+ All Categories
Home > Documents > 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh)...

1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh)...

Date post: 06-Mar-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
73
Tender No. 17/South/2016 Contractor Sr.DEN/South/BZA Page 1 of 73 T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division// 1 By Regd. Post with AD भारत सरकार / Government of India रेऱ मंाऱय / Ministry of Railways दिण मय रेऱवे / South Central Railway वजयवाडा मंडऱ / Vijayawada Division मंडऱ रेऱ बधक का कायााऱय Office of the Divisional Railway Manager कायशाखा / Works Branch वजयवाडा / Vijayawada. No. B/W.496/I/4/T No.17/South/2016/T-I Dt. 11.08.2016 To Shri. P. Srinivasa Reddy, Door No. 27/2/140, A.R. Avenue, Balajinagar, NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division.-Issue of Letter of Acceptance - RegRef: Your offer in above tender submitted 29.06.2016 valid upto 26.09.2016 *** 1. The competent authority has accepted your offer in the above said tender at the following rates quoted by you: Schedule „A‟ P.Way SSR-2004 (+)90% Plus Ninety percent. Schedule „A1‟ USSR-2010 (-)20% Minus Twenty percent. Schedule „B‟ N.S Items (+)4% Plus four percent. Schedule‟B1‟ N.S Items At Par AT PAR For a total value of Rs.1,04,06,472/- (Rupees One crore, four lakhs, six thousand, four hundred and seventy-two) only. 2. The work should be completed within 12 Months from the date of issue of letter of acceptance of tender. Maintenance period of 02 Months. 3. The sum of Rs.1,98,000/- submitted vide DD No : 000353 dt 27.06.2016 (realized vide MCR No. 326112 dt. 12.07.2016) issued by Axis Bank, Nellore, towards EMD has been adjusted as part amount of the security deposit. The balance security deposit of Rs.3,22,324/- shall be recovered at 10% of the bill amount till the full security deposit of Rs.5,20,324/- is recovered.
Transcript
Page 1: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 1 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

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.17/South/2016/T-I Dt. 11.08.2016

To

Shri. P. Srinivasa Reddy, Door No. 27/2/140, A.R. Avenue,

Balajinagar,

NELLORE (Andhra Pradesh)

Sir,

Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section: -

Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR &

SSE/P.way/BTTR of ADEN/NLR sub-division.” -Issue of Letter of Acceptance - Reg”

Ref: Your offer in above tender submitted 29.06.2016 valid upto 26.09.2016

***

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

quoted by you:

Schedule „A‟

P.Way SSR-2004 (+)90% Plus Ninety percent.

Schedule „A1‟

USSR-2010 (-)20% Minus Twenty percent.

Schedule „B‟ N.S Items

(+)4% Plus four percent.

Schedule‟B1‟ N.S Items

At Par AT PAR

For a total value of Rs.1,04,06,472/- (Rupees One crore, four lakhs, six thousand, four

hundred and seventy-two) only.

2. The work should be completed within 12 Months from the date of issue of letter of acceptance

of tender. Maintenance period of 02 Months.

3. The sum of Rs.1,98,000/- submitted vide DD No : 000353 dt 27.06.2016 (realized vide MCR

No. 326112 dt. 12.07.2016) issued by Axis Bank, Nellore, towards EMD has been adjusted as

part amount of the security deposit. The balance security deposit of Rs.3,22,324/- shall be

recovered at 10% of the bill amount till the full security deposit of Rs.5,20,324/- is recovered.

Page 2: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 2 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

2

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

the form of irrevocable Bank guarantee (Proforma enclosed) amounting to 5% of the contract

value i.e., Rs.3,22,324/- or in any form as mentioned in special conditions of contract provided in

the tender document vide clause 9 (b) before signing of the agreement. The performance

guarantee should be valid up to the period of physical completion of the work plus 60 days

beyond that. You shall have to submit a Performance Guarantee (PG) within 30 (thirty) days

from the date of issue of Letter of Acceptance (excluding date of issue of Letter of Acceptance).

Extension of time for submission of PG beyond 30(thirty) days and up to 60 days from the date of

issue of LOA (excluding date of issue of Letter of Acceptance) may be given by the Authority

who is competent to sign the contract agreement. However, a penal interest of 15% per annum

shall be charged for the delay beyond 30 (thirty) days, i.e., from 31st day after the date of issue of

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

issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable

against that contract. You shall be debarred from participating in re-tender for that work.

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

“completion certificate” issued by competent authority. For failure to submit performance

guarantee as above and sign the agreement within the stipulated time, action will be taken under

relevant clauses of tender conditions/General conditions of the contract.

5. Until a formal agreement is executed, acceptance of the Tender shall constitute a binding contract

between you and the administration.

6. You have to abide by the contract labour regulations and Abolition Act 1970) and rules,

regulations and amendments thereto that may be followed from time to time are binding on you in

respect of this contract. You have to submit the application in the prescribed form (Form-V) in

triplicate for license under contract labour (Regulation and abolition) Act for 20 or more workers

and under BOCW Act for less than 20 workers together with the demand draft towards security

deposit and license fee to the undersigned to forward the same to the concerned Licensing Officer

for issue of the license irrespective of the number of labour employed for the work. The work

should not be executed without a valid labour license.

7. Failure to start the work within ten days, the contractor is liable for penal action as per

clause 62 of the General conditions of contract.

Encl: Schedule with conditions and the bank guarantee Pro-forma.

Yours faithfully

(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/BTTR & 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.

Page 3: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 3 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

3

South Central Railway Vijayawada Division

Tender No. 17/South/2016

Vijayawada Division: GDR-BZA section: - Proposed safety related track works and

other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR

sub-division

Similar Nature of work:- Any Railway track work or track maintenance work.

Est. Sanctioned No&date Allocation Amount Rs.

B/W.506/XIII/1862/Plg, dt.18-03-2016 04-211-32 98,79,789/-

Aggregate awarded value: Rs1,04,06472/-

Period of Completion Twelve Months

Period of Maintenance Two Months

Name of the Tenderer/

Contractor

P. Srinivasa Reddy, Door No. 27/2/140, A.R. Avenue,

Balajinagar, NELLORE (Andhra Pradesh)

Page 4: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 4 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

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 / No./ NS

Description of work NLR BTTR Total Qty

Rate Rs.

Unit Amoun

t Rs.

1 18061000

Carrying out pre and post tamping works on track to facilitate machine tamping of track with in the nominated traffic block as and when allotted with all contractor’s labour, tools, lead and lift etc., complete including crossing of track whenever necessary and as directed by Engineer-in-charge at site.

45500 30100 75600 5.70 TRM 430920

NOTE

1.Contractor to ensure safety of his staff while working.

2. Contractor to assist to machine staff for fueling oil etc.

3. No payment will be made if no tamping is done due to any reason.

4. Contractor to provide men during tamping.

5. Tamping blocks are not identical and it may be given at any time either during day or night.

6. The work is required to be carried out in the following sequence

(I) PRE TAMPING OPERATIONS:

i) First stage of pre tamping:

During this stage the contractor is expected to mobilize/deploy a minimum of 30 work men per day, one month in advance during which period the men are required to attend the following pre identified activities as given under

a) Filling up the ballast in the tamping zone.

b) Recouping worn-out/missing fittings as identified

c) Removal of rail head ballast

d) Removal of ballast over sleepers to make them visible while tamping

e) Squaring/spacing of sleepers

f) Rectification of tilted sleepers

g) Screening/Inserting of fresh ballast at pumping joint locations duly removing the white rounded ballast manually.

ii) Second stage of pre tamping operation:

Page 5: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 5 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

5

Sl.No

USSR / No./ NS

Description of work NLR BTTR Total Qty

Rate Rs.

Unit Amoun

t Rs.

It has to be carried out just ahead of tamping machine which includes the following

a) Opening of L.C gates and removal of check rails.

b) Removal of guard rails which requires 4 men including the item (a) above

c) Removal of OHE/S&T bonds for which one man require

d) Tightening/Re-fixing of loose fittings. 2 men required.

e) Removal/Re-fixing of joggled fish plates – 8 men required

a) 4 men to be deputed for machine maintenance/for picking up dropped tools and machine parts during block.

b) 2 men for immediately re-fixing of OHE/S&T bonds after tamping

(III) POST TAMPING OPERATIONS:

a) Filling of voids with ballast in the tamping zone which requires 20 men per KM.

7. All the tools and plant required to carryout the work are to be arranged by the contractor at his own cost.

2 18021000

Overhauling of level crossing with black top road/other than black top which will also include digging out up to 250mm below sleeper, screening ballast, making good ballast, with railway ballast from stacks/heaps with in a lead up to 120m replacing worn out sleepers, worn out fittings and fastenings, check rails, filling back, ramming and levelling the road surface including fixing concrete slabs which were disturbed but excluding coal tarring of the road/slab joints, including scrapping of rails and tarring with two coats with contractor’s coal tar etc., and as directed by Engineer-in-charge.

a) 18021002 Black top road LC gates. 192 205 397 313.7

0 TRM 124539

3 18031300 Drilling holes 26 to 32mm dia in rails of 90lbs and above section 72/90UTS as per the correct template with machine including champhering and as directed by Engineer-in-charge at site.

Note: Contractor has to use his own equipment, materials and labour etc., and the rate is inclusive for this and is for the complete job.

a) 18031301 In running track. 580 500 1080 20.90 Each hole

22572

b) 18031302 Out side track 180 120 300 18.80 Each hole

5640

Note: For less than 26mm dia in running track or outside track the rates to be reduced by 10% on 18031301 for running track and by 10% on 18031302 for out side track.

Page 6: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 6 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

6

Sl.No

USSR / No./ NS

Description of work NLR BTTR Total Qty

Rate Rs.

Unit Amoun

t Rs.

4 18031400 Cutting of rails of 90lbs and above, through cut with hack saw blades by using power driven rail cutting machine true to square as directed by Engineer-in-charge at site.

