+ All Categories
Home > Documents > SOUTH CENTRAL RAILWAY - scr.indianrailways.gov.in€¦ · Draft) 4. Cost of Tender ... from the...

SOUTH CENTRAL RAILWAY - scr.indianrailways.gov.in€¦ · Draft) 4. Cost of Tender ... from the...

Date post: 14-Apr-2018
Category:
Upload: hadien
View: 216 times
Download: 3 times
Share this document with a friend
55
35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 1 SOUTH CENTRAL RAILWAY Issued to : M.R.No: Dated : Sri/M/s. ______________________ ---------------------------------- ---------------------------------- For Chief Admn Officer/Con/SC. TENDER NOTICE No : 35 /CAO/C/SC/2015 Dt.26.10.2015 (Item No.02) 1. NAME OF WORK:- Secunderabad Division- New BG line between Jaggayyapeta- Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section. 2.Tender Value :Rs.58,93,075.00 Ps 3. Earnest Money Deposit :Rs. 1,17,870 /-( In Cash or Banker’s Cheque/Demand Draft) 4.Cost of Tender document a) in person/downloaded :Rs.5,000/- b) By post :Rs.5,500/- 5. Completion period :6(Six ) Months including Monsoon period. 6.Validity of offer : 90 days from date of opening of tender. 7. Date and time of Closing of : 02.12.2015 at 11.00 A.M Tender Box 8. Date & Time of Opening : 02.12.2015 at 11.30 A.M of Tender Box. 9. Tender document is not transferable and the amount paid for is non-refundable. 10. Cash remittances will not be accepted by Chief Cashier or Divisional Cashier/Pay after 10.00 AM on 02.12.2015 (i.e., Tender opening day). Signatur of Tenderer/Contractor
Transcript

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 1

SOUTH CENTRAL RAILWAY Issued to : M.R.No: Dated : Sri/M/s. ______________________ ---------------------------------- ----------------------------------

For Chief Admn Officer/Con/SC.

TENDER NOTICE No : 35 /CAO/C/SC/2015 Dt.26.10.2015 (Item No.02) 1. NAME OF WORK:- Secunderabad Division- New BG line between Jaggayyapeta-

Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section.

2.Tender Value : Rs.58,93,075.00 Ps 3. Earnest Money Deposit : Rs. 1,17,870 /-( In Cash or Banker’s Cheque/Demand Draft) 4. Cost of Tender document a) in person/downloaded : Rs.5,000/- b) By post : Rs.5,500/- 5. Completion period :6(Six ) Months including Monsoon period. 6.Validity of offer : 90 days from date of opening of tender. 7. Date and time of Closing of : 02.12.2015 at 11.00 A.M Tender Box 8. Date & Time of Opening : 02.12.2015 at 11.30 A.M of Tender Box. 9. Tender document is not transferable and the amount paid for is non-refundable. 10. Cash remittances will not be accepted by Chief Cashier or Divisional Cashier/Pay after 10.00 AM on 02.12.2015 (i.e., Tender opening day).

Signatur of Tenderer/Contractor

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 2

Signature of Tenderer/Contractor

NAME OF WORK: Secunderabad Division- New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section.

CHECK LIST

(FOR THE GUIDANCE OF TENDERERS WHILE SUBMISSION OF TENDER)

Sl. No.

Action Required Confirmed (

) 1 Signing the tender document on all the pages by Tenderer / Authorised

Signatory.

2 Submission of offer on Original printout of the tender document down loaded from the website as per Para No.11 of Instructions to Tenderer and Conditions of Tender.

3 Submission of Demand Draft towards the cost of tender document downloaded from website as per Para No.11 of Instructions to Tenderer and Conditions of Tender.

4 Submission of Earnest Money Deposit as per Para No.9 of Instructions to Tenderer and Conditions of Tender.

5 Submission of Certificate in support of Technical Eligibility, self attested photo copy, as per Para No.1.1 of Instructions to Tenderer and Conditions of Tender. a) In case of Railway works, the certificate should be issued by an officer not

below the rank of JA grade, b) In case of any other Government departments/PSUs (other than Railways) the

certificate should be issued by an officer not the below the rank of Executive Engineer / equivalent grade.

6 Submission of Certificate in support of Financial Eligibility as per Para No.1.2 of Instructions to Tenderer and Conditions of Tender. a) Audited Balance sheet duly certified by Chartered Accountant (clearly

indicating contractual payments). b) Certificate from any Govt. Departments or Semi Governments / Public Sector

Undertakings for the work done for them.

7 Submission of Ballast test certificate as per Para No 1.1 of Instructions to Tenderer and Conditions of Tender (in case of tender schedule having item for Supply of Ballast).

8 Submission of documents of Tenderer as per Para No.3.0 of Instructions to Tenderer and Conditions of Tender to consider the offer for further evaluation as below :

In case Tenderer is a Proprietary Firm or HUF : Affidavit on stamp paper of appropriate value to the effect that he is a sole proprietor (or) has consent / authority to act on behalf of HUF.

In case Tenderer is Partnership Firm : i) Notary certified copy of the Partnership deed (or) Partnership deed duly attested by

Gazetted officer.

ii) Power of Attorney in favour of one of the partners to act on behalf of the firm and to enter into liability by signing the tender / agreement.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 3

Signature of Tenderer/Contractor

Sl. No.

Action Required Confirmed (

)

In case Private Limited /Limited Companies, the following documents: i) Notary certified copy of resolution of the Directors of the company

authorizing one of the Directors / Managers of the company to act on behalf of the company.

ii)Copy of Memorandum and Articles of Association of the company. iii) Power of Attorney by the company authorizing the person to act as per (i) above.

9 Submission of Declaration regarding Employment of Retired Engineer / Retired Railway Officers as per Para No.3.5 of Instructions to Tenderer and Conditions of Tender - as per Annexure-V

10 Submission of NEFT FORM - as per Annexure-VI

11 Submission of Method statement as per Para No. 2.0 of Instructions to Tenderer and Conditions of Tender.

12 Submission of Details of Personnel to be deployed on work as per Annexure-II of Instructions to Tenderer and Conditions of Tender.

13 Submission of Details of Plants & Machineries to be deployed on work as per Annexure-III of Instructions to Tenderer and Conditions of Tender.

14 Submission of Statement Showing the Particulars of Works on Hand & Works Completed as per Annexure-IV of Instructions to Tenderer and Conditions of Tender.

15 Submission of offer on latest amended document in case CORRIGENDUM is issued for the subject tender.

16 Perusal of conditions of Tender including submission of documents as per Para No.18.0 of Instructions of Tenderer and Conditions of Tender.

17 Quoting of Uniform percentage Below/At par/ Above over the total value of each schedule - both in figures and words.

Note: The above check list is not exhaustive. Tenderers shall go through the contents of the tender notice

and tender document carefully and ensure that all the relevant documents are filled and submitted along with the tender.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 4

Signature of Tenderer/Contractor

SOUTH CENTRAL RAILWAY

INDEX

Page No. Sl.

No. Contents From To 1. Tender document Top sheet 1 - 2. Check List 2 3 3. Index 4 - 4. Tender Form (First Sheet) 5 - 5. Regulations for Tenders and Contracts for Guidance of

contractors 6 8

6. Instructions to Tenderers and Conditions of Tender & Eligibility Criteria.

9 16

7. Programme of Mile stones - Annexure–I 17 -

8. Details of Personnel to be deployed on work - Annexure-II 18 -

9. Details of Plant and Machinery to be deployed on work -Annexure–III 19 -

10. Statement showing the particulars of Works on Hand & Works Executed - Annexure–IV

20 -

11. Form for Reporting of Employment - ANNEXURE-V 21 -

12. NEFT FORM - ANNEXURE-VI 22 -

13. Form of Bank Guarantee - ANNEXURE-VII 23 24

14. Awareness of provisions of GCC 25 -

15. Certificate of Familiarization – Annexure-VIII 26 -

16. Special Conditions & Specifications of Contract 27 36

Variation in quantities 27 29

Seigniorage clause, 29 30

VAT, Building & Construction Workers Welfare Cess 30 31

17. Price Variation Clause 31 36

18. Particulars of work 37 -

19. Special Conditions of contract (Technical) 38 51

20. Schedule of Rates & Quantities 52 55

Note : The Page Nos. from and to are to be indicated before uploading the tender document duly verifying the same by the concerned uploading staff.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 5

Signature of Tenderer/Contractor

To

The President of India acting- Through: Chief Administrative Officer (Construction)/ Chief Engineer (Construction), South Central Railway, Secunderabad.

1. I/We …………………………………have read the various conditions of tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest Money Deposit of Rs. 1,17,870 /-(Rupees One lakh seventeen thousands eight hundred and seventy only). 2 I/We offer to do the work “Secunderabad Division-New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section”.at the percentage rates quoted by me/us in the attached schedule and bind myself/ourselves to complete the work in 6 (SIX) months from the date of issue of letter of acceptance of this tender. I/We also hereby agree to abide by the General and Special Conditions of contract and to carry out the works according to the IRU Standard specification of materials and works, 2010, laid down by South Central Railway for the present contract.

3. A sum of Rs 1,17,870/- is herewith forwarded as earnest money deposit. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies if –

a) I/We do not execute the contract document within seven days after receipt of notice

issued by the Railway that such documents are ready: OR

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

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work. ______________________ Signature of Tenderer(s) Date _________________ Signature of witnesses: Address of Tenderer(s) 1. 2.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 6

Signature of Tenderer/Contractor

REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF

CONTRACTORS FOR CIVIL ENGINEERING WORKS

MEANING OF TERMS: 1.1 Interpretation: These Regulations for Tenders and Contracts shall be read in conjunction with

Indian Railways Standard General Conditions of Contract (IRS GCC) which are referred to herein and shall be subject to modifications additions or suppression by special conditions of contract and/or special specifications, if any, annexed to the Tender Forms.

1.2 Definition: In these Regulations for Tenders and Contracts the following terms shall have the

meanings assigned hereunder except where the context otherwise requires.

a) “Railway” shall mean the President of the Republic of India or the Administrative Officers of the Railway or Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf.

b) “General Manager” shall mean the Officer-in-Charge of the general superintendence and control

of the Zonal Railway/Production Units and shall also include the General Manager (Construction) and shall mean and include their successors, of the Successor Railway.

c) “Chief Engineer” shall mean the Officer in charge of the Engineering Department of Railway and

shall also include the Chief Engineer (Construction), Chief Electrical Engineer, Chief Electrical Engineer (Construction), Chief Signal & Telecom Engineer, Chief Signal & Telecom Engineer (Construction) and shall mean and include their successors of the Successor Railway.

d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the Zonal

Railway and shall mean and include the Divisional Railway Manager of the Successor Railway. e) “Engineer” shall mean the Divisional Engineer or the Executive Engineer, Divisional Signal &

Telecom Engineer, Divisional Electrical Engineer in executive charge of the works and shall include the superior officers of Open Line and Construction organisations on the Railway of the Engineering, Signal & Telecom and Electrical Departments, i.e. the Senior Divisional Engineer/Deputy Chief Engineer/Chief Engineer, Senior Divisional Signal & Telecom Engineer / Dy.Chief Signal & Telecom Engineer, Senior Divisional Electrical Engineer / Deputy Chief Electrical Engineer and shall mean & include the Engineers of the Successors Railway.

f) “Tenderer” shall mean the person / the firm / co-operative or company whether incorporated or

not who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns.

g) “Limited Tenders” shall mean tenders invited from all or some Contractors on the approved or

select list of Contractors with the Railway. h) “Open Tenders” shall mean the tenders invited in open and public manner and with adequate

notice. i) "Contract" shall mean and include the Agreement of Work Order, the accepted Schedule of Rates

or the Schedule or Rates of Railway modified by the tender percentage for items of works quantified, or not quantified, the IR Standard General Conditions of Contract, the Special Conditions of Contracts, if any; the Drawing, the Specifications, the Special Specifications, if any and Tender Forms, if any.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 7

Signature of Tenderer/Contractor

j) “Works” shall mean the works contemplated in the drawings and schedules set forth in the tender

forms and required to be executed according to the specifications.

k) “Specifications” shall mean the Specifications for Materials and Works of the Railway as specified under the authority of the Ministry of Railways or Chief Engineer or as amplified, added to or superseded by special specifications if any, appended to the Tender Forms.

l) “Schedule of Rates of the Railway” shall mean the Schedule of Rates issued under the authority

of the Chief Engineer from time to time. m) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the

Tender Forms.

