WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

Sr.DEN/Co/WAT acting for and on behalf of The President of invites E-Tenders against Tender No eT-North-WAT_10-2018 Closing Date/Time 19/07/2018 13:30 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

Construction of Limited Height Subway in view of closing of Manned Level Crossing No.RV-305 at Name of Work Km 413/15-17 between - Donkinavalasa under the jurisdiction of Assistant Divisional Engineer/Rayagada on - Line of Waltair Division. Bidding type Normal Tender Contract Type Works Tender Type Open Bidding System Single Packet System Tender Closing Date Time 19/07/2018 13:30 Date Time Of Uploading Tender 18/06/2018 18:09 Pre-Bid Required No Pre-Bid Query Date Time Not Applicable Advertised Value 47571853.79 Tendering Section NORTH Bidding Style Single Rate for Each Schedule Bidding Unit Earnest Money (Rs.) 387860.00 Validity of Offer ( Days) 45 Tender Doc. Cost (Rs.) 11800.00 Period of Completion 6 Months Are Joint Venture (JV) firms allowed Bidding Start Date 05/07/2018 No TO bid Ranking Order For Bids Lowest to Highest

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Above/ Schedule A-USSOR - 2010 items 12610296.28 Below/Par Please see Item Breakup for details. 12002099.28 AT Par 12002099.28 1 Item Description:- Execution of all items of works covered by Chapter 1-25 of USSOR-2010. Lump Sum 608197.00 AT Par 608197.00 2 Item Description:- Execution of all items of works covered by Unforeseen Miscellaneous items covered by Chapter 1 to 25 of USSOR-2010.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Above/ Schedule B-FR items 8066671.59 Below/Par Please see Item Breakup for details. 8066671.59 AT Par 8066671.59 1 Item Description:- Execution of all items of works covered by FR items.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Above/ Schedule C-FR items 6976569.60 Below/Par Please see Item Breakup for details. 6976569.60 AT Par 6976569.60 1 Item Description:- Execution of all items of works covered by FR items.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Above/ Schedule D-Supply of cement 8007001.50 Below/Par Please see Item Breakup for details. 8007001.50 AT Par 8007001.50 1 Item Description:- Execution of all items of works covered by Supply of cement of Chapter No.3 of USSOR-2010.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Above/ Schedule E-Supply of Steel 11911314.82 Below/Par Please see Item Breakup for details. 11911314.82 AT Par 11911314.82 1 Item Description:- Execution of all items of works covered by Supply of steel of Chapter No.4 of USSOR-2010.

3. ITEM BREAKUP

Page 1 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

Schedule Schedule A-USSOR - 2010 items Item- 1 Execution of all items of works covered by Chapter 1-25 of USSOR-2010. S No. Item No Description of Item Unit Qty Rate Amount Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in 1 011011 All kinds of soils cum 7023.77 92.34 648574.92 2 011012 Ordinary Rock (Not requiring blasting) cum 5.00 268.50 1342.50 Extra for lead of earth work above initial lead of 50m, in all kind of soils and rocks : 3 011052 cum 30.00 66.50 1995.00 for every 50m or part thereof - lead over 150m and upto 500m ( X 7 ) 4 012010 Extra over item 011010 for excavation in foundations for cum 6427.04 9.50 61056.88 buildings and bridges to cover dressing to neat dimension and plumbing sides etc. Note : Dressing under this item is payable for the total quantity of excavation in foundation and not partly 5 012040 Filling, watering and ramming earth in 15 cm layers in floors cum 27.00 20.60 556.20 and foundations with surplus earth from foundations including 50m lead and 1.5m lift 6 012050 Supplying and filling sand in plinth and under floors including cum 51.00 635.64 32417.64 watering, ramming, consolidating and dressing complete 7 013120 Earthwork in filling in embankment, guide bunds, around cum 14.19 237.97 3376.79 buried type abutments, bridge gaps, trolley refuges, rain bunds if provided, platforms etc. with earth excavated from outside railway boundary entirely arranged by the contractor at his own cost as per RDSO's latest guidelines and specifications and special condition of contract including all leads, royalty, lifts, ascents, descents, crossing of nallahs or any other obstructions. The rates shall include all dressing of bank to final profile, demarcation and setting out of profile, site clearance, removing of shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank, all handling/re-handling. taxes, octroi and royalty etc. as a complete job. Cut trees shall be property of railways and to be deposited in the railway godown unless specified otherwise in the Special conditions of contract 8 013130 Extra for mechanical compaction of earth/blanketing material cum 7.69 16.10 123.81 filled in embankment with contractor's rollers of suitable capacity, type and size to achieve specified density as per specification, testing as per IS codes incl. cost of water, T&P consumable material and all labour as a complete job. The work is to be executed as per Latest edition of "Guidelines for Earthwork in Railway Projects" issued by RDSO, Lucknow Providing and laying Jute Geo-Textile (JGT) in slopes of Railway embankment in accordance with RDSO's guidelines for application of Jute Geotextile in Railway embankments and hill slopes no. RDSO/2007/GE:G-0008 or its subsequent versions, including incidental earthwork and fixing arrangements 9 014062 With GJ - Type 2 100 Sqm 663.00 5009.20 33211.00 Providing and laying in position cement concrete of specified proportion excluding cost of cement, centering and shuttering - All works upto Plinth level : 10 031012 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 40mm cum 11.56 1917.59 22167.34 nominal size) Providing and laying cement concrete, up to plinth in retaining walls, walls (any thickness) including attached plasters, columns, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets etc, excluding the cost of cement and of shuttering, centering.