Note: Contractor has to use his own equipment, machine, material and labour etc. and the rate is inclusive of this end is for the complete job.

a) 18031403 52/60Kg 90UTS in running track. 290 250 540 41.50 Each cut

22410

b) 18031404 52/60Kg 90UTS out side track. 90 60 150 37.30 Each cut

5595

5 18020602

Through packing of screened track as described in IRPWM for PSC sleeper for relaxation of speed 4th packing including picking up slacks in between 3rd packing and 4th packing PSC sleeper (Quantity same as described in item No.2 above).

867 896 1763 5.90 Each sleep

er 10402

1) Through packing for conventional maintenance including lifting up to 25mm to be carried out as per IRPWM.

2) For packing of PSC sleeper track contractor’s own off track tamper should invariably be used. If Railways off track tamper is used 20% deduction of payment will be effected. The maintenance of the off track tamper including all consumables has to be done by the contractor during its usage and it should be returned back to railways in good working condition. The off track tamper will be supplied at the respective station and contractor has to make his own arrangement for conveyance of the same to the work spot.

(Items Five Only) Total of Schedule - A 622078

PERCENTAGE RATE QUOTED

IN FIGURES (+)90%

PERCENTAGE RATE QUOTED

IN WORDS Plus Ninety percent

Page 7: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 7 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

7

Schedule – A1 List of items of works that are covered in Indian Railways Unified SSR 2010/South Central Railway P.Way SSR-2004

Sl. No

USSR / No./ NS

Description of work NLR BTTR Total Qty

Rate Rs.

Unit Amount

Rs.

1 161520

Uprooting weeds on or from station platforms, surroundings as well as slopes after loosening surface by raking

266000 140000 406000 373.27 100 Sqm

1515476

(Item One Only) Total of Schedule - A1 1515476

PERCENTAGE RATE QUOTED IN FIGURES

(-)20%

PERCENTAGE RATE QUOTED IN WORDS

Minus twenty percent.

Page 8: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 8 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

8

Schedule – B List of items of works that are not covered in Indian Railways Unified SSR 2010/South Central Railway P.Way SSR-2004

Sl.No NS

item Description of work NLR BTTR

Total Qty

Rate Rs.

Unit Amount

Rs.

1 NS

Trucking of new/released rails, points and crossing rails, glued joints, trap switch rails, lying along side the track for the following leads with contractor's rail dollies/rail tongs or any other means with all contractor's labour, transport, tools, consumables, all lift, crossing of tracks and stacking the rails at nominated locations etc. complete and as directed by the Engineer-in-charge.

a). For lead upto 1 Km 296.87 36.47 333.343 325.38 MT 108463.1

b).For lead exceeding 1km but upto 2 Km

353.67 MT

Note: Depending upon the actual lead involved, payment will be made under the sub-item in which the lead is covered. Variation in the quantity will not apply on individual sub-items quantity but will be considered on gross total qantity of sub items (a) + (b)

2 NS

Trucking of new/released PSC sleepers from level crossing gates or road approaches of track to the site of work or from site of work to the nearest level crossing gates or road approaches of track for various leads beyond the free lead of 50m including crossing of tracks wherever required by any means such as head loads, carrying by rail dollies or by dip lorries etc. with all contractors own labour, tools, lead & lift etc .as directed by engineer in charge at site.

a).For the lead exceeding 50m and upto 1km

242 147 389 28.85 Each

sleeper 11223

b).For the lead exceeding 1km and upto 2km

57.07

Each sleeper

Note: Depending upon the actual lead involved, payment will be made under the sub-item in which the lead is covered. Variation in the quantity will not apply on individual sub-items quantity but will be considered on gross total qantity of sub items (a) + (b)

3 NS

Removing the existing elastic rail clips, MS/GFN linears, GR Pads from the existing sleepers and providing with new ERCs, MS/GFN linears and GR pads including cleaning of MCI insert holes and greasing the same with Railways grease, gauging with all contractor 's labour, tools, all lead, lift etc. complete and as directed by the Engineer - in -charge. Note: 1.While removing ER clips greasing, heating with blow lamps/gas to be done if necessary with out breaking the PSC sleepers at the contractors's cost. No extra payment will be made for the same. Grease will be given at SSE/P.WAY Stores.

14500 15000 29500 13.62

Each sleeper

401790

Page 9: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 9 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

9

Sl.No NS

item Description of work NLR BTTR

Total Qty

Rate Rs.

Unit Amount

Rs.

4 NS

Renewal of crushed/missing rubber pads (GRP) at isolated locations in a plain PSC track duly removing the ERCs (Excluding seized) without damaging the ERC and MCI inserts and replacing the GRP by just lifting the rail and refixing the liner and ERC with Railways rubber pads including recoupement of missing liners/ERCs for that sleeper seat with all contractor's labour, tools, plant with all lead and lift complete as directed by Engineer-in-charge at site.

8000 8000 16000 2.81

Per Rail seat

44960

Note:1) The work has to be exectuted under the minimum supervision of Railways P.Way Supervisor and under caution order if required.2) A systematic joint foot by foot survey by JE/SE/P.Way and contractor's representative has to be conducted for identification of missing/crushed rubber pads each TP wise before starting the work and the identified locations have to be paint marked with a cross near the sleeper seat and detials have to be entered into the Site Order Book. 3) 50% of the work done should be test checked by ADEN. 4)SSE/SE/P.Way shall obtain specific approval of ADEN for operating of this item. 5) In case if the total number of rubber pads to be replaced / recouped exceeds 50% of the total population in a given Km, the payment at 80% of the quoted rate will be paid.

6) For replacement of GR pads at no point of time ERCs shall be removed for not more than one sleeper seat in a given TP. 7) Rubber pads/fittings will be issued at SSE/P.Way stores. The contractor has to make his own arrangements for transporting them to site of work and releases back to stores.

5 NS

Removing existing seized / broken plate screws in points and crossings / SEJs / guard rails duly drilling of holes in the broken plate screws and removing the existing plate screws pieces from the hole and dowels and fixing the contractor's dowels with new railway plate screws duly greasing the dowel portion with contractor's grease and grouting around the dowel with apoxy material with all contractors material, consumables, tools, plant, labour, all lead, lift, crossing of tracks etc.complete and as directed by the Engineer in-charge at site.

5200 4300 9500 126.15 Each 1198425

6 NS

Removing the 52kg/60kg rails and fastenings including removal of fish plates with bolts and nuts etc. and stacking neatly at site with all contractors labour, tools, plant, all lead, lift, crossing of tracks etc. complete and as directed by the Engineer-in-charge.

2460 604 3064 37.17 TRM 113888.9

7 NS

Removal of grass, creepers, weeds and bushes in the ballast section and on either side of track for a width of 50cms from the toe of ballast including removal of only bushes for balance width of cess for a maximum of 1.0m, if available with all contractors labour, tools, plant with all lead and lift complete as directed by Engineer-in-charge at site.

35000 14000 49000 11.25 TRM 551250

Note: 1.SSE/SE/P.Way shall obtain specific approval of Sr.DEN/South (location wise) through ADEN for operating of this item.

2. No. of men engaged by the contractor shall be recorded in the site order book.

Page 10: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 10 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

10

Sl.No NS

item Description of work NLR BTTR

Total Qty

Rate Rs.

Unit Amount

Rs.

3. 50% of the work shall be test checked by the ADEN.

4. The progress of the work should be entered in the gang chart.

5. Wherever Up and down tracks are situated close by and if the ballast section of both the tracks meet and where no cess is available, only 80% of the quoted rate will be paid.

6.The track at the indicated locations is situated in a trespassing area and where track is used for nature calls making the track absolutely unhygienic and filthy with dirty smell etc. for which extra payment of 25% over the quoted rate will be made as indicated against each location

7.The disturbed portion of the ballast section shall be made good after removal of grass and weeds etc.

8 NS

Removing and screening the ballast (in yards excluding points and crossings) in between and around the sleepers up to a depth of 50mm without disturbing the core and to a slope of 1 in 40 on either sides from centre up to the end of the sleeper including screening of ballast in the entire shoulders up to formation level using inclined screens and removing weeds with routes and boxing of ballast to the profile specified in P.Way manual including re-adjustment of ballast by leading the excess ballast to deficient locations up to a maximum lead of 50M and depositing the muck as per the directions of Engineer-in-charge up to a maximum lead of 100M duly crossing the tracks, platforms etc. with all contractor's labour, tools, plant, all lead, lift etc. complete and as directed by the Engineer-in-charge.

3360 4896 8256 103.55 TRM 854908.8

Note:-1) Before execution of work specific approval of Sr.DEN has to be obtained by SE/P.Way through ADEN duly indicating the locations with specific reasons along with date of last screening done. 2) The progress of work should be shown in the gang chart immediately after the work is done. 3) ADEN shall test check 50% of the work done. 4) No. of men engaged daily by the contractor shall be entered in the site order book.

9 NS

Removing existing PSC Sleepers with fastenings from the track including excavation with contractors labour, tools,all lead,lift, crossing of tracks etc. and stacking the released materials classification wise and material wise at site and as directed by Engineer-in-charge. NOTE: This item is to be operated at Isolated locations only

242 147 389 47.07 Each 18310

10 NS

Laying of PSC Sleepers in position including gauging ,aligning,kutcha packing and bringing the track to run train at a speed of 20 Kmph with beaters to ensure safety of tains at restricted speed and placing rubber pads, composite liners in position and fixing pandrol clips etc. complete and as directed by Engineer-in-charge.NOTE: This Item is to be operated at Isolated locations only.

242 147 389 62.46 Each 24297

Page 11: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 11 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

11

Sl.No NS

item Description of work NLR BTTR

Total Qty

Rate Rs.

Unit Amount

Rs.

11 NS

Laying/Insertion of 52Kg/60Kg rails and fastenings on existing track sleepers joining with fish plates, bolts and nuts driving MS liners, GFN liners, GR pads and ERCs for PSC sleepers with all contractor's, labour, tools, plant, all lead, lifts, crossing of tracks etc. complete and as directed by the Engineer-in-charge.

