13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 1

SOUTH CENTRAL RAILWAY

Issued to: M.R.No: Dated:

Sri/M/s. For Chief Admn Officer/Con/SC.

F O R M ‘A’

TENDER NOTICE No: 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05)

1. NAME OF WORK:- Vijayawada Division - Vijayawada - Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard.

2. Approximate Value of work : Rs.1,56,84,523.00/-

3. Earnest Money Deposit : Rs.2,28,430/- ( in Cash or Banker’s cheques/ Demand Drafts Only)

4. Cost of Tender document

a) in person / Down loaded : Rs. 5,000.00 b) By post : Rs. 5,500.00

5. Completion period : 06 (Six) Months including monsoon period

6 Validity of offer : 90 days from date of opening of tender

7. Date & Time of Closing of : 10/05/2016 at 11.00 AM Tender Box

8. Date & Time of Opening of : 10/05/2016 at 11.30 AM Tender Box

9. Tender document is not transferable and the amount paid for is non-refundable.

10. Cash remittances will not be accepted by Chief Cashier or Divisional Cashier/Pay after 10.00 AM on 10/05/2016 (i.e., Tender opening day).

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 2

NAME OF WORK: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard CHECK LIST

(FOR THE GUIDANCE OF TENDERER WHILE SUBMISSION OF TENDER)

Sl. Confirm Action required No. ed ( 9 ) 1 Signing the tender documents on all the pages by Tenderer / Authorised Signatory. 2 Submission of offer on Original printout of the tender document downloaded from the website as per Para No.11 of Instructions to Tenderer and Conditions of Tender. 3 Submission of Demand Draft towards the cost of tender document downloaded from website as per Para No.11 of Instructions to Tenderer and Conditions of Tender. 4 Submission of Earnest Money Deposit as per Para No.9 of Instructions to Tenderer and Conditions of Tender. 5 Submission of Certificate in support of Technical Eligibility, self attested photo copy, as per Para No.1.1 of Instructions to Tenderer and Conditions of Tender. a) In case of Railway works, the certificate should be issued by an officer not below the rank of JA grade. b) In case of any other Government departments/ PSUs (other than Railways), the certificate should be issued by an officer not below the rank of Executive Engineer / equivalent grade. 6 Submission of Certificate in support of Financial Eligibility as per Para No.1.2 of Instructions to Tenderer and Conditions of Tender. a) Audited Balance sheet duly certified by Chartered Accountant (clearly indicating contractual payments). b) Certificates from the Govt. department or Semi Governments / PSUs for the work done for them. 7 Submission of Ballast test certificate as per Para No.1.1 of Instructions to Tenderer and Conditions of Tender (in case of tender schedule having item for Supply of Ballast). 8 Submission of documents of Tenderer as per Para No.3.0 of Instructions to Tenderer and Conditions of Tender to consider the offer for further evaluation as below : In case the Tenderer is a Proprietary Firm or HUF : Affidavit on stamp paper of appropriate value to the effect that he is a sole proprietor (or) has consent / authority to act on behalf of HUF. In case the Tenderer is a Partnership Firm(s) : i) Notary certified copy of the Partnership deed (or) Partnership deed duly attested by Gazetted officer. ii) Power of Attorney in favour of one of the partners to act on behalf of the firm and to enter into liability by signing the tender / agreement.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 3

Sl. Confirme Action required No. d ( 9 ) In case the Tenderer is a Private Limited / Limited Companies, the following documents: i) Notary certified copy of Resolution of the Directors of the Company authorizing the one of the Directors / Managers of the company to

act on behalf of the company. ii) Copy of Memorandum and Articles of Association of the Company. iii) Power of Attorney by the Company authorizing the person to act as per (i) above. 9 Submission of Declaration regarding Employment of Retired Engineer/Retired Railway Officer as per Para No.3.5 of Instructions to Tenderer and Conditions of Tender - as per Annexure-V 10 Submission of NEFT FORM - as per Annexure-VI 11 Submission of Method statement as per Para No. 2.0 of Instructions to Tenderer and Conditions of Tender. 12 Submission of Details of Personnel to be deployed on work as per Annexure-II of Instructions to Tenderer and Conditions of Tender. 13 Submission of Details of Plants & Machineries to be deployed on work as per Annexure-III of Instructions to Tenderer and Conditions of Tender. 14 Submission of Statement Showing the particulars of Works on Hand & Works Completed as per Annexure-IV of Instructions to Tenderer and Conditions of Tender. 15 Submission of offer on amended document in case CORRIGENDUM is issued for the subject tender. 16 Perusal of conditions of Tender including submission of documents as per Para No.18.0 of Instructions to Tenderer and Conditions of Tender. 17 Quoting of Uniform percentage rate Below/ At par/ Above over the total value of each schedule both in figures and words.

Note: The above check list is not exhaustive. Tenderers shall go through the contents of the tender notice and tender document carefully and ensure that all the relevant documents are filled and submitted along with the tender.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 4

SOUTH CENTRAL RAILWAY

INDEX

Sl. Page No. Contents No. From To 1. Top sheet 1 -- 2. Check List 2 3 3. Index 4 -- 4. Tender Form (First Sheet) 5 -- Regulations for Tenders and Contracts for Guidance of 5. 6 9 contractors Instructions to Tenderers and Conditions of Tender & 6. 10 19 Eligibility criteria 7. Programme of Mile stones - Annexure–I 20 -- Details of Personnel to be deployed on work - 8. 21 -- Annexure-II Details of Plant & Machinery to be deployed on work - 9 21 -- Annexure-III Statement showing the particulars of works on hand & 10. 21 -- works executed - Annexure–IV Form for Reporting of Employment of Railway Officers - 11. 22 -- Annexure-V 12. NEFT FORM - Annexure-VI 23 -- 13. Form of Bank Guarantee - Annexure-VII 24 25 14. Awareness of provisions of GCC 26 -- 15. Certificate of Familiarization – Annexure-VIII 27 28 16. Special Conditions & Specifications of Contract Variation in quantities 30 32 Seigniorage clause 39 41 VAT, Building & Construction Workers Welfare Cess 41 42 Price Variation Clause 47 52 17. Particulars of work 58 60 18. Special Conditions of contract (Technical) -- -- 19. Special Conditions in Annexure 61 86 20. Schedule of Rates & Quantities 87 108

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

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 5

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

1. I/We …………………………………………………………………have read the various conditions of tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest Money Deposit of Rs. 2,28,430(Rupees Two lakhs Twenty Eight thousands Four hundred and Thirty only).

2. I/We offer to do the work Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard at the percentage rates quoted by me/us in the attached schedule and bind myself/ourselves to complete the work in 06 (SIX) months from the date of issue of letter of acceptance of this tender. I/We also hereby agree to abide by the IRS GCC and Special Conditions of contract and to carry out the works according to the IRU Standard specification of materials and works, 2010, laid down by South Central Railway for the present contract.

3. A sum of Rs.2,28,430/- is herewith forwarded as earnest money deposit. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies if –

a) I/We do not execute the contract document within seven days after receipt of notice issued by the Railway that such documents are ready: OR b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

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

Date ______

Address of Tenderer(s) Signature of witnesses:

1.

2.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 6

REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF CONTRACTORS FOR CIVIL ENGINEERING WORKS

MEANING OF TERMS:

1.1 Interpretation: These Regulations for Tenders and Contracts shall be read in conjunction with the Indian Railways Standard General Conditions of Contract (IRS GCC) which are referred to herein and shall be subject to modifications additions or suppression by special conditions of contract and/or special specifications, if any, annexed to the Tender Forms.

1.2 Definition: In these Regulations for Tenders and Contracts the following terms shall have the meanings assigned hereunder except where the context otherwise requires.

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

(b) “General Manager” shall mean the Officer-in-Charge of the general superintendence and control of the Zonal Railway/Production Units and shall also include the General Manager (Construction) and shall mean and include their successors, of the Successor Railway.

(c) “Chief Engineer” shall mean the Officer in charge of the Engineering Department of Railway and shall also include the Chief Engineer (Construction), Chief Electrical Engineer, Chief Electrical Engineer (Construction), Chief Signal & Telecom Engineer, Chief Signal & Telecom Engineer (Construction) and shall mean and include their successors of the Successor Railway.

(d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the Zonal Railway and shall mean and include the Divisional Railway Manager of the Successor Railway.

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

(f) “Tenderer” shall mean the person / the firm / co-operative or company whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 7

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

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

i) “Works” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be executed according to the specifications.

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

k) “Schedule of Rates of the Railway” shall mean the Schedule of Rates issued under the authority of the Chief Engineer from time to time.

l) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender Forms.

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

3.0 Headings and Marginal Headings: The headings and marginal headings in these Standard General Conditions are solely for the purpose of facilitating reference and shall not be deemed to be part thereof or be taken into consideration in the interpretation or construction thereof or the contract.

4.0 Tenderer’s Credentials: Documents testifying tenderer’s previous experience and financial status should be produced along with the tender or when desired by competent authority of the Railway.

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

(i) His capacity to carry out the works satisfactorily. (ii) His financial status supported by Bank reference and other documents. (iii) Certificates duly attested and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past.

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

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 8

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

b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. c) The Railway will not be bound by any Power of Attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such Power of Attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

7.0 Right of Railway to Deal with Tenders: The Railway reserves the right of not to invite tenders for any of Railway work or works or to invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

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

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

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

(a) For Zone contracts, awarded on the basis of the percentage above or below the Schedule of Rates of Railway for the whole or part of financial year, the contract agreement required to be executed by the tenderer whose tender is accepted shall be as per specimen form, Annexure-II of IRS GCC. During the currency of the Zone Contract, work orders as per specimen form Annexure-III or IV of IRS GCC, for works not exceeding Rs.2,00,000 each, shall be issued by the Divisional Railway Manager / Executive Engineer under the agreement for Zone Contract.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 9

(b) For contracts for specific works, valued at more than Rs.2,00,000 the contract document required to be executed by the tenderer whose tender is accepted shall be either an Agreement as per specimen form Annexure-IV of IRS GCC, or a work order as per specimen form Annexure-V of IRS GCC as may be prescribed by the Railway.

10.0 FORM OF QUOTATIONS: a) The tender should be submitted in prescribed form annexed hereto. The quotations will be subject to the General. Instructions contained in pages of Schedule of Rates and quantities to which the tenderer’s special attention is drawn. Tenderers are required to quote item-wise rates/ percentage rates as stipulated in the schedules of the tender. The rates/ percentage must be clearly written in figures and in words.

b) If any item is excluded by the tenderer in submitting his tender, the Chief Administrative Officer (Construction), Chief Engineer (Construction), Deputy Chief Engineer (Construction), Divisional Railway Manager, Senior Divisional Engineer/ Divisional Engineer may reject the tender.

PLACE:

DATE:

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 10

INSTRUCTIONS TO TENDERER AND CONDITIONS OF TENDER

1.0 TECHNICAL ELIGIBILITY CRITERIA:

1.1 a) The tenderer(s) should have physically completed at least one similar nature of single work for a minimum value of 35% of advertised tender value within the qualifying period, i.e., three previous financial years and in the current financial year up to the date of Tender opening (even though the work might have commenced before the qualifying period).

Similar nature of work means “Laying and linking of Railway Track or CTR/TRR/TSR works or Track maintenance works.”

b) The total value of similar nature of work completed during the qualifying period and not the payments received within qualifying period alone, shall be considered. In case, final Bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deductions will be considered.

If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deductions will be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility.

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

d) The Tenderer(s) are required to submit Ballast Test Report/certificate from any testing laboratory as mentioned at Annexure–A for abrasion, impact and water absorption value as per provisions of “Specification of track ballast, GE-IRS-I, June 2004” along with tender, failing which their tender will be summarily rejected. Such test report should not be older than 3 (Three) months before the date of opening of Tender. Name of the quarry, location and distance by road from quarry to ballast depot are to be indicated. Ballast test certificate submitted from other than the testing labs at Annexure–A will be summarily rejected.

e) The works executed by the tenderer for Government Departments or Semi Governments/ Public Sector Undertaking shall only be considered for eligibility. Works executed for private parties shall not be considered.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 11

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

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

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

f) The value of work completed will not include the cost of any materials issued free of cost by the Railway/ Department concerned. Price Variation amount (if any) if indicated / incorporated in the experience certificate will also be considered towards eligibility.

1.2 FINANCIAL ELIGIBILITY CRITERIA: The tenderer(s) shall be eligible only if he / they fulfill Eligibility Criteria of having received total contract amount during the last three financial years and in the current financial year upto date of tender opening, with a minimum of 150% of the advertised tender value.

Tenderer(s) should submit to this effect an attested certificate from the Government Departments or Semi Governments/Public Sector Under takings for the work done for them, Audited balance sheet duly certified by the Chartered Accountant.

1.3 SUB SECTIONING ELIGIBILITY CRITERIA: a) If, Sub-Sectioning as indicated in the NIT has been done with a view to expedite the works and in view of the sub-sectioning, if eligible tenderer/firm becomes L-1 only in one tender, the tender will be awarded to the lowest eligible tenderer/firm. OR If the tenderer/firm becomes L-1 in more than one tender for the same nature of work invited for the same project in the same tender notice, then Evaluation of Tenderer/firm for his/its eligibility for award of all such tenders shall be done, duly considering the work experience of 35% of combined value of such tenders and Financial capability of 150% of combined value of such tenders, in which the tenderer/firm is L-1.

b) In case the tenderer is lowest in more than one tender under consideration, however, falls short of above sub-sectioning eligibility criteria, then the tenderer will be considered for awarding any of the work(s) at the sole discretion of the Railways. The decision of the Railway will be final and binding on the tenderer.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 12

2.0 TECHNICAL CAPABILITY: 2.1 The tenderer(s) may also submit the following documents along with his/their tender: The contractor may submit method statement, which shall contain organizational set up and working systems to be adopted by the successful tenderer(s) during the operation of the contract. It shall contain the details of man power and machineries in the prescribed format given below and details of methodology for planning, execution, monitoring and completion of the project. The methodology so adopted shall suit to the nature of work and shall also comply fully with best practice and current regulations. A comprehensive detailing for each activity like setting-up organization, safety plan, execution plan, quality assurance plan, sequence of work to achieve the mile stones, ensure targeted progress and quality and in turn deployment of resources, risk analysis and its mitigation strategy shall be given communication arrangement within his organization and with the railways for decisions, progress or any other matter connected with this project to ensure full information about the project including progress of work at different time scale shall also be furnished.

2.2 Tenderer shall adhere to the time frame as mentioned in Annexure-I.

2.3 Tenderer shall engage the personnel with requisite qualification as per Para No.23 of Special Conditions of Contract.

DETAILS OF PERSONNELTO BE DEPLOYED ON WORK Annexure -II S.No. Name Position/Designation Already on roll/propose d for engagement

2.4 Tenderer shall deploy adequate no. of plant & equipment for the execution of subject contract works to achieve progress as per mile stone chart.

DETAILS OF PLANT & MACHINARIES TO BE DEPLOYED ON WORK Annexure-III S.No. Name of plant & OWNED/TO BE HIRED Machinery

2.5 List of works completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

2.6 List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award.

2.7 In case of Clause 2.5 and 2.6 mentioned above, supportive documents/ certificates from the organizations with whom they worked/are working should be enclosed (Annexure-IV).

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 13

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

3.1 i) In case the tenderer is an individual / proprietary concern, the experience and turnover shall be in the name and style of the Individual / Proprietary concern only. (Note: The partner of a Partnership Firm cannot claim the credentials of Partnership Firm to the extent of his share either during the subsistence of the Partnership Firm or after its dissolution).

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

iii) If the Tenderer is a Partnership Firm, all the partners shall be jointly and severely liable for successful completion of the work and no request for change in the constitution of the Firm shall be entertained.

iv) During the currency of the contract, no partner of the firm shall be permitted to withdraw from the Partnership business and in such an event it shall be treated as breach of trust and abandonment of contract work.

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

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

3.4 CONSORTIUM AGREEMENTS, JOINT VENTURE FIRMS AND MOUS SHALL NOT BE CONSIDERED FOR THIS WORK.

3.5 Employment/Partnership, etc., of Retired Railway Employees: a) In case of the tenderer be a retired Engineer of the gazetted rank or any other gazetted officer working before his retirement, whether in the executive or administrative capacity or whether holding a pension able post or not, in the Engineering or any other department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being Partnership Firm have as one of its partners a Retired Engineer or a retired gazetted officer as aforesaid, or should a tenderer being an incorporated Company have any such retired Engineer or retired officer as one of its Directors or should a

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 14

tenderer have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Engineer or gazetted officer from the said service and in case where such Engineer or officer had not retired from Government service at-least ONE year prior to the date of submission of the tender as to whether permission for taking such contract, or if the contractor be a Partnership Firm or an Incorporated Company, to become a partner or Director as case may be, or to take the employment under the contractor has been obtained by the tenderer or the Engineer or Officer as the case may be from the President of India or any officer, duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tender without the information above referred to or a statement to the effect that no such retired Engineer or retired gazetted officer is so associated with the tenderer, as the case may be, shall be rejected.

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

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

b) In case Partnership Firm(s), the following documents shall be enclosed: i) Notary certified copy of the Partnership deed. Note: Partnership deed is also acceptable as per Para No.1.0 of Special Conditions of Contract. ii) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners of the Partnership Firm to sign on the tender/agreement on behalf of the Partnership Firm and create liability against the firm.

c) In case Private Limited /Limited Companies, the following documents shall be enclosed: i) Notary certified copy of Resolution of the Directors of the Company permitting the company to participate in the tender, authorizing MD or one of the Directors or Managers of the Company to sign the agreement, such other documents required to be signed on behalf of the company and enter into liability against the company and/or do any other act on behalf of the company. ii) Copy of Memorandum and Articles of Association of the Company. iii) Power of Attorney (duly registered as per prevailing law) by the company authorizing the person to do/act mentioned in the para (c) (i) above.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 15

3.6 CONSORTIUM AGREEMENTS, JOINT VENTURE FIRMS AND MOUS SHALL NOT BE CONSIDERED FOR THIS WORK.

4.0 The drawings for the works can be seen in the office of the Chief Administrative Officer (Construction) / S.C.Railway, Secunderabad or Deputy Chief Engineer/ Construction/ S.C.Railway /Vijayawada on any working day during office hours.

4.1 IRS General Conditions of contract, IRU Standard Schedule of Rates, 2010 and IRU Standard specifications for materials & works, 2010, be seen in the office of the Chief Administrative Officer (Construction) S.C.Railway/ Secunderabad or had on payment at the rates fixed for each book from time to time. 5.0 RATES: 5.1 The tenderer/tenderers shall quote percentage rates as stipulated in the schedules. The quantities shown in the attached schedule are given as guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy and the Railway does not guarantee work under each item of schedule.

5.2 The tenderers are required to quote a uniform percentage rate AT PAR/ BELOW/ ABOVE over the total value of Schedule A, B, C & D both in figures and words. Where there is any discrepancy between the percentage rate quoted in the figures and words, the percentage rate quoted in words only will prevail.

6.0 The tenderers are required to take note of all the taxes and cess leviable under works contract and quote their rates inclusive of all taxes and cess.

7.0 Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any corrections made by the tenderer / tenderers in his/their entries must be attested by him/them.

8.0 The authority for acceptance of the tender will rest with, the Chief Administrative Officer (Construction) / Chief Engineer (Construction) S.C.Railway / Secunderabad or Deputy Chief Engineer/ Construction / S.C.Railway / Vijayawada as the case may be, who does not bind himself to accept the lowest or any other tender or does he undertake to assign reasons for declining to consider any particular tender or tenders. 9.0 Earnest Money: 9.1 The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender.

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

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 16

9.3 If his tender is accepted this earnest money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of IRS GCC. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

9.4 The Earnest Money should be in Cash or Banker’s cheques / Demand Drafts, executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank in favour of “FA&CAO/Construction/S.C.Railway/ Secunderabad”.

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

9.6 The tender must be accompanied with Earnest Money Deposit of Rs 2,28,430/- as per Para Nos. 9.4 & 9.5 above failing which, the tender will not be considered and will be summarily rejected.

9.7 A single Banker’s cheque / DD for the cost of tender form and EMD will not be accepted.

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

9.9 The unreleased EMD if any, held with the Railways shall not be adjusted with the EMD to be remitted.

9.10 Use of discharged instruments towards Earnest Money Deposit (EMD) of other tenders will not be accepted. 9.11. Cheques, War Bonds and Government Promissory Notes will not be accepted towards the earnest money. No interest shall be allowed on the earnest money.

10.0 CORRIGENDUM TO TENDER DOCUMENT 10.1 Before the deadlines for the submission of bids, Railways may modify the Tender Document by issuing CORRIGENDUM. 10.2 CORRIGENDUM thus issued shall be part of the Tender Document and shall be uploaded on the official website www.scr.indianrailways.gov.in. Prospective Bidders shall keep watch for CORRIGENDUM uploaded on website and/or issued through News Papers upto 10 days before the date of tender opening.

10.3 To give prospective bidders a reasonable time on account of CORRIGENDUM in preparing their bids, the Railways may at their discretion extend as necessary, the deadline for submission of Tender document. Railways decision will be final and no correspondence will be entertained from prospective bidders.

11.0 SUBMISSION OF TENDER DOCUMENTS: a) Tenderer(s) who are submitting down loaded (from website www.scr.indianrailways. gov.in) tender documents must enclose with the tender form a Demand Draft issued by any Nationalized Bank in favour of “FA&CAO/

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 17

CONSTRUCTION/ S.C.RAILWAY / SECUNDERABAD” towards the cost of tender documents. Tender offers not accompanying with the requisite tender fee as above shall summarily be rejected. (Cost of tender document is as indicated in Form ‘A’).

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

b) Only the original printout of the tender documents down loaded from the www.scr.indian railways.gov.in website must be submitted. Photo copies are not acceptable. Tenders submitted in photo copies of down loaded documents liable to be rejected. c) If during the process of tender finalization it is detected that tenderer has submitted tender documents after making any changes/additions/ deletions in the tender documents down loaded from website, his offer will be summarily rejected and the earnest money deposited by the tenderer shall be forfeited by the Railway and the tenderer will have no claim whatsoever and the railways decision will be final. d) Tenders must be enclosed in a sealed cover, subscribed with the name of the work as appearing on the top sheet and must be sent by registered post to the address of the Chief Administrative Officer (Construction)/ South Central Railway/ Secunderabad - 500 071 or so as to reach this office not later than 11-00 AM on - -2016 or deposited in the box allotted for the purpose in the Tender hall adjacent main gate of old office of Chief Administrative Officer, Construction, South Central Railway, Secunderabad - 500071 or office of the Deputy Chief Engineer/ Construction/ S.C.Railway/ Vijayawada. The Boxes will be sealed at 11-00 AM on 10/05/2016 and will be opened at 11-30 AM on 10/05/2016 at the places mentioned above. Any tender received after the stipulated time will be summarily rejected. Any tender delivered or sent otherwise will be at the risk of the tenderer. The tenders sent by Registered Post/ Courier should be addressed to Deputy Chief Engineer/ Construction/ General–I/ South Central Railway, Secunderabad - 500 071. Tenders received by FAX will not be considered as valid and will be rejected.

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

f) Tenders will not be considered if dropped in the wrong tender box.

g) If the date of receipt and opening of tender is declared as a holiday at a later date, the tender will be opened on the next working day.

h) Tenderer’s representatives are advised to bring authorization letter from the tenderer / firm for attending opening, without which he / she will not be allowed to attend the tender opening. i) Only one representative/tenderer is permitted to attend the tender opening, irrespective of number of tender documents submitted on a particular day of opening. j) Tenderers/Representatives are requested to attend the tender opening in time and also to keep their cell phones switched off while attending.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 18 k) Tenderer/representatives are not permitted to enter the premises after the prescribed time for opening of tenders. l) If a Tenderer fails to quote their rates for any schedules of the tender, then the same will be treated as incomplete offer and offer will be rejected. m) If the Bid of a Tenderer is seriously unbalanced in relation to the Engineer’s estimate of the cost of work to be performed under the contract, the Railways may require the tenderer to produce detailed price analysis for any or all items of the Tender Schedule, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed.

