- 1 -

TENDER

To The President of , Acting through Senior Divisional Mechanical engineer (DSL), Diesel Loco Shed, Moula-Ali, 500 040 S.C.Railway

Sir,

1. I/We______Have read the various conditions to tender attached here to and hereby agree to abide by the said conditions, I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default the there of,. I/We will be liable for failure of my/our Security Deposit. I/We offer to do the works for ______at the rates shown in the Standard of Rates______for ______as corrected by end upto correction Slip No.______of ______,2000 at par/enhanced/diminished by ______percent in respect of schedules A (items covered by S.S.R. 1996) and at the rates quoted by me/us in respect of Schedules (items not covered by S.S.R) and hereby bind myself/ourselves to complete the works in ______months from the date of issue of letter of acceptance of the 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 specifications for material and works laid down by the south Central Railway for the present Contract.

2. A sum of Rs.______is herewith forwarded as earnest money Deposit. The full value of earnest money shall stand forfeited without prejudice to any other rights or remedies if: a) I/We do not execute the contract documents within seven days after receipt of notices issued by the Railway that such documents are ready, or, b) I/We do not commence the work within ten days after receipt of orders to that effect.

3. Until a format 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 indicate in the letter of acceptance of my/our offer for this work.

4. Payment of stamp duty on the agreement to be executed in pursuance of this tender will be borne by the Railway.

SIGNATURE OF CONTRACTOR(S) Signature of Witnesses

1.______

2.______. Date:

Contractor / Contractors Address: - 2 -

ACCEPTANCE OF TENDER

I accept the tender and agree to pay the rates as per Standard Schedule of Rates ______as corrected by and up to correction slip No.______of ______2001 enhanced/ diminished by ______percent/at par in respect of Schedule ‘A’ and at the rates as entered in the Schedule______.

Senior Divisional Mechanical Engineer Diesel Loco Shed, Moula-Ali, Hyderabad, S.C. Railway. For and on behalf of the President of India.

Witness Division: ______

1.______Date: ______.

2.______- 3 - SOUTH CENTRAL RAILWAY (Hyderabad Division)

Diesel loco shed, Moula-Ali

TENDER AGREEMENT FORM

TENDER NO.Y.M.III.DSL.MLY.WC. INC Dated:07-09-2009

NAME OF THE WORK: Design, Supply, installation and commissioning & 3 Months operation of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule.

REFERENCE SANCTION OF: CME/Plg/SC sanction conveyed vide Lr. no. M.111.93. LSWP/2008-09 28- 3-2008

ALLOCATION: DF-III (43-4275)

ACCOUNTS CHECK NOTE NO. : AFX/W14/656/08-09 Dated 03-02-09.

AVAILABILITY OF FUNDS: Will be made available for the current year.

TENDER VALUE: Rs. 17,89,881/- - 4 -

SOUTH CENTRAL RAILWAY (Hyderabad Division)

NO.Y.M.III.DSL.MLY.WC.ETP & Inc Dated: 07-09-2009

CONDITIONS OF TENDER

Name and address of the Tenderer:

Subject: Design, Supply, installation and commissioning & 3 Months operation of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula- ali on turn key basis as per the specification in the schedule.

Last Date of Payment of EMD: 15-10-2009 by 15.00 hrs

Date of opening of Tenders: 15-10-2009 at 15.30 hrs - 5 -

1 REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF CONTRACTORS FOR ENGINEERING WORKS:

MEANING OF TERMS

Definitions: 1. In these Regulations for Tender 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 Officer of the South Central Railway or of the successor Railway authorized to invite tenders and enter into contracts for works on his behalf.

b) “General Manager” shall mean the Officer in Administrative charge of the whole of South Central Railway and shall mean and include the General Manager of the successor Railway.

c) “Chief Works Manager” shall mean the officer-in-charge of the Lallaguda Shops Mechanical Department of the South Central Railway.

d) “Tenderer” shall mean the Person, the firm or company who tenders for the works with a view to execute the work on contract with the Railway and shall include their personal representatives, successors and permitted assigns.

e) “Limited Tenders” shall mean tenders invited from all or some Contractors on the approved list of Contractors with the Railway.

f) “Open Tenders” shall mean tenders invited in open and public manner and with adequate notice.

g) “Work” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and description of contract and required to be executed according to specifications.

h) “Specifications” shall mean the specifications for Materials and Works, South Central Railway, issued under the authority of the Chief Works Manager or as amplified, added to or superseded by special specifications, if any, appended to the tender forms.

i) “Drawings” shall mean the Drawings, plans and tracings or prints thereof annexed to the tender forms.

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

Interpretation: These Regulations for Tenders and Contracts shall be read in conjunction with the General Conditions of Contract which are referred to here in and shall be subject to modifications, additions or super session by special conditions of contract and / or special specifications, if any, annexed to the Tender Forms. - 6 -

GENERAL CONDITIONS

1. General conditions contract are applicable for this tender. 2. Tenders/Quotations are not transferable. 3. Rates shall be clearly written in figures and words. The tenderer is requested to quote only one percentage rate above/below/at par both in figures and words at the total. If there is any variation in the rates quoted in figures and words. The rate quoted in words will be taken as correct, if different percentage rates are quoted, the offer will be rejected. 4. Tenders/quotations containing erasers, corrections and un-attested alterations will not be considered. 5. The tenders shall hold up offer open for a period of 90 days from the date fixed for opening. 6. The contractor shall arrange to obtain license before acceptance letter is granted to him as per contract labour regulations and Abolition Act.1970, if more than 20 employees are employed by him for executing the above work. 7. The contractor shall take all precautions to protect his labour from train movements posting look-outmen. 8. The work should be completed within six months unless otherwise specified from the date of issue of work order/letter of acceptance.

9. The quoted/accepted rates of the schedule shall hold good for any variation in quantity up to 25%.

10. The contractor is required to submit to this office photograph of the skilled Artisan staff and workman employed by him for a work for the issue of identity cards to enable them to move about in the Railway Premises. 11. The rate quoted by the contractor in the schedule shall be inclusive of all charges including labour and transportation. No other charges shall be payable by the Railways. 12. The contractor shall keep watchman for protecting Railway materials. 13. Period of completion: The Railway expects that a resourceful and experienced contractor should be able to complete the work in all respects in SIX MONTHS from the date of handing over of the material to the contractor of this tender and the contract period is for SIX MONTHS. 14. It is hereby agreed that it shall be the duty of the contractor to keep himself aware of all corrections and amendments of the said general conditions of the contract made upon the date of the execution of these presence and no objections shall be taken by the contractor on the ground that he was not aware of such amendments, corrections of the general conditions of the contract. 15. Variations in equations: The quantities of each item work furnished in the schedule are approximate and are intended for the guidance of the contractor. In actual execution of work, there may be some increase in the quantities specified; such variations up to 25% shall in no degree affect the validity of the contract. It shall be performed by the contractor as provided there in and be subjected to the same conditions stipulated and obligations originally and expressly included and provided for specifications and drawings and the amounts to be paid therefore shall be calculated accordance with the accepted schedule of rates. In the event of any reduction in the quantity to be executed for any reasons what so ever, the contractor shall not be entitled to any compensation but shall be paid for the actual amount of work done. In case contractor fails to attend the meeting after being notified to do so or in the event of no settlement being arrived at, Railway shall be entitled to execute the extra work by other means and contractor shall have no claim for loss or damage that may result from such procedure. The above directives should be made effective for all tenders to be invited on and from 10-8-96 onwards. 16. SEMD is not valid and Bank Guarantee is not an acceptable form for EMD and the EMD amount has to be paid in favour of Sr. Divisional Finance Manager/ Hyderabad Divn/SCR. 17. CARE IN SUBMISSION OF TENDERS: a) Before submitting a tender, the tenderer will be deemed to have satisfied himself after actual inspection of the site and locality of the works, that all conditions liable to be encounter during the execution of the work are taken into account and that the rates now entered in the tender forms are adequate and all inclusive in accordance with the provisions in clause 37 of the general conditions of contract for the completion of work to the extent of satisfaction of the railways.

a) When a firm or company or contractor tenders the work, the tender shall be signed by the legally authorized individual to enter into commitments on their behalf. 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. - 7 -

South Central Railway Mechanical Branch (Diesel loco shed, Moula-Ali)

TENDER SCHEDULE

Description of work: Design, Supply, installation and commissioning & 3 Months operation of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule. It is the sole responsibility of the contractor to obtain the permission from Andhra Pradesh Pollution Control Board for its design & erection then only work should be started. Detailed Specifications for Incinerator at Diesel Loco Shed, Moula-Ali: I.TECHNICAL SPECIFICATIONS FOR THE WORK 1 INCINERATOR FOR WASTE DISPOSAL; The solid waste getting generated in Diesel Shed needs to be disposed by burning. Details of the solid waste are listed as below (per Month).