2460 604 3064 34.78 TRM 106565.9

12 NS

Application of grease around the liner to block entry of toilet dropping for preventing corrosion at liner contact area including removal of ERC's and cleaning liner contact area,liner and ERC using contractor wire brushes etc.,and cleaning the insert hole with round wire brush and applicatinon of railway grease inside insert hole and to the full ERC and refixing of ERC's with liners including filling of corrosion pits at rail foot in and around the liner contact area and application of grease to the eye of insert on both side of insert holes with Rly grease with all contractors labour, tools, plant with all lead and lift crossing of track etc. complete and as directed by Engineer-in-charge.

359404 300000 659404 2.70

Per Liner

Contact Area

1780391

Note : 1) This work has to be carried out only on gauge face side of the rails i.e. 2 liner contact areas per sleeper in the mid section other than yard lines. For yard lines (Main lines and other passenger running lines) the work has to be carried out for both gauge face side and non-gauge side at 4 liner contact areas per sleeper. 2) Number of labour engaged by the contractor should be entered into the site order book every day.3) Ceased ERCs shall be paint marked on the sleeper as ‘C’ by the contractor 4) Railways will supply the grease, oil and paint required for this work at the PWI stores. The contractor has to make his own arrangements to transport the same to the work site.

13 NS

Painting of trolley refugees provided along side the track with red lead and white enamel paint as designated by the adminstration with all contractor's own labour, materials, tools, plant, paint, lead, lift, transportation, trucking and crossing of tracks etc., complete and as directed by the Engineer in-charge at site.

150 35 185 326.86

Each refugee

60469

14 NS

Supply and laying instapatch repairs to up-keep road surface at level crossing gate in the track portion where the locations duly removing concrete slabs and the L.C.gates where ever over hauling has been taken up and putting the ballast back and ramming it sufficiently, laying the top surface with instapatch in a thickness of 25mm with all the contractor's own labour, tools, plant, lead, lift, transportation,trucking and crossing of tracks etc., complete and as directed by the Engineer in-charge at site

320 240 560 1195.74 Sqm 669614

Page 12: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 12 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

12

Sl.No NS

item Description of work NLR BTTR

Total Qty

Rate Rs.

Unit Amount

Rs.

15 NS

Tightening of steel channel sleepers fittings i.e hook bolts, running rails bolts, sleeper guard rail bolts in major/minor girder bridges with contractor labour, tools, plant, all lead, lift, crossing of tracks etc. including oiling/greasing of fittings.

20307 1800 22107 36.33

Each sleeper

803147

Note: 1) Before execution of work specific approval of Sr.DEN has to be obtained by SE/P.Way through ADEN duly indicating the locations with specific reasons along with date of last screening done.2) The progress of work should be shown in the gang chart immediately after the work is done.3) ADEN shall test check 50% of the work done.4) No. of men engaged daily by the contractor shall be entered in the site order book 5) Frequency of tightening to be decided based on the site conditions.

(Items Fifteen Only) Total of Schedule - B 6747703

PERCENTAGE RATE QUOTED IN FIGURES

(+)4%

PERCENTAGE RATE QUOTED IN WORDS

Plus four percent.

Page 13: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 13 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

13

Schedule – B1 List of items of works that are not covered in Indian Railways Unified SSR 2010/South Central Railway P.Way SSR-2004

Sl.No

NS item

Description of work NLR BTTR Total Qty

Rate Rs.

Unit Amount

Rs.

1 NS

Removal of jungle/bushes, clearing of earth, lowering of high cess etc. along side the track between up and down lines obstructing drainage of rainwater, clearing of bushes obstructing visibility at curves and L.Cs with all lead and lift etc. complete by JCB as directed by the Engineer- in-charge (All labour, tools, plants, consumables stores which are to be supplied by the contractor's own risk.

800 420 1220 815.19

Each hour

994531.8

Note :- while operating the above item the insructions laid down in special conditions of JCB should be strictly adhere.

Special conditions for JCB

1. Total information of the section likely to be carried out with details a). Name of work b). Name of the agency and adress c). Date of commencement of work at site. d). Date likely to be completed. e) JCB No. f).Tele no. of the contractor g). Permission letter number & date h).Site in charge of the work shoul be recorded with engineering control who inturn will make the entry in the test room (SE/Sig/SE/Tele/SE/Ele for onward information to the concerned staff.

2).Agency should keep the permission letter at site with out fail and keep informed on the daily position from the commencement of the work to the completion of the work

3). Any damages caused to OFC/QUAD cable during the execution of the work, a flat penality of Rs. One lakh will be imposed as per the instructions contained vide Director/Telecom Rly.Board lr. No. 2003/Tele/RCIL/Pt.IX dt. 04-05-2007.

4).The contractor agent should study the cable plan and follow maticulously to ensure that the safety of the cable is not endangered . SSE/SE/S & T, SSE/SE/Elec. shall depute their supervisor or compitent technical staff to be presented them selves at the time of execution of work at site. Presence of staff does not absolve responsibility of the executing agency in damaging the cables . Executing agency shall take due care and precautions in protecting the cables and installation.

5).The section SSE/P.way & SSE/Works shall give information to concerned SE/Sig, SE/Tele or SE/Ele five day's before the commencement of the work and obtain acknowledgement . SE/Sig, SE/Tele or Se/Ele shall inspect site jointly along with (SSE/P.way/works) with in three days and ensure that all adequate precautions are taken for protecting the assets and no damages are likely to be caused.

(Item One Only) Total of Schedule - B1 994532

PERCENTAGE RATE QUOTED IN FIGURES

At par

PERCENTAGE RATE QUOTED IN WORDS

AT PAR

Page 14: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 14 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

14

GENERAL CONDITIONS

1. The tenders are required to quote a uniform percentage rate above/below/at par on the

items on the Schedule- A,A1,B & B1 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 in 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 the 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 the safety of the trains as well as the work force.

10. The contractor shall not start any work without the presence of railway supervisor or

his representative and contractor‟s supervisor at site

11. Wherever the road vehicles and/or machinery are required to work in the close

vicinity of railway line, the work shall be so carried out that there is no infringement

to the railway‟s schedule of dimensions. For this purpose the area where road

vehicles and/or machinery are required to ply, shall be demarcated and acknowledged

by the contractor. Special care shall be taken for turning/reversal of road

vehicles/machinery without infringing the running track. Barricading shall be

provided wherever justified and feasible as per site conditions.

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

restrictions imposed where considered necessary. Suitable flagmen/detonators shall

be provided where necessary for the protection of trains.

Page 15: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 15 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

15

13. The unloaded ballast/rails/sleepers/other P.Way materials after unloading along track

should be kept clear off moving dimensions and stacked as per the specified heights

and distance from the running track.

14. Supplementary site-specific instructions, wherever considered necessary, shall be

issued by the Engineer in Charge.

15. All the works executed by the tenderer/contractor covered in USSR-2010 should

comply with Indian Railways Unified Specifications for Works & Materials-2010

(Vol-I & II). 16. All the works executed by the tenderer/contractor shall, in accordance with Indian

Railways Works Manual-2000 and Code for the Engineering Department-1999. 17. All the works executed by the tenderer/contractor shall be followed / complied in

accordance with Railway Board/RDSO/HQ guidelines/circulars/correction slips for

works & materials and Engineering standing orders issued by Principal Chief

Engineer, S.C.Railway from time to time.

18. Vehicles and equipment of contractors can be drafted by the Railway Administration

in case of accidents/natural calamities involving human lives.

19. The supervisor/workmen should be counseled about safety measures. A competency

certificate to the contractor‟s supervisor as per proforma given below shall be issued

by AEN which will be valid only for the work for which it has been issued

Page 16: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 16 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

16

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 Divisional Engineer

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

the specific approval of SSE/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.

21. 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 the movement of trains. The rate

quoted should cover all such contingencies.

22. 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.

23. 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.

24. 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.

25. The Engineer in Charge shall approve the methodology proposed to be adopted by the

contractor, with a view to ensure 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.

26. There shall be an assurance register kept at each site, which will have to be signed by

both, i.e. 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.

27. 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.

Page 17: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 17 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

17

28. Deep screening has to be done in accordance with the instructions laid down in

IRPWM.

29. Packing should be done as per the packing schedule mentioned in table No.1 of

Para.238 of IRPWM. The contractor has to attend the picking up of slacks in this

period as directed by the Engineer-in-charge and no extra payment will be made for

the same.

30. For every stage of lift, the ballast/cinder/earth to be made up uniform in all rails.

Ballast left over and fallen on slopes to be picked up and put into the track. After

completion of lifting the cess should be brushed up by making up proper slopes to

drainout rain water.

31. PSC sleepers shall be handled with utmost care with specially designed hooks,

clamps, pipes, bars etc; to ensure that no damage is caused to PSC sleepers while

handling and laying.

32. The tenderer should submit experience certificates in similar nature of work along

with the offer failing which, his / their offers will be treated as incomplete and will be

summarily rejected, since the work involves safety nature.

33. The contractor should submit the competency certificate for the welders who will

perform the job, issued by the manufacturer of H-3 C class electrode as approved by

RDSO/Lucknow.

34. The contractor has to provide movable water tub for doing reconditioning of CMS

crossings at respective yards. No extra payment will be made for transporting water

tub and CMS crossing.

35. All points and crossings, switches and SEJs after reconditioning at inspection

shall be thoroughly cleaned of rust, scales etc. by brushing/mechanical cleaning

and painted as given below:

1. One coat of ready mixed zinc chrome paint to IS 104-1988

followed by one coat of ready mixed paint zinc chrome primer

to IS 2074-1989 or two coats of ready mixed red oxide zinc

chrome primer to IS 2074-1989.

2. Finishing coat of ready mixed paint VERDIGIL GREEN TO

ISC 280 to IS 117-1998.