12.0 It shall not be obligatory on the said authority to accept the lowest tender and no tenderer/ tenderers shall demand any explanation for the cause of rejection of his/their tender.

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

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

15.0 The successful tenderer/tenderers shall be required to execute an agreement with the President of India acting through the Chief Engineer (Construction)/ Divisional Railway Manager/ Divisional Engineer/Superintending Engineer of the Railway for carrying out the work according to IRS GCC and Indian Railways Unified Standard Specifications (Works & Materials) - 2010 including correction slips issued upto date of tender opening.

16.0 The tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of the tender, within which period the tenderer cannot withdraw his offer, subject to the period being extended further if required, by mutual agreement from time to time. Any contravention of the above condition will make the tenderer liable for forfeiture of EMD for due performance of the foregoing stipulations.

17.0 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called for negotiations should furnish the following form of declaration before commencement of negotiations. I/We ------do declare that in the event of failure of contemplated negotiations relating to Tender No.13/CAO/C/SC/2016, Dt.29/03/2016 (Item No.05) opened on 10/05/2016 my original tender shall remain open for acceptance on its original terms and condition.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 19

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

18.0. Tenderers are required to submit the following documents along with the tender: i) EMD as per Para No.9 of Instructions to Tenderer and Conditions of Tender. ii) Demand Draft for cost of tender document in case downloaded as per Para No.11 Instructions to Tenderer and Conditions of Tender. iii) Certificate in support of Technical Eligibility as per Para No.1.1 a) of Instructions to Tenderer and Conditions of Tender. iv) Certificate in support of Financial Eligibility as per Para No.1.2 of Instructions to Tenderer and Conditions of Tender. v) Certified copy of document in support of Partnership Firm/ Proprietary Firm/ Private Limited Company/ Limited Company as per Para No.3 of Instructions to Tenderer and Conditions of Tender vi) Ballast test certificate as per Para No.1.1 d) of Instructions to Tenderer and Conditions of Tender (in case of tender schedule having item for Supply of Ballast).

18.1 If the tender is not accompanied by any of the documents mentioned in Para 18.0 above, the tender shall be rejected. No post-tender correspondence will be entertained. However, if any clarification is required by the Railway, the same will be sought from the tenderer.

18.2 i) The onus of establishing the credentials of the tenderer(s) from the office records or otherwise does not lie with the Railway. Railway shall evaluate the offer only from the certificates/ documents (as referred above) submitted along with the tender offer. ii) Any Certificate/ Documents offered after the tender opening shall not be given any credit and shall not be considered. iii) Even if the tenderer(s) is/are working contractor(s) of any division also if he/they do not enclose the required certificates, his /their offer will not be considered.

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

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

21.0 The scale of security deposit to be recovered from the contractor’s bills shall be as per the Special Conditions of contract.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 20

Annexure-I Name of Work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard PROGRAMME OF MILE STONES

Tenderer shall adhere to the following time frame:

S. No. Mile stone Name of the event (Mile Stone) Schedule No. 1) I Preliminary works such as mobilization of men and D1+15 machinery etc., 2) II Dismantling of Existing track and Points & crossings D1+45 3) III Transportation of P-way materials D1+60 4) IV Supply of 50mm gauge stone ballast D1+90 5) V Laying and linking of BG Track D1+110 6) VI Lifting and packing of BG Track. D1+120 7) VII Assembling & insertion of PSC T/O Fan shaped D1+150 8) VIII Pre-NIlt working, NI - Working D1+165 9) IX Other Miscellaneous works D1+180

NOTE: 1) D1 stands for the date on which Railway has given the site/drawings as relevant to the contractor.

2) The above schedule should be for completion of each item in totality. Hence the tenderer should plan for execution simultaneously for some of the items given above so as to give proportionate progress to complete the entire work within the schedule. As such the tenderer is required to give milestone chart within 15 days from the date of issue of acceptance letter.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 21

Annexure-II

Name of Work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard...

DETAILS OF PERSONNEL TO BE DEPLOYED ON WORK

SLNo Name of the Position/ Already on Roll/ Proposed for personnel designation Engagement.

Annexure-III

DETAILS OF PLANT AND MACHINERY TO BE DEPLOYED ON WORK

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

Annexure – IV

STATEMENT SHOWING THE PARTICULARS OF WORKS ON HAND & WORKS EXECUTED

For Value of Present S.No. Name of work whom remarks work position executed

A. Completed works.

B. Works in progress.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 22

Annexure-V

Name of Work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard FORMAT FOR REPORTING OF EMPLOYMENT OF RAILWAY OFFICERS (Proforma to be filled in and signed by the Tenderer and submitted along with the tender) (Strike out whichever is not applicable) The undersigned –

(a) is a retired Gazetted officer holding prior to retirement a pensionable / non– pensionable post in the Engineering Department of Railway. (b) is a Partnership Firm having as one of its partners a retired Engineer or a retired Gazetted officer as aforesaid. (c) is an incorporated company having any such retired Engineer or retired Gazetted officer as aforesaid, as one of its directors. (d) is having in my employment any retired Engineer or retired Gazetted officer as aforesaid. (e) has no such retired Engineer or retired Gazetted officer so associated with me as stated above.

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

1 Post held before retirement 2 Date of retirement. 3 If not retired at least one year prior to date of submission of tender state whether permission for taking such contracts has been obtained from the President of India or any officer duly authorized in this behalf.

3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or relatives employed in Gazetted capacity in the Engineering or any other Department of the Railways, particulars of such relatives in the Railway may be furnished hereunder ---

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

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 23

Annexure-VI NEFT FORM

Name of Work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard To FA & CAO/C/SC/ South Central Railway, Secunderabad. Sub: - EFT payments. Sir, We prefer to the National Electronic fund Transfer (NEFT) being followed by South Central Railway (con) for remittance of our payments using RBI’s NEFT scheme. In confirmation to this, I/We agree to receive out payments being made through the above scheme to our under noted bank account.

S. Details to provide by Tenderer Details to be filled up by No. the Tenderer 1 Name of Tenderer 2 Full postal Address with PIN Code 3 Email Address of Tenderer 4 PAN number of Tenderer 5 Bank’s Name & Branch 6 Full Address of Bank 7 Name of City 8 Bank Code No. 9 Bank Telephone/Fax No. & Email 10 Bank’s IFSC Code for NEFT 11 Bank’s IFSC Code for RTGS 12 Bank’s MICR Code 13 Tenderer Bank Account Number 14 Type of Bank Account 15 Tenderer Name as per Bank Account 16 Telephone Nos. of Tenderer i) BSNL/Landline ii) Mobile/Cell Phone iii) Fax Number (Tenderer should note that the above particulars are necessarily to be provided for return of EMD, SD & other payments due, to the tenderer during execution and on completion of work)

Certified that the above bank particulars of tenderer are correct as per Bank records.

Name & signature of Bank official with stamp.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 24

Annexure-VII

FORM OF BANK GUARANTEE BOND

To FA&CAO/Con/SC Railway Secunderabad.

In consideration of the President of India acting through Dy.CE /Construction/ SC Railway/Vijayawada (herein after called “the Government”) having agreed to exempt ______(hereinafter called “the “the said Contractor’s) from the demand, under the terms and conditions of an agreement dated ______made between ______and ______for ______(hereafter called “the said agreement”) of Performance guarantee for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said agreement, on production of a Bank guarantee for Rs.______(Rupees ______only).

We, ______(hereinafter the name of the bank) “the Bank”) (indicate the name of the Bank) ______at the request of ______(Contractor’s) do hereby undertake to pay to the Government an amount not exceeding Rs.______against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms and conditions contained in the said agreement.

2. We ______(indicate the name of the Bank) do hereby undertake to pay the amounts (indicate the name of the bank) due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount/claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said Contractor(s) of any of the terms or conditions contained in the said agreement or by reason of the Contractor(s) failure to perform the said agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.______.

3. We under-take to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the Contractor(s) /suppliers(s) in any suite or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) /suppliers(s) shall have no claim against us for making such payment.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 25

4. We, ______(indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said the agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till______(office/department) Ministry of ______certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ______we shall be discharged from all liability under this guarantee thereafter.

5. We, ______(indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to very any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s) /suppliers(s).

7. We, ______(indicate the name of the Bank) lastly under take not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the ______day of ______2016

For ______(indicate the name of bank)

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 26

I.R.S. GENERAL CONDITIONS OF CONTRACT

The IRS General Conditions of Contract governing the performance of the works covered by this tender are the “IRS General conditions of Contract” of the Engineering Department of the South Central Railway, as amended from time to time up to date. A copy of the booklet incorporating the above “IRS General Conditions of Contract” may be perused in the office of the Chief Administrative Officer/ Construction/ South Central Railway Secunderabad - 500071. This may also be perused in the office of the Deputy Chief Engineer/Construction/S.C.Railway/ Vijayawada

In submitting his tender it would be deemed that the tenderer has kept himself fully informed of the provision of the IRS General Conditions of Contract including all corrections and Amendments issued up to date and claim that he is not aware of any amendment or correction slip to the IRS GCC shall not be entertained.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 27

Annexure–VIII

CERTIFICATION OF FAMILIARISATION

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

i) Topography of the area.

ii) Soil conditions at the site of work.

iii) Sources and availability of construction materials.

iv) Rates for construction materials.

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

vi) Availability of water and electricity.

vii) The existing roads and access to the site of work with regard to crossing of Existing track and re-handlings involved in crossing of existing tracks. viii) Availability of space for putting labour camps, offices, stores godowns, Engg. yard for collection of required materials and stacking.

ix) Any particulars/clarifications regarding Bridge may be obtained from the office of Deputy Chief Engineer / Construction / Designs / S.C.Railway / Secunderabad or Deputy Chief Engineer / Construction/ S.C.Railway /Vijayawada.

x) Any other matter that may have bearing on work.

xi) STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the works can be seen in the office of the Chief Administrative Officer, Construction, S.C.Railway, Secunderabad - 500 071 or in the office of Deputy Chief Engineer / Construction./ Vijayawada. It should be noted that these drawings are meant for general guidance only and Railway may suitably modify them during the execution of work according to the circumstances without making the Railways liable for any claims on account of such changes.

If there is any variation between the description in the tender and the detailed plans, the Engineer-in-Charge will operate the correct description and his decision is final and binding on the tenderer/ Contractor.

The Tenderer/Contractor is required to inspect the sites of works and acquaint himself with the site conditions, availability of approaches for transporting of men and materials, space and other factors relating to the works, availability of labour, electricity and water, etc., before quoting his rates. The extent of lead and lift involved in the execution of works and any difficulties involved in the execution of work should also be examined before formulating the rates for complete items of works described in the schedule. The Tender submitted will be deemed to have been made after such inspection.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 28

xii) DRAWINGS FOR WORKS: The percentage rates for the schedule items and itemized rates for the non- scheduled items quoted by the tenderer as may be accepted by the railways will, hold good irrespective of any changes, modifications, alterations, additions, omissions in the locations of structures and detailed drawings, specifications and/or the manner of executing the work.

It should be specifically noted that some of the detailed drawings may not have been finalised by the Railway and will, therefore, be supplied to the contractor as and when they are finalised on demand. No compensation whatsoever on this account shall be payable by the Railway Administration.

No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the works arising out of delay in approval of drawings, changes, modifications, alterations, additions, omission and the site layout plans or detailed drawings and design and/or late supply of such material as are required to be arranged by the Railway or due to any other factor on Railway Accounts.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 29

SPECIAL CONDITIONS AND SPECIFICATIONS OF CONTRACT

Note: The following special conditions are supplement to the conditions of tenders already submitted by the tenderer. Indian Railway Standard General Conditions of Contract read along with correction slips, IRU Standard Schedule of Rates, (South Central Railway) 2010 and notes appearing under the relevant chapters and sub-chapters should be considered as part of the tender papers. Where the provisions of Special Conditions are at variance with the IRS GCC and other documents mentioned above, these Special Conditions shall prevail.

1.0 Partnership deeds: Partnership deed duly attested by a Gazetted officer certified true copy by authorised notary public can also be accepted in all types of works tenders. However, Railway reserves the right to call for the production of original partnership deed for verification, if necessary.

2.0 SETTING OUT OF WORK: 2.1 The centerline of the proposed alignment and center of Bridge will be initially set out by the Railway Engineer or his representative. The contractor shall thereafter set out the work and every part thereof fully including all other control points and base line with masonry and concrete pillars for proper lines and levels. The contractor shall be responsible for the accuracy of the lines, levels and dimensions of the work in accordance with the drawings, further directions or instructions and every facility shall be given to the Engineer for checking their correctness. The Contractor shall also alter or amend any error in the dimensions, line or levels or work set out or constructed by him to the satisfaction of the Engineer.

2.2 The work shall be set out to the satisfaction of the Engineer, but his approval thereto shall not, nor shall his joining with the contractor in setting out the work relieve the contractor from his entire sole responsibility therefor.

2.3 The contractor shall also provide, fix and be responsible for the maintenance of all stakes, templates, profiles, level marks, points etc., and must take all necessary precautions to prevent their being removed, altered or disturbed and will be held responsible for the consequences of such removal, alterations or disturbances should the same take place, and for their efficient reinstatement.

3.0 SERVICE ROADS: 3.1 The contractor will be permitted to make use of existing service roads if any free of cost. New service roads required by the contractor in connection with the work either near the work site elsewhere whether within or outside Railway limits for carriage of materials or for any other purpose whatsoever will have to be constructed and maintained by the contractor at his cost. For the purpose of construction of Service Roads on Railway land, permission will be given to the contractor at Railway’s discretion free of any charges. If any land other than Railway land is necessary to be acquired or to be entered upon for the purpose such land acquisition or permission to enter upon the land have to be arranged for by the contractor at his cost. The contractor will however, indemnify the Railway against all claims for all damages whatsoever in this account. Railway however reserves the right to make use of such service roads without any charges.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 30

4.0 SITE FACILITIES: 4.1 The quoted rates would be deemed to include charges for any and all site facilities that are considered necessary for execution of the work unless otherwise indicated in the contract. In this connection, specific attention is drawn to stipulations in clause 19(i) of IRS GCC and intending tenderers are advised to acquaint themselves well with site conditions. Land that can conveniently be spared will be made available by the Railway free of charge for the use of contractor for his field offices, stores, depots, works shops, bore wells and temporary accommodation of his staff. The extent of land that can be made available may be ascertained by inspections at site. No assurance can be given regarding the vulnerability of such land to flooding during floods. The Railway under takes no responsibility or liability in this regard and the contractor should take sufficient protective measures against such eventualities at his cost.

4.2 On completion of the works, the Contractor should remove all the temporary structures etc., at his own cost and land should be handed over as vacant possession to the Railway within one month. If sufficient land cannot be made available by the Railway to the contractor’s requirements, the contractor will have to make his own arrangements at his own cost.

5.0 VARIATION IN QUANTITIES: 5.1 The Railway reserves the right to alter the drawings. If due to change in drawing or any other reasons there be variations either increase or decrease in quantities, payment will be made only for the actual quantities executed at the accepted rates. If there be sufficient cause, the Railway may grant extension of the date of completion suitably. Such circumstances shall in no way affect or vitiate the contract or alter the character thereof, or entitle the contractor to damages or compensation there for except as provided for in this contract.

5.2 Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this no Finance concurrence would be required.

5.3 In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions: a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than SA grade. i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender. ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender. iv) variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 31

associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value. c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO / FA & CAO(C) and approval of General Manager.

5.4 In case where decrease is involved during execution of contract:

a) The contract signing authority can decrease the items upto 25% of individual item without finance concurrence.

b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of SA Grade may be taken after obtaining “No Claim Certificate” from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

c) It should be certified that the work proposed to be reduced will not be required in the same work.

5.5 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

Variation in quantity of individual minor value item beyond 100% (ie total quantity 200%) will be prohibited & would be permitted only in exceptional unavoidable circumstances with the concurrence of associated finance & shall be paid at 96% of the rate awarded for that item in that particular tender.

5.6 No such quantity variation limit shall apply for foundation items.

5.7 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

5.8 For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

5.9 For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by General Manager.

5.10 For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 32

5.11 The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (Both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

5.12 In case the contractor fails to attend the meeting after being notified to do so or in the event of no settlement being arrived at, the Railway shall be entitled to execute the extra works by other means and the contractor shall have no claim for loss or damage that may result from such procedure.

6.0 ADDITIONAL ITEMS: 6.1 IR USSR 2010 ITEMS: If any other items of work involved in IR USSR 2010 of S.C.Railway are required to be carried out, they shall also be carried out and paid at the rate of At Par/Above/Below, as the case may be, the same percentage as accepted for the Schedule provided with Lumpsum provision for IRU SSR-2010 Items.

6.2 N.S. ITEMS: Any items of work, which are not provided in the schedule of quantities, for which no rates exists shall be executed only with the prior approval of the Railway and at rates and conditions to be actually agreed upon incorporated in the supplementary agreement. The rates for the same shall be fixed by mutual agreement, as prescribed in Clause 39 of IRS GCC.

7.0 ENVIRONMENTAL PROTECTION: 7.1 The Contractor must organize his work in such a way that the ecology of the area is not badly affected. The instructions issued in this regard will have to be carefully followed. Particular attention is required in case of making the pits for taking out the earth from the quarries and also in the dumping of cut spoils, etc. The Contractor or his labour is prohibited to cut the trees for the purpose of firewood or for any other purpose. Cutting of trees as required under the items of works indicated in the tender schedule may be carried out strictly as directed by the Engineer-in-charge of the work. Unauthorized felling of trees will result in prosecution and imprisonment. So it is the contractor’s responsibility to cause no damage to the forest growth and any fuel required by the contractor for his own use or for the use of his labourers, should be arranged by the contractor at his own cost.

8.0 SAFE WORKING METHODS: 8.1 The contractor shall, at all times, adopt such safe methods of works as will ensure safety of structures, equipment and labour. If at any time the Railway finds the safety arrangements inadequate or unsafe, the contractor shall take immediate corrective action as directed by the Railway’s representative at site. Any dereliction in the matter shall no way absolve the contractor of his sole responsibility to adopt safe working methods.

8.2 The contractor shall not allow any road vehicle belonging to him or his suppliers etc., to ply in Railway land next to the running line. If, for execution of work, road vehicles are necessary to be used in Railway land next to the Railway line, the contractor shall apply to the Engineer-in-charge for permission giving the type and No. of individual vehicles, names and license particulars of the drivers, location,

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 33

duration and timing of such work/ movement. The Engineer-in-charge or his authorized representative will personally counsel, examine and certify the road vehicle drivers, contractor’s flagmen and supervisor and will give written permission giving names of road vehicle drivers, contractor’s flagmen and supervisors to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory condition. i) The road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6.00metres from the center of nearest track. For plying of road vehicles during night hours, adequate measures to be communicated in writing along with a sketch to the contractor/contractor’s representative and controlling Engineer/ supervisor - in-charge of the work including officers and the in-charge of the section.

ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one flagman and one supervisor certified for such work.

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

iv) The contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear cost of all damages to his equipment and men and also damages to Railway and its passengers.

8.3 When the vehicle is to be worked closer to 6.0m but not less than 3.50m from center line of running track. If a road vehicle or machinery is to work closer to 6.0m due to site conditions or requirement of work, following precautions shall be observed:

i) In no case the road vehicle shall run or machinery shall work at distance less than 3.5m from center line of track.

ii) Demarcation of land shall be done by bright colored ribbon/nylon chord suspended on 75 Cm. High wooden/bamboo posts at a distance of 3.50m from center line of nearest running track.

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

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

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

vi) On curves where visibility is poor, additional lookout men shall be posted.

8.4 When the vehicle is to be worked closer to 3.50m from center line of running track.

i) Plying of vehicle or working of machinery closer to 3.50m or running track shall be done only under protection of track. Traffic block shall be imposed wherever

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 34

considered necessary. The site shall be protected as per provisions of Para No.806 & 807 of P.Way manual as the case may be.

ii) Presence of a Railway’s supervisor shall be ensured at work site.

iii) Railway’s Supervisor shall issue suitable Caution Order to Drivers of approaching train about road vehicles plying or machineries working close to running tracks. The train drivers shall be advised to whistle freely to warn about the approaching train. 8.5 Safe Working of Contractors – 8.5.1 A large number of men and machinery are deployed by the contractors for track renewals, gauge conversions, doublings, bridge rebuilding etc. It is, therefore, essential that adequate safety measures shall be taken for safety of the trains as well as the work force. The following measures should invariably be adopted.

i) The contractor shall not start any work without the presence of railway supervisor or his representative and contractor’s supervisor at site.

ii) Wherever the road vehicles and/or machinery are required to work in the close vicinity of Railway line, the work shall be so carried out that there is no infringement to the Railway’s Schedule of Dimensions. For this purpose, the area where road vehicles and/or machinery are required to ply, shall be demarcated and acknowledge by the contractor. Special care shall be taken for turning/reversal of road vehicles/ machinery without infringing the running track. Barricading shall be provided wherever justified and feasible as per site conditions.

iii) The lookout and whistle caution orders shall be issued to the trains and Speed Restrictions imposed where considered necessary. Suitable flagmen/detonators shall be provided where necessary for protection of trains.

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

Certified that Sri ______P.Way supervisor of M/s. ______has been examined regarding P.Way working on ______work. His knowledge has been found satisfactory and he is capable of supervising the work safely.

Assistant Engineer v) The unloaded ballast/rails/sleepers/other P.Way materials after unloading along track should be kept clear off moving dimensions and stacked as per the specified heights and distance from the running track.

vi) Supplementary site specific instructions, wherever considered necessary, shall be issued by the Engineer-in-charge. Engineer-in-charge may impose any other condition necessary for a particular work or site.

vii) The Engineer-in–charge shall approve the methodology proposed to be adopted by the contractor, with a view to ensure safety of trains, passengers and workers and he shall also ensure that the methods and arrangements are actually available at

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 35

site before start of the work and the contractor’s supervisors and the workers have clearly understood the safety aspects and requirements to be adopted/ followed while executing the work.

There shall be an assurance register kept at each site, which will have to be signed by both, i.e., Railway Supervisor or his representative as well as the contractor’s supervisor as a token of their having understood the safety precautions to be observed at site.

8.6 Special conditions for working of Road Cranes 8.6.1 No machine shall be selected to do any lifting on a specific job until its size and characteristics are considered against the weights, dimensions and lift radii of the heaviest and largest loads.

8.6.2 The contractor shall ensure that a valid Certificate of Fitness is available before use of Road Cranes.

8.6.3 Contractors can utilise the services of any competent person as defined in Factories Act, 1948 and approved by Chief Inspector of Factories.

8.6.4 The laminated photocopies of fitness certificate issued by competent person, the operators’ photo, manufacturer’s load chart and competency certificate shall always be either kept in the operator cabin or pasted on the visible surface of the lifting appliances.

8.6.5 All lifting appliances including all parts and gears thereof, whether fixed or movable shall be thoroughly tested and examined by a competent person once at least in every six months or after it has undergone any alterations or repairs liable to affect its stability.

8.7 Special condition for dismantling of building or structure:

8.7.1 The dismantling of structure should be done under proper supervision and as per approved scheme of dismantling.

8.7.2 At major dismantling sites minimum level of supervision shall be Senior Section Engineer-in–charge, who should be nominated by Dy.Chief Engineer/ Sr.DEN in writing. 8.7.3 The dismantling plan should be scrutinised by the Drawing Office and approved by Sr.Divisional Engineer in case of Open Line Organisation or H.O.D. in case of Construction Organisation. The dismantling plan should invariably show various stages of dismantling, equipments to be used for dismantling, area likely to be affected by debris, any adjacent buildings likely to affected and action to be taken thereof. 8.7.4 Proper barricading should be done to stop access of unauthorised personnel near the dismantling area. Wherever necessary, assistance of RPF should be taken to prevent people not to enter the danger zone, should also be displayed.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 36

8.7.5 Proper announcement through Public Address System should be done at regular intervals to keep the onlookers away from the major dismantling affected zone.

