1 Tender No.14/East/2016 (Revised)

ANNEXURE -“I” CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS. (Tenderers are requested to give certificate and/or put (√ ) mark wherever applicable.)

1 Tenderer details: 1.1. Name of the Tenderer 1.2 Identification of Tenderer i. In case of Partnership Firm: A copy of Partnership deed with latest modifications of the deed, if any, attested by any Gazetted Officer. ii. In case of Consortium, JV or MOU: A copy of either JV agreement attested by any Gazetted Officer or MOU in original. iii. In case of Company: A copy of Articles of Association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of registration / Income tax/ PAN No. for filing returns attested by any Gazetted Officer. 2 Particulars of DD/MR submitted towards cost of Tender form. 3 Particulars of MR/BC/DD submitted towards EMD. 4 Engineering Organization in Annexure – “A” 5 List of Plants & Machinery in Annexure – “B” 6 List of works completed during the last three Financial Years in Annexure – “C” 7 List of Works on Hand in Annexure – “D” 8 Attested copy of Experience Certificate in Annexure – “E” 9 Attested copy of Certificate showing Contractual amounts received during the last three Financial years and Current Financial Year in Annexure – “F” 10 NEFT MANDATE FORM 11 Registration Number of APGST / APVAT 12 Any other information / certificates required as per Tender document. 13 Total Number of Annexure submitted ( Number of Pages) Address : Phone No. : Signature of Tenderer/Contractor:

DEN/East/BZA Signature of Tenderer(s) Page 1 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

2 Tender No.14/East/2016 (Revised)

TENDER NO.14/East/2016

Name of work :- SW-1:Krishna Canal-Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016. SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW-3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016. Similar Nature of Any building works including repairs irrespective of number of floors work:- involved. Period of completion Three months E.M.D. `2,73,050/- Approximate value `2,46,08,253/- Cost of Tender form` 10,000/-in person&`10,500/-by Post

1.The offer of tenderer(s) who do not enclose Experience Certificate and Turnover Certificate with requisite details and supporting documents as detailed under Para 2 & 3 of Eligibility Criteria in Page-6 to 8 along with their Tender to establish their credentials shall be summarily rejected, even though they are working contractors or contractors on approved list. 2.Tenderer may please observe the new conditions of the tender document in “ Note to Tenderers” and “Conditions of Tender” vide Sl.No.9 and 10 & Sl.No.25 to 31 respectively.

For Attention of Tenderer Modification of EMD, Performance Guarantee, Security deposit, Introduction of PVC and Token penalty S.No. Details Reference 1 Modification of EMD Item No.7 Conditions of Tender 2 Modification of Performance Guarantee Item No.9 3 Modification of Security Deposit Item No.10 4 Introduction of PVC Item No.11 Special conditions of Contract 5 Implementation of Building and other Construction Item 14 Workers Welfare Cess Act, 1996 6 Token Penalty Item 8(b) Works Contract Clause-13 Name and address of Tenderer Money Receipt/ D.D. No. & date for cost of Tender form enclosed SOUTH CENTRAL RAILWAY WORKS CONTRACT; REGULATIONS OF TENDERS AND CONTRACTS; CONDITIONS OF TENDER; TENDER AGREEMENT FORM Open Tender Notice No. DRM/Works/BZA/09/2016 dt.13-04-2016

Corrigendum No.02/2016 dt.27-04-2016 Last date for issue of tender forms by post 27-04-2016 Last date for issue of tender forms in person 06-05-2016 upto18-00 hours Date and time for submission of tenders 09-05-2016 upto 15.45 Hours Date and time for opening of tenders 09-05-2016 at 16.00 Hours

DEN/East/BZA Signature of Tenderer(s) Page 2 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

3 Tender No.14/East/2016 (Revised)

NOTE TO TENDERERS 1) Tender forms in the prescribed form may be obtained from the office of the Divisional Railway Manager, Works, S.C. Railway, , on production of cash receipt for each tender form at the rates mentioned on the cover page and in the Tender Notice. If any plan/drawing is attached with the tender form, `200/- for plan/drawing will be levied extra. The amount towards the cost of tender form may be remitted to the Divisional Cashier (Pay) S.C.Railway, Vijayawada, Guntur, Secunderabad, Hyderabad, Guntakal and Nanded, Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway and the receipt obtained thereof should be submitted to this office with a requisition for issue of tender form. Money Orders, Postal Orders, etc, will not be considered for issue of tender forms. The tender forms are not transferable and the cost of the tender form is not refundable. This office will not entertain direct payment. Tender Number, Description of the work, etc. should be written on the sealed cover addressed to the Divisional Railway Manager (Works), S.C.Railway, Vijayawada, while submitting the Tender document. 2) The Tender forms are available for sale in the office of Divisional Railway Manager (Works), S.C.Railway, Vijayawada and also in S.C.Railway Web site. 3) Tender conditions / other particulars are available in the Tender documents uploaded along with the Tender Notice on our website at http://www.scr.indianrailways.gov.in” which can be downloaded. 4) The prospective tenderers are advised to visit website “http://www.scr.indianrailways.gov.in” three days before the date of tender opening to note any changes/corrigenda for any tender. 5) The Tender Notice is also displayed in the Notice Board located in the office of Divisional Railway Manager (Works), S.C.Railway, Vijayawada which can be seen on all working days. 6) The Railway reserves the right to cancel the tender without assigning any reason thereto. 7) Venue: Tender documents, duly completed in all respects shall be dropped in the Tender Box kept for the purpose at Divisional Railway Manager‟s Office (Works), South Central Railway, Vijayawada, Krishna District (or) may be sent by post to Divisional Railway Manager (Works), South Central Railway, Vijayawada, Krishna District(A.P.). Railway is not responsible for any delay in transit (or) loss of Tender form sent/received by Post. 8) If the date of opening happens to be a holiday, the tenders will be opened on the next working day. 9) The Tenders will be opened on the date and time mentioned in the tender document and in presence of tenderers /their authorized representatives. Any tender received after the stipulated time will be summarily rejected. 10) Tenderers representatives are advised to bring authorization letter from the tenderer/firms for attending tender opening and when witnessing tender opening should write their full name, contact number, agency/contractor they are representing and their address in the tender opening register.