3. The thickness of the complete system of paint shall not be less

than 80 microns (IRS T-10 -2000)

36. As per CTE/SC's Lr. No. W. 498/I/37/Reconditioning/CMS xing dt. 20-10-2009

double electrode system of H3 C electrodes welding system is adopted (As per the

RDSO manual)

37. 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. 38. Leveling, dressing and sectioning to profile of earthwork should be done in layers

inclusive of breaking up of clods as per specification.

Page 18: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 18 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

18

39. 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.

40. 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.

41. 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.

42. 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

43. This work shall be completed within 12 months from the date of issue of acceptance

letter

Page 19: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 19 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

19

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.

Page 20: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 20 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

20

Special Conditions for reconditioning of Points & Crossing, CMS Crossing,

SEJ's Switches etc., with RDSO approved IRS H 3 C class electrodes.

1. The welder who will perform the job of reconditioning should have certificate

from the manufacturer approved by RDSO for IRS H 3 C class.

2. The contractor should have the certificate from the manufacturer approved by

RDSO for H 3 C class electrodes for execution of work.

3. The contractor should have an assurance letter from the manufacturer of RDSO

approved IRS H 3 C class electrodes for supply of genuine material.

4. Valid and current approval as issued by RDSO for IRS H 3C class electrodes shall

be arranged by the contractor. Contractor will have to submit documentary proof for

having procured above material from manufacturer (RDSO approved of IRS H 3C class)

along with test & guarantee certificate.

5. The rate of reconditioning work should be inclusive of all costs of contractor's

labour, material, consumables, tool, plants & machinery etc.

6. Work shall be carried out as per the Railway's standard drawing provisions in

Indian Railway's permanent Way Manual and Standard Technique Requirement (STR)

explained in the corrigendum No.1 1999 Manual for reconditioning of Points and

Crossing, SEJ's & CMS crossings. Para 7.5 by qualified and certified welder by RDSO

approved manufacturer.

7. The contractor shall complete the reconditioning work as per schedule mentioned

in the contract. In the event of default, penalty shall be imposed depending upon the

expenditure incurred for getting the incomplete work done by the alternative agency or

departmentally.

8. No adverse site condition reported by contractor during/after resurfacing work

shall be taken into consideration on account until and already mentioned in contract

before hand.

9. Inspection of the reconditioned work will be done by Assistant Divisional

Engineer of sub-division concerned or his authorized subordinate not below the rank

sectional Section Engineer. If the reconditioned items found to be free from any defects

during visual examination, shall be subjected to Magna flux or Dye-penetration test

ensure freedom from the presence of any surface crack which may not be detected during

visual inspection. These tests should be conducted by contractor. Equipment and

material required for this test will be provided by the contractor. The cost of

reconditioning will be inclusive of the test.

10. The above required certificates, if not submitted by the tenderer with tender,

terder will be summarily rejected.

Page 21: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 21 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

21

ANNEXURE – C1

Specification for re-conditioning of worn out Points & Crossing, CMS Crossing and Switch

expansion joint.

1.0 Selection of worn out Points & Crossings, For re-conditioning

1.1 Condition:

Points and crossing to be re-conditioned by welding should be in good condition and certified by

the sectional Section Engineer Permanent Way for their suitability for re-conditioning and should

normally not exceeded specified limit of wear. Points and Crossings containing cracks on the

worn out portion having depth more than 3mm (as determined by gauging) beyond the

condemning size shall not be selected for further re-conditioning. Ultrasonic testing should be

carried out as per code of procedure to decide the serviceability. Points & Crossings having

internal defects should not be re-conditioned.

1.2 Wear limits

As far as maximum vertical wear limit on wing rails and nose of crossing is concerned, the

existing provision of 10mm vide 237(3) (e) of IRPWM will continue. However, on

Rajdhani/Shapahdi routes, as a good maintenance practice, crossings and the wing rails should be

planned for reconditioning before reaching the following wear limits.

Built up Crossings : 6mm

CMS Crossings : 8mm

(Ref: Rly Bd's Lr.No. 91/Track-III/TM/28 Dt. 12-1-1994

2. Various Resurfacing Techniques:

2.1 Single electrode technique

In this system of welding, only one type of electrode is used to make up for the entire worn-out

portion of the crossing. The worn out points & crossings can be resurfaced by this method by

gradually depositing number of layers as per requirements with 4mm dia electrode.

2.2 Depot resurfacing:

Points and crossings are usually brought from site to the welding depot and then they are

resurfaced following the conventional manual arc or continuous wire welding process using

transformer or rectifier. The reconditioned crossing is then ground, properly profiles and again

transported back to the site for re-use in track.

2.3 In-situ resurfacing

To avoid undue transportation as well as loss of man-power and time, in situ resurfacing can be

resorted to. In this technique, reconditioning of crossing can be done on track itself, after taking

block or only on caution order following the conventional arc welding techniques. For such in

site welding, portable DC welding generator is to be used, which can be carried easily to the

welding site.

2.4 Current practice:

2.4.1 As per the extent instructions of the Railway Board single Electrode System and

Continuous wire welding process will continue. No other process/system will be used without

specific and prior approval of RDSO. The welding process may be undertaken either at depot or

in situ as specified in the tender schedule.

Page 22: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 22 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

22

2.4.2 Similarly, from the convenience point of view, it is preferable to resort to in situ

resurfacing techniques, specially, for built-up crossing, since transportation of crossings from site

to depot and back is avoided saving considerable time and effort. Moreover, it is also beneficial

in case of turnouts where heel/toe joints of switches and crossings have been welded with

lead/main line rails. In case of CMS crossings, the temperature is to be particularly controlled

during the welding process either by keeping the crossing submerged in a water bath or by

resorting to air quenching. Therefore, in situ reconditioning of CMS crossings will need

additional precaution.

3.0 Welding Electrodes:

3.1 Approved brands of electrodes:

H1and H2 class of electrodes has since been withdrawn for use in reconditioning of worn out

points and crossings by welding. Only H3C series of electrodes duly approved by RDSO are to

be used for this purpose. Electrodes manufactured by firms approved in current vendor list issued

by RDSO only shall be used in the reconditioning work. The above list is subject to the revision

every year by RDSO.

3.2 Class of electrodes used in respect of traffic density:

All electrodes now used for welding purposes fall under H3 series, though they have been further

classified into H3, H3A & H3B classes.

Based upon their traffic carrying capacity as detailed below:

(a) H3 Class to achieve minimum service life of 15GMT.

(b) H3 A Class to achieve minimum service lift of 25 GMT.

(c) H3 B Class to achieve minimum service life of 35 GMT.

(d) The class of electrode shall be as specified in the tender schedule.

4.0 Welder:

Only skilled of highly skilled welder who has been trained and certified by RDSO for

welding/recondition work holding a valid competency certificate shall be used for reconditioning

work. A copy of competency certificate with identity card should be lodged with SE/PW &

ADEN in-charge of work before commencement of the work.

5.0 List of equipment required for reconditioning.

5.1 For Crossing & Switches fabricated from 72 UTS or 90UTS rails.

Equipment required for (flux shielded) metal is listed below:

(i) A portable welding generator DC set or AC set with 90 OCV or more

(ii) Welding cables.

(iii) Electrode holder

(iv) Ground clamp

(v) Welding electrodes

(vi) Pre-heating over for electrodes

(vii) Pre-heating arrangement for crossing body(torch)

(viii) Gouging equipment

(ix) Chipping hammer, wire brush etc.

Page 23: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 23 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

23

(x) Protective clothing including hand gloves, apron,shoes etc.

(xi) Welding hand shield

(xii) Magnaflux kit

(xiii) Dye penetration Testing kit

(xiv) Tong tester

(xv) Thermo chalks

(xvi) Grinders / Hand grinding Machine, (Preferable electric angle grinder or straight

grinder)

(xvii) Hammer ball peen 1/2 kg weight.

(xviii) Wire feeder in case of flux cored continuous wire welding process.

5.2 For Switch Expansion joints:

All equipment mentioned at para 5.1

5.3 For CMS Crossings:

(i) All equipments mentioned at para 5.1 above except pre-heating arrangement for

crossing body at Sl.No.(vii)

(ii) A water tank made either masonry or steel plate walls of suitable size, which can

accommodate a crossing.

6.0 Process of welding.

6.1 Medium Manganese steel or 90UTS Pts. & Xings (in depot):

6.2 Surface preparation:

The location to be reconditioned shall be ground by pneumatic or Electrical grinder to remove

adherent scales, deformed and work Hardened metal and surface cracks. Complete removal of

the surface cracks is necessary as any leftover crack on the surface may extend due to contraction

of the weld deposit during cooling and cause premature failure of the crossings in service. After

grinding the locations to be welded shall be tested by magnaflux or dye-penetrant methods to

ensure freedom from cracks.

6.3 Electrodes to be used and precautions taken.

Electrodes approved under H3 series of the approved list issued by RDSO shall only be used.

Low hydrogen type of electrodes shall be dried at 130 to 170 degree centigrade for at least one

hour immediately before use. Incase, the packing of electrodes is absolutely intact and all the

electrodes are consumed within 06(six) hours after opening of the packing, then pre-heating of

electrodes may be dispensed with. During use of this type of electrodes, care is to be taken to use

shortest possible arc and minimum weaving. Current polarity, angle of electrode and welding

technique as recommended by the manufacture of the electrode shall be used. Welding shall be

done using 4mm dia electrodes only to avoid high heat input. Electrodes having cracked and

damaged flux covering shall be discarded. The electrodes shall be stored in accordance with the

directions laid shown in para 11.2 of IS: 814-1994, the extract of which is appended below.

'11.2 Electrodes shall be suitable packed to guard against damage during transportation. The

packing shall be suitable to ensure that under normal store room conditions the electrodes shall

for period of at least 6 months after the dispatch from the manufacturer's stores, be capable of

giving results in accordance with the provisions of the specification. If the flux covering is of a

type requiring special protection during storage, the details and reference to this should be

included in the marking of bundle or box of electrodes, the electrodes shall be stored in a dry

store room."

