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

1. NAME OF WORK: VIJAYAWADA Division - Vijayawada - Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard.

2. Approximate Value of work : Rs. 3,65,29,006.48

3. Earnest Money Deposit : Rs. 3,32,650 /- ( in Cash or Banker’s cheques / Demand Drafts) 4. Cost of Tender document a) in person / Down loaded : Rs. 10,000.00 b) By post : Rs. 10,500.00

5. Completion period : 9 (Nine) 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:03) Page 2

NAME OF WORK: NAME OF WORK: VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard.

CHECK LIST

(FOR THE GUIDANCE OF TENDERER WHILE SUBMISSION OF TENDER)

Sl. Confirmed Action required No. ( 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:03) Page 3

Sl. Confirmed Action required No. ( 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:03) 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 --

5. Regulations for Tenders and Contracts for Guidance of contractors 6 8 Instructions to Tenderers and Conditions of Tender & Eligibility 6. 9 18 criteria 7. Programme of Mile stones - Annexure–I 19 -- 8. Details of Personnel to be deployed on work - Annexure-II 20 -- Details of Plant & Machinery to be deployed on work - Annexure- 9 20 -- III Statement showing the particulars of works on hand & works 10. 20 -- executed - Annexure–IV Form for Reporting of Employment of Railway Officers - 11. 21 -- Annexure-V 12. NEFT FORM - Annexure-VI 22 -- 13. Form of Bank Guarantee - Annexure-VII 23 24 14. Awareness of provisions of GCC 25 -- 15. Certificate of Familiarization – Annexure-VIII 26 27 16. Special Conditions & Specifications of Contract Variation in quantities 29 30 Seigniorage clause 37 39 VAT, Building & Construction Workers Welfare Cess 39 40 Price Variation Clause 44 47 17. Particulars of work 53 55 18. Special Conditions of contract (Technical) 56 73 19. Special Conditions in Annexure 74 88 20. Schedule of Rates & Quantities 89 111

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:03) 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. 3,32,650/- (Rupees Three Lakhs Thirty Two Thousands Six Hundred and Fifty only).

I/We offer to do the work VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard at the percentage rates quoted by me/us in the attached schedule and bind myself/ourselves to complete the work in 9 (NINE) 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 3,32,650/- 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:03) 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.

(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.

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

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.

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.

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

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.

(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:03) Page 9

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 “Any one work of earthwork with bridges or any one work of rock cutting with bridges. A contractor who has done minimum 35% of advertised tender value of earth work / rock cutting alone, as well as 35% of advertised tender value for bridge works alone in some other one work, shall also be considered eligible for this purpose.”

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.

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.

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

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.

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.

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

DETAILS OF PERSONNELTO BE DEPLOYED ON WORK Annexure -II S.No. Name Position/Designation Already on roll/proposed 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 & Machinery OWNED/TO BE HIRED

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).

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

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

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 Employment/Partnership, etc., of Retired Railway Employees: a) Should a tenderer be a retired Engineer of the Gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable 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 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. Tenders without the information above referred to or a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected.

b) Should a tenderer or contractor being an individual on the list of approved contractors, have a relative(s) employed in the gazetted capacity in the Engineering department of the South Central Railway or in the case of Partnership Firm or Company incorporated under the Indian Company Law should a partner or a relative of the partner or a share holder or a relative of shareholder be employed in gazetted capacity in the Engineering or any other 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.

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

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.

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, E, F & G 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.

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

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.

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 3,32,650/- 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.

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

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/ 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 10-05-2016 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 or office of 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.

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

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.

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.

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

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 Notice No. 13/CAO/C/SC/2016, Dt. 29/03/2016 (Item No. 03) opened on 10-05-2016 my original tender shall remain open for acceptance on its original terms and condition.

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.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:03) Page 18

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:03) Page 19

Name of Work : NAME OF WORK: VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard. Annexure-I PROGRAMME OF MILESTONES

Mile S. Schedule stone Name of event (mile stone) No. (in days) No. 1 I Preliminary works such as mobilization of men and machinery D1+15 etc.,

2 II Earth work in embankment and Blanketing D1+90

3 III Construction/Extension of minor Bridges D1+150

4 IV Construction of Relay, Battery and Equipment room. D1+180

5 V Construction of compound wall and misc. finishing works D1+210

6 VI Laying of Approach Road D1 + 240

7 VII Other Miscellaneous works D1 + 270

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:03) Page 20

NAME OF WORK: VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard.

Annexure–II

DETAILS OF PERSONNELTO BE DEPLOYED ON WORK

Sl.No. Name Position/Designation Already on roll/proposed for engagement

Annexure–III

DETAILS OF PLANT AND MACHINERY TO BE DEPLOYED ON WORK

Sl. No. Name of the Plant & Machinery Owned / To be Hired.

Annexure –IV

STATEMENT SHOWING THE PARTICULARS OF WORKS ON HAND & WORKS EXECUTED

For whom Value of Present Sl.No. Name of work Remarks executed work position A. Completed works

B. Works in progress

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

Annexure – V

NAME OF WORK: VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at 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 ……………………………………….

Name and Signature:

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

Annexure–VI

NAME OF WORK: VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard.

NEFT FORM

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 our payments being made through the above scheme to our under noted Bank Account. Sl No. Details to provided by tenderer Details to be filled up by the tenderer 1. Name of the tenderer 2. Full postal address with PIN code 3. E-mail address of tenderer 4. PAN number of tenderer 5. Bank’s name and branch 6. Full address of bank 7. Name of city 8. Bank code no 9. Bank Telephone/Fax No. & E.mail 10 Bank’s IFSC code for NEFT 11 Bank’s IFSC code for RTGS 12 Banks' MICR code 13 Tenderer Bank Account number 14 Type of bank account 15 Tenderer name as per Bank account Telephone Nos. of tenderer

16 a. BSNL/Landline b. Mobile/Cell phone c. Fax number

(Tenderer should note that the above particulars are necessarily to be provided for return of EMD, SD and 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:03) Page 23

ANNEXURE - VII

FORM OF BANK GUARANTEE BOND To FA&CAO/Con/SC Railway Secunderabad

1. In consideration of the President of India acting through the Chief Engineer/Construction/ SC Railway, Secunderabad. (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.

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 the Chief Admn. Officer/Construction’s office/ Engg department/Ministry of Railway 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.

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

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:03) Page 25

IRS GENERAL CONDITIONS OF CONTRACT

The General Conditions of Contract governing the performance of the works covered by this tender are the “Indian Railway Standard General Conditions of Contract” as amended from time to time up to date. A copy of the book-let incorporating the above “Indian Railway Standard 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:03) Page 26

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.

viii) 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:03) Page 27

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:03) Page 28

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:03) Page 29

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 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.

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

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.

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.

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

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, 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.

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

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 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

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

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 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.

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

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.

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.

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

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.

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.

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

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 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 &

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

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 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:

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

‘’Transit passes / Redestinated Mineral Despatch Permits / Royalty Clearance Certificates’’ issued by State Govt. officials in token of having paid seigniorage fee. Such passes/permits/certificates should also indicate the relevant name of work / Contract Agreement Number. In such cases, the genuineness of such documentary evidence produced along with proof of payment of seigniorage charges shall be got verified by the Railway from concerned Mining and Geology department and excess amount recovered, if any, refunded to the contractor.

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

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 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

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

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.

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

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

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/- (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.

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

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.

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.

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

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 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

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

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 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:03) Page 44

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. 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:

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

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

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

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. 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.

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.

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.

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

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.

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.

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

Average No. of Proposed Conservancy Cess Railway Labourers or Workmen charges to be recovered – Contractors employed per day PER MONTH. 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

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.

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

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.

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.

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

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.

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.

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

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 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.

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

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:03) Page 53

SOUTH CENTRAL RAILWAY

NAME OF WORK: VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard.

PARTICULARS OF WORK: 1.0 SITE: The works included in this tender are to be carried out in connection with proposed tripling of track between Duvvada and Vijayawada stations of Vijayawada – Visakhapatnam Section. The work area is in Visakhapatnam District of State. 2.0 GENERAL FEATURES: The following works have to be executed under this tender. a) Earthwork for new embankment adjacent to the existing BG track to BG standards with contractors own earth of non expansive soils other than organic clays, silt, peat etc., obtained from outside the Railway limits duly compacted in layers at OMC as per RDSO Specifications. Top width of Bank/cutting is 7.85m as per Railway Board letter no. 98/W-I/Genl/0/30/Pt.I. dt. 13-01-2015 guidelines for formation. However, the top width of the bank/cutting will be decided based on the track centres proposed for doubling and the same is to be obtained in writing from the Engineer in charge before commencement of the work.

b) Minor Bridges: Foundation & Sub-structure - Mass Cement concrete M30/ RCC M35 Raft for Abutment / return/wing walls and RCC M35 grade for RCC Boxes and grade of Concrete will be as per approved Railway Design and drawings.

c) Construction of Relay, Battery and Equipment room, compound wall

d) Provision of WBM road

d) Execution of miscellaneous works like pitching, grouting and drop walls, etc.

2.1 LIST OF BRIDGES Bridge Location S.No. Span Type of Foundation No. in Km 1 674 728.92 1 x 2.00 mx2.00m RCC Box Open Foundation 2 675 729.22 1 x 4.50 mx2.50m RCC Box Open Foundation 3 676 729.83 1 x 2.00 mx2.00m RCC Box Open Foundation

NOTE: The list of bridges, Span, Chainages are tentative and may vary as per technical considerations or site conditions as per approved drawings.

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:03) Page 54

4.0 SPECIFICATIONS:

4.1 The execution of all works under this Tender/Contract shall conform to the specifications and codes of practice mentioned below and as mentioned in other part of this document as amended from time to time. i) Indian Railways Unified Standard Specifications for works and materials – 2010 Vol. I& II. ii) For Earth work in embankment: RDSO’s guide lines GE: 0014 read with RDSO’s guide lines GE-G1-July, 2003, for Earthwork in cutting, RDSO’s guide lines GE: G-2 and Manufactured Blanketing material as per RDSO guide lines - GE: 0014. iii) Indian Railways Standard Concrete Bridge Code (Revised) 1997 read in conjunction with Indian Standard Specifications mentioned therein. iv) Notes in South Central Railway Unified Standard Schedule of Rates, 2010 v) IS Code No. IS/2062 Code for supply of steel for fabrication purposes. vi) I.S.456/2000 Code of practice for plain and reinforced concrete. vii) Indian Railway Permanent-Way, Bridges and Works Manual. viii) Indian Railway Standard Schedule of dimensions. ix) The works shall be carried out to the relevant I.S. Codes of practice and other specifications mentioned in plans.

Note:- 1) Latest edition including correction slips up to date of submission of price bid /revised bids, shall govern.

2) The list given above is by no means exhaustive. All I.S. and I.R.S. codes pertaining to Work shall be applicable.

3) Copies of plans and additional information required may be had by tenderers from office of the Chief Administrative officer, construction, S.C.Railway, Secunderabad or office of Dy. Chief Engineer/Construction/Vijayawada on any working day during office hours. 4.2 The Railway reserves the right to reject or alter any part of the work executed by the contractor which in the judgment of Railway does not comply with the requirements of the above specifications. The decision of the Railway shall be final and conclusive for all purpose.

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 9 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 below. In case he/they fail in achieving the first 2 miles stones, the contract would be liable for termination under Clause-62 of IRSGCC.

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

6.0 Mile stone programme.

Mile S. Schedule stone Name of event (mile stone) No. (in days) No. 1 I Preliminary works such as mobilization of men and machinery D1+15 etc.,

2 II Earth work in embankment and Blanketing D1+90

3 III Construction/Extension of minor Bridges D1+150

4 IV Construction of Relay, Battery and Equipment room. D1+180

5 V Construction of compound wall and misc. finishing works D1+210

6 VI Laying of Approach Road D1 + 240

7 VII Other Miscellaneous works D1 + 270

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 Earth work in formation of embankment and cutting shall be maintained as per IRU SSR 2010 para no: 1.1.3.1 read with clause no: 48 of IRS GCC. 7.2 All works should be maintained by the contractor for a period of 6(Six) months from the certified date of completion of the whole work as covered by the contract. In the case of wood work, the maintenance period will be 12 Calendar months. If any warping, cracks or any other defects develop during this period, the timber will have to be replaced at the Contractor’s cost to the satisfaction of the Engineer. 10% of cost of the items of wood work involved will be retained as Security Deposit during maintenance period. 7.3 During the maintenance period, the Contractor shall bear the responsibility and be liable for maintenance as envisaged in the clause No.47 of IRS GCC.

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

TECHNICAL 8.0 EARTH WORK; a) EXECUTION OF EARTH WORK FOR FOUNDATIONS: shall be as per IRU standard specifications 2010 for USSR 2010. b) EXECUTION OF EARTH WORK in embankment shall be as per IRU standard specifications 2010 for USSR 2010. c) EXECUTION OF EARTH WORK in cutting shall be as per IRU standard specifications 2010 for USSR 2010.

8.1 Jungle Clearance: Before the work is started, the contractor shall clear the areas between the toes of the new bank/cutting, all the jungle, grass shrubs, trees including roots etc. In case the new bank is to be made in contact with the slope of the existing bank, slopes of the existing bank/cutting coming in contact with the new earthwork shall be cleared of all jungles, bushes, trees etc.. No extra payment will be made for clearance of the jungle, shrubs, bushes, trees, etc., The jungle and trees so cleared shall be given to the contractor free of cost except trees having girth of more than 30 cm which will be the property of Railways. The rates quoted for earth work are deemed to include the charges for clearance of jungle, shrubs trees etc. and for providing benching on the existing banks slopes as per specifications including all labour, T & P etc., 8.2 Earthwork in embankment: 8.2.1 The following paragraphs are intended only to give a general idea to the tenderer/ contractor about the specifications & procedure to be adopted in earth work. However the work of formation, prepared sub-grade and blanketing material is to be carried out as per RDSO guide lines issued vide GE: G-1 , GE: G-2 & GE: 0014 as amended from time to time. The contractors are required to go through this RDSO specification in detail and understand the implications of conducting quality assurance test with respect to availability of earth fill, prepared sub-grade and blanketing materials and accordingly the rates may be quoted.

8.2.2 Source of soils: Earth work in widening the new embankment for proposed doubling to BG standards is to be done with earth obtained from outside railway land by carting from contractor's own borrowed areas with contractor’s vehicles. No borrow pits should be made within (H+3)m from the toe of the proposed embankment either in Railway land or private land without specific approval of the Engineer-in-charge, where H = height the bank in metres.

8.2.3 The execution of the earth work in formation may involve re-handling, carting and dumping by head loads, as vehicles may not be able to come near the bank and directly unload at the locations required. The work may also involve crossing of nallahs, and crossing of the existing track. The rates adopted for earthwork are inclusive of cost for benching of the existing embankment, jungle clearance, re-handling and crossing of nallahs and the existing track wherever required.

8.2.4 The embankment fill shall be formed by means of (1) Contractor's own earth and (2) by leading cut spoils from the cuttings with leads as mentioned in the respective items. Embankment fill so made shall consist of soil other than Organic Clays, silts, peat, chalk, dispersive soils, poorly grade gravel and sand with uniformity coefficient <2, clays and silts of high plasticity (CH&MH). Soils with plasticity index >7 are not permitted.