Visit our site at “http://www.scr.indianrailways.gov.in

DEN/East/BZA Signature of Tenderer(s) Page 3 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

4 Tender No.14/East/2016 (Revised)

SOUTH CENTRAL RAILWAY

STANDARD REGULATIONS FOR TENDERS AND CONTRACTS

Sl. Contents Page No. No. 1 Instructions for submission of Tender documents 5 by downloading from Website 2 ELIGIBILITY CRITERIA with conditions and 6 connected Annexures 3 Annexure-I(a) – Tender 16 4 Annexure-II - Agreement of works 18 5 Regulations for tenders and contracts for guidance 19 of contractors for civil engineering works- meaning of terms. 6 Conditions of Tender 22 7 Special conditions of Contract 26 8 Works Contract Clause -13 -Annexure – „III‟ 36 9 Special Conditions Modification to Clause 63 & 40 64 of General Conditions of Contract 10 Performance Guarantee 41 11 Schedule of items and quantities in respect of 43 items covered by SSR and items not covered by SSR

DEN/East/BZA Signature of Tenderer(s) Page 4 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

5 Tender No.14/East/2016 (Revised)

Instructions for submission of Tender documents by downloading from Website 1) Tender schedules are uploaded along with the Tender Notice and the same can be down loaded and used as tender document for submitting the offer. However, the cost of tender document as indicated on the cover page and in the Tender Notice has to be deposited by the Tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, S.C. Railway, Vijayawada or original money receipt obtained from Divisional Cashier (Pay) S.C.Railway, Vijayawada, Guntur, Secunderabad, Hyderabad, Guntakal, Chief Cashier (Pay), S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway along with the Tender document. This should be paid separately and not clubbed with the Earnest Money deposit. In case, tender documents are downloaded from website, the tenderers should enclose the requisite cost of tender form. If tenderers download tender document from Website and do not enclose proper money value towards the cost of tender form, their tender shall be considered as invalid.

2) Tenderers are free to down load the tender document from the website at their own risk and cost for the purpose of perusal and to use the same as tender document, if so desired for submitting their offer. If the offer of any tenderer who has submitted the Tender document down loaded from the website is accepted, the contract agreement will be prepared based on the master copy of the document and will be binding on the contractor. The Railway does not own any responsibility for any alteration/omission in the contents of the Tender form uploaded on the web site. No claim on this account will be entertained. 3) The administration will not own any responsibility, if website is not opened for downloading / uploading the tender documents due to any technical snag. 4) The prospective tenderers are advised to visit website “http://www.scr.indianrailways.gov.in” three days before the date of tender opening to note any changes/corrigenda for any tender. 5) Warning: It is hereby brought to the notice of all prospective tenderers that if any change/additions/deletions/ alterations are found to be made by them and the same is subsequently detected / noticed at any stage even after award of the contract, all necessary action including banning of business would be taken. In addition, the tenderers are liable to be prosecuted under law.

DEN/East/BZA Signature of Tenderer(s) Page 5 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

6 Tender No.14/East/2016 (Revised)

1.0. ELIGIBILITY CRITERIA:-

(FOR WORKS WHOSE ADVERTISED TENDER VALUE IS COSTING ABOVE RS.50 LAKHS). For Tenders of value more than Rs.10 Crore, JV Firm is eligible for the Tender subject to fulfillment of Techincal and Financial eligibility as per Clause 65 of GCC(Ref:PCE/SC Lr.No W.148/P(Guide lines)Vol.II.dt.13-08-2014).

1.1 Similar nature of Eligibility in terms of Experience: The Tenderer(s) should have work physically physically completed at least one similar nature of single work completed during for a minimum value of 35% of advertised Tender value within the last three the qualifying period i.e., last three financial years* and in the financial years* current Financial year** upto the date of Tender opening (even and in the current though the work might have commenced before the qualifying Financial year** . period).

1.2 Total Contract Eligibility in terms of Turnover: The total contract amount amount received received during the last three financial years and in the current during the last three financial Year up to the date of Tender opening should be a financial years* and minimum of 150% of Advertised Tender Value in the current financial year**. a) Tenderer(s) should submit to this effect certificate in original or an attested certificate from the Govt./Semi Govt./Public sector undertakings for the work done for them or b) Audited balance sheet along with P& L A/C duly certified by the Chartered Accountant as detailed in Tender document. NOTE: *Financial Year shall normally, be reckoned as 1st April to 31st March of the Next Year. However, for Turnover Criteria, the Financial Year as applicable to the Company/Tenderer is to be considered, if it defers from the above. **Current Financial year is reckoned as the incomplete Financial year in which the date of tender submission falls. 2.0. Clarification on “Similar nature of work” and details to be furnished along with the Tender Documents: 2.1 Similar nature of work:- Similar nature of work is detailed at Page-2 and Page-43 2.2. Similar Nature of works physically completed within the qualifying period i.e. the last 3 Financial years and the current financial year should only be considered in evaluating the Minimum Eligibility criteria ( even though the work might have commenced before the qualifying period).

DEN/East/BZA Signature of Tenderer(s) Page 6 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

7 Tender No.14/East/2016 (Revised)

2.2.1. The work executed by them for any Govt./Govt.bodies/PSUs shall only be considered for eligibility for credential verification of similar naure of work. As such works executed for any Private Company/Individual shall not be treated as eligible works executed and certificates issued on behalf of Private Company/Individual will not be considered.

2.2.2. Tenderer should submit attested copy of work experience certificate in Annexure-„E‟ to establish the eligibility criteria. All details as required in the Annexure-„E‟, shall be made available otherwise the information is treated as incomplete. 2.2.3. The work experience certificate shall be in the name and style of the tenderer participating or as per provisions under Clause 65.16 of GCC for JV Firm, if eligible to participate. However, in case the tenderer is submitting the certificate issued to a JV firm of which the Tenderer is a member, the credentials proportionate to his share in the JV will be considered. The tenderer shall submit a copy of relevant JV Agreement attested by any Gazetted Officer along with the Tender.

2.2.4. The work experience certificate shall be issued by an Officer not below the rank of JA Grade or Bill passing Officer in Railways and Bill passing Officer/Executive In- charge of work in other Govt./Govt. bodies/PSUs. The certificate should bear the signature and seal of the issuing officer, name of the department etc.

2.2.5. In case the Certificate/Documents produced are proved to be false and/or fabricated, the entire Earnest Money (EMD) will be forfeited.

2.2.6. Work experience certificate (Annexure E) shall be attested by any Gazetted officer, in case photo copies are submitted. 2.3. Value of similar work to be considered:- 2.3.1. The total value of similar nature of works completed during the qualifying period, and not the payments received within qualifying period alone, shall be considered. 2.3.2. In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including Statutory Deduction will be considered.

2.3.3. If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including Statutory Deduction will be considered.

2.3.4. 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.

DEN/East/BZA Signature of Tenderer(s) Page 7 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

8 Tender No.14/East/2016 (Revised)

2.3.5. In case of composite works involving combination of different works, even separately completed works of required value should be considered while evaluating the eligibility criteria. 2.3.6. The value of work completed will not include the cost of any materials issued free of cost by the Railway/Department concerned. Only cash value of the Agreement and executed cash value will reckon for eligibility.

3.0. Clarification on “ Eligibility on Annual Contractual Turnover and Details to be furnished along with the Tender Documents”.