Page 24: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 24 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

24

6.1.4 Welding sequence:

6.1.4.1 To avoid distortion, weld metal shall be deposited following a proper sequence so as

to achieve uniform welding as well as low heat input. The runs shall be deposited in turn on the

right wing rail, nose and left rail as per RDSO/Lucknow. In case of switches, stock rail should be

reconditioned before the tongue rail.

Example for welding sequence:

In case skip welding is started from right wing rail, sequence will be in the order as under:

Set A-Right wing rail (RWR)-I, Nose-II and Left wing Rail (LWR)-III

Set B-RWR-I Nose-II, and LWR-III

Set C-RWR-I, Nose-II, and LWR-III and so on.

Similarly, if skip welding is started from left wing rail, the sequence will be as follows:

Set A-Left wing rail -III, Nose-II and Right wing Rail-I

Set B-LWR-III, Nose-II, and RWR-I

Set C-LWR-III, Nose-II, and RWR-I and so on.

A sample sequence of this process is as per RDSO/Lucknow.

6.1.4.2 A worn out tongue rail shall be reconditioned in the closed position i.e., resting against

the stock rail. Incase of a broken toe, however, the tongue rail is to be built-up initially and

hammer forged in the open position and there after the tongue rail shall be close with the stock

rail to attain the final profile.

6.1.5 Welding plant & Accessories:

6.1.5.1 DC or AC are welding plant shall be used. Instruments, cables and the accessories shall

conform to the requirements of the relevant Indian Standards wherever available. Their capacity

shall be adequate for the welding procedure laid down. All welding plants shall be maintained in

good working order.

6.1.5.2 All electrical appliances required with the welding plant shall be properly

earthend.

6.1.5.3 Means for measuring the current (tong tester) shall be available in addition to the

current setting panel integrated with the welding plant as the actual output of welding current may

not be equal to the current as set on the control panel in many classes, especially when the plant

becomes old.

6.1.6 Pre-heating.

The points and crossings shall be pre-heated by oxy-acetylene flame to a temperature between

250 degree centigrade to 300 degree centigrade before welding. This temperature shall be

maintained throughout the welding operation. If welding is to be interrupted for some reason,

then the portions to be reclaimed subsequently shall be preheated again to the above temperature

range before welding is continued. The pre-heating and interpass temperature shall be measured

either by contact type pyrometer or tempil stick. No post heat-treatment is required after welding.

6.1.7 Current condition:

The current range as recommended by the manufacture for the particular brands of

electrode selected for welding shall be used.

Page 25: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 25 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

25

6.1.8 Welding operation:

Welding shall be carried out in the flat position following the welding sequence as

mentioned in para 6.1.4.1. They are shall be struck on the points/crossing and then the

electrode shall be progressively advance by maintaining they are using uniform movement.

Care shall be taken to fill the crater to the full weld size before breaking they are to avoid

formation of crater cracks. During re-start of the welding operation, they are shall be struck

ahead of the crater and then drawn back. Slag shall be removed thoroughly in between runs.

Depending on the depth of wear, the number of layers to be deposited shall be assessed and

sufficient weld metal shall be deposited to provide as excess of weld metal by about 3mm

which finally be finished by grinding. An interpass temperature of 250 degree centigrade to

300 degree centigrade shall be maintained throughout during the welding operation.

6.1.9 Welding operation.

After completion of welding, reconditioned area shall be ground off in accordance with the

original contour of the rail. A straight edge along with a proper template may be used to check

the profile after finish grinding. During grinding, the grinding wheel shall be moved back and

for the over the area and not stopped at one stop to avoid high –localized heating and cooling,

which may result into formation of grinding cracks. The grinding wheel shall be kept properly

dressed to have a clean cutting surface, as a smoothened and loaded face will increase frictional

heat and proneness to grinding cracks.

7.0 MEDIUM MANGANESS STEEL OR 90 UTS POINTS & CROSSINGS (In Situ):

7.1.1 History of the crossing:

Before start of welding, the history of the crossing shall be collected and recorded on a card or

register. The details to be recorded shall be as indicated in para 7.1.9

7.1.2 Wear pattern.

The wear pattern shall be recorded along with depth of wear measured at ten different locations

marked as per RDSO/Lucknow.

7.1.3 Grinding.

The work hardened, fatigued and loose metal if any, shall be removed by minimum grinding.

Cracks if any shall be completely removed by grinding and then the surface shall be tested by

magnetic particles or by dye-penetrant test. In case, deep cracks are present, the same may be

removed first by special cutting electrode followed by grinding.

7.1.4 Electrodes.

Only RDSO approved H3 series of electrodes of double electrode system shall be used.

7.1.5 Pre-heating.

The tongue rail or nose and wing rails of MM/90 UTS steel be preheated on the surface by to

and fro play of oxy-acetylene torch so that a rail temperature of 250 degree centigrade (approx)

is maintained when depositing the weld metal. Once welding continues, blowpipe can be

withdrawn and the welding process will itself sustain the inter pass temperature of 250 degree

centigrade.

7.1.6 The crossing shall be welded following proper weld sequence for ensuring uniform and

minimum heat input. For this purpose, weld metal shall be deposited alternatively on left wing

rail nose and then right wing rail. Lower side of the recommended current range shall be used

with shortest possible arc. Weaving may be carried out but it should be minimum. Slag

inclusion shall be removed by suitable hardwire brush having three rows of bristles on 25mm

width and suitable hardened chipping hammer having pointed and flat ends. Incase DC-welding

is recommended polarity. After completion of welding, reclaimed area shall be carefully

checked for presence of sufficient metal at each point and presence of any weld defects.

Page 26: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 26 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

26

Undercut, groove or any other defect, if noticed, shall be removed immediately by electrode

cutting followed by re-welding when the crossings still remain hot. Only 4.0mm dia electrode

shall be used and in rainy season, such electrode shall be preheated at 130-170 degree

centigrade for at least one hour immediately before use. Incase, the packing of electrodes is

absolutely intact and the entire electrode are consumed within 06 (six) hours after opening of

the packing, preheating of the electrodes may be dispensed with.

7.1.7 Welding generator.

Diesel/Petrol – driven portable welding generator shall be used for in-situ welding.

It should be capable of supplying 200 amperes at 6% duty cycles as mentioned in.

7.1.8 Passage of train.

Trains can be passed at normal speed over the weld-metal on crossing even before completion of

the hard facing operation. After passage of the train, welding can be started again. However, the

weld metal should be allowed to cool for a period of 2 to 3 minutes before allowing the passage

of train.

7.1.9 Records.

For each crossing, records shall be maintained at SE/PW‟s office showing station, point no.

up/down line, facing/trailing direction, traffic density, angles, UTS(72/90), date of last

resurfacing, traffic carried since then, date of present, resurfacing, wear readings, (depth in mm)

at locations as per RDSO/Lucknow on left wing rail, nose, right-wing rail, brand and size of

electrode used, quantity of electrode consumed (in Nos. or Kg) grinding time, welding time, total

time taken, no of trains passed during welding and name of welders. (Performa given as per

RDSO/Lucknow may be used for this purpose). These records shall be diligently maintained so

that these can be used to monitor/improve the productivity/quality of work of the welder.

7.2 Switch Expansion Joints:

The worn out tongue and stock rails of SEJ may be reconditioned by welding as per requirements

of field officials. It will be preferable to do reconditioning of SEJs in- situ to avoid de-stressing of

LWR panel. The process as recommended for reconditioning of MM steel 90/UTS points &

Crossings at para 6.1 or 7.0 above shall be followed.

7.3 Austenitic Manganese Steel Crossing (CMS Crossing)

7.3.1 Surface preparation.

The portions to be reclaimed shall be ground by pneumatic or electrical grinder to remove all

work hardened metal, spelled edges, cracks, adherent scales etc. it shall be ensured that before

welding, all surface cracks have been removed, as any left over crack on the surface may extend

due to contraction of the weld deposit during cooling and cause premature failure of the crossing

in service. After grinding, the locations to be welded shall be tested by dye-penetrant method to

ensure freedom from cracks. The consumables should comply with RDSO specifications. Being

non-magnetic steel, Magnaflux testing is not applicable.

7.3.2 Electrodes to be used and precautions taken.

The electrodes approved under H3 series of the approved list issued by RDSO shall be used. The

electrodes shall be dried at the specified temperature as recommended by the manufacturer.

Welding shall generally be done using 4.0 mm dia. Electrodes to avoid high heat input. The

electrodes having cracked and damaged flux covering shall be discarded. The electrodes shall be

stored in accordance with the directions laid down in IS: 814-1994 as explained in para 6.3

Page 27: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 27 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

27

7.3.3 Welding sequence

Rectification of defects by welding of Austenitic Manganese Steel Crossings requires great care

in reducing the heat input. The cycle shall be short i.e., not more than two minutes at a time and

on no occasion more than one run shall be deposited. It is advisable to follow skip welding

sequence or to weld different portions of the crossings by rotation keeping the intervals adequate

to ensure that the temperature of the adjoining areas remain below 150 degree centigrade. The

runs may preferable be deposited in turn on the right wing rail, nose and left wing rail in case of

crossings following a skip sequence as explained in para 6.1.4.1.

7.3.4 Welding plant and accessories.

The welding plant, accessories and precautions, during their use shall be same as mentioned

in para 7.3.2 & 6.1.5. However, DC Generator with reversed polarity will be preferable.

7.3.5 Pre-heating.

Due to its low thermal conductivity and possibility of brittle structure formation, it is not

advisable to pre-heat the crossings before welding as done in case of medium manganese steel or

90 UTS points & Crossings. Interpass temperature shall always be maintained below 150 degree

centigrade by keeping adequate intervals in between the run and cooling the weld deposit and

heat affected zone by means of compressed air jet or water quenching immediately after welding.