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

8.3 Prepared sub-grade: The soil /earth proposed to be used for prepared sub grade (below blanket layer for a maximum thickness of 1m) should be as per RDSO guide line and specifications for design of formation for heavy axel load vide report No. RDSO/2007/GE: 0014. The frequency of quality assurance test shall be conducted by the contractor as specified in the GE: 0014 (para13.1 at his own cost, the specification and thickness of sub- grade layers for heavier axle loads (25T) shall be as per GE: 0014 (Table 6 (2)). The work of sub-grade will only be commenced after recording finished levels for earth fill.

8.4 Blanketing Blanket material proposed to be used for blanketing shall be as per “RDSO guidelines and Specifications for Design of Formation for Heavy Axle Loads, vide Report No. RDSO/2007/GE: 0014 specifications mentioned in Annexure- ... During the course of supply of the blanketing material samples shall be subjected to necessary physical, technical tests and only those samples which pass such tests will be accepted. Rates quoted are inclusive of all such tests.

8.4.1 Before blanketing is provided, the top surface of the embankment should be dressed giving a cross slope of 1 in 30 on both sides from the center and compacted with a suitable capacity vibratory roller which gives equivalent compaction. Any undulation or potholes should be filled with earth and rolled. 8.4.2 The blanketing material should be laid over the prepared sub-grade as per the specifications of GE: 0014 (Table 6 (2)) 8.5 Approval of soil sample: The earth work in both the cases for widening / new embankment has to be done with non expansive soils and use of expansive soil is prohibited. The successful contractor is required to submit samples of ordinary earth, prepared sub-grade soil(SQ2/SQ/3) and blanketing material within 25 days after issue of acceptance letter. Each sample shall be submitted in three wide mouthed sealed glass jars containing the representative sample approximately 0.0035cum (1/8 cft) in each bottle. Those soils which are approved shall only be used at site. No work should start until soil sample is approved. Any delay in submission /approval of soil sample will not be compensated. It is for the agency to study necessary specification for soil and to submit soil sample which will confirm to the specifications.

8.6 Compaction of Earthwork: Compaction of embankment as contemplated in the relevant items of the Schedule shall be carried out under the direction of the Engineer and as per the specifications given below : i) After site clearance, all pockets and depressions left in the soil, if any, shall be made good and compacted. ii) Thickness of layer: Suitable thickness of soil of each layer is necessary to achieve uniform compaction. Field tests to be conducted to arrive at optimum layer thickness for achieving homogeneous compaction and required MDD. Normally, 200-300mm layer thickness is optimum to obtain the density specified as per IS 10379-1982 read with table 6 (2) of GE: 0014. iii) The moisture content in the blanketing material/prepared sub-grade / embankment fill shall be predetermined before rolling. Deviation of moisture content from the optimum moisture content shall not exceed 2.0%. If water is to be added, it shall be done after spreading the COE/ prepared sub-grade/ blanketing materials, on the formation and the quantity of the water to be added shall be arrived at in litres for every strip of 5 meters of the formation. Strict control shall be exercised in adding the water. The water shall be sprinkled on the formation through a truck mounted water tank sprinkling system. Use of hose pipe

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

for water need to be avoided. If the COE/ prepared sub-grade/blanketing materials contains excessive moisture, the rolling shall be commenced only after the materials are allowed to dry and the moisture content is brought down to permissible limit.

iv) The number of passes of the roller 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. However, a good practice thickness of layer should be generally kept as 300mm for fill material and 250mm for prepared sub-grade and blanketing in loose state before compaction. The directions of the Engineer with regard to the degree of compaction to be achieved and/or process of compaction should be strictly followed. The quoted rate should be deemed to include all the charges for the field compaction trials. v) Cohesion less soil shall be compacted to get a minimum density index (relative density) of 70 percent as obtained in accordance with IS: 2720 (Pt. XIV)-1983. vi) 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. vii) While compacting, it shall be ensured that there is a minimum overlap of 150mm between each run of the roller. viii) Mechanical compaction of the embankments shall be done only with vibratory roller/equipment. The suitability of the equipment will have to be demonstrated by field trials before employing it on the work. ix) Care should be taken during the compaction operation, to slope the surface of the bank to facilitate draining of rain water and to minimize the absorption of rain water. x) The top of the formation shall be finished to a slope of 1 in 30 away from the centre. xi) The densities of the finished formation work shall be checked as per the frequency mentioned in RDSO’S- GE: 0014 at every layer level and records maintained. Wherever the density is falling short of the minimum specified density, the surface shall be re- compacted to attain the desired density. The contractor shall be allowed to lay a further layer of soil only after the compaction of a particular layer has been found satisfactory. During the progress of the work, the contractor shall afford all facilities to the Engineer or his authorised representative to carry out such field tests wherever necessary. xii) 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. xiii) Each layer shall be compacted to the specified density over its entire width commencing from the two sides, before another layer is started. xiv) The Railway shall ascertain the density of each layer of compacted soil by testing adequate number of soil samples. xv) 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. xvi) The Contractor shall be allowed to lay a further layer of soil only after the compaction of a particular layer has been found satisfactory.

8.6.1 Extra width of 50cm shall be rolled on either side, which after finishing the bank upto the final height, shall be dressed by removing the loose earth. This is done to account for the rollers not being able to compact the soil at the edge of the formation. The rate quoted is inclusive of the same. 8.6.2 Places inaccessible to rolling equipment shall be compacted by hand tampers.

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

8.7 RECORDS OF COMPACTION: The rate quoted shall include establishment of contractor’s own well equipped site laboratory with all contractor’s staff, equipment, consumables, etc., for the purpose of conducting all required tests in the presence of Railway’s representative as directed by the Engineer. All the test results obtained shall be maintained in a proforma approved by Railways and shall be produced at the time of inspection of Railway officials. The signature of the Railway’s representative who witnessed the testing shall be obtained in the register.

8.8 Soil test reports from reputed private/Govt. laboratories (or) Engineering colleges as per the directions of Engineer-in–charge will be considered. Charges for such tests shall be borne by the contractor.

8.9 Levels and Cross Sections: It shall be the responsibility of the contractor to ensure that no work on the embankment is commenced until the existing ground levels at different cross-sections have been taken and recorded and such records of levels have been jointly signed and dated by the contractor and the Engineer or their authorised representatives. Cross-sectional profiles plotted on the basis of the observed ground levels shall also be jointly signed by the Contractor and the Engineer. The points at which the cross section ground levels are to be recorded and the extent of leveling work to be done shall be decided by the Engineer. The contractor may bring to the notice of the engineer such additional cross-sections that in his opinion should be taken for proper assessment of quantities. Such representation however should be made well before the commencement of any earth work. The engineer's decision there on shall however be final and binding on the contractor. The contractor should inspect the site and make himself familiar with site conditions and the works to be done.

8.10 Payment for earthwork shall be as per IRU Standard specifications -2010 for USSR 2010.

9.0 DRILLING OF HOLES AND PROVIDING ANCHOR RODS: If the foundations are to be laid on the rock bed met in the river bed anchoring the rock surface by providing anchor rods of 25mm diameter MS/HYSD bars of suitable lengths at intervals as per the drawings. 40mm diameter of holes are required to be drilled for this purpose at the bottom of foundation level to suitable depths at required spacing as per drawing and the anchor rods of 25mm diameter should be fixed with contractor's cement capsules. The other end of the rod should be made bent suitably and buried in the foundation concrete for the bonding.

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

ANNEXURE- IX (EXTRACT OF RELEVANT / IMPORTANT PARAS OF RDSO/2007/GE: 0014) Soil Quality Class SQ1, SQ2 & SQ3 has been given in Table below. Table 3 - Description of Soil Quality Class Soil Description w.r.t. Fine- Soils as per IS Classification Quality Particles (size less than Conforming to Referred Soil 75 micron) Quality SQ1 Soils containing fines > 50 % CL, ML, CL-ML, CI, MI, CH, MH SQ2 Soils containing fines from GM, GC, SM, SC 12% to 50% SQ3 Soils containing fines < GW, GP, SW, SP, GW-GM, 12% GW-GC, SW-SM, GP-GM, GP- GC, SP-SM, SP-SC

1.0 RECOMMENDED SPECIFICATIONS OF BLANKET MATERIAL (Mandatory) 1.1 Specifications of the material for blanket layer over prepared sub-grade should be such that it is well-graded sandy gravel layer of adequate hardness. Particles size gradation curve should be more or less within Enveloping Curves of blanket material as shown in Fig. 9 below & Grading Percentages within the range given in Table-5 below and should also have following criteria satisfied : i) Cu > 7 and Cc between 1 and 3. ii) Fines (passing 75 microns) : 3% to 10%. iii) Los Angeles Abrasion value < 35%. iv) Minimum required Soaked CBR value 25 of the blanket material compacted at 100% of MDD

In exceptional cases on technical and economic considerations, LAA value may be relaxed upto 40% by Pr CE on Open Line & CAO/C in construction projects. v) Filter Criteria should be satisfied with prepared sub grade/sub grade layer just below blanket layer, as given below: Criteria–1: D15 (blanket) < 5 x D85 (sub-grade) Criteria–2: D15 (blanket) > 4 to5 D15 (sub-grade) Criteria–3: D50 (blanket) < 25 x D50 (sub-grade) 1.2 Filter Criteria is optional, at present. This can be adopted with the experienced gained of its compliance for different types of soils with blanket

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

1.3 Table-5: Grading Percentage of Blanket Material SL IS Sieve Size Percent Passing (by weight) 1. 40 mm 100 2. 20 mm 80 -100 3. 10 mm 63 -85 4. 4.75 mm 42 -68 5. 2 mm 27 - 52 6. 600 micron 13 -35 7. 425 micron 10 -32 8. 212 micron 6 -22 9. 75 micron 3 -10

2.0 QUALIFYING AND QUALITY ASSURANCE TESTS (Mandatory) Qualifying tests as part of pre-selection of good earth for track sub grade, embankment fill is required to be carried out. Also, quality of compaction is required to be done to ensure good quality construction. 2.1 Selection of soil: For selection of soil to be used as embankment fill CBR test is required to be conducted on material. CBR test is conducted on ground soil, embankment fill, prepared sub-grade & blanket material to ensure the minimum specified CBR value of these materials to be used in construction. This test is carried out on soil sample in laboratory as per procedure given in IS:2720 (Part 16)-1987 & in field as per IS:2720 (Part 31)– 1969. 2.1.1 Quality Assurance Test on Compacted Layer : Quality Assurance Tests are required to be conducted on part completion stages of formation, prior to clearing for further earthwork, track linking work: Heavy Proctor test is required to be conducted to determine the Maximum Dry Density of soil as per IS: 2720 (part 8). In-situ density is measured in the field by Sand Replacement Method (IS: 2720 – part 28) or Core Cutter Method (IS: 2720 – part 29) to calculate the degree of compaction. this shall be determined in laboratory as per BIS procedure with the specified frequency of earthwork quantity, as envisaged in ‘Guidelines of Earthwork in Railway Projects, GE:G-1, July 2003.

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

Second Step Plate Load Test (Optional) is required to be conducted in-situ for measurement of Deformation Modulus EV2 of compacted layers of embankment, blanket, prepared sub-grade etc. The test procedure has been detailed in German Code DIN:18134- 2001,’Determining Deformation & Strength Characteristics Of Soil By Plate Loading Test”. The minimum value of EV2 should be ensured at different levels as specified. Brief procedure of these above tests has been given in Annexure-2. 2.2 Frequency of Quality Assurance Tests a) CBR test for selection of formation materials and other tests required for ensuring conformation of the materials (blanket, sub-grade) as per specification e.g. size gradation, Cu, Cc, Los Angeles Tests, OMC/MDD etc. shall be conducted at following frequency :

i) Embankment Fill : one set of tests for every 5000 cum ii) Prepared sub-grade : one set of tests for every 2000 cum iii) Blanket material : one set of tests for every 500 cum b) In-situ Degree of Compaction (or In-situ dry density measurement) test shall be conducted on each compacted layers in random pattern at following frequency for the different layers : i) Embankment Fill : one density measurement at every 500 sqm surface area of each compacted layers ii) Blanket and Prepared Sub-grade: one density measurement at every 200 sqm surface area of each compacted layers. c) Second step Plate Load Test: This test is in practice in German Railways and recommended by UIC Code 719 to measure the quality of earthwork and blanketing after compaction. For Indian Railways, this test is made optional presently. In the guidelines, this test has been included as a future development for quality assurance test on compacted surface. This should be done for EV2 measurement at top of each formation layers eg. at sub-soil, compacted sub-grade, prepared sub-grade, blanket etc. at the frequency of one test per km length of section.

3.0 GROUND IMPROVEMENT METHODS: 3.1 Field tests are required to be conducted on sub-soil strata, such as Plate load test for determination of Elastic Modulus at second loading (EV2), Standard Penetration test to determine N-value, and Unconfined Compression Test or Vane Shear Test to determine unconfined compressive strength or un drained cohesion, Cu. If values of these test parameters, as specified in following para are not achieved then ground improvement is required. 3.2 For ground soil/ sub-strata layers with low bearing capacities, assessed by following evaluation parameters: 3.2.1 Ev2 value less than 20 MPa, (Optional) or 3.2.2 undrained cohesion (Cu) < 25 kPa, or 3.2.3 N-value (determined from Standard Penetration Test –SPT) < 5, shall require Ground Improvement. Strengthening of sub-strata soil layers can be carried out using one or more of the following techniques, like: 3.2.3.1 removal and replacement ( R&R) of weak soil, 3.2.3.2 stage constructions of the fill, preloading and surcharging, 3.2.3.3 Installation sub drainage system, 3.2.3.4 In-situ pile, Sand Gravel Compaction pile, Stone Colums 3.2.3.5 Vibro-floatation,

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

3.2.3.6 lime pile, Injection/ lime slurry pressure injection/ion exchange, 3.2.3.7 Stir & Mixing, 3.2.3.8 Sand mat, Geosynthetics etc. 3.3 Brief on Ground Improvement Techniques has been given in Annexure-A. However, details of Some Ground Improvement Techniques are available in Various RDSO reports on RDSO website - www.rdso.gov.in.

4.0 SPECIFICATIONS & RECOMMENDATIONS: (Mandatory) 4.1 The following Specifications for two different systems for blanket, sub grade, and embankment fill are mandatory provisions to be adopted, as follows: 4.1.1 Conventional blanket layer over formation sub-grade 4.1.2 Blanket layer over prepared sub grade layer (good/imported soil) Any of the two systems may be considered for adoption in the field based on good soil availability and material cost economics. These are given in form of following: a) Table 6 (Specification and thickness of sub grade layers for Heavier Axle Loads), b) Formation cross-sections (Fig. 10 of GE: 0014– Formation Profiles and Layers for Heavy Axle Load), and c) Bar Diagrams (Fig. 11 – Formation Layer Thickness). 4.1.3 In order to design & construction of stable formation for heavy axle load, EV2 should be determined in the field as per procedure given in German Code DIN: 18134 at ground. Undrained shear strength, Cu of ground soil from Unconfined Compression (UCC) test or Vane Shear Test and Penetration Number (N – Value) from Standard Penetration Test should also be determined. If EV2 value is less than 20 MPa or Sub-soil strata having (Cu) < 25 KPa (mostly in Marshy area) or N-value < 5 will also require ground improvement. 4.2 If, naturally available materials do not meet the desired specifications, blanket material can be produced by mechanical process from crushing or blending method or combination of these two methods. Details of these two methods are given in Appendix – C of GE: 0014. Naturally available sand, quarry dust or crusher run, if available at low cost, can be used as prepared sub grade also.