3.1. The total contract amount received in the last three financial years and the current financial year up to the date of tender submission shall be at least 150% of the Tender value. 3.2. For the completed Financial years, the Tenderer can submit either Audited Balance Sheets showing clearly the contractual/work receipts in the Profit & Loss account of the Balance Sheet, duly supported by a Turnover Certificate from the Chartered Accountant as per “Annexure-F”

Or

Certificate(s) in original issued by Executive or Nominated Authority of the Department certifying the bill amounts paid Agreement-wise and Date-wise or photo copy of such certificate attested by a Gazetted Officer. Such certificates will be accepted only from Govt./Govt. bodies / PSUs by authorities mentioned at Para 2 above.

3.3. For the incomplete Financial Year i.e. the Current year and for any Un-Audited Completed Financial Year, only certificate on contractual / work receipts in original issued by Executives of the Govt./Govt. bodies / PSUs from whom the payments were received or photo copy of such certificate attested by a Gazatted Officer, giving details of receipts Agreement-wise and Date-wise will be accepted as proof of contractual Turnover for the current year and that completed but un-audited Financial Year. Certificates issued by Private Companies / Individuals will not be entertained.

4.0. Additional Documents to be submitted along with the Tender:-

4.1 List of personnel organization available on hand and proposed to be engaged for the subject work. These two lists should be given separately and signed by Tenderer and are to be submitted in the Proforma given in the Annexure-„A‟.

DEN/East/BZA Signature of Tenderer(s) Page 8 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

9 Tender No.14/East/2016 (Revised)

4.2 List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work and this list shall be signed by the tenderer and is to be submitted in the Proforma given in the Annexure-„B.

4.3 List of completed works in the last three Financial years giving description of work, Organisation 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 in the Annexure-„C‟.

4.4 List of works on hand indicating name of work, contract value, bill amount paid so far; due date of completion etc. to be furnished by Contractor in Annexure-„D‟ and this certificate is to be signed by Contractor.

4.5 In case, tender documents are downloaded from website, the tenderers should enclose the requisite cost of tender form. If tenderers download tender document from Website and do not enclose proper money value towards the cost of tender form, their tender shall be considered as invalid.

5.0 A checklist of documents to be submitted at the time of tender submission is given as top sheet in Annexure-I for easy guidance and compliance from prospective Tenderers.

6.0 Delayed / Post Tender submission of Documents/information of Mandatory Nature linked to eligibility criteria called for at Tender stage:- 6.1. The offer of Tenderer(s) who do not enclose Experience Certificate and Turnover Certificate with requisite details and supporting documents as detailed under Para 2 & 3 above along with their Tender to establish their credentials shall be summarily rejected, even though they are working contractors or contractors on approved list. 6.2. (i) The offer shall be evaluated 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) Tenderer(s) shall note that conditional / alternate offer will not be considered and will summarily be rejected, even though such condition makes them as the lowest tenderer. (iv) Railway reserves the right to verify the authenticity of the documents / information furnished.

DEN/East/BZA Signature of Tenderer(s) Page 9 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

10 Tender No.14/East/2016 (Revised)

ANNEXURE-“A” PROFORMA 1. ENGINEERING ORGANISATION AVAILABLE ON HAND. Sl. Name & Designation Qualification Previous Working No. of Employee Experience From To 01 02 03 04 05 A B C Z 2. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM ABOVE. Sl. Name & Designation Qualification Previous Working No. of Employee Experience From To 01 02 03 04 05 A B C Z 3. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM OUTSIDE. (A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSON SHOULD BE OBTAINED AND ENCLOSED). Sl. Name & Designation Qualification Previous Remarks No. of Employee Experience 01 02 03 04 05 A B C Z

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER(S):

DEN/East/BZA Signature of Tenderer(s) Page 10 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

11 Tender No.14/East/2016 (Revised)

ANNEXURE-“B”

PROFORMA 1. PLANT & MACHINERYAVAILABLE ON HAND. Sl. Particulars No. of Kind Capacity Age and Approx. Purchase Bill No. & No. of Units and Condition cost in Rs. Date and machinery, make in lakhs Registration Plant & particulars equipment 01 02 03 04 05 06 07 08 A B C Z 2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE.

Sl. Particulars No. of Kind Capacity Age and Approx. Purchase Bill No. & No. of Units and Condition cost in Date and machinery, make Rs. in Registration Plant & lakhs particulars equipment 01 02 03 04 05 06 07 08 A B C Z

3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE. Sl. Particulars of No. of Kind Capacity Age and Approx. If to be purchased No. machinery, Units and Condition cost in give likely date of Plant & make Rs. in receipt and equipment lakhs supplier‟s Name. 01 02 03 04 05 06 07 08 A B C Z

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER(S):

DEN/East/BZA Signature of Tenderer(s) Page 11 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

12 Tender No.14/East/2016 (Revised)

ANNEXURE-“C”

LIST OF COMPLETED WORKS BY THE TENDERER

Sl. Name of Agreement Designation Agreement Completed Date of Remarks No. work No. and and address value in value of completion date of agreement lakhs work ( in signing lakhs) authority Railway works A B C D E Z State Govt. Works A B C D E Z Public Sector Undertaking Works A B C D E Z

SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER(S):

DEN/East/BZA Signature of Tenderer(s) Page 12 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

13 Tender No.14/East/2016 (Revised)

ANEXURE-“D”

LIST OF WORKS ON HAND WITH THE TENDERER

Sl. Name of Agreement Designation Agreement Bill Due date of Number of No. work No. and and address value in amount completion extensions date of agreement lakhs paid so taken signing far in authority lakhs Railway works A B C D E Z State Govt. Works A B C D E Z Public Sector Undertaking Works A B C D E Z

SIGNATURE OF THE TENDERER: NAME OF THE TENDERER:

DEN/East/BZA Signature of Tenderer(s) Page 13 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

14 Tender No.14/East/2016 (Revised)

ANNEXURE-“E” EXPERIENCE CERTIFICATE

Sl. Work Details Details No. 1 Name of Work

2 Agreement Number, date and name of the Agency. 3 Agreement Value in Rupees ( in words and figures) 4 Due date of completion 5 Number of Extensions granted 6 Actual date of completion of work 7 Value of Final Bill if passed (in words) 8 Work completed but Final measurements not recorded a) Amount paid so far as in CC Bill No. 9 Work completed, Final measurements recorded with negative variation. a) Amount so far paid as in CC Bill No. 10 Work completed, if Final measurements recorded with positive variation which is not sanctioned yet a) Original agreement value or last sanctioned agreement value whichever is lower Note: This certificate in this proforma is to be issued only for physically Completed work. 1) This certificate to be issued by an Officer not below the rank of JA Grade or Bill Passing Officer in Railways and Bill Passing Officer / Executive In-charge of work in other Govt. / Govt. bodies / Public Sector Undertaking. The certificate should bear the signature and seal of the issuing officer, name of the department etc.

Signature : Name of Officer : Designation : Address : Office Seal : Phone / Fax No. : Date :

DEN/East/BZA Signature of Tenderer(s) Page 14 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

15 Tender No.14/East/2016 (Revised)

ANEXURE-“F”

CERTIFICATE FROM CHARTERED ACCOUNTANT IN THEIR LETTER HEAD

TO WHOMSOEVER CONCERNED

We______are the Auditors for the Firm______since last ______(many) years. On the strength of the above association, we are issuing this certificate Firm on the Annual Contractual Turnover during the last three Audited Financial Years as per Audited Balance Sheets.