Page 2 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

11 031022 1:3:6 (1cement : 3 sand : 6 graded stone aggregate 40mm cum 84.00 2233.56 187619.04 nominal size) 12 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm cum 147.85 2306.07 340952.45 nominal size) Providing and laying in position cement concrete of M 20 grade, excluding the cost of cement and of centering and shuttering, as per direction of the Engineer in charge : 13 031051 All works upto Plinth level cum 395.39 2211.07 874234.97 Centering and shuttering including strutting, propping etc. and removal of form work for : 14 031062 Retaining walls, return walls, walls (any thickness) including Sqm 1308.92 233.19 305227.05 attached plasters, buttresses, plinth and string courses fillets etc. 15 033130 Supplying & mixing high range poly carboxylate ether base Kg 47.00 99.58 4680.26 water reducing admixture Plast Super-C700 conforming to IS:9103-1999 (to be added @ 1% by weight of cement) for CC & RCC work for controlling water cement ratio and for gaining early strength Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge 16 041011 All work upto plinth level, including raft foundation of cum 1255.00 2492.74 3128388.70 washable aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc. 17 041012 All work in buildings above plinth level upto floor two level. cum 1.40 2718.22 3805.51 Centering and shuttering including strutting, propping etc. and removal of form for : 18 042011 Foundations, footings, bases of columns, raft foundation of Sqm 1.60 139.90 223.84 washable aprons, Pile caps, Footings of FOB etc. 19 042012 Walls (any thickness) including attached plasters, buttresses, Sqm 10.80 233.20 2518.56 plinth and string courses etc. 20 042013 Suspended floors, roofs, landings, balconies, FOB slabs, Sqm 0.50 225.88 112.94 walkway slabs and access platform Providing, hoisting and fixing in position upto floor two level M20 Grade precast RCC work including setting in cement mortar 1:3 (1 cement : 3 coarse sand) and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete including cost of centering, shuttering, finishing, Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability, excluding cost of cement and steel reinforcement, as per approved plan & direction of Engineer incharge. 21 043011 In string courses, bands, coping, bed plates, anchor blocks, cum 62.00 2937.16 182103.92 plain window sills, and the like 22 043019 In blocks of complicated design such as C blocks of cabins, cum 75.00 5272.54 395440.50 Platform walls etc. 23 048010 Extra for laying reinforced cement concrete in or under water cum/m 2.17 24.98 54.21 and / or liquid mud including cost of pumping out water and depth removing slush etc. complete. Note : The quantity will be calculated by multiplying the depth measured from the subsoil water level upto the centre of gravity of the R.C.C. in cubic metre executed under subsoil water. The depth of centre of gravity shall be reckoned correct to 0.1m, 0.05m or more shall be taken as 0.1m and less than 0.05m ignored. No extra payment shall be made for placing the reinforcement or centrring or shuttering under the sub soil water level. Supplying cement / epoxy grout and sealing of cracks by injection process through nipples with pressure of at least 1.4 kg/sqm till the grout comes out through adjacent nipples, complete as per specification 24 048032 Using epoxy grout as per manufacturer's specification Kg 225.00 339.71 76434.75