8.7.6 The adjacent buildings likely to be affected by dismantling should also be evacuated.

8.7.7 In area where law and order is likely to be affected, assistance of local Police should be taken to keep people away from dismantling area.

9.0 EXPLOSIVES: 9.1 Explosive rules are in accordance with Law & Regulations in force at the material time, including obtaining necessary licenses.

9.2 The contractor will make his own arrangements for procurement and storage of explosives and detonators needed for the work at suitably located primary Magazines under contractor’s own license. The contractor may draw his requirements of explosives from these Magazines and arrange to transport and stores them in convenient quantities at the site of work in his own regular or portable magazines under his own license.

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

9.4 All equipments, machinery, tools, like large capacity air compressors, Pneumatic rock drills, power shovels and dumpers shall be arranged, maintained and operated by the contractor.

9.5 The contractor(s) shall be responsible for taking full precautions for ensuring proper safety of life and property adjoining the areas, where explosives are used/ stored and shall pay for all the damages caused as a result of use/storage of explosives.

9.6 Tenderer’s special attention is drawn to the conditions of contract in respect of Explosive and Blasting as enumerated in IRS GCC. 9.7 The contractor shall arrange to procure and store in advance the size, type and quantity of explosives/detonators he would need for the next six months.

9.8 The Railway shall in no way be responsible for purchase, storage and use of explosives/ detonators. The contractor will indemnify the Railway against all the claims, damages, losses whatsoever either for property or life. However, the Railway may, at the request of contractor recommend to the authorities concerned, for issue of license for procurement, storage, transport and correct use of explosives/detonators for this work.

9.9 The Contractor shall take adequate safety precautions in consultation with local police for protecting the road users, while carrying out blasting operations adjacent to road/ residential area.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 37

10.0 STORAGE OF PETROLIEUM: 10.1 No petroleum spirit within the meaning of Indian Petroleum Act shall be stored at site or adjacent to it until the approval of the Railway and necessary license under the act has been obtained by the Contractor.

11.0 NIGHT WORK: 11.1 The Provision in clause-23 of IRS GCC should be noted regarding execution of the work between the sun-set and-rise. If the Railway is however satisfied that the work is not likely to be completed in time except by resorting to night work, by special order the contractor should be required to carry out the work even at night without conferring any right to contractor for claiming for extra payment for introducing night work. Contractor shall provide adequate flood lighting arrangements for night working. Night working also shall be done to meet the tight targets.

12.0 WATER CHARGES: 12.1 The contractor should make his own arrangements for water required for the work. The rates will be deemed to be inclusive of all such charges. The Railway will not arrange water for the execution of the works.

13.0 ELECTRIC POWER: 13.1 The Contractor shall make his own arrangements for electric power supply as may be required for the work. The Railway does not undertake to arrange for the supply of electricity to any of the contractor's work. The Railway will however assist in recommending his application to the electricity authority for the power supply.

14.0 HIRE OF TOOLS, PLANT AND MACHINERY: 14.1. The contractor shall make his own arrangements for all plant, machinery, equipment and tools including spare parts, fuel and consumable stores and all labour required to ensure efficient and methodical execution of the work. The quoted rates shall be deemed to be inclusive of all charges for such items.

15.0 SUPPLY OF MATERIALS BY RAILWAY: 15.1 Contractor has to make his own arrangements for making temporary staging arrangements as required. In case the Railway materials are available and can be spared the Railways may supply staging materials viz. steel cribs of size 2’ x 2’ x 6’ rails and RSJs etc., on hire charges subject to availability as per rules in force on request. Such materials will be made available to Contractor at the Railway Stores Depot or at any other stations and the Contractor shall transport these materials at their cost to site of work and they shall be returned to the same depot or at any other depot as directed by the Engineer-in-charge after completion of work. The discretion of Railway with regard to sparing of Railway materials on hire charges is final and the Contractor shall have no further claim on this account. The Contractor has to make his own arrangements for any other materials required other than those supplied by Railways on hire charges. 15.2 The hire charges are as follows: Description of material Hire charges per day i) Steel cribs of size 2’x2’x6’ Rs. 5.55 per day each crib ii) Second hand rails, RSJs etc. Rs.16.00 per day per MT

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 38

iii) Dip Lorries 15 MT cap. Rs.40.00 per day per each iv Second hand wooden sleepers Rs. 0.57 per day per each

15.3 The hire charges will be levied for the period from the day of issue of Railway materials to the handing over date of material at the depot (both days inclusive).

15.4 Materials issued by the Railway shall be used solely and economically for the purpose of the work covered by this contract. Loss or damage of such material in any manner shall be totally avoided. If any loss or damage is caused to the Railway materials recovery will be made as per extant rules in force.

15.5 It shall be the responsibility of the Contractor to keep in safe custody of Railway materials, plant or equipment issued for the work. The Contractor shall at his own expenses provide suitable temporary sheds for this purpose on the Railway land made available by the Railway free or rent and shall remove the sheds when no longer required in terms of Clause-30 of IRS GCC.

15.6 If due to any reason, the Railway is not in a position to make available the Railway land, the Railway in-charge of work may permit the contractor to erect at his own cost shed/ sheds or secure private accommodation outside the Railway premises. In such a case, the Contractor may be permitted to take the Railway materials required for the work outside the Railway premises and to store in the shed to erect on private accommodation so secured. It shall be the responsibility of the Contractor to keep the Railway materials in safe custody and the same should kept entirely separate from the Contractor's materials and the Railway shall have liberty to inspect the same from time to time.

15.7 For released materials: a) While executing gauge conversion works ; on completion of dismantling and linking of track only 70% payment of dismantling and lining work will be arranged. Balance 30% payment will be made only after the entire released p.way materials and surplus material if any, is trucked out fully from mid-section and handed over to custodian at nominated locations.

b) While executing new lines, Doublings, yard remodeling works etc., on completion of dismantling and linking of track, only 90% of payment of that items connected with rack linking & dismantling will be arranged. Balance items connected with track linking & dismantling will be arranged. Balance 10% payment will be made after handing over of released materials and surplus materials, if any, to the custodian at nominated locations.

c) The date of handing over of released materials by the contractor along with DMTR number should be mentioned in the certificate given by AXEN/XEN to the effect that all the released P.way Materials & surplus p.way material is trucked out fully from mid section along with the bill for payment of balance 30% and 10% amount respectively. 16.0 SUPPLY OF MATERIALS BY RAILWAYS OTHER THAN SPECIFIED: 16.1 If at any time any material which the contractor would normally have to arrange for himself is supplied by the Railway either at the Contractor’s request or suo-moto in order to prevent possible delays in the execution of work due to the Contractor’s

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 39

inability to make adequate arrangements for supply there for or otherwise, such materials will be made available to the Contractor at the Railway Stores Depot. All handling there from to site of work will be done by the Contractor at his cost. Recovery of the cost of such materials supplied will be made from the Contractor’s bills as per extant departmental rules of the Railway.

16.2 If the material is however not available in Railway stock or the Railway decides not to supply the same whatever be the reason, the Railway shall not be bound to arrange for the supply nor will this fact be accepted as an excuse for delay in the execution of the work.

17.0 CONTROLLED & IMPORTED COMMODITIES: 17.1 The Railway will not supply from its own quota to the Contractor, controlled or imported commodities. The Railway will, however, render assistance to the Contractor by recommending to the appropriate authorities on the Contractor's application for issue of import license or release of controlled commodities if the Engineer is satisfied that the materials are actually required by the Contractor for carrying out the work and the materials proposed to be imported are not available indigenously. When any materials for execution of contract are procured with the assistance from the Government either from the Government stocks or purchase under arrangements made or permit, or license issued by the Government, the Contractor shall hold the said materials as trustee and use such material economically and solely for the purpose of the Contract against which they are issued and shall not dispose them off without the permission of the Government and shall return if required by the Government. All surplus or unserviceable materials that may be left with him after the completion of the Contract or at its termination for any reason whatsoever, on his being paid such price as the Government may fix with due regard to the condition of the material. The freight charges for return of the materials according to the directions of the Railway shall be borne by the Contractor in the event of Contract being cancelled for any default on his part. The decision of the Government shall be final and conclusive. In the event of any breach of the aforesaid conditions, the Contractor shall in addition to throwing himself open to action for contravention of terms of the license or the permits and/or for criminal breach of trust, be liable to account to Government for all monies, advantages, or profits resulting or which in the usual course would have resulted by reason of such breach.

18.0 SEIGNIORAGE CHARGES: 18.1 Seigniorage charges/fee for consumption of earth, moorum, sand and other minerals in works execution as fixed by the state government from where the minerals are drawn and payable to them as revised from time to time during currency of contract will be recovered by the Railway from the contractors, in “on account” and “final bills” and remitted to the State government, unless exemption obtained to the contrary or proof of payment of seigniorage charges submitted as indicated below: ‘’Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates’’ issued by State Govt. officials in token of having paid seigniorage fee. Such passes/permits/certificates should also indicate the relevant name of work / Contract Agreement Number. In such cases, the genuineness of such documentary

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 40

evidence produced along with proof of payment of seigniorage charges shall be got verified by the Railway from concerned Mining and Geology department and excess amount recovered, if any, refunded to the contractor.

Note: The word “Consumption” of various minerals indicated in above clause, inter alia means “supply” as well.

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

18.3 For any subsequent increase or decrease in the rates of seigniorage charges, reimbursement / recovery will be effected to / from the contractor as per the following provisions.

a) For increase in the rates of seigniorage charges after the last date of submission of tender :- the increased amount will be recovered by the Railway from the contractors, in “on account” and “final bills” and remitted to the State Govt., on receipt of state Govt.’s order to that effect. However, the Railway shall reimburse the additional liability to the contractor, provided that the work executed falls in the original completion period of the work or in the extended period granted on administrative grounds i.e under clause 17-A (i), (ii) or (iii) of IRS GCC.

As such, claims regarding reimbursement due to increase in seigniorage charges shall not be payable for works executed in the extended period granted on contractors account under clause 17(B) of IRS GCC.

b) For any decrease in seigniorage charges or waival, recovery of seigniorage charges will be made at the rates as prevailing on the last date of submission of tender but remittances to State government will be made only at the revised reduced rates. The difference in amount will be retained by Railway and contractors will not have any claim on this amount.

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

18.4 No additional amount will be paid or claim entertained on this account by the Railway. Contractor shall not have any claim whatsoever as a result of the increase in the rates of all other taxes, duties, octroi or any form of levies etc., even if incurred on the supply / use of minerals indicated above.

Note: A register shall be maintained by Dy.CE/C/Executive Engineer/ Construction concerned in which the entries should be made regarding the documentary evidence i.e., Serial No. of “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates” issued by concerned authority showing proof of payment of seigniorage charges, for each bill. Relevant entries shall also be made on receipt of verified document from Mines & Geology department of State Government against the particular bill and “Transit passes / Redestinated Mineral

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 41

Despatch Permits / Royalty Clearance Certificates”. The verified “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates” shall be scored out with cross mark with an endorsement “Accounted against CC/Final bill No._____dt.___ for Agt.No. ___”. These passes shall be kept on record for subsequent verification till closure of the contract. The register should be page numbered and one page allotted to one contract. The reference where the verified, “Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates” is filed shall also be made on the register.

19.0 TAXES: 19.1 The accepted rates should be deemed to include all taxes direct or indirect including Income Tax leviable under Central/State or Local Bodies Act or Rules, Octroies, Tolls, Royalties, Seigniorages, Cess and similar imposts that may be prevailing from time to time in respect of land, structures and all materials supplied in the performance of this Contract.

19.2 VAT: As per VAT Act of concerned State Government, the Works Contracts are brought under purview of Value Added Tax (VAT) and as amended from time to time. As such, accepted rates are deemed to include VAT which will be recovered from the contractor’s bills from time to time. The guide lines for deduction of VAT are furnished below:

i) Where the Works Contracts are inclusive of tax component and the labour & material component is not easily identifiable, the VAT should be deducted at 3.50% of the total value of the Contract.

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

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

iv) Wherever labour is identifiable in a Works Contract, the Tax shall be deducted at 5% on 70% of the value of the works or 2.50% on 70% keeping in view the labour portion in the Contract. (But not at 5% of the remaining value is to be deducted as TDS towards VAT from each “On Account Bill”).

v) In case if the VAT is provided extra over Contract value, the Tax provided extra shall be deducted and paid to the Government.

vi) Where inter-state movement of goods is involved and Sales Tax is being charged, VAT shall be recovered as usual either at 3.50% or 1.75% as the case may be.

vii) VAT is also recoverable from the contracts for supply of ballast in addition to the seigniorage charges payable to the Department of Mines & Geology.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 42

20.0 Provisions for “The Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Act, 1996” and “The Building and Other Construction Workers’ Welfare Cess Act, 1996”: 20.1 The tenderers, for carrying out any construction work, must get themselves registered with the Registering Officer under Section-7 of the Building and Other Construction Workers Act, 1996 and rules made thereto by the concerned State Govt. and submit certificate of Registration, issued from the Registering Officer of the concerned State Govt. (Labour Department). As per this act, the tenderer shall be levied a cess @ 1% of cost of construction work, which would be deducted from each bill.

21.0 DEDUCTION OF INCOME TAX AT SOURCE: 21.1 In terms of new section 194 inserted by the Finance Act 1972 in the income tax act 1961, the Railway shall at all the time arranging payment to the contractor sub- contractor (in case of sub-contractor only when the Railway responsible for payment of the consideration to him under the contract) for carryout any work (including supply of labour for carryout the work under the contract) be entitled to deduct income tax at source or income comprised in the sum of such payments. The deduction towards income tax to be made at source from the payments due to non-residents shall continue to be governed by section 195 of the income tax 1961.

22.0 ROYALITIES AND PATENT RIGHTS: 22.1 The contractor shall defray the cost of all royalties, fees and other payments in respect of patents, patent rights and licenses which may be payable to patentee, license or other person or corporation and shall obtain all necessary licenses. In case of any breach (whether willfully or inadvertently) by the contractor of this provision, the contractor shall indemnify the Railway and its officers, servants, representatives against all claims, proceedings, damages, cost, charges, acceptance, loss and liability which they or any of them, may sustain, incur or be put to by reason or inconsequence of directly or indirectly or any such breach and against payment of any royalties, damages or other monies which the Railways may have to make to any person or paid in total to patent rights in respect of the users of any machine, instrument, process, articles, matters of thing constructed, manufactured, supplied or delivered by the contractors to his order under this contract.

23.0 DEPLOYMENT OF QUALIFIED ENGINEERS AT WORK SITE BY THE CONTRACTOR: 23.1 In terms of provisions of new clause 26 A-1 to IRS GCC, the contractor shall also employ following qualified Engineers during the execution of the allotted work. i) One qualified graduate Engineer when cost of work to be executed is Rs.200 lakh and above, and ii) One qualified diploma holder Engineer when cost of work to be executed is more than Rs.25 lakh, but less than Rs.200 lakh.

23.2 In case the contractor fails to employ the qualified Engineer as per above Para, the contractor, in terms of provision of clause 26. A -2 to IRS GCC, shall be liable to pay an amount of Rs. 40,000/- (Rupees forty thousand only) and Rs. 25,000/-

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 43

(Rupees Twenty five thousand only) for each month or part thereof for the default period for the provision as contained in Para (i) & (ii) above respectively.

23.3 The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor.

24.0 PROVISION OF CONTRACT LABOUR (Regulation and Abolition) ACT OF 1970: 24.1 The contractor shall perform all the obligations enjoined upon him in the conditions of License and comply with all the provisions of the contract labour (Regulation & Abolition) Act, 1970 and/or any statutory modifications and/or reenactment thereof and the rules made there under by the Central Government in respect of all contract labour employed by him directly or through sub-contractors for performance of the contract. The expenditure incurred to perform the conditions of License and comply with the provisions of the said Act and/or Rules made there under shall be borne by the contractor.

24.2 The contractor shall obtain the required License under the provisions of the said Act, Rules made there under and the statutory modifications thereof on payment of such fee and on deposit of such sums as security for the due performance of the conditions as may be prescribed at his cost.

24.3 If the Railway Administration is obliged to provide amenities or arrange payment of wages to contract labour employed by the contractor either directly or through sub- contractor under the contract on account of failures on the part the contractor to provide the amenities and/or arrange payment of wages to the contract labour as required of him under the provision of the said act/rules made there under, the Railway Administration shall be at liberty without prejudice to the rights of Railway under Section 20(2) and 21(4) of the Contract Labour (Regulation & Abolition) Act, 1970 to recover the whole or part of the expenditure so incurred on the wages so paid by the Railway from the security deposit and/or from any sum(s) due by the Railway to the Contractor whether under these or any other presents provided that if any disputes arises as to the amount due by the Contractor to the Railways towards providing the said amenities and/or making payment of wages under Section 20(2) and 21(4) of the said Act/Rules, made there under, the decision of the Engineer thereon shall be final and binding upon the contractor.

25.0 EPF Act, 1952: 25.1 The contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain Code Number from the concerned authorities whenever workmen employed by him are 20 or more. He shall also indemnify Railways from and against any claim, penalties, recoveries under the above Act and Rules. Contractors to get the Code Number under the EPF, so as to enable, the PF Commissioner to extend the social security benefits to the workmen engaged by the Railway contractors. The first month’s bill will be released only after Code Number is taken from the PF office and a copy of coverage intimation produced. Subsequently, for each month bills will be released only on submission of challans & Form No.12A, Monthly return copy in proof of remittance of PF dues for previous month.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 44

25.2 Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952: The contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident fund Scheme, 1952; Para 3 & 4 of Employees’ Pension Scheme, 1995 and Para 7 & 8 of Employees Deposit Linked Insurance Scheme, 1976; as modified from time to time through enactment of “Employees Provident Fund & Miscellaneous Provisions Act, 1952”, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules.

26.0 INDIAN RAILWAYS ARBITRATION RULES: 26.1 The provision of Clause 63 and 64 of IRS General Conditions of Contract will be applicable only for settlement of claims / disputes, for values less than or equal to 20% of the original value (excluding the cost of materials supplied free by Railway) of the contract or 20% of the actual value of the work done (excluding the value of the work rejected) under the contract, whichever is less. When Claims / disputes are of value more than 20% of the value of the original contract or 20% of the value of the actual work done under the contract whichever is less, the contractor will not be entitled to seek such disputes/claims for reference to arbitration and the provisions of Clause 63 and 64 of IRS GCC will not be applicable for referring the disputes to be settled through arbitration.

26.2 The contractor shall furnish his monthly statement of claims as per Clause 43 (1) of IRS GCC. But, the contractor should seek reference to arbitration to settle the disputes only once, subject to the condition as mentioned in above Para.

26.3 These special conditions shall prevail over the existing Clause of 63 & 64 of IRS GCC. 27.0 ASSISTANCE DURING ACCIDENTS/ DISASTER/ CALAMITIES:

27.1 Vehicles and equipment of Contractors can be drafted by Railway Administration in case of accidents/natural calamities involving human lives.

27.2 For payment purposes the item may be operated as a non-schedule (NS Items) as per the existing norms.

27.3 A data base should be kept ready in respect of the equipment available with the working contractor which can be used in train accidents/natural calamities involved human lives in each Division and Construction Office. This data base may also be kept on Railway’s secured website which can be accessed by the concern officials of the Railway. However, only authorized official should be able to edit the same.

28.0 PERFORMANCE GUARANTEE: 28.1 The Successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of letter of acceptance (LOA). Extension of time for submission of P.G beyond 30 (thirty) days and up to 60 (sixty) days from the date of issue of LOA may be given by Railway. However a penal interest of 15% p.a. shall be charged for the delay beyond 30 (thirty) days, ie., from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite P.G

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 45

even after 60 (sixty) days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against the contract. The failed contractor shall be debarred from participating in the retender for that work. 28.2 The successful bidder shall submit Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value. (i) A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government Securities including State Loan Bonds at 5 % below the market value, (iv) Deposit receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of State Bank of India or of any of Nationalized Banks; (v) Guarantee Bonds executed or Deposits, Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5 % below market value or at the face value whichever is less. Also FDR in favour of FA&CAO/C/ S.C.Railway/ Secunderabad, (free from any encumbrance) will be accepted. Note: The instruments as listed above will also be acceptable for Guarantees in case of Mobilisation Advance.

28.3 The Performance Guarantee shall be submitted by the successful bidder after the letter of acceptance (LOA) has been issued, but before signing of the contract agreement. This PG shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

28.4 The value of Performance Guarantee to be submitted by the Contractor will not change for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the Contractor.

28.5 The Performance Guarantee (PG) shall be released after physical completion of the work based on the ‘Completion Certificate” issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit shall, however, be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

28.6 Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 46

independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership Firm, then every member/ partner of such a firm shall be debarred from participating in the tender for the balance work in his / her individual capacity or as a partner of any other JV / Partnership Firm.

28.7 The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and / or without prejudice to any other provisions in the contract agreement) in the event of: i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses / Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer.

iii) The contract being determined or rescinded under provision of IRS GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

28.8 Acceptance of Bank Guarantees submitted by the contractors/suppliers: i) The prescribed format for Bank Guarantees (BGs) to be accepted from the contractor is enclosed with the tender document at Annexure - VII and it will be verified verbatim on receipt with original document.

ii) Bank Guarantee (BGs) to be submitted by Suppliers / Contractors should be sent directly to the concerned authorities ie. Dy.CE/C or CAO/C office in favour of FA&CAO / Construction/ S.C.Railway / Secunderabad by the issuing bank under registered post with A.D. 29.0 SECURITY DEPOSIT: The scale of security Deposit that is to be recovered from the contractor shall be as follows:

29.1 Security Deposit should be 5% of the contract value.

29.2 The rate of recovery will be at the rate of 10% of the bill amount till the full Security Deposit is recovered.

29.3 Security Deposit will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like Bank Guarantee, Fixed Deposit receipt etc., shall be accepted towards Security deposit.

29.4 The security deposit shall be released only after the expiry of the maintenance period and after passing the final bill based on an un-conditional and un-equivocal no claim certificate obtained from the contractor concerned.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 47

29.5 After the work is physically completed Security Deposit received from the running bills of a Contractor can be returned to him, if he so desires, in lieu of FDR/ Irrevocable Bank Guarantee for equivalent amount to be submitted by him.

29.6 In case of contract value is Rs.50 crore and above, an Irrevocable Bank Guarantee can also be accepted as a mode of Security deposit.

30.0 PRICE VARIATION CLAUSE: Price variation clause shall be applicable only for contracts of value (contract agreement value) Rs.50 Lakh and more, irrespective of the contract completion period.

Applicability of PVC based on original contract value is illustrated as under:

If the estimated value of a tender (N.I.T. value) is Rs.55.00 lakh; but the value of the contract as per contract agreement is Rs.45 lakh, then PVC shall not apply, even if the actual final value is Rs.50 lakh or more due to variation in quantities during execution of the contract. Thus, variation in quantities after signing of contract agreement is not relevant for deciding whether PVC is applicable to a contract or not.

Note: “Contract Agreement” in the above means “Original Contract Agreement” only.