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

Table 6 - Specification and thickness of sub grade layers for Heavier Axle Loads 1. Single Blanket Layer over Embankment Fill- Specification and Layer Thickness

Layers Specification Axle Load 25T Axle Load 30 T Axle Load 32.5T Blanket – Well Graded i) Cu > 7 and Cc between 1 and 3. 60 cm for SQ3, 75 cm for SQ3, 80 cm for SQ3, Sand Gravel Layer ii)Fines (passing 75 microns) :3% to 10% 75 cm for SQ2 80 cm for SQ2 100 cm for SQ2 iii) Los Angeles Abrasion value < 40% 100 cm for SQ1 ( SQ1 only (iv) Minimum CBR value 25 of the blanket material with dispensation of PCE/ SQ2/SQ3 are preferred SQ2/SQ3 are preferred compacted at 100% of MDD CAO) soil below blanket. soil below blanket. (v) Size gradation within specified range or SQ2/SQ3 are preferred soil Blanket Compacted upto Blanket Compacted upto enveloping curves. below blanket. 100% MDD 100% MDD (vi) Filter Criteria should be satisfied with subgrade Blanket Compacted upto 98 layer, as given below : % MDD Criteria–1: D15 (blanket) < 5 x D85 (sub-grade) Criteria–2: D15(blanket) >4to5 D15 (sub-grade) Criteria–3: D50(blanket) < 25 x D50 (sub-grade) For new line construction, For new line construction, Min. EV2 – 120 MPa Min. EV2 – 120 MPa Minimum EV2 – determined from 2nd step Plate Load Min. EV2 – 100 MPa As in-situ Assurance Test As in-situ Assurance Test Test on top of compacted blanket layer (Ref : German Code : DIN 18134 – 2001) Embankment Fill CBR= 7 - 5 (of compacted soil at 98% of MDD) T = 50 cm T = 75 cm T = 75 cm Top Layer of (Organic soils to be avoided) ( SQ1 to be avoided) SQ2/SQ3 soils SQ2/SQ3 soils SQ2/SQ3 soils Thickness (T) CBR > = 6 generally, but CBR > = 6 generally, but CBR > = 7 generally, but Minimum EV2 = 45 MPa not < 5 in isolated cases not <5 in isolated cases not < 6 in isolated cases (For SQ1 soil, CBR > = 4 generally, but not < 3 in top Compaction : 1 m. & for Lower Fill Compacted upto 98% of Layers CBR > = 3) Compacted upto 98% of MDD MDD Compacted upto 97% of MDD

Ground Soil/Sub-soil Minimum Undrained Cohesion of soil, Cu = 25 KPa or Min. Ev2 = 20 MPa Min. Ev2 = 20 MPa Min. Ev2 = 20 MPa Strata Minimum Ev2 = 20 MPa Ground Improvement is required, if Cu < 25 kPa or Ev2 < 20 MPa Note : 1. SQ1 (fines > 50%), SQ2 (fines : 12 to 50 %), SQ3 ( fines <12%) 2. For axle load 25 T and higher, blanket & Embankment fill thickness can be reduced with determination of soil strength parameters CBR & Threshold stress determined based on repeated Triaxial tests. 3. Uniform total thickness of formation layers of 2 m should be provided including blanket, top layer of embankment fill etc.

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

2.Two Layer System (Blanket & Prepared Sub grade on Embankment Fill) Layers Specification Axle Load 25T Axle Load 30 T Axle Load 32.5T Blanket – Well Graded i) Cu > 7 and Cc between 1 and 3. ii)Fines 30 cm for SQ3, 45 45 cm for SQ3, 60 45 cm for SQ3, Sand Gravel Layer (passing 75 microns) :3% to 10% cm for SQ2 cm for SQ2 60 cm for SQ2 iii) Los Angeles Abrasion value < 40% (iv) Minimum CBR value 25 of the blanket material SQ2/SQ3 are soil SQ2/SQ3 are soil SQ2/SQ3 are soil below compacted at 100% of MDD below blanket. below blanket. blanket. (v) Size gradation – within specified range or Compacted upto Compacted upto 100% Compacted upto 100% MDD enveloping curves 100% MDD MDD (vi) Filter Criteria should be satisfied with subgrade layer, as given below : For new line construction, Criteria–1: D15 (blanket) < 5 x D85 (sub-grade) Min. EV2 – 100 MPa For new line construction, Min. EV2 – 120 MPa Criteria–2: D15(blanket) >4to5 D15 (sub-grade) Min. EV2 – 120 MPa As in-situ Assurance Test Criteria–3: D50(blanket) < 25 x D50 (sub-grade) As in-situ Assurance test Minimum EV2 - determined from 2nd step Plate Load Test on top of compacted blanket layer (Ref : German Code : DIN 18134 – 2001) Layer 1 : Prepared CBR >= 6 - 8 (of compacted soil upto 97%) 100 cm 100 cm 100 cm Subgrade SQ2/SQ3 & Limit fines 12 – 50% ( SQ1 to be avoided) CBR > = 7 generally, CBR > = 7 generally, but CBR > = 8 generally, but not (Good/Imported Soil) Plasticity Index < = 12 but not < 6 in not < 6 in isolated cases < 7 in isolated cases Compaction : isolated cases 98% MDD 60 MPa 98% MDD 60 MPa Minimum EV2 : 98% MDD 45 MPa Embankment Fill CBR > = 4 – 5 (of compacted soil upto 97%) CBR > = 5 generally, CBR > = 5 generally, but CBR > = 5 generally, but not (Organic soils to be avoided) but not < 4 in not < 4 in isolated cases < 4 in isolated isolated cases 30 MPa cases For SQ1 soil, CBR > = 3 97% MDD 30 MPa generally, but not < 2 in 97% MDD Minimum EV2 : isolated cases) Compaction : 30 MPa 97% MDD Ground Soil/Sub-soil Minimum Undrained Cohesion of soil, Cu = 25 KPa or Min. Ev2 = 20 MPa Min. Ev2 = 20 MPa Min. Ev2 = 20 MPa Strata Minimum EV2 = 20 MPa Ground Improvement is required, if Cu < 25 kPa, or Ev2 < 20 MPa

Total Thickness (Blanket + - 130-145 cm 145-160 cm 145 – 160 cm Layer 1) Note : Uniform total thickness of formation layers of 2 m should be provided including blanket, prepared sub grade & top layer of embankment fill etc.

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

11. – Bar Diagrams Showing Formation Layers Thickness

Single Layer System

Soils Fines (<75 micron) Blanket (Min. CBR – 25) SQ 1 Fines >50% Embankment Fill (Top Layer) SQ 2 12% to 50% SQ 3 <12%

200

180

140 100

120 80 75 80

(cm)

100 100 75 80 60

60 Thickness 40 75 75 75 75 50 50 50 20

0 Soil Type Below Blanket SQ1* SQ2 SQ3 SQ2 SQ3 SQ2 SQ3 Min. CBR of Top Layer CBR ≥ 6 generally but CBR ≥ 6 generally but CBR ≥ 7 generally but of Embankment Fill not < 5 in isolated cases not < 5 in isolated cases not < 6 in isolated cases

25 T 30 T 32.5 T * (For SQ1 soil, CBR > = 4 generally, Axle Load but not < 3 in to p 1 m. & for Lo we r Fill Layers CBR > = 3)

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

Two Layer System (Blanket + Prepared Subgrade on Embankment Fill)

Blanket (Min. CBR – 25) SoilsFines (<75 micron) SQ 1Fines >50% Prepared Subgrade (of SQ2/SQ3 Soil) SQ 212% to 50% SQ 3<12%

200

180

160

140 60 60

45 45 45 120 30

(cm) 100

80

60

Thickness 100 100 100 100 40 100 100

20

0 Soil Type Below Blanket SQ2 SQ3 SQ2 SQ3 SQ2 SQ3

Min. CBR of Prepared CBR ≥ 7 generally but CBR ≥ 7 generally but CBR ≥ 8 generally but Subgrade not < 6 in isolated cases not < 6 in isolated cases not < 7 in isolated cases

25 T 30 T 32.5 T Axle Load

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

5 OTHER IMPORTANT GUIDELINES : 5.1 EXISTING PROVISIONS OF BLANKET AND FORMATION ON INDIAN RAILWAYS (Guidelines for Earthwork in Rly Project No. GE: G-1, July 2003)

Unsuitable Soils for Construction of formation layers: Soils to be normally avoided are: a) Organic clays, organic silts, peat, chalks, dispersive soils, poorly graded gravel and sand with uniformity coefficient (Cu) less than 2, b) Clays and silts of high plasticity (CH & MH) in top 3m of embankment. 5.2 Formation width: The formation width of embankment for single line BG should normally be 7.85m or as decided by Engineer-in-Charge. 5.3 For banks higher than 4.5 metres, suitable slope stability analysis, reinforcement of slopes, plantation of deep root grass and toe wall construction shall be suitably adopted. In case of high bank on soft sub-soil, flatter slope with berm/sub-bank should be provided after slope stability analysis. 5.4 Adequate drainage arrangement should be made by providing cross slope at top of formation and side drains/catch water drains, wherever required. 5.5 Stable slopes and adequate drainage arrangements in cutting areas should be provided as per details given in ‘Guidelines for Cutting in Railway Formations - No. GE: G-2, August 2005’. 5.6 For high banks at approaches of rail bridges, providing approach slabs and geogrid layer shall also be considered and adopted. In this regards, recommendations of RDSO report on ‘Transition System on Approaches of Bridges’ report No. GE: R-50, August- 2005 can be followed. 5.7 Reinforced Earth Construction may be adopted wherever steep slope/vertical wall construction is required due to space constraint or otherwise. In this regard, RDSO’s report on ‘Concept and Design of Reinforced Earth Structures, No. GE-R-63, June 2005’ should be consulted. 5.8 Adequate erosion control measures on slopes of bank & cutting should be ensured by vegetation on slopes with deep-rooted Vetiver grass & geo-jute textile, if necessary. In areas susceptible to flooding, the sides of an embankment should be protected with a layer of rock fill or stones with an intermediate granular layer upto 1 m above HFL. 5.9 At locations, where water table is high and fill-soil is fine-grained, it may be desirable to provide a granular layer of about 30 cm thickness at the base, above sub-soil across the full width of formation. Boulder pitching should be done on embankment slope. 5.10 Use of geo-synthetics improves the performance of formation. Geo-grid at ballast & blanket interface can reduce blanket thickness requirement. Geo-textile/geo-composite can be provide at the blanket – sub grade interface and/or blanket – prepared sub grade interface for the purpose of separation, filtration & drainage and better performance of the track substructure system as whole. A technical note on the use of various geo synthetic products in track bed applications is given in Annexure 4 of GE-0014.

5.11 Apart from the above main & other recommendations, other provisions given in ‘Guidelines For Earthwork in Railway Projects’, GE:G-1, July 2003 such as construction procedure, drainage, erosion control etc. should also be followed.

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

Annexure-A

Ground Improvement Techniques/Soft Ground Improvement Methods:

These techniques can be adopted to improve the ground strength on which the embankment/fills is constructed. The underlying soil for fill is required to satisfy the same basic requirements of a continuous spread foundation system. The underlying soil should have the strength to support the proposed embankment and live loads with an adequate safety factor. In addition, the embankment/fill needs to be designed and constructed such that it can tolerate the projected degree of settlement. It is occasionally necessary to remove and replace portions of weak or highly compressible underlying soil or to improve their characteristics by using stabilization procedures or controlled construction techniques. Identification of vulnerable conditions of ground which requires improvement can be measured in terms of high content of soft clay having un drained shear strength less than 25 kPa, loose sand strata having N value less than 5, and Ev2 (Elastic Modulus of 2nd plate load test) assessed less than 20MPa. Controlled construction techniques could include one or combination of the following:

1. Removal and replacement of weak soil: For localized areas with soft soils (having un drained shear strength less than 20 kPa or CBR<3) of limited depth and thickness, removal of unsuitable material and replacement with suitable fill may be carried out. These unsuitable materials were encountered in valleys and low-lying areas and may be replaced with well-compacted suitable fill preferably coarse- grained/sandy soils. Excavation and replacement could be carried out up to 2 m. The removal and replacement may be required to be carried out even in ‘cutting’ areas where the naturally occurring soils were found to be of a low shear strength and high moisture content. Subsurface drainage may have to be introduced in most of such areas.

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

Annexure-B

QUALITY ASSURANCE TESTS 1. Standard Test Procedure For California Bearing Ratio (Laboratory Method) (Ref: BIS Code – IS: 2720 (part 16) – 1979 Laboratory Determination of CBR) California Bearing Ratio California Bearing Ratio (CBR) test is a penetration test developed by the California State Highway Department of USA for the evaluation of sub grade strengths for roads and pavements. California Bearing Ratio (CBR) is defined as the Ratio of Force per unit Area required to penetrate a soil mass with a circular plunger of 50 mm diameter at the rate of 1.25 mm/minute to that required for corresponding penetration of a standard material. The test is arbitrary and results may not be directly related to fundamental properties governing the strength of soils such as cohesion, angle of internal friction etc. Schematic of CBR

Test shown below:

Apparatus: i) CBR mould 150 mm diameter and 175 mm high with detachable perforated base plate. (Net capacity is 2250 ml). ii) Collar 50 mm high. iii) Penetration plunger - 50 mm diameter. iv) One annular and a few slotted surcharge masses 2.5 kg each. v) Rammer 2.6 kg with 310 mm drop and 4.89 kg with 450 mm drop. vi) Steel rod 15-20 mm in dia and 400 mm long. vii) Cutting edge. viii) Loading machine of approximately 5000 kg capacity, fitted with a calibrated proving ring giving a constant rate of penetration of about 1.25 mm/minute. ix) Penetration measuring 2 dial gauges accurate to 0.01 mm. x) Soaking tank of pan, drying oven, dishes and calibrated measuring jar. xi) Swelling gauge consisting of a perforated plate with an adjustable extension stem. xii) I.S. Sieves 4.75 mm and 19 mm. xiii) Straight edge, mixing basin. xiv) Filter paper xv) Weights

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

Preparation of test specimen The test may be conducted on undisturbed as well as disturbed (remolded) soil specimen which may be compacted statically or dynamically. Undisturbed soil specimen Undisturbed soil specimen shall be obtained from the field in natural condition. For this, use 127.3 mm high mould and attach the steel cutting edge to its one end. Push the mould gently into the ground. When the mould is full of soil, it shall be taken out carefully. The top and bottom surfaces are then trimmed flat so as to achieve the correct length of specimen for testing. The specimen is then sealed with paraffin wax on both sides of the mould so as to preserve it with the natural moisture content. Remoulded specimen (From disturbed sample) When undisturbed specimen is not available, the specimen can be prepared by remolding the disturbed soil sample. It can be prepared on maximum dry density of soil determined by compaction test. The water content used for compaction should be at optimum moisture content. Remolded specimens are prepared in the laboratory by compaction. The test material should pass 19 mm I.S. sieve and retained on 4.75 mm sieve. TEST PROCEDURE 1. Soaking of remolded specimen: Weight the mould with base plate and the specimen. Keep the filter paper on the specimen and place the perforated top plate with adjustable stem over the specimen. Keep the mould in a tank in which water is filled for soaking. Apply weights to produce a surcharge equal to the weight of base material and pavement to the nearest 2.5 kg on the compacted soil specimen. The whole mould and weights shall be immersed in a tank of water allowing free access of water to top and bottom of the specimen. The tripod for the expansion measuring device shall be mounted on the edge of the mould and the initial dial gauge reading recorded. This set up shall be kept as such undisturbed for 96 hours noting down the readings every day against the time of reading. A constant water level shall be maintained in the tank throughout the period. At the end of the soaking period, the final reading of the dial gauge shall be noted, the tripod removed and the mould is taken out of the water tank. The free water collected in the mould shall be removed and the specimen allowed to draining downward for 15 minutes. After draining out water, the weights, the perforated plate and the top filter paper shall be removed and the mould with the soaked soil sample shall be weighed and the mass recorded. 2. Penetration Test: The mould containing the test specimen is placed on the lower plate of the testing machine with the base plate in position and the top surface exposed. Surcharge mass is placed on the specimen. If the specimen has been soaked previously, the surcharge shall be equal to that use during the soaking period. To prevent upheaval of soil into the hole of the surcharge weights, 2.5 kg annular weight shall be placed on the soil surface. The plunger shall be seated under a load of 4 kg so that full contact is established between the surface of the specimen and the

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

plunger. Load shall be applied to the penetration plunger so that the penetration is approximately 1.25 mm per minute. Reading of the load shall be taken at penetrations of 0.0, 0.5, 1.0, 2.0, 2.5, 4.0, 5.0, 7.5, 10.0 and 12.5 mm. After the completion of the test, the plunger is raised and the mould is detached from the loading equipment. About 20 to 50 g of soil shall be collected from the top 30 mm layer of specimen for water content determination.