Page 3 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

Brickwork with modular fly ash lime bricks (FALG Bricks) conforming to IS:12894-1989, class designation 10 in superstructure above plinth level upto floor two level in : 25 055091 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 7.85 3769.95 29594.11 Random rubble masonry with hard stone in foundation and plinth including levelling up with concrete as per specifications, upto plinth level with : 26 061013 Cement mortar 1:6 (1cement: 6coarse sand) cum 6.50 2997.65 19484.73 Providing wood work in frames of doors, windows, clerestory windows and other frames and trusses, wrought, framed and fixed in position : 27 071012 Sal wood cudm 0.08 41.52 3.32 Providing and fixing panelled/glazed or panelled and glazed shutters for doors, windows and clerestory windows including ISI marked black enamelled M.S. butt hinges with necessary screws excluding, panelling/glazing which will be paid for separately 28 072011 Second class teak wood, 35mm thick Sqm 5.04 1790.45 9023.87 Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL 29 081012 In flats, plates, round or square bars Kg 1716.00 60.37 103594.92 Structural steel work riveted or bolted in built up sections, trusses and framed work, girders, staging, racks etc including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position including applying a priming coat of a approved steel primer complete - upto 6m height above GL 30 081021 In RSJ, tees, angles and channels Kg 1000.00 61.95 61950.00 31 081022 In flats, plates, round or square bars Kg 1000.00 62.00 62000.00 Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL 32 081031 In RSJ, tees, angles and channels Kg 27035.00 87.03 2352856.05 33 081032 In flats, plates , round or square bars Kg 1000.00 83.76 83760.00 34 081050 Erecting roof trusses, tank stagings, steel tanks etc. Quintal 10.00 248.56 2485.60 including rivetting for work upto 10m height above GL 35 109150 Supplying, fabricating and erecting valley gutter having 1.00 Metre 234.00 1249.18 292308.12 meter width, made out of 0.91mm thick aluminum sheets, the joints shall be made by aluminum welding to make water tight including supplying manufacturing and fixing brackets made out of MS flats 50mm x 6mm at the spacing of 75 cm center to center. The rate will be including supply of all materials, labours, tools, plants, equipments, scaffolding and staging etc. Complete work shall be carried out as directed by engineer in charge 36 109230 Supply and Installation, including lifting to all heights as Sqm 2226.74 718.78 1600536.18 required, trapezoidal/corrugated sheeting system in galvalume colour coated steel having cover width of 1000 mm, 35 mm crest at a pitch of 250 mm stiffened with 8 mm deep intermittent corrugations or profiling approved by engineer-in-charge. Sheet should be made from base metal having 0.52 mm (± 0.02 mm) thickness in steel of grade 345 as per ASTM A792M, coated with alloy of Aluminum & Zinc to grade AZ150 (min. alloy mass 150 gsm total both sides) with colour coating having complete dip tank pre-treatment process with Chromate Conversion (Cr +3) as main pre- treatment followed by PU primer (Permaprime grade) of min. 5 micron DFT on each surface; finished with special polyester paint to grade EPG-20 of minimum 20 micron DFT on exposed surface and 5 micron in grey shade on unexposed surface. Fixing shall be done with self-tapping screws meeting requirement of Class-3 of AS 3566 with EPDM washers at suitable intervals as per site requirement and as directed by Engineer Incharge complete work