30.1 PRICE ADJUSTMENT TOWARDS INCREASE / DECREASE OF CEMENT, STEEL, LABOUR, MATERIALS AND FUEL: The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes, levies, tolls etc., except the payment / recovery for overall market situation which shall be made as per price adjustment clause given in paras below:

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

1) STEEL ITEMS: The amount of price variation for steel component in the contract shall be admissible is as under: Ms = Q (Bs – Bso) Where, Ms = Amount of price variation in steel payable / recoverable Q = Weight of steel in tonnes supplied by the contractor as per the on account bill for the month under consideration. Bs = SAIL's (Steel Authority of India Limited) ex-works price plus excise duty thereof (in rupees per tonne) for relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 48

Bso = SAIL's ex-works price plus excise duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

NOTE: i) Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL's ex-works price plus Excise Duty thereof are as under:

Sl. Category of steel supplied in the Category of steel produced by SAIL whose No. Railway work ex-works price plus Excise Duty thereof would be adopted to determined price variation 1. Reinforcement bars and other TMT 8 mm IS 1786 Fe 415/Fe 500 rounds 2. All types and sizes of angles Angle 65 x 65 x 6mm IS 2062 E250A SK 3. All types and sizes of plates PM plates above 10-20 mm IS 2062 E250A Sk 4. All types and sizes of channels Channels 200 x 75 mm IS 2062 E250A Sk and joists 5. Any other section of steel not Average of price for the 3 categories covered in the above categories covered under Sl.No.1,2, 3 above and excluding HTS

ii) The prevailing ex-works/ex-plant base price of steel per tonne as available for the above categories of steel to be taken, as available on SAIL’s website www.sail.co.in for that month. In case there is no notification by SAIL for the month under consideration, the price of steel as notified in the last available month is to be taken.

2) CEMENT: For the component of cement in the contract the variation in prices shall be admissible is as under: Mc = Rc x (Wc-Wco) / Wco Where,

Mc = Amount of price variation for cement payable / recoverable. Rc = Gross value of cement supply items as per on account bill. Wco = Index No. of wholesale price of sub-group (cement and lime) as published in RBI bulletin for the base period. Wc = Index No. of the wholesale price of sub-group (cement and lime) as published in RBI bulletin for the first month of the quarter under consideration.

3) For component of bill other than cement and steel items. The revised weight age would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value i.e. the general price variation clause given below will be applicable on value Ro, Where,

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 49

Ro = R – (Rs+Rc), R = Gross value of the work done by contractor as per on accounts bill (s) excluding cost of materials supplied by Railway at fixed price. This will also exclude specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractors offer). Rs = Gross value of steel supply item / items as per on account bill. Rc = Gross value of cement item as per on account bill

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

a. Labour component (P) : 30% (Thirty percent) b. Material component (Q) : 25% (Twenty five percent) c. Fuel component (Z) : 15% (Fifteen percent) Total (P+Q+Z) : 70% (Seventy percent)

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

If, in any case, the accepted offer includes some specific payment to be made to consultant or some materials supplied by Railway at fixed rate, such payment should be exclude from the gross value of the work for purpose or payment / recovery of variation.

The amount of variation in prices in the above three components shall be worked out as follows:

Mo = (L + M + U)

i) L = Ro x (I-Io) x 30 Io 100

ii) M = Ro x (W-Wo) x 25 Wo 100

iii) U = Ro x (F-Fo) x 15 Fo 100

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

Io = Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin for the base period. I = Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin, based on the average price index of three months of the quarter under consideration. Wo = Index number of whole sale prices – by groups and subgroups "All commodities" – as published in the R.B.I. Bulletin for the base period.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 50

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

Fo = Index number of wholesale prices – by groups and sub-groups for "fuel and power" as published in the R.B.I. bulletin for the base period.

F = Index number of wholesale prices – by groups and sub-groups for "fuel and power" as published in the R.B.I. Bulletin based on the average price index of three months of the quarter under consideration

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

4) Price Adjustment towards Increase / Decrease of Labour, Materials and Fuel: The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in taxes, levies, tolls etc., except the payment / recovery for overall market situation which shall be made as per price adjustment clause given in paras below:

No cognizance will be given for any kind of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustments in payments. The contract shall, however, be governed by the general price variation clause as under:

The adjustment for variation in price of labour, materials and fuel shall be determined in the manner prescribed below: The percentage component of various items in a contract on which variation in price shall be admissible shall be:

a. Labour component (L) : 55% (Fifty Five percent) b. Material component (M) : 15% (Fifteen percent) c. Fuel component (F) : 15% (Fifteen percent) Total (L+M+F) : 85% (Eighty Five percent)

d. The balance 15% (Fifteen percent) shall be considered as fixed component on which no price variation shall be admissible.

If, in any case, the accepted offer includes some specific payment to be made to consultant or some materials supplied by Railway at fixed rate, such payment should be exclude from the gross value of the work for purpose or payment / recovery of variation.

The amount of variation in prices in the above three components shall be worked out as follows:

i) L = W x (LQ – LB) x LC LB 100

(ii) M = W x (MQ – MB) x MC

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 51

MB 100

(iii) F = W x (FQ – FB) x FC FB 100

Where –

W = Gross value of the work done by contractor as per on account bill (s) excluding cost of materials supplied by Railway at fixed price. This will also exclude specific payment, if any, to be made to the consultant engaged by the contractor (such payment will be indicated in the contractors offer).

L = Amount of price variation in Labour

M = Amount of price variation in Materials

F = Amount of price variation in Fuel

LC = % of Labour Component MC = % of Material Component FC = % of Fuel Component

LB = Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin for the base period.

LQ = Consumer price index number for industrial workers - All India - published in R.B.I. Bulletin, for the average price index of three months of the quarter under consideration.

MB = Index number of whole sale prices – by groups and subgroups "All commodities" – as published in the R.B.I. Bulletin for the base period.

MQ = Index number of whole sale prices – by groups and subgroups "All commodities" as published in the R.B.I. Bulletin, for the average price index of three months of the quarter under consideration.

FB = Index number of wholesale prices – by groups and sub-groups for "fuel & power” as published in the R.B.I. bulletin for the base period.

FQ = Index number of wholesale prices – by groups and sub-groups for "fuel &, power " as published in the R.B.I. Bulletin for the average price index of three months of the quarter under consideration

Note: The index number for the base period will be the index number as obtained for the month of opening of the tender or the month in which final negotiations are held. The quarter will commence from the month following the month of opening of the tender or month in which negotiations are held, if any. The adjustment for variation in prices if required shall be made once in every quarter in the on account bills. If more than one on account bill is made to the contractor in a quarter, the adjustment, if required, shall be made in each bill.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 52

The demands for escalation of the cost will be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment need to be done based on the finally published indices will be made as and when they become available.

For the work executed in a particular quarter, the measurement will be recorded in the last week of last month of the quarter, if not paid already in the preceding weeks or months. If the price variation is downward and recoverable from the contractor, the variation amount will be adjusted in the on account/final bill on hand and if the recovery cannot be fully effected it will be recovered from subsequent bills in respect of the same work or any other sum due to the contractor.

30.2 ITEMS EXCLUDED FROM THE SCOPE OF PRICE ADJUSTMENT The following shall be excluded from the value of the work done for the purpose of price adjustment. i) Materials supplied free by the Railway to the contractors will not form part of the value of the contract entered into and will fall outside the purview of the price variation clause. ii) Execution of Quantities beyond 150% of the overall agreement value for which separate rates may be negotiated. iii) Value of the additional items of work not covered in schedule of quantities, for which separate rates may be negotiated. iv) The value of the materials, if any, supplied by the Railway at fixed prices. And also if any, Specific payments, made by the contractor to the consultants engaged by him where such payments are indicated in the accepted offer.

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

a) In case the indices increase above the indices applicable to the last month of original completion period of the extended period under Clause 17 (A) (i), (ii), (iii), the price adjustment for the period of extension granted under Clause 17 (B) will be limited to the amount payable as per the indices applicable to the last month of original completion period or the extended periods under Clause 17 (A) (i), (ii), (iii) of IRS GCC as the case may be.

b) In case the indices fall below the indices applicable to the last month of the original / extended period of completion under Clause 17 (A) (i), (ii), (iii) as the case may be, then the lower indices will be adopted for prices adjustment for the period of extension under 17(B) of IRS GCC.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 53

31.0 CONSERVANCY CHARGES: 31.1 As applicable from time to time shall be levied. It is the responsibility of the tenderer to make necessary sanitary arrangements required for their labour in terms of Clause 59 (4) of IRS GCC.

Average No. of Proposed Conservancy Railway Labourers or Cess charges to be Contractors Workmen employed recovered – PER MONTH. per day Rs. 1 to 5 64/- Engineering 6 to 10 126/- Works 11 to 25 317/- Contractors 26 to 50 462/- 51 to 100 620/- 101 to 200 779/- 201 to 300 937/- 301 to 750 1082/- 751 to 1500 2176/- 1501 to 3000 4353/- 3001 & over 8694/-

32. 0 FORCE MAJEURE 32.1 No claim by South Central Railway against the agency shall be valid in case the delay is on account of civil commotion, serious damage by fires, war, declared or not, sabotage or by a natural calamity such as floods, earthquakes and events over which the agency has no control whatsoever.

32.2 In any such event, the agency shall give a notice in writing within seven days of that happening to the South Central Railway but shall, nevertheless constantly endeavour to bring down the delay and recommence the work at the very earliest.

32.3 The Agency shall, on removal of the cause of delay, seek extension of the time allowed for completion and the South Central Railway shall consider the application and grant such extension as in its opinion is reasonable having regard to the nature and period of delay and the type and quantum of work effected thereby. No other compensation of any form shall be available to the agency in such an eventuality. The decision of the South Central Railway in this eventuality shall be final and binding. 33.0 SUBLETTING OF CONTRACT: 33.1 The Contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein any manner Whatsoever without the special permission in writing of the Railway. Any breach of this condition shall entitle the Railway to rescind the contract under Clause 62 of IRSGCC and also render the contractor liable for payment to the Railway in respect of any loss or damage arising or ensuing from such cancellation; provided always that execution of the details of the work by petty contractor under the direct and personal supervision of the Contractor or his agent shall not be deemed to be sub-letting under this clause. The permitted subletting of work by the Contractor shall not establish any contractual relationship between the sub-contractor and the Railway and shall not relieve the Contractor of any responsibility under the Contract

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 54

34.0 LOSS / DAMAGES TO RAILWAY PROPERTY: 34.1 The contractor will be held responsible for any loss or damage that may occur to the pre-stressed concrete sleepers while leading and unloading when they are in custody of contractor and the cost of such damage or loss will be recovered from him as per the rules in force.

34.2 Entire cost of sleeper will be recovered from contractors on account bills if the sleeper is damaged to such as extent that it becomes unfit for use in track. If any small damage (like breaking of corners, edges etc.) occurs appropriate penalty will be levied on contractor for damages as deemed by railway. Contractor cannot have any objection on penalty levied by Railway and the decision of the Railway is final and binding on contractor.

35.0 GENERAL RESPONSIBILITY OF CONTRACTOR: 35.1 Contractor shall be responsible for all structural and decorative damage to property or injury caused by work or his workmen to persons, animals or things and shall indemnify the Railway in respect thereof and shall be held entire responsibility for all works carried out by him until it is finally taken over by the Railways and he will be liable to be called upon to make good any damage or loss which may occur to the bridge work by inclement weather, floods etc., or due to any other cause during entire period until the work is taken over.

36.0 FILMING OF THE CONSTRUCTION: 36.1 The contractor shall be required to prepare a video film on VHS format and CD format for the construction of the entire work sequentially and edit the same with sound track etc,. These films shall pictorially represent the entire construction of the work starting from the beginning to the end for education and training. Two copies in both the format of the video shall be handed over to the Railway with necessary detailed instructions, literature etc., and necessary acknowledgement may be obtained from the concerned authority. The rates adopted are inclusive of such documentation.

37.0 REGARDING OBSTRUCTIONS: 37.1 Any obstructions such as service lines, water pipe lines, cables, sewerages, etc., met with during the progress of the work shall immediately be reported to the Engineer-in-charge and the department shall make necessary arrangements for removal of such obstructions. 37.2 If the existing mains are affected during excavation of foundations, Temporary/ Permanent arrangements for maintaining continuous flow though the sewer/ water mains will have to be made by the Contractor, duly realigning the sewer/water mains, underground cables, etc., at extra cost separately by negotiating rate or shall be got done through separate agencies.

37.3 The works shall be carried out without any interference to the normal working of the Railway track and structures.

37.4 The Contractor shall be responsible for any loss/damage to Railway and public property or third party’s property. If it occurs during the course of execution, the Railway reserves its right to have the damages made good by the Contractor.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 55

37.5 The contractor must ensure the safety of labourers engaged by him during the course of execution of work and/or while crossing the track and the Railway will not be responsible for any injury sustained by the labourer or for any fatal accident and the Contractor should bear all the loss and expenditure involved.

38.0 SUPPLY OF MATERIALS BY THE CONTRACTORS: 38.1 Materials used in the work by the contractor shall conform to the South Central Railway Standard specifications and the relevant BIS/I.R.S specifications, and should be approved by the Engineer-in-charge before utilizing them on works.

38.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains, storms, floods or any other cause whatsoever.

38.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will be paid for the materials, tools and plants and tools arranged and brought by the contractor to the site of work.

38.4 It should be clearly understood that it is entirely the Contractor’s responsibility and liability to find, procure and use all machinery, tools and plants and their spare parts that are required for efficient and methodical execution of the work. Delay in procurement of such items due to their non-availability or import difficulties or any other cause whatsoever will not be taken as an excuse for not carrying out the work.

39.0 HOUSE KEEPING, COVERING & SITE CLEARANCE: 39.1 In addition to and without prejudice to what is provided in the clause No.40(2) of IRS GCC, the Contractor shall ensure proper housekeeping and covering of all works, goods, material, equipments etc., at work sites without any inconvenience or difficulty or danger to the Railway uses/ staff and train services. He shall clear the work sites duly removing all the debris, surplus/ released/ scrap materials, equipments and machinery etc. completely and properly as directed by and to the satisfaction of the Engineer-in-charge and handover the site in clear condition duly handing over all the Railway materials completely after each stage or on entire commissioning of the work as required by the Railway.

Note : For failure to do the above within fifteen (15) days of receipt of notice thereof from the Engineer-in-charge, without prejudice to the other remedies available to the Railway under the contract, payment of the on-account bill shall be restricted to ninety percent (90%) of the bill amount and the balance payment shall not be payable till such time the site is covered/ cleared/ returned/ handed over to the Railway and a certificate to that effect is issued by the Engineer-in-charge. The decision of the Engineer-in-charge is final in this regard and the Contractor is not eligible for any compensation and shall make no claims whatsoever.

40.0 MAINTAINING RECORD OF CONSTRUCTION WORK: 40.1 The contractor shall maintain accurate, plans and charts showing the dates and progress of all main operations and the Engineer shall have access to this information at all reasonable times. Records of tests made shall be handed over to the Engineer’s representative after carrying out the tests.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 56

The following registers will be maintained at site by the contractor: 1) Site Order Register: The contractor shall promptly sign orders given therein by the Engineer or his representative or his superior officers and comply with them. The compliance shall be reported by the contractor to the Engineer in good time so that it can be checked.

2) Cement register: This register will be maintained to record daily receipt and issue of cement, thus indicating the balance quantity. The quantum of work done for the cement issued on particular date will also be mentioned.

3) Steel register: This register will be maintained to record the receipts of steel items and details of reinforcement and members wherever steel is used.

4) Labour register: This register will be maintained to show daily strength of labour in different categories employed by the contractor.

5) Plant and machinery register: This register will be maintained to record daily particulars of machinery with the contractor and will be signed jointly by the Engineer’s representative and the contractor.

6) Log book of events: All events are chronologically logged in this register date and shift wise.

7) Compaction registers for Earth work: This register will be maintained to record the compaction of Earth work at various stages of work, in layers, location wise.

8) Soil samples test register: This register will be maintained to record the details of the soil samples for Earthwork in bank, cutting and excavations in foundations at various stages of work.

9) Concrete cube casting & testing, slump etc.; This register will be maintained to record the details of the concrete done and the cubes casted.

41.0 NOTICES TO PUBLIC BODIES: 41.1 The contractor(s) shall give all notices that may be required by law to the Municipality, Police and other authorities, Forest Department and obtain all required licenses for temporary obstructions, enclosures and pay all fees, taxes and charges, which may be leviable on account of his operations in executing the contract. He should make good any damage to adjoining premises whether public or private and supply and maintain any lights etc., required at night.

42.0 PRECAUTIONS AT WORK SITE: 42.1 All precautions to ensure safety of workmen must be taken while unloading and leading the materials during execution of work. Traffic rules should be strictly followed and the contractor should indemnify the Railway against any claim due to accidents and unforeseen incidents.

42.2 The contractor must ensure the safety of labourers engaged by him while crossing the track during the course of execution of work and the Railway will not be responsible for any injury sustained by the labourer or for any fatal accident. The

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 57

contractor should bear all the loss and expenditure involved. Wherever necessary he should also provide necessary look out men. 43.0 COMMUNICATION DURING EXECUTION OF WORK: 43.1 In all notices, communications, reference and complaints made by the Railways or the Engineer or the Engineers representatives or the contractor’s interest concerning the works shall preferably be in writing.

43.2 However communication in the form of email and/or fax from Railways or from contractor may also be treated as written communication.

43.3 The contractor shall provide his valid website address (if available), email id, fax number at the time of submission of tender. This cannot be changed without prior approval of the Engineer-in-charge after submission of tender and during execution of work.

44.0 MEDICAL FACILITIES AT SITE: 44.1 The Contractor shall provide medical facilities at the site as may be prescribed by the Engineer on the advice of the Railway Medical Authority in relation to the strength of the Contractor's resident staff and workmen. First aid box along with the prescribed medicines and trained personnel should be available at site.

45.0 STEPS TO BE TAKEN IN ORDER TO AVOID DAMAGES TO RAILWAY INSTALLATIONS / RAILWAY TRAFFIC: 45.1 The contractor shall see that no damage is caused to Railway’s signaling and transmission wires, stations, installations, communication lines, electric devices, trains of any kind, fencing, as well as any rolling stock and is general to all Railway installations and equipment. In case any damage is caused to these due to the fault of the contractor or on the part of any one on his behalf, all repairs there under required will be carried out by the Railway at the entire cost of the contractor and the amount of expenses thus incurred will be recovered from the payment due to him. However if any shifting of over head alignment or underground cable / pipes etc., is required, the cost of the same will be borne by Railway.

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

46.0 EMERGENCY WORKS: 46.1 In the event of any accident or failure occurring in or around the work or arising out of or in connection with the construction or maintenance of the works which in the opinion of the engineer requires immediate attention, the railway may bring its own workmen or other agency to execute or partly execute the necessary work or carryout repairs if the engineer considers that the contractors is/are not in a position to do so in time and charge the cost thereof as to be determined by the Engineer-in- charge to the contractor.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 58

SOUTH CENTRAL RAILWAY Name of Work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard PARTICULARS OF WORK 1.0 SITE:

1.1 The works included in this tender schedule are to be executed in connection with transportation of P.Way materials, supply of stone ballst, track linking and other connected miscellaneous works at Narasingapalli station of Visakhapatnam District in Andhrapradesh.

2.0 GENERAL FEATURES:

2.1 The following left over works are to be executed under this contract.

i) Dismantling of existing tracks and Points & crossings ii) Supply, leading and dumping of 50 mm gauge stone ballast. iii) Transportation of P.Way materials. iv) Laying and linking of BG track, Assembling and insertion of Points & Crossings v) Directed track maintenance of loop lines & Turnouts, which commences from the date of opening for rail traffic. vi) Execution of other misc. works etc.,

2.2 The contractor shall note that the work is to be carried out where Rail traffic is heavy and in close proximity to the work spot and as such he has to take adequate precautions and safety measures by posting day and night watchmen for safety of Rail traffic, machinery and workmen.

2.3 He should also take adequate precautions for the safety of workmen as they have to work in close proximity to running Railway lines and as such ensure all the safety measures to be taken for the safety of rail traffic and workmen. All expenditure for ensuring the above shall be borne by the contractor and his rates shall be inclusive for all these elements. 2.4 Drawings illustrating the general details of the yard and any further particulars/ specifications if required in connection with the work may be obtained by inspection at site or by reference to the office of the Chief Administrative Officer/Construction/South Central Railway/Secunderabad or Deputy Chief Engineer, Construction, South Central Railway, Vijayawada during office hours on any working day. 3.0 Any other particulars required in connection with the above work can be perused in the office of the Chief Administration Officer/ construction /S.C. Railway /Secunderabad.500371 or Deputy Chief Engineer/ Construction/S.C. Railway / VIJAYAWADA during working hours of any working day.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 59

4.0 SPECIFICATIONS:- The execution of all works under this tender shall conform to the specifications and codes of practice mentioned below as amended from time to time . i) Indian Railways Unified Standard specifications (works & materials) - 2010. ii) Indian Railway unified standard schedule of Rates 2010(printed) S.C.Railway. iii) Indian Railway Bridge manual . iv) Indian Railways P.Way manual . v) I.R. works manual along with Supplementary instruction of S.C. Railway to Indian Railway Way and Works Manual. vi) General and subsidiary rules of S.C .Railways vii) Standard Schedule of Dimensions 2004 of Indian Railways. viii) IRLWR manual 1996 ix) Indian Railways track machines manual 2000 x) IRS track manuals V0l-I & II The Railway reserves the right to reject or alter any part of the work executed by the contractor which, in the judgment of the Railway does not comply with the requirements of the above specifications. The decision of the Railway shall be final and conclusive for all purposes.

5.0 TIME OF COMPLETION: Time is the essence of the contract. All works included in the contract shall be completed within the period of 6 (SIX) months from the date of issue of acceptance letter, including intervening monsoon period. The tenderer/ Contractor would be expected to adhere to the progress of work as per accepted mile stone chart appended in Annexure-I. In case he/they fail in achieving the first 2 miles stones, the contract would be liable for termination under Clause-62 of I.R.S GCC.

6.0 Mile stone programme. S. No. Mile stone Name of the event (Mile Stone) Schedule No. 1) I Preliminary works such as mobilization of men and D1+15 2) II Dismantlinghi tof Existing track and Points & crossings D1+45 3) III Transportation of P-way materials D1+60 4) IV Supply of 50mm gauge stone ballast D1+90 5) V Laying and linking of BG Track D1+110 6) VI Lifting and packing of BG Track. D1+120 7) VII Assembling & insertion of PSC T/O Fan shaped D1+150 8) VIII Pre-NIlt working, NI - Working D1+165 9) IX Other Miscellaneous works D1+180

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 60

NOTE: 1) “D1 stands for the date on which Railway has given the site/drawings as relevant to the contractor. 2) The above schedule should be for completion of each item in totality. Hence the tenderer should plan for execution simultaneously for some of the items given above so as to give proportionate progress to complete the entire work within the schedule. As such the tenderer is required to give milestone chart within 15 days from the date of issue of acceptance letter. 6.1 Extension of time of completion will be governed by Clause-17 of IRS GCC. However, while granting the extension of time under Clause-17 (B) of IRS GCC, a token penalty as deemed fit based on the circumstances of the case can be imposed on the Contractor without prejudice to other rights of Railway Administration as provided under IRS GCC.

7.0 MAINTENANCE: 7.1 Contractor has to link the track and attend to all the defects and should ensure track parameters as per special conditions till the section is opened for goods traffic /Passenger traffic, whichever is earlier. No additional payment will be made to the contractor for such regular maintenance till the section opened for traffic.

7.2 The Contractor shall bear the responsibility and be liable for maintenance of works till they are handed over to Railway as envisaged in Clause No.47 of the I.R.S General Conditions of Contract.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 61

ANNEXURE - 'IX

SPECIAL CONDITIONS FOR COMPACTION OF EARTH WORK

1 After site clearance all pockets and depressions left in the soil, if any, shall be made good and compacted.

2 Earth work shall be done in layers not exceeding 600 mm in the loose state for Vibratory Rollers and compacted with Vibratory Rollers to obtain the density specified as per IS.10379-1982. The number of passes of rollers and the optimum thickness of each layer will be fixed after carrying out field trials with the roller proposed to be used, from time to time and from location to location, the main criteria being to obtain the maximum density achievable uniformly

3 i) Cohesion less soils shall be compacted to get a minimum density index (relative density) of 70percent as obtained in accordance with IS.2720 (Pt.XIV) 1983. ii) All other types of soils when compacted shall attain at least 98 percent of the maximum dry density as determined using heavy compaction in accordance with IS.2720 (Pt.VIII) - 1983 followed by field trials as per IS.10379 - 1982.