Sl.No. PARTICULARS QUANTITY 1. Used Lube Oil Filter 56 numbers 2. Used primary and secondary fuel filters 16 numbers 3. Used Rubber/Asbestos gaskets 50 kilograms 4. Waste Paper, Carton boxes, Thermocol sheets 50 kilograms 5. Oil soaked mud 50kilograms 6. Oil/Grease soaked cotton waste/cloth 15 kilograms 8. Waste Lube oil/oil sludge 10 kilograms 9. Sludge from effluent treatment plant 30 kilograms

The Incinerator mainly consists of the following: A) General features of equipment, Chambers etc., B) Incinerator, Chimney and blower. C) Quencher cum scrubber. D) Heat recovery system. E) Control panel and Instrumentation. F) Secured Landfill site. G) Hot water generator H)A. Control panel with starter indication as per details mentioned else where. B. Portable oil content Meter(Optional)

A) GENERAL 1 Equipment Incinerator 2 Process Thermal distribution of organic content by heat and mass transport. 3 Waste Garbage & other wastage from diesel loco shed 4 Burning capacity 50 kgs/hr 5 Operation Continuous 6 Operating temperature a)Primary combustion chamber –8500C b) Secondary combustion chamber –10500C 7 Fuel High speed diesel oil (fuel fired) 8 Power supply 440v, 3 PHASE, 50Hz maximum power consumption = 9HP 9 Installation area 5 Mt. x 2.5 Mt. min. or more as required. - 8 -

B) INCINERATOR DETAILS 1 Heating capacity 1,20,000 kcal/hr (Average calorific value) 2 Combustion chamber a)Double chamber (primary & Secondary). Fully automatic operation with alarm buzzer and HSD oil burner assembly. Designed to operate on “Controlled air pyrolytic principle of combustion” with all safety provision. .Shall be suitable to accommodate and burn solid waste. Charging door -- 350mm x 350mm with hinged refractory lined. Chamber-----Internal dia 650 mm minimum x 100mm height. Ash door -- 350mm x 200 mm with hinged refractory lined. Chamber-----Internal dia 650 mm x 950mm height approx. Air port -- One set view port -- One 3 Material of construction a)Shell: Thickness 5 mm MS plate, boiler quality to IS 2002 grade A. b) Insulation: i)High Alumina super castable with air jacket. Ii) Asbestos/Mineral wool, Glass wool/Ceramic wool. Burning chamber shall be made of High Alumina super castable in subzero atmosphere with alumina content more than 80% followed by hot face and cold face insulating bricks as per IS:2042 and Hysil block followed by air jacket. The skin temperature should not be more than 350 above ambient temperature. Material shall be procured from a reputed ISI certified manufacturer. 4 Burners Pressure jet automatic burners with atomizing nozzle. The burners shall be provided with automatic start and cut off facilities, when set to a particular temperature. The furnace shall also be provided with suitable pressure switches and safety valves for preventing against any built up of positive pressure in the chamber . Consumption of HSD oil shall be 40 to 50 ltrs per hour. Material handling provision to be made for removing and lifting the ash generated from time to time. It should also be provided with suitable fan arrangement. 5 Mounting The complete unit shall be skid mounted with covers. Shall be aesthetically designed and should be capable of with standing 14000C and suitably painted. 6 Chimney 30 meter long chimney, bottom plate minimum 1500mm dia and 22mm thick steel plate. Bottom cone 1000mm dia and top of the chimney 300mm dia with 5 mm thick steel sheet to IS 2062.The foundation and complete construction shall be suitable to withstand weight and wind pressure. Minimum depth of the foundation should be 2.5 meter below ground level. Bottom diameter of the foundation 4 meter and top diameter 2 meter(conical shape) The chimney pipes shall be made in 3 to 6 pieces provided with suitable thick flange joints. No support of wires is permitted. Foundation bolts should be from 32mm high tensile steel of 2 m length and 24 Nos. Chimney should be provided with aviation light , lightening arrestor, guarded ladder. Platform and sampling nozzle. Chimney Sampling port for stack analysis should fbe suitably located as per APPCB norms. 7 Fuel tank 200 ltrs capacity (minimum) made from 2.5 mm thick MS sheet. With inspection cover drain cock and filling connection level. Gauges and pipe lines complete to be provided. 8 Skin Temperature should not be more than 350C above ambient temperature. 9 Operating pressure Negative pressure through induced Drought fan. - 9 -

10 Damper Butterfly type and Manual 11 ID Fan with suitable speed Regulator/3 speed selector switch may be provided. a)Type Axial/Radial b)Capacity 2800 m3/hr. min c)Static pressure 350 mm water column d)Connected load 5 HP e)Material of construction MS Epoxy coated

C) QUENCHER CUM SCRUBBER 1 Type Pressure jet venture 2 Heat removal 50,000 kcal/hr 3 Make up water 350 lit 4 Circulation tank 1.0 m3 5 Circulation pump 2000ltr/hr Centrifugal 1.5 HP 6 Atomization nozzle Solid one. 60 deg. With piping bypass Pressure Gauge level gauge etc., 7 Material of construction Made from 3 mm thick stainless steel to AISI 316L D) HEAT RECOVERY SYSTEM 1 Type Tubular flow concentric horizontal type 2 Heat removal 50,000 kcal/hr. 3 Recirculation water 2000 ltr/hr 4 Insulated tank 1.0 m3 5 Circulation pump 2000 ltr/hr. Centrifugal 1.5 HP all pipelines and valve fittings shall be made of SS 316L 6 Temperature controller/level Auto operation, with feed back mechanism/system. 7 Material construction Made from 3 mm thick stainless steel to AISI 304 E)CONTROL PANEL & INSTRUMENTATION 1 Panel Vermin proof lockable sheet steel./ All the necessary indicator lights and operating switches and complete wired circuitry shall suitable mounted and alarm buzzer. 2 Instrument The following instruments shall be provided: a)Temperature controller 01No b)Thermo coupler 01 No c)Pressure switch 01 No d)Photo cell 01 No e)Flame controller 01 No f)Pressure gauge 01 No g)Push button and switch. 01 No 3 Indication: Electric Power ON Cooling cycle ON Flame ON ID Fan ON 4 Alarm a)Flame failure b)ID fan stopping c)Pressure build up in chamber 5 Safety Equipment a)Flame detector, thermostat and pressure switch. b)Temp.switch for high incinerator. F)SECURE LANDFILL SITE 1 Construction Five numbers of double jacketed with leatchate collection pump arrangement as per APPCB norms with proper cover and marked for five cumulative years. Each chamber size 1.25M x 1.25M x 1.5 m depth(20% variations) leatchate pit(0.5 x0.5 x2.0 m depth) for ash collection. G)HOT WATER GENERATOR 1 Type Tubular condenser type with insulator facility to generate hot water of 200 ltrs per hour at 850C. H) A. Control panel with starter indication as per details mentioned else where. OPTIONAL B. Portable oil content Meter - 10 -