LOAD PENETRATION CURVE The load penetration curve is drawn as shown in Fig.2. The curve is generally convex upwards, although the initial portion of the curve may be concave upwards due to surface irregularities. A correction shall then be applied by drawing a tangent to the upper curve at the point of contra flexure. The corrected curve shall then be taken to be this tangent plus the convex portion of the original curve with the origin of strains shifted to the point where the tangent cuts the horizontal strain axis as illustrated in Fig. below:

Load Penetration Curve for a CBR Test DETERMINATION OF CBR

Corrected load value shall then be taken from the load penetration curve corresponding to the penetration value at which CBR is desired. The CBR is then determined as follows:- CBR=PT/Psx100 Where, PT =Corrected load corresponding to the chosen penetration from the load penetration curve, Ps =Standard load for the same depth of penetration as for Ps

The CBR values are usually calculated for penetration of 2.5mm and 5mm. Generally, the CBR value at 2.5 mm penetration will be greater than that at 5mm penetration and in such a case; the former shall be taken as the CBR value for design purpose. If the CBR value corresponding to a penetration of 5mm exceeds that for 2.5mm, the test shall be repeated. If identical results follow, the bearing ratio corresponding to 5mm penetration shall be taken for design.

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

Standard Loads for CBR test Penetration Depth Unit Standard Load Total Standard 2 (mm) (kg/cm ) Load (kg) 2.5 70 1370 5.0 105 2055 7.5 134 2630 10.0 162 3180 12.5 183 3600

Test Observations are recorded in the table as given in the code.

Report The CBR value shall then be reported correct to the first decimal place. The details shall be reported in prescribed proforma:- CBR of specimen at 2.5 mm penetration – CBR of specimen at 5 mm penetration – CBR of specimen at …….Penetration – Results of repeat test, if conducted :

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

ANNEXURE- X 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.

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.

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

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

iv) 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 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.

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

6.2 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 -- 300Kgs. Cement/Cum. -- Max. W/C ratio 0.50 R.C.C. -- 350Kgs. 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/Work. 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. 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.

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

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. 1.2 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.

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.

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

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:03) Page 79

ANNEXURE – XI LIST OF EQUIPMENTS FOR TESTING LABORATORY TO BE ESTABLISHED BY THE SUCCESSFULTENDERER AT THE SITE OF WORK

Contractor should provide a testing lab at site/nearest stations /or nominated /specified location as instructed by the Engineer-in-charge in Railway premises with following facilities: S.No. Description of equipments Unit 1. IS set of sieves with base & top lid 65mm, 40mm,20mm, 16mm, 10mm, 2 Sets 4.75mm, 2mm, 600 mic, 425 mic, 212 mic, 75 mic. Equipment for checking moisture content , maximum dry density etc., (core cutters with cap, hammer, stove, Electronic weigh balance, kerosene stove/ oven, pan etc and other tools/plant/materials required for doing soil compaction test), Plastic limits apparatus, Liquid limit apparatus, Moisture meter with accessories, Standard modified proctors test apparatus, etc. 2. Hand/motor operated sieve shaker for above sieves 2 Nos. 3. Balance 2 Nos. a) Pan balance - 10 Kg capacity (with 1.0 gm least count) 2 Nos. b) Electronic/digital balance – 10 kg capacity (with 1 gm Least Count) 2 Nos. 4. Sieve brush - Wire brush As required 5. Concrete Cube testing Machine -200Tonne capacity - 1 No. Electrical-cum-hand operated with single pressure gauge 6. Slump cone test apparatus with tamping rod 2 Nos. 7. Cube moulds 150x150x150mm 24 Nos. 8. Vikat’s needle test apparatus with dashpot 1 No. 9. Flakiness Index Test apparatus 1 No. 10. Elongation Test Apparatus 1 No. 11. Aggregate impact value test apparatus 1 No. 12. Auto Level with accessories 2 Nos. 13. Thermometer for concrete 2 Nos. 14. Digital camera off 10.0megapixel or above of reputed brand like Sony, 1 No. Canon, etc with still/video shooting and SD card 15. Desk top PC, with LCD monitor minimum 20 “ wide or 1 No. Note book with WIN- 7 OS/latest version, MS office & MS Project 16. All in one A3 size ink jet printer & mobile /portable colour Printer 1 No. each 17. Screw gauge 1 No. 18. Vernier caliper 1 No. 19. Total Station 1 No.

Date: Name and Signature of Authorized Signatory

NOTE: 1. No payment will be made to the contractor on this account. Land/ open space required for the laboratory will be provided by the Railway free of cost. After completion of the work, contractor can take back all machinery and establishments etc., Contractor is deemed to have taken this into consideration while quoting his rates.

2. The above list is only tentative and the actual requirement will be given by the Engineer in charge before commencement of work. The above equipment can be taken back by the contractor after completion of work as is where basis is.

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

ANNEXURE - XII 1.0. DESIGN AND DRAWINGS: 1 Special conditions for submission of detailed designs and drawings including proof checking. The Detailed design and drawings prepared by the reputed consultants in Structural Engineering should be submitted duly proof checked by IITs/ NIT / Government College of Engineering / Deemed Universities.

The Scope of Work for the Design Consultants: 1. Design and preparation of working drawings for: a. R.C.C. Box with or without box pushing technique if required separately. b. Substructure of Railway/Highway bridges. c. Superstructure of Steel, P.S.C., R.C.C. & Composite construction ( Rail / Road ). d. Important station, residential and industrial buildings.

All the above works should be done in consultation with officers of South Central Railway, incorporating all relevant codal provisions, safety requirements for safe and economic design of bridges and buildings with proper specifications for various works and construction methodology, temporary works and preparation of relevant working drawings, including discussions at Secunderabad, site or any other location.

2. All the designs, drawings, schemes & methodology shall be scrutinized and certified by the authorized and competent design engineer (s) as per applicable latest codal provisions and relevant specifications and include: a. Submission of designs and drawings may be required in stages. b. Conduct Design Alternatives on the conceptual design provided in the contract package using principles for cost-effective designs. The conceptual design can be a General Arrangement Drawing showing the tentative layout or any other document presented by the Railway. c. Perform detailed designs of structures ( Superstructure, substructure, foundation, expansion joints, bearings & Seismic restrainers etc.) considering all load combinations including earthquake, wind, erection and other loads, as per prevailing I.R./ I.R.C./ B.I.S. and other Codes. d. Various codes and manuals in order of preference: The List of various codes and manuals to be adopted for the design shall be as provided in the drawings given and provisions in the contract agreement for the particular work. Wherever such codal provisions are not available, D.D.C. shall use sound engineering practices and provide the complete logic for using the practice. e. Prepare the detailed design document which can be easily understood by the approving authority i.e. the Railway. For this purpose, the design shall be comprehensive with full sequence of the steps with design formulae used and relevant codal provisions brought out. f. Manage the design task for cost, schedule and performance compliance. g. Incorporate and co-ordinate changes in design due to system wide interfacing. h. Incorporate changes in design resulting from the Railway’s / approved proof consultant’s design reviews.

i. Plan, design, detail, control, co-ordinate, and execute the design phase of the Works

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

for production of drawings, documents and reports to meet the key schedule date included in the Agreement and as directed by the Railway. j. Prepare and submit a Design Quality Control Plan to the Railway, wherever required, for approval; k. Maintain a Quality Control activity and an effective internal procedure for checking the accuracy of Work and assuring compliance with contract requirements; l. Attend all meetings and prepare reports, notes and other documents of whatever nature required during the course of the work; m. Proof checking of designs and drawings shall be done by the Railway or any person / entity so authorized by the Railway. n. Maintain a qualified design and drafting team for engineering services: to prepare bar bending schedules, shop and working drawings for the Works for compliance with the design requirements and contract documents; to prepare supplemental reports, calculations, recommendations, etc. or modify existing drawings as necessary to incorporate system wise requirements and unforeseen conditions. o. Providing solutions to the various problems during construction raised by the field engineers. 3. The various details to be given in general for each type of design include, but are not limited to, the following: a. R.C.C. design for bridges: i. Super- structure design for all components- booklet and soft copy of calculations as per contract conditions. ii. Super- structure general arrangement drawing. iii. Detailed drawing for foundation and sub-structure, where design of sub-structure is involved. Any other relevant design/drawing required for all the above structures. 4. The design/drawing shall be submitted within 20 days after design task is assigned and within 10 days after correction is suggested by railway/authorised proof check consultant. 5. Attending the meetings with South Central Railway officers and Proof check Consultant at Secunderabad as and when required as per the decision of Engineer in Charge in connection with the above work. Liaison with the proof check consultant for expeditious finalization of the designs and drawings. 2.0 The scope of work for Proof Checking includes the following:

2.1 Proof checking of designs and drawings, in consultation with officers of South Central Railway, for incorporation of all relevant codal provisions, safety requirements for safe and economic design of bridges and buildings with proper specifications for various works and construction methodology including discussions at Secunderabad, or any other location as required on item rate basis as per the schedule of items given.

2.2. Proof checking involves checking of all designs and working drawings prepared by the design consultant of the required structure for substructure and superstructure, construction scheme and methodology, temporary works etc. and submitting consolidated reports regarding the correctness and acceptability of the design, expert comments with relevant copies of codal provisions, specifications etc. complete. All the design reports, drawings, schemes & methodology shall be scrutinized and certified by the authorized and competent design Engineer (s) as per applicable codal provisions and relevant specifications. Designs and drawings may be required to be proof checked in stages as and when submitted by Design Consultant.

2.3. The proof check consultant is required to check the design submitted by the Design

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

Consultant for the R.C.C. & composite bridges and other structures. A comparison statement bringing out the design details carried out by Design Consultant shall be submitted along with the report. Any design criteria given by the Railways shall be considered in this regard.

2.4 Attending the meetings with South Central Railway officers and Design Consultant at Secunderabad as and when required as per the decision of Engineer in Charge in connection with the above work. Liaison with the design consultant for expeditious finalization of the designs and drawings.

2.5 The proof check of the designs, drawings & schemes above, has to be completed within 15 days from the day of handing over of the design papers. Initial report shall be submitted within 7 days and final report within 15 days.

The report shall be complete, bringing out all details, procedure, checks, codal provisions compliance, with proper recommendations for approval by the Railway. A soft copy of the same shall also be submitted.

3.0 Design Criteria for bridges: 3.1 Where standard designs for the super-structure are available, the same shall be followed for the work. The availability / non-availability of the standard drawings shall be got confirmed by the contractor, in writing from the Railway. Any designs shall be submitted by the Contractor only after a written instruction / confirmation to this effect, that the designs are not available, from the in-charge Dy. C.E. / Construction of the work. In the absence of the above, the contractor shall have no claim against such designs / drawings submitted. 3.2 The designs and drawings, where required, are to be got done by Design Consultant and then proof checked as per the latest instructions. The design shall satisfy all the safety and serviceability conditions under various stages of loading. Where the codes provide for Limit state method of design, the same shall be followed. The designs and drawings shall be made according to the conditions and relevant codes mentioned in the General Arrangement Drawings supplied by the railway for the work. Where any relevant code is not mentioned in the General Arrangement Drawings, the designs and drawings shall confirm to the codes and specifications mentioned hereunder for various types of structures. Where any provision in General Arrangement Drawings differs from that in the codes mentioned hereunder, the former shall prevail. 3.3 Scope of design 3.3.1 Bridges – super-structure: It involves design of Railway and Highway bridges as the case may be, with reference to relevant codes referred. The scope of design of super-structure of a bridge includes the structural Analysis & Designs of Super structure including Bearings with pedestals, expansion joints, crash barriers ( in case of R.O.Bs ), shear connectors (in case if composite girders ), erection scheme, temporary arrangements, load test etc. Where designs/drawings are already available for superstructure, contractor can follow the same. In case of non-standard design, super-structure design shall be got done by an approved Design Consultant. 3.3.2 Bridges – sub-structure: The design of sub-structure of a bridge includes that of foundations including load test where required, Piers / Abutments, trestle beams and bed blocks and any temporary arrangements. Where standard designs and

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

drawings are available with Railway for the super-structure, design for the substructure needs to be done considering the super-structure drawings.

4.0 The design considerations: 4.1 Railway bridges and R.U.Bs: Unless otherwise mentioned, the bridges carrying Railway loading shall be designed for 25 Ton / 32.5 Ton loading standard as per the Indian Railway Bridge Rules and & other relevant codes and as mentioned in the General Arrangement drawing. 4.2 For the all codes and specifications mentioned above, reference shall be made only to latest editions of codes with upto date correction slips. 5.0 Earth quake, wind and other loads: 5.1 The design shall cater for the earthquake, wind, erection and other loads as per the relevant codal provisions. Any additional loads specially given shall also be considered. 6.0 Design and detailing: 6.1 The design calculations shall be self explanatory giving the relevant formulae, references to latest standard codes and clauses. Non-standard references and assumptions will not be accepted. Where codes provide for S.I. units, the same shall be used in the calculations. 6.2 In case of structures with concrete, the complete reinforcement details including bar bending schedule and quantities of steel of various categories / dimensions shall be given, along with the other working drawings. In the case of structures with steel the fabrication and connection drawings shall also be given. 6.3 Computerized analysis using software like Staad Pro shall be made. Where required ( like in skew bridges ), 2D / 3D analysis shall be made.

6.4 Two copies of the designs and drawings along with a soft copy shall be submitted to the Railway, which will be proof checked by the Railway or its nominee. The design consultant shall attend the office, when called upon, for any clarifications required by the Railway. Any deficiencies noticed and corrections advised shall be made good and resubmitted for final approval. After the final approval, one copy of the final detailed design and the detailed drawings on tracing paper shall be submitted to the Railway for final approval. 6.5 The designs and drawings shall be signed along with name and stamp of the designer, proof checker.