4 If the soil is dry, water shall be sprinkled either in the borrow pit or over the spread layer, as convenient in order to obtain a workable moisture content before rolling is commenced. Where the natural moisture content of borrow soil is high, compaction at higher moisture contents can be allowed by the permission of Engineer- in- charge.

5 Each layer shall be compacted to the specified density over its entire width commencing from the two sides, before another layer is started.

6 While compacting, it shall be ensured that there is a minimum overlap of 150 mm. between each run of the rollers. 7 Care should be taken during the compaction operation to slope the surface of the bank to facilitate the shedding and to minimize the absorption of rain water, particular attention being given to the prevention of ponding. 8 The density of each layer of compacted soil shall be ascertained by the Railway by testing an adequate number of soil samples. 9 The quality of work shall be determined by considering the mean density of the samples in each layer. The mean dry density shall be equal to or exceed the minimum specified density. In no individual case shall the density be less than the minimum value specified by more than 2 percent; otherwise further rolling shall be done at the appropriate location. 10 The Contractor shall be allowed to lay a further layer of soil only after the compaction of a particular layer has been found satisfactory. 11 The top of the formation shall be finished to a slope of 1 in 30 away from the center.

12 Extra width of 50 cm. shall be rolled on either side which after finishing the bank upto final height shall be dressed by removing the loose earth on account of rollers not able to compact the soil at the edge of the formation width.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 62

ANNEXURE – X

SPECIFICATIONS FOR BLANKETING MATERIALS

1 Blanketing material should have the following properties. • It should be coarse granular and well graded • Skip graded material is not permitted • Non plastic fines (particles of size less than 75 microns) are limited to max 12 % where as the plastic fines are limited to 5% • The blanket materials should have particle size distribution curve more or less with in the enveloping curves shown in sketch – B of IRS GE – G.1. The material should be well graded with Cu and Cc as under: • Uniformity Coef, Cu=D60/D10>4(Preferably>7). • The materials for blanket layer shall be well graded sandy gravel or crushed rock within the enveloping curves for lower blanket layer as shown in sketch – B of IRS GE-G1. • The liquid limit should not exceed 35 and plasticity index should be below 15.

For detailed specifications and other guidelines refer “ Guidelines for earth work in Railway Projects GE-G1” issued by RDSO in July 2005 and “specification for mechanically produced blanketing materials for Railway formations including guidelines for laying GE-2”,issued by RDSO in July 2003. Sieve analysis results conducted on the blanketing materials either natural (or) blended one should confirm to blanket layer as mentioned in Drg No GT/SD/0011/Rev 2/2001 (Sketch’s’ of Guideline No GE: G-1)

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 63

ANNEXURE -‘XI’ SPECIFICATIONS FOR TRACK BALLAST IRS-GE-1 JUNE, 2004 VIDE RDSO/LUCKNOW Lr.No.RS/F/7/4, Dt.25.06.2004 (Incorporating Correction Slip No.3 vide RDSO Lr.No.RS/F/7/4 dated 6-1-2009) (This is in super-session of Specification No.116 of Specification of works, 1970) GENERAL CLAUSES 1.0 Scope: These specifications will be applicable for stone ballast to be used for all types of sleepers on normal track, turnouts, tunnels sand deck slabs etc., on all routes.

1.1 The Contractors shall arrange at his own cost all tools explosives and conveyance required for excavation, quarrying breaking, loading, leading, unloading and stacking. 1.2 When blasting is necessary, it shall be carried out in accordance with the statutory rules in force.

1.3 The rate payable to the Contractor is inclusive of all seignorage charges, royalty, compensation to land owners, for right of passage, Sales Tax, Value Added Tax, Octroi and any other incidental charges which are existing or may be imposed from time to time in future.

1.4 Stacking of ballast shall be done in Railway land as directed by the Engineer-in- charge or his authorized representative to facilitate convenience of loading into ballast train or leading ponto the track. Note: Wire claws should be used while loading of ballast from stacks into as well as leading the ballast onto the track i.e., the baskets should be filled up with ballast by wire claws. 1.5 a) The Contractor should stack the ballast only on level ground approved by the SSE/P.Way on receipt of certificate to that effect from the SSE/P.Way. If at the time of the measurements of ballast stacks by the AEN, they are found stacked on uneven or sloppy ground, the Contractor will have to re-stack such ballast stacks after levelling the ground at his cost. b) The schedule of quantity of ballast to be supplied along the track in each Km/TP will be advised by the Engineer-in-charge before commencement of work. The Contractor should supply the ballast in accordance with the above schedule along the track.

c) The ballast after measurements by the AEN should not be inserted into the track before the bill is passed in the Dy.CE/XEN Office and clear only after obtaining the clearance from Dy.CE/XEN.

1.6 The ballast stacks should be made uniform with their tops and ridges straight and their slopes duly checked with template with no building of the lines and the top surfaces should be level with no cavity. They should be of moderately large size and not less than 1m in height. Cubical content of each stack shall normally be not less than 30 Cum in plain areas and 15 Cum in hilly areas. As far as the depot collection is concerned, the stacks should not be less than 35 Cum each in volume and not less than 1m in height. Variations in the dimensions of stack or in the minimum cubical content in a stock may be personally, authorized by the Divisional Officers in cases where site conditions warrant the above. For collection of ballast alongside the track the stacks should be built up as close to the track as possible consistent with

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 64

ground conditions and availability of land. Where required, the Contractor shall clear and level the ground for the purpose at his cost. 1.7 At any time required by the Engineer or his authorized representative while stacking is in progress and at the time measurements are taken, the Contractor shall supply at his own cost labour, tools and other facilities to open out all or any of the stacks for the purpose of inspection or measurements, numbering of ballast stacks and white washing the stacks in stripe shall be done by the Contractor at his own cost as directed by the Engineer. 1.8 Ballast not confirming to the specifications and rejected by the Engineer-in-charge shall be removed from Railway premises by the Contractor within the time specified by the Engineer failing such removal after the expiry of the period specified in the notice, the Railway shall be at liberty to dispose of the ballast at the risk & cost of the Contractor and charge ground rent as per Railway rules for the period such stacks are allowed to remain in Railway premises. 1.9 Payment for supply of ballast shall be made on the actual measurements without any deduction for voids. The payment for leading and dumping of ballast will be made based on the pre-recorded stack measurements without any deduction for voids. When training out/dumping of ballast is done under an Agreement different from the one for collection, the Assistant Engineer should satisfy himself by test check that the stacks measured earlier are intact and records a certificate to this effect in the measurement book. There should not be any deductions of volume for settlement. 1.10 The operation of collection and training out of ballast should not be carried out simultaneously at the same depot. Similarly, the operation of collection of ballast alongside the Railway line and dumping of the ballast into the track should not be carried out in the same block section. The deviation of these stipulations shall not be allowed except by specific written approval of the Chief Engineer.

1.11 If ballast is to be collected for any reason at a depot or alongside the track where there are some stacks previously measured, the existing ballast stacks will be re- measured first before fresh collections are allowed. After the fresh collections are completed, overall measurements shall be recorded. The difference between the quantity measured later and the quantity measured at the depot/Kilometre on the previous occasion without any deduction in each case will be the quantity collected.

1.12 If ballast is partially trained out from a depot and the ballast train is withdrawn, ballast remaining in the depot should be neatly stacked by the Contractor at his own cost to enable the measurements being taken. The difference between the original quantity and the quantity arrived at after re-stacking without any deduction in each case shall be the quantity trained out. 1.13 Bills for collection or training out of ballast should be based on gross measurements either in stacks or in wagons without any deduction for shrinkage/voids. However, ballast supply is made in wagons shrinkage up to 8% shall be permitted while verifying the quantities at destination. It is the responsibility of the Contractor to ensure that ballast is not used or removed before it is recorded in the measurement book and taken over by the Engineer-in-charge and the quantities are finally agreed upon between the Railway and the Contractor. 1.14 Results of the sieve analysis of the ballast stacks should be recorded in register meant for the purpose. The percentage of oversized ballast and dust should be

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 65

indicated from this register in the measurement book against each ballast stacks measured. 1.15 The notes contained in South Central Railway Engineering Standing Order No. 57/2007 have to be followed for supply of ballast as applicable for construction projects. 2.0 Detailed Specifications: 2.1 General: 2.1.1 Basic quality: Ballast should be hard durable and as far as possible angular along edges/corners, free from weathered portions of parent rock, organic impurities and inorganic residues. 2.1.2 Particle shape: Ballast should be cubical in shape as far as possible, individual pieces should not be flaky and should have generally flat faces with not more than two rounded/sub-rounded faces. 2.1.3 Mode of Manufacture: Ballast for all BG main lines and running lines, except on `E’ routes but including `E’ special routes, shall be machine crushed

2.2 Physical Properties: 2.2.1 Ballast sample should satisfy the following physical properties in accordance with I.S.2386 Pt.IV-1963 when tested as per the procedure given in Annexures-1 & 2. BG, MG & NG NG & MG (planned/sanctioned (Other than those for conversion) planned for conversion) Aggregate abrasion value 30% Max. * 35% Max. Aggregate Impact value 20% Max * 30 % Max. * In exceptional cases, on technical and/or economic grounds relaxable up to 35% & 25% respectively by CTE in open line and CAO/C for construction projects. The relaxation in Abrasion and Impact values shall be given prior to invitation of tender and should be incorporated in the tender document. 2.2.2 The “Water Absorption” tested as per IS 2386 Pt.III-1963 following the procedure givenin Annexure-III should not be more than 1%. This test, however, to be prescribed at the discretion of CE/CTE in Open line and CAO/C for Construction Projects.

2.2.2.1 The power of relaxing for water absorption limit should be delegated to CTE in open line / CAO on construction for specified areas. However, maximum water absorption in any case should not be allowed more than 2.5%. 2.3 Size and Gradation: 2.3.1 Ballast should satisfy the following size and gradation. a) Retained on 65mm Sq.mesh sieve 5% maximum. b) Retained on 40mm Sq.mesh sieve * 40%-60%. c) Retained on 20mm Sq.mesh sieve Not less than 98% for machine crushed. Not less than 95% for Hand broken. * For machine crushed ballast only.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 66

2.3.2 Oversize Ballast: i) Retention on 65mm square mesh sieve. A maximum of 5% ballast retained on 65mm sieve shall be allowed without deduction in payment. In case ballast retained on 65mm sieve exceeds 5% but does not exceed 10%, payment at 5% reduction in contracted rate shall be made for the full stack. Stacks having more than 10% retention of ballast on 65mm sieve shall be rejected.

ii) In case ballast retained on 40mm square mesh sieve (machine crushed case only) exceeds 60% limit prescribed in 2.3.1 (b) above, payment at the following reduced rates shall be made for the full stack in addition to the reduction worked out at (i) above. • 5% reduction in contracted rates if retention on 40mm square mesh sieve is between 60% (excluding) and 65% (including).

• 10% reduction in contracted rates if retention on 40mm square mesh sieve is between 65% (excluding) and 70% (including).

iii) In case retention on 40mm square mesh sieve exceeds 70%, the stack shall be rejected. In case of hand broken ballast supply, 40mm sieve analysis may not be carried out. The executive may however ensure that the ballast is well graded between 65mm and 20mm size. 2.3.3 Under Size Ballast: The Ballast shall be treated as undersize and shall be rejected if- i) Retention on 40mm square mesh sieve is less than 40%.

ii) Retention on 20mm square mesh sieve is less than 98% (for machine crushed) or 95% (for hand broken).

2.3.4 Method of Sieve Analysis: i) Sieve sizes mentioned in this specification are nominal sizes. The following tolerances in size of holes for 65, 40 and 20mm nominal sieves sizes shall be permitted. 65mm Square Mesh Sieve ± 1.5mm 40mm Square Mesh Sieve ± 1.5mm 20mm Square Mesh Sieve ± 1.0mm Mesh sizes of the sieves should be checked before actual measurement. The screen for sieving the ballast shall be of square mesh and shall not be less than 100cm in length, 70cm in breadth and 10cm in height on sides. ii) While carrying out sieve analysis, the screen shall not be kept inclined, but held horizontally and shaken vigorously. The pieces of ballast retained on the screen can be turned with hand to see if they pass through but should not be pushed through the sieve. ii) The percentage passing through or retained in the sieve shall be determined by weight.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 67

3.0 Conditions for submission of Tender:

3.1 “Tenderers shall required to submit the test report of Impact value, Abrasion value, water absorption value in respect of Sample of ballast proposed to be supplied from IIT/NIT/ University college of Engineering/ S.C.Railway Lab at Lalaguda/ reputed NABL accredited laboratory as per the directionsof Engineer - in - Charge.The test reports should not be older than 3 (three) months before the date of opening of tender.” 3.2 The tenderer shall also furnish an undertaking as incorporated in the tender document that the ballast supply at all times will conform to Specifications for Track Ballast as specified by Railway.

4.0 Method of Measurement: 4.1 Stack Measurement Stacking shall be done on a neat, plain and firm ground with good drainage. The height of stack shall not be less than 1m except in hilly areas where it may be 0.50m. The height shall not be more than 2.0m. Top width of stack shall not be less than 1.0m. Top of stack shall be kept parallel to the ground plane. The side slopes of stack should not be flatter than 1.5:1 (Horizontal:Vertical). Cubical content of each stack shall normally be not less than 30 Cum in plain areas and 15 Cum in hilly areas. 4.2 Wagon Measurement: 4.2.1 In case of ballast supply taken by direct loading into wagons, a continuous white line should be painted inside the wagon to indicate the level to which ballast should be loaded. The cubical content in cubic meter corresponding to white line should also be painted on both sides outside the wagon.

4.2.2 In addition to painted line, mentioned in para 4.2.1, short pieces of flats (cut pieces of tie bars or otherwise) with cubical contents punched shall be welded at the center of all the four sides as permanent reference. In case the supply is taken in general service wagon, actual measurements will be taken.

White Welded line Flat

CUM

28.85

4.3 Shrinkage allowance:

Payment shall be made for the gross measurements either in stacks or in wagons without any deduction for shrinkage/voids. However, when ballast supply is made in wagons, shrinkage up to 8% shall be permitted at destination while verifying the booked quantities by the consignee.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 68

5.0 Sampling and testing:

5.1 A minimum 3 samples of ballast for sieve analysis shall be taken for measurement done on any particular date even if the numbers of stacks to be measured are less than three. 5.0 The test viz., determination of Abrasion Value, Impact Value and Water Absorption should be got done through laboratories as mentioned clause 3.1 above. 5.2 In order to ensure supply of uniform quality of ballast, the following norms shall be followed in respect of sampling, testing and acceptance.

5.2.1 On supply of first 100 Cum the tests for size, gradation, Abrasion value, Impact value and water absorption (if prescribed) shall be carried out by Railway. Further supply shall be accepted only after this ballast satisfies the specifications for these tests. Railway reserves the right to terminate the contract as per GCC at this stage itself in case the ballast supply fails to conform with any of these specifications.

5.2.2 Subsequent tests shall be carried out as follows. Supply in stacks Supply in For stack of For stacks of wagons volume less than volume more than 100 Cum 100 Cum a) Size and Gradation One for One for each One for each tests each stack stack wagon No. of tests

Size of one Sample **0.027 Cum ** 0.027 Cum for **0.027 Cum every 100 Cum or part thereof

b) Abrasion value Impact value and One Test for every 2000 Cum Water Absorption test @ Testing frequency

** This sample should be collected using a wooden box of internal dimensions 0.3m x 0.3m x 0.3m from different parts of the stack/wagon. @ These tests shall be done for the purpose of monitoring quality during supply. In case of the test results not being as per the prescribed specifications at any stage, further supplies shall be suspended till suitable corrective action is taken and supplies ensured as per specifications. 5.2.3 All tests for Abrasion value impact value and water absorption conducted subsequently to award of contract shall be done at Railway’s cost.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 69

5.3.4 To carry out Impact test on ballast, a test sample of ballast pieces (about 5 Kg. in weight) of size 10mm to 12.5mm will be required. Appropriate care should be taken by the Railways that ballast selected for breaking down to 10mm and 12.5mm size for Impact test should be random from the ballast supply to avoid any subjectivity in selection of test sample. Alternatively, the test sample in the recommended range of size be got manufactured along with the ballast in sufficient quantity required for this test. 6.0 An under taking by tenderer/contractor: I/We ______tenderer's of the work hereby under take that the ballast supplies to be made under this contract agreement at all times will conform to specifications for track ballast as specified by Railway.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 70

ANNEXURE-1 AGGREGATE ABRASION VALUE (Based on IS:2386 part IV-1963)

1.0 Apparatus: 1.1 The abrasion test for track ballast shall be carried out using Los-Angeles Machine as per fig-1. 1.2 The abrasive charge shall consist of 12 nos. cast iron or steel spheres approx. 48mm dia. and each weighing between 390 and 445 gm ensuring total weight of charge as 5,000±25 gm. 1.3 IS Sieves of Sizes 50mm, 40mm, 25mm and 1.70mm 1.4 Drying Oven

2.0 TEST SAMPLE 2.1 The test sample of 10,000gm shall consist of clean ballast conforming to the following grading: • Passing 50mm and retained on 40mm square mesh sieve 5,000 gm@ • Passing 40mm and retained on 25mm square mesh sieve 5,000 gm@ @ tolerance of ±2% permitted. 2.2 The sample shall be dried in oven at 100-110° C to a constant weight and weighed (Weight 'A ')

3.0 TEST PROCEDURE The test sample and the abrasive charge shall be placed in the Los-Angeles abrasion testing machine and the machine rotated at a speed of 20 - 33 revolutions/minute for 1000 revolutions. At the completion of test, the material shall be discharged and sieved through 1.70 mm IS sieve.

4.0 ANALYSIS AND REPORTING OF THE RESULT 4.1 The material coarser than 1.70mm IS Sieve shall be washed, dried in oven at 100-110° C to a constant weight and weighed (Weight ‘B’). 4.2 The proportion of loss between Weight 'A " and Weight 'B ' of the test sample shall be expressed as a percentage of the original weight of the test sample. This value shall be reported as: A - B Aggregate Abrasion Value = ———— X 100 A

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 71

ANNEXURE-2 AGGREGATE IMPACT VALUE (Based on IS:2386 part IV-1963) 1.0 Apparatus: The apparatus shall consist of the following a) Impact testing machine conforming to IS:2386 part IV – 1963 as per fig.2 b) IS Sieves of sizes 12.5mm, 10mm, 2.36mm. c) A cylindrical metal measure of 75mm dia. & 50mm depth. d) A tamping rod 10mm circular cross section and 230mm length, rounded at one end. e) Drying Oven 2.0 Test Sample 2.1 The test sample shall be prepared out of track ballast so as to conform to following grading: - Passing 12.5mm IS sieve 100% - Retention 10mm IS sieve 100% 2.2 The sample shall be oven dried for 4 hours at a temperature of 100-110°C and cooled. 2.3 The measure shall be filled about one-third full with the prepared aggregate and tamped with 25 strokes of the tamping rod. A further similar quantity of aggregate shall be added and further tamping of 25 strokes given. The measure shall finally be filled to overflowing, tamped 25 times and the surplus aggregate struck off, using and tamping rod as a straight edge. The net weight of the aggregate in the measure shall be determined to the nearest gm. (weight ‘A’)

3.0 Test Procedure 3.1 The cup of impact testing machine shall be fixed firmly in the position on the base of the machine and the whole of the test sample placed in it and compacted by 25 strokes of the tamping rod. 3.2 The hammer shall be raised 380mm above the upper surface of the aggregate in the cup and allowed to fall freely on to the aggregate. The test sample shall be subjected to a total of 15 such blows, each being delivered at an interval of not less than one second. 4.0 Analysis and Reporting of the Result 4.1 The sample shall be removed and sieved through 2.36mm IS sieve. The fraction passing through shall be weighed. (Weight ‘B’). The fraction retained on the sieve shall also be weighed (Weight-‘C’) and if the total weight (B+C) is less than the initial weight (Weight 'A') by more than one gm., the result shall be discarded and a fresh test made. 4.2 The ratio of the weight of the fines formed to the total sample weight shall be expressed as a percentage - Aggregate Impact Value = ( B/A ) X 100 4.3 Two such tests shall be carried out and the mean of the results shall be reported to the nearest whole number as the Aggregate Impact Value of the tested material.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 72

ANNEXURE-3 WATER ABSORPTION (Based on IS:2386 part III-1963) 1.0 Apparatus The apparatus shall consist of the following: (a) Wire Basket-Perforated, Electroplated or Plastic coated, with wire hangers for suspending it from the balance. b) Water tight Container for suspending the basket c) Dry Soft Absorbent Cloth 75 X 45 cm size 2 Nos. d) Shallow Tray of minimum 650 Square cm area e) Air tight container of capacity similar to basket f) Drying Oven 2.0 Test Sample A sample of not less than 2000gm shall be used. 3.0 Test Procedure 3.1 The sample shall be thoroughly washed to remove finer particle and dust, drained and then placed in the wire basket and immersed in distilled water at a temperature between 22-32° C. 3.2 After immersion the entrapped air shall be removed by lifting the basket and allowing it to drop 25 times in 25 seconds. The basket sample shall remain immersed for a period of 24±½ hours afterwards. 3.3 The basket and aggregate shall then be removed from the water, allowed to drain for few minutes, after which the aggregate shall be gently emptied from the basket on to one of dry clothes and gently surface dried with the cloth transferring into second dry cloth when the first will remove no further moisture. The stone aggregate shall be spread on the second cloth and exposed to atmosphere (away from direct sunlight) until it appears to be completely surface dry. The aggregate then shall be weighed (Weight-A) 3.4 The aggregate shall then be placed in an oven at temperature of 100-110° C for 24 hours. It shall then be removed from oven, cooled and weighed (Weight-B)

4.0 Analysis and Reporting of the Result. Water Absorption = ( (A–B) / B } X 100 4.1 Two such tests shall be made and individual and mean results shall be reported.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 73

ANNEXURE “A”

Sl.No. Laboratory 1 Osmania University; Tarnaka ; Hyderabad. 2 JNT University, Kukatpally, Hyderabad 3 National Institute of Construction Management and Research,Gachibowli, Hyderabad. 4 National Academy of Construction, Kondapur, Hyderabad. 5 Vasavi College of Engineering Gandipet, Hyderabad. 6 Chaitanya Bharathi Institute of Technology, Gandipet, Hyderabad

7 Deccan College of Engineering, Nampalli, Hyderabad. 8 Gurunank Dev College of Engineering, Bidar. 9 National Institute of Technology, Warangal 10 Kakatiya Institute of Technolagy and Sciences,Warangal. 11 Research Laboratories,Rajendranagar, Hyderabad. 12 Sti Venkateswara College of Engineering,S.V.University,Tirupati 13 Koneru Lakshmaiah University,Vaddeswaram,Guntur Dist. 14 Bapatla Engineering College, Baptla. 15 JNT University, Kakinada 16 JNT University, Anantapur. 17 S.K.University College of Engineering, Anantapur 18 Sri Veera Saiva Enginering College, Bellary. 19 Govt.Engineering College,Raichur. 20 G.Pullareddy College of Engineering, Kurnool 21 Srisailam Right Branch Canal’s Central Laboratory, Nandyal. 22 Rajiv Gandhi Memorial College of Engineering & Technology, Nandyala 23 R.V.R & J.C College of Engineering Chowdavaram, GunturDist. 24 Sri Guru Gobind Singhji College of Engineering &Technology, Nanded 25 Govt. College of Engineering Osmanpura, Aurangabad. 26 Geotechnical Laboratory, Rail Nilayam,. Secunderabad. 27 All other Railway Laboratories. 28 V.R.Siddartha Engineering College, Kanuru, Vijayawada.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 74

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 75

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 76

ANNEXURE – D

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 77

Annexure - XII LAYING AND LINKING OF B.G. TRACK

1.0 LAYING AND LINKING OF B.G. TRACK:

1.1 While dismantling existing BG track the contractor has to take care of P.way materials without causing any damage to the materials and also to the running electrified track nearby. Before dismantling, the inventory of the existing P.Way materials should be taken jointly by the contractor and SSE-P.Way-in-charge. The contractor should sign on the inventory as a token of his acceptance. The contractor is responsible for safe custody of released materials with him until they are handed over to the Railway as per inventory.