Inclusions:  No man power shall be provided by Railways  No material handling equipment shall be given by railways for lifting , unloading, errection or any of the materials.  No welding equipment or any tools shall be provided.  All civil works required for installation, foundation, floor preparation, provision of covered shed shall be provided by the contractor.  A rough sketch showing the proposed lay out of incinerator and land fill site is to be enclosed.  Suitable fencing of the shed and provision for door and lock facility should be provided.  The exhaust gas quality shall meet the statutory requirements of APPCB.  Stack analysis of the exhaust fumes every 45 days from the port shall be conducted by APPCB approved lab and results shall be within the stipulated limits of the APPCB.  The shed staff and lab staff shall be trained in the operation and maintenance of incinerator by the supplier. The plant shall be operated and maintained by the supplier for a period of 3 months from the date of commissioning with his manpower at his own cost. Only required water electricity shall be provided by Railways , during that period.

Chimney sampling port for stock analysis should be suitably located as per APPCB norms. Stock analysis of the exhaust fumes from the post shall be conducted by APPCB approved lab ad results shall be with in the specified limits of APPCB.

Special conditions  For efficient running of the plant the mechanical and electrical equipment such as pumps, motors, pressure gauges, pipe lines, valves starters should be procured from popular brands such as Crompton greaves/kirloskaer/Elgi/Khosla/Hammer/Everest/Kay, with ISI mark.  The firm has to supply the incinerator flow sheet diagrams and parameters of electronic/Electrical/mechanical appliances utilized in the plant, in duplicate at the time of handing over the plant to railways after operating and maintaining for the period specified above.  It is the contractor’s responsibility to arrange tools, plants, and machinery etc till the successful completion of the work covered in this tender.  The contractor should nominate his representative on the works who will be authorized to receive and acknowledge material issued by the railway and take the orders issued by the inspecting officer of the railways, at the time of agreement.

The Incinerator should be supplied with the following specifications.

1.1 Burning capacity : 50 kgs/hr. 1.2 Average calorific : 1,20,000 Kcal/hr. 1.3 Mode of combustion : Fuel fired. 1.4 Type of fuel : LDO/HSD. 1.5 Mode of operation : Fully automatic with alarm buzzer. 1.6 Shell : MS Boiler quality I.S.2002, Gr.’A’ 1.7 Refractories : High aluminum able to withstand 14000C temperature with anti-acidic coating followed by hot face insulation, cold face insulation, air jacket. 1.8 Skin temperature : Not more than 350C above ambient. 1.9 Combustion chamber : Suitable to accommodate solid waste detailed as above. 1.10 Heating system : Pressure jet, automatic burners with atomizing nozzle, fire the fuel at rated capacity to achieve the initial temperature and maintain the desired temperature by self control of fuel firing rate at high, low and nil. 1.11 Forced Draught fan : complete with motor. 1.12 Operating pressure : Negative pressure through an induced Draught Fan. 1.13 Fuel Tank : Capacity 100 liters with inspection cover, drain valve filling connection level, gauge, pipe lines. 1.14 Flue gas : Flue gasses are led through insulated ducting Management to air dilution (Quencher/Scrubber) chamber and them passed through cyclone quencher/scrubber Chimney : 30 metres long. - 11 -

1.15 Safety measure Incinerator : a) The fuel firing should stop governed by preset thermostat. b) Pressure switch with interlocking warns against positive pressure built up and terminate, fuel firing. 1.16 Control Panel : With starter indication, housed in the control room with push button arrangement at site. 1.17 Electrical supply : 440V 3ph 50 Hz. 1.18 The unit should be properly mounted, well covered and aesthetically planned. 1.19 A. Control panel with starter indication as per details mentioned else where. B. Portable oil content Meter(Both Optional) Note:- The contractor should operate and maintain the Incinerator for three months. During this period the contractor should train the Diesel shed staff in regard to operation and maintenance of the Incinerator. Also the cost of operation and maintenance during this period should be borne by the contractor only.

II. SPECIFICATIONS OF THE VARIOUS WORKS TO BE CARRIED OUT AS A PART OF THE TECHNICAL SPECIFICATIONS OF THE WORK 1.Construction of foundation for incinerator of size 2 meter X 6 meter X 0.15 meter with PCC 1:4:8. 2.Construction of foundation for chimney with RCC M20. 3.Construction of Air-conditioned control room of size 3 meter X 3 meter X 3 m with RCC M20 and brick masonry . 4.Preparation of site and development of circular path surrounding Incinerator with PCC 1:4:8 (200 sq. meters). 5. Incinerator (Skin temperature should not be more than 350C above ambient) with following items. The tenderer should specifically write the make of the equipment proposed to be supplied and the relevant leaflets.

5.1 Shell: MS Boiler quality I.S.2002, Gr.’A’ 5.2 Refractory: High aluminum refractory able to withstand 14000C temperature with anti-acidic coating followed by hot face insulation, cold face insulation, air jacket. 5.3 Heating system: Pressure jet, automatic burners with atomizing nozzle, fire the fuel at rated capacity to achieve the initial temperature and maintain the desired temperature by self control of fuel firing rate at high, low and nil. 5.4 Forced Draught fan complete with motor. 5.5 Fuel Tank: Capacity 200 liters with Inspection Cover, Drain Valve filling connection level, gauge, pipe lines. 5.6 Flue gas: Flue gases are led through insulated ducting management to air dilution (Quencher/Scrubber) chamber and then passed through cyclone quencher/scrubber. 5.7 Electro static precipitator(Optional): Electro static precipitator is to be provided in the exhaust system to collect the dust particle. The capacity should be 3200 Cub. Mtrs per hour. 5.8 Chimney: 30 meters long. 5.9 Control Panel: With starter indication, housed in the control room with push button arrangement at site. 5.10 Required Electrical connections and cabling for 440V 3ph 50 Hz to be provided for Incinerator related work. 5.11 The unit should be properly mounted, well covered and aesthetically planned.

6. Electrical works to be carried out. As per Schedule “D”. 7.The contractor should carry out any other work required for completion of the contract work.

III. SPECIAL CONDITIONS FOR THE WORK 1. The tenderer(s) should specify whether the technology/brand/make used is of his own or having technical collaboration or franchise with the OEMs or otherwise. 2. For efficient running of the plant, the Mechanical and Electrical equipment such as pumps, motors, pressure gauges, pipe lines, valves, starters, agitators etc., should be as per IS specifications. 3. The firm has to supply the Incinerator operating manual, blue prints, flow sheet diagrams and parameters of electronic/electrical/ mechanical appliances utilized in the plant, in duplicate at the time of handing over the plant to railways after operating and maintaining for the period specified above.. 3. Contractor’s responsibility to arrange tools, plants, machinery etc:- The contractor should make his/their own arrangements for all plants and tools etc., required for the successful completion of work covered in this tender. - 12 - 4. The contractor should nominate his representative on the works who will be authorized to receive and acknowledge material issued by the Railway and take all orders issued by the inspecting officer of the Railways, at the time of agreement. 5. The following equipments should be of specified make only: a) Electrical Motors - Crompton Greaves/Kirloskar b) Compressors - ELGI/K.G.Khosla. c) Pump - Krloskar Brothers d) Blower - Kay/Everest. 8. DESCRIPENCIES IN DRAWINGS AND OTHER DOCUMENTS: The contractor shall carry out at his expense any alterations of the works done. Discrepancies, errors & omissions in the drawings or other particulars, if any, approved by the railway for this purpose shall in no way absolve the contractor’s formal responsibility for the correct functioning of the equipment. In this, responsibility lies with the contractor in all respects. 9. QUANTITY OF WORK: It will not be binding for the Railway Administration to give entire quantity of the contract or all the items of the component on contract and Railway administration may decide to do any or all supply execution involved departmentally without assigning any reason for the same. The administration may also give some items of work to other tenderers without assigning any reasons. 10. ALL DOCUMENTS TO BE IN ENGLISH: All documents to be submitted in connection with this contract shall be written preferably in English. 11. TAXES-CENTRAL, STATE AND LOCAL: All rates mentioned in schedules are deemed to be inclusive of all taxes viz. Excise duty, Royalty, Octroi etc., payable by the contractor to the government authority. However the Railway Administration will issue necessary ‘D’ form for supply of material where central sales tax is livable. The tenderers may take this consideration into account while quoting the rates. 12. MODVAT CLAUSE: The price to be quoted by the tenderers should take into account the available under the MODVAT scheme introduced w.e.f.1-3-86. They should give declaration that any set off in respect of duties on inputs as admissible under law is being totally and unconditionally passed on to the purchaser in the price quoted by him.