6.6 The designs and drawings submitted shall remain the property of the Railway and Railway shall have full rights over them. 7.0 The contractor / Design consultant shall attend the office of the Chief Administrative Officer, Construction, Secunderabad whenever called. 8.0 CODES AND SPECIFICATION The following codes and specifications shall apply for the various types of designs and drawings: 1. Indian Railways Standard General conditions of contract-2013 and instructions to tenderers and Standard Form of Contract. 2. South Central Railway Engineering Department Indian Railways Unified Standard Specifications (works and material )- 2010 Engineering Department ( South Central Railway ) with errata and correction slip up to date.

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

3. I.R.S. Code of practice for plain concrete construction, 1982. 4. I.R.S. Code of practice for electric welding of mild steel structures. 5. Indian Railway Code of Practice of Plain / Reinforced and pre-stressed concrete for general / bridge construction (Concrete bridge Code adopted in 1936 revised in 1962 and May, 1982 latest revision and all latest correction slips) including supplemental measures as incorporated in Correction Slip No. 20 dated 20.3.89. 6. Indian Railway Bridge Rules, specifying the loads for Design of Superstructure and substructure of Bridge including chapter-VII for the rule for the opening of Railway adopted in 1941 – Revised - August, 1982 incorporating up-to-date corrections slips including R.D.S.O. letter No. CSB / PBR / RCS, dated 31/12/87 (herein after referred to as the bridge rules ). 7. Indian Railway Standard (I.R.S.) Bridge sub-structure and foundations code - code of practice for the design of the substructure and foundation of Bridges adopted 1936 – Revised – 1985 ( Here in after referred to as “Substructure Code”) – with up to date correction slip. 8. Indian Railways Schedule of dimensions for Broad Gauge. 9. IRS: Welded Bridge Code for steel bridge girders, 2001. 10. IRS: Fabrication and Erection of Steel Girder Bridges & Locomotive Turn Tables. ( B1-2001 ) 11. IRS: Erection and Riveting of Bridge Girders ( B2-1979 ) 12. IRS: Specification for Steel Bridge code Revised 1962 13. Indian Railways Bridge Manual, 1998 14. Indian Railways P. Way Manual. 15. Indian Railways Works Manual.

INDIAN ROADS CONGRESS CODES AND SPECIFICATIONS. 1. IRC-5: Standard specifications and Code of practice for Road Bridges - Section-I – General features of design. 2. IRC–6: Standard specifications and Code of practice for Road Bridges - Section-II – Loads & stresses. 3. IRC–18: Design Criteria for Pre-stressed Concrete Road Bridges (Post- Tensioned Concrete) ( Third Revision ). 4. IRC–21: Standard specifications and Code of practice for Road Bridges - Section-III - Cement concrete ( Plain & reinforced ). 5. IRC–22: Standard Specifications and Code of Practice for Road Bridges, Section VI – Composite Construction ( First Revision ) 6. IRC–24: Standard specifications and Code of practice for Road Bridges - Section-V- Steel Road Bridges. 7. IRC–83: Bearings for bridges. 8. IRC-78: Road Bridges. 9. IRC–87: Design and erection of false work for road bridges.

INDIAN STANDARDS CODES & SPECIFICATIONS: 1. IS: 34 – White lead for paints. 2. IS: 57 – Red lead for paints and other purposes 3. IS: 75 – Linseed oil, raw and refined 4. IS: 77 – Linseed oil, boiled for paints 5. IS: 102 – Ready mixed paints, brushing, red lead, non-settling, priming 6. IS: 104 – Ready mixed paint, brushing, zinc chrome, priming 7. IS: 123 – Ready mixed paints, brushing, finishing, semi-gloss, for general purposes to Indian Colours etc.

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

8. IS: 280 – Mild steel wire for general engineering purposes 9. IS: 383 – Coarse and fine aggregates from natural sources for concrete 10. IS: 456 – Plain and reinforced concrete 11. IS: 487 – Brush, paint and varnish 12. IS: 516 – Method of test for strength of concrete 13. IS: 786 – Conversion factors and conversion tables 14. IS: 800 – General construction in steel 15. IS: 814 – Covered electrodes for manual metal arc welding 16. IS: 816 – Metal arc welding for general construction in mild steel 17. IS: 817 – Training and testing of metal arc welders 18. IS: 819 – Resistance spot welding for light assemblies in mild steel 19. IS: 875 (all 5 parts) – design loads (other than earthquakes) for buildings and structures. 20. IS: 883 – Design of structural timber in buildings 21. IS: 887 – Animal tallow 22. IS: 1024 – Welding in bridges and structures subject to dynamic loading 23. IS: 1030 – Carbon steel castings for general engineering purposes 24. IS: 1148 – Hot rolled rivet bars ( up to 40mm dia) for structural purposes 25. IS: 1149 – High tensile steel rivet bars for structural purposes 26. IS: 1182 – Radiographic examination of butt joints in steel plates 27. IS: 1200 (all relevant parts) – Method of measurement of building and civil engineering works 28. IS: 1261 - Seam welding in mild steel 29. IS: 1270 – Metric steel tape measure 30. IS: 1323 - Oxy-acetylene welding for structural work in mild steel 31. IS: 1363 (all 3 parts) – Hexagon head bolts, screws and nuts of product grade C 32. IS: 1367 (all 20 parts) – Threaded steel fasteners 33. IS: 1786 - High strength deformed steel bars & wires for concrete reinforcement 34. IS: 1791 – Batch type concrete mixers 35. IS: 1852 - Rolling and cutting tolerances for hot rolled steel products 36. IS: 1892 – Subsurface investigations for foundations 37. IS: 1893 : 1984, 2002 – Earthquake resistant design of structures 38. IS: 1929 – Hot forged steel rivets for hot closing (12 to 36 mm dia) 39. IS: 2004 – Carbon steel forgings for general engineering purposes 40. IS: 2062 – Steel for general structural purposes 41. IS: 2074 - Ready mixed paint, air drying, red oxide-zinc chrome, priming 42. IS: 2131 – Standard penetration test for soils 43. IS: 2132 – Thin walled tube sampling of soils 44. IS: 2339 – Aluminum paints for general purposes, in dual container 45. IS: 2386 (all 8 parts) – Tests for aggregates for concrete 46. IS: 2595 – Radiographic testing 47. IS: 2629 - Hot Dip Galvanize 48. IS: 2633 – Methods of testing Uniformity of coating 49. IS: 2720 (all 41 parts) – Method of tests for soils 50. IS: 2911 – Design and construction of Open foundation (all 4 parts). 51. IS: 3025 (all 49 parts) – Methods of sampling and test for water and waste water 52. IS: 3085 – Method of test for permeability of cement mortar and concrete

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

53. IS: 3370 – concrete structures for storage of liquids. 54. IS: 3400 (all 22 parts) – Methods of tests for vulcanized rubbers 55. IS: 3502 – Steel Chequered Plates 56. IS: 3757 – High strength structural bolts 57. IS: 3764 – Safety code for excavation work. 58. IS: 3935 – Composite Construction 59. IS: 3955 – Design and construction of well foundations 60. IS: 4000 – High strength bolts in steel structures – code of practice 61. IS: 4031 (all 15 parts)– Physical tests for hydraulic cement 62. IS: 4081 – Safety code for blasting and related drilling operations 63. IS: 4326 – Earthquake resistant design and construction of buildings 64. IS: 4634 – Methods of testing performance of batch type concrete mixers 65. IS: 4736 –1986.Galvanising of Mild Steel 66. IS: 4759 – 1968 Hot Dip Zinc coating on structure and other allied structures 67. IS: 4991-1968 – Blast Resistance of design of structure for explosions above ground 68. IS: 5513 – Vicat apparatus IS: 5515 – Compaction factor apparatus 69. IS: 5624 – Foundation bolts 70. IS: 5666 – Etch primer 71. IS: 6586 – Metal spraying for protection of iron steel 72. IS: 6639 – Hexagonal bolts for steel structures 73. IS: 6745 – Determination of mass of zinc coating on zinc coated iron /steel article 74. IS: 6925 – Methods of test for determination of water soluble chlorides in concrete admixtures 75. IS: 7205 – Safety code for erection of structural steel work 76. IS: 7215 – Tolerances for fabrication of steel structures 77. IS: 7293 – Safety code for working with construction machinery 78. IS: 7320 – Concrete slump test apparatus 79. IS: 8112 – 43 Grade OPC 80. IS: 8500 – Structural steel – Micro alloyed (Medium and high strength qualities) 81. IS: 8629 – Protection of iron and steel structures form atmospheric corrosion 82. IS: 9103 – Admixtures for concrete. 83. IS: 9595 – Metal Arc Welding 84. IS: 10080 – Vibration machine for casting standard cement mortar cubes 85. IS: 10262 – Concrete mix design 86. IS: 13920 – Ductile detailing of reinforced concrete structures subjected to seismic forces 87. IS: 14268 – Uncoated stress relieved low relaxation seven-ply strand for pre- stressed concrete specification. 88. SP 6, 7,16, 21, 22, 23, 24, 34, 36, 52, 60. INTERNATIONAL CODES: 1. UIC-772R: Bearings of rail bridges. 2. UIC-776-2R Bridges for high and very high speed. 3. UIC-778-1-R Recommendations for consideration of fatigue in the design of steel bridges. 4. B.S : 8081 : 1989 Code of practice for ground anchorages (or latest edition) 5. BS-5400 (all parts).

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

6. Other relevant U.I.C. and B.S. Codes for bridges and Structures 7.1 The design shall be carried out in terms of specifications / codes of the latest editions of I.R.S. ( Indian Railway Standards ) including R.D.S.O. (Research Design Standard Organization ) Guidelines, Engineering codes and other South Central Railway Specifications; I.R.C. ( Indian Road Congress ), B.I.S. and U.I.C. ( Bureau of Indian Standards ) where specifically not mentioned in the General Arrangement Drawing.

7.2 The priority of the Codes and Specifications to be followed for Railway bridges shall be I.R.S., I.R.C., U.I.C., I.S. and other International specifications. In case of contradictory specifications, the specifications given in the I.R.S. code shall be prime governing. For Road bridges, I.R.C. specifications and for building works I.S. specifications shall govern first, followed by other specifications where referred or required.

NOTE: a. Latest edition including correction slips up to the time of submission of the tender/ negotiated rates for acceptance, shall govern. b. Codes indicated above are by no means, not exhaustive. All I.S., U.I.C., I.R.C. and I.R.S. codes pertaining to the work shall be applicable. c. Omissions, errors if any shall be exempted. d. All relevant codes and as directed by Engineer-in-charge shall be made available by the consultant at any time at his own cost. Authorized representative of Railway shall have free use of any of the codes. e. Among the International Codes, U.I.C. will hold precedence, followed by other codes such as B.S. Codes, and Other relevant codes.

7.3 SUBMISSION OF DETAILED DESIGN AND DRAWING FOR APPROVAL a) After award of the tender the contractor shall submit the detailed design calculations in 3 copies along with the drawings for Railway Administrative approval within a period of 30 days after issue of the acceptance letter. b) It shall be responsibility of the successful tenderer(s) to ensure continued attendance and assistance of his design Engineer’s representative and get the design and drawings approved by the Chief Administrative Officer / Construction / S.C.Railway / Secunderabad.

c) After the designs and drawings have been approved the contractor is required to submit 6 copies of approved design. The original being typed on electronic typewriting machine on bond paper, the report being bound suitably and super scribed detail design calculations for the proposed span The format being as decided and approved by Engineer-in-charge. The final design report shall be comprehensive text giving all the detailed design calculations, brief theory for the basis of design etc., as directed by Engineering-in-charge. The contractor shall also submit approved detail drawings on re-producible ( tracing / polythene film ) media to the full drawing sheet A0 size as well as 4 sets of drawings reduced to size using the standard reductions procedure. d) The cost of above items (a) to (c) will be deemed to have been included in Schedules and the percentage quoted by the tenderer is deemed to be inclusive of these elements and nothing extra is payable, including revision of design and drawings if so required by the Railway before giving approval.

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

7.4 DESIGN AND DRAWINGS OF TEMPORARY ARRANGEMENTS. a) The successful tenderer is also required to elaborate details of the method of construction. He shall be required to give along with detail designs at each stage the calculations for stresses and displacements at various constructions stages. These shall also be got approved from S.C. Railway and shall form part of the reports as above. Nothing extra is payable for above and the cost of the same shall be deemed to have been included in the rates quoted for the various items of work. b) The Contractor shall ensure timely and regular attendance of his consultant for discussion and checking of the detailed design calculations in the office of the Chief Administrative Officer, Construction, S. C. Railway, Secunderabad. All the corrections as required are to be done in the design and drawings as directed by the Chief Administrative Officer, Construction, S. C. Railway, Secunderabad shall be carried out promptly and the necessary corrected designs and drawings resubmitted within 7 days. c) The design and drawings after approval shall be the property of the S.C. Railway and S.C. Railway shall have exclusive right to use and reuse it elsewhere. The contractor shall have no claims whatsoever in this regard. d) In case computer programmes are used for analysis and design of the bridge structure, the same shall be used so as to give a format of output as would be for manual calculations copy of the computer programme shall be supplied. Design calculations shall, in such a case be validated by sample manual calculations to the satisfaction of the Chief Administrative Officer/ Construction / S.C. Railway / Secunderabad. Otherwise the entire calculations shall have to be carried out by detailed manual calculations. e) The contractor shall specially note that while every effort shall be made to approve the design and drawings expeditiously, no claim shall be entertained on account of delay in approval of design and drawings for whatsoever reasons. f) Railway may decide to get the detailed designs checked by any independent agency in Secunderabad or at Research Designs and Standards Organisation, Ministry of Railways, Lucknow. The contractor shall ensure the regular presence and assistance of the consultants for the checking of the designs by the above agencies in their offices.

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

SOUTH CENTRAL RAILWAY NAME OF WORK:- VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard

SCHEDULE "A" EARTH WORK IN FORMATION (ITEMS THAT ARE COVERED BY IR UNIFIED SSR - 2010 ) Sl USSR Rate Amount No Description of item Qty. Unit No. Rs. Ps. Rs. Ps. . 1 013120 Earthwork in filling in embankment, guide bunds, around 35200 cum 164.84 5802368.00 buried type abutments, bridge gaps, trolley refuges, rain bunds if provided, platforms etc. with earth excavated from outside railway boundary entirely arranged by the contractor at his own cost as per RDSO's latest guidelines and specifications and special condition of contract including all leads, royalty, lifts, ascents, descents, crossing of nallahs or any other obstructions. The rates shall include all dressing of bank to final profile, demarcation and setting out of profile, site clearance, removing of shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank, all handling/re-handling. taxes, octroi and royalty etc. as a complete job. Cut trees shall be property of railways and to be deposited in the railway godown unless specified otherwise in the Special conditions of contract. ( As per GE - 0014,2009)

2 013130 Extra for mechanical compaction of earth/blanketing 35200 cum 13.67 481184.00 material filled in embankment with contractor’s rollers of suitable capacity, type and size to achieve specified density as per specification, testing as per IS codes incl. cost of water, T&P consumable material and all labour as a complete job. The work is to be executed as per Latest edition of "Guidelines for Earthwork in Railway Projects" issued by RDSO, Lucknow. (As per GE-0014,2009) 3 191090 Conducting determination of California Bearing Ratio as 6 Each 2903.75 17422.50 per IS 2720 NOTE: The frequency of test for Earthwork in Embankment is as decided by Engineer in Charge.