It is further certified that advances or loans taken by the Firm in connection with execution of the work is not reflected in the contractual receipts from Works Contracts indicated below

Sl. Financial Receipts reflected in Contractual receipts from Remarks No. Year Audited Balance Sheets in Works Contracts P&L account (Rs.) (Rs.) 1 2 3 4 5

Signature :

Name of CA :

Address :

Office Seal :

Phone No. :

e.mail :

Date :

DEN/East/BZA Signature of Tenderer(s) Page 15 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

16 Tender No.14/East/2016 (Revised)

Annexure-I(a) TENDER To The President of Acting through the Principal Chief Engineer, Divisional Railway Manager, Senior Divisional Engineer/Divisional Engineer South Central Railway I/We------have read the various conditions to 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”. I/ We offer to do the work for South Central Railway, at the rates quoted in the attached schedule and hereby bind myself /ourselves to complete the work in all respects within the time period stipulated in the enclosed Schedule from the date of issue of letter of acceptance of the tender.

2. I / We also hereby agree to abide by the General Conditions of Contract corrected with the latest printed/advance correction slips and to carry out the work according to the special conditions of contract and specifications of materials and works as laid down by Railway in the annexed Special Conditions / Specifications and the South Central Railway Works Hand Book Part III corrected with the latest printed / advance correction slips, sanitary works Hand Book corrected with the latest printed/advance correction slips, Schedule of Rates corrected with the latest Printed/advance correction slips for the present contract.

3. A sum of rupees as notified in the Tender Notice and on the cover page of this Tender booklet is herewith forwarded as earnest money deposit. The full value of earnest money shall stand forfeited without prejudice to any other rights or remedies in case my/our Tender is accepted and if :-

a) I/ we do not execute the contract documents within 7 (Seven) days after receipt of notice issued by the Railway that such documents are ready, and

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 WITNESSES 1.

2. SIGNATURE OF TENDERER(S) Date: Address of the Tenderer (s)

DEN/East/BZA Signature of Tenderer(s) Page 16 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

17 Tender No.14/East/2016 (Revised)

ACCEPTANCE OF TENDER

I accept the tender and agree to pay the rates as per Standard Schedule of Rates_____ as

corrected by and up to correction slip No______of _ enhanced / diminished by ______

percent / at par in respect of schedule “A” and at the rates as entered in the

schedule______.

DIVISIONAL RAILWAY MANAGER

DIVISIONAL ENGINEER / SENIOR DIVISIONAL ENGINEER

SOUTH CENTRAL RAILWAY

For and on behalf of the President of India.

Witness:

1. Division______

Date:______2.

FOR RAILWAY USE ONLY & TENDER(S) NOT REQUIRED TO SIGN

DEN/East/BZA Signature of Tenderer(s) Page 17 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

18 Tender No.14/East/2016 (Revised)

Annexure-II SOUTH CENTRAL RAILWAY AGREEMENT OF WORKS 1. Contract agreement No_____ dt.______articles of agreement made this ______day of ______between The President of India acting through the ______South Central Railway Administration [herein after called the Railway which expression shall unless the context does not so admit include his successors and assignees in office of the one part and ______[herein after called the contractor which expression shall unless excluded by the context includes his heirs, executors, administrators, successors and assignees] of the other part. 2. Where as the contractor has agreed with the Railways for the work ______set forth in the schedule hereto annexed up on the General Conditions of contract and the specifications of the South Central Railway and the Special Conditions and Special Specifications, if any, and in conformity with the drawings here to annexed, if any, and whereas the performance of the said work is an act in which the public are interested. 3. Whereas the balance in the security deposit after adjustment of earnest money of Rs.______originally paid b y the contractor is at the instance of the contractor recovered at 10 percent of the value of the running bills till the amount of security deposit of Rs.______is fully recovered. 4. Whereas the contractor has furnished an irrevocable Bank Guarantee for Rs.______(5% of Contract value) towards Performance Guarantee valid upto ______(valid up to the stipulated date of completion plus 60 days beyond that). 5. Now this indenture witnesseth that in consideration of the payments to be made by the Railway the contractor will duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings and said conditions of contract on or before the ______date of ______year and will be maintain the said works for a period of ______calendar months from the certified date of the completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same has been fully set forth herein), and the Railway both hereby agree that if the contractor shall duly perform the said work in the manner aforesaid and observe and keep said terms and conditions. The Railway will pay or cause to be paid to the contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates setforth in the USSR,2010 as corrected by and up to correction slip No ___ for Vijayawada division, enhanced/diminished / “At par” ______percent of Schedule ( items covered by SSR) and the rates shown in the schedule ______for items not covered by SSR. 6. It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract which have been carefully read and understood by the contractor and schedule of rates, including the general instructions contained in page ______thereof shall be as binding up on the contractor and up on the Railway Administration as if the same has been repeated herein and shall be read as part of these presents. Signature of the contractor Name of the Contractor Address Date: Signature of witnesses with address to Signature of Contractor Signature Designation For and on behalf of the President of India. South Central Railway. Date : Witnesses:-

TO BE SIGNED AT THE TIME OF AGREEMENT ONLY

DEN/East/BZA Signature of Tenderer(s) Page 18 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

19 Tender No.14/East/2016 (Revised)

( REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OF CONTRACTORS FOR CIVIL ENGINEERING WORKS) MEANING OF TERMS. Definitions: 1. In these regulations for tenders and contracts the following terms shall have the meaning assigned hereunder except where the context otherwise requires.

(a) Railway shall mean the President of the Republic of India or the Administrative officer of South Central Railway or the successor Railway authorized to invite tenders and enter into contracts for works on his behalf. (b) General Manger shall mean the officer in Administrative charge of the whole of South Central Railway and shall mean and include the General Manger of the successor Railway. (c) “Principal Chief Engineer” shall mean the officer in charge of the Engineering department, South Central Railway. (d) “Divisional Railway Manager” shall mean the administrative officer in charge of the division of South Central Railway for the time being. (e) “Divisional/Sr. Divisional Engineer” shall mean the officer in charge of the division or district of South Central Railway. (f) Tenderer shall mean the person/ the firm or the company who tenders for the works with a view to secure the work on contract with the Railway and shall include their personal representatives, successors and permitted assignees. (g) Limited tenders shall mean tender invited from all or some contractors from the approved list of contractors with the Railway. (h) Open tenders shall mean tenders invited in open and public manner and with adequate notice. (i) The work shall mean the works contemplated in the drawings and schedules set forth in the tender forms and description of contract and required to be executed according to specifications. (j) Specification shall mean the specifications, materials and works, South Central Railway issued under the authority of the Principal Chief Engineer or as amplified, added to or superceded by special specifications, if any, appended to the tender forms. (k) Schedule of rates, South Central Railway shall mean the schedule of rates issued under the authority of the Principal Chief Engineer from time to time. (l) Drawings shall mean the drawings, plans and tracing or prints thereof annexed to the tender forms. Singular and plural: 2. Words imparting the singular number shall also include the plural and vice versa where the context requires. Interpretations: 3.These regulations for tenders and contracts shall be read in conjunction with the General Conditions of the Contract which are referred to herein and shall be subject to modifications, additions, super cessions by special conditions of contract and/ or special specifications, if any, annexed to the tender forms.