SPECIAL INSTRUCTIONS TO THE TENDERERS 1. The tenderer should carefully read all the conditions about the nature of work involved as per technical specifications and schedule of work. The tenderer must give detailed brochures on the items offered by them including technical details etc. The tenderer may visit the site before submitting the tender to get it verified from actual inspection of the site. The tenderer may also consult with Sr.DME/ Diesel/Moula-Ali for further details if required. 2. The tenderer has to submit the full details of plant like catalogues, drawings of various plants, tanks, structures, control room and other connected items details including design calculations along with the offer. 3. No deviations in the specifications are permitted. The tenderers are required to quote the rate as per the specifications furnished. 4. The work shall be completed within 06 months from the date of communication of acceptance of the tender. However the tenderers must quote the delivery schedule. 5. The tender is to be deposited in tender box in a sealed cover (super scribing “Tender for supply, installation and commissioning of “ Incinerator” at Diesel Shed, Moula-Ali). When tender is to be sent by post, it should reach before the due date and time. Railway is not responsible for any delay in transit or loss of tender form sent/received by post. 6. The tenders are to be addressed to “The Senior Divisional Mechanical Engineer (Dsl), Diesel Shed, South Central Railway, Moula-Ali, Hyderabad 500 040. (A.P). While signing the tender papers, the tenderer should specify whether he is a sole proprietor or he is a partner or he is signing on behalf of the firm as an attorney (in this case power of attorney in prescribed form should be submitted). In case of partnership, a copy of partnership deed should also be furnished for verification. 7. Railway Administration will make no arrangement for making available any foreign exchange for this work, if any foreign exchange content is involved in the work. 8. (a) Only those tenderers who have either done or doing similar type of job with Central Govt. or State Govt., Institute sectors, Work shops and Factories and are approved by A.P. Pollution control board will be - 13 - considered. The satisfactory work completion certificates from the authorized signatory of the firm to be enclosed. (b) The tender must be supported with documents showing particulars of similar work, if any carried out for other unit, certificates regarding experience in this line and documentary proof of current financial status (in the form of Bank balance certificate, certified by Bank authority) should be submitted along with tender form.

9. Tender will not be considered if: a. Tender is received after schedule date and time. b. Not submitted on the prescribed form or unsigned. c. Not accompanied with requisite earnest money in acceptable form. 10. The general condition of contract (GCC) governing the performance of the work, covered by this contract is the “General Conditions of Contract” of the Engineering Department of South Central Railway as amended from time to time. In executing this contract it would be deemed that the contractor has kept himself fully informed of the provisions of the GCC including all corrections and amendments up to date. 11. No over writing in the rate or tender schedule will be permitted. If rates are to be changed, the alteration should be done by scoring the original rate and rewriting the revised rate and initialing thereof. The administration reserves its right to accept the tender, in whole or any part or reject any one or all items of the tender without assigning any reason, what so-ever. 12. The contractor should make necessary arrangement to pick up the material up to the site of the installation of the Incinerator. Earnest Money Deposit: Earnest Money Deposit of Rs 35,798/- (Rupees thirty five thousand seven hundred ninety eight only) shall be remitted in cash to the Divl.Cashier (Pay), Hyderabad, S. C. Rly, and the original cash receipt shall be enclosed to the tender form or the same shall be furnished in the form of a demand draft (exchangeable at only) or FDR drawn in favour of Sr.DFM,/HYB, S.C.Rly, and enclose to the tender form. Cheque/Pay order will not be accepted by the Railways. Those who are having Standing EMD with this Railway or having NSIC, SSIC etc., are also required to deposit earnest money as per the extant rules. The tender which does not accompany requisite EMD will be summarily rejected. Validity of Tenders: 90 days from the date of opening. Security deposite: Security deposit for the work should be 5% of the contract value. The EMD submitted by the tederer will be adjusted towards part security deposit and the balance amount will be recovered from the running bills at the rate of 10% (or) as applicable till the full security deposit is recovered. Security deposit shall be returned to the contractor after the physical completion of the work as certified by the DME/DSL/MLY. PERFORMANCE GUARNTEE: The successful bidder should submit performance guarantee amounting to 5% of the contract value in form of irrevocable Bank guarantee from the nationalized banks in favour of Sr.DFM/HYB, a deposit of cash, Government securities including state loan bonds at 5 % below the market value, deposit receipts, demand drafts and guarantee bonds etc., on the name of Sr. DFM/HYB, only for a period of 60 days beyond the completion period of the contract as per rules in vogue. Extension/ termination of contract 1. Up to +25% variation in the quantity of Agreement rate of individual item will apply. individual item of work. 2. Beyond 25% variation. The same shall be got executed by floating a fresh tender or negotiations may be held with the existing contractor for arriving at reasonable rates for additional quantities in excess of 25% of agreement quantity. 3. As far as SSR items are concerned, the limit 25% would apply to the value of SSR schedule as a whole and not on individual SSR items. However, ion 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) 4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. If the contractor fails or neglects or refuses to observe/perform the terms and conditions/obligations under this contract, Sr. DME/DSL/MLY may without prejudice to any other rights terminate the contract by giving 7 days notice in writing and recover from the contractor any loss or damages suffered on account of failure, neglect, refusal, violation or breach of terms and conditions of contract. - 14 - Penalty clause:-

If the firm is not able to supply all the materials/machines required for Design, Installation, Commissioning and testing of Incinerator within 03 months, a penalty of upto Rs.2000/- per day will be levied for delay in supply and this amount will be deducted in the next immediate payment to be made to the firm.