2.0 Singular and Plural: Words importing the singular number shall also include the plural and vice versa where the context requires.

3.0 Headings and Marginal Headings: The headings and marginal headings in these Standard

General Conditions are solely for the purpose of facilitating reference and shall not be deemed to be part thereof or be taken into consideration in the interpretation or construction thereof or the contract.

4.0 Tenderer’s Credentials: Documents testifying tenderer’s previous experience and financial status

should be produced along with the tender or when desired by competent authority of the Railway.

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

i) His capacity to carry out the works satisfactorily. ii) His financial status supported by Bank reference and other documents. iii) Certificates duly attested and testimonials regarding contracting experience for the type of

job for which tender is invited with list of works carried out in the past. 5.0 Omissions & Discrepancies: Should a tenderer find discrepancies in or omissions from the

drawings or any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all tenders. It shall be understood that every endeavour has been made to avoid any error which can materially affect the basis of tender and successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

6.0 Care in Submission Of Tenders:

(a) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause-37 of IRS General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf.

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 8

Signature of Tenderer/Contractor

7.0 Right of Railway to deal with Tenders: The Railway reserves the right of not to invite tenders for

any of Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

8.0 Execution of Contract Document: The Tenderer whose tender is accepted shall be required to appear in person at the office of General Manager/General Manager (Construction), Chief Administrative Officer (Construction), Divisional Railway Manager or concerned Engineer, as the case may be, or if a firm or corporation, a duly authorized representative shall so appear and execute the contract documents within 7 days after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

In the event of any tenderer whose tender is accepted shall refuse to execute the contract document as here in before provided, the Railway may determine that such tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover the damages for such default.

9.0 Form of Contract Document: Every contract shall be complete in respect of the document it shall so constitute. Not less than 5 copies of the contract document shall be signed by the competent authority and the contractor and one copy given to the contractor.

a) For Zone contracts, awarded on the basis of the percentage above or below the Schedule of Rates of Railway

for the whole or part of financial year, the contract agreement required to be executed by the tenderer whose tender is accepted shall be as per specimen form, Annexure-II of IRSGCC. During the currency of the Zone Contract, work orders as per specimen form Annexure-III or IV of IRSGCC, for works not exceeding Rs.2,00,000 each, shall be issued by the Divisional Railway Manager / Executive Engineer under the agreement for Zone Contract.

b) For contracts for specific works, valued at more than Rs.2,00,000 the contract document required to

be executed by the tenderer whose tender is accepted shall be either an Agreement as per specimen form Annexure-IV of IRSGCC , or a work order as per specimen form Annexure-V of IRSGCC as may be prescribed by the Railway.

10.0 Form of Quotations: a) The tender should be submitted in prescribed form annexed hereto. The quotations will be subject to

the General. Instructions contained in pages of Schedule of Rates and quantities to which the tenderer’s special attention is drawn. Tenderers are required to quote item-wise rates/ percentage rates as stipulated in the schedules of the tender. The rates/percentage must be clearly written in figures and in words.

b) If any item is excluded by the tenderer in submitting his tender, the Chief Administrative Officer

(Construction), Chief Engineer (Construction), Deputy Chief Engineer (Construction), Divisional Railway Manager, Senior Divisional Engineer/ Divisional Engineer may reject the tender.

PLACE: DATE:

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 9

Signature of Tenderer/Contractor

INSTRUCTIONS TO TENDERER AND CONDITIONS OF TENDER

1.0 ELIGIBILITY CRITERIA & CREDENTIALS OF THE TENDERER: The tenderers who fulfill the following ELIGIBILITY CRITERIA are only eligible to quote:

1.1 Technical Eligibility Criteria:

a) The tenderer(s) should have physically completed at least one similar nature of single work for a

minimum value of 35% of advertised tender value within the qualifying period ie., three previous financial years and current financial year up to the date of tender opening ( Even though the work might have commenced before the qualifying period).

Similar nature of single work means “Any work involving transportation of P.way materials”. b) The total value of similar nature of work completed during the qualifying period and not the

payments received within qualifying period alone, shall be considered. In case the final Bill of similar nature of work has not been passed, and final measurements have not been recorded, the paid amount including statutory deductions will be considered. If final measurements have been recorded and work has been completed with negative variation then also the paid amount including statutory deductions will be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility.

c) In case of composite works involving combination of different works, even separate completed

works of required value will be considered while evaluating the eligibility criteria. For example, in a tender for bridge works where similar nature of work has been defined as bridge works with Pile foundation and PSC superstructure, a tenderer, who had completed one bridge work with Pile foundation of value at least equal to 35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal to 35% of tender value shall be considered as having fulfilled the eligibility criterion of having completed similar nature of single work.

d) The works executed by the tenderer for Government Departments or Semi Governments/ Public Sector

undertaking shall only be considered for eligibility. Works executed for private parties shall not be considered.

Tenderers shall submit self-attested photo copies of their Experience Certificates issued by an officer not below the rank of Executive Engineer/Equivalent grade in other Central/State Government Departments/Semi Government Departments/Public Sector Undertakings.

In case of Railway works, the Experience Certificates issued by an officer not below the rank of JA Grade, shall only be considered.

The certificate should indicate there-in the name of works executed, value of works, and period during which completed, bill paid etc., and with the signature, seal of the issuing officer, details of department, etc.’’,

e) The value of work completed will not include the cost of any materials issued free of cost by the

Railway/ Department concerned. Price variation amount (if any) if indicated / incorporated in the experience certificate will also be considered towards eligibility”.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 10

Signature of Tenderer/Contractor

1.2 Financial Eligibility Criteria: The total contract amount received during the last 3 financial years and in the current financial year up to the date of tender opening should be a minimum of 150% of advertised tender value. Tenderer(s) should submit to this effect an attested certificate from the Government departments or Semi Governments/ Public Sector under takings for the work done for them, Audited balance sheet duly certified by the Chartered Accountant.

1.3 Sub-sectioning eligibility criteria: a) If sub-sectioning as indicated in the NIT has been done with a view to expedite the works and in

view of the sub-sectioning, if eligible tenderer/firm becomes L-1 only in one tender, the tender will be awarded to the lowest eligible tenderer/firm.

OR If the tenderer/firm becomes L-1 in more than one tender for the same nature of work invited for the same project in the same tender notice, then Evaluation of Tenderer/firm for his/its eligibility for award of all such tenders shall be done, duly considering the work experience of 35% of combined value of such tenders and Financial capability of 150% of combined value of such tenders, in which the tenderer / firm is L -1.

b) In case the tenderer is lowest in more than one tender under consideration, however, falls short of above sub-

sectioning eligibility criteria, then the tenderer will be considered for awarding any of the work(s) at the sole discretion of the Railways. The decision of the Railway will be final and binding on the tenderer.

2.0 The tenderer(s) may also submit the following documents along with his/their tender: a) The contractor shall submit the method statement, which shall contain organizational set up and

working systems to be adopted by the successful tenderer(s) during the operation of the contract. It shall contain the details of man power and machineries in the prescribed format given below. Details of methodology for planning, execution, monitoring and completion of the project shall be furnished. The methodology so adopted shall suit to the nature of work and shall also comply fully with best practice and current regulations. A comprehensive detailing for each activity like setting-up organization, safety plan, execution plan, quality assurance plan, sequence of work to achieve the mile stones, ensure targeted progress and quality and in turn deployment of resources, risk analysis and its mitigation strategy shall be given. Communication arrangement within his organization and with the railways for decisions, progress or any other matter connected with this project to ensure full information about the project including progress of work at different time scale shall also be furnished.

b) Tenderer shall adhere to the time frame as mentioned in Annexure-I. c) Details of personnel to be deployed on work: Shall be submitted as per Annexure-II. d) Details of plants & machineries to be deployed on work: Shall be submitted as per Annexure-III.

e) List of works completed in the last three financial years giving description of work, organization

for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

f) List of works on hand indicating description of work, contract value, and approximate value of

balance work yet to be done and date of award. 2.1 In case of Clause 2.0 (e) and (f) mentioned above, supportive documents/ certificates from the

organizations with whom they worked/are working should be enclosed.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 11

Signature of Tenderer/Contractor

3.0 CONDITIONS FOR INDIVIDUAL PARTICIPATION OF PARTNERSHIP FIRM/ PROPRIETARY FIRM/ PRIVATE LIMITED COMPANY/ LIMITED COMPANY:

i) In case the tenderer is an individual / Proprietary concern, the experience and turnover shall be in the name and

style of the Individual / Proprietary concern only. (Note: The partner of a partnership firm cannot claim the credentials of Partnership firm to the extent of his

share either during the subsistence of the Partnership firm or after its dissolution).

ii) In case the tenderer is a Partnership Firm(s), the experience and turnover shall be in the name and style of the firm only.

iii) If the Tenderer is a Partnership Firm, all the partners shall be jointly and severely liable for

successful completion of the work and no request for change in the constitution of the Firm shall be entertained.

iv) During the currency of the contract, no partner of the firm shall be permitted to withdraw from the

Partnership business and in such an event it shall be treated as breach of trust and abandonment of contract.

3.1 Partnership deeds, Power of Attorney Etc: - The tenderer shall clearly specify whether the tender

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

3.2 The tenderer whether sole proprietor, a limited company or a Partnership Firm if they want to act

through agent or individual partner(s) should submit along with the tender or at a later stage, a Power of Attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be Partner(s) of the Firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness, measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or any disputes to arbitration.

3.3 (a) In case Proprietary Firm or HUF, the following documents shall be enclosed:

Affidavit on stamp paper of appropriate value declaring that his/her consent is a proprietary concern and he/she is sole proprietor of the concern or he/she is in position of “KARTA” of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF.

b) In case Partnership Firm(s), the following documents shall be enclosed:

i) Notary certified copy of the Partnership deed. Note: Partnership deed is also acceptable as per Para No.1.0 of Special Conditions of Contract.

ii)Power of Attorney (duly registered as per prevailing law) in favour of one of the partners of the Partnership firm to sign on the tender/agreement on behalf of the Partnership Firm and create liability against the firm.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 12

Signature of Tenderer/Contractor

c) In case Private Limited /Limited Companies, the following documents shall be enclosed: i) Notary certified copy of Resolution of the Directors of the company permitting the company to

participate in the tender, authorizing MD or one of the Directors or Managers of the company to sign the agreement, such other documents required to be signed on behalf of the company and enter into liability against the company and/or do any other act on behalf of the company.

ii) Copy of Memorandum and Articles of Association of the Company. iii) Power of Attorney (duly registered as per prevailing law) by the company authorizing the person to

do/act mentioned in the Para (c) (i) above. 3.4 CONSORTIUM AGREEMENTS, JOINT VENTURES AND MOUs SHALL NOT BE

CONSIDERED FOR THIS WORK. 3.5 Employment / Partnership etc., of Retired Railway Employees: a) Should a tenderer be a retired Engineer of the gazetted rank or any other gazetted officer working

before his retirement, whether in the executive or administrative capacity, or whether holding a pension able post or not, in the Engineering department of any of the Railways owned and administered by the President of India for the time being or should a tenderer being Partnership Firm have as one of its partners a Retired Engineer or a retired gazetted officer as aforesaid, or should a tenderer being an incorporated Company have, any such retired Engineer or retired officer as one of its directors, or should a tenderer have, in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or gazetted officer from the said service and in cases where such Engineer or officer had not retired from Government service, at least one year prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a Partnership firm or an Incorporated Company, to become a partner or director as case may be, or to make employment under the contractor has been obtained by the tenderers or the Engineer or the Officer as the case may be from the President of India or any officer duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenderers without the information above referred to or a statement to the effect that no such retired Engineer or retired gazetted officer is so associated with the tenderer, as the case may be shall be rejected.

b) Should a tenderer or contractor being an individual on the list of approved contractors, have a relative employed in the gazetted capacity in the Engineering department of the South Central Railway or in the case of Partnership Firm or Company incorporated under the Indian Company Law should a partner or a relative of the partner or a share holder or a relative of shareholder be employed in gazetted capacity in the Engineering department of the South Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tenders, failing which the tender may be rejected, or if such fact subsequently come to light, the contract may be rescinded in accordance with the provision in clause 62 of IRS GCC.