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

4 013110 Earthwork in cutting (Classified) in formation, trolley refuges, side drains, level crossing approaches, platforms, catch water drains, diversion of nallah & finishing to required dimension and slopes to obtain a neat appearance to standard profile inclusive of all labour, machine and materials and removing & leading all cut spoils either to make spoil dumps beyond 10m. from cutting edge or for filling in embankment with all leads within the section limit, lifts, ascent, descent, loading, unloading, all taxes/royalty, clearance of site and all incidental charges, bailing & pumping out water if required, etc., complete as per directions of the Engineer-in-Charge. The work is to be executed as per Latest / updated edition of "Guidelines for Earthwork in Railway Projects" issued by RDSO, Lucknow. Cut trees shall be property of Railways and to be deposited in the railway godown unless specified otherwise in the Special conditions of contract. a) 013111 In all conditions and classifications of soil except rock 500 cum 140.40 70200.00 b) 013112 Soft rock not requiring blasting in all Conditions 100 cum 211.45 21145.00

Note: Note - (i) All usable earth arising from cut spoils shall be led into bank formation and Unusable spoils shall be dumped / stacked (ii) All hard rock /and boulders not fit for filling will be stacked by the contractor and will be property of the Railways.

( Items Four (04) only) TOTAL Rs. 6392319.50 Contractors Percentage Above/ At par/ Below TOTAL OF SCHEDULE 'A' NOTE The tenderer is required to quote a uniform percentage rate Above/At par/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:03) Page 91

SOUTH CENTRAL RAILWAY NAME OF WORK:- VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard

SCHEDULE 'B' (ITEMS THAT ARE NOT COVERED BY IR UNIFIED SSR - 2010 FOR SC RAILWAY)

USSR/ Rate Amount Sl No. Description of item Qty. Unit NS No. Rs. Ps. Rs. Ps. 1 NEW NS Providing selected contractor's own earth of SQ2 / SQ3 quality 4000 cum 214.00 856000.00 (Layer I below the blanket layer) upto maximum thickness of 1.00m as per RDSO guide lines for earth work GE:0014 in formation with approved quality earth with contractor’s materials including excavation in quarries, leading to site of work by contractor’s vehicles, spreading in layers as specified in RDSO guide lines including demarcation and setting out profile , levelling, sectioning to profile, watering and compacting the layer to get MDD, CBR, plasticity index etc., as specified in RDSO guide lines GE:0014 using vibratory rollers with all lead and lift etc., duly ensuring the clearance, removing of shrubs, roots of vegetation growth, heavy grass, benching of existing slope of old bank, all handling/ rehandling etc., Wherever required as per specifications and as directed by the Engineer-in-charge.. Note: I) Seigniorage charges/fee are to be borne by the contractor as per the special conditions of the contract. II) Rate includes compaction and conducting of required laboratory tests such as CBR, MDD, Percentage of fines, Plasticity index etc., as per the specified frequency in RDSO guidelines for earthwork GE-14 and no seperate payment will be made. III) Measurement will be made on the final profile after compaction. ( Item One (01) only) Total Rs. 856000.00

Contractors percentage Above/At par/Below Total of Schedule B : NOTE The tenderer is required to quote a uniform percentage rate Above/At par/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:03) Page 92

SOUTH CENTRAL RAILWAY NAME OF WORK:- VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard

SCHEDULE 'C' (ITEMS THAT ARE NOT COVERED BY IR UNIFIED SSR ‐ 2010 FOR SC RAILWAY)

Sl USSR/ Rate Amount Description of item Qty. Unit No. NS No. Rs. Ps. Rs. Ps. 1 -- Providing of Blanketing over finished formation as per 9000 cum 1140.00 10260000.00 latest RDSO specifications and procedures by supplying materials of approved quality spreading in layers not exceeding in 30cm in thickness in loose conditions and leveling by motor grader/dozer and compacting by vibro roller of required capacity upto desired degree of compaction, finishing of correct profile with all lead and lift, complete in all respect upto the satisfaction of Railway site engineer. Rate also includes watering wherever required, all tools, plants, machinery, testing equipment and all testing charges, labours, all taxes , Royalties, Octroi etc., as may be required. The work shall be carried out as per RDSO Guidelines and specifications for Design of Formation for Heavy Axle Load (Report No. RDSO/2007/GE: 0014 of November 2009) for mechanically produced blanketing material for Railway Formation.

Note: 1)The Quality Control tests as prescribed vide Para 12&13 of RDSO/2007/GE: 0014 shall be arranged at site by the Contractor, for which No separate payment will be made.

2) The tenderer is requested to go through specifications of blanketing material as per GE- 0014 RDSO specification. The blanketing material is expected to be manufactured in quarry/ site with pug mill type blender from stone crushed material of required quality as per specification with the grading falling in the enveloping curve. The rate includes the CBR tests, Los angels abrasion test, impact tests, Atterberg limits, grain size analysis, MDD and all quality tests as per specification to be carried as per the laid down frequency on blanketing material/ compacted finished blanket surface.

3) Measurement will be made on finished profile after compaction.

( Item One (01) only) Total Rs.

Contractors percentage Above/At par/Below

Total of Schedule C : 10260000.00 NOTE The tenderer is required to quote a uniform percentage rate Above/At par/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:03) Page 93

SOUTH CENTRAL RAILWAY NAME OF WORK:- VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard SCHEDULE 'D' (ITEMS THAT ARE NOT COVERED BY IR UNIFIED SSR - 2010 FOR SC RAILWAY)

Sl USSR/ Rate Amount No NS Description of item Qty. Unit Rs. Ps. Rs. Ps. . No.

1 228 Consultancy work for developing structural design for Relay, 90 1 40.00 3600.00 Battrey & IPS Rooms (Foundation to be designed to cater for Sqm ground floor + first floor) and submit the RCC drawings including proof checking for the approval of Railways with contractors structural engineers, all stationery, all taxes etc., complete to the condition of contract, specification and as directed by Engineer-in-charge.

2 301 Providing and spreading moorum for widening of formation / 4000 1 236.00 944000.00 platforms /approach roads / circulating areas with locally available Cum 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.

3 1701 Preparation and submission of Completion drawings of major/Minor bridges showing plan, elevation, section, notes and other relevant particulars to appropriate scale as per Railway engineering code, prepared in AUTO CAD on 50 Micron thickness tracing film, including submission of check print for proof check, to incorporate corrections and modifications as suggested by the Railway administration. Showing the exg. particulars in Indian ink and completed in Red ink as per the details given by Railways, with contractor's materials, labour, tools, plant etc., in the following sizes as per special conditions and as directed by Engineer-in-charge.

(a) b) A-1 Size and size in between A2 and A1 3 Each 4000.00 12000.00 4 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) Unskilled 540 Per 236.00 127440.00 day

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

b) Semi- Skilled / Unskilled Supervisory 180 Per 276.00 49680.00 day 5 2305 Fabrication, supply and fixing with concrete foundation of Caution 2 Each 4113.00 8226.00 indicator boards as per standard drawing made of retro-reflective high density grade sheeting of thickness of 0.20 to 0.30 mm thick board made from smooth, hard and corrossion resistant aluminium sheet the gauge conforming to the specifications, outlines by R.D.S.O/Lucknow and as per relevant para / annexure of IRPWM wherever applicable. using pressure sensitive adhesive the aggressive - tack type requiring no heat / heat applied heat-vacuum applicator method, along with back support of 25mm x 25mm x 3mm angle iron including fixing the warning boards to MS post (angle) of size 50x50x6mm including painting on back side of the board and the MS post as per the sketch and specifications with all lead and lift, loading and unloading, transporting, crossing of tracks incidental charges with Contractor's own labour, materials, tools, plant, consumable stores, paints, etc., as directed by the Engineer.Note:-(i) If Railways decide for non-fixing of boards with concrete foundation due to reasons whatsoever an amount of Rs.350/- will be deducted for each board. (ii) The Retro-Reflective boards shall conform to the relevant pecifications. iii) The rates provided are inclusive of cost of O.P. cement required for the work.

6 2306 Fabrication, supply and fixing with concrete foundation of 2 Each 5903.00 11806.00 Termination indicator boards (T/P and T/G) as per standard drawing made of retro-reflective high density grade sheeting of thickness of 0.20 to 0.30 mm thick board made from smooth, hard and corrossion resistant aluminium sheet the gauge conforming to the specifications, outlines by R.D.S.O/Lucknow and as per relevant para / annexure of IRPWM wherever applicable. using pressure sensitive adhesive the aggressive - tack type requiring no heat / heat applied heat-vacuum applicator method, along with back support of 25mm x 25mm x 6mm angle iron including fixing the warning boards to MS post (angle) of size 50x50x6mm including painting on back side of the board and the MS post as per the sketch and specifications with all lead and lift, loading and unloading, transporting, crossing of tracks incidental charges with Contractor's own labour, materials, tools, plant, consumable stores, paints, etc., as directed by the Engineer. Note:-(i) If Railways decide for non-fixing of boards with concrete foundation due to reasons whatsoever an amount of Rs.350/- will be deducted for each board. (ii) The Retro-Reflective boards shall conform to the relevant pecifications. iii) The rates provided are inclusive of cost of O.P. cement required for the work.

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

7 2307 Fabrication, supply and fixing with concrete foundation of Speed 2 Each 3796.00 7592.00 indicator boards as per standard drawing made of retro-reflective high density grade sheeting of thickness of 0.20 to 0.30 mm thick board made from smooth, hard and corrossion resistant aluminium sheet the gauge conforming to the specifications, outlines by R.D.S.O/Lucknow and as per relevant para / annexure of IRPWM wherever applicable. using pressuresensitive adhesive the aggressive - tack type requiring no heat / heat applied heat-vacuum applicator method, along with back support of 25mm x 25mm x 3mm angle iron including fixing the warning boards to MS post (angle) of size 50x50x6mm including painting on back side of the board and the MS post as per the sketch and specifications with all lead and lift, loading and unloading, transporting, crossing of tracks incidental charges with Contractor's own labour, materials, tools, plant, consumable stores, paints, etc., as directed by the Engineer.Note:-(i) If Railways decide for non-fixing of boards with concrete foundation due to reasons whatsoever an amount of Rs.350/- will be deducted for each board. (ii) The Retro-Reflective boards shall conform to the relevant pecifications. iii) The rates provided are inclusive of cost of O.P. cement required for the work.

( Items Seven (07) only) Total Rs. 1164344.00 Contractors percentage Above/At par/Below Tota of Schedule D : NOTE The tenderer is required to quote a uniform percentage rate At par/Below/Above 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 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:03) Page 96

SOUTH CENTRAL RAILWAY NAME OF WORK:- VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard

SCHEDULE "E" (ITEMS THAT ARE COVERED BY IR UNIFIED SSR - 2010) FOR BRIDGE WORKS Sl USSR/ Rate Amount N Description of item Qty. Unit NS No. Rs. Ps. Rs. Ps. o. 1 011010 Earthwork in excavations as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in. a) 011011 All kinds of soils 3400 Cum 100.28 340952.00 b) 011012 Ordinary rock (not required blasting) 1400 Cum 292.78 409892.00 2 011050 Extra for lead of earth work above initial lead of 50m, in all kind of soils and rocks : a) 011051 lead over 50m and upto 150m 10200 cum 12.85 131070.00 b) 011052 lead over 150m and upto 500m 3400 cum 10.10 34340.00

3 011070 Extra for every additional lift of 1.5m or part thereof, after the initial 2500 Cum 9.70 24250.00 1.50m , for earth work in all soils

4 012040 Filling, Watering and ramming earth in 15 cm layers in floors and 3400 Cum 22.30 75820.00 foundations with surplus earth from foundations including 50m lead and 1.5m lift

5 012050 Supply and filling sand in plinth and under floors including 500 Cum 615.03 307515.00 Watering, ramming, consolidation and dressing complete

6 014100 Extra rate for quantities of works executed. Note - The extra percentage rate is applicable in respect of each item, but limited to quantities of work executed in these difficult conditions. a 014101 In or under water and/or liquid mud, including pumping out water as 800 cum 20.05 16040.00 required. Note - In or under water means locations/levels where there is continuous ingress of water.

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

7 014110 Providing and removing barricading with the help of portable 2500 1Met 86.00 215000.00 fencing along the running track where the work is to be done in re close vicinity of the track. Fencing shall consist of self supporting steel angles of size 50 x50x6mm, 1.5m long provided with hooks etc. and embedded in CC 1:2:4 block of size 0.23x0.23x0.23M placed at c/c distance of 2.0 M along the track. 12 mm dia rods in three horizontal layers tack welded with the angle posts including providing Retro-reflective tapes in Horizontal & vertical direction. Note : Released material will be the property of the contractor after the completion of work. Cost of cement to be paid separately.