If the firm is not able to complete the entire work of Design, Installation, Commissioning and testing of Incinerator and obtaining the approval for design & erection of Incinerator by APPCB within the stipulated period of 06 months from the date of issue of letter of acceptance, a penalty of up to Rs.3000/-per day will be levied for delay in completing and commissioning the Incinerator and the penalty will be levied at every immediate phase of payment. The eligibility criteria for the works costing above Rs.20 lakhs is as under. Should have completed in the last Tenderer should have completed at least one work of similar three financial years (ie., current year nature for a minimum value of 35% of the advertised tender value and three previous financial years) in the last three financial years (i.e., current year and three previous financial years). Tenderer has to produce supporting documents / certificates from the organization with whom they have worked along with the tender offer. Certificates from private individuals for whom such works are executed shall not be accepted. Total contract amount received during Total contract amount received by the tenderer during the last the last three financial years and in the three financial years and in the current financial year should be a current financial year. minimum of 150% of advertised tender value. Tenderer has to produce attested certificates from the employer/client, audited balance sheet duly certified by the chartered Accountant etc., along with the tender offer. Tenderer shall enclose credential certificate for each work as per the following. Sl.No. Name Agreement Letter of Agt.value Date of Date of Executed of work No. and acceptance in Rs. commencem completion value (Rs.) date. and date ent. . b) The following documents should be submitted along with the Tender. i) List of Personnel, Organization available on hand and proposed to be engaged for the subject work. ii) List of plant and machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work. iii) List of works completed in the last three financial years giving description of work, organization to 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. Iv) List of works on hand indicating description of work, contract value approximate value of balance work yet to be done and date of award. Note: For items (b) (iii) and (b) (iv) supportive documents/certificates from the Organizations with whom they worked/are working should be enclosed. Certificates from Private individuals for who such works are executed /being executed is not acceptable. Tender forms which are not accompanied by solvency/credentials ITCC particulars are liable for rejection. In case of submission of Xerox copies of credentials, etc., the same are required to be attested by a gazetted officer. Tenderers should specifically note that no back reference will be made with the tenders after opening of tender. Tender forms which are not accompanied by credential particulars are liable for rejection. In case of submission of Xerox copies of credentials, etc., the same are required to be attested by a gazetted officer. Consignee: Senior Section Engineer (Loco), Diesel Loco Shed, MLY. Bill Passing Authority: Sr.DME /Diesel Shed/MLY/ S.C. Railway.

Bill Paying Authority: Senior Divisional Finance Manager, Hyderabad, S.C. Railway..

Other Conditions: This contract shall be governed by IRS conditions of contract as applicable. All the terms and conditions in the tender form are also equally applicable.

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 negotiations. “I ______do declare that in the event of failure of the contemplated negotiations relating to tender no. ______opened on ______on ______my original tender shall remain open for acceptance on its original terms & conditions”. - 15 - In the event of any question, dispute or difference arising under these conditions or any special conditions of contract or in connection with the contract (except as to any matter the decision of which is specifically provided for by there or the special conditions) same shall be referred to sole arbitrator appointed by the General Manager, as per Clause 2900 of IRS conditions of contract.

PROVISION OF CONTRACT LABOUR (REGULATION AND ABOLITION ACT 1970

A) The contractor shall perform all the obligations enjoyed from him in the condition of the license and comply with all the provisions of the contract labour (regulation and abolition) act 1970 and or any statutory /modifications and or pre-enact thereof and the rules made under the Central Government in respect of the contract labour employed by him directly through sub contractor in performance of the contract. The expenditure incurred to perform the conditions of license and comply with the provisions of the said act and are rules made there under shall born by the contractor.

B) The contractor shall obtain the required license under the provision of the said act. Rules made there under and the statutory modifications made there of on payment of such fees, and no deposit of such sums as security for the due performance of the conditions as may be prescribed at his own cost.

C) 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 sub contractor under the contractor on account of failures on the part of the contractor to provide the amenities and or arrange payment of wages to the contract labour required of him under the provisions of the said Act / rules made there under. The Railway administration shall, in terms of section 20(2) and 21(4) of the contract labour (Regulation and Abolition) Act 1970 recover the whole or part of the expenditure so incurred on the wages as paid by the Railway from Security deposit and /or from any dispute arises as to the amount due by the contractor to the Railway towards providing the said amenities and or making payment of wage under section 20(2) and 21(4) of the said Act Rules, made there under the decision of the Railways thereon shall be final and binding upon the contractor. 13. WARRANTY: All items must be warranted for a period of 18 months from the date of commissioning of and final acceptance of the equipment. During this period the contractor is liable to arrange for immediate repairs/ replacement of the defective parts/equipment free of cost & put the equipment in to normal working order within 3 days from the date of sending information to the contractor such replacement shall further carry a warranty of 18 months from the date of replacement/ repairs. 14. PAYMENT TERMS: Contractor has to raise his bills after every successful completion of phase of work.

Phase Description % 1. On supply of all the materials at DLS/MLY 50% 2. After Installation, Commissioning, testing and 50% operation for 3 months of Incinerator and after submission of approval/permission certificate from APPCB Permission. submission of certificates from APPCB

15. ACCEPTANCE TEST: i. Tenderer is required to submit the details of the test procedures to be followed for commissioning and operation of the Incinerator at site of installation, indicating the duration of the test period and shall warrant an average uptime efficiency of 90% for the duration of test period.

ii. The scope, details, duration and extension if any, of the acceptance test shall be discussed and mutually agreed upon between the purchaser and the contract. iii. On receipt of the advice from the contractor that the system has been installed and is ready for carrying out acceptance test, Sr.DME(D), Moula-Ali, S.C.Rly after satisfying himself that the acceptance test can be under taken, will authorize the, contractor to commence the acceptance test. The acceptance test of the Incinerator shall be conducted by the contractor in the presence of Sr.DME(D), Moula-Ali or his authorized representative. Any special equipment and tools required for the acceptance test shall be provided by the contractor at his own cost, Sr.DME(D), Moula-Ali will provide the necessary electric power free of cost to enable the contractor to carry out this test. The test shall be conducted as stipulated here under. iv. On receipt of authorization from Sr.DME(D), Moula-Ali, the contractor shall commence the acceptance test. For this test all the equipment in the plant shall be operated in accordance with the test procedures and for the duration as mutually agreed upon under clause 18(ii) to establish that the plant achieves the level of up time efficiency prescribed under clause 18(i) over the specified test period. Further 2, samples should be sent to AP Pollution Control Board (test charges to be fully borne by tenderer) and these results will be scrutinized. Any penalty imposed by the APPCB for non conformity of the samples, the same to be born by the firm. - 16 - v. The contractor shall maintain necessary log book in respect of the result of the test to establish, to the entire satisfaction of the purchaser successful completion of the test specified.