4.0 The drawings for the works can be seen in the office of the Chief Administrative Officer

(Construction) /S.C.Railway, Secunderabad or Deputy Chief Engineer/ Construction/ S.C.Railway /Guntur on any working day during office hours.

4.1 IRS General conditions of contract, IRU Standard Schedule of Rates, 2010 and IRU Standard Specifications for Materials & Works, 2010, be seen in the office of the Chief Administrative Officer (Construction) S.C.Railway/ Secunderabad or had on payment at the rates fixed for each book from time to time.

5.0 RATES: 5.1 The tenderer/tenderers shall quote percentage rates as stipulated in the schedules. The quantities

shown in the attached schedule are given as guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy, and the railway does not guarantee work under each item of schedule.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 13

Signature of Tenderer/Contractor

5.2 The tenderers are required to quote a uniform percentage rate AT PAR/ BELOW/ ABOVE over the

total value of Schedule“A” both in figures and words. Where there is any discrepancy between the percentage rate quoted in the figures and words, the percentage rate quoted in words only will prevail.

6.0 The tenderers are required to take note of all the taxes and cess leviable under works contract and

quote their rates inclusive of all taxes and cess. 7.0 Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any

corrections made by the tenderer/tenderers in his/their entries must be attested by him/them. 8.0 The authority for acceptance of the tender will rest with the Chief Engineer/Construction / Deputy

Chief Engineer (Construction)/ S.C.Railway/ Guntur as the case may be, who does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tender or tenders.

9.0 Earnest Money: a) The tenderer shall be required to deposit earnest money with the tender for the due performance with

the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender.

b) The tenderer shall hold the offer open till such date as may be specified in the tender. It is

understood that the tender documents have been sold/issued to the tenderer and the tenderer is being permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Chief Administrative Officer (Const)/ Chief Engineer (Const)/South Central Railway/ Secunderabad. Should the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as security for the due performance of the above stipulation shall be forfeited to the Railway.

c) If his tender is accepted this earnest money mentioned in sub clause (a) above will be retained

as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of IRS GCC. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

d) The Earnest Money should be in Cash or Banker’s cheques / Demand Drafts, executed by State

Bank of India or any of the Nationalized Banks or by a Scheduled Bank in favour of “FA&CAO/Construction/S.C.Railway/ Secunderabad”.

e) Whenever the tenderer wants to submit EMD in the form of cash the same shall be remitted in

Railway’s cash office located at Secunderabad / Vijayawada / Guntakal / Nanded / Guntur or at any station master office of Railway station and the money (cash) receipt in original to be enclosed along with tender document.

f) The tender must be accompanied with Earnest Money Deposit of Rs 1,17,870./- as per Para Nos.

d) & e) above failing which, the tender will not be considered and will be summarily rejected.

g) A single Banker’s cheque / DD for the cost of tender form and Earnest Money Deposit will not be accepted.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 14

Signature of Tenderer/Contractor

h) If any of these instruments are found to have been drawn in favour of / payable to the tenderer, they are invalid and will not be considered.

i) The unreleased EMD if any, held with the Railways shall not be adjusted with the EMD to be

remitted.

j) Use of discharged instruments towards Earnest Money Deposit (EMD) of other tenders will not be accepted.

k) Cheques, War Bonds and Government Promissory Notes will not be accepted towards the earnest money. No interest shall be allowed on the earnest money.

10.0 CORRIGENDUM TO TENDER DOCUMENT: 10.1 Before the deadlines for the submission of bids, Railways may modify the Tender Document by

issuing CORRIGENDUM. 10.2 CORRIGENDUM thus issued shall be part of the Tender Document and shall be uploaded on the

official website www.scr.indianrailways.gov.in Prospective Bidders shall keep watch for CORRIGENDUM uploaded on website and/or issued through News Papers for 10 days before the date of tender opening.

10.3 To give prospective bidders a reasonable time on account of CORRIGENDUM in preparing their

bids, the Railways may at their discretion extend as necessary, the deadline for submission of Tender document. Railways decision will be final and no correspondence will be entertained from prospective bidders.

11.0 SUBMISSION OF TENDER DOCUMENT:

a) Tenderer(s) who are submitting down loaded (from website www.scr.Indian railways.gov.in) tender documents must enclose with the tender form a Demand Draft issued by any Nationalized Bank in favour of “FA&CAO/ CONSTRUCTION/ S.C.RAILWAY / SECUNDERABAD” towards the cost of tender document. Tender offers not accompanying with the requisite tender fee as above shall summarily be rejected.

Whenever the tenderer wants to submit in the form of cash towards the cost of tender document the

same shall be remitted in Railway’s cash office located at Secunderabad / Vijayawada / Guntakal / Nanded / Guntur or at any station master office of Railway station and the money (cash) receipt in original to be enclosed along with tender document.

b) Only the original printout of the tender documents down loaded from the www.scr.indianrailways.gov.in website must be submitted. Photo copies are not acceptable. Tenders submitted in photo copies of down loaded document is liable to be rejected.

c) If during the process of tender finalization it is detected that tenderer has submitted tender documents after making any changes/additions/ deletions in the tender documents down loaded from website, his offer will be summarily rejected and the earnest money deposited by the tenderer shall be forfeited by the Railway and the tenderer will have no claim whatsoever and the railways decision will be final.

d) Tenders must be enclosed in a sealed cover, subscribed with the name of the work as appearing on the top sheet and must be sent by registered post to the address of the Chief Administrative Officer (Construction),South central. Railway/Secunderabad-500071 or so as to reach this office not later than 11-00 A.M.on 02-12-2015 or deposited in the box allotted for the purpose in the Tender Hall adjacent to main gate of old office of Chief Administrative Officer/ Construction/S.C.Railway, Secunderabad or office of Deputy Chief Engineer (Construction) /S.C.Railway, Guntur or office of Deputy Chief Engineer (Construction)/S.C.Railway, Vijayawada. The Boxes will be sealed at 11-00 A.M. on 02.12.2015 and will be opened at 11-30 A.M.on 02.12.2015 at the places mentioned above.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 15

Signature of Tenderer/Contractor

e) No responsibility will be accepted for delay, loss, damage, non-receipt or late receipt towards dispatch / receipt of tenders by post in postal transit.

f) Tenders will not be considered if dropped in the wrong tender box. 12.0 It shall not be obligatory on the said authority to accept the lowest tender and no tenderer/ tenderers

shall demand any explanation for the cause of rejection of his/their tender. 13.0 If the tenderer deliberately gives/tenderers deliberately give wrong information in his/their tender

or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage. The entire Earnest Money Deposit with the Railway will be forfeited. In addition action will be taken to suspend the business with the tenderer for a specified period at the discretion of Administration.

14.0 If a tenderer expires after the submission of his/their tender or after the acceptance of his/their tender,

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

15.0 The successful tenderer/ tenderers shall be required to execute an agreement with the President of

India acting through the Chief Engineer (Construction)/ Divisional Railway Manager, Divisional Engineer, Superintending Engineer of the Railway for carrying out the work according to the IRS General Conditions of contract of Engineering department and Indian Railways Unified Standard Specifications (Works & Materials) - 2010 including correction slips issued from time to time.

16.0 The tenderer shall keep the offer open for a minimum period of 90 days from the date of Opening of

the tender, within which period; the tenderer cannot withdraw his offer, subject to the period being extended further if required, by mutual agreement from time to time. Any Contravention of the above condition will make the tenderer liable for forfeiture of EMD for due performance of the foregoing stipulations.

17.0 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called for

negotiations should furnish the following form of declaration before commencement of negotiation.

I/We---------------------------------------------------do declare that in the event of failure of contemplated negotiations relating to Tender No.-------------------------------opened on --------------------------------my original tender shall remain open for acceptance on its original terms and condition.

I also declare that I am aware that during this negotiation, I cannot increase the originally quoted rates against any of the individual items and that in the event of my doing so, the same would not be considered at all i.e., reduction in rates during negotiation alone would be considered and for some items if I/We increase the rates, and the same would not be considered and in lieu my originally quoted rates alone would be considered and my offer would be evaluated accordingly.

18.0 Tenderers are required to submit the following Documents along with the Tender:

i) EMD as per Para No.9 of Instructions to Tenderer and Conditions of Tender. ii) DD for cost of tender in case downloaded as per Para No.11 of Instructions to Tenderer and

Conditions of Tender. iii) Certificate in support of Technical Eligibility as per Para No 1.1 a) of Instructions to Tenderer

and Conditions of Tender. iv) Certificate in support of Financial Eligibility as per Para No.1.2 of Instructions to tenderer and

Conditions of Tender.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 16

Signature of Tenderer/Contractor

v) Certified copy of document in support of Partnership Firm/ Proprietary Firm/ Private Limited Company/ Limited Company and authorized signatory. (Partnership deed is also as per condition No.1.0 of Special conditions of contract).

vi) Ballast Test Report/certificate as per Para No.1.1.b) of Instructions to Tenderer and Conditions of Tender.

18.1 If the tender is not accompanied by any of the documents mentioned in Para-18.0 above, the tender

shall be summarily rejected. No post tender correspondence will be entertained; however, if any clarification is required by Railway, the same may be sought from the tenderer.

18.2 i) The onus of establishing the credentials of the tenderer(s) from the Office records or otherwise

does not lie with the Railway. Railway shall evaluate the offer only from the certificates/documents (as referred above) submitted along with the tender offer.

ii) Any Certificate/Documents offered after the tender opening shall not be given any credit and shall not be considered.

iii) Even if the tenderer(s) is/are working contractor(s) of any division also if he/they do not enclose the required certificates his /their offer will not be considered.

19.0 In case FDRs are submitted towards Performance Guarantee, the same should be with automatic

renewal’ facility only so that there will be no need to part with FDR lodged in safe custody for renewal purposes. In some cases, though banks do not affix auto-renewal stamp on the FDR, they are deemed to be issued with automatic renewals on expiry. In such cases, the successful tenderer submitting the FDR towards Performance Guarantee shall certify that the security furnished as FDR will be automatically renewed by the issuing bank.

20.0 The successful bidder shall have to submit a Performance Guarantee (PG) as per Special

Conditions of Contract.

21.0 The scale of Security Deposit to be recovered from the contractor’s bills shall be as per the Special Conditions of Contract.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 17

Name of Work: Secunderabad Division- New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section

Annexure-I

PROGRAMME OF MILE STONES

Tenderer shall adhere to the following time frame:

Mile stone

No.

Name of event (mile stone) Schedule

1 Preliminary works and mobilization of men and machinery etc.,

D1+15

2 Transportation of sleepers D15+180

3 Transportation of rails,Switches & Crossings

D15+180

Note: D=Date of issue of letter of acceptance. D+15 refer to 15 days after D and so on.

Signature of Tenderer/Contractor

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 18

Signature of Tenderer/Contractor

Name of Work: Secunderabad Division- New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section.