Page 4 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

15 mm cement plaster on the rough side of single or half brick wall of mix - 37 111051 1:4 (1cement: 4coarse sand) Sqm 90.00 80.67 7260.30 White washing with lime to give an even shade 38 115011 New work (three or more coats) Sqm 105.03 9.14 959.97 Applying Priming Coat : 39 121011 With ready mixed pink or grey primer of approved brand and Sqm 16.00 22.47 359.52 manufacture on woodwork (hard and soft wood) 40 121020 Painting wood work with Deluxe Multi Surfaces Paint of Sqm 16.00 58.46 935.36 required shade. Two or more coat applied @ 0.90ltr/ 10sqm over an under coat of primer, applied @ 0.75ltr/ 10sqm of approved brand or manufacture Painting with aluminium paint of approved brand and manufacture to give an even shade 41 121091 Two or more coats on new work Sqm 96.00 41.62 3995.52 42 121120 Coal tarring two coat on new work using 0.16 and 0.12 litre of Sqm 310.00 19.62 6082.20 coal tar per sqm in the first coat and second coat respectively Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes including bends etc with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1cement: 2fine sand) including testing of joints etc. complete upto 800mm dia. 43 142017 600mm dia. R.C.C. pipe Metre 20.00 1021.07 20421.40 Demolishing plain cement concrete including disposal of material within 50m lead 44 181022 Mix leaner than 1:2:4 with coarse aggregate larger than 20mm cum 10.00 289.61 2896.10 Dismantling steel work in single sections including dismembering & stacking within 50m lead in 45 186011 R.S. joists./ Rails Kg 5000.00 0.74 3700.00 Dismantling and stacking within 50m lead, fencing posts or struts/ rails including all earth work and dismantling of concrete etc. in base 46 187011 'T" or 'L' iron or pipe, rail or RSJs Each 30.00 52.48 1574.40 47 211080 Providing/ fixing/ leaving/ grouting various size HTS bolts / Kg 307.50 71.73 22056.98 holding down bolts in concrete column or in other structural steel member with proper nuts, bolts, washers /plates as a complete job. Note - Cement used in grouting will be paid separately under relevant item 48 221050 Providing and laying Pitching with stone boulders weighing cum 20.00 881.68 17633.60 not less than 35 kg each with the voids filled with spalls on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment complete as per drawing and Technical specifications (Filter media to be paid separately under the relevant item) 49 222280 Supplying, spreading and filling coarse sand (No cohesive cum 237.17 1254.26 297472.84 materials to be used) of approved quality including watering and ramming in foundation, plinth, behind the abutment, wing wall, retaining wall in layers not exceeding 150mm thick including its compaction as per direction of Engineer-in- charge. The rate includes all lead, lift, ascent, descent, crossing of Railway line, etc. complete with contractor's labour, materials, tools and plant 50 222290 Providing Boulder backing behind wing wall, return wall, cum 592.20 159.44 94420.37 retaining wall with hand packed boulders & cobbles with smaller size boulders toward the back including all lead, lift, labour & other incidental charges as complete work in all respect. Payment for boulder/cobbles will be done extra 51 231010 Preparation of subgrade by excavating earth upto 22.5cm Sqm 189.00 42.59 8049.51 depth, dressing to camber and consolidating with power road roller of 8 to 12 tonne capacity including making good the undulations etc. and disposal of surplus earth with lead upto 50 metres

Page 5 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

Providing and laying water bound macadam with specified stone aggregate, stone screening and binding material including screening, sorting, spreading to template and consolidation with power road roller of 8 to 10 tonne capacity etc. complete. 52 231041 Sub-base with stone aggregate 90mm to 45mm including cum 126.00 1137.48 143322.48 stone screening 13.2mm size Manufacturing supplying and fixing retro reflective sign boards made up of 2mm thick aluminium sheet, face to be fully covered with high intensity encapsulated type heat activated retro reflective sheeting conforming to type - IV of ASTM-D 4956-01 in blue and silver white or other colour combination including subject matter, message (bi-lingual), symbols and borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated by applying heat and pressure conforming to class -2 of ASTM- D-4956-01 and fixing the same with suitable sized aluminium alloy rivets @ 20 cm c/c to back support frame of M.S. angle iron of size 25x25x3 mm alongwith theft resistant measures, mounted and fixed with 2 Nos. M.S. angles of size 35x35x5 mm to a vertical post made up of M.S. Tee section ISMT 50x50x6 mm - welded with base plate of size 100x100x5 mm at the bottom end and including making holes in pipes, angles flats, providing & fixing M.S. message plate of required size steel work to be painted with two or more coats of synthetic enamel paint of required shade and of approved brand & manufacture over priming coat of zinc chromate yellow primer (vertical MS-Tee support to be painted in black and white colours). Backside of aluminium sheet to be painted with two or more coats of epoxy paint over and including appropriate priming coat including all leads and lifts etc. complete as per drawing, specification and direction of Engineer-in-charge. (Note : Concreting for fixing may be done as per site requirement and paid for separately) 53 238041 Cautionary/warning sign boards of equilateral triangular shape Each 10.00 4205.13 42051.30 having each side of 900mm with support length of 3650mm 54 238050 Providing and applying 2.5mm thick road marking strips Sqm 42.00 829.73 34848.66 (retro-reflective) of specified shade/ colour using hot thermoplastic material by fully/ semi automatic thermoplastic paint applicator machine fitted with profile shoe, glass beads dispenser, propane tank heater and profile shoe heater, driven by experienced operator on road surface including cost of material, labour, T&P, cleaning the road surface of all dirt, seals, oil, grease and foreign material etc. complete as per direction of Engineer-in-charge and in accordance with applicable specifications 55 238060 Providing and fixing of raised pavement markers made of Each 140.00 751.72 105240.80 polycarbonate moulded body and reflective panels with micro prismatic lens made of polycarbonate with abrasion resistant coating. The length, weight and width of body shall not exceed 95 mm, 18mm and 105mm respectively. The lower surface of the RPM shall be supported with two nylon shanks, each of length not less than 25mm. Fixed to the road by using twin nylon shanks using bituminous adhesive on bitumen roads or without nylon shanks with epoxy resin adhesive on concrete roads as per directions of Engineer Incharge. The RPM should conform to the quality standards as laid down in IR Standard Specifications 56 252390 Stone Boulder Weighing minimum 35 Kg Each cum 612.20 431.25 264011.25 Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in 57 011011(014101) In or under water and/or liquid mud, including pumping out cum 32.00 18.47 591.04 water as required. Note - In or under water means locations/levels where there is continuous ingress of water. [RATE = 20%]