8 031010 Providing and laying in position cement concrete of specified proportion excluding the cost of cement, centering and shuttering - All works up to plinth level: a) 031012 1:3:6 (1cement : 3 sand : 6 graded stone aggregate 40 mm nominal 300 Cum 1865.68 559704.00 size)

9 031050 Providing and laying in position cement concrete M 20 Grade, excluding the cost of cement and of centering and shuttering, as per direction of Engineer in charge: a) 031051 All works up to plinth level 50 Cum 2190.22 109511.00 b) 031052 All works above plinth level in retaining walls, walls (of any width) 150 Cum 2343.58 351537.00 including attached pilasters, columns, pillars, posts, struts, buttresses, anchor blocks, parapets, copings, bed blocks, string courses fillets etc., 10 031060 Centering and shuttering including strutting, propping etc. and removal of form for: a) 031061 Foundations, footings, bases of columns 500 Sqm 132.95 66475.00 b) 031062 Retaining walls, return walls, walls (any thickness) including 750 Sqm 227.72 170790.00 attached plasters, buttresses, plinth and string course fillets etc., c) 031063 Columns, pillars, posts, struts and miscellaneous works 10 Sqm 291.15 2911.50 11 032080 Providing Precast plain cement concrete jali 1:2:4 (1cement : 2 sand : 4 stone chips 12.5mm nominal size) including hoisting and setting in position with cement mortar 1:3 (1 cement : 3 coarse sand) including the cost of centering, shuttering and finishing complete including the cost of cement and of plastering of jambs, sills and soffits. a) 032082 50 mm thick 5 Sqm 183.97 919.85 12 041010 Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge a) 041011 All work up to plinth level, including raft foundation of washable 630 Cum 2326.70 1465821.00 aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc. b) 041015 In kerbs, steps and the likes etc., 5 Cum 2653.69 13268.45

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

13 042010 Centering and shuttering including strutting, propping etc. and removal of form for: a) 042011 Foundations, footings, bases of columns, raft foundation of 520 Sqm 132.50 68900.00 washable aprons, pile caps, footings of FOB etc. b) 042013 Suspended floors, roofs, landings, balconies, FOB slabs, walkway 1500 Sqm 230.70 346050.00 slabs and access platforms c) 042014 Lintels, beams, plinth beams, bed rocks, girders, bressumers and 100 Sqm 199.23 19923.00 cantilevers d) 042015 Columns, pillars, posts and struts 300 Sqm 291.20 87360.00 e) 042016 Stairs (excluding landings) except spiral stair cases 20 Sqm 265.10 5302.00 14 042020 Centering and shuttering including strutting, propping etc. and removal of form for special shapes a) 042025 Edges of slabs and beams in floors and walls under 20 cm wide 100 metr 79.60 7960.00 e b) 042029 Weather shade, chajjas, corbels etc., including edges 70 Sqm 360.91 25263.70 15 042030 Extra for additional height in centering, shuttering wherever 100 Sqm 91.00 9100.00 required with adequate bracing, propping etc. including cost of de- shuttering and de-centering at all levels, over a height of 3.5m, for every additional height of 1 metre or part thereof in suspended floors, roofs, landing, beams and balconies (Plan area to be measured) 16 043010 Providing, hoisting and fixing in position up to floor two level M20 Grade precast RCC work including setting in cement mortar 1:3 (1 cement : 3 coarse sand) and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete including cost of centering, shuttering, finishing, Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability, excluding cost of cement and steel reinforcement, as per approved plan & direction of Engineer in charge. a) 043011 In string courses, bands, coping, bed plates, anchor blocks, plian 2 Cum 2832.47 5664.94 window sills and the like b) 043014 In shelves, cantilevers, chajjas, sunshades etc. 5.00 Cum 3770.47 18852.35 c) 043015 In slabs for drain covers, manhole covers, flue tops etc., 5.00 Cum 2982.20 14911.00 17 051020 Brick work with modular bricks of class designation 7.5 in foundation and plinth in : a) 051026 Cement mortar 1:6 (1 cement: 6 coarse sand) 130 Cum 1992.20 258986.00 18 051040 Extra over item 051010 & 051020 for brick work in superstructure 130 Cum 166.76 21678.80 beyond plinth level upto floor two level

19 051180 Half brick masonry with bricks of class designation 7.5 m in foundations and plinth in; a) 051182 Cement mortar 1:4 (1 cement: 4 coarse sand) 20 Sqm 272.84 5456.80 20 051190 Extra for half brick masonary in super structure above plinth level 20 Sqm 46.13 922.60 upto floor two level

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

21 057100 Add or deduct from rates of brick work-when the bricks specified or permitted to be used by Engineer are of Class designation other than 7.5 a) 057104 Deduct for class designation 3:5 135 Cum -655.33 -88469.55 22 061010 Random rubble masonry with hard stone in foundation and plinth including leveling up with concrete as per specifications, up to plinth level with : a) 061013 Cement mortar 1:6 (1 cement: 6 coarse sand) 200 Cum 1980.47 396094.00 23 065270 Drilling or cutting holes in hard stone: a 065272 Exceeding 20mm and upto 40mm dia 50 Mete 236.84 11842.00 r 24 071010 Providing wood work in frames of doors, windows, clearstory windows and other frame and trusses, wrought, framed and fixed in position: a) 071011 second class teak wood 300 cud 69.49 20847.00 m 25 072010 Providing and fixing panelled/glazed or panelled and glazed shutters for doors, windows and clearstory windows including ISI marked black enamelled M.S. butt hinges with necessary screws excluding, panelling/glazing which will be paid for separately. a) 072011 second class teak wood, 35 mm thick 3.00 Sqm 1794.78 5384.34 26 072150 Providing and fixing flush door shutters to IS: 2202 Part-I non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3ply veneering with vertical grains or cross bands and face veneers on both faces of shutters a) 072151 35mm thick including ISI marked stainless steel butt hinges with 20.00 Sqm 1073.53 21470.60 necessary screws

27 072160 Extra for providing and fixing flush doors with teak veneering on 10 Sqm 351.93 3519.30 one side in item No.072150 28 073010 Providing and fixing 25mm thick panelled or panelled and glazed shutters for cup board etc. including ISI marked black enamelled MS butt hinges with necessary screws ( Panelling & glazing with 4mm float glass) a) 073011 Second class teak wood. 2 Sqm 1977.78 3955.56 29 077140 Providng and fixing bright finished brass hanging type floor door 10 Each 57.05 570.50 stopper with necessary screws etc. complete

30 078020 Providing and fixing aluminium sliding door bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade with nuts and screws etc. complete a) 078021 300x16mm 1 Each 95.91 95.91 078022 250x16mm 4 Each 84.29 337.16 b)

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

31 078030 Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1858) transparent or dyed to required colour or shade with necessary screws etc. complete a) 078032 250x10mm 18 Each 41.29 743.22 32 078060 Providing and fixing aluminium handles lSI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade with necessary screws etc. complete a) 078061 125 mm 22 Each 17.85 392.70 33 078130 Providing and fixing factory made P.V.C, door frame of size 10 metr 387.59 3875.90 50x47mm with a wall thickness of 5mm, made out of extruded 5mm e rigid PVC foam sheet mitered at corners and joined with 2 Nos. of 150mm long brackets of 15x15mm M.S, square tube, the vertical door profiles to be reinforced with 19x19mm M,S. square tube of 19 gauge, EPDM rubber gasket weather seal to be provided through out the frame. The door frame to be fixed to the wall using M.S. screws of 65/100mm size complete as per manufacturers specification and direction of Engineer-in-Charge

34 078190 Providing and fixing to existing door frame 24mm thick factory 4 Sqm 1746.95 6987.80 made PVC door shutters made of styles and rails of a PVC hollow section of size 34mm x 24mm with a wall thickness 2mm+0.2mm, The styles and rails mitered cut and joined at corners by means of M.S. galvanized / plastic brackets of size 75mmx220mm having wall thickness 1.0mm/solid and fix with stainless steel screws, The styles of shutter reinforced by inserting galvanized M.S. tube of size 19x19mm with a wall thickness 1mm (+) or (-)1mm. The shutter frame filled with a PVC multi-chambered single panel of size 20 x 762mm with a wall thickness 1mm(+/-)0.1mm. The panels filled vertically and tie bar at two places by inserting horizontally 0.6mm Galvanized M,S, rod and fastened with nuts and washers. All complete as per manufacturer's specification and direction of Engineer-In-Charge

35 092010 Cement concrete flooring 1:2:4 (1cement: 2coarse sand: 4graded stone aggregate) finished with a floating coat of neat cement including cement slurry, but excluding the cost of nosing of steps etc. complete a) 092011 25mm thick with 12.5mm nominal size stone aggregate 200 Sqm 98.53 19706.00

36 094060 Providing & fixing Precast Chequered tiles conforming to IS:13801:1993, manufactured under mechanical vibration & hydraulic pressing machine in double layer; top layer of 10 to 12 mm thickness of Dolomite Powder, graded chips, fibre and UV stabilised iron oxide Lanexess colour and bottom layer of 1:3 CC mixed with galvanised steel fibre of approved quality, jointed with neat cement slurry mixed with pigment to match shade of tiles including rubbing and cleaning etc. complete on 20mm thick bed of cement mortar 1:4 of sizes : a) 094062 300mm x 300mm x 30mm thick 100 Sqm 574.75 57475.00

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

37 094070 Providing and fixing 10mm thick heavy duty acid and/or alkali resisting factory made tiles conforming to Group V-RD series of approved make and colour using acid and /or alkali resisting mortor bedding and joints filled with acid and/or alkali resistance cement as per IS:4457 complete including cost of acid/alkali resisting cement. a) 094071 In flooring on a bed of 10 mm thick mortar 1:4 (1Appopriate 50 Sqm 824.31 41215.50 cement:4 coarse sand) b) 094072 In dado/skirting on 12 mm thick mortar 1:4 (1Appopriate cement:4 5 Sqm 889.75 4448.75 coarse sand)

38 095010 Providing and fixing 1st quality Ceramic tiles conforming to Group B-III (Ceramic Wall Tiles) of IS:15622 of manufacturers approved by railway in all colours, shades, and design as, approved by the Engineer-in-Charge in skirting, risers of steps and dado over 12mm thick bed of cement mortar 1:3(lcement; 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete a) 095012 200x300mm 50 Sqm 528.39 26419.50 39 095020 Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of cement mortar 1:4 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete a) 095021 Of Group B-II Clause 5.1 (for abrasion resistance) of IS:15622 50 Sqm 477.57 23878.50 (Ceramic FloorTiles) of size 300x300mm

40 095026 Of Group B-I-a of IS : 15622 (Vitrified tiles) of size above 50 Sqm 775.21 38760.50 400x400mm upto 600x600 mm

41 108160 Providing and fixing on wall face unplasticised - Rigid PVC single socketed rain water pipes conforming to I5: 13592 Type A including jointing with seal ring conforming to IS: 5382 leavinq 10mm gap for thermal expansion. a) 108162 110mm dia. 30 metr 226.14 6784.20 e 42 108180 Providing and fixing on wall face unplasticised- PVC moulded bend and shoe for unplasticised- Rigid PVC rain water pipes conforming to IS: 13592 Type A including jointing with seal ring conforming to IS: 5382 leaving 10mm gap for thermal expansion a) 108182 Bend 87.5, 110 mm dia bend 6 Each 185.28 1111.68 43 108190 Providing and fixing unplasticised- PVC pipe clips of approved design to unplasticised- PVC rain water pipes by means of 50x50x50mm hard wood plugs, screwed with M.S screws of required length including cutting brick work and fixing in cement mortar 1:4 (lcement: 4coarse sand) and making good the wall etc. complete a) 108192 110mm 15 Each 134.59 2018.85

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

44 109200 Providing and fixing permanently colour coated trapezoidal profiled 50 Sqm 543.10 27155.00 sheet of depth 28-30mm at 195-205mm pitch distance with precisely engineered “Rib & Flute” design. Profiled sheets shall be min. 0.5mm TCT/0.45mm BMT high tensile zinc aluminium alloy coated zincalume / galvalume steel sheet (550 mpa yield strength) having a coating of mass of 150 gsm zinc- aluminium coating AZ- 150 total on both sides as per, AS 1397:1993 finished with 20 microns approved colour coating of Silicon Modified Polyester (SMP) / Super Polyester paint coat on exposed surface over a primer coat of 5 microns and a back coat of 5 microns on reverse side over a 5 microns primer coat. There shall be 2 small ribs/square flutes between profiles for providing additional strength. The sheet to be fixed over the purlins with hexagonal head self drilling suitable fasteners with neoprene / EPDM washer on crests of the sheet 45 109260 Providing & fixing of coloured galvalume plain sheet flashing at ridges / apex junctions of roofing cladding, cover / corner / barge pieces etc., in required shape, colour duly fixed with stitching screws (with EPDM washers etc., as per site requirement) a) 109262 601mm to 1200 mm width (girth) 20 R 546.43 10928.60 metr e 46 111040 12 mm cement plaster of mix - a) 111041 1:4 (1 cement: 4 coarse sand) 280 Sqm 69.07 19339.60 b) 111042 1:6(1cement: 6 coarse sand) 600 Sqm 69.07 41442.00 47 111050 15 mm cement plaster on the rough side of single or half brick wall of mix a) 111051 1:4 (1 cement: 4 coarse sand) 100 Sqm 79.48 7948.00 b) 111052 1:6(1cement: 6 coarse sand) 800 Sqm 79.48 63584.00 48 111060 20 mm cement plaster of mix - a) 111061 1:4 (1 cement: 4 coarse sand) 100 Sqm 93.62 9362.00 b) 111062 1:6(1cement: 6 coarse sand) 200 Sqm 93.62 18724.00 49 111150 Cement plaster to ceiling of mix a) 111151 6 mm thick 1:3 (1 cement: 3 fine sand) 300 Sqm 58.34 17502.00 50 114040 Pointing on stone work with cement mortar 1:3 (1cement: 3fine sand) a 114041 Flush/ Ruled pointing 350 Sqm 78.05 27317.50

51 115040 Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade a) 115042 New work (two or more coats of distemper) over and including 1200 Sqm 60.34 72408.00 priming coat with distemper primer

52 115110 Finishing walls with water proofing cement paint of required shade 1200 Sqm 38.31 45972.00 two or more coats on new work applied @ 3.84 Kg/10 sqm

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

53 115200 Extra for applying water proofing cement paint as primer applied @ 20 Sqm 0.49 9.80 2.2kg/10 sqm instead of primer for exterior finishing.

54 121010 Applying priming coat a) 121011 With ready mix pink or grey premier of approved brand and 60 Sqm 23.63 1417.80 manufacture on woodwork (hard and soft wood)

55 131140 Providing and fixing Medium grade G.I. pipes complete with G.Ifittings and clamps, including cutting and making good the walls etc.concealed pipe including painting with anticorrosive bitumastic paint,cutting chase and making good the wall. a) 131141 15 mm dia. nominal bore 15.00 metr 172.64 2589.60 e b) 131142 20 mm dia. nominal bore 20.00 metr 196.68 3933.60 e 56 131150 Providing and fixing medium grade G. I. pipes complete with GI fittings including trenching and refilling etc. External Work a) 131151 15 mm dia. nominal bore 25.00 metr 118.10 2952.50 e b) 131152 20 mm dia. nominal bore 30.00 metr 142.14 4264.20 e c) 131153 25 mm dia. nominal bore 80.00 metr 196.18 15694.40 e d) 131156 50 mm dia. nominal bore 50.00 metr 335.65 16782.50 e 57 132010 Providing and fixing brass bib cock of approved quality a) 132011 15 mm nominal bore 3.00 Each 119.70 359.10 58 132030 Providing and fixing gun metal gate valve with C.I wheel of approved quality (screwed end) a) 132031 25 mm nominal bore 4.00 Each 339.74 1358.96 b) 132034 50 mm nominal bore 1.00 Each 819.15 819.15 59 132180 Providing and fixing C.P. brass bib cock, 15mm nominal bore, of 5.00 Each 307.27 1536.35 approved quality conforming to IS:8931

60 136150 Providing and placing on terrace staging (at all heights) 4000.00 Litre 6.43 25720.00 polyethylene water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank

61 141010 Providing, laying and jointing glazed stoneware pipes grade 'A'as per IS:651 including bends etc. with stiff mixture of cement mortar in the proportion of 1:1 (lcement : lfine sand) including testing of joints etc,complete a) 141011 100mm diameter 20.00 Metr 139.31 2786.20 e b) 141012 150mm diameter metre 30.00 Metr 205.15 6154.50 e

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

62 141050 Providing and fixing square-mouth S.W. gully trap grade 'A' complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300x300mm size (inside) the weight of cover to be not less than 4.50k9 and frame to be not less than 2.70kg as per standard design a) 141051 100x100mm size P type With F.P.S. bricks class designation 75 2.00 Each 1087.30 2174.60

63 151010 Providing and fixing water closet squatting pan (Indian type W,C. pan) with 100 mm sand cast iron P or S trap, l0litre low level white, P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS: 7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required a) 151011 White vitreous China Orissa patern W.C.pan of size 580x440 mm 2.00 Each 2854.42 5708.84 with integral type foot rests

64 151080 Providing and fixing special type wash basin with C.I/ M.S; brackets, 15mm C.p, brass pillar taps,32mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever required a) 151081 White, vitreous china Surgeon type wash basin of size 660x450mm 2.00 Each 2271.72 4543.44 with single 15mm C.P. brass piliar taps with elbow operated levers ISI marked

65 152110 Providing and fixing 600x450mm bevelled edge mirror, 5.5 mm 2.00 Each 711.82 1423.64 thick of float glass (of approved quality) complete with 6mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete.