Annexure-II

DETAILS OF PERSONNEL TO BE DEPLOYED ON WORK

SLNo Name of the personnel

Position/ designation Already on Roll/ Proposed for Engagement.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 19

Signature of Tenderer/Contractor

Name of Work: Secunderabad Division- New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section

Annexure-III

DETAILS OF PLANT AND MACHINERY TO BE DEPLOYED ON WORK

SLNo. Name of the Plant & machinery OWNED /TO BE HIRED

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 20

Signature of Tenderer/Contractor

Name of Work: Secunderabad Division- New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section

Annexure-IV

STATEMENT SHOWING THE PARTICULARS OF WORKS ON HAND & WORKS EXECUTED

S.No. Name of work For whom executed

Value of work

Present position remarks

A. Completed works. B. Works in progress.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 21

Signature of Tenderer/Contractor

NAME OF WORK: Secunderabad Division- New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section..

Annexure-V

FORM FOR REPORTING OF EMPLOYMENT OF RAILWAY OFFICERS (Proforma to be filled in and signed by the Tenderer and submitted along with the tender)

(Strike out whichever is not applicable)

The undersigned – (a) is a retired Gazetted officer holding prior to retirement a pensionable / non – pensionable post in the

Engineering Department of Railway. (b) is a Partnership Firm having as one of its partners a retired Engineer or a retired Gazetted officer as

aforesaid. (c) is an incorporated company having any such retired Engineer or retired Gazetted officer as aforesaid,

as one of its directors. (d) is having in my employment any retired Engineer or retired Gazetted officer as aforesaid. (e) has no such retired Engineer or retired Gazetted officer so associated with me as stated above.

2. If falling under any of the above categories (a) to (d), particulars of the officer may be furnished

hereunder:

1 Post held before retirement 2 Date of retirement 3 If not retired at least one year prior to date of submission

of tender state whether permission for taking such contracts has been obtained from the President of India or any officer duly authorized in this behalf.

3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or relatives

employed in Gazetted capacity in the Engineering or any other Department of the Railways, particulars of such relatives in the Railway may be furnished hereunder---

(i) Name ……………………………………….. (ii) Designation ……………………………………….. (iii) Relationship ……………………………………….. (iv) Address ……………………………………….. (v) Date ……………………………………….

Name and Signature:

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 22

Signature of Tenderer/Contractor

Annexure-VI NEFT FORM

NAME OF WORK: Secunderabad Division- New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations- Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section To

FA & CAO/C/SC/ South Central Railway, Secunderabad.

Sub: - EFT payments. Sir, We prefer to the National Electronic fund Transfer (NEFT) being followed by South Central Railway (con) for remittance of our payments using RBI’s NEFT scheme. In confirmation to this, I/We agree to receive out payments being made through the above scheme to our under noted bank account.

S. No. Details to provide by Tenderer Details to be filled up by the Tenderer 1 Name of Tenderer 2 Full postal Address with PIN Code 3 Email Address of Tenderer 4 PAN number of Tenderer 5 Bank’s Name & Branch 6 Full Address of Bank 7 Name of City 8 Bank Code No. 9 Bank Telephone/Fax No. & Email 10 Bank’s IFSC Code for NEFT 11 Bank’s IFSC Code for RTGS 12 Bank’s MICR Code 13 Tenderer Bank Account Number 14 Type of Bank Account 15 Tenderer Name as per Bank Account 16 Telephone Nos. of Tenderer

i) BSNL/Landline ii) Mobile/Cell Phone iii) Fax Number

(Tenderer should note that the above particulars are necessarily to be provided for return of EMD, SD & other payments due, to the tenderer during execution and on completion of work) Certified that the above bank particulars of tenderer are correct as per Bank records.

Name & signature of Bank official with stamp.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 23

Signature of Tenderer/Contractor

Annexure-VII

FORM OF BANK GUARANTEE BOND

To FA&CAO/Con/SC Railway Secunderabad. In consideration of the President of India acting through …….. /Construction/ SC Railway, ………….. (herein after called “the Government”) having agreed to exempt ______________________(hereinafter called “the “the said Contractor’s) from the demand, under the terms and conditions of an agreement dated ______________ made between ________________ and _________________ for _____________________(hereafter called “the said agreement”) of Performance guarantee for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said agreement, on production of a Bank guarantee for Rs._______________ (Rupees ______________________________ only). We, ______________________ (hereinafter the name of the bank) “the Bank”) (indicate the name of the Bank) _______________________at the request of __________________ (Contractor’s) do hereby undertake to pay to the Government an amount not exceeding Rs._______________ against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms and conditions contained in the said agreement. 2. We __________________________ (indicate the name of the Bank) do hereby undertake to pay the amounts (indicate the name of the bank) due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount/claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said Contractor(s) of any of the terms or conditions contained in the said agreement or by reason of the Contractor(s) failure to perform the said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.________________. 3. We under-take to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the Contractor(s) /suppliers(s) in any suite or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) /suppliers(s) shall have no claim against us for making such payment.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 24

Signature of Tenderer/Contractor

4. We, __________________________________(indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said the agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till__________________ (office/department) Ministry of ___________certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ____________________ we shall be discharged from all liability under this guarantee thereafter. 5. We, _________________________ (indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to very any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s) /suppliers(s). 7. We, __________________________(indicate the name of the Bank) lastly under take not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the _________________ day of _________2015

For _______________________________________ (indicate the name of bank)

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 25

Signature of Tenderer/Contractor

GENERAL CONDITIONS OF CONTRACT The IRS General Conditions of Contract governing the performance of the works covered by this tender

are the “IRS General conditions of Contract” of the Engineering Department of the South Central Railway,

as amended from time to time up to date. A copy of the booklet incorporating the above “IRS General

Conditions of Contract” may be perused in the office of the Chief Administrative Officer/ Construction/

South Central Railway Secunderabad - 500071. This may also be perused in the office of the Deputy Chief

Engineer/ Construction/ S.C.Railway/ Guntur

In submitting his tender it would be deemed that the tenderer has kept himself fully informed of the

provision of the IRS General Conditions of Contract including all corrections and Amendments issued up to

date and claim that he is not aware of any amendment or correction slip to the IRS GCC shall not be

entertained.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 26

Signature of Tenderer/Contractor

ANNEXURE-VIII

CERTIFICATE OF FAMILIARISATION

I/We hereby solemnly declare that I/We visited the site of the above work and have familiarized myself/ourselves of the working conditions there in all respects and in particular the following.

i) Topography of the area.

ii) Soil conditions at the site of work.

iii) Sources and availability of construction materials

iv) Rates for construction materials.

v) Availability of local labour, both skilled and unskilled and the prevailing labour rate. vi)

Availability of water and electricity.

vii) The existing roads and access to the site of work with regard to crossing of Existing track

and re-handlings involved in crossing of existing tracks.

viii) Availability of space for putting labour camps, offices, stores, godowns, Engg, yard for

collection of required materials and stacking ,etc.

Any other matter that may have bearing on work.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 27

Signature of Tenderer/Contractor

SPECIAL CONDITIONS AND SPECIFICATIONS OF CONTRACT Note: The following special conditions are supplement to the conditions of tenders already

submitted by the tenderer, General conditions of the contract and notes appearing under the relevant chapters of the IRU Standard Schedule of Rates, (South Central Railway) 2010, and should be considered as part of the tender papers. Where the provisions of special conditions are at variance with IRS General Conditions of the Contract and other documents mentioned above these special conditions shall prevail.

Partnership Deed: Partnership Deed duly attested by a Gazetted officer, certified true copy by authorized Notary Public can also be accepted in all types of works tenders. However, Railway reserves the right to call for the production of Original partnership Deed for verification, if necessary. 1.0 Variation in quantities of items of contract: 1.1 The Railway reserves the right to alter the designs and drawings. If due to change in drawing or any other reasons there will be variations either increase or decrease in quantities, payment will be made only for the actual quantities executed at the accepted rates. If there is 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 there of or entitle the Contractor to damages or compensation there for except as provided for in this Contract. 1.2 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required. 1.3 In case, an increase in quantity of an individual item by more than 25% of the agreement quantity is considered as unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions.

(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 up to 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 up to 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.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 28

Signature of Tenderer/Contractor

(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/ FA&CAO(C ) and approval of General Manager.

1.4 In cases where decrease is involved during execution of contract:

a) The contract signing authority can decrease the items up to 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 work proposed to be reduced will not be required in the same work.

1.5 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. 1.6 No such quantity variation limit shall apply for foundation items. 1.7 As far as USSR items are concerned, the limit of 25% would apply to the value of USSR schedule as a whole and not on individual USSR 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). 1.8 For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. 1.9 For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by General Manager. 1.10 For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager. 1.11 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. 1.12 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 may result from such procedure.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 29

Signature of Tenderer/Contractor

2.0 ADDITIONAL ITEMS: 2.1 NS Items: Any NS items of work, which are not provided in the schedule of quantities and rates, shall

be executed only with the prior approval of the Railway and at rates and conditions as may be mutually agreed upon and incorporated in a supplementary agreement.

I. SEIGNIORAGE CHARGES : 1. Seigniorage charges/fee for consumption of earth, moorum, sand and other minerals in works

execution as fixed by the state government from where the minerals are drawn and payable to them as revised from time to time during currency of contract will be recovered by the Railway from the contractors, in “on account” and “final bills” and remitted to the State government, unless exemption obtained to the contrary or proof of payment of seigniorage charges submitted as indicated below : ‘’Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates’’ issued by State Govt. officials in token of having paid seigniorage fee. Such passes/permits/certificates should also indicate the relevant name of work / Contract Agreement Number. 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 concerned Mining and Geology department and excess amount recovered, if any, refunded to the contractor Note: The word “Consumption” of various minerals indicated in above clause, inter alia means “supply” as well.

2. The rates quoted by the tenderer shall be inclusive of seigniorage charges on all items of work to be executed under the contract, applicable as on the last date of submission of tender.

3. For any subsequent increase or decrease in the rates of seigniorage charges, reimbursement /

recovery will be effected to / from the contractor as per the following provisions. a) For increase in the rates of seigniorage charges after the last date of submission of tender :- the

increased amount will be recovered by the Railway from the contractors, in “on account” and “final bills” and remitted to the State Govt., on receipt of state Govt.’s order to that effect. However, the Railway shall reimburse the additional liability to the contractor, provided that the work executed falls in the original completion period of the work or in the extended period granted on administrative grounds i.e under clause 17-A (i), (ii) or (iii) of IRSGCC. As such, claims regarding reimbursement due to increase in seigniorage charges shall not be payable for works executed in the extended period granted on contractors account under clause 17(B) of IRSGCC.

b) For any decrease in seigniorage charges or waival, recovery of seigniorage charges will be

made at the rates as prevailing on the last date of submission of tender but remittances to State government will be made only at the revised reduced rates. The difference in amount will be retained by Railway and contractors will not have any claim on this amount.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 30

Signature of Tenderer/Contractor

c) In the event of contractor submitting proof of payment of seigniorage charges also, adjustment of liability by way of reimbursement / recovery of the difference amount arrived based on the increased / reduced rates at which actual payments done by the contractor and the rates of seigniorage as prevailing on the last date of submission of tender shall be effected on the lines of provisions under a) & b) above.

4. No additional amount will be paid or claim entertained on this account by the Railway.

Contractor shall not have any claim whatsoever as a result of the increase in the rates of all other taxes, duties, octroi or any form of levies etc., even if incurred on the supply / use of minerals indicated above. Note: A register shall be maintained by Dy.CE/C/Executive Engineer/ Construction concerned in which the entries should be made regarding the documentary evidence i.e., Serial No. of “transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates” issued by concerned authority showing proof of payment of seigniorage charges, for each bill. Relevant entries shall also be made on receipt of verified document from Mines & Geology department of State Government against the particular bill and “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates”. The verified “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates” shall be scored out with cross mark with an endorsement “Accounted against CC/Final bill No._____dt.___ for Agt.No. ___”. These passes shall be kept on record for subsequent verification till closure of the contract. The register should be page numbered and one page allotted to one contract. The reference where the verified, “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates” is filed shall also be made on the register.