Page 6 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

Total 12002099.28 Schedule Schedule B-FR items Item- 1 Execution of all items of works covered by FR items. S No. Item No Description of Item Unit Qty Rate Amount 1 1 Casting of RCC in situ for Box as per approved drawing or as cum 1080.96 6394.16 6911831.19 per the directions of in charge of work) in M-35 grade RCC at site with contractors all labour, tools & plants, shuttering, curing, materials, all lead lift, all taxes and royalty etc., complete. The rate is also inclusive of preparation of ground, scaff holding, etc., for casting the boxes at site.(The rate is exclusive of cost of cement and steel). 2 2 Supply at bridge site of special class pre-cast RCC pipes of R metre 15.00 13996.00 209940.00 1200mm (internal dia) 2.5m long each 12cm thick with spigot and socket ends using concrete of not lower then M-30 grade etc., with all contractor's labour and materials as per approved drawing and specifications and with all lead, lift, ascent, descent, loading, unloading, transportation and all other incidental charges etc., complete as directed by the Engineer in charge of work. 3 3 Concrete Canvas on Top & vertical surface (Concrete Canvas Sqm 190.00 4890.00 929100.00 8 mm, Batch roll size - 05 sqm, Bulkrool size-125 sqm. Roll width- 1.1 meter). 4 4 Using cement grout: Jack arching (brick work only) 115 cm Kg 270.00 58.52 15800.40 thick (Class designation 7.5 - non-modular (FPS) / Modular ) including all lead and lift at any floor Total 8066671.59 Schedule Schedule C-FR items Item- 1 Execution of all items of works covered by FR items. S No. Item No Description of Item Unit Qty Rate Amount 1 1 Launching and placing of pre-cast box segments such as MT 1287.00 5420.80 6976569.60 RCC Boxes / RCC Wing walls / RCC section of any shape with contractor's own arrangement during traffic block with heavy duty road crane of minimum 300 M/Ton capacity or above with all lead, lift tools and plant, labour, taxes, ascent, descent etc complete or as per directions of Engineer-in- charge of the work at site. Note: (1) The rate includes transportation of cranes/excavators etc., to site of work including making service, road upto site of work and making platform for working of cranes. (2) The rate includes removing track for launching of LHS segments. (3) The rate also includes cutting formation/earth upto required depth of any strata in desired profile, re-filling of earth on top of the box upto the required formation level including sides of boxes, compaction, spreading the ballast to sufficient cushion and linking the track with PSC sleepers duly maintaining the alignment, gauge and level etc. 4). The equipment/machinery/cranes/excavators considering stand by arrangements shall be deployed by contractor in sufficient number and capacity as per directions of Engineer-in-charge to complete the launching as per the block granted by Railway. 5) Sufficient nos of sand bags/Earthen bags should be kept ready prior to block for launching LHS. 6) For any reason or the other, the block is not granted on the said date, no extra payment will be made for idling the machinery and the labour. 7)The decision of Engineer-in-charge for deployment of number and capacity of machinery/ excavators/cranes etc., for launching of precast segment of LHS during the Block shall be final and binding on the contractor. The quoted rate shall be all inclusive rate and no extra payment shall be made on this account. Total 6976569.60 Schedule Schedule D-Supply of cement Item- 1 Execution of all items of works covered by Supply of cement of Chapter No.3 of USSOR-2010. S No. Item No Description of Item Unit Qty Rate Amount Supply and using cement at worksite : 1 033062 OPC 53 grade Tonne 1313.70 6095.00 8007001.50 Total 8007001.50