Alternatively the crossings may be kept submerged in water bath (water tank made of either

masonry or steel plate wall) so that only top 1 cm of the crossing remains above the water level.

The interpass temperature shall be measured either by contact type pyrometer or tempil stick. No

post-heat treatment is required after welding.

7.3.6. Current Conditions.

Welding shall normally be carried out with the reversed polarity to minimize vibration and

heating of the coating or as recommended by the electrode manufacturers. Current on the lower

side of the recommended range and short are length shall be used to reduce the heat input in the

base metal, thereby reducing the dilution of the weld metal with the base metal, which would

otherwise cause embitterment in the weld.

7.3.7 Welding operation.

Welding shall be carried out in the flat position following the sequence as recommended in para

6.1.8 except that at no stage the temperature of crossing shall be allowed to go beyond 150 degree

centigrade. They are shall be struck on the crossing and then the electrode shall be progressively

advanced by maintaining they are with uniform movement. At a time, a run of about 7 to 8cm

length only shall be deposited by using weaving technique with the electrode held at 45 degree

angle to the direction of welding. The width of the bead shall be twice the diameter of the

electrodes and the arc length approximately equal to the electrode diameter. Care shall be taken to

fill the crater and then drawn back. Slag shall be removed thoroughly in between the runs.

Depending on the depth of wear, the number of layers to be deposited shall be assessed and

sufficient weld metal shall be deposited to provide an excess of the weld deposit of about 3.0mm

which shall finally be finished by grinding.

7.3.8 Grinding Operation

After completion of welding, the reconditioned areas shall be finished by grinding to obtain a

smooth surface. The sharp edges along the flange-way shall be ground to proper radius and

profile with the help of templates, so as to match with the original contour of the rail. A straight

edge along with a proper gauge may be used to check the profile after finish grinding. During

grinding, water shall be sprayed frequently and the grinding wheel shall be moved back and forth

over the whole area and not stopped at one spot so as to avoid high localized

Page 28: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 28 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

28

heating and cooling which may form grinding cracks. The grinding wheel shall be kept properly

dressed to have a clean cutting surface, as a smoothened and loaded face will increase frictional

heat and proneness to grinding cracks.

7.3.9. Welding Site.

Austenitic Manganese steel contains high percentage of alloy elements (Manganese 11-14%

Carbon1-1.4%) and also has lower thermal conductivity. As such, it requires special welding

procedure and precautions for obtaining crack free weld deposit on them. The process needs

cooling of the weld deposit intermittently by water or compressed air to maintain the temperature

below 150 degree centigrade thereby requiring longer time for welding. In view of this, it will be

advisable to weld such crossings in a depot.

7.3.10. All points and crossings, switches and SEJs after reconditioning at inspection shall be

thoroughly cleaned of rust, scales etc. by brushing/mechanical cleaning and painted as given

below

1. One coat of ready mixed zinc chrome paint to IS 104-1988 followed by one coat of

ready mixed paint zinc chrome primer to IS 2074-1989 or two coats of ready mixed red oxide

zinc chrome primer to IS 2074-1989.

2. Finishing coat of ready mixed paint VERDIGIL GREEN TO ISC 280 to IS 117-

1998.

3. The thickness of the complete system of paint shall not be less than 80 microns (IRS

T-10 -2000)

7.3.11 All reconditioning component with crossing, switches and SEJs after final painting shall be

marked with contractors initials, agreement number, month and year of reconditioning by

stenciling in 50mm size with paint on the web portion of the switch/crossing SEJ.

7.4 Precautions in Metal Arc Welding

The welding arc is a point of intense heat, it emits harmful Ultraviolet and infrared rays and

fumes which may cause inconvenience to the welder. Hot metal, slag and spatter can often be

hazardous to the operators. Adequate precautions are, therefore, required to safeguard from:

(i) Electric shock

(ii) Radiation from the arc

(iii) Scattering hot particles and globules of metal and slag.

(iv) Flying pieces of sharp slag when being chipped.

(v) Heat and fumes.

8.0 Testing and Inspection

8.1 The resurfaced points and crossings after cooling and finish grinding shall be subjected to a

visual inspection, dimensional measurement and freedom from the presence of any surface

defects during welding i.e. under profile cut, slag inclusion, porosity, cracks etc. The finished

dimension after recondition should be as for new switch/ Crossing/SEJ.

8.2 The points and crossings found to be free from any defect during visual examination shall be

subjected to magnaflux or dye-penetrant test to ensure freedom from the presence of any surface

crack which may not be detected during visual examination. The details of the magnaflux and

dye-penetrate tests.

8.3 Rectification of defects after testing and inspection.

During visual inspection and magnaflux and/or dye-penetrant tests, cracks or other weld defects

are found, the portion containing the defects shall be gauged either by pneumatic gauging or

grinding and the remaining portion shall be re-examined by dye-penetrant tests for ascertaining

free from any crack or detect before under taking further repair. In the absence of any crack. The

portion shall be re-welded, ground and inspected by following the recommendations as

mentioned above.

Page 29: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 29 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

29

8.4 Periodical Inspection.

After laying in track, the resurfaced points & crossing shall be inspected quarterly in order to

record the amount of wear on the nose, left wing and right wing rail as well as stock and tongue

rail and also for the structural soundness, presence of dis-integration or only other defects. Wear

shall be recorded in crossing at ten different locations marked (A1, A3, B1, B3, C1, C2, C3, D1,

D2 & D3) as per RDSO/Lucknow and in tongue rails at seven different locations starting from

one at toe to places each 100m away towards heel side and up to 600mm from the toe.

9.0 Recoveries

If the reconditioned switch/crossing/SEJ fails after laying in the track before achieving the

prescribed minimum GMT for the class of electrode used the recovery shall be made at twice the

accepted rate from the security deposit/ guarantee money lodged with railway.

9.1 The welding electrode of 4mm dia having valid and current approval as prescribed by RDSO

under H3 series shall be arranged by the contractor. The contractor will have to produce

documentary proof of having procured the approved brand of electrode from authorized stockists

duly supported by necessary test certificate issued by the manufacturer of the electrode.

The approved list of manufacturers issued by RDSO is subject to revision every year. The

contractor shall procure welding electrode from the current list approved by the RDSO for

manufacturing of these electrodes.

9.2 Responsibility of obtaining of materials, plants, machineries required for the performance

of the contractor shall entirely rests with the contractor.

10.0 The rate of reconditioning work shall be inclusive of cost of labour, materials,

consumables, tools and plants for finishing and machinery etc. including reassembling of the

crossing in case of built up crossings complete for the above. The accepted rate is deemed to

include cost of all incidental works including lead and lift.

10.1 The work shall be carried out as per the Railway standard drawing, provision in Indian

Railway Permanent Way Manual, Track Manual and standard Technical Requirement explained

in the special specifications attached with the contract. The work shall be carried out by a

qualified/certified welder as required in the special conditions.

11.0 An amount equal to 10% of the bill amount will be retained as Guarantee money for a

period of one year or passage of 50 GMT whichever is earlier as performance guarantee which

will be refunded to the contractor subject to the deduction admissible under the contract on

completion of the above period. The contractor may be allowed to refund of above guarantee

money on depositing FDR/Bank guarantee of equal amount with SR. Divisional Finance

Manager, South Central Railway, Vijayawada for the prescribed period.

12.0 No electricity/power connection will be provided by the Railways for execution of the

work under the contract and the contractor shall make arrangements for necessary power

connection/generator at his own cost at the site of work. However in case, electric supply is

available nearby from Railway source, it can be spared at the sole discretion of the Railway on

payment of energy charges as prescribed by Divisional Electric Engineer. However, necessary

arrangements for connection/cable metering etc. shall be done by the contractor at his own cost

and he will be responsible for safety of men and materials.

Page 30: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 30 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

30

Procedure for Reclamation of Railway Crossings using Two Electorde System CP BUFFER

040 (Buffer Layer) & CP TOP 080( Hard Surfacing Layer)

1. General:

1.1 The clauses below cover the procedure to be adopted for repair of MMS & CMS

points & crossings, using electrodes CP Buffer 040 (Buffer layer) & CP TOP 080 (Hard surfacing

layer).

2. Welding Power Source:

2.1 A standard D.C. set with 80 OCV or standard A.C. set with 90 OCV.

3. Preparation of work:

3.1 Work-hardened, deformed, spalled, chipped & cracked material must be removed

from the old crossing by mechanical grinding, till sound & bright rail material is exposed. No

rust is permitted on areas to be welded.

3.2 Ensure grinding operation with light pressure, to avoid localized overheating.

3.3 Only mechanical grinding is to be used for material removal. Flame or arc gouging

must not be used under any circumstances.

3.3 Standard Dye Penetrant Test to be carried out prior to welding, to confirm absence of

structural defects in the rail material. Thereafter, thoroughly clean all surfaces to be

welded, by using a residue-less solvent (such as Acetone).

4. Steps for repair:

4.1.1 Built-up Crossings:

Pre-heat the areas to be repaired+3 inches on either side to approx. 100 degree

Centigrade. Check the temperature with indicating crayons. Use fresh electrodes(less than 1 year

old) from sealed dripack. Remove only consumption quantity of electrodes at a time from the

dripack. Dripack should be promptly closed thereafter. Electrodes are to be used for welding

only after drying at 150 degree Centigrade for 60 minutes.

4.1.2 CMS Crossing:

NO PREHEATING TO BE DONE:

CMS crossing to be immersed on running water. Only 2 -3 mm portion where

welding has to be done should be projected out of water. Interpass temperature is to be

maintained around 100 degree centigrade.

4.2 The built up is carried out in 2 stages. First layer (buffer layer) is to be deposited

using CP BUFFER 040 – 3.15 mm. Subsequently, 3 layers (hard-surfacing layers) are to be

deposited, using CP TOP 080 – 4mm. The total built up (buffer + top) will be approx. 10-12mm

5. Deposition of buffer layer with CP Buffer 040:

5.1 Using D.C (electrode positive) or A.C. power source & suitable current setting (100-

130 Amps at electrode holder during welding), deposit stringer beads with short arc length. Use

of calibrated portable A.C. /D.C. Tong Tester is recommended to ensure correct electrical

parameters. Maintain interpass temperature 100-150 degree centigrade throughout the welding.