vi. Should the acceptance test not be successfully completed by the contractor within the specified period, the duration of this test shall be extended for a further period as agreed upon under clause (ii). The contractor shall repair or replace, at his cost the whole or any part of the plant as may be necessary for the successful completion of the acceptance test within the extended period agreed to. If even after the expiry of the extended period the acceptance test is not successfully completed Sr.DME(D), Moula-Ali shall reject the plant. The provisions contained in the Indian Railway standard conditions of the contract pertaining to consequences of rejection shall in that case apply. vii. On successful completion of the acceptance test and after the purchaser is satisfied with the working of the plant, the acceptance certificate, signed by both the contractor and the representative of Sr.DME (D), Moula-Ali will be issued and the date on which such certificate is signed shall be deemed to be the date of commissioning of the plant. viii. The decision of Sr.DME (D), Moula-Ali regarding successful completion of the acceptance test or otherwise shall be final and binding on the contractor. 16. All decision on behalf of the Railway Administration will be taken by Sr.DME (D), Moula-Ali S.C.Rly and shall be final and binding on contractor. 17. Sr.DME (D), Moula-Ali reserves the rights to reject/accept the whole or part of the offer or for the portion of the quantity indicated in the offer without assigning any reason there upon and the right to open negotiations and to call for revised offers or to alter or to modify any of the conditions or to incorporate any new conditions as found necessary till the contract is finally executed. 18. The contactor should complete whole of the work in all respect on or before the date fixed by the Railway or any authorized extension on thereof. The Railway Administration is entitled to recover penalty as stipulated in clause 17 (4) of General conditions of the contract if contractor is in default. 19. The contractor shall not sublet or assign this contract or allow any person for any reason to become interested therein in any manner without the written permission of the Senior Divisional Mechanical Engineer (Diesel) Moula-Ali. In the event of contractor subletting or assigning the contract or transaction, Railway administration shall be free to cancel the contract under clause 61 of General conditions of contract and also to recover payments of any loss or damage from such cancellations. The amount of which will be determined by the Sr.DME (D) Moula-Ali. 20. The contractor should engage the labour whose character and antecedents have been verified before they are utilized to work in Railway. In the event of any staff of the contractor being found stealing Railway material, the person concerned will be turned out from the Railway premises summarily and further if the Railway Administration on inquiry comes to know that proper verification if the antecedent was not carried out by the contractor in case of the labour employed by him, his contract will be liable to be terminated forthwith. 21. Any condition of the tender other than these stipulated in the document are not applicable even though they are included in the tender submitted by the party unless they are specifically accepted by the Railway in writing while communicating the acceptance of tender. The accepted tenderer should therefore ensure that such other conditions that are considered necessary by him should be got accepted by the Railway in writing before accepting the offer. 22. The submission of the tender will be deemed to imply that this memorandum and all documents enclosed have been studied and understood that the tenderer is aware of the full scope of the work to be done and the condition affecting the execution. In token of this tenderer himself or his authorized representative signing the tender documents will be required to sign/initial on each and every page of the tender schedule at bottom. 23. Sales Tax: On 70% of the value of the work, Sales Tax @ 4% shall be deducted prorate from the bill without any monetary limit by the bill paying authority. 24. Income Tax: In terms of Income Tax Act 1961, as amended from time to time, the Railway administration shall at the time of arranging payment to the contractor for carrying out the work under this contract, be entitled to deduct Income Tax @ 2 % and Surcharge on Income Tax, @ 12 % in case of individuals and 15 % in case of companies, comprised in the some of such payments. The Railway Administration shall furnish a certificate to the extent of Income Tax deducted at source under this contract. 25. Completion Period: The contractor should complete the work within six months from the date of acceptance of the offer. 26. Procedure for settling of disputes with contractor. (i) The provision of clauses 62, 63 & 64 of the general condition of contractor will be applicable for settlement of claims or disputes between the contractor and Railway Administration. - 17 - 27. Errors, Omissions and Discrepancies: The tenderers shall not take any advantage of any misinterpretation of the conditions due to typing or any other error and if any contradiction, only the printed rules and books should be followed and no claim for the misinterpretation shall be entertained.

28. Trespass: The contractor shall at all times be fully responsible for any damage or trespass committed by his agents or workmen in carrying out the work, even if such trespass is authorized by the Engineer.

29. Taxes and Royalties: The rate quoted by firm should be inclusive of Taxes, Royalties etc., and no claim / amount will be entertained / paid due to increase subsequently.

30. Working Hours : Work may be carried out during, normal working hours i.e., from 8 AM to 5 PM. The contractors shall however be held responsible to ensure that none of the statutory laws are infringed. 31. Damage by Accident, Floods: (i) The contractor shall take all precautions against damage from accident, floods. No compensation will be allowed to the contractor for his plant or material lost or damaged by any cause what so ever. The contractor shall be liable to make good the damages to any structure or part of structure, plant or material of every description belonging to the administration lost or damaged by any cause during the course of the contractor work.

(ii) The Administration will not liable to pay to the contractor any charges for rectification or repairs to any damages which may have occurred from any cause, whatsoever, to any part of the new existing structure, during construction.

32. Validity of tender:

The tender should be valid for 90 days from the date of opening of the tender.

Signature of Contractor:

Date:

Name & Address: - 18 -

SCHEDULE ‘A’

MECHANICAL

S.NO DESCRIPTION QTY UNIT RATE AMOUNT 1 Incinerator shell complete 01 Ea 1,02,100 1,02,100 a)Refractor & Insulating material 1 Set 1,00,000 1,00,000 b)Garbage door Set c)Ash door 1 12,000 12,000 d)Sight glass 1 Ea 5,000 5,000 e)Air cooled double jacket with 1 Ea 900 900 insulated exterior 1 12,000 12,000 Ea f)Interwork for garbage door Ea g)Electromagnetic door lock 1 8,000 8,000 h)Fuel Gas duct 1 Ea 4,000 4,000 i)Foundation 1 9,000 9,000 j)Piping & Valve 1 Ea 7,000 7,000 1 Ea 30,000 30,000 Ea Ea

2 Burner comprises of following: 1 Ea 1,40,000 1,40,000 a)Diesel oil burning nozzle b)Force draught fan complete with motor for combustion 3 Induced Draught fan, motor & 1 Ea 85,000 85,000 foundation 4 Diesel Oil tank capacity-100 1 Ea 15,000 15,000 lit.with following a.Inspection cover b.Drain valve c.Filling connection d.level gauge 5 Scrubber 1 Ea 65,000 65,000 a)Centrifugal pump 1 Ea 12,000 12,000 b)Nozzle with pipe line 1 4,000 4,000 c)Tsnk og 1 m3/hr 1 Ea 7,000 7,000 d)Insulation for scrubber 1 Ea 12,000 12,000 Ea 6 Chimney 30 Mtr 1 Ea 3,80,000 3,80,000 Total 10,10,000 - 19 -

RATE SCHEDULE FOR MECHANICAL ITEMS S.No Description of the work

01 Supply, installation and commissioning of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule.

Period of Contract: SIX months.

Total estimated cost of Work: Rs. 10,10,000/-

Percentage rate quoted by the tenderer on the estimated value:

Above / below / at par ______

Note:-

1. The tenderers are required to quote the percentage rate both in figures and in words. In case of any discrepancy between the rate quoted in figures and words, the rate quoted in words will be taken for evaluation and payment. 2. The firm shall make their own arrangements for men, material & tools required for fitment and commissioning. Electricity required shall be provided by Railway. 3. If the lowest offer crosses Rs.20 lakhs, then the L1 will have to submit the credentials on par with tenders above Rs.20 lakhs as per Sudhir Chandra recommendations within 10 days failing which the offer will not be considered.

Place:

Name and signature of the Tenderer - 20 -

SCHEDULE ‘A1’ FOR OPTIONAL ITLEMS

1 A.Control panel with starter indication 1 Ea 80,000 80,000 as per details mentioned else where. B.Portable oil content Meter(Optional) 1 70,000 70,000 Ea TOTAL 1,50,000/-

RATE SCHEDULE FOR MECHANICAL ITEMS S.No Description of the work A.Control panel with starter indication as per details mentioned else where. 01 B.Portable oil content Meter(Optional)

Period of Contract: SIX months.

Total estimated cost of Work: Rs. 1,50,000/-

Percentage rate quoted by the tenderer on the estimated value:

Above / below / at par ______

Note:-

1. The tenderers are required to quote the percentage rate both in figures and in words. In case of any discrepancy between the rate quoted in figures and words, the rate quoted in words will be taken for evaluation and payment. 2. The firm shall make their own arrangements for men, material & tools required for fitment and commissioning. Electricity required shall be provided by Railway. 3. If the lowest offer crosses Rs.20 lakhs, then the L1 will have to submit the credentials on par with tenders above Rs.20 lakhs as per Sudhir Chandra recommendations within 10 days failing which the offer will not be considered.