Page 7 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

Schedule Schedule E-Supply of Steel Item- 1 Execution of all items of works covered by Supply of steel of Chapter No.4 of USSOR-2010. S No. Item No Description of Item Unit Qty Rate Amount Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete. 1 045014 High yield strength deformed bars Kg 203403.60 58.56 11911314.82 Total 11911314.82

4. ELIGIBILITY CONDITIONS

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents Required Allowed Uploading Should have physically completed in the last three financial years ie current year upto the date of opening of tender and three previous financial years , at least one similar work, for a minimum value of 35 percent of advertised tender value. i . Similar nature of Allowed 1 works physically completed within qualifying period i.e. the last 3 financial years and No No (Mandatory) current financial year upto the date of opening of tender even though the work might have commenced before the qualifying period shall only be considered in evaluating the eligibility criteria. 1.1 Defination of Similar Work :- Any Civil work consisting RCC work No No Not Allowed

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents Required Allowed Uploading Total contract amount received during the last three financial years and in the current financial year upto the date of opening of tender. i . The tenderer s shall be eligible only if he/they fulfil Minimum Eligibility Criteria of having received total contract amount during Allowed 1 the last three financial years and in the current financial year with a minimum of 150 No No (Mandatory) percent of the advertised tender value. ii . Authentic Certificates shall be produced by the tenderer s to this effect which may be an attested certificate from the employer/client, audited balance sheet duly certified by the Chartered Accountant etc.

5. COMPLIANCE

Check List

S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Whether cost of tender document deposited. No No Not Allowed 2 Whether cost of Earnest Money deposited. No No Not Allowed 3 Whether the Certificate of familiarization submitted. No No Not Allowed

Commercial-Compliance

S.No. Description Confirmation Remarks Documents Required Allowed Uploading Tenderers are required to quote their Permanent Account Number in the 1 Yes Yes Not Allowed tender document. Please submit any other document like ballast test certificate/fabrication Allowed 2 Yes Yes facilities, if applicable as desired in the Annexed Document. (Optional) Please enter the percentage of local content in the material being offered. Please enter 0 for fully imported items, and 100 for fully indigenous items. The 3 No Yes Not Allowed definition and calculation of local content shall be in accordance with the Make in India policy as incorporated in the tender conditions. Please enter the percentage of local content in the material being offered. Please enter 0 for fully imported items, and 100 for fully indigenous items. The 4 No Yes Not Allowed definition and calculation of local content shall be in accordance with the Make in India policy as incorporated in the tender conditions.

General Instructions

Page 8 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

S.No. Description Confirmation Remarks Documents Required Allowed Uploading Non-compliance with any of the conditions set forth therein above is liable to 1 No No Not Allowed result in the tender being rejected. It shall not be obligatory on the said authority to accept the lowest tender and 2 no tenderer/tenderers shall demand any explanation for the cause of rejection No No Not Allowed of his/their tender. If the tenderers deliberately gives/give wrong information in his/their tender or 3 creates/create circumstances for the acceptance of his/their tender, the No No Not Allowed Railway reserves the right to reject such tender at any stage. If the tenderer/s expires after the submission of his/their tender or after the acceptance of his tender, the Rly. shall deem such tender as cancelled. If a 4 partner of a firm expires after the submission of their tender or after the No No Not Allowed acceptance of their tender, the Railway shall deem such tender as cancelled unless the firm retains its character. 5 No manual tenders sent by Post/FAX/Courier or in person shall be accepted. No No Not Allowed 6 For ELIGIBILITY CRITERIA Ref.in attached document Chapter-3 No No Not Allowed 7 For Instructions to the tenderer Ref. in attached documents Chapter-2 No No Not Allowed 8 For General Conditions Ref. in attached documents Chapter-4 No No Not Allowed 9 For Special conditions Ref. in attached documents Chapter-5 No No Not Allowed A) The Railway reserves the right to verify all statements, information and documents submitted by the bidder in his tender offer, and the bidder shall, when so required by the Railway, make available all such information, evidence and documents as may be necessary for such verification. Any such verification or lack of such verification, by the Railway shall not relieve the 10 bidder of its obligations or liabilities hereunder nor will it affect any rights of the No No Not Allowed Railway there under. B) In case of any wrong information submitted by tenderer, the contract shall be terminated, Earnest Money Deposit(EMD)Performance Guarantee(PG) and Security Deposit(SD) of contract forfeited and agency barred for doing business on entire Indian Railways for 5(Five) Years.