Each deposited bead should be thoroughly de-slagged & wire brushed, prior to deposition of next

bead.

Page 31: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 31 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

31

5.2 Peen the deposit to relieve welding stresses. Ensure that welded surfaces are coated

uniformly with weld metal of CP Buffer 040 & perfectly ready for depositing further build-up

with CP TOP 080.

6. Deposition of hard-surfacing layer with CP TOP 080: 6.1 Using D.C. (electrode positive) or A.C. power source & suitable current setting (120-

160 Amps at electrode holder during welding), deposit stringer beads with short arc length. Use

of calibrated portable A.C. / D.C. Tong Tester is recommended to ensure correct electrical

parameters. Maintain interpass temperature 100-150 degree centigrade throughout the welding.

Each deposited bead should be thoroughly de-slagged & wire brushed, prior to deposition of next

bead.

6.2 Peen the deposit to relieve welding stresses.

6.3 Continue welding in identical manner till total build up of 10-12 mm is satisfactorily

achieved (buffer + hard-surfacing layers).

6.4 After completing welding, cover the welded region + 6 inches on either side by dry

Mild Steel sheet or any other suitable cover, to protect from cold air drafts & rain. Allow to cool

in still air.

7. Finishing: 7.1 Shape the weld deposit by light grinding, preventing localized heat build up.

7.2 Any sharp or under-filled portion should be filled up by CP TOP 080, using

procedure described in para 6.

8. Post-weld Testing: Standard Dye Penetrant Test should be carried out over the weld-repaired area as well as on base

material up to 6 inches metal on either side. Railhead side should also be DP tested.

9. Repair: Repair defects, if any, using procedure described in para 6

10. Important Note:

10.1 Welding should be done by laying wing rails & nose in close proximity.

10.2 Welding should be done from start to finish on left wing rail, followed by complete

welding on the right wing rail. Thereafter, nose portion should be finally completed.

10.3 To achieve the best quality welding & to ensure stipulated service life, described

procedure must be adhered very strictly.

Page 32: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 32 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

32

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 AM.

(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) 1st 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.

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.

Page 33: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 33 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

33

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

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

Page 34: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 34 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

34

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.

(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.

Page 35: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 35 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

35

(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.

(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.

Page 36: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 36 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

36

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

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

Page 37: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 37 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

37

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.

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 2nd

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.”

Page 38: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 38 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

38

(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.

Page 39: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 39 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

39

SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE. 1.1. The Contractor shall not allow any road vehicle belonging to his or his suppliers etc. to ply in

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

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

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

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

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

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

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

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

timing of the work.

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

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

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

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

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

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

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

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

center.

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

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

damages to railway and its passengers.

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

site.

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

structures, equipments and labour at site of works.

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

supervisor or his representative authorized by ADEN-in-charge and Contractor‟s

supervisor at site.

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

Engineer-in-charge with a view to ensure of safety of trains, passengers and

workers and he shall also ensure that the methods and arrangements are actually

available at site before start of the work and the contractor‟s supervisors and the

workers have clearly understood the safety aspects and requirements to be

adopted / followed while executing the work.

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

signed by both, ie., Railway Supervisor or his representative as well as the

contractor‟s supervisor as a token of their having understood the safety

precautions to be observed at site.

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

to assess precautions to be taken at site for working of trains and materials

required for protection.

1.2.6. The list of permissible / sanctioned infringements to moving dimensions for the

section shall be made available where work is to be done to execute the works

without infringing the moving dimensions.

Page 40: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 40 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

40

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

supervisor at site should be available in the format given in Annexure-I.

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

should be available for undertaking execution of such works which have bearing

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

structures on brides, inside tunnels etc.,

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

where necessary for execution of works affecting running lines.

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

sites.

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

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

with proper caution signs and marked with red lights at suitable intervals during

night to avoid accidents. Adequate protective measures should be taken to see that

the excavation operations do not affect or damage adjoining existing buildings.

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

before undertaking any blasting operation. Red flags should be prominently

displayed around the area to be blasted. All the people on the work except those,

who actually light the fuses, should be withdrawn to a safe distance of not less

than 300 meters from the blasting site. Recommendations given in I.S. 4081:1986

should be followed for safety during various operations involved in the process of

blasting.

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

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

can be done safely from ladders for a short period. When a ladder is used, extra

labour should be engaged for holding the ladder and if the ladder is used for

carrying materials as well, suitable foot holds and handholds should be provided

on the ladder and ladder should be given an inclination not steeper than 4 to 1 (

Four vertical to one Horizontal).

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

be provided with protective hand and footwear and protective goggles.

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

which are injurious to the eyes should be provided with protective goggles.

1.3.6. Workers engaged in welding works should be provided with welder protective

eye-shields, single piece cotton cloth and shoes.

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

protective clothing and they should be seated at sufficiently safe distance from

each other.

1.3.8. A fully equipped First-Aid Box should be maintained at site by the Agency with

at least one person fully trained to give First-Aid.

1.3.9. Inflammable articles such as Petrol, oil etc., should be stored separately from

other materials and all prescribed precautions as per the Indian Explosive Act

should be taken.

Page 41: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 41 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

41

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.

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

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

followed while working near the track.

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

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

appropriate locations to warn the Public / passengers.

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

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

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

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

exercised by Site in-charge from time to time.

Page 42: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 42 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

42

WORKING OF CONTRACTOR’S VEHICLES AT SITE

a. When the contractor’s vehicles are to be worked closer to 6m but not less than 3.5m from center line of the running track (Annexure-VA)

i) Drivers of vehicle shall be briefed about safety and precautions to be taken while moving/working close to traffic.

ii) Demarcation of the land shall be done by bright coloured red ribbon/nylon rope of 12mm thick suspended on 75cm high wooden/bamboo posts at a distance of 3.5m from center line of nearest running track as shown in (Annexure-IVC)

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

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

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

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

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

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

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

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

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

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

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

3. Parking of vehicles or construction machinery:

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

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

4. TRAINING

Training in safe working methods for both along and on the track should be imparted to supervisors /operators of the work executing agencies. Such training may be imparted at zonal/divisional training schools for required duration as deemed fit, with a view to ensure that the field staff engaged in such works get acquainted with the safety precautions that are needed to be taken while executing the works.

Page 43: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 43 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

43

ANNEXURE - I

COMPETENCY CERTIFICATE

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

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

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

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

Supervising the work safely.

ASSISTANT ENGINEER

Page 44: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 44 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

44

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.

Page 45: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 45 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

45

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

Page 46: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 46 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

46

ANNEXURE – IV

(A)Marking of Line with Lime

3500mm

150 mm wide white line with lime

Vehicle / trucks can ply in this` area

(B) Provision of Barricading

3500mm

Barricading

Luminous tape/Red Colour Nylon Rope 12 mm thick

Post (Bamboo / Steel / Concrete)

1200mm

3500mm 3500mm 3500 mm

C) Elevation of Barricading

Page 47: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 47 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

47

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

UP LINE

1200 metres

3500mm detonators

Contractor‟s supervisor Railway‟s supervisor

Page 48: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 48 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

48

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 02 months and he will make good any defects imperfections, shrinkage or

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

Page 49: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 49 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

49

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

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

his own cost shed, sheds or secure private accommodation out side the Railway

premises. In such a case, the contractor may be permitted to take the Railway materials

required for the work out side the Railway premises and to store in the shed so erected

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

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

liberty to inspect the same time to time.

9.SPEED RESTRICTIONS

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

in-charge. No work on the track should be completed until the permanent way

Inspector of the Railway has imposed the speed restrictions are erected speed

indicators.

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

systematic manner.

9.3 Long length of track under speed restrictions should avoided.

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

permit the train to go at restricted speed, the Railway will take action to employ

such labour as it is necessary at the risk and cost of the contractor to attend to track

and make it fit for passage if trains at the prescribed speed.

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

the Railway.

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

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

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

established that the accident occurred wholly or partly due to any act

tentamounting to negligence on the part of the contractor or his labour, the

contractor shall render himself liable for all damage and also legal prosecution if

loss of life is involved.

10. Contractor‟s supervision.

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

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

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

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

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

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

binding on the contract.

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

technical supervisor is present at site.

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

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

entire work is completed within 12 months from the date of issue of letter of

acceptance of the tender.

Page 50: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 50 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

50

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.

Page 51: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 51 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

51

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.

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.

Page 52: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 52 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

52

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.

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.

Page 53: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 53 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

53

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.

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.

Page 54: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 54 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

54

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)

Page 55: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 55 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

55

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:

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.

Page 56: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 56 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

56

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.

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.

Page 57: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 57 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

57

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.

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

Page 58: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 58 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

58

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.

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

Page 59: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 59 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

59

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.

Page 60: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 60 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

60

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.

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.

Page 61: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 61 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

61

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 shall prevail.

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.

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.

Page 62: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 62 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

62

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

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.

Page 63: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 63 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

63

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”.

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:

Page 64: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 64 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

64

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:

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

Page 65: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 65 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

65

Where

L Amount of price variation in labour

M Amount of price variation in Materials

F Amount of price variation in fuel

E Amount of price variation in Explosives

D Amount of price variation in Detonators

S Amount of price variation in Steel

C Amount of price variation in Cement

T Amount of price variation in Concreting

R Amount of price variation in Ferrous Items

N Amount of price variation in Non-Ferrous Items

Z Amount of price variation in Zinc

I Amount of price variation in Insulator

LC % of Labour component

MC % of Material component

FC % of Fuel component

EC % of Explosive component

DC % of Detonators component

Tc % of Concreting Component

Rc % of Ferrous Component

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.

Page 66: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 66 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

66

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.

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.

Page 67: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 67 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

67

46A.10

Price variation During Extended Period of contract.