1.2 The PSC sleepers are available along the alignment / in yard limits. The contractor has to move the sleepers onto levelled ballast surface and laid to the correct centre line of the track given and to correct spacing and specified sleeper density as directed by the Engineer-in-charge.

1.3 The contractor has to lead the 52 kg / 60 kg Free rails / welded rail panels available along the alignment onto already laid PSC sleepers. Fishplates, bolts and nuts duly lubricating the same with contractor’s grease, graphite and oil with his labour and tools shall connect the rails. The linking shall be done to correct gaps as directed by Engineer-in-charge.

1.4 Paint marks shall be made on the rails with contractor’s paint as directed by the Engineer-in-charge to indicate the spacing of sleepers to be adopted. 1.5 The quoted rate for linking items is inclusive of leading of P-way fittings like fish plates, fish bolts & nuts, rubber pads, liners and elastic rail clips etc., from existing stacks at DSK Depot at BZA/KCC yard to site of work including loading and unloading.

1.6 The contractor has to handle the P.way materials carefully while trucking out. Any loss or damage / shortage involved while handling will have to be borne by the contractor at the rate fixed by the Railways and the materials damaged / made out of use will be the Railways property. 1.7 The newly linked track has to be brought to the standards / tolerances as specified in Para 1.11 below for B.G. by attending to the track as required.

1.8 Lowering of existing main line track work is to be carried out within short period by engaging sufficient no of labour. If the contractor fails to employ adequate labour during the course of execution of the work at any stage the Railway will take action to employ such labour as necessary or get the work done by fixing up an agency even on single tender basis or executing the work through existing agency of additional loops at other stations at the risk and cost of the contractor. The decision of the Engineer / his representative is final and binding. 1.9 After linking the BG track, the track is to be kutcha packed including spacings, squaring, gauging, aligning, levelling, etc., and brought to the correct standards. 1.10 While dumping the ballast onto the newly linked BG track the existing ballast stacks are to be fully cleared, without leaving any amount of ballast. If any ballast is leftover in the stacks, such stacks will not be paid.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 78

1.11 SPECIFICATIONS FOR FINISHED WORK:

The track should be brought to the under mentioned standards after completing work. 1.11.1 Alignment: Alignment should be straight as verified by sighting. On curved alignment correct versines shall be provided as directed by the SSE/P.Way-in-charge. However, not more than a variation of 20% will be permitted at any of the location over the prescribed versines. The alignment shall not deviate by more than: i) On straights on 10 M Chord ± 2mm ii) On curves of radius more than 600 M on 20 M chord, the variation over theoretical versines shall not exceed 5 mm. iii) On curves of radius less than 600 M on 20M chord, the variation over the theoretical versines shall not exceed 10 mm. iv) Expansion gaps - over average gap worked ± 2mm Out by recording 20 successive gaps v) Joints – Low joints not permitted. High joints not more than ± 2mm vi) Unevenness – measured on 3.60M chord + 5mm vii) Sleeper spacing – with respect to theoretical spacing ± 20mm viii) Squaring of joints ± 10mm

1.11.2 GAUGE: Gauge shall be checked with standard gauge and should be 1676mm on straight and curves upto 4 degrees and 6mm slack on curves sharper than 4 degrees. Permissible variation from sleeper to sleeper shall not exceed 2mm.

1.11.3 LEVELS: Levels shall be checked by level board and spirit level. Track should be free from snags and low joints. Permissible variation of cross level being ± 3mm at every 4th sleeper but not exceeding 1mm between any two consecutive sleepers. The variation in longitudinal level with reference to approved longitudinal section not to exceed 50mm.

1.12 TRANSPORTATION OF P.WAY MATERIALS: 1.12.1 The contractor should inspect the site at different locations, for loading, unloading and transportation of rails, BG PSC Mono-block / Turnout sleepers and other P-way fittings also the facilities available for carrying out the work before tendering the work. 1.12.2 The PSC Mono-block / Turnout sleepers, rails and other P-way materials shall be unloaded at site of work without infringing the earth work in formation for proposed track. If any sleepers / rails are found infringing the earthwork in formation, the same should be shifted by the Contractor at his cost. After transportation and unloading, the Contractor has to arrange sufficient labour for keeping the turnout sleepers as set-wise and care should be taken not to mix up the sleeper from one set with another set or other ordinary sleepers.

1.12.3 Normally, wooden packing pieces are provided in between layers of PSC turnout sleepers for packing purpose by factory authorities. If, in case of the wooden packing pieces provided by the factory authorities at the time of loading PSC turnout sleepers onto vehicles, after unloading, the Contractor should return the same to SSE/P-way-in-charge of the work at DSK Depot at KCC.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 79

1.12.4 The contractor should accommodate in his lorry free of charge one or two Railway employees as escort in Driver’s cabin if the Railway choose to send escort with the Railway’s P.way materials.

1.12.5 Loading of PSC Mono-block / turnout sleepers into the Contractor’s vehicles at the factory premises will be done by the Factory authorities. The Contractor has to transport the sleepers from factory to proposed site of work with his vehicles, unloading and keeping as set-wise with his labour and tools etc.,

1.12.6 Unloading/loading of P-way materials is to be done by deploying road crane or any other methods approved by the Engineer-in-charge taking adequate precautions to prevent any damage. The Contractor has to unload the PSC Mono-block / Turnout sleepers by approved method without causing any damage to the sleepers by putting unused lorry tyres etc., and as directed by the Engineer-in-charge.

1.12.7 The contractor will be held responsible for any loss or damage that may occur to the pre-stressed concrete sleepers while loading, unloading and transportation or when they are in custody of contractor and the cost of such damages or loss will be recovered from him as per rules in force.

1.12.8 During the operation of the loading and leading unloading of PSC concrete sleepers, if any sleepers is damaged recovery will be effected towards cost of sleepers including cost of freight and incidental charges at 7% and supervision charges at 12½%.

1.12.9 Each broad gauge pre-stressed concrete sleeper weighs about 300 kgs. Approximately. Each BG 1 in 16 PSC Turnout set consists of approximately 114 Nos. of sleepers weighing about 56 MT, BG 1 in 12 PSC Turnout set consists of approximately 96 Nos. of sleepers weighing about 43.60 MT and BG 1 in 8 ½ PSC Turnout set consists of 67 Nos. of sleepers weighing about 30.70 MT approximately. The above weights may vary up to 10% which is to be taken into consideration while quoting the rates. 1.12.10 Break down to transport vehicles if any will be on contractor’s account.

1.12.11 Accidents if any to his vehicles or to persons while working would be the responsibility of the contractor and the Railway will not be responsible for any damages or compensation thereof.

1.12.12 While working close to or alongside the existing Railway track the contractor shall be responsible for ensuring that no obstruction to safe running of trains or interference with the signaling or electric wires etc. are caused at any time. He shall also make adequate arrangements to keep short look out for trains approaching from either direction and warn the workmen vehicles etc., well in advance.

1.12.13 While loading the rails onto contractor’s vehicles or unloading from contractor’s vehicles, the labour have to cross the tracks / embankments if required, for which no extra payment will be made.

1.12.14 The contractor should mobilise adequate number of vehicles and labour capable for doing this work at short notice. The contractor shall make his own arrangements for tools required for loading, unloading and transportation work.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 80

1.12.15 The weight of P.way materials viz., rails, fittings etc., will be arrived based on theoretical weight for Class–I materials and for Class-II materials with a reduction of 5% for wear and tear. In case of PSC Mono-block / Turnout sleepers and certain other P-way materials and fittings, where it is not possible to assess the weight theoretically, payment for loading, transportation and unloading as admissible under different items of schedule will be made based on the lorry weighment basis.

For this purpose, before loading the PSC Mono-block / Turnout Sleepers and certain other P-way materials and fittings, the weight of empty lorry is to be weighed and after loading the loaded lorry also has to be weighed in the presence of Railway official, duly indicating the weight / Nos. on the gate pass issued to the Contractor. Payment for transportation will be made for the quantity as per the gate pass / weighment certificate certified by the Engineer-in-charge. The Contractor has to pay the weighing machine charges at loading point.

1.12.16 The lead for transportation of P.way materials will be arrived based on the shortest practicable route and the Assistant Engineer has to certify that the lead adopted for arriving PTPKM under transportation items is as per the shortest practicable route. No claim for longer lead than the shortest practicable route is allowed. The contractor has to quote his rates duly considering the above points.

1.12.17 The work should be carried out without any interference to the normal working of the track and structures. The contractor will be responsible for any loss or damage to Railway and public property if it occurred during the course of execution and the Railway reserves right to have the damages made good by the Contractor.

1.12.18 While inserting the BG PSC turnout for main / loop lines under line block and for cut & connection work the contractor has to arrange sufficient labour to complete the work well within the block period. The Railway will arrange the line block. As soon as the block is permitted the contractor has to complete the work well in advance without fail within the block period. Idling of labour if any on account of getting the line block will not be considered and the contractor will have no claim whatsoever in this regard.

1.12.19 The layouts for additional loop lines are to be assembled and laid at the places where it is nominated for linking directly. The work is to be carried out within the yard limits. The Contractor should take all safety measures without infringing the running lines or endangering to passengers.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 81

ANNEXURE – “XIII” SPECIAL CONDITIONS FOR PAINITING OF RAILS ON CESS A) PAINTING OF IN-SERVICE RAILS:

1.0 Surface Preparation :

The surface preparation may be carried out as described at Para 1 under item (A) above as in case of new rails, except removal of loose paint / flaked paint also to be removed. 2.0 Painting Scheme :

a) 1st coat : Anti corrosive bituminous black paint confirming to IS 9862 – 1981 to a thickness of 100 Microns. b) 2nd coat : Anti corrosive bituminous black paint confirming to IS 9862 – 1981 to a thickness of 100 Microns.

3.0 Method of painting: SR of 50 KMPH is imposed in a selected stretch and only alternative ERCs are removed either inside of the gauge face or outside of the gauge face. At no point of time both inside and outside ERCs even on alternative sleepers should be removed. The work shall be started at around 8.00 hrs. and the ERCs shall be removed at alternative sleepers and on carrying out surface preparation and bituminous black confirming to IS 9862 – 1981 shall be applied to a thickness of 100 microns and is allowed for a drying of 8 hours time and subsequently the same second coat is applied to a thickness of 100 microns and allowed for drying for 8 hours and then liner and ERCs are fixed to the rails duly greasing insert holes and central leg of ERC. All the liners and Ercs and insert top surface shall also be painted with anti-corrosive black after duly cleaning the surface. Similarly in the same caution order alternative left over ERCs are removed and painting to be done as indicated above.

4.0 Results of tests conducted by PWI on paint shall also be recorded in the field/site order books. A minimum of two tests per batch of paint shall be conducted at random.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 82

Annexure-XIV

SPECIFICATIONS AND SPECIAL CONDITIONS FOR CONCRETING, READY MIXED CONCRETE & STEEL REINFORCEMENT

1.0. MATERIAL & IS CODES. i) Concrete : 1S 456, IS 4926(Ready Mixed Concrete) ii) Cement : IS 12269 (53 grade OPC). iii) Aggregates : IS 383-1970. iv) Steel Reinforcement: IS 1786-1985 (grade Fe 415/ Fe 500) 2.0 CEMENT: Supply and usage of cement shall be as per the IRU standard specifications 2010. 2.1. The cement shall confirm to the specifications of ordinary port land cement as per the site requirement and as approved by the Engineer-in-charge. 2.2 In addition to confirming to IS specifications as detailed above, the contractor(s) Shall procure Cement from the reputed cement companies/ brands but not cement manufactured by minor cement plants. The make should be approved by the Railways. 2.3. The contractor should submit the bill of purchase of cement to the Railways for Verification and record. Contractor shall also submit a test certificate issued by the manufacturer for standard properties of cement for verification & record. 2.4 Occasionally Cement has to be got tested at reputed private/Govt. laboratories ( or) Engineering colleges as per the directions of Engineer-in-charge and submit the report. Charges for such tests shall be borne by the contractor. 2.5. Storage of cement: 2.5.1. The contractor shall make his own arrangements for storage of cement and other materials and see that no damage takes place during storage. The storage of cement should confirm to standard height in a column to avoid damage during storage. 2.5.2. The Railway reserves the right to inspect the storage accommodation of the contractor and to reject in the event of any clotted cement is noticed or any other cement which is not suitable for usage of work and not confirming to the specifications and no compensation will be made for the loss if any sustained by contractor on this account. A ledger shall be maintained at site showing the quantities of cement procured, date wise consumption and balance available at site. These Ledgers are to be jointly signed by the JE/ SE/Works at site and contractor/his representative. 2.6. CONSUMPTION/USAGE OF CEMENT: 2.6.1. The contractor shall take all precaution for effective usage of cement between the period of procurement and period of usage without losing any strength of cement.

2.6.2. The contractor shall ensure the consumption of cement specified under each item of work correctly. No sub-standard work on this account shall be permitted. If for any item of work at any stage, the Railway finds that less consumption were effected, such item of work will be rejected and cost of removal of such items of work and re- doing the same shall be borne by the contractor. The decision of the Engineer in charge in this regard is final & binding on the contractor. No claims will be entertained on this account.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 83

2.7 PAYMENT FOR CONTRACTORS CEMENT: Payment for the supply of cement will be paid under relevant item of supply of cement under relevant schedule. Payment for above item will be made on the basis of actual consumption in the item/as per approved design mix and no advance payment will be made on procurement of cement. No extra payment will be made for wastage.

3.0 AGGREGATES shall be as per the IRU standard specifications 2010: 3.1. Aggregate shall consist of naturally occurring stones, gravel & sand. They shall be hard, strong, dense, durable, clear and free from injurious amounts of disintegrated pieces, alkali, vegetable matter and other deleterious substances. 3.2. Materials for concrete such as granite stone metal, sand, etc., should also be collected from outside Railways land and the Contractor shall pay all seigniorage charges. 3.3. Aggregate shall not contain any harmful material such as pyrites, coal, lignite, mica, shale or similar laminated material. 4.0. COARSE AGGREGATE shall be as per the IRU standard specifications 2010. 5.0. FINE AGGREGATE shall be as per the IRU standard specifications 2010. 5.1 Fine aggregate shall be of approved quality and Grading to IS 383, IS 456 & IS 1343standards. It shall be free from impurities &deleterious substances. The decision of Engineer in charge shall be final and binding on the contractor regarding the approval of the coarse and fine aggregate for concreting works. The contractor shall be required to carry out weighing and sieving aggregates, if directed by Engineer in charge and all costs shall be borne by the Contractor. 6.0 CONCRETE WORKS: shall be as per IRU Standard Specification-2010. 6.1 Supply of RMC i) In case the total quantity of RCC/PSC/CC/MCC involved is significant (say 15,000 Cum or more) the Contractor shall preferably set up his own RMC plant at site or shall make suitable exclusive arrangement close to the site to ensure high quality RMC supply.

ii) Use of RMC shall also be mandatory in the work where substantial quantity (say 500 Cum or more) of RCC/PSC/CC/MCC is involved and work site is located in Urban areas and RMC plants are readily available nearby.

i) The specification for RMC shall confirm to IS 4926-2003 as well as IRU Standard Specifications, 2010.

ii) The RMC plant shall be inspected and approved by concerned Dy.CE/C. The accepted rates of items of RCC/PSC/CC/MCC shall be deemed to be for RMC. Nothing extra will be payable for RMC in the Contract of work. However, if RMC is not feasible in certain isolated portion of work, then conventional concreting can be allowed by Engineer-in-charge in such isolated locations/portions with the same rates.

6.2 Concrete required for all works shall be machine mixed using weigh batches. Hand mixing will not be permitted. The Contractor should keep vibrators of 25mm needle for jacketing work and 40mm needle for concrete work. Standby needles and vibrators should be kept. During the course of concrete work if vibrator is not

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 84

working the work shall be stopped. The materials proposed to be used for the work should pass tests/analysis as prescribed in relevant IS/ IRS codes & manuals. An approval given by the Railway in consequences of such tests or analysis shall limit or interfere with the absolute Right of the Railway to reject the whole or portions of such materials supplied which, in the judgment of the Railway do not comply with the specifications. The decision of the Railway in this regard shall be final and conclusive for all purposes.

6.3 The contractor shall prepare at his own cost, standard cubes of concrete at specified intervals during concreting operations under the supervision of the Engineer or his authorized representatives and submit the same to the Railway for testing and approval. Contractor should arrange equipment for testing of concrete cubes at site. Based on the discretion of Engineer –in –charge certain cubes shall be got tested reputed private/Govt. laboratories (or) Engineering colleges as per the directions of Engineer- in – charge. Charges for such tests shall be borne by the agency.

6.4 While executing all concrete works below sub-soil water level the foundation pit must be kept free of all seepage water by bailing or pumping or in any other manner. The rates adopted for concrete items below bed/ground level are inclusive of the charges.

6.5 As this work is located in “Severe” category of environment the minimum cementitious material content in concrete structures shall be as given below and the actual consumption of cement depends upon the requirement as per design mix.

Plain concrete -- 300 Kgs. Cement/Cum. -- Max. W/C ratio 0.50 R.C.C. -- 350 Kgs. Cement/Cum. -- Max. W/C ratio 0.45

NOTE: For under water concrete 10% extra cement should be added over and above the normal cement content of the concrete mix specified above. For SSR items the cement consumption shall be as specified in the USSR, 2010.

6.6 DESIGN MIX: Nominal mix concrete shall be permitted for concretes of M-20 and lower. For all other grades design mix concrete shall be used. All the concrete mixes richer than M-20 specified in the schedule of items for various works shall be designed by conducting tests on raw materials such as aggregate, sand and cement on strength criteria only. The contractor has to submit the design for design mix concrete from a recognized /approved laboratory/ reputed engineering colleges. Designing of concrete mix shall confirm to IS 10262.These design mixes will be approved by Engineer-in-charge before commencement of concrete works, only after conducting tests and sample test cubes cast as per design mix with the ingredients available at work spot and intended to be used in the works. Minimum and maximum cement content in the design must be as per Indian Railway concrete Bridge code, read along with all relevant correction slips issued up to date.

6.7 All the concrete works shall be done only in the presence of the SSE/JE/Works. The programme/ planning of the concrete works shall be submitted to XEN/AXEN well in advance so as to direct SSE/JE/Works for witnessing the same.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 85

7.0 Curing shall be executed as per IRU Standard specification-2010 for IRUSSR- 2010 items. 7.1 All concrete work in cement, mortar/plaster pointing etc., shall be continuously cured for the prescribed period as per direction of the Engineer. Curing shall be done by covering the newly laid concrete with gunny bags and keeping them wet constantly. If it is found that the contractor is not properly observing these instructions, the Engineer may undertake the curing through another Agency/labour without any notice to the Contractor at the cost of the contractor. The cost incurred along with incidental charges @ 2% and along with supervision charges 12.5% of the cost will be debited to the Contractor. Intimation of the employment of another agency, for curing will be given to the Contractor as soon as possible. This intimation in writing to the Contractor under the head of the Engineer-in-charge of the work shall be conclusive evidence of the employment of another agency.

8.0 STONE AGGREGATE shall be executed as per IRU Standard specification- 2010 for IRUSSR-2010 items. Lime stone, quartz and shale are not acceptable for concrete or masonry work. The contractor will have to use hard granite/ basalt stone aggregate for RCC, PSC works and other concrete items and quote the rates accordingly. Occasionally aggregate has to be got tested at reputed private/Govt. laboratories ( or) Engineering colleges as per the directions of Engineer-in-charge for chloride, Sulphates, abrasion, impact value and water absorption and submit the report. Charges for such tests shall be borne by the contractor. The tests are to be conducted at every stage of change in quarry besides occasional tests as ordered by the engineer or his representative.

9.0 USE OF SAND COLLECTED FROM THE WATER COURSES WITHIN THE RAILWAY LAND: If the sand available in the river bed water course with in the Railway land, and if it is found suitable for the works, the contractor can collect the sand from the area within the Railway boundary and utilize the same for the works. The Railway will not levy any charges for sand so collected for the work within the Railway boundary. However, seigniorages charges if any payable to state or local authorities shall be borne by the Contractor. The tenderer shall take these aspects in to account while quoting the rates. The location of the borrow pits for collection of sand within the Railway area should be approved by Engineer-in-charge.

10.0 SHUTTERING ARRANGMENTS shall be executed as per IRU Standard specification - 2010 for IRUSSR-2010 items.

11.0 SUPPLY, FABRICATION AND ERECTION OF STEEL WORK shall be executed as per IRU Standard specification-2010. 11.1 For works the contractor is required to use own steel for reinforcement. Payment for supply of reinforcement steel in MCC / RCC/PSC items will be made under respective Schedule. 11.2 The Contractor is required to safeguard the steel and use the same on the work in accordance with the actual requirement as approved by the Engineer and as may be indicated in the relevant drawings or specifications. Short length of rods should also be utilized to the extent possible by the lapping joints.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 86

11.3 The Railway reserves the right to inspect the storage yard of the contractor, where the steel materials are stored and take samples wherever considered necessary, got them tested by agency for Physical & Mechanical properties, chemical composition as directed by the Engineer-in-charge at reputed private/Govt. laboratories (or) Engineering colleges as per the directions of Engineer- in – charge and submit the report. Charges for such tests shall be borne by the contractor. If the steel is found to be not confirming to relevant IS 1786 and IS: 2062 provisions, the entire steel lot represented by the tested sample will be rejected. The contractor shall not use any such reinforcement & will lift them from site at his own expenses. The contractor cannot claim in such an event any losses, damages, expenditure incurred by him and Railway shall not entertain any claim on this account.

11.4 The payment for the steel reinforcement will be made on bar bending schedule and the quantity shall be arrived by converting the lengths into weight based on sectional weight. While working out the quantity consumed, the overlaps, hooks, bends, chains will be taken into account. If there is any wastage, it shall be to the contractor’s account. The item for placement of reinforcement steel is provided with cost of binding wire.

a) Supply and placement of reinforcement steel and supply, fabrication and erection of structural steel shall be as per IRU Standard speicifications-2010.

b) All Reinforcement Steel (TMT Bars) and Structural Steel shall be procured as per specifications mentioned in BIS’s documents – IS: 1786 and IS: 2062 respectively. Independent tests shall be conducted, wherever required, to ensure that the materials procured conform to the specifications. The Contractor shall submit a bill copy along with manufacturer’s test certificate at the time of supply of material. c) These steel shall be procured only from those firms, which are Established, Reliable, Indigenous & Primary Producers of Steel, having Integrated Steel Plants (ISP), using iron ore as the basic raw material and having in-house iron rolling facilities, followed by production of liquid steel and crude steel, as per Ministry of Steels guidelines.

d) However, only certain isolated sections of structural steel, not being rolled by ISPs, can be procured from the authorized re-rollers of ISPs or authorized licensee of BIS having traceability system and who use billets produced by ISPs. The traceability of the material shall be ensured by an officer authorized by the concerned CE/C on case to case basis for this purpose.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 87

South Central Railway Name of work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard. Schedule - " A" (Items that are not covered by Indian Railways Unified Standard Schedule of Rates - 2010 )

Sl. Item Rate Amount No ID Description of item Qty. Unit Rs - Ps Rs - Ps. . No.