DEN/East/BZA Signature of Tenderer(s) Page 19 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

20 Tender No.14/East/2016 (Revised)

Contractors 4. A contractor who has not carried out any work so far on this Railway should furnish credentials particulars regarding. a. his position as an independent contractor. b. His capacity to undertake and carry out works satisfactorily, as vouched for by a responsible official or firm. c. His previous experience on works similar to that to be contracted for, in proof of which original certificates or testimonials may be called for and their genuineness verified, if need be, by reference to the signatories thereof. d. His knowledge, from, actual personal investigation, of the resources of the zone or zones in which he offers to work e. His ability to supervise the work personally or by competent and duly authorized agents. f. His financial position. Omissions Discrepancies: 5. Should a tenderer find discrepancies in, or omissions from the drawing or any of the Discrepancies tender forms or should he be in doubt to their meanings he should at once notify the authority inviting who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the 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. Earnest Money: 6 (a) The tenderer shall be required to deposit a sum of `2,73,050/- as Earnest money deposit for the due performance of the stipulation to keep the offer open till such date as might be specified in the tender. It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is 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 Principal Chief Engineer, Divisional Railway Manager, Divisional Engineer, Sr. Divisional Engineer of South Central Railway. Should a tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway. (b) The sum mentioned in (a) above constitutes the earnest money. If his tender is accepted this earnest money will be retained as part of security for due and faithful fulfillment of the contract in terms of clause 16 of the General Conditions of the Contract. The earnest money deposit of the 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. Care in sub- 7a Before submitting a tender, the tenderer will be deemed to have satisfied mission of Tender 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 percentage/rates he enters in the tender forms is/are adequate and all inclusive to accord with the provisions in Clause 37 of the General conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

DEN/East/BZA Signature of Tenderer(s) Page 20 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

21 Tender No.14/East/2016 (Revised)

b When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorised to enter into commitments on their behalf. The Railways 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. Right of Railway 8 The Railway reserves the right of not to invite tenders for any work or works, to invite open or limited tenders, and when tenders are to deal with Tenders called, to accept a tender in whole or in part or reject any tenders or all tenders without assigning reasons for any such action. Execution of 9 The tenderer whose tender is accepted shall be required to appear Contract at the office of the General Manager, Principal Chief Engineer, Documents Senior Divisional Engineer or Divisional Engineer, as the case may be in person, or if a firm or corporation or a duly authorised representative shall so appear and to execute the contract documents within seven days after notice issued by Railway that such documents are ready. 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 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 documents as herein-before provided the Railway may determine that such tenderer has abandoned the contract and there upon his tender and the 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 performance guarantee as per clause No.9 of Special Conditions of contract.

Form of 10 Every contract shall be completed in respect of the documents it shall Contract so constitute. Not less than two copies of the contract documents shall Document be signed by the competent authority and the contractor and one copy given to the contractor. The contract documents required to be executed by the tenderer whose tender is accepted shall be the agreement at Annexure-II. Form of 11 The Tender shall be submitted in the prescribed form annexed hereto. Quotation Place: Date :

DEN/East/BZA Signature of Tenderer(s) Page 21 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

22 Tender No.14/East/2016 (Revised)

CONDITIONS OF TENDER

1 The drawings for the Works can be seen in the office of the Divisional Railway Manager (Works), South Central Railway, Vijayawada at any time during office Hours. 2 General Conditions of Contract and Specifications for Materials and works of South Central Railway , can be seen at the Office of Divisional Railway Manager (works),South Central Railway, Vijayawada or had on payment at the rates fixed for each book from time to time.

3 The Tenderer/Tenderers shall quote percentage rates for items covered bySchedules (items covered by S.S.R and items not covered by S.S.R). The quantities shown in the attached Schedules are given as a 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, the Railway does not guarantee work under each item of the Schedule.

4 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. 5 The works are required to be completed within a period of Three months from the date of issue of the acceptance of tender.

6 The tender must be accompanied by a sum of `2,73,050/- as earnest money deposited in cash or in any of the forms mentioned below failing which the tender will not be considered and will be summarily rejected.

7 The earnest money shall be as below on the estimated tender value as indicated in the Tender Notice. The Earnest money shall be rounded to the nearest Rs.10 (Rupees Ten only). This earnest money shall be applicable for all modes of tendering. Sl.No. Value of work EMD a For works with Estimated Tender 2 % of the Estimated Tender Value Value costing upto Rs.1 Crore b For works with estimated Tender Rs.2 lakhs plus 1/2 % (half percent) of the Value to cost more than Rs.1 Crore excess of estimated cost of work beyond Rs.1 Crore subject to a maximum of Rs.1 Crore The Earnest Money should be in any of the following forms:- “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.” i) Earnest Money Deposit in the form of cash paid to Divisional Cashier (Pay) S.C.Railway, Vijayawada and the cash receipt in original should be submitted along with the offer. Banker‟s Cheque/ Demand Draft drawn in favour of Senior. Divisional Finance Manager/ S.C. Railway, Vijayawada should be submitted along with the offer (Ref: FA&CAO/SC letter No.AFX/EMD/PolicyVol.I dt 15-12-2014). ii) The Tenderers should furnish the Postal address, E.Mail address, FAX No. and Phone No. of the Bank issuing the BC/DD towards EMD. iii) Any other form of EMD including Guarantee Bonds etc., other than Cash/BC/DD is not acceptable. If the tender is accepted, the amount of earnest deposit will be held as security deposit for the due and faithful fulfillment of the contract. The earnest money of the unsuccessful tenderer will save as herein before provided, be returned to the unsuccessful tenderers but the Railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon.