II TAXES: The accepted rates shall be deemed to include all taxes direct or indirect including Income Tax leviable under central, state or local bodies act or rules, octroie, tolls, royalties, seigniorages, cess and similar imposts that may be prevailing from time to time in respect of land, structures and all materials in the performance of this contract. III. VALUE ADDED TAX:- As per VAT of Government of Andhra Pradesh the works contracts are brought under purview of Value Added Tax with effect from 01.04.2005 and as amended. As such accepted rates are deemed to include all taxes which will be recovered from the contractors bills from time to time. The guide lines for deduction of VAT are furnished below.

i) Where the works contracts are inclusive of tax component and the labour and material component is not easily identifiable, the VAT should be deducted @ 3.5% of the total value of the contract.

ii)For the contracts like earthwork, where the transfer of property is minimum or the material component is negligible, the VAT as TDS should be recovered @ 1.75% of the total contract value.

iii) If the contractor opts for composition in the Commercial Taxes Department of Government of Andhra Pradesh and produces an acknowledgement towards receipt for the form No.250 by the assessing authority of the Commercial Taxes Department, the VAT should be deducted @ 5% as TDS.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 31

Signature of Tenderer/Contractor

iv) Wherever labour portion is identifiable in a works contract, the tax shall be deducted @ 5%

on 70% of the value of the works or 2.5% on 70% keeping in view the labour portion in the contract. (But not @ 5% of the remaining value is to be deducted as TDS towards VAT from each “On account bill”)

v) In case, if the VAT is provided extra over the contract value, the tax provided extra shall be

deducted and paid to the Government.

vi) Where inter-state movement of goods is involved and Central Sales Tax is being charged, VAT shall be recovered as usual either @ 3.5% or @ 1.75% as the case may be.

vii) VAT is also recoverable from the contracts for supply of ballast in addition to the

Seigniorage charges payable to the department of Mines and Geology. IV. “THE BUILDING AND OTHER CONSTRUCTION WORKERS (Regulation of

Employment and conditions of service) ACT,1996” and “THE BUILDING AND OTHER CONSTRUCTION WORKERS WELFARE CESS ACT,1996” :

“The tenderers for carrying out any construction work must get themselves Registered with

the Registering Officer under section 7 of the ”Building and other construction workers act, 1996” and rules made there to by the concerned state Govt. and submit certificate of Registration issued from the Registering Officer of the concerned State Govt. (Labour Department). As per the Act, the tenderer shall be levied a cess at 1% of cost of construction work, which would be deducted from each bill

V PRICE VARIATION CLAUSE: Price variation clause (PVC) shall be applicable only for Contracts of value (Contract Agreement value) Rs 50 lakhs and more, irrespective of the contract completion period. Applicability of PVC based on original Contract value is illustrated as under: “ If estimated value of a tender (NIT value) is Rs.55 lakhs, but value of the contract as per Contract Agreement is Rs.45 lakhs, then PVC shall not apply, even if the actual final value is Rs.50 lakhs 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”. Note: “Contract Agreement” in the above means “Original Contract Agreement” only. PRICE ADJUSTMENT TOWARDS INCREASE / DECREASE OF CEMENT, STEEL, LABOUR, MATERIALS AND FUEL: The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes, levies, tolls etc., except the payment / recovery for over all market situation which shall be made as per price adjustment clause given in paras below:

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 32

Signature of Tenderer/Contractor

No cognizance will be given for any kind of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustments in payments. The contract shall, however, be governed by the general price variation clause as under: The adjustment for variation in price of cement, steel, labour, materials and fuel shall be determined in the manner prescribed below:

1) STEEL ITEMS:

The amount of price variation for steel component in the contract shall be admissible is as under:

Ms = Q (Bs – Bso) Where

Ms - Amount of price variation in steel payable / recoverable

Q - Weight of steel in tones supplied by the contractor as per the on account

bill for the month under consideration. Bs - SAIL’s (Steel Authority of India Limited) ex-works price plus excise duty

thereof (in rupees per tonne) for 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.

Bso - SAIL’s ex-works price plus excise duty thereof (in rupees per tonne) for

the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

NOTE : (i) Relevant categories of steel for the purpose of operating the above price

variation formula based on SAIL’s ex-works price plus Excise Duty thereof are as under:

Sl. No.

Category of steel supplied in the Railway work

Category of Steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determine price variation

1. Reinforcement bars and other rounds TMT 8 mm IS 1786 Fe 415/Fe-500 2. All types and sizes of angles Angle 65 x 65 x 6 mm IS 2062 E250A SK 3. All types and sizes of plates PM Plates above 10-20 mm IS 2062 E250A

SK 4. All types and sizes of channels and

joists. Channels 200 x 75mm 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. No. 1, 2, 3 above.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 33

Signature of Tenderer/Contractor

(i) (ii) The prevailing ex-works / ex-plant base price of steel per tonne as available for

the above categories of steel to be taken, as available on SAIL’s website www.sail.co.in for that month. In case there is no notification by SAIL for the month under consideration, the price of steel as notified in the last available month is to be taken.

2) CEMENT:

For the component of Cement in the contract the variation in prices shall be admissible is as under:

Mc = Rc x (Wc-Wco)/Wco

Where

Ms - Amount of price variation for cement payable/recoverable.

Rc - Gross Value of cement supply items as per on account bill. Wco - Index No. of wholesale Price of sub-group (cement & lime) as published

in RBI bulletin for the base period. Wc - Index No. of the wholesale Price of sub-group (cement&lime) as

published in RBI bulletin for the first month of the quarter under consideration.

3. For component of bill other than Cement and Steel Items

The Revised weightage would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value, ie., the general price variation clause given below will be applicable on value Ro. Where

Ro = R – (Rs+Rc)

R = Gross value of the work done by Contractor as per on accounts bill (s)

excluding cost of materials supplied by Railway at fixed price. This will also exclude specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer)

Rs - Gross Value of steel supply item/items as per on account bill. Rc - Gross Value of Cement supply item as per on account bill.

The following weightage will be applicable to the components of labour, material and fuel etc.

Labour component (P) : 30% (Thirty percent)

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 34

Signature of Tenderer/Contractor

Material component (Q) : 25% (Twenty five percent) Fuel component (Z) : 15% (Fifteen percent) Total (P + Q + Z) : 70% (Seventy percent)

The balance 30% (Thirty percent) shall be considered as fixed component on which no price variation shall be admissible.

If, in any case, the accepted offer includes some specific payment to be made to consultant or some materials supplied by Railway at fixed rate, such payment should be excluded from the gross value of the work for purpose of payment/recovery of variation. The amount of variation in prices in the above three components shall be worked out as follows:

Mo = (L + M + U)

i) L = R x (I - Io) x 30

Io 100 ii) M = Ro x (W - Wo) x 25 Wo 100 iii) U = Ro x (F - Fo) x 15 FO 100

Where - L = Amount of price variation in labour M = Amount of price variation in materials U = Amount of price variation in fuel

Io = Consumer price index number of industrial workers – All India – Published in R.B.I. Bulletin for the base period.

I = Consumer price index number of industrial workers – All India – Published

in R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration.

Wo = Index number of whole sale prices – by groups and sub groups “All

commodities” – as published in the R.B.I. Bulletin, for the base period.

W = Index number of whole sale prices – by groups and sub groups “All commodities” – as published in the R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration.

Fo = Index number of whole sale prices – by groups and sub groups for “fuel &

power” – as published in the R.B.I. Bulletin, for the base period.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 35

Signature of Tenderer/Contractor

F = Index number of whole sale prices – by groups and sub groups for “fuel & power” as published in the R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration.

The total price variation will be the summation component of Ms, Mc and Mo.

Note: The index number of the base period will be the index number of obtained for the month of opening of the tender or the month in which final negotiations are held. The quarter will commence from the month following the month of opening of the tender or month in which negotiations are held, if any. The adjustment for variation in prices if required shall be made once in every quarter in the on account bills. If more than one on account bill is made to the contractor in a quarter, the adjustment, if required, shall be made in each bill. The demands for escalation of the cost will be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment need to do done based on the finally published indices will be made as and when they become available. For the work executed in a particular quarter, the measurement will be recorded in the last week of last month of the quarter, if not paid already in the preceding weeks or months. If the price variation is downward and recoverable from the contractor, the variation amount will be adjusted in the on account/ final bill on hand and if the recovery cannot be fully effected it will be recovered from subsequent bills in respect of the same work or any other sum due to the contractor. ITEMS EXCLUDED FROM THE SCOPE OF PRICE ADJUSTMENT The following shall be excluded from the value of the work done for the purpose of price adjustment: i) Materials supplied free by the Railway to the contractors will not form part of the

value of the contract entered into and will fall outside the purview of the price variation clause.

ii) Execution of quantities beyond 150% of the overall agreemental value for which negotiations have to be conducted.

iii) Value of the additional items of work not covered in schedule of quantities, for which separate rates may be negotiated.

iv) The Value of the materials, if any, supplied by the Railway at fixed prices. v) Specific payments, if any, made by the Contractor to the consultants engaged by

him where such payments are indicated in the accepted offer.

PRICE ADJUSTMENT DURING EXTENDED PERIODS OF COMPLETION: The price variation is payable / recover able during the extended period of the contract also, provided the price variation clause was part of the original contract and the extension has been granted on administrative ground ie., under Clause 17-A (i), (ii) and (iii) of IRS GCC. However, where extension of time has been granted due to contractor’s failure under Clause 17(B) of IRS GCC price adjustment will be done as follows:

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 36

Signature of Tenderer/Contractor

a) In case the indices increase above the indices applicable to the last month

of original completion period or the extended period under Clause No. 17(A), (i), (ii), (iii), the price adjustment for the period of extension granted under Clause 17(B) will be limited to the amount payable as per the indices applicable to the last month of original completion period or the extended periods under clause 17(A) (i), (ii), (iii) of IRS General Conditions of the Contract as the case may be.

b) In case the indices fall below the indices applicable to the last month of the

original/extended period of completion under clause 17(A) (i), (ii), (iii) as the case may be, then the lower indices will be adopted for price adjustment for the period of extension under 17(B) of IRS General Conditions of Contract.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 37

Signature of Tenderer/Contractor

SOUTHCENTRAL RAILWAY Name of Work: New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations-Transportation of PSC sleepers, Rails, Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section .

PARTICULARS OF WORK

1.0 SITE: 1.1 The works included in this tender are to be executed in connection with New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations. 2.0 GENERAL FEATURES: 2.1 The work included in this tender schedule is transportation of of Rails, Crossings, Switches,

PSC / other Sleepers, turnout sleepers and P.Way fastenings from nominated places to Mattampalli-Janpahad section including both yards.

2.2 Loading & unloading of Rails,sleepers & P.way fittings etc,. 3.0 SPECIFICATIONS: 3.1 The execution of all works under this Tender/Contract shall conform to the specifications

and codes of practice mentioned below and as mentioned in other part of this document as amended from time to time till the opening of tender..

i)Indian Railways unified standard specifications (works &materials) - 2010 Vol-I & II ii)Notes in South Central Railway Unified Standard Schedule of Rates, 2010 (printed). iii)Indian Railway Permanent-Way, Bridges and Works Manual. iv) Indian Railway Standard Schedule of dimensions. v) The works shall be carried out to the relevant I.S. Codes of practice and other specifications mentioned in plans.

