so or in
the event of no settlement being arrived at, the Railway shall be entitled to execute
the extra works by other means and the contractor shall have no claim for loss or
damage that result from such procedure
12. Employment of Civil Engineering Graduates/Diploma-holders:
The contractor shall employ the following technical staff during the execution of this work.
i) One graduate engineer when the cost of the work to be executed is Rs.2 Crores and
above.
ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is
more than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at
site whenever required by the Engineer-in-charge to take instructions. In case the
contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a
reasonable amount not exceeding a sum of Rs.40,000/- (forty thousand only) for each
month of default in case of graduate engineer and Rs.25,000/- (twenty five thousand
only) for each month of default in case of diploma holder (over-seer)
(Modification of Cl.26 and introduction of new Cl.26A to IR‟s GCC Ref: Rly. Bd.
Lr.No.2012/CE-I/CT/0/20, dt.10.05.2013.)
The decision of the Engineer-in-charge as to the period for which the required technical staff
was not employed by the contractor and as to the reasonableness of the amount to be deducted
on this account shall be final and binding on the contractor.
iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also
be considered as qualified Diploma holder Engineers and contractors for track contract
works can employ such individuals at their worksite on Indian Railways.
(Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.12.07.2013.)
Note: The above clause is not applicable for contracts for Welding of Rail joints.
13. Railway Contractors / Extension of Provident Fund Act to the Employees working under
Railway Contractors:-
The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code
number from the concerned authorities whenever workmen employed by him are 20 or more.
He shall also indemnify Railways from and against any claim, penalties, recoveries under the
above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF
Commissioners to extend the social security benefits to the workmen engaged by the Railway
contractors. The first month‟s bill will be released only after code number is taken from the PF
Office and a copy of coverage intimation produced. Subsequently for each month, bills will be
released only on submission of challans & 12 A monthly return copy in proof of remittance of
PF dues for previous month.”
14. Conservancy charges as applicable and as modified from time to time will be recovered
from Contractor’s running bills.
Tender No. 05/South/2016
Contractor Sr.DEN/South/BZA Page 56 of 56
BZA Divn., SCR, T.No.05/South/2016 invited vide Open Tender No.DRM/Works/BZA/04/2016 dt. 23.02.2016, date of opening on 30.03.2016 for the work of Vijayawada Division: GDR-BZA Section:-Repairs to embankment affected due to heavy rains on Account of cyclone”ROANU”between Gudur-Padugupadu stations in ADEN/NLR sub-division//LOA//
56
SPECIAL CONDITIONS
MODIFICATION TO CLAUSE 63 & 64 OF
GENERAL CONDITIONS OF CONTRACT
1. The Provision of Clause 63 and 64 of the General Conditions of Contract will be
applicable only for settlement of claims /disputes, for values less than or equal to
20% of the original value (excluding the cost of materials supplied free by
Railway) of the contract or 20% of the actual value of the work done (excluding the
value of the work rejected) under the contract whichever is less. When
claims/disputes are of value more than 20% of the value of the original contract or
20% of the value of the actual work done under the contract, whichever is less, the
contractor will not be entitled to seek such disputes/claims for reference to
arbitration and the provisions of Clause No; 63 &64 of the General Conditions of
Contract will not be applicable for referring the disputes to be settled through
arbitration
2. The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of
General Conditions of Contract. But the Contractor should seek reference to
arbitration to settle the disputes only once, subject to the conditions as per Para 1
3. The Special conditions shall prevail over the existing Clause 63 & 64 of General
Conditions of contract