DEN/East/BZA Signature of Tenderer(s) Page 22 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

23 Tender No.14/East/2016 (Revised)

8 The Standing Earnest Money Deposit, if any with the Railway will not be considered for the purpose of this Tender. 9 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. 10 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. 11 If a tenderer expires after the submission or his tender of after the acceptance of his tender, the railway shall deem such tender as 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 12 The earnest money for the due performance of the stipulation to keep the offer open till the date specified in the tender will be refunded to the unsuccessful tenderer/ tenderers within a reasonable time. The earnest money deposited by the successful tenderer/tenderers will be retained towards the security deposit for the due and faithful fulfillment of the contract but shall be forfeited if the contractor fails/contractors fail to execute the Agreement Bond or start the work within a reasonable time (to be determined by the Engineer-in-charge) after notification of the acceptance of his/their tender. 13 Tenders must be enclosed in sealed covers, super scribed “The Tender for Tender No.14/East/2016 and must be sent by Registered Post to the address of Divisional Railway Manager(Works), South Central Railway, Vijayawada so as to reach his office not later than 15-45 hours. On the prescribed date of opening or deposited in the Special Box allotted for the purpose in the office of the Divisional Railway Manager (Works) Vijayawada. This will be sealed at 15-45 hours on the prescribed date of opening. 14 Non-compliance with any of the conditions set forth herein above is liable to result in the tender being rejected. 15 The authority for acceptance of the tender does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tenderer / tenderers. 16 The Successful Tenderer/Tenderers shall be required to execute an agreement with the President of India acting through the Principal Chief Engineer/Chief Engineer/ Engineer-in-chief/Deputy Chief Engineer (Constructions), Divisional Railway Manager/ Divisional Engineer/ Senior Divisional Engineer (Construction)of the Railway for carrying out the work according to the General Conditions of the Contract and specifications for works and material of South Central Railway including correction slips issued from time to time. 17 The Tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of 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 Earnest Money Deposit for due performance of the foregoing stipulations. 18 The Administration does not agree to pay Sales Tax in addition to the price quoted: 19 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 the contemplated negotiations relating to Tender No. ______opened on ______my/our original tender shall remain open for acceptance on its original terms and conditions. I/we also declare that I/we am/are aware that during this negotiation, I/we cannot increase the originally quoted rates against any of the individual items and that in the event of my/our 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/our originally quoted rates alone would be considered and my/our offer would be evaluated accordingly. ”

DEN/East/BZA Signature of Tenderer(s) Page 23 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

24 Tender No.14/East/2016 (Revised)

20.Employment /partnership etc., of Retired Railway Employees: (a) Should a tnderer 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 in his employment any retired Engineer or retired Gazetted officer as aforesaid , the full information as to the date of retirement of such engineer or gazetted officer from the said service and in cases where such engineer or officer had not retired from Government Service at least One year prior to the date of the 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 the case may be or to take employment under the contractor has been obtained by the tenderer or the engineer or the officer as the case may be from the President of India or any Officer duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without 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) Restriction on the employment of retired Engineers of Railway services within one year of their retirement: The contractor shall not, if he is a retired Govt. Engineer of Gazetted rank, himself engage in or employ or associate a retired Govt. Engineer of Gazetted rank, who has not completed one year from the date of retirement , in connection with this contract in any manner whatsoever without obtaining prior permission of the President of India and if the contractor is found to have contravened this provision it will constitute a breach of contract and administration will be entitled to terminate the contract and forfeit Earnest Money Deposit (EMD), Performance Guarantee (PG) and Security Deposit (SD) of that contract. (c) At any time after the tender relating to the contract has been signed and submitted by the contractor, being a partnership firm admit as one of its partners or employee under it or being an incorporated company elect or nominate or allow to act as one of its directors or employee under it in any capacity whatsoever any retire Engineer of the Gazetted rank of any other retired Gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding any pensionable post or not, in the Railways for the time being owned and administered by the President of India before the expiry of one year from the date of retirement from the said service of such Engineer or Officer unless such Engineer or Officer has obtained permission from the President of India or any Officer duly authorized by him in this behalf to become a partner or a director or to take employment under the contract as the case may be (Ref: PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt 19-02-2015).

21. Should a tenderer or contractor being an individual on the list of approved contractors, have a relative employed in Gazetted capacity in the Engineering department of the South Central Railway or in the case of a 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 a SHARE HOLDER be employed in Gazetted capacity in the Engineering Department of the South Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tenders failing which the tender may be rejected or if such fact subsequently comes to light the contract my be rescinded in accordance with the provisions in Clause 62 of the General conditions of the contract. 22. CONSORTIUM AGREEMENTS, JOINT VENTURE AND MOUs SHALL NOT BE CONSIDERED FOR THE TENDER VALUE OF WORKS LESS THAN Rs.10 Crores. 23. Partnership Firm:- i. Partnership deed is eligible if entered into and registered prior to Tender Notice. Tenderer should enclose/submit experience certificate in the same name and style as the tenderer and their credentials shall be considered fully to the extent of work executed by the partnership firm. (EXPERIENCE OF INDIVIDUAL PARTNERS WILL NOT BE CONSIDERED).

DEN/East/BZA Signature of Tenderer(s) Page 24 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

25 Tender No.14/East/2016 (Revised)

ii. Any change or modification in the constitution of tendering firms for whatever purpose or intimation of any disputes by any of the partners in the firm making tendering firm ineligible, during consideration of Tender after opening of the Tender, shall be deemed to be backing out of the offer by the Tenderer.

24. PARTNERSHIP DEEDS, POWER OF ATTORNEY ETC.:- In the case of Partnership firms, an attested copy (attested either by Notary or by Gazetted officer) of the partnership deed with latest modification of the deed should be submitted along with the Tender documents without fail. The Tenderer shall clearly specify whether the Tender is submitted on his own or on behalf of 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 the Partnership firm. If these documents are not enclosed along with the Tender documents, the Tender will be treated as having been submitted by individual signing the Tender document. The Railway will not be bound by any Power of Attorney granted by the Tenderer or by changes in the composition of firm subsequent to the execution of the contract. It may, however, recognize such power of attorney and the changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 25. The Tenderer shall quote rates as percentage “Above/Below/At Par” for each schedule in the respective Tender Schedule(s) only. Tenderer should sign below the rate quoted by him for each schedule of Tender document. 26. The rate quoted anywhere, other than the respective Tender Schedule shall not be considered. Any corrections to the rate once quoted by the tenderer should be in INK and must be attested by tenderer. However, if any tenderer wants to give discount offer prior to closing of tender box and after submission of his tender offer, then the same is to be given in a separate sealed envelope duly signed and stamped on letter head, prior to closing of tender i.e, sealing of the tender box. Tender number, description of work etc., should be written on the sealed cover. 27. Where there is a discrepancy between the rates quoted in figures and in words, the rate quoted in words will be considered for evaluation of the tenderer offer. 28. Rates quoted without signature of tenderer will be considered as “Not Quoted” and/ or if no rate is quoted for any schedule, then the offer will be treated as incomplete offer and will not be considered for award of work. 29. Rates quoted without prefix “Above/At Par/Below” will be considered to be quoted as “Above” the tender schedule rates. 30. No correspondence/ representation from tenderer will be considered for their failure to quote the rates as above. 31. Tenderers shall note that conditional/alternate offer will not be considered and will summarily be rejected, even though such condition makes them as the lowest tenderer.

DEN/East/BZA Signature of Tenderer(s) Page 25 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

26 Tender No.14/East/2016 (Revised)

SPECIAL CONDITIONS OF CONTRACT

1 The rates include all lead and if the materials obtained by rail all freight charges including loading charges. 2 Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be used or supplied by the contractor will be payable by the contractor. The Railway will neither pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him by way of these taxes or duties.