Note :- 1 ) Latest addition including correction slips up to date of submission of price bid / revised bids, shall govern. 2 ) The list given above is by no means exhaustive. All I.S.C. and I.R.S. codes pertaining to work shall be applicable. 3.2 The Railway reserves the right to reject or alter any part of the work executed by the

contractor which in the judgment of Railway does not comply with the requirements of the above specifications. The decision of the Railway shall be final and conclusive for all purpose.

4.0 Any further particulars/details/drawings required may be obtained/perused from the office of

the Chief Administrative Officer/Construction/South Central Railway /Secunderabad or Deputy Chief Engineer/Construction/ Guntur on any working day office hours.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 38

Signature of Tenderer/Contractor

SPECIAL CONDITIONS OF CONTRACT (TECHNICAL): 1.0 EXECUTION OF WORKS: 1.10 The Contractor has to arrange for adequate number of men to carry out the work and

complete before the targetted date, as per the programme fixed. 1.11 All the tools required for the work will have to be arranged by the Contractor and no tools

will be supplied by the Railway. 1.12 If the Contractor fails to employ adequate labour during the course of execution of the

work at any stage, the Railway will take action to employ such labour as if necessary or get the work done by fixing up an agency even on single tender basis at the risk and cost of the Contractor. The decision of the Engineer/his representative is final and binding

1.13 The work should be carried out without any interference to the normal working of the track

and structures. The Contractor will be responsible for any loss or damage to Railway and public property if it occurred during the course of execution and the Railway reserves right to have the damages made good by the Contractor.

1.14 If the Contractor’s vehicles or persons are involved any accident it would be the

responsibility of the Contractor and Railway will not be responsible for any damage or compensation thereof.

1.15 Materials shall be handled carefully while leading, loading on to Railway BFRs / wagons

and / or Railway / contractor road vehicles, transportation and unloaded from vehicles and stacking, in such a way that no damage is caused either to the materials, track or any other Railway property or public property or men. If at all any damages takes place, recovery will be made from the contractor as worked out as per rules prevailing and the decision taken by the Railway is final.

1.16 After loading on to BFRs/Wagons (open/covered) and / or Road vehicles and unloading

the same, they shall be stacked in such a way that none of them are infringing to the running lines and the additional cost for such operations is deemed to be covered in the rates quoted by the contractor and no separate payment will be made for this operation.

1.17 Payment will made based on theoretical weight of materials loaded / transported /

unloaded. 5% less in weight will be made incase of released materials towards wear and tear.

1.18 The contractor has to make his own arrangements for the required experienced labour ,

for carrying out the work satisfactorily 1.19 The contractor should give a clear acknowledgement to the Railways representative as a

token of receipt of materials handed over to him for loading/ transportation/ unloading at the time of taking over materials from railways and similarly the contractor should take a clear acknowledgement from the railways representative as the materials are handed over back to the Railways for the accountal of materials by Railway.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 39

Signature of Tenderer/Contractor

1.20 The contractor should allow one Railways’ representative as an escort in the cabin of his

vehicle free of cost while transporting the materials. 1.21 The contractor should always keep one of his representative in touch with Railways to

receive the information from Railways about movement of receipt of materials from time to time and he has to arrange required labour immediately for carrying out the work.

1.22 In the event of failure of the contractor or his representative to be available to be informed

about the arrival of the wagons and in case of the contractor failure to arrange for required labour for carrying out the work , the Railway administration will be at liberty to fix up the contract on single tender basis at the risk and cost of the contractor, since the work can not be detained due to the failure of the contractor.

1.23 The rates quoted shall include all types of idling charges for non grant or delayed grant of

blocks etc., for his men and tools. If demurrage / warfage charges accrued due to delay in unloading/ loading , the same are to be borne by the contractor. The block required will be arranged by the Railway. Work shall be done under the supervision of the supervisor nominated by the Engineer - in -charge of the work.

1.24 All the materials unloaded shall be lead away from the unloaded place and stacked at

nominated places to get accommodation for further unloading 1.25 The contractor is permitted to make use of existing roads available with in the Railway

premises and shall be maintained by him for carrying out the work as required. If any additional roads are required also shall be made and maintained by the contractor at his cost and no separate payment will be made for this purpose.

2.0 GENERAL RESPONSIBILITY OF CONTRACTOR: 2.1 Contractor shall be responsible for all structural and decorative damage to property or injury caused by work or his workmen to persons, animals or things and shall indemnify the Railway in respect thereof and shall be held entire responsibility for all works carried out by him until it is finally taken over by the Railways and he will be liable to be called upon to make good any damage or loss which may occur to the buildings until the work is taken over.

3.0 HIRE OF TOOLS, PLANT AND MACHINERY: The contractor shall make his own arrangements for all plant, machinery, equipment and tools, including spare parts, fuel and consumable stores and all labour required to ensure efficient and methodical execution of the work. The quoted rates shall be deemed to be inclusive of all charges for such items. 4.0 SERVICE ROADS: 4.1 The contractor will be permitted to make use of existing service roads if any free of cost. New service roads required by the contractor in connection with the work either near the work site or elsewhere within or outside Railway limits for carriage of materials or for any other purpose what

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 40

Signature of Tenderer/Contractor

so ever will have to be constructed and maintained by the contractor at his cost. For the purpose construction of service roads on Railway land, permission will be given to the contractor at Railway’s discretion free of any charges. 4.2 If any land other than Railway land is necessary to be acquired or to be entered upon for the purpose, such land acquisition or permission to enter upon the land have to be arranged for by the contractor at his cost. The contractor will however indemnify the Railway against all claims for all damages whatsoever in this account. Railway however reserves the right to make use of such service roads without any charges. 5.0 ELECTRIC POWER : The Contractor shall make his own arrangements for Electric power supply as may be required for the work. The Railway will however assist in recommending his application to the Electricity authority for the power supply. The railway does not undertake to arrange for the supply of electricity to any of the contractors work. 6.0 ROYALTIES AND PATENT RIGHTS: 6.1 The contractor shall defray the cost of all royalties, fees and other payments in respect of patents, patent rights and licences which may be payable to patentee, licencee or other person or corporation and shall obtain all necessary licences. In case of any breach (whether willfully or advertantly) by the contractor of this provision, the contractor shall indemnify the Railway and its officers, servants, representatives, against all claims proceedings, damages, cost, charges, loss and liabilities which they or any of them, may sustain incur or be put to by reason or in consequence of directly or indirectly of any such breach and against payment of any royalties damages and other monies which the Railway may have to make to any person or paid in total to patent rights in respect of the users of any machine, instrument process, article matter or thing constructed, manufactured, supplied or delivered by the contractor to his order under this contract. 7.0 STORAGE OF PETROLEUM: No petroleum, spirit within the meaning of the Indian Petroleum Act shall be stored at site or adjacent to it until the approval of the Railway and necessary license under the act has been obtained by the contractor. 8.0 SAFE WORKING METHODS: 8.1 The contractor shall, at all times, adopt such safe methods of works as will ensure safety of structures, equipment and labour. If at any time the Railway finds the safety arrangements inadequate or unsafe, the contractor shall take immediate corrective action as directed by the Railway’s representative at site. Any dereliction in the matter shall no way absolve the contractor of his sole responsibility to adopt safe working methods. 8.2 The contractor shall not allow any road vehicle belonging to him or his suppliers etc., to ply in Railway land next to the running line. If, for execution of Bridge works, road vehicles are necessary to be used in Railway land next to the Railway line, the contractor shall apply to the Engineer-in-charge for permission giving the type and No. of individual vehicles, names and license particulars of the drivers, location, duration and timing of such work/movement. The Engineer-in-charge or his authorised representative will personally counsel, examine and certify the road vehicle drivers, contractor’s flagmen and supervisor and will give written permission

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 41

Signature of Tenderer/Contractor

giving names of road vehicle drivers, contractor’s flagmen and supervisors to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory condition.

i) The road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6.00metres from the center of nearest track. For plying of road vehicles during night hours, adequate measures to be communicated in writing along with a sketch to the contractor/contractor’s representative and controlling engineer/supervisor-in-charge of the work including officers and the in-charge of the section.

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

flagman and one supervisor certified for such work.

iii) Execution of doubling works in the vicinity of nearest track is not permitted without providing barricade at minimum distance of 2.80 mts clear of nearest track centre and any movement of vehicles less than 2.80 mts clear of nearest track centre is also not permitted. Any work less than 2.80 mts clear of nearest track centre will be carried out under block protection only.

. iv) The contractor shall remain fully responsible for ensuring safety and in case of any

accident, shall bear cost of all damages to his equipment and men and also damages to Railway and its passengers.

8.3 When the vehicle is to be worked closer to 6 M but not less than 3.5 M from center line of

running track. If a road vehicle or machinery is to work closer to 6.0m due to site conditions or requirement of work, following precautions shall be observed:

i) In no case the road vehicle shall run or machinery shall work at distance less than 3.5m

from center line of track ii) Demarcation of land shall be done by bright colored ribbon/nylon chord suspended on

75 cm. High wooden/bamboo posts at distance of 3.5m from center line of nearest running track.

iii) Presence of an authorised Railways representative shall be ensured before plying of vehicle or working of machinery.

iv) Rly’s supervisor shall issue suitable caution order to drivers of approaching train about road vehicles plying or machineries 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.

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

vi) On curves where visibility is poor, additional lookout men shall be posted. 8.4 When the vehicle is to be worked closer to 3.5 mtr from center line of running track.

i)Plying of vehicle or working of machinery closer to 3.5m or running track shall be done only under protection of track. Traffic block shall be imposed wherever considered necessary. The site shall be protected as per provisions of Para No.806 & 807 of P.way manual as the case may be.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 42

Signature of Tenderer/Contractor

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

to whistle freely to warn about the road vehicles plying or machineries working close to running tracks. The train drivers shall be advised approaching train.

8.5 Safe Working of Contractors –

A large number of men and machinery are deployed by the contractors for track renewals, gauge conversions, doublings, bridge rebuilding etc. It is therefore essential that adequate safety measures shall be taken for safety of the trains as well as the work force. The following measures should invariably be adopted.

i) The contractor shall not start any work without the presence of railway supervisor at

site. ii) 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 acknowledge 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.

iii) The look out and whistle caution orders shall be issued to the trains and speed restrictions imposed where considered necessary. Suitable flagmen/detonators shall be provided where necessary for protection of trains.

iv) The supervisor/workmen should be counseled about safety measures. A competency certificate to the contractor’s supervisors as per proforma annexed shall be issued by AEN, which will be valid only for the work for which it has been issued.

v) 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.

vi) Supplementary sites specific instructions, wherever considered necessary, shall be issued by the Engineer-in-charge.

Certified that Sri ___________________________________ 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

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

site. 8.7 No child labour, (below 18 years of age) will be allowed to work in any of the work under

this contract.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 43

Signature of Tenderer/Contractor

9.0 DEDUCTION OF INCOME TAX AT SOURCE: 9.1 In terms of new section 194 inserted by the Finance Act, 1972 in the Income Tax Act 1961,

the Railway shall at all the time of arranging payment to the contractor/sub-contractor (in case of sub-contractor only when the Railway is responsible for payment of the consideration to him under the contract) for carry out any work (including supply of labour for carryout the work under the contract) be entitled to deduct income tax at source, or 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 1961.