FORMATION AND MISC. WORKS: 1 301 Providing and spreading moorum for widening of formation / 500 1 Cum 236.00 118000.00 platforms /approach roads / circulating areas with locally available moorum of approved quality upto a thickness as specified by the Engineer, including spreading in layers of about 200mm thick (In loose) levelling, sectioning to profile, watering and compacting the layers using mechanical compaction equipment with all lead and lift etc, complete as per specifications and as directed by the Engineer. NOTE: The quantity under item No:2 will be calculated and paid for based on cross sections of finished profile of Bank. Moorum should be approved by AXEN/XEN before using.

2 302 Providing blanketing on formation with Blanketting material of 1000 1 Cum 250.00 250000.00 approved quality to the specified depth as per RDSO guide lines for earthwork and / or as specified by the Engineer with contractor’s materials including excavation in quarries leading to site of embankment by contractor’s vehicle, spreading in layers as specified in RDSO guide lines, leveling, sectioning to profile, watering and compacting the layer to get MDD as specified in RDSO guide lines using vibratory rollers with all lead and lift as per specification and as directed by the Engineer.

(Items TWO (2) only )

Total 368000.00 Contractor's Percentage Below /At par / Above Total of Schedule -"A" NOTE:The tenderer is required to quote uniform percentage rate At par/Above/Below over the total value of Schedule-" A" both in figures and words. In case of discrepancy in quoted percentage, the percentage rate quoted in words will be taken as final.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 88

South Central Railway Name of work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard.

Schedule - "B" (Items that are not covered by Indian Railways Unified Standard Schedule of Rates - 2010 ) Sl. Item ID Rate Amount No Description of item No. Qty. Unit . Rs.-Ps. Rs.-Ps. Transportation of P.Way materials, Track Linking works: 1 804 Drilling holes in the PSC sleepers at correct locations and 500 Each 132.00 66000.00 fixing Contractor's PVC dowels including filling gap with epoxy for fixing rail screws to fix guard rails at correct locations with all Contractor's labour, tools, consumables, PVC dowels, epoxy etc., complete as per drawing, specifications and as directed by the Engineer. 2 807 Fabrication and erection of rail type barricades along the 10 1 MT 3839.00 38390.00 RUB in position using 50R/90R/52Kg rails supplied by Railway at Depot duly excavating the pits of size 450x450x600mm for erection of rail posts of required height in the correct alignment including loading, transportation, unloading of rails from the Depot to site of work, embedding in concrete 1:3:6 using 40mm size hard stone aggregate including cutting, drilling of holes to rails and connecting horizontal rails to the vertical posts with Contractor's bolts and clamps duly painting two coats of primer coat of approved quality as per drawing with Contractor's materials, including cost of cement, labour, tools, plant & machinery with all lead & lifts and cutting etc., as per specifications and as directed by the Engineer.

3 1903 Removing the existing stone ballast, screening, dumping, 500 1 TRM 69.00 34500.00 without disturbing the packing underneath the sleepers and respreading the same into track with all Contractor's labour, tools and plant, all lead and lifts, rehandlings etc., complete as directed by the Engineer. 4 1906 Leading and dumping of Railways 50mm gauge stone ballast from the existing stacks available along thealignment either ontop of the cutting or on the formation or at the toe of the bank by head loads or any other means and spreading to the required profile on the formation, levelling to facilitate rolling with contractor'slabour, tools plant all leads and lifts etc complete as per specifications and as directed by the Engineer in charge a) a) Upto a lead of 150m, where the height of bank/depth of 2000 1 Cum 60.00 120000.00 cutting is up to 3 m b) d) For lead is beyond 150m and upto 500m 5000 1 Cum 72.00 360000.00 Note: Payment will be made based on the pre-recorded stack measurements without any deduction for voids.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 89

5 1910 Transportation of 50mm Railway stone Ballast by means of contractors own rail lorry that can run on BG track/Road lorry including loading by mechanical means or manually. Leading and unloading the same by contractor's men and materials at required site including ballast profile etc., complete all contractor's lorry, fuel, consumables labour, tools, all leads and lifts etc., as per specifications and as directed by the Engineer-in-Charge. a) Lead upto 5 km. 5000 1 Cum 100.00 500000.00

6 2001 Transportation (excluding loading and unloading) of BG 60 Kg/52 Kg. / 90 R free rails / cut panels including switches, crossings, check rails, other similar materials etc., by Contractor's road vehicles from any station/depot to site of work as per TP wise requirement in every TP sufficiently without obstructing the works under construction with all contractor's vehicles, crew, fuel and other consumables, labour, tools, all lead and lifts etc., complete and as directed by the Engineer. a) Leads from 0 km and upto 50 km 5000 PTPKM 11.24 56200.00 b) Leads beyond 50 km and upto 100km 5000 PTPKM 5.33 26650.00 c) Leads beyond 100 KMs and upto 200 KMs 5000 PTPKM 3.85 19250.00 d) Leads beyond 200 KMs and upto 300 KMs 5000 PTPKM 3.26 16300.00 e) Leads beyond 300 KMs and upto 400 KMs 10000 PTPKM 3.01 30100.00 f) Leads beyond 400 KMs and upto 500 KMs 50000 PTPKM 2.86 143000.00 g) Leads beyond 500 KMs and upto 600 KMs 600000 PTPKM 2.77 1662000.00 h) Leads beyond 600 KMs and upto 700 KM 50000 PTPKM 2.71 135500.00 i) Leads beyond 700 KMs and upto 800 KM 10000 PTPKM 2.67 26700.00 j) Leads beyond 800 km 5000 PTPKM 2.61 13050.00 Note: i) For the purpose of payment, lead will be calculated along the shortest practicable road route (ie., National Highway / State Highway / Major district roads in the order). ii) Variation clause will apply over the combined value of (a) to (j) sub items above.

7 2002 Loading of BG 60 Kg./52 kg./90 R free rails/ cut panels 900 1 MT 47.50 42750.00 including switches, crossings, turnout sleepers, P-way fittings and other similar materials etc., into contractors road vehicles/BG BFRS/Wagons including leading the P-way materials from existing stacks to loading point upto 200 M lead by crossing tracks / platforms, loading into contractors vehicles at stations / depot or along the alignment with all Contractor's labour, tools, plant, equipment with all lead and lifts, rehandlings if any etc., complete as directed by the Engineer.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 90

8 2003 Unloading of BG 60 Kg./52 kg./90 R free rails/ cut panels, 900 1 MT 44.00 39600.00 switches, crossings, turnout sleepers and other similar materials etc., from contractors Road vehicles / Railway BFRs / Wagons within station yard limits including leading the unloaded rails/panels upto 150m with out infringing the running track/trains/proposed alignment using approved method of unloading with all Contractor's labour, tools, plant & equipment with all lead and lifts, rehandlings if any etc., complete as directed by the Engineer. 9 2004 Transportation (excluding loading and unloading) of BG 60 Kg./52 Kg. PSC mono block sleepers, turnout sleepers or any other similar materials by contractor's road vehicles from any sleeper factory / yard permises / along the alignment / depot to site of work as per TP wise requiement in every TP sufficiently with out obstructing the works under construction with all contractor's vehicles, crew, fuel and other consumables, labour, tools, all lead and lifts etc., complete and as directed by the Engineer. a) Leads from 0 KMs and upto 50 KMs 5000 PTPKM 7.84 39200.00 b) Leads beyond 50 KMs and upto 100 KMs 5000 PTPKM 3.99 19950.00 c) Leads beyond 100 KMs and upto 200 KMs 5000 PTPKM 3.03 15150.00 d) Leads beyond 200 KMs and upto 300 KMs 5000 PTPKM 2.65 13250.00 e) Leads beyond 300 KMs and upto 400 KMs 50000 PTPKM 2.48 124000.00 f) Leads beyond 400 KMs and upto 500 KMs 700000 PTPKM 2.39 1673000.00 g) Leads beyond 500 KMs and upto 600 KMs 50000 PTPKM 2.33 116500.00 h) Leads beyond 600 KMs and upto 700 KMs 5000 PTPKM 2.29 11450.00 i) Leads beyond 700 KMs and upto 800 KMs 10000 PTPKM 2.26 22600.00 j) Leads beyond 800 KMs and upto 1200 KMs 5000 PTPKM 2.13 10650.00 Note: i) For the purpose of payment, lead will be calculated along the shortest practicable road route (ie., National Highway / State Highway / Major district roads in the order). ii) Variation clause will apply over the combined value of (a) to (j) sub items above. iii) Loading into contractor's vehicles at Factory premises will be done by factory authorities.

10 2005 Loading the BG 60 Kg/52 Kg PSC mono block Sleepers into 3700 Each 11.20 41440.00 contractor's vehicles/BG BFRS/Wagons (open/ Covered) using contractor's cranes with out causing any damage to the sleepers in layers including leading from existing stacks available along the alignment or at Depot to loading point upto a lead of 200 M by crossing of track if any with all contractor's labour, tools, machinery, all lead and lifts and making any temporary arrangement if any complete as directed by the Engineer.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 91

11 2006 Unloading of BG 60 Kg./52 kg. PSC mono block sleepers 3700 Each 10.72 39664.00 from contractors road vehicles/BG BFRS/Wagons(open/Covered) using contractor's crane at stations or along the alignmentat specified locations with a lead up to 150 m without causing any damage to the sleepers and keeping the unloaded sleepers with out causing any infringement to the running track/ trains/ proposed formation with all Contractor's labour, tools, machinery, all lead and lifts, rehandlings if any and making temporary arrangement if any complete as directed by the Engineer. 12 2007 Loading of P.Way fastenings and other similar materials 250 1 MT 43.20 10800.00 (Other than Rails, crossings, switches and PSC sleepers) on to(Railways / Contractor) Road vehicles/BG/MG BFRs /wagons( open/covered) and stacking neately on/in the above mentioned vehicles at any of the stations or in mid sections nominated including leading upto 200m lead, crossing of tracks if any with contractor's labour, tools, plant, all leads, lifts, etc., complete as per specifications and as directed by the Engineer-in-charge. 13 2008 Unloading of P.Way fastenings and other similar materials 250 1 MT 37.80 9450.00 (Other than Rails, crossings, switches and PSC sleepers) from (Railways/Contractor) road vehicles/ BG/ MG BFRs/ Wagons (open /Covered) at the station yards/mid sections, leading upto stacking point and stacking at nominated places with in a lead of 150m including crossing of tracks if any with contractor's labour, tools, plant, all leads, lifts, etc., complete as per specifications and as directed by the Engineer-in-charge.

14 2009 Transportation (excluding loading and unloading) of P.way fastenings and other similar materials (Other than Rails, crossings, switches and PSC sleepers) by contractors road vehicles from nominated places either yards/Depots or mid sections with contractors vehicles, crew, fuels, other consumables, labour, tools, all leads, lifts, etc., complete as per specifications and as directed by the Engineer-in-charge. a) Leads from 0 KMs and upto 50 KMs 5000 PTPKM 6.60 33000.00 b) Leads beyond 50 KMs and upto 100 KMs 5000 PTPKM 3.25 16250.00 c) Leads beyond 100 KMs and upto 200 KMs 5000 PTPKM 2.43 12150.00 d) Leads beyond 200 KMs and upto 300 KMs 5000 PTPKM 2.08 10400.00 e) Leads beyond 300 KMs and upto 400 KMs 10000 PTPKM 1.93 19300.00 f) Leads beyond 400 KMs and upto 500 KMs 125000 PTPKM 1.84 230000.00 g) Leads beyond 500 KMs and upto 600 KMs 10000 PTPKM 1.78 17800.00 h) Leads beyond 600 KMs and upto 700 KMs 5000 PTPKM 1.74 8700.00 i) Leads beyond 700 KMs and upto 800 KMs 5000 PTPKM 1.72 8600.00 Note: i) For the purpose of payment, lead will be calculated along the shortest practicable road route (ie., National Highway / State Highway / Major district roads in the order).

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

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 92

15 2011 Transportation of leftover BG P.Way materials available on cess / slopes of the embankment to the nearest stations /Depots/manned LC gate by contractor's vehicles, including leading the materials to loading points, loading on to contractors vehicles, transportation and unloading the materials from contractors vehicles, at stations/depots and stacking the same at nominated places as material wise and classification wise with contractors vehicles, crew, consumables, labor, tools, with all leads and lifts by crossing the track if any etc., complete as per specifications and as directed by the Engineer.

a) BG 60 kg/52 kg/90 R rails 250 1 MT 238.00 59500.00 b) BG PSC/ST/CST-9 sleepers/PSC turnout sleepers 1500 1 MT 234.00 351000.00 16 2012 Transportation of P.Way fastenings and other similar 250 1 MT 281.00 70250.00 materials (other than rails, crossings, switches) by contractor's road vehicles from Station yard/Depot to mid section along the alignment ( nearest to the track) with contractor's vehicles, crew, fuel and other consumables, labour, tools, all lead and lift etc complete as per specifications and as directed by the Engineer at site 17 2013 Transportation of rails including switches, crossings etc by 50 Tonne 280.00 14000.00 contractor's own vehicle from nominated depots/yards within a maximum distance of 50 Km including leading the rails upto a lead of 200m to loading point, loading into contractor's vehicles, transportation to the station yards/ manned/unmanned LCs between Narasingapalli and Regupalem stations including both yards unloading and keeping the materials without infringing the proposed foramtion works and stacking at nominated places with contractors vehicles crew, fuel, other consumables, labour, tools, plant all lead and lift etc complete as per specifications and as directed by the Engineer-in-charge 18 2014 Transportation of BG PSC mono block sleepers including 100 Tonne 220.00 22000.00 turn out sleepers, P.Way fittings, etc. by contractors road vehicles from nominated sleeper factories/Depots/yards within a maximum lead of 50km to the station yards / Manned / Unmanned L.Cs between Narasingapalli and Regupalem stations including both the yards, including leading the sleepers upto a lead of 200m to loading point, loading, tranporting, unloading and keeping the sleepers without infringing the proposed formation works and stacking the P.Way fittings at nominated places with contractors vehicles, crew, fuels, other consumables, labour, tools, plant, all leads, lifts, etc., complete as per specifications and as directed by the Engineer-in-charge.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 93

19 2101 Providing and fixing centre line reference pillars with 50 Each 185.00 9250.00 Railways rail post at locations as specified along the proposed alignment duly painting Chainage and rail level including leading the rails from near by locations along the alignment to site of work, cutting to required length, making the 0.20x 0.20x 0.60 m pit, erecting the rail post inside the pit and concreting the pit with CC 1:3:6 mix with contractors materials, labour, tools, plant consumbles, with all lead and lifts, and curing etc., complete as directed by the Engineer but excluding cost of OP cement. (Cement - 0.105 bags per each) 20 2102 Cutting 60 Kg./52 Kg./90R Rails in LWR/SWR released 300 Each cut 30.00 9000.00 panels available on the cess or on slopes of embankment at any sections or in yards into free rails by gas cutting with Contractor's labour, tools, plant, consumables, with all lead and lifts etc., complete as per specifications and as directed by the Engineer. 21 2103 Leading and laying the BG PSC/Wooden/ST sleepers 3700 Each 44.00 162800.00 available along the alignment with in the station yard limits or at near by locations from the stacks upto a lead of 200 M at the required rate (M+4 and above sleeper density) in main lines/loop lines/crossovers by maintaining required centre to centre spacing of on straight / curve alignment with contractor's labour, tools, plant, machinery, all lead and lifts etc., including crossing of tracks/ platforms if any complete as per specifications and as directed by the Engineer.

Note: Sleepers are to be lead from existing stacks in yard limits or near by locations from the existing stacks by crossing of tracks/platforms upto 100 m lead. 22 2104 Leading and linking of 60 Kg. /52 Kg. /90 R rails Free rails 2200 TRM 72.00 158400.00 /Rail panels for main line/loop lines/crossovers available along the alignment with in the station yard limits or near by location from existing stacks upto a lead of 200 M on already laid sleepers (M+4 and above sleeper density), fish plating with bolts and nuts duly lubricating the fish plates and bolts with contractor's labour, grease, graphite, oil etc., and fastening the rails to sleepers by laying rubber pads, liners with elastic rail clips to correct gauge on straight and curved alignment including applying grease on the gauge face of outer rails at curves and points & crossings, including crossing of tracks if any and complete as perspecifications and as directed by the Engineer. Note: i) P-way fittings required like liners, ERCs, bolts, rubber pads, fish plates etc., shall besupplied by Railway at DSK/C depot. The Contractor shall transport them to the work spot at his own cost with Contractor's labour, tools, plant, vehicles etc., including leading, loading, unloading etc., ii) Greasing of ERC's should be done with "O" grade grease graphite to IS No.408-1981 and record for consumption should be maintained by Contractor's site engineer along with test certificate.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 94

23 2105 Leading the PSC Turnout sleepers from unloaded locations within / outside the yard limits to the specified location of P&C due to non-availability of path at that locations and leading the materials by any means to nominated places under traffic conditions up to a maximum lead of 1000 M with all contractor's labour, tools, with all lead and lifts, crossing of track etc., complete as directed by the Engineer a) 1 in 12 P&C Turnout sleepers 10 Each set 4689.00 46890.00 b) 1 in 8 1/2 P&C Turnout sleepers 5 Each set 3933.00 19665.00 c) Trapswitch sleepers 4 Each set 1967.00 7868.00 24 2106 Laying the BG PSC LH/RH turnouts at specified locations by spreading fan shaped PSC crossing sleepers at specified spacings and fixing Tongue rails, stock rails, lead rails and crossings with rubber pads, liners and all fastenings to gauge of 1676mm to the RDSO Drgs. by leading the rails, switches, crossings available within station yard limits and transportation of P-way fittings from within yard limits including loading and unloading to site of work and connecting the turnout on both sides to the adjacent lines by lubricating the fishing planes with Contractor's grease, graphite and oil including levelling, gauging, aligning and joining the ends as per P.way code of practice with all contractor's labour, tools, plant, machinery, with all lead and lifts, rehandlings, crossing of tracks if any etc., complete as per specifications and as directed by the Engineer. a) BG 60 Kg/52 Kg. 1 in 12 PSC RH/LH Turnouts 10 Each set 28600.0 286000.00 0 b) BG 60 Kg/52 Kg. 1 in 8½ PSC RH/LH/SS Turnouts 5 Each set 17406.0 87030.00 0 c) BG 60 Kg/52 Kg. 1 in 8½ Trap switches 4 Each set 1518.00 6072.00 Note: i) Cutting of Rails to make Lead Rails of required length and drilling of holes will be paid separately under relevant items. ii) Contractor has to lead and handle the switches, crossings, lead rails, PSC/Wooden/ST special size sleepers available in yard limits including crossing of tracks/platforms if any and assemble the points and crossings and rate provided is inclusive of this element of work.

iii) P-way fittings required like MS liners, bolts, rubber pads, etc., shall be supplied by railway at DSK/C/depot or station yard premises. Contractor shall lead them to the site of work with contractor's vehicles, labour, tools etc., including all leads. The rate provided is also inclusive of these elements of work and nothing will be paid extra.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 95

25 2107 Extra for Insertion of already assembled BG 60 kg/52 Kg. 1 19 Each set 4728.00 89832.00 in 16/1 in 12 / 1 in 8 ½ SS PSC RH/LH Turnout complete set in position with T-28 crane/ Manually with contractor's labour under line block within a stipulated time and connecting the turnout to main line as laid down in IRPWAY Mannual profiling and boxing the ballast complete so as to allow the passage of trains at restricted speed with all contractor's labour, tools, with all lead and lifts etc., complete as per specifications and as directed by the Engineer. 26 2108 Extra for Insertion of already assembled BG 60 kg/52 Kg. 4 Each set 2364.00 9456.00 Trap switch complete set in position with T-28 crane/ Manually with contractor's labour under line block within a stipulated time and connecting the trapswitch to main line as per P.way code of practice profiling and boxing the ballast complete so as to allow the passage of trains at restricted speed with all contractor's labour, tools, with all lead and lifts etc., complete as per specifications and as directed by the Engineer. 27 2109 Lifting the newly inserted BG 60 Kg. / 52 Kg. turnouts/trap switches to required level to provide a ballast cushion upto 150mm Railway's stone ballast of 50mm size in convenient stages including three rounds of through packings after completion of final stage of lift, levelling, aligning, gauging and boxing etc., with contractor's labour, tools with all lead and lifts etc., complete as directed by the Engineer. a) BG 60 Kg/52 Kg. 1 in 12 PSC RH/LH Turnouts 10 Each set 1947.00 19470.00 b) BG 60 Kg/52 Kg. 1 in 8½ PSC RH/LH/SS Turnouts 5 Each set 1650.00 8250.00 c) BG 60 Kg/52 Kg. 1 in 8½ Trap switches 4 Each set 633.00 2532.00 28 2110 Through packing of already linked and initially packed BG track with Contractor's labour, tools, all leads, lifts etc., as per specifications laid down in IRPW Manual and as directed by the Engineer. a) First through packing 3000 1 TRM 22.00 66000.00 b) Second through packing 3000 1 TRM 11.00 33000.00 c) Third through packing 3000 1 TRM 9.00 27000.00 Note: Item (c) above may be operated fully or partially depending on the availability of Railway's Tie tamping machines. Item No ( c ) above shall be operated only after approval of Dy.CE / XEN whether to operate this item or not and is final and binding on the Contractor.

29 2111 Removing the caked muck in between the sleepers of 2000 1 TRM 42.00 84000.00 existing BG track by excavating the muck upto the required level to the entire width of sleepers without causing any damage to the track including leading and dumping the excavated muck at specified locations along the alignment within station yard limits with contractor's labour, tools, all lead and lifts etc., complete as directed by the Engineer.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 96

30 2112 Dismantling the existing BG track with 90'R'/52 kg./60 Kg. 900 1 TRM 25.00 22500.00 Free rails/ welded panels laid on PSC/Wooden/Steel sleepers laid in any sleeper density duly releasing the rail/sleeper fittings such as elastic rail clips, rubber pads, rail screws, liners, bearing plates, keys,cotters, fish plates, fish bolts and nuts without causing any damage to the P.way materials, leading and stacking the materials at nominated places along the alignment within station yard limits without causing any infringement to the proposed alignment with all contractor's labour, tools, all lead and lifts involved and crossing of tracks if required complete as directed by the Engineer.

Note: Before dismantling, the inventory of the P.Way materials should be taken jointly by the contractor and SSE/P.Way. The contractor should sign on the inventory as a token of his acceptance. The contractor is responsible for safe custody of the released materials until they are handed over to the Railway as per the inventory. 31 2113 Dismantling the existing BG Buffer-stop laid with rails & 2 Each 1100.00 2200.00 wooden sleepers including leading the dismantled Bufferstop materials to nominated places within station yard limits and stacking as material wise and classification wise duly releasing all fittings carefully with out causing any damage to Railway materials with all contractor's labour, tools, with all lead and lifts, crossing of tracks if any, etc., complete as directed by the Engineer.