Sales Tax at 4% on the materials portion of the contract will be deducted from each on account bill where identifiable. Where the labour and material portion is not clearly identifiable, the labour element shall be taken as 30%. On the balance 70% of the value of the work, 4% shall be deducted pro-rata from each “on account bill” towards Sales tax.

Seigniorage charges recoverable from bills:- Seigniorage charges for supply of earth, mooram, sand and other minerals as f ixed by the State Government and payable to them as revised from time to time during the currency of contract will be recovered by Railway from the contractors “on account” and “final bills” and remitted to the state government. The rates quoted by the Tenderer shall be inclusive of these charges. Claims regarding revision of seigniorage charges and consequent enhancement of the accepted rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes” issued by State Govt. Officials in token of having paid seigniorage fee. 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 the concerned Mining and Geology Dept

3 WATER:- A charge of One percent will be made by the Railway for the supply by the Railway of piped water from existing pipe lines and calculated on the amount of all items of work (SSR/NS items) appearing in the bills payable to the contractor in respect of which work such water has been issued to the Contractor and such charges should be deducted from sums due or payable by the Railway to the Contractor from time to time. 4 In the event of water having to be brought by the Railway to the site of the work in traveling tanks, the actual freight at Public Tariff rate and all other charges incurred therein including any demurrage that may be levied shall be payable by the Contractor and deducted from sums due or payable by the Railways to the Contractor from time to time.

In addition to the charges of one percent referred to above, if additional pipe lines to those already existing are called for by the contractor, the cost of the same and all charges incurred by the Railway in their laying including supervision charges will be paid by the contractor or the contractor provides and lay his own piping at the discretion of Divisional Engineer.

DEN/East/BZA Signature of Tenderer(s) Page 26 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

27 Tender No.14/East/2016 (Revised)

5 The Railway does not guarantee work under each items of the Master Schedule. For example if a gate-lodge or gang huts are to be built between stations and the work order issued to the sectional contractors additional payment on account of lead or freight charges for the materials that may have to be brought by rail or by road, will not be admissible. 6 If there arises any discrepancy between the printed Unified Standard schedule of Rates 2010 as amended by addendum and corrigendum slips issued from time to time upto date and the schedule attached to the Tender pertaining to this work, the former shall be treated as authentative and binding in all purposes shall prevail. 7 Rubble masonry shall be first sum of Railways Specification No 503 according to South Central Railway Specification for materials and works. contractors attention is particularly invited to dressing of stone as laid down in the Railway‟s specification. 8 The Special conditions supplemented to the conditions of Tender and contracts the General conditions of contract and the notes appearing under the relevant chapter and sub chapters of the Unified Standard schedule of Rates 2010 should be considered as part of the contract papers where the provisions of these conditions are at variance with General Conditions of Contrac t these special conditions shall prevail. 9 Performance Guarantee (P.G.):- a. The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (Excluding the date of issue of LOA;Ref- CE/Works/SC letter No.W.148/P/GCC/Vol.II dt.30-05-2014). Extension of time for submission of PG beyond 30(thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, ie., from 31st day after the date of issue of LOA(Excluding the date of issue of LOA;Ref-CE/Works/SC letter No.W.148/P/GCC/Vol.II dt.30-05-2014). In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work. b. The successful bidder shall submit a Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:- (i) A deposit of Cash, (ii) Irrevocable Bank Guarantee, (iii) Government Securities including State Loan Bonds at 5 percent below the market value, (iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks; (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds; and (xi) Unit Trust Certificates at 5 percent below market value or at the face value whichever is less.

DEN/East/BZA Signature of Tenderer(s) Page 27 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

28 Tender No.14/East/2016 (Revised)

Also FDR in favour of Senior Divisional Finance Manager, S.C.Railway, Vijayawada (free from any encumbrance) may be accepted.

1 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 P.G. 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 P.G. extended to cover such extended time for completion of work plus 60 days. 1.0 The value of PG to be submitted by the contractor will not change for variation upto 25%(either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5%(five percent) for the excess value over the original contract value should be deposited by the Contractor. 1.1 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, however, shall be released only after the expiry of the maintenance period and after passing the final bill based on „No Claim Certificate‟ from the contractor. 1.2 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 either in his / her individual capacity or as a partner of any other JV / partnership firm. 1.3 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) and this shall be in the event of: i) Failure of 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 of the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses / Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer. iii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

DEN/East/BZA Signature of Tenderer(s) Page 28 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

29 Tender No.14/East/2016 (Revised)

10 Security Deposit:-

The scale of Security Deposit that is to be recovered from the contractor shall be as follows.

a. Security Deposit should be 5% of the contract value. b. The rate of recovery will be at the rate of 10% of the bill amount till the full Security Deposit is recovered. c. 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. d. Conversion of Security Deposit into FDR after recovery of full stipulated SD (FA& CAO/SC letter No.AFX/EMD/Policy/ Vol.I dt.26.8.2010 circulated vide PCE/SC lr. No.W.148/ SCRCA dt.30.9..2010):- If the contractor so desires, the cash deposits in the form of security deposit may be allowed to be converted into FDRs(in favour of respective Accounts Officers and on account of contractor), after full recovery, at the discretion of the Railway, duly collecting necessary charges of conversion by the Railway Administration.

The security deposit shall be released only after the expiry of the maintenance period and after passing the final bill based on „No Claim Certificate‟.

After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee for equivalent amount to be submitted by him. In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be accepted as a mode of obtaining security deposit.

DEN/East/BZA Signature of Tenderer(s) Page 29 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

30 Tender No.14/East/2016 (Revised)

11 REVISED COMPREHENS IVE CLAUSE 46A OF GCC– PRICE VARIATION CLAUSE: As per Railway Board Letter No.2007/CE-CT/18/Pt.19 dt.14.12.2012-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 and Addendum & Corrigendum Slip (ACS) No.6 to GCC, July 2013: Amendment to Clause 46A.7 (a sub-clause of PVC) to GCC issued by Railway Board vide Lr.No.2007/CE-I/CT/18/Pt.13 dt.02/05/2014 communicated vide PCE/SC Lr. No .W.148/P/G.C.C./Vol.II dt.05/06/2014 and Addendum & Corrigendum Slip (ACS) No.2 to GCC, July 2014: Amendment to Clause 46A.1(a sub-clause of PVC) to GCC issued by Railway Board vide Lr.No.2007/CE- I/CT/18/Pt.19(FTS8798) dt.15-10-2014 communicated vide PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.12-12- 2014. Clause 46A-Price Variation clause: 46A.1. Price Variation clause shall be applicable only for contracts of value as prescribed by the Ministry of Railways through instructions/circulars issued from time to time and irrespective of the contract completion period. Variation in quantities shall not be taken into account for applicability of PVC in the contract. Materials supplied free of cost by Railway to the contractors shall fall outside the purview of Price Variation clause. If, in any case, accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variation. Applicability of PVC based on original contract value is illustrated as under- “If estimated value of a tender (N.I.T. value) is Rs.55 lakhs; but 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.” 46A.2. The Base Month for „Price Variation clause‟ shall be taken as month of opening of tender including extensions. If any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under consideration. 46A.3. Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim shall be admissible on account of fluctuations in market rat es, increase in taxes/any other levies/tolls etc., except that payment/recovery for overall market situation shall be made as per Price Variation Clause given hereunder. 46A.4. Adjustment for variation in prices of material, labour, fuel, explosives deton ators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner prescribed. 46A.5. Components of various items in a contract on which variation in prices be admissible , shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, concreting, Ferrous, Non- ferrous, Insulator, Zinc, erection etc., However, for fixed components, no price variation shall be admissible. 46A.6. The percentages of labour component, material component, fuel component etc., in various types of Engineering Works shall be as under: Component Percentage Component Percentage A) Earthwork contracts: Labour 50% Other material 15% component components Fuel 20% Fixed 15% component component*