The price adjustment as worked out above, ie., either increase or decrease shall be applicable up to the

stipulated date of completion of work including the extended period of completion where such extension

has been granted under Clause 17-1 Of the General Conditions of Contract. However, where extension of

time has been granted due to contractors failure under Clause-17B of the General conditions of Contract,

price adjustments shall be done as follows:

a) In case the indices increase above the indices applicable to the last month of original completion

period or the extended period under clause 17-A, the price adjustment for the period of extension

granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the

last month of the original completion period or the extended period under clause 17-A of the General

conditions of contract; as the case may be.

b) In case the indices fall below the indices applicable to the last month of original/extended period of

completion under clause 17-A, as the case may be; then the lower indices shall be adopted for the price

adjustment for the period of extension under clause 17-B of the General Conditions of Contract.

12. DEDUCTION OF INCOME TAX AT SOURCE

In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961 the

Railway shall at the time of arranging payments to the contractor and/or sub contractor(in the case of

sub contractor only when the Railway is responsible for payment of consideration to him under the

contract) for carrying out any work (including supply of labour for carrying out any work) under the

contract be entitled to deduct income tax at source on Income comprised in the sum of such payments.

The deduction towards income tax to be made at source from the payments due to non-residents shall

continue to be governed by Section 195 of the Income Tax Act 1961.

No Income Tax will be deducted by the Railway on payments made for supply of materials where

such value of supply portion is distinct and ascertainable such as supply of Timber, tiles, bricks, ballast

including track/ballast etc. The deductions towards Income Tax to be made at source from the

payment due to non/residents shall continue to be governed by Section 195 of the Income Tax Act

1961.

13. LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS DURING

ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT OR

NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at site for

Technical Supervision of the work. This Engineer-in-charge will be responsible for safety of the

traffic. The work shall be executed by the contractor in a workman like manner to the satisfaction of

the Engineer-in-charge. The Contractor and his labour shall be guided by the instructions of the

Engineer-in-Charge. In the event of any accident occurring at the work site and it is established during

the departmental enquiry by the Railway or by Statutory enquiry of CRS, that the accident occurred

wholly or partly due to any act tantamounting to negligence on the part of the contractor or his labour

in not adhering to the instructions of the engineer-in-charge, the contractor shall render himself liable

for damages and also legal prosecution if loss of life is involved.

14. Implementation of – the Building and other construction Workers (RECS) Act, 1996 and

the Building and other Construction Workers Welfare Cess Act, 1996 in Railway Contracts. “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must get

themselves registered from the Registering Officer under Section-7 of the Building and other

Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of

State)Government and submit certificate of registration issued from the Registering Officer of the

Andhra Pradesh(name of the State) Government (Labour Department). For enactment of this act, the

Tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each

bill, Cost of material shall be outside the purview of cess, when supplied under a separate schedule

item.”

Page 68: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 68 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

68

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.

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.

Page 69: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 69 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

69

4. The code Nos. description and rates given in the schedule are based on the printed USSR -

2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the

working rates quantity of cement etc. should be rectified by reference to the printed schedule,

which shall be treated as authoritative and binding on the contract. The relevant notes

applicable to the respective sub chapters will apply to the items of the Tender schedule and

should be considered as having been incorporated in the contract agreement and binding on the

Contractor.

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

document, the Divisional/Executive Engineer will offer rates as shown for the_________ zone

in the South central railway printed USSR - 2010, of S.C.Railway subject to the same

percentage adjustment accepted in the contract being applicable to the additional items.

6. Railway shall not supply from its own quota to the contractors controlled or imported

commodities. Assistance will, however given by recommending to appropriate authorities.

Contractor applications for issue of import licenses and release of controlled commodities if the

Engineer is satisfied that this material is actually required by contractor for carrying out the

work and is not available in the country.

7. VARIATION OF COSTS

Price variation clause is not applicable for contract agreement value upto Rs.50 lakhs.

Time is the essence of contract 8. (a) PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced

contractor should be able to complete the work in all respects within the period as

specified in the Tender Notice and in the Schedule where items of work are furnished from the date of letter of acceptance of the Tender

(b) Extension of time of completion will be governed by clause 17 of General Conditions

of Contract. However, while granting the extension of time under clause 17(B) of

GCC, a token penalty as deemed fit based on the circumstances of the case can be

imposed on the contractor without prejudice to other rights of Railway

Administration as provided under GCC.

9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as

specified in the Schedule where items of work are furnished by the contractor and he shall

make good any defects, imperfections, shrinkages or faults which may appear at his own cost.

10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of

all corrections, and amendments of the said General conditions of contract made up to the date

of the execution of these presents and no objection shall be taken by the contractor on the

ground that he was not aware of such amendments and corrections of the said General

Conditions of Contract or to any of them.

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.

Page 70: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 70 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

70

b) The quantities of each item of work furnished in the Schedule are approximate and are

intended for the guidance of Tenderer/Contractor. In actual execution of work there may

be some increase in the quantities specified. Such variation upto 25% shall in no degree

affect the validity of the contract and it shall be performed by the contractor as provided

therein and be subjected to the same conditions, stipulations and obligations originally

and expressly included and provided for in specifications and drawings and the amount

to be paid there for shall be calculated in accordance with accepted schedule rates.

(1) Prior Finance concurrence is necessary for varying the individual quantities

beyond 25% or where the gross agreement value exceeds 25% of the agreement

value.

(2) Individual NS items in contracts shall be operated with variations of plus or minus

25% and payment would be made as per the agreement rate. For this, no Finance

concurrence would be required.

(3) In case an increase in quantity of an individual item by more than 25% of the

agreement quantity is considered unavoidable, the same shall be got executed by

floating a fresh tender. If floating a fresh tender for operating that item is

considered not practicable, quantity of that item may be operated in excess of

125% of the agreement quantity (100% i.e. the original quantity +25% i.e. quantity

over and above the original quantity) subject to the following conditions.

a) Operation of an item by more than 125% of the agreement quantity needs

the approval of an officer of the rank not less than S.A. Grade:

i) Quantities operated in excess of 125% but upto 140% of the

agreement quantity of the concerned item, shall be paid at 98% of the

rate awarded for that item in that particular tender;

ii) Quantities operated in excess of 140% but upto 150% of the

agreement quantity of the concerned item shall be paid at 96% of the

rate awarded for that item in that particular tender;

iii) Variation in quantities of individual items beyond 150% will be

prohibited and would be permitted only in exceptional unavoidable

circumstances with the concurrence of associate finance and shall be

paid at 96% of the rate awarded for that item in that particular tender

b) The variation in quantities as per the above formula will apply only to the

Individual items of the contract and not on the overall contract value.

c) Execution of quantities beyond 150% of the overall agreement value should

not be permitted and, if found necessary should be only through fresh

tenders or by negotiating with existing contractor, with prior personal

concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager.

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.

Page 71: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 71 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

71

8. For tenders accepted by General Manager, variations upto 125% of the original

agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers variations upto

110% of the original agreement value may be accepted by General Manager

10. The aspect of vitiation of tender with respect to variation in quantities should be

checked and avoided. In case of vitiation of the tender (both for increase as well as

decrease of value of contract agreement) sanction of the competent authority as per

single tender should be obtained.

11. In cases where decrease is involved during execution of contract:

a. The contract signing authority can decrease the items upto 25% of

individual item without finance concurrence.

b. For decrease beyond 25% for individual items or 25% of contract

agreement value, the approval of an officer not less than rank of S.A.

Grade may be taken, after obtaining „No claim certificate‟ from the

contractor and with finance concurrence giving detailed reasons for each

such decrease in the quantities.

c. It should be certified that the quantities proposed to be reduced will not be

required in the same work at a later stage

d. In the event of any reduction in the quantity to be executed for any reasons

whatsoever, the contractor shall not be entitled to any compensation but

shall be paid only for the actual amount of work done.

e. The contractor is bound to notify the Engineer at least seven days before the

necessity arises for the execution of any item in excess of 25% of the over

all value of the agreement.

12. In case the contractor fails to attend the meeting after being notified to do so or in

the event of no settlement being arrived at, the Railway shall be entitled to execute

the extra works by other means and the contractor shall have no claim for loss or

damage that result from such procedure.

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.

Page 72: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 72 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

72

iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also

be considered as qualified Diploma holder Engineers and contractors for track contract

works can employ such individuals at their worksite on Indian Railways.

(Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.12.07.2013.)

Note: The above clause is not applicable for contracts for Welding of Rail joints.

13. Railway Contractors / Extension of Provident Fund Act to the Employees working under

Railway Contractors:-

The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code

number from the concerned authorities whenever workmen employed by him are 20 or more.

He shall also indemnify Railways from and against any claim, penalties, recoveries under the

above Act and Rules. Contractors to get the code number under the EPF so as to enable the PF

Commissioners to extend the social security benefits to the workmen engaged by the Railway

contractors. The first month‟s bill will be released only after code number is taken from the PF

Office and a copy of coverage intimation produced. Subsequently for each month, bills will be

released only on submission of challans & 12 A monthly return copy in proof of remittance of

PF dues for previous month.”

14. Conservancy charges as applicable and as modified from time to time will be recovered

from Contractor‟s running bills.

Page 73: 1 Tender No. 17/South/2016 · 2018-05-01 · Tender No. 17/South/2016 ... NELLORE (Andhra Pradesh) Sir, Sub: Tender No 17/South/2016 for the work “Vijayawada Division: GDR-BZA section:

Tender No. 17/South/2016

Contractor Sr.DEN/South/BZA Page 73 of 73

T.No.17/South/2016 invited vide Open Tender Notice No.DRM/Works/BZA/11/2016 dt.23.05.2016, date of opening on 29.06.2016 for the work of Vijayawada Division: GDR-BZA section: - Proposed safety related track works and other miscellaneous works in SSE/P.way/NLR & SSE/P.way/BTTR of ADEN/NLR sub-division//

73

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


Recommended