Special Conditions

S.No. Description Confirmation Remarks Documents Required Allowed Uploading

Page 9 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

OPTION FOR THE CONTRACTOR TO TAKE PAYMENT FROM RAILWAYS THROUGH A LETTER OF CREDIT (LC) ARRANGEMENT: 1) For all tenders having Cost of Rs.10 Lakh or above, the contractor shall have the option to take payment from Railways through a Letter of Credit (LC) arrangement. 2) This option of taking payment through LC arrangement has to be exercised in IREPS (Indian Railway Electronic Procurement system- the E-application on which tenders are called by Railways) by the tenderer at the time of bidding itself, and the tenderer shall affirm having read over and agreed to the terms and conditions of the LC option. 3. The option so exercised, shall be an integral part of the bidder's offer. 4. The above option of taking payment through LC arrangement, once exercised by the tenderer at the time of bidding, shall be final and no change shall be permitted, thereafter, during execution of contract. 5. In case tenderer opts for payment through LC, following shall be the procedure to deal release of payment through LC. a) The LC shall be a sight LC. b) The contractor shall select his Advising/ Negotiating bank for LC. The incidental cost towards issue of LC and its operation thereof shall be borne by the contractor. c) SBI, New Delhi, Main Branch will be the nodal branch for issue of LCs based on online requests received from Railway Accounts units for tenders opened in Financial Year 2018-2019. SBI branches where the respective Railway Accounts office has ite account (Local SBI Branch) will be the issuance/Reimbursing branch for LC isuued under this arrangement. The bank shall remain same for this tender till completion of contract. The incidental cost @ 0.15% per annum of LC value, 1 No No Not Allowed towards issue of LC and operation thereof shall be borne by the contractor and shall be recovered from his bills. d) The LC shall be opened initially for duration of 180 to 365 days in consultation with contractor. The LC shall be extended time to time as per the progress of the contractor, on the request of the contractor. The value of LC to be opened initially as well as extended thereafter shall be finalized by the Engineer in consultation with the contractor on the basis of expected progress of work. e) The LC terms and conditions shall inter-alia indemnify and save harmless the Railway from and against all losses, claims and demands of every nature and description brought or recovered against the Railways by reason of any act or omission of the contractor, his agents or Employees in relation to the Letter of Credit (LC).All sums payable/Borne by Railways on his account shall be considered as reasonable compensation paid by contractor. f) The LC terms and conditions shall inter-alia provide that Railways will issue a document of authorization (Format enclosed as Annexure-2) after passing the bill for completed work, to enable contractor to claim the authorized amount from their bank. g) The acceptable, agreed upon document for payments to be released under the LC shall be the document of authorization. h) The Document of authorization shall be issued by Railway Accounts office against each bill passed by Railways. i) On issuance of document of Authorization, the copy of document of authorization shall be posted on IREPS for download by the contractor. A digitally signed copy of document of authorization shall also be sent by Railway Accounts office to Railway's bank (Local SBI Branch). Contd...

Page 10 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

OPTION FOR THE CONTRACTOR TO TAKE PAYMENT FROM RAILWAYS THROUGH A LETTER OF CREDIT (LC) ARRANGEMENT: In continuation of Sl.No.1 of Special conditions. j) The contractor shall take printout of the document of authorization available on IREPS and present his claim to his bank (Advising Bank) for necessary payments as per LC terms and conditions. The claim shall comprise of copy of document of authorization, Bill of exchange and bill. k) The payment against LC shall be subject to verification from Railway's Bank (Local SBI Branch). l) The Contractor's bank (Advising Bank) shall submit the documents to the Railway's Bank (Local SBI Branch). m) The Railway's Bank (Issuing Bank) shall, after verifying the claim so received with respect to the digitally signed document of authorization received from Railway Accounts office, release the payment to Contractor's Bank 2 No No Not Allowed (Advising Bank) for crediting the same to Contractor's account. n) Any number of bills can be dealt within one LC, provided the sum total payments to the contractor are within the amount for which LC has been opened. o) The LC shall be closed after the release of final payment including PVC amount, if any, to the contractor. p) The release of Performance guarantee or Security Deposit shall be dealt directly by Railway with the Contractor ie. not through LC. 3. For opening of LC, the executive department shall make a request letter to concerned accounts department on a Format placed as Annexure - I. 4. Necessary changes in IREPS and IPAS E-applications have already been carried out, for having option for payment to contractors through LC. (This has a reference to Railway Board/New Delhi's Letter No.2018/CE-I/CT/9, DT.04.06.2018.). The quantities specified in the tender schedule are only approximate and liable 3 No No Not Allowed to vary. Payment of Earnest Money deposit EMD) & tender Document Cost (TDC) in respect of e-tendering, should be accepted through net banking or payment 4 gateway only. (R.B letter No. 2017/CE -I/CT/5/1. dated.31.08.2016). Note:- No No Not Allowed Fixed Deposit Receipt (FDR) will not be accepted as EMD for tenders invited on IREPS (e-tendering portal).