66 171260 Grading/ Regarding of roof for water proofing treatment with: a) 171262 Cement mortar 1:3 (1cement : 3coarse sand) 10.00 Cum 2894.87 28948.70 67 181020 Demolishing plain cement concrete including disposal of material within 50m lead a 181021 1:2:4 or richer mix with max. 20 mm coarse aggregate 40 Cum 510.54 20421.60 b 181023 Dismantling concrete kerb stones/rail level platform stones/concrete 20 Cum 548.75 10975.00 beams / slabs or similar light structural parts/stones without appreciable damage including stacking. 68 181030 Demolishing R.C.C. work including cutting and stacking of steel 20 Cum 744.82 14896.40 bars and disposal of unserviceable material within 50m lead. (Extra payment for scraping, cleaning and straightening of bars to be made separately) 69 181040 Extra over Item Nos. 181021 and 181050 if pavement breaker is 20 Cum 223.44 4468.80 used on orders of Engineer 70 181060 Extra for scraping, cleaning, straightening reinforcement from 50 Kg 1.98 99.00 R.C.C. or R.B. work 71 182030 Demolishing stone rubble masonry including stacking of serviceable material and disposal of unserviceable material within 50m lead

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:03) Page 105 a 182031 Dry masonry 10 Cum 181.81 1818.10 b 182033 In cement mortar 20 Cum 514.68 10293.60

72 182040 Dismantling dressed stone work, ashlar face stone work, marble work, including stacking of serviceable and disposal of unserviceable material within 50m lead a 182042 In cement mortar 10 cum 602.12 6021.20

73 192010 Earth work in excavation for foundations and floors of the bridges, retaining walls etc., including setting out, dressing of sides, ramming of bottom, getting out the excavated material, back filling in layers with approved material and consolidation of the layers by ramming and watering etc. incl. all lift, disposal of surplus soil upto a lead of 300 M, all types of shoring and strutting with all labour and material complete as per drawing and technical specification as directed by Engineer in charge. a 192011 All kinds of soils 920 Cum 147.10 135332.00 b 192012 Ordinary rock 50 Cum 207.73 10386.50

74 192020 Extra for the quantity of works, executed in or underwater and or 20% of Basic liquid mud including pumping out water as required. Items a 192021 All kinds of soils 552 Cum 29.42 16239.84 b 192022 Ordinary rock 10 Cum 41.55 415.50 75 192030 Providing and laying Plain Cement Concrete 1:3:6 with graded 107 Cum 1547.96 165631.72 stone aggregate of 40 mm nominal size, in foundation and floors, retaining walls of bridges including mechanical mixing, vibrating, pumping and bailing out water where ever required with all materials and labour complete but excluding the cost of cement and shuttering as per drawings and technical specifications as directed by Engineer.

76 192040 Providing and laying in position machine mixed, machine vibrated 400.00 Cum 1940.73 776292.00 and machine batched Design Mix Cement Concrete M35 grade (Cast - in Situ) using 20 mm graded crushed stone aggregate and coarse sand of approved quality in RCC raft foundation & Pile cap including finishing, Using Admixtures in recommended proportions ( as per IS 9103), if approved in Mix design to accelerate or retard setting of concrete and/or improve workability without impairing strength and durability complete as per specifications and direction of the Engineer in charge. Payment for cement, reinforcement and shuttering shall be paid extra

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

77 192050 Providing and laying in position machine mixed, machine vibrated 430.00 Cum 1940.73 834513.90 and machine batched Design Mix Cement Concrete M20 grade (Cast - in Situ) using 20 mm graded crushed stone aggregate and coarse sand of approved quality in Abutment, pier, wing walls and return walls of Mass cement concrete above RCC raft Including finishing complete as per specifications and direction of the Engineer in charge. Payment for cement, reinforcement and shuttering shall be paid extra 78 194010 Providing and laying in position machine mixed, machine vibrated 138 cum 1940.73 267820.74 and machine batched Design Mix Cement Concrete M35 grade (Cast - in Situ) In Top / Bottom slab, side walls, toe wall and sumps haunch filling head walls or any other component using 20 mm graded crushed stone aggregate and coarse sand of approved quality of cast-in-situ RCC box of size upto 5 M (bigger inside dimension) including finishing, Admixtures in recommended proportions (as per IS 9103), if approved in Mix design, to accelerate, retard setting of concrete, improve workability without impairing strength and durability, complete as per drawings and technical specifications as directed by Engineer in charge. Payment for cement, reinforcement and shuttering shall be paid extra. 79 195010 Deduct if 40mm graded stone aggregate is used in place of 20mm 430.00 Cum -406.53 -174807.90 graded stone aggregate in any grade of concrete. (Deduction to be made for quantity of concrete) 80 195020 Providing and applying two coats of coal tar or bitumen confirming 350 Sqm 98.90 34615.00 to IS 3117 - 1965 on the top and sides of RCC box/slabs @ 1.70 Kgs/Sqm after cleaning the surface with all labour and materials complete job as directed by the Engineer. 81 195030 Centring and shuttering including strutting, propping etc. and removal of form for : a 195031 RCC raft foundation & Pile cap 120 Sqm 132.50 15900.00 b 195032 Abutment, pier, wing walls and return walls 1000 Sqm 227.70 227700.00 c 195033 Abutment cap, Pier Cap, Inspection Platform & Pedestal over Pier 60 Sqm 230.70 13842.00 cap, Fender wall, Diaphragm wall, etc. d 195034 Approach slab at formation level, Dirt wall/ ballast wall at formation 20 Sqm 132.50 2650.00 level e 195038 In Bottom/top slab, side walls, toe wall and sumps haunch filling 1200 Sqm 227.70 273240.00 head walls or any other component 82 221050 Providing and laying Pitching with stone boulders weighing not less 320 cum 1036.61 331715.20 than 35 kg each with the voids filled with spalls on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment complete as per drawing and Technical specifications (Filter media to be paid separately under the relevant item)

83 222010 Providing and laying Flooring with rubble stone , laid over 15 cm 80 cum 1613.35 129068.00 thick CC 1:2:4 and the voids filled with CC 1:2:4 complete with the joints pointed with 1:2 Cement sand mortar as per drawing and Technical specifications. Payment for cement to be done separately. Voids in the rubble stone to be taken as 35% of the gross volume of the stone layer. (Base concrete to be paid extra)

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

84 222020 300 mm thick (average) Dry stone flooring with boulders of not less 117 cum 1002.95 117345.15 than 35 kg each in weight , hand packed with surface levelled off to the correct section with hammer dressing as necessary on the ground including filling the gaps with quarry spalls and ordinary sand complete including the cost of supply of all materials, labour, lead, lift, tools, plants, crossing of tracks and the like as per drawing and technical specification as directed by Engineer.

85 222040 Supply and laying of coarse sand including consolidation, supply of 66 cum 1083.60 71517.60 all materials, labour, lead, lift, tools, plants, crossing of tracks as per drawing and technical specification as directed by the Engineer incharge in case loose slush is encountered at site of foundation before casting the foundation or before laying the filtering media

86 222180 Providing and laying of filter media consisting of granular materials 300 Cum 1102.53 330759.00 of GW, GP, SW groups as per IS 1498-1970 in required profile behind boulder filling of abutments, wing walls / return walls etc above bed level with all labour and material complete job as per drawing and technical specification of RDSO Guidelines 87 222230 Painting the HFL and danger level marks, year of HFL on bridge 6 Each 109.96 659.76 abutments and piers with ready mix paint as per standard in two Mark coats over coat of primer with all materials, labour, tools, scaffolding, all lead and lift etc including writing complete 88 222240 Providing cast in situ bridge number plaques asper Railway drawing 6 Each 393.19 2359.14 in cement concrete 1:2:4 mix using 20mm hard stone aggregate embedded in 30mm notch in Bridge parapet coping duly engraving the letter and figures and an arrow indicating the direction of flow and finishing the top exposed surface with cement mortar 1:3, painting letters and figures with two coats of black enamel paint on two coats of white back ground with all labour, tools cement,paint etc with all lead and lifts.

89 222250 Providing cast in situ plaques for bridge foundations details of size 6 Each 518.99 3113.94 45X45X5cm in cement concrete 1:2:4 mix using 20mm hard stone aggregate embedded in 30mm deep notch over abutment & piers, engraving the letters & figures with CM 1:3 and finished smooth including painting letters and figures with 2 coats of black enamel and plaque with white enamel with all labour tools cement,paint, curing, etc as a complete job.

90 222290 Providing Boulder backing behind wing wall, return wall, retaining 100 Cum 164.52 16452.00 wall with hand packed boulders & cobbles with smaller size boulders toward the back including all lead, lift, labour& other incidental charges as complete work in all respect. Payment for boulder/cobbles will be done extra

91 222300 Dewtering of natural or accumulated water from any location. 2400 Hp 11.96 28704.00 Payment to be done for Horse power of pump multiplied by Hour pumping hours

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

92 222360 Surface protection of Underside of Bridge Decks, Girders, Inside of 1200 Sqm 244.78 293736.00 Box Girders, Railings, etc. of Bridges and Piers and Substructures which are not in River Bed by cleaning and drying the surface; repairing local defects, e.g. honeycombs with a paste of cement admixed with 5% by weight of cement of Polymer bonding agent, applying (@ 0.30 litre per square metre) a coat (DFT of 100-150 micron) of a translucent brown coloured modified phenolic resin based single component high performance polymeric waterproofing compound (sp. gr. 0.87, rosin content nil and a solid content of minimum 0.47 %), applying (@ 0.25 litre per square metre) a top coat of a modified phenolic resin based single component waterproofing compound of grey or other shades (sp.gr.0.85) before the base coat becomes tack- free; permitting the coatings to cure and dry naturally; the 2-coat system shall be impermeable under a water head of 20.0 metres, complete as per specification

93 231040 Providing and laying water bound macadam with specified stone aggregate, stone screening and binding material including screening, sorting, spreading to template and consolidation with power road roller of 8 to 10 tonne capacity etc. complete. a) 231041 Sub-base with stone aggregate 90mm to 45mm including stone 270 1 1155.43 311966.10 screening 13.2mm size Cum b) 231042 Base course with 63mm to 45mm size including stone screening 180 1 1228.11 221059.80 13.2mm size Cum c) 231043 Base course with 53mm to 22.4mm size including stone screening 90 1 1286.18 115756.20 11.2mm size Cum

94 231080 Providing and spreading 6mm thick layer of red bajri/ moorum, 1800 Sqm 16.90 30420.00 watering and rolling with 3 T roller or light power roller complete including preparation of the surface and rolling

95 252390 Supply of Stone Boulder Weighing minimum 35 Kg Each 100 Cum 575.00 57500.00 96 253030 Supply of Fly proof wire mesh 30.00 sqm 345.00 10350.00

97 Any items as per I.R. Unified Standard Schedule of Rates, 2010 for LS 600000.00 S.C.Railway likely to be operated which are not covered by schedule.

( Items Ninety Seven (97) only) TOTAL Rs. 11633720.38 Contractors percentage Above/At par/Below TOTAL OF SCHEDULE 'E' Rs. Note : The tenderer is required to quote a uniform percentage rate At par/Below/Above over the total value of Schedule- 'E' 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:03) Page 109

SOUTH CENTRAL RAILWAY NAME OF WORK:- VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard.

SCHEDULE "F" (ITEMS THAT ARE COVERED BY IR UNIFIED SSR - 2010)

Sl USSR/ Rate Amount Description of item Qty. Unit No. NS No. Rs. Ps. Rs. Ps.

1 045020 Supplying anti corrosive reinforcement bars with fusion bonded epoxy coating after sand blasting, cleaning, induction, heating etc. of the reinforcement bars

complete as per specification. including cutting, bending, placing in position and binding all complete.

a) 045021 Upto 16mm dia bars 41000.00 Kg 62.96 2581360.00

b) 045022 More than 16mm dia bars 27000.00 Kg 60.52 1634040.00 2 211090 Providing, cutting , fabricating , treating , fixing & painting 2.00 MT 58531.30 117062.60 structural steel confirming to IS:2062 in access ladders, inspection platforms, Trolley refugee, railing, etc, joints welded to neat finish incl. one coat of primer & two coats of synthetic enamel paints

2 081010 Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL

081012 In flats, plates, round or square bars 500 Kg 61.12 30560.00

3 081030 Structural steel work welded in built up sections, trusses and framed work, girders, stagings, racks, etc including cutting, bending, straightening, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL Note for Item 081030 : Purlins and wind bracings shall be paid separately under item 81010.

a) 081031 In RSJ, tees, angles and channels 500 Kg 80.00 40000.00 b) 081032 In flats, plates, round or square bars 1500 Kg 78.40 117600.00

Item THREE (3) only TOTAL 4520622.60 Contractor's Percentage Below /At par / Above Total of Schedule -"F"

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:03) Page 110

NOTE:

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

ii).For' RS' value of PVC bill,the steel component for reinforcement steel items shall be arrived by considering supply of reinforcement steel item of IRUSSR-2010-No.252280-- Rs.43.70 per Kg plus accepted percentage rate of Sch - F

iii) For the 'Rs' value of PVC Bill, the steel component for structural steel component shall be arrived by considering supply of reinforcement steel item of IRUSSR 2010- item No.253830 - Rs.47.15ps per Kg plus accepted percentage rate of Schedule-F.

Signature of the Tenderer / Contractor 13/CAO/C/SC/2016 Dt.29/03/2016 (Item No:03) Page 111

SOUTH CENTRAL RAILWAY

NAME OF WORK:- VIJAYAWADA Division - Vijayawada - Visakhapatnam Section: Proposed Third Line with Electrification between DUVVADA - VIJAYAWADA stations: Earthwork in embankment including blanketting to GE- 0014 Specifications and extension of Minor bridges, Construction of Relay, Battery and Equipment room and other connected miscellaneous works at Narasingapalli yard

SCHEDULE "G" (ITEMS THAT ARE COVERED BY IR UNIFIED SSR - 2010)

USSR/ Rate Amount Sl No. Description of item Qty. Unit NS No. Rs. Ps. Rs. Ps. 1 033060 Supply and using cement at worksite : a 033062 OPC 53 grade 370.00 Tonne 4600.00 1702000.00

( Item One(01) only) TOTAL 1702000.00

Contractors percentage Above/At par/Below TOTAL OF SCHEDULE 'G' 1) The rates provided in respect of cement consuming items of Schedule-E and any cement consuming items operated under item No.97of Schedule-E which are excluding cost of OP cement consumed on the work as per design mix or nominal as applicable to the item and will be paid under the above item.

2) The tenderer is required to quote uniform percentage rate at par/below/above over the total value of Schedule - G both in figures and words. In case of discrepancy in quoted percentage, the percentage rate quoted in words will be taken as final.

3) Payment for supply of cement shall be arranged to the contractor for the actual quantity of cement used in works. Such payments shall be made only through on account/final bills for the works.No payment shall be made for the cement brought to site of work but not used in works.

4) The rate for above item is inclusive of all taxes, Royalties, freight, incidental charges etc., including loading, unloading, lead, lift, descent etc., complete in all respects.

5) Design mix shall be submitted for various mix designs under relevant schedules as per minimum specified cement content mentioned in IRUSSR2010.

Signature of the Tenderer / Contractor