10.0 CONTROLLED AND IMPORTED COMMODITIES: 10.1 The Railway will not supply from its own quota to the contractor, controlled or imported commodities. The Railway will, however, render assistance to the contractor by recommending to the appropriate authorities on the contractor’s application for issue of import license or release of controlled commodities if the Engineer is satisfied that the materials are actually required by the contractor for carrying out the work and the materials proposed to be imported are not available indigenously. When any materials for execution of contract are procured with the assistance of the Government either by issue from Government stocks or purchase under arrangements made or permit, or licence issued by the Government. The contractor shall hold the said materials as trustee and use such material economically and solely for the purpose of the contract against which they are issued, and shall not dispose them off without the permission of the Government and shall return if required by the Government. All surplus or unserviceable materials that may be left with him after the completion of the contract or at its termination for any reason whatsoever, on his being paid such price as the Government may fix with due regard to the condition of the material. The freight charges for the return of the materials according to the directions of the railway shall be borne by the contractor, in the event of the contract being cancelled for any default on his part. The decision of the Government shall be final and conclusive. In the event of any breach of the aforesaid conditions, the contractor, shall in addition to throwing himself open to action for contravention of terms of the licence or the permits and/or for criminal breach of trust, be liable to account to Government for all monies, advantages, or profits resulting or which in the usual course would have resulted by reason of such breach. 11.0 TIME OF COMPLETION: 11.1 Time is the essence of the contract. All works included in the contract should be completed within the period of 6 (SIX) months inclusive of the intervening monsoon period from the date of issue of acceptance letter. The Tenderer/Contractor would be expected to adhere to the progress of work as per each mile stone chart as appended below. In case they fail in achieving the first 2 mile stones, the contract would be liable for termination under clause 62 of IRS GCC.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 44

Signature of Tenderer/Contractor

12.0 PROGRAMME OF MILESTONES:

Sl. No

Mile Stone No.

Name of event (mile stone) Schedule

1 1 Preliminary works and mobilization of men and machinery etc.,

D1+15

2 2 Transportation of sleepers D15+180

3 3 Transportation of rails,Switches & Crossings D15+180

Note: “D1 stands for the date on which Railway has given the site/drawings as relevant.

12.1 Extension of time of completion will be governed by clause 17 of IRS General Conditions of Contract. However, while granting the extension of time under clause 17(B) of IRS 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 IRS GCC

.13.0 MAINTENANCE: There is no maintenance period for this work. 14.0 EMPLOYMENT OF QUALIFIED ENGINEERS AT WORK SITE BY THE CONTRACTOR: 14.1 In terms of provisions of new clause 26. A-1 to the IRS GCC, the contractor shall also employ following qualified Engineers during the execution of the allotted work. a) One qualified graduate Engineer when cost of work to be executed is Rs. 200 lakh and above, and b) One qualified diploma holder Engineer when cost of work to be executed is more than Rs. 25 lakh, but less than Rs. 200 lakh.

14.2 In case the contractor fails to employ the qualified Engineer as per above para, the contractor, in terms of provision of clause 26A -2 to IRS GCC, shall be liable to pay an amount of Rs. 40,000/- and Rs. 25,000/- for each month or part thereof for the default period for the provisions as contained in para (a) & (b) above respectively. 14.3 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. 15.0 NIGHT WORK:

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 45

Signature of Tenderer/Contractor

15.1 The Provision in clause-23 of IRS General Condition of Contract should be noted regarding execution of the work between the sun-set and-rise. If the Railway is however satisfied that the work is not likely to be completed in time except by resorting to night work, by special order the contractor should be required to carry out the work even at night without conferring any right to contractor for claiming for extra payment for introducing night work. 15.2 Contractor shall provide adequate flood lighting arrangements for night working. Night working also shall be done to meet the tight targets. The quoted rates shall hold good for the items of the work done during night also. 16.0 ASSISTANCE DURING ACCIDENTS/NATURAL CALAMITIES: 16.1 Vehicles and equipment of contractors can be drafted by Railway Administration in case of

accidents/natural calamities involving human lives. 16.2 For payment purposes, the item may be operated as a Non-Schedule (NS) item as per the existing norms and powers delegated to the Railways. 16.3 A data base should be kept ready in respect of the equipments available with the working contractors which can be used in train accidents/natural calamities involving human lives in each Division and Construction Office. This data base may also be kept on Railway’s secured website which can be accessed by the concerned officials of the Railways. However, only authorized officials should be able to edit the same . 17.0 PROVISION OF CONTRACT LABOUR (Regulation and Abolition) ACT OF 1970 : 17.1 The Contractor shall perform all the obligations and enjoined upon him in the conditions of license and comply with all the provisions of the contract labour (Regulations and Abolition) Act, 1970 and/or any Statutory modifications and/or re-enactment thereof and the rules made thereunder by the Central Government in respect of all the contract labour employed by him directly or through his agents for performances of the contract. The expenditure incurred to perform the conditions of license and comply, with the provisions of the said Act and or Rules made thereunder shall be borne by the Contractor. 17.2 The Contractor shall obtain the required license under the provisions of the said Act Rules made thereunder and the statutory modifications thereof on payment of such fee, and on deposit of such sums as security for the due performance of the conditions as may be prescribed at his cost. 17.3 If the Railway administration is obliged to provide amenities or arrange payment of wages to contract labour employed by the Contractor either directly or through his agents under the contract on account of failures on the part the Contractor to provide the amenities and/or arrange payment of wages to the said act/rules made there under; the Railway Administration shall be at liberty without prejudice to the rights of Railway under section 20(2) and 21(4) of the contract labour (Regulation and Abolition) Act, 1970 to recover the whole or part of the expenditure so incurred on the wages so paid by the Railway from the security deposit and/or from any sum or sums due by the Railway to the Contractor whether under these or any other presents provided that if any dispute arises as to the amount due by the Contractor to the Railway towards providing the said amenities and/or making payment of wages under section 20(2) and 21(4) of the said Act/Rules, made there under, the decision of the Engineer thereon shall be final and binding upon the Contractor.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 46

Signature of Tenderer/Contractor

18.0 EPF Act, 1952 18.1 The contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number from the concerned authorities whenever work men 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 extends the social security benefits to the work men engaged by the Railway contractors. The fI Rlyt months 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 & Form No. 12A. Monthly return copy in proof of remittance of PF dues for previous month. 18.2 Provisions of Employees Provident Fund and miscellaneous Provisions Act,1952: The contractor shall comply with the provisions of para 30 & 36-B of the Employees Provident fund Scheme, 1952; Para 3&4 of Employees Pension Scheme,1995 and para 7 & 8 of Employees Deposit linked Insurance Scheme, 1976; as modified from time to time through enactment of “ Employees provident Fund & Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the Railway from against any claims under the aforesaid Act and the Rules”. 19.0 INDIAN RAILWAYS ARBITRATION RULES: 19.1 The provision of Clause 63 and 64 of IRS 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 63 and 64 of IRS General Conditions of Contract will not be applicable for referring the disputes to be settled through arbitration. 19.2 The contractor shall furnish his monthly statement of claims as per Clause 43 (1) of IRS General Conditions of Contract. But, the contractor should seek reference to arbitration to settle the disputes only once, subject to the condition as mentioned as per above para. 19.3 These special conditions shall prevail over the existing Clause of 63 & 64 of IRS General Conditions of Contract. 20.0 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.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 47

Signature of Tenderer/Contractor

iv)The security deposit shall be released only after the expiry of the maintenance period and after passing the final bill based on an unconditional and unequivocal ‘No Claim Certificate’ obtained from the contractor concerned.

v)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.

vi) In case of contracts of value Rs.50Cr and above irrevocable bank guarantee can also be accepted as a mode of obtaining security deposit.

21.0 PERFORMANCE GUARANTEE

21.1 The Successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of letter of acceptance (LOA). Extension of time for submission of P.G beyond 30 (thirty) days and up to 60 (sixty) 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% p.a. shall be charged for the delay beyond 30 (thirty) days, ie., from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite P.G even after 60 (sixty) days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against the contract. The failed contractor shall be debarred from participating in re-tender for that work.

21.2 The successful bidder shall submit 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 FA&CAO/C/ S.C.Railway/ Secunderabad, (free from any encumbrance) will be accepted.

Note: The instruments as listed above will also be acceptable for Guarantees in case of

Mobilisation Advance.

21.3 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 PG 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 Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 48

Signature of Tenderer/Contractor

21.4 The value of PG to be submitted by the Contractor will not change for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the Contractor. 21.5 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 shall, however, be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

21.6 Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed by Railways. 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 in his / her individual capacity or as a partner of any other JV / partnership firm.

21.7 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) in the event of :

i) Failure by the contractor to extend the validity of the Performance Guarantee as described here in above, in which event the Engineer may claim the full amount of the Performance Guarantee. ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses / Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer. iii) The contract being determined or rescinded under provision of the IRS GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India. 21.8 Acceptance of Bank Guarantees submitted by Contractors /Suppliers: i) The prescribed format for Bank Guarantees (BGs) to be accepted from the Contractor is enclosed with the tender documents at Annexure-VII and it will be verified verbatim on receipt with original document.

ii) Bank Guarantees (BGs) to be submitted by Suppliers / Contractors should be sent directly to the concerned authorities of CAO/C/Dy.CE/C, in favour of FA & CAO/C/SC Rly., Secunderabad by the issuing bank under registered post with A.D.

22.0 LOSS / DAMAGES TO RAILWAY PROPERTY:- 22.1 The contractor will be held responsible for any loss or damage that may occur to the pre-stressed concrete sleepers while leading and unloading when they are in custody of contractor and the cost of such damage or loss will be recovered from him as per the rules in force.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 49

Signature of Tenderer/Contractor

22.2 Entire cost of sleeper will be recovered from contractor’s on account bills if the sleeper is damaged to such as extent that it becomes unfit for use in track. If any small damage (like breaking of corners, edges etc.) occurs appropriate penalty will be levied on contractor for damages as deemed by railway. Contractor cannot have any objection on penalty levied by Railway and the decision of the Railway is final and binding on contractor. 23.0. ENVIRONMENTAL PROTECTION: 23.1. The contractor must organize his work in such a way that the ecology of the area is not badly affected. The instructions issued in this regard will have to be carefully followed. Particular attention is required in case of making the pits for taking out the earth from the quarries and also in the dumping of cut spoils, etc. 23.2. The Contractor or his labour is prohibited to cut the trees for the purpose of firewood or any other purpose. Cutting of trees as required under the items of works indicated in the tender schedule may be carried out strictly as directed by the Engineer- in- charge of the work. Unauthorized felling of trees will result in prosecution and imprisonment. So it is the contractor’s responsibility to cause no damage to the forest growth and any fuel required by the contractor for his own use or the use of his labourers, should be arranged by the contractor at his own cost. 24.0 SITE FACILITIES: 24.1. The quoted rates would be deemed to include charges for any and all site facilities that are considered necessary for execution of the work unless otherwise indicated in contract. In this connection, specific attention is drawn to stipulations in Clause 19 (1) of IRS General Conditions of Contract and intending tenderers are advised to acquaint themselves well with site conditions. Land that can conveniently be spared will be made available by the railway free of charges for the use of contractor for his field offices, stores, depot workshops, Bore wells and temporary accommodation of his staff. The extent of land that can be made available may be ascertained by inspection at site. No assurance can be given regarding the vulnerability of such land to flooding during high floods. The railway under takes no responsibility or liability in this regard and the contractor should take sufficient protective measures against such eventualities at his cost. 24.2 On completion of the works, the contractor should remove all the temporary structures etc. at his own cost and the land should be handed over as vacant procession to Railways within one month. 24.3 If sufficient land cannot be made available by the railway to the contractor’s requirement the contractor will have to make his own arrangements at his own cost. 25.0 STEPS TO BE TAKEN IN ORDER TO AVOID DAMAGES TO RAILWAY

INSTALLATIONS / RAILWAY TRAFFIC:

25.1. The contractor shall see that no damage is caused to Railway’s signaling and transmission wires, stations, installations, communication lines, electric devices, trains of any kind, fencing, as well as any rolling stock and is general to all Railway installations and equipment. In case any damage is caused to these due to the fault of the contractor or on the part of any one on his behalf, all repaI Rly there under required will be carried out by the Railway at the entire cost of the

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 50

Signature of Tenderer/Contractor

contractor and the amount of expenses thus incurred will be recovered from the payment due to him. However if any shifting of over head alignment or underground cable / pipes etc., is required, the cost of the same will be borne by Railway.