Place:

Name and signature of the Tenderer - 21 - SCHEDULE ‘B’

SSR ITEMS S.NO SSR NO DESCRIPTION QTY UNIT RATE AMOUNT 1 010301/01 Exavation of open foundations-in 30 1m³ 23.60 708.00 loose or soft soils 2 010302/02 Excavation in trenches for 15 No 32.20 483.00 foundation. 3 010403/01 Dressing of ground and 42 100m² 223.90 94.04 slopes -Upto a cutting depth of 30cm 4 020104/01 Providing and laying cement 7 1m³ 515.60 concrete 1:4:8 in foundations 3609.20 5 020105/01 Providing and laying concrete 12 1m³ 1:3:6 in foundations and plinth with 40mm 515.60 6187.20 6 020302/03 Providing and laying concrete 7 1m³ 1:5:3 in in suspended floors roofs landings with 20mm 582.40 4076.80 7 020307/01 Providing reinforcement for 700 reinforced concrete-MS bars, cold twisted bars,torsteel bars kg 1.50 1050.00 8 020516/02 Providing formwork including 1m² centering flat surfaces 36 54.40 1958.40 9 020516/14 Providing formwork including 1m² centering sides and soffits of beams 5 35.90 179.50 10 020516/16 Providing formwork including centering edges of slabs and breaks in floors 15 RM 12.70 190.50 11 030101/04 Uncoursed/Random rubble 1m³ masonary-laid in cement mortor1:6 15 460.30 6904.50 12 030301/02 Brick work infoundations and 1m³ plinth in cement mortor 1:4 6 772.60 4635.60 13 030301/04 Brick work infoundations and 1m³ plinth in cement mortor 1:6 14 771.90 10806.60 14 030302/01 Extra for brick work insuper 1m³ structures -upto floor level 14 39.90 558.60 15 040102/01 20mm thick cement concrete 1m² topping 1:2 to 3-with existing base 72 24.20 1742.40 16 040413/02 Hand packed rubble soiling under 1m² floors-23cm thickness 59 40.70 2401.30 17 040220/01 Ceramic tile flooring laid ona bed 1m² of 10mm thick cement mortor 1:3-using 7-8mm thick tiles 10 298.80 2988.00 18 050307/02 Grading existing roof for water 1m³ proofing treatment with -Cement mortor 1;3 1 855.60 855.60 19 060105/02 15mm thick cement plaster in two 1m² coats backing coat 10mm and finishing coat 5mm thick on fair side-cement mortor1:4 52 32.90 1710.80 20 060105/03 15mm thick cement plaster in two 1m² coats backing coat 10mm and finishing coat 5mm thick on fair side-cement mortor1:5 70 32.90 2303.00 21 060105/04 15mm thick cement plaster in two 1m² coats backing coat 10mm and finishing coat 5mm thick on fair side-cement mortor1:6 50 32.90 1645.00 22 070105/02 Applying 01 coat of primer of 1m² approved brand and manufacture on wall surfaces -using alkali resistant primer 120 3.60 432.00 - 22 -

23 070107/01 Distempering with oil bound 1m² washable distemper-two coats on decorated wall surfaces 50 7.60 380.00 24 070108/01 Finishing walls with water 1m² proofing cement paint-Two coats on undecorated surfaces 70 8.10 567.00 25 080101/01 Providing wood work in frames of doors, windows- country teak wood 40 10CUDM 291.00 1164.00 26 080220/03 Providing and fixing flush dor 1m² shutters-30mm thick 2.4 417.40 1001.76 27 080220/14 Providing and fixing flush dor 1m² shutters-Extra for providing laminated face panel 5 102.00 510.00 28 080353/03 Providing and fixing complete locks-Mortice locks (vertical type) cast brass 100mm 1 EA 274.80 274.80 29 080353/10 Providing and fixing complete locks-Door handles or knobs for mortice lock c.p.brass 2 EA 60.00 120.00 30 080354/10 Providing and fixing complete for shutters-Hydraulic regulated door closure 1 EA 290.50 290.50 31 110216/01 Providing and fixing to wall ceiling floor etc.-15mm 10 1M 47.90 479.00 32 110216/03 Providing and fixing to wall ceiling floor etc.-25mm 10 1M 78.40 784.00 33 110414/02 Provgiding and fixing spun CI traps of self cleaning design- floor trap 100mm inlet and 75mm outlet 4 EA 177.30 709.20 34 110421/01 Providing and fixing on wall face ultravoilet resistant- 75mm 5 1M 44.80 224.00 35 110422/01 Extra over item No.11042101 and 11042103 for providing and fixing on wall face-Bend 87.5 degrees with door 5 EA 66.10 330.50 36 110501/01 Providing and fixing screw down high pressure bib traps- 15mm brass 5 EA 69.50 347.50 37 110503/01 Providing and fixing pillar taps screw down high pressure- 15mm chroium plated 2 EA 98.30 196.60 38 110506/06 Providing and fixing stop valves high pressure-15mm brass 1 EA 50.60 50.60 39 110512/02 Providing and fixing unplasticised connection pipe- 15mm -45cms long 1 EA 43.70 43.70 40 110522/02 Prociding and fixing with clamps -unplasticised PVC tube 1 1M 66.00 66.00 41 110527/04 Providing and fixing wash basin-550x400mm 1 EA 808.90 808.90 42 110529/02 Providing and fixing pedestal for wash basin-Glazed ware in colour 1 EA 310.00 310.00 43 110601/02 Providing laying to required slope -100mm 30 1m 68.10 2043.00 44 110613/08 Providing and fixing salt glazed stone ware gully trap- 150x100mm 'P' or 'S' type 3 EA 248.40 745.20 TOTAL 66966.30 - 23 -

RATE SCHEDULE

S.No Description of the work

01 Supply, installation and commissioning of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule.

Period of Contract: SIX months.

Total estimated cost of Work: Rs. 66,966/-

Percentage rate quoted by the tenderer on the estimated value:

Above / below / at par ______

Note:- 1. The tenderers are required to quote the percentage rate both in figures and in words. In case of any discrepancy between the rate quoted in figures and words, the rate quoted in words will be taken for evaluation and payment. 2. The firm shall make their own arrangements for men, material & tools required for fitment and commissioning. Electricity required shall be provided by Railway. 3. If the lowest offer crosses Rs.20 lakhs, then the L1 will have to submit the credentials on par with tenders above Rs.20 lakhs as per Sudhir Chandra recommendations within 10 days failing which the offer will not be considered.

Place:

Name and signature of the Tenderer - 24 -

SCHEDULE ‘B1’ SCHEDULE FOR CEMENT

S.NO SSR NO DESCRIPTION QTY UNIT RATE AMOUNT 1 020312/01 Extra for using contractor's own cement 235 bag 141.00 33135.00 Total 33135.00

RATE SCHEDULE S.No Description of the work

01 Supply, installation and commissioning of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule.

Period of Contract: SIX months.

Total estimated cost of Work: Rs. 33,135/-

Percentage rate quoted by the tenderer on the estimated value:

Above / below / at par ______

Note:-

1. The tenderers are required to quote the percentage rate both in figures and in words. In case of any discrepancy between the rate quoted in figures and words, the rate quoted in words will be taken for evaluation and payment. 2. The firm shall make their own arrangements for men, material & tools required for fitment and commissioning. Electricity required shall be provided by Railway. 3. If the lowest offer crosses Rs.20 lakhs, then the L1 will have to submit the credentials on par with tenders above Rs.20 lakhs as per Sudhir Chandra recommendations within 10 days failing which the offer will not be considered.

Place:

Name and signature of the Tenderer - 25 -

SCHEDULE ‘B2’

SCHEDULE FOR STEEL

S.NO SSR NO DESCRIPTION QTY UNIT RATE AMOUNT 1 020308/02 Extra for using contractor's own steel for reinformcement (cold twisted for steel bars) 700 kg 13.80 9660.00 Total 9660.00

RATE SCHEDULE

S.No Description of the work

01 Supply, installation and commissioning of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule.

Period of Contract: SIX months.

Total estimated cost of Work: Rs. 9,660/-

Percentage rate quoted by the tenderer on the estimated value:

Above / below / at par ______

Note:-

1. The tenderers are required to quote the percentage rate both in figures and in words. In case of any discrepancy between the rate quoted in figures and words, the rate quoted in words will be taken for evaluation and payment. 2. The firm shall make their own arrangements for men, material & tools required for fitment and commissioning. Electricity required shall be provided by Railway. 3. If the lowest offer crosses Rs.20 lakhs, then the L1 will have to submit the credentials on par with tenders above Rs.20 lakhs as per Sudhir Chandra recommendations within 10 days failing which the offer will not be considered.