32 2114 Removing the existing rails by removing the sleeper 300 1 M 31.00 9300.00 connection by declipping the sleeper fastenings and laying the new cut rails of varying lengths under caution order duly leading the cut rails available at near by locations for maintaining the minimum clearance from weld to weld by the side of glued joints / USFD defective welds to square including leading the released cut rails to the specified places with Contractor's labour, tools and plant, all lead and lifts etc., complete as directed by the Engineer. 33 2115 Fabricating and erecting in position BG bufferstop using 1 Each 12430.0 12430.00 Railway's released rails, wooden sleepers including leading 0 the rails and wooden sleepers from Existing stacks within station yard limits, cutting the rails to the required length, bending by heating, drilling holes, cutting wooden sleepers as required, erecting and fixing the buffer stops in position with Contractor's MS bolts, labour, specifications and as directed by the Engineer. 34 2117 Painting the 1 in 12 / 1 in 8 1/2 turnout/trap switch 19 Each 245.00 4655.00 particulars on rail web with two coats of yellow paint Turnout (enamel) to required length by cleaning the surface free from dust and other organic matter and writing the letters to required height with black paint on yellow painted surface as station number, laid on and type particulars for each turnout with all contractor's labour, paint, brushes, tools with all lead and lifts etc., complete as per specifications and as directed by Engineer. Note: Unit each turnout consists of painting and writing the letters to required number of stations as directed for each turnout.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 97

35 2118 Painting of rails on cess by brush after surface preparation 2700 Sqm 46.51 125577.00 with contractor's paint red lead formed by mixing (3.3 Kg) dry pigment red lead powder to IS type 'C' 57 - 1989 with one litre of linseed oil (boiled) as per IS 77 - 1966 of thickness 80 microns and application of two finishing coats using ready mixed red oxide conforming to IS 123 - 1962 to a thickness of 45 microns for each coat on both sides of rails including painting of bottom of the rail but excluding gauge face and rail top with all contractor's labour, brushes, tools, paint, transportation with all lead and lift including surface preparation and painting of rails as per the procedure given in procedural order for painting of rails circulated vide HQ Lr.No.W.501/17/Vol.VII Dt.08-04-2004 and as specified including crossing of tracks, handling of rails as per special conditions and specifications of contract and as directed by the Engineer. 36 2120 Casting and keeping in position 'Fouling Marks' of over all 20 Each 253.00 5060.00 size 1500mm x 250mm x 225mm using cement concrete M.15 grade including cutting the Railways rail to required size, leading from existing stacks within station yard limits to place of work, placing the rail piece while casting and painting all the exposed surface with white enamel paint in two coats and writing letters with black paint indicating the No.of vehicles with all contractor's materials, OP cement, labour, tools, plant, paints, shuttering with all lead and lifts etc., complete as per specifications and as directed by the Engineer. (Cement 0.50 bags/each fouling mark). 37 2121 Levelling the existing site for providing Gumpty including 15 Each 266.00 3990.00 excavation where ever required and levelling the ground with Gumty excavated earth and dressing of surfaces with all contractor's labour, tools, plant, machinery, consumables with all lead and lifts, including rehandlings and crossing of tracks if any etc., complete as directed by the Engineer.

38 2122 Erection of gumpty and arranging one table and chair during 75 Per 344.00 25800.00 non-interlocking period duly hiring gumpties, tables and Gumty chairs including arranging staff one at each gumpty to assist the ASM on duty in operation of points by means of crow bar Per day as required at site in connection with non-interlocking work as directed by the ASM on round the clock.

39 2123 Laying of switch expansion joints at the end of LWR with 8 Each SEJ 2070.00 16560.00 special size SEJ sleepers including transporting the SEJ's available in the station yard limits to place of work including packing, levelling, lifting the track with all contractor's labour, tools, plant and equipment all lead and lift etc., complete as per specifications and as directed by the Engineer.

40 2124 Removing of broken/seized elastic rail clips from existing 2000 Each 15.00 30000.00 Class-II PSC Sleepers without causing any damage to the sleepers including pre-heating of elastic rail clip with Contractor's gas, labour, tools, consumables, transport, all lead and lift etc., complete as per specifications and as directed by the Engineer

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 98

41 2125 Bending two Nos. of 52 kg./90 R rails to "V" shape of the 4 Each end 2376.00 9504.00 guard rail including gas cutting of rails and bending to required shape as per standard drawing with all contractor's labour, tools, plant and machinery, consumbles, with all lead and lifts complete as directed by the Engineer. Note: The unit caters for bending of two rails on one end. 42 2126 Fixing 52 Kg./90 R guard rails on bridges by pulling the 50 1 TRM 119.00 5950.00 guard rails available along the alignment within a maximum distance of 500 M onto the track over bridge and fixing the same on existing PSC sleepers with protecting plates, rubber pads, rail screws and fixing the rails with fish plates, fish bolts and nuts etc., including transportation of P.way fittings like protecting plates, rubber pads, MS liners, rail screws, fish plates, bolts and nuts etc., from DSK/C depot to site of work with all contractor's labour, tools, consumables, with all lead and lifts etc., complete as per specifications and as directed by the Engineer.

Note: The unit caters for two guard rails per track running meter. 43 2127 Erecting Railway's rail posts for curved TB and TE posts and 30 Each Post 211.00 6330.00 SEJ Reference pillars including cutting the rail posts to required length, leading the rail pieces from existing stacks in and erecting the rail posts by excavating the pit to required depth and painting the rail posts as required with white paint two coats and writing TB and TE on rail posts with red paint and painting with yellow and reference mark with red paint for SEJ reference pillarswith all Contractor's materials, labour, paint with all lead and lifts etc., complete as per specifications and as directed by the Engineer. 44 2128 Painting the curve particulars on rail web by painting with 40 Each 24.00 960.00 two coats of yellow paint enamel to required length by Station cleaning the surface free from dirt and dust and writing letters to required height with black paint enamel on yellow painted surface which include station number, super elevation and versine at each station with all contractor's labour, tools, paint, brushes with all lead and lifts etc., complete as per specifications and as directed by the Engineer.

45 2129 Regrading the existing BG track upto 300 mm with Railways 1500 1 TRM 96.00 144000.00 50 mm stone ballast in convenient stages under traffic conditions on straight / curved alignment on PSC sleepers with any sleeper density to facilitate joining the proposed alignment and through packing the track two rounds after slewing including squaring of sleepers, levelling, gauging, aligning and boxing with all contractor's labour, tools, with all lead and lifts etc., complete as directed by the Engineer.

46 2131 Removing the existing 90 R / 52 Kg. / 60 Kg. rails in main 100 1 TRM 17.00 1700.00 line including removing the fish plates, fish bolts and nuts and fastenings from the track including stacking the released materials with all contractor's labour, tools, plant, all lead and lifts etc., complete and as directed by the Engineer.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 99

47 2132 Removing the existing PSC/Wooden/ST/CST-9 sleepers in 170 Each 29.00 4930.00 main line with fastenings from the track including excavation, leading the released sleepers upto a max. lead of 100m and stacking with all contractor's tools, plant, all lead and lifts etc., complete and as directed by the Engineer. Note: Before dismantling, the inventory of the P.Way materials should be taken jointly by the contractor and SSE/P.Way. The contractor should sign on the inventory as a token of his acceptance. The contractor is responsible for safe custody of the released materials until they are handed over to the Railway as per the inventory.

48 2133 Labour assistance for SE/JE in day to day works ie.,checking the curves/straight alignment of formation, levels etc. Marking for bridges, buildings, platforms, drians etc., carrying the tools & equipment etc., during the course of execution of work as per the instructions of concerned SE/JE.

a) Un-skilled 360 Per day 236.00 84960.00 b) Semi-skilled/Un-skilled supervisory 180 Per day 276.00 49680.00 49 2134 Providing and arranging protection at work spot of yards as 30 Per spot 393.00 11790.00 per provision of IRPWM and G&SR with banner flags/hand per day signals and whistles to caution for safety of train movement for a minimum period of 12 hours with flexible timings with all contractor's, labour, tools etc., complete as per specifications and as directed by the Engineer.

50 2135 Carrying out pre and post tamping works on track to facilitate 4000 TRM 12.54 50160.00 machine tamping of track within the nominated traffic block as and when allotted with all contractor's labour, tools, lead and lift etc., complete including crossing of track whenever necessary and as directed by the Engineer in charge at site. i) Contractor to ensure safety of his staff while working. ii) Contractor to assist to machine staff for fueling oil etc., iii) No payment will be made if no tamping is done due to any reason. iv) Contractor to provide men during tamping. v) Tamping block are not identical and it may be given at any time either during day or night. vi) The work is required to be carried out in the following sequence. I. PRE TAMPING OPERATIONS i) First stage of pre tamping During this stage the contractor is expected to mobalise / deploy a minimum of 30 work men per day, one month in advance during which period the men are required to attened the following pre identified activities as given under.

a) Filling up ballast in the tamping zone. b) Recooping dropped fittings as identified. c) Removal of rail head ballast. d) Removal of ballast over sleepers to make them visible while tamping. e) Squaring / spacing of sleepers. f) Rectification of tilted sleepers.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 100

ii) Second stage of pre tamping operatios. It has to be carried out just a head of tamping machine which includes the following. a) Opening of LC gates and removal of check rails. b) Removal of guard rails which requires 4 men including the item (a) above. c) Removal of OHE / S&T bonds for which one man required. d) Tightening / Re-fixing of loose fittings two men required. e) Removal / Re-fixing of joggled fish plates 8 men required. f) Four men to be deputed for machine maintenance / for picking up dropped tools and machine parts during block.

g) Two men for imedieatly re-fixing of OHE/S&T bonds after tamping. II. POST TAMPING OPERATIONS a) Filling of voids with ballast in the tamping zone which requires 20 men per KM. b) All the tools and plant required to carryout the work are to be arranged by the contractor at his own cost.

51 2139 Cutting of 52 kg / 60 kg rails to plumb using contractor's 1000 Each 54.00 54000.00 hack saw blades and machines to correct square with contractor's labour tools and equipment, consumables all leads and lifts etc. complete as per specifications and as directed by the Engineer in-charge.

NOTE: Penality of Rs.100/- will be levies on Contractor for each wrong cut and the same will be recovered from the bills.

52 2140 Drilling of 32 mm dia holes in the web of 52 Kg / 60 kg/90R 4000 Each 36.00 144000.00 rails at correct location using contractor's drilling machine, drill bit sets, tools, and equipment, labour, consumables, all leads adnd lifts complete etc., as per specifications and as directed by the Engineer -in-charge. NOTE : 1) Penality of Rs.50/- will be leview on Contractor for each wrong hole drilled and the same will be recovered from the bills.

2) Gap less joint should be provided for CMS X-ing joints at heeel and toe.duly drilling 26.5 mm hole.

3) Champhering of holes should be done in accordance with IRPWM new para number 251 (5) (C.S.No.51)

53 2142 Lifting of the newly linked BG Skeleton track to the required level and surface to a maximum extent of 100mm with Railways' stone ballast 50mm gauge and doing initial kutcha packing, including squaring of sleepers, spacing of sleepers, gauging, aligning, levelling, etc., with all contractor's labour, tools, all leads, lifts, etc., complete as per specifications and as directed by the Engineer-in-charge. a) For track with M+7 and above sleeper density. 2500 TRM 27.00 67500.00 b) For track with M+4 sleeper density 1000 TRM 24.00 24000.00

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 101

54 2145 Maintenance of newly opened BG main line track laid with 19200 TRM 15.50 297600.00 52/60 Kg rails on PSC sleepers with 1540 PSC sleepers per Per KM or above density for main line, M+4 density for loop line and points and crossings on PSC/Wooden sleepers month including picking up slacks, through packing, maintaining the track on straight and curved alignment, level crossing gates, guard rails in bridges with all operations such as examination of rails, sleepers and fastenings, squaring of sleepers, respacing of sleepers, lifting of sags, slewing of track to correct level, gauge and alignment, greasing of gauge face of curves and points and crossings, lubrication of SEJs, packing, boxing of ballast, recouping of P.Way fittings, cesss repairs,pre-tamping and post-tamping operations,lifting and loewring of track etc., as per para 224, 226, 229, 233 and 234 of IRPW manual and LWR manual with all contractor's labour, tools, including jacks, rail dollies, supervisors, all lead and lifts incolved etc., complete as per the relavant paras of IRPW manual as per specifications and as directed by the Engineer-in-charge. Note: The rate provided caters for maintaining one running metre of track for a period of one month. If the same stretch is to be attended again for any number of times within a period of one month, no extra payment will be made. The maintenance of BG track & Turnouts will commence from the date of section opened for rail traffic. 55 2146 Dismantling the existing BG Scissors crossover/Diamond X ing/ turn outs / trapswitches from the existing track laid on PSC/steel/wooden layout including leading the dismantled turnout materials to nominated places within yard limits and stacking as materialwise and classification wise duly releasing all P.Way fittings carefully without causing any damage to turnout materials with all contractor's labour, tools, with all lead and lifts, crossing of tracks if any, etc., complete as directed by the Engineer.

a c) 1 in 12 BG Turnouts 5 Each 6292.00 31460.00 set b d) 1 in 8½ BG Turnouts 3 Each 3190.00 9570.00 set c e) 1 in 8½ BG Trap switches 2 Each 550.00 1100.00 set

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 102

56 2147 Cut and connecting both ends of the existing / new double 4 Each 13200.00 52800.00 line of straight / curved alignment on PSC sleeper track to the existing / proposed main line during line block period to the required length including cutting the existing track and slewing the existing track to facilitate joining the new alignment, slewing the prelaid diversion track in position, connecting the newly laid track to the existing / proposed main line by laying & linking BG track as required with PSC sleepers and rails and slewing the the existing main line so as to have required minimum transition along the alignment, sqauring of sleepers, levelling, aligning, gauging to correct gauge of 1.676 M, duly taking longitudinal and cross levels including lifting the track in convenient stages to the required level to provide standard ballast cushion below the bottom of sleepers and giving three rounds of through packings and bringing the track fit for allowing the traffic at 20 KMPH speed complete with all Contractor's labour, tools, plant & machinery, consumables, all lead and lifts etc., complete as per specifications and as directed by the Engineer. Note: i) The work is to be carried out under line block period and the Contractor has to arrange suffficient labour for completing the entire work of cut and connection without any difficulty within the time allowed.

ii) Dumping of stone ballast, cutting of rails and drilling of holes will be paid under relevant items of schedule. iii) The quantity of steel will be arrived duly deducting 10% for Cl.III and 5% for Cl.II materials on theoritical weight. No extra for welding/bolts will be added.

57 2157 Scooping and heaping up of ballast near rail seat to facilitate 4000 1 TRM 9.30 37200.00 machine packing of ordinary BG track or P&C and carrying out all pre and post tamping operations including putting back the Railway's 50mm gauge stone ballast from the cess beyond the ballast profile onto the track including boxing, redressing and reprofiling etc., with all contractor's labour, tools, plant and equipment with all lead and lifts etc., complete as per specifications and as directed by the Engineer. Note: i) Item will be operated fully or partially only depending on the availability of Railway's tie-tamping machines. ii) For scooping and heaping in turnout portion 100 M and in trap portion 20 M length will be considered for payment purpose.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 103

58 2158 Levelling the stone ballast dumped in advance by head-loads 2000 1 TRM 12.00 24000.00 to the level specified for laying new BG track and consolidating the levelled ballast layer with contractor's 8/10 tonne rollers by rolling with sufficient No.of passes with all contractor's labour, tools, rollers, consumables, crew with all lead and lifts etc., complete as directed by the Engineer.Note: i) The rate provided is inclusive of providing ramp as required for taking the power roller onto the formation and removing the same duly making good of the formation after completion of the work.ii) For rolling in turnout portion, 1.5 times the length of turnout will be considered for payment purpose. 59 2159 Dismantling the existing switch expansion joints at the end of 6 Each 2680.00 16080.00 LWR for suitable length including replacing the existing sleepers with PSC sleepers including leading the Rails and sleepers available in yard to place of work, linking of BG track in released portion and transporting the released SEJ rails and special size sleepers to the yard including packing, levelling, lifting the track with all contractor's labour, tools, plant and equipment all lead and lift etc., complete as per specifications and as directed by the Engineer.

60 2163 Slewing the existing BG track on straight / curved alignment 500 1 TRM 187.00 93500.00 on PSC sleepers with M+4 / M+7 sleeper density under line block upto a maximum transverse lead of 3.00M in convenient stages by removing the existing stone ballast, slewing the existing track to facilitate joining the proposed alignment, putting back the removed stone ballast to new alignment and lifting the track to provide minimum cushion and through packing the track two rounds after slewing including squaring of sleepers, levelling, gauging , aligning and boxing with all contractor's labou, tools, with all lead and lifts etc., complete as directed by the Engineer - in - Charge.

61 2201 Removing check rails and fastenings including removal of 30 1 TRM 23.00 690.00 fish plates with bolts and nuts, check blocks with bolts and nuts and stacking material wise etc., with all contractor's labour, tools, plant, all lead and lifts, crossing of tracks, etc., complete and as directed by the Engineer

62 2206 Manufacturing, supplying and stacking MS check rail brackets, bolts & nuts, MS packing plates as per Railway drawings with all contractor's labour, material, tools, plants, equipments, consumables, lead, lift, etc., complete as per the specifications and as directed by the Engineer-in-charge a) MS brackets to RDSO drawing no: T - 4151 90 Each 352.00 31680.00 b) MS bolts & nuts to RDSO drawing no: T - 4320 90 Each 50.00 4500.00 c) MS packing plates to RDSO drawing no: T -4150 ( appr. 90 Each 36.00 3240.00 size 100x75x 20 mm )

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 104

63 2207 Cutting bottom flange of 52 kg/90R check rails on one side 50 1 RM 29.00 1450.00 to required shape and cutting of flange and web at rail seats to suit the PSC sleepers with gas cutting including leading of rails from existing stacks in the yard to site of work including loading and unloading with all contractor's gas cutter, labour, vehicles, crew, tools, plant, machinery, consumables with all lead and lifts, crossing of tracks if any, etc., complete as per specifications and as directed by the Engineer. Note: The adopted rate is inclusive of cutting the bottom flange and web at rail seat to suit PSC sleeper.

64 2209 Fabricating and cutting at ends to required shape as required 12 Each 89.00 1068.00 for maintaining gap and bending / flaring the 52 Kg/ 90R check rail ends to required shape with contractor's labour, tools, plant and consumables with all lead and lifts and handling etc., complete as per specifications and as directed by the Engineer.

65 2214 Providing glued joints in the exg. track with or without block 120 Each 330.00 39600.00 with all Rly materials including leading the glued joints with in yard limits to the site and also leading the released cut rails to the places mentioned by the Engineer-in-charge and stacking both upto a maximum lead of 500M by cutting the existing rails on both sides and inserting the glued joint and fish plates with clamps with contractors labour, tools with all lead and lifts etc., complete as per specifications and as directed by the Engineer-in-charge.

Note: (a) This work may have to be done under traffic. (b) Glued joints will be supplied within yard limits (within top points) c) All other materials like bolts, fish plates, insulations etc required for glude/block joints shall be supplied by Railway at stores depot at any station between Vijayawada - Visakhapatnam. (d) Any left over materials (other than glued joints) shall be handed over back at the stores depot situated between Vijayawada - Visakhapatnam stations at contractor cost.

66 2215 Providing block joints with Railway's insulation duly cutting 10 Each 300.00 3000.00 the existing rails and removing the rail pieces to insulation, drilling holes in the web of existing rails for providing Rly's milled fish plates and bolts etc and cutting of insulation material if required with contractor's labour, other materials, tools and plant all lead and lift ascends, descends etc., complete as per specifications and as directed by the Engineer - in - charge. Note :(a) This work may have to be done under traffic. (b) Glued joints will be supplied within yard limits (within top points) c) All other materials like bolts, fish plates, insulations etc required for glude/block joints shall be supplied by Railway at stores depot at any station between Vijayawada - Visakhapatnam (d) Any left over materials (other than glued joints) shall be handed over back at the stores depot situated between Vijayawada - Visakhapatnam stations at contractor cost.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 105

67 2314 Fabricating, supplying and fixing curve / LWR boards for 30 Each 363.00 10890.00 curves / SEJs with Contractor's MS sheet 14 Gauge (2mm thick) of size 600x450mm, including cutting the plate and fixing to Railway's Tie bar / Angle sections by welding the board to tie bar/angle including painting the board with two coats of yellow paint enamel over priming coat including writing curve details like Curve No., Degree, Radius and SE etc., with black enamel paint as per railways drawings/IRPWM and fixing in CC 1:3:6 of size 300x300x450mm including excavation of pits with all contractor's materials except tie bar /angles, labour, tools, plant, paint with all lead and lifts etc., complete as per specifications and as directed by the Engineer.

( Items Sixty Seven (67) only ) Total : 9059523.00 Contractor's Percentage Below /At par / Above : Total of Schedule -"B": NOTE:The tenderer is required to quote uniform percentage rate At par/Above/Below over the total value of Schedule- "B" both in figures and words. In case of discrepancy in quoted percentage, the percentage rate quoted in words will be taken as final.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 106

South Central Railway Name of work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard.

Schedule - 'C' (Items that are not covered by Indian Railways unified standard schedule of rates 2010 ) S NS l Rate in Amount Item Description of item N Qty. Unit No. Rs - Ps. Rs - Ps. o

Supply of ballast 1 1901 Supplying and stacking on Railway ground alongside the alignment at 7000 1 851.00 5957000.00 specified locations/at depot machine crushed, clean, hard, angular and Cum durable stone ballast for Railway track not inferior in quality to the approved samples including collection from out side Railway limits and leading by the contractor's vehicles including loading, unloading and stacking in specified quantities with all contractor's labour, tools, vehicles, crew, consumables with all lead and lifts, rehandlings, crossing of alignment, if required etc., complete as per specifications and special conditions of contract and as directed by Engineer.

NOTE : i) Payment will be made on actual stack measurements. No deductions will be made towards voids.

ii) The contractor has to make his own service roads wherever required if not available or if the existing service roads are not sufficient for leading the ballast.

iii) At some locations it may be necessary to rehandle the ballast by crossing of embankment if required as there is no direct access to the place of stacking. The rate quoted is inclusive of these charges.

iv) The contractor should supply measuring boxes, wire claws, sieves of required gauges and labour for the purpose of sieve analysis as directed by the Engineer. No extra rate will be paid and the rate quoted is inclusive of the same.

v) The ballast has to be supplied and stacked at locations as directed by the Engineer without causing infringement to the proposed formation.

vi) The rate provided includes clearing the bushes and shrubs, cutting the ground and making the approaches for stacking the ballast.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 107

vii) The contractor's attention is drawn to para 2.3 in specifications of track ballast for size specified in Annexure ie., Retained on 65mm sq. mesh sieve - 5% max.Retained on 40mm sq. mesh sieve - 40% to 60% max.Retained on 20mm sq. mesh sieve not less than 98% for Machine crushed Ballast.payment for over sized ballast will be made as per para 2.3.2 of "Specifications of track ballast, IRS-GE-1, June, 2004

viii) The Tenderer(s) are required to submit Ballast test report/certificate from any testing laboratory as mentioned at Annexure - A for abrasion, impact and water absorption value as per provisions of "Specification of track ballast, IRS-GE-I, June, 2004" along with tender, failing which their tender will be summarily rejected. Such test report should not be older than 03 (Three) months before the date of opening of tender. Name of the quarry, location and distance by road from quarry to ballast depot are to be indicated. Ballast test certificate submitted from other than the testing labs at Annexure - A will be summarily rejected

( Item ONE (1) only )

Total 5957000.00

Contractor's Percentage Below /At par / Above Total of Schedule -"C" NOTE:The tenderer is required to quote uniform percentage rate At par/Above/Below over the total value of Schedule-"C" both in figures and words. In case of discrepancy in quoted percentage, the percentage rate quoted in words will be taken as final.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:05) Page 108

SOUTH CENTRAL RAILWAY Name of work: Vijayawada Division - Vijayawada - Visakhapatnam Section - Proposed Construction of 3rd line between Duvvada - Vijayawada Stations - Dismantling of Existing tracks, Transportation of P-Way materials, Supply of stone ballast, laying and linking of BG track, Assembling and insertion of Points & Crossings and other connected miscellaneous works in NARASINGAPALLI yard.

SCHEDULE - 'D'

(Items that are covered by Indian Railways unified standard schedule of rates 2010 ) Sl.No. USSR Description of Item Qty Unit Rate Amount Item No

1 Any other unforeseen IRU SSR-2010. LS 300000.00

Items ONE (01) Only.

TOTAL 300000.00

Contractor's Percentage Below /At par / Above

Total of Schedule - 'D'

NOTE:The tenderer is required to quote uniform percentage rate At par/Above/Below over the total value of Schedule-"D" both in figures and words. In case of discrepancy in quoted percentage, the percentage rate quoted in words will be taken as final.

Signature of the Tenderer / Contractor