Technical-Compliances

S.No. Description Confirmation Remarks Documents Required Allowed Uploading SYSTEM OF VERIFICATION OF TENDRER'S CREDENTIALS : For the works tenders, it has been decided to adopt the Affidavit-based system of credential verification.The tender shall submit along with the tender document, documents in support of his/her claim to fulfill the eligibility criteria as mentioned in the tender document. Each page of the copy of Allowed 1 Documents/Certificates in support of credentials, submitted by the tenderer, No No (Mandatory) shall be attested/Digitally signed by the tenderer or authorized representative of the tendering firm. Self- attestation shall include Signature, Stamp and Date (On each Page). Only those documents which are declared explicitly by the tenderer as "Documents supporting the claim of qualifying the laid down Criteria" will be considered for evaluating his/their tenderer. "The tenderers shall submit a Notarized Affidavit on a Non-Judicial stamp paper stating that they are not liable to be disqualified and all their statements/documents submitted along with bid are true and factual. Standard Format of the affidavit to be submitted by the bidder is enclosed in ANNEXURE-A. Non-submission of an affidavit by the bidder shall result in Allowed 2 summary rejection of his/their bid. And it shall be mandatorily incumbent upon No No (Mandatory) the tenderer to identify, state and submit the supporting documents duly self attested by which they/he is qualifying the Qualifying criteria mentioned in the tender document. It will not be obligatory on the part of Tender Committee to scrutinize beyond the submitted document of tenderer as far as his qualification for the tender is concerned".

Undertakings

S.No. Description Confirmation Remarks Documents Required Allowed Uploading I/ We have visited the works site and I / We am / are aware of the site 1 No No Not Allowed conditions.

Page 11 of 12 Run Date Time: 18/06/2018 18:10:27 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-North-WAT_10-2018 Closing Date/Time: 19/07/2018 13:30

6. Documents attached with tender

S.No. Document Name Document Description 1 LHS-Technical-Spl.Conditions-1.pdf LHS Spl Conditions 1 2 LHS-Technical-Spl.Conditions-2.pdf LHS Spl Conditions 2 3 Letterofcredit.pdf Letter of Credit 4 LetterofCredit-Anx-12.pdf Letter of Credit Annexures 5 LetterofCreditRlyBoardletter.pdf Letter of Credit Rly Board letter 6 SpecialConditionCementandSteel.pdf Spl conditons for cement and steel 7 TopSheet.pdf Chapter 1 Top Sheet 8 Chapter-02.pdf Chapter 2 9 Chapter-03.pdf Chapter 3 10 Chapter-04Generalconditons.pdf Chapter 4 11 Chapter-05-SplConditions.pdf Chapter 5 12 IndianRailwaysGenlContractConditions.pdf Indian Railways Genl Contract 13 Annexure-A-Affidavit.pdf Annexure A Affidavit 14 Anx-I-GuaranteeBond.pdf Anx I Guarantee Bond 15 Anx-II-EFTdoc.pdf Anx II EFT 16 Annexure-III-PVCClause.pdf Annexure III PVC Clause 17 Splcondition-ImpositionofTaxes.pdf Spl condition Imposition of Taxes 18 Systemofverificationofcredentials.pdf System of verification of credentia 19 TIMELINEFORPASSINGOFCONTRACTUALBILLS.pdf TIME LINE FOR PASSING O FCONTRACTUA 20 LHSTechnicalConditionsGeneral.pdf LHS Technical Conditions General

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no. 2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017.

Signed By: CH.VISHNU MURTY

Designation : Sr.DENNorth

Page 12 of 12 Run Date Time: 18/06/2018 18:10:27