The contractor shall plan and execute the work in such a way as to ensure that no disruption or damage / distortion is caused to Railway track / Railway communication / power lines resulting in disruption / danger to traffic, the cost of damage caused to Railways property or death/injury caused to Railway’s personal / public will be recovered from the contractor against this work or any other work / works being executed by the firm under Railway or any Government Department.

26.0 EMERGENCY WORKS: 26.1. In the event of any accident or failure occurring in or around the work or arising out of or in connection with the construction or maintenance of the works which in the opinion of the engineer requires immediate attention, the railway may bring its own workmen or other agency to execute or partly execute the necessary work or carryout repaI Rly if the engineer considers that the contractors is/are not in a position to do so in time and charge the cost thereof as to be determined by the Engineer-in-charge to the contractor. 27.0 EXPLOSIVES: 27.1 The contractor will make his own arrangements for procurement and storage of explosives and detonators needed for the work at suitably located primary Magazines under contractor’s own license. The contractor may draw his requirements of explosives from these Magazines and arrange to transport and store them in convenient quantities at the site of work in his own regular or portable magazines under his own license. 27.2 The contractor shall get the necessary clearance/license from the authorities concerned for

purchase, storing and use of explosives/detonators for the work. For the transport of explosives/detonators from the primary magazines to the work site, the contractor shall make his own arrangements with his own “EXPLOSIVE VANS” or “MOBILE MAGAZINES” at his own cost and risk. The contractor shall employ persons with competency certificates for the storage, transporting and use of the explosives/ detonators.

27.3 The contractor shall arrange to procure and store in advance the size, type and quantity of

explosives/detonators he would need for the next six months. 27.4 The Railway shall in no way be responsible for purchase, storage and use of explosives/

detonators. The contractor shall indemnify the Railway against all the claims, damages, losses whatsoever either for property or life. However, the Railway may, at the request of contractor recommend to the authorities concerned, for issue of license for procurement, storage, transport and correct usage of explosives/detonators for this work.

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page - 51

Signature of Tenderer/Contractor

28.0 CONSERVANCY CHARGES: 28.1 As applicable from time to time shall be levied. It is the responsibility of the tenderer to make necessary sanitary arrangements required for their labour in terms of Clause 59 (4) of IRS

General Conditions of Contract.

Railway Contractors Average No. of Labourers or Workmen employed per day.

Proposed Conservancy Cess charges to be recovered – PER MONTH. Rs.

1 to 5 64/- 6 to 10 126/- 11 to 25 317/- 26 to 50 462/- 51 to 100 620/- 101 to 200 779/- 201 to 300 937/- 301 to 750 1092/- 751 to 1500 2176/- 1501 to 3000 4353/-

Engineering Works Contractors

3001 & over 8694/-

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page52

SNo. NS Item No.

DESCRIPTION OF ITEM Qty. UNIT RATE AMOUNT

1 2001 Transportation (excluding loading and unloading) of BG 60Kg/52 Kg. / 90 R free rails / cut panels including switches,crossings, check rails, other similar materials etc., byContractor's road vehicles from any station/depot to site ofwork as per TP wise requirement in every TP sufficientlywithout obstructing the works under construction with allcontractor's vehicles, crew, fuel and other consumables,labour, tools, all lead and lifts etc., complete and as directedby the Engineer.

a) Leads from 0 km and upto 50 km 30000 PTPKM 11.24 337200.00

b) Leads beyond 50 km and upto 100km 1000 PTPKM 5.33 5330.00

c) Leads beyond 100 KMs and upto 200 KMs 1000 PTPKM 3.85 3850.00

d) Leads beyond 200 KMs and upto 300 KMs 20000 PTPKM 3.26 65200.00

e) Leads beyond 300 KMs and upto 400 KMs 1000 PTPKM 3.01 3010.00f) Leads beyond 400 KMs and upto 500 KMs 1000 PTPKM 2.86 2860.00

g) Leads beyond 500 KMs and upto 600 KMs 1000 PTPKM 2.77 2770.00

h) Leads beyond 600 KMs and upto 700 KM 1000 PTPKM 2.71 2710.00i) Leads beyond 700 KMs and upto 800 KM 1000 PTPKM 2.67 2670.00

j) Leads beyond 800 km 1000 PTPKM 2.61 2610.00Note: i) For the purpose of payment, lead will be calculatedalong the shortest practicable road route (ie., NationalHighway / State Highway / Major district roads in theorder).ii) Variation clause will apply over the combined value of(a) to (j) sub items above.

2 2002 Loading of BG 60 Kg./52 kg./90 R free rails/ cut panelsincluding switches, crossings, turnout sleepers, P-wayfittings and other similar materials etc., into contractorsroad vehicles/BG BFRS/Wagons including leading the P-way materials from existing stacks to loading point upto200 M lead by crossing tracks / platforms, loading intocontractors vehicles at stations / depot or along thealignment with all Contractor's labour, tools, plant,equipment with all lead and lifts, rehandlings if any etc.,complete as directed by the Engineer.

600 1 MT 47.50 28500.00

3 2003 Unloading of BG 60 Kg./52 kg./90 R free rails/ cut panels,switches, crossings, turnout sleepers and other similarmaterials etc., from contractors Road vehicles / RailwayBFRs / Wagons within station yard limits including leadingthe unloaded rails/panels upto 150m with out infringing therunning track/trains/proposed alignment using approvedmethod of unloading with all Contractor's labour, tools,plant & equipment with all lead and lifts, rehandlings if anyetc., complete as directed by the Engineer.

600 1 MT 44.00 26400.00

SOUTH CENTRAL RAILWAYName of Work: New BG line between Jaggayyapeta-Mellacheruvu-Janpahad stations-Transportation of PSC sleepers, Rails,Switches, Crossings and P.way fastenings from various places to Mattampally -Janpahad section .

( Items that are not covered by IRUSSR 2010, SC Railway.)

Signature of Tenderer/Contractor

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page53

4 2004 Transportation (excluding loading and unloading) of BG 60Kg./52 Kg. PSC mono block sleepers, turnout sleepers orany other similar materials by contractor's road vehiclesfrom any sleeper factory / yard premises / along thealignment / depot to site of work as per TP wiserequiement in every TP sufficiently with out obstructing theworks under construction with all contractor's vehicles,crew, fuel and other consumables, labour, tools, all lead andlifts etc., complete and as directed by the Engineer.

a) Leads from 0 KMs and upto 50 KMs 1000 PTPKM 7.84 7840.00

b) Leads beyond 50 KMs and upto 100 KMs 1000 PTPKM 3.99 3990.00

c) Leads beyond 100 KMs and upto 200 KMs 1326000 PTPKM 3.03 4017780.00

d) Leads beyond 200 KMs and upto 300 KMs 1000 PTPKM 2.65 2650.00

e) Leads beyond 300 KMs and upto 400 KMs 1000 PTPKM 2.48 2480.00f) Leads beyond 400 KMs and upto 500 KMs 175000 PTPKM 2.39 418250.00g) Leads beyond 500 KMs and upto 600 KMs 1000 PTPKM 2.33 2330.00h) Leads beyond 600 KMs and upto 700 KMs 1000 PTPKM 2.29 2290.00

i) Leads beyond 700 KMs and upto 800 KMs 1000 PTPKM 2.26 2260.00

Note: i) For the purpose of payment, lead will becalculated along the shortest practicable road route ie.,National Highway / State Highway / Major district roads inthe order.

ii) Variation clause will apply over the combined value of(a) to (i)of sub items above.

iii) Loading into contractor's vehicles at Factory premiseswill be done by factory authorities.

iv)Weight of PSC track sleeper (60kg) for the purpose of payment will be taken as 285 kgs. v) Weight of 1 in 16 PSC turnout sleepers (60Kg ) for the purpose of payment will be taken as 54.0MT per Set. vi) Weight of 1 in 12 PSC turnout sleepers (60Kg) for the purpose of payment will be taken as 43.91MT per set. vii) Weight of 1 in 81/2 PSC turnout sleepers (60 kg) for the purpose of payment will be taken as 31.38MT per set.

5 2005 Loading the BG 60 Kg/52 Kg PSC mono block Sleepersinto contractor's vehicles/BG BFRS/Wagons (open/Covered) using contractor's cranes with out causing anydamage to the sleepers in layers including leading fromexisting stacks available along the alignment or at Depot toloading point upto a lead of 200 M by crossing of track ifany with all contractor's labour, tools, machinery, all leadand lifts and making any temporary arrangement if anycomplete as directed by the Engineer.

35000 Each 11.20 392000.00

Signature of Tenderer/Contractor

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page54

6 2006 Unloading of BG 60 Kg./52 kg. PSC mono block sleepersfrom contractors road vehicles /BG BFRs /Wagons (open/Covered) using contractor's crane at stations or alongthe alignment at specified locations with a lead up to 150 mwithout causing any damage to the sleepers and keeping theunloaded sleepers with out causing any infringement to therunning track/ trains/ proposed formation with allContractor's labour, tools, machinery, all lead and lifts,rehandlings if any and making temporary arrangement ifany complete as directed by the Engineer.

35000 Each 10.72 375200.00

7 2007 Loading of P.Way fastenings and other similar materials(Other than Rails, crossings, switches and PSC sleepers) onto (Railways / Contractor) Road vehicles /BG/MG BFRs/wagons ( open / covered) and stacking neatly on / in theabove mentioned vehicles at any of the stations or in midsections nominated including leading upto 200m lead,crossing of tracks if any with contractor's labour, tools,plant, all leads, lifts, etc., complete as per specifications andas directed by the Engineer-in-charge.

310 1MT 43.20 13392.00

8 2008 Unloading of P.Way fastenings and other similar materials(Other than Rails, crossings, switches and PSC sleepers)from (Railways/Contractor) road vehicles/ BG/ MG BFRs/Wagons (open /Covered) at the station yards/mid sections,leading upto stacking point and stacking at nominatedplaces with in a lead of 150m including crossing of tracks ifany with contractor's labour, tools, plant, all leads, lifts, etc.,complete as per specifications and as directed by theEngineer-in-charge.

310 1MT 37.80 11718.00

9 2009 Transportation (excluding loading and unloading) of P.wayfastenings and other similar materials (Other than Rails,crossings, switches and PSC sleepers) by contractor's roadvehicles from nominated places either yards/Depots or midsections with contractor's vehicles, crew, fuels, otherconsumables, labour, tools, all leads, lifts, etc., complete asper specifications and as directed by the Engineer-in-charge.

a) Leads from 0 km and upto 50 km 500 PTPKM 6.60 3300.00

b) Leads beyond 50 km and upto 100km 500 PTPKM 3.25 1625.00

c) Leads beyond 100 KMs and upto 200 KMs 500 PTPKM 2.43 1215.00

d) Leads beyond 200 KMs and upto 300 KMs 72000 PTPKM 2.08 149760.00

Signature of Tenderer/Contractor

35/CAO/C/SC/2015,dt:26.10.2015-Item-2 Page55

e) Leads beyond 300 KMs and upto 400 KMs 500 PTPKM 1.93 965.00

f) Leads beyond 400 KMs and upto 500 KMs 500 PTPKM 1.84 920.00

Note: i) For the purpose of payment, lead will be calculatedalong the shortest practicable road route ie., NationalHighway / State Highway / Major district roads in the order.

ii) Variation clause will apply over the combined value of(a) to (f) sub items above.

( Items 9 (Nine only.) Total Rs. 5893075.00

Total of Schedule 'A '

Contractor's Percentage Below/At Par/Above

NOTE: The tenderer is required to quote percentage rate At par/Above/Below over the totalvalue of Schedule 'A' both in figures and words. In case of discrepancy in quotedpercentage, the percentage rate quoted in words will be taken as final.

Signature of Tenderer/Contractor


Recommended