Place:

Name and signature of the Tenderer - 26 -

SCHEDULE ‘C’

SCHEDULE FOR NS ITEMS

S.NO SSR NO DESCRIPTION QTY UNIT RATE AMOUNT 1 NS-1 Providing and fixing ECO 4000 series windows 5 1m² 3000.00 15000.00 Total 15000.00

RATE SCHEDULE

S.No Description of the work

01 Supply, installation and commissioning of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule.

Period of Contract: SIX months.

Total estimated cost of Work: Rs. 15,000/-

Percentage rate quoted by the tenderer on the estimated value:

Above / below / at par ______

Note:-

1. The tenderers are required to quote the percentage rate both in figures and in words. In case of any discrepancy between the rate quoted in figures and words, the rate quoted in words will be taken for evaluation and payment. 2. The firm shall make their own arrangements for men, material & tools required for fitment and commissioning. Electricity required shall be provided by Railway. 3. If the lowest offer crosses Rs.20 lakhs, then the L1 will have to submit the credentials on par with tenders above Rs.20 lakhs as per Sudhir Chandra recommendations within 10 days failing which the offer will not be considered.

Place:

Name and signature of the Tenderer - 27 -

SCHEDULE ‘D’ ELECTRICAL ITEMS

S.NO DESCRIPTION QTY UNIT RATE AMOUNT 1 Supply, fixing, connecting and commissioning 1 set 14880/- 14880/- of SDB made up of 16 SWG sheet steel and comprising of 2x63A MCCB 4P, 3x40A MCB TPN, 2x10A MCB SP, with lock and key arrangements etc(inclusive of labour) 2 Laying of 3 ½ core 25 sq.mm LT cable, 100 Rmt 10/- 1000/- connecting with suitable glands, connectors, etc., testing and commissioning of LT AL. cable as per directions of Engineer at site. (inclusive of labour) 3 Laying of 4 core 16 sq.mm LT cable 100 Rmt 8/- 800/- connecting with suitable glands connectors etc., testing ad commissioning of LT AL.cable as per directions of Engineer at site. (inclusive of labour) 4 Supply of 8 SWG GI wire and laying along 300 Rmt 9/- 2700/- with LT cable. (inclusive of labour) 5 supply of energy efficient fluorescent tube 04 Rmt 900/- 3600/- light of 1x28 W (EETLF) fitting surface mounted box type complete with Electronic ballast. 28 W lap ad lamp holders duly wired ready to use for 230 volts, 50 Hz single phase AC supply. (inclusive of labour) 6 Supply of wiring materials and wiring in PVC 15 Ea 640/- 9600/- casing & capping/conduit/concealed with 1.5 sq.mm Cu.conductors along with earth continuity of 1.5 sq.mm to FT fittings. AC ceiling fans, exhaust fans etc., and any other fitting including fixing connecting and commissioning of fittings. (inclusive of labour) 7 Excavation cable trench 30 cm.widex90cm 150 Rmt 51/- 15300/- deep in all types of soils, concrete, asphalted road etc, for LTUG cable as per specification NO.Y/E cable laying 16/99 annexed. (inclusive of labour) 08 Supply and laying of 200 mm dia RCC Hume 100 mtr 214/- 21400/- pipe with suitable collars, bends etc., (inclusive of labour) 9 supply, fixing, connecting and commissioning 02 ea 300/- 600/- of 6/16A power plug socket duly fixed on TW board along with 16A control switch and earth continuity.(Wiring covered under separate item with 4 sq.mm in Rmt) (inclusive of labour) 10 Supply, fixing, connecting and commissioning 02 ea 4360/- 8720/- of 70W MH out door type fitting similar to Bajaj model(inclusive of labour) 11 Fixing of fittings to wall/rail pole with suitable 02 ea 330/- 660/- clamps, bolts, nuts etc., (inclusive of labour)

12 supply of single core 10 sq.mm multistranded 150 mtr 75/- 11250/- Cu.conductor (inclusive of labour) 13 Supply of single core 6 sq.mm multi standard 100 mtr 56/- 5600/- copper conductor(inclusive of labour) - 28 -

14 Supply of single core 4 sq.mm multi stranded 100 mtr 36/- 3600/- copper conductor(inclusive of labour) 15 Supply of single core multi stranded 2.5 100 mtr 25/- 2500/- sq.mm copper conductor(inclusive of labour) 16 Supply of single core multi stranded 1.5 150 mtr 15/- 2250/- sq.mm copper conductor 17 Supply of 300 mm sweep heavy duty exhaust 02 ea 4370/- 8740/- fan complete with all connected accessories 18 Hole on the wall for fixing of heavy duty 02 ea 150/- 300/- exhaust fan and fine finishing with cement, white wash with the existing color etc. 19 supply of 100mm dia “B” class GI pipe of 25 mtr 860/- 21500/- length 2.5 mtrs and fixing with suitable clamps on rail/posts/wall 20 Provision of earthing pit as per Rly.Drawing 01 ea 1069/- 1069/- including provision of 8 SWG GI wire to give connection from earthing pit to MDB/SDB with associated galvanized hardware and PVC sleeves. Total 136069/-

RATE SCHEDULE

S.No Description of the work

01 Supply, installation and commissioning of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule.

Period of Contract: SIX months.

Total estimated cost of Work: Rs. 1,36,069/- Percentage rate quoted by the tenderer on the estimated value:

Above / below / at par ______

Note:-

1. The tenderers are required to quote the percentage rate both in figures and in words. In case of any discrepancy between the rate quoted in figures and words, the rate quoted in words will be taken for evaluation and payment. 2. The firm shall make their own arrangements for men, material & tools required for fitment and commissioning. Electricity required shall be provided by Railway. 3. If the lowest offer crosses Rs.20 lakhs, then the L1 will have to submit the credentials on par with tenders above Rs.20 lakhs as per Sudhir Chandra recommendations within 10 days failing which the offer will not be considered.

Place:

Name and signature of the Tenderer - 29 -

SCHEDULE ‘D’ 1

ELECTRICAL WORK SCHEDULE (Rate contract items)

The contractor should quote rates only AT PAR

S.No SSR.No Description Qty Unit Rate Amount 1 Supply of 3.5 core 25 sq.mm 100 mtr. 98/- 9800/- Aluminum armored LT UG cable confirming to IS 1554 Pt.I.

Supply of 4 core 16 sq.mm Aluminum 100 mtr 80/- 8000/- 2 armored LT UG cable confirming to IS 1554 Pt.I GRAND TOTAL 17,800/-

RATE SCHEDULE

S.No Description of the work

01 Supply, installation and commissioning of Incinerator with all its accessories including Civil, mechanical and electrical works in all respects at Diesel Loco Shed, Moula-ali on turn key basis as per the specification in the schedule.

Period of Contract: SIX months.

Total estimated cost of Work: Rs. 17,800/-

Percentage rate quoted by the tenderer on the estimated value:

Above / below / at par ______

Note:-

1. The tenderers are required to quote the percentage rate both in figures and in words. In case of any discrepancy between the rate quoted in figures and words, the rate quoted in words will be taken for evaluation and payment. 2. The firm shall make their own arrangements for men, material & tools required for fitment and commissioning. Electricity required shall be provided by Railway. 3. If the lowest offer crosses Rs.20 lakhs, then the L1 will have to submit the credentials on par with tenders above Rs.20 lakhs as per Sudhir Chandra recommendations within 10 days failing which the offer will not be considered.

Place:

Name and signature of the Tenderer