DEN/East/BZA Signature of Tenderer(s) Page 30 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

31 Tender No.14/East/2016 (Revised)

A) Ballast and Quarry Products contracts Labour 55% Other material 15% component components Fuel 15% Fixed 15% component component* B) Tunnelling Contracts Labour 45% Detonators 5% component component Fuel 15% Other material 5% component components Explosive 15% Fixed 15% component component* C) Other Works Contracts Labour 30% Fuel component 15% component Material 40% Fixed 15% component component* *it shall not be considered for any price variation.

46A.7. The Amount of variation in prices in several components (labour, material etc., ) shall be worked out by the following formulae: i) L= W x (LQ-LB) x LC LB 100 ii) M = W x (MQ-MB) x MC MB 100 iii) F = W x (FQ-FB) x FC FB 100 iv) E = W x (EQ-EB) x EC EB 100 v) D = W x (DQ-DB) x DC DB 100 vi) S = SW x (SQ-SB)

vii) C = CV x (CQ-CB)/CB

For Railway Electrification works:

viii) T = {(CS – CO) /CO X 0.4136} X Tc

ix) R = { (RT – RO) / RO + ( ZT - ZO ) / ZO x 0.06 } x Rc

x) N = { (PT – PO ) / PO } x Nc

xi) Z = { ( ZT – ZO ) / ZO } x Zc

xii) I = { ( IT – IO ) / IT } x 85

DEN/East/BZA Signature of Tenderer(s) Page 31 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

32 Tender No.14/East/2016 (Revised)

Where L Amount of price variation in labour M Amount of price variation in Materials F Amount of price variation in fuel E Amount of price variation in Explosives D Amount of price variation in Detonators S Amount of price variation in Steel C Amount of price variation in Cement T Amount of price variation in Concreting R Amount of price variation in Ferrous Items N Amount of price variation in Non-Ferrous Items Z Amount of price variation in Zinc I Amount of price variation in Insulator LC % of Labour component MC % of Material component FC % of Fuel component. EC % of Explosive component DC % of Detonators component Tc % of Concreting Component Rc % of Ferrous Component Nc % of Non-Ferrous Component Zc % of Zinc Component W Gross value of work done by contractor as per on-account bill(s), excluding cost of materials supplied by Railway at fixed price, minus the price values of cement and steel. This will also exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment shall be indicated in the contractor‟s offer) LB Consumer Price Index Number for Industrial Workers- All India- Published in RBI Bulletin for the base period. LQ Consumer Price Index Number for Industrial Workers- All India-Published in RBI Bulletin for the average price index of the 3 months of the quarter under consideration. MB Index Number of Wholesale Prices- By Groups and sub-Groups-All commodities- as published in the RBI Bulletin for the base period. MQ Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as published in the RBI Bulletin for the average Price index of the 3 months of the quarter under consideration. FB Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel and Power as published in the RBI Bulletin for the base period. FQ Index Number of Wholesale Prices- By groups and sub-groups for Fuel and Power as published in the RBI Bulletin for the average price index of the 3 months of the quarter under consideration. EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the base period. EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor for the average price index of the 3 months of the quarter under consideration. DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the base period. DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of detonators are made by the contractor for the average price index of the 3 months of the quarter under consideration.

DEN/East/BZA Signature of Tenderer(s) Page 32 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

33 Tender No.14/East/2016 (Revised)

SW Weight of steel in tonne supplied by the contractor as per the „on-account‟ bill for the month under consideration SQ SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (In rupees per tone) for the 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. SB SAILs ex-works price plus Excise Duty thereof ( in Rs. 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. CV Value of cement supplied by contractor as per „on account‟ bill in the quarter under consideration CB Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin for the base period. CQ Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI Bulletin for the average price index of the 3 months of the quarter under consideration. Cs RBI Wholesale Price index for cement and lime for the month which is six months prior to date of casting of foundation. Co RBI Wholesale Price index for cement and lime for the month which is one month prior to date of opening of tender. RT IEEMA Price index for Iron & Steel for the month which is two months prior to date of inspection of material. Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of opening of tender. PT IEEMA Price for Copper wire bar for the month which is two months prior to date of inspection of material. Po IEEMA Price for Copper wire bar for the month which is one month prior to date of opening of tender. ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of material. Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of tender. IT RBI Wholesale Price index for structural clay products for the month which is two months prior to date of inspection of material. Io RBI Wholesale Price index for structural clay products for the month which is one month prior to date of opening of tender.

DEN/East/BZA Signature of Tenderer(s) Page 33 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

34 Tender No.14/East/2016 (Revised)

46A,8. The demands for escalation of cost shall be allowed on the basis of provisional indices made available by Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be made as and when they became available. 46A.9. Relevant categories of steel for the purpose of operating Price Variation formula, as mentioned in this caluse, based on Sails Ex-Works Price Plus Excise Duty thereof, shall be as under: Sl. Category of Steel supplied in Railway Category of Steel produced by SAIL Whose No. work Ex-works Price Plus Excise Duty Would be Adopted to Determine Price Variation. 1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500 2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK 3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK 4. All Types and sizes of channels and joists Channels 200x75mm IS 2062 E250A SK 5. Any other section of steel not covered in Average of price for the 3 categories covered the above categories and excluding HTS under SL 1, 2, & 3 above. 46A.10. Price variation During Extended Period of contract. The price adjustment as worked out above, ie., either increase or decrease shall be applicable upto the stipulated date of completion of work including the extended period of completion where such extension has been granted under Clause 17-A Of the General Conditions of Contract. However, where extension of time has been granted due to contractors failure under Clause-17B of the General conditions of Contract, price adjustments shall be done as follows: a) In case the indices increase above the indices applicable to the last month of original completion period or the extended period under clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the last month of the original completion period or the extended period under clause 17-A of the General conditions of contract; as the case may be. b) In case the indices fall below the indices applicable to the last month of original/extended period of completion under caluse 17-A, as the case may be; then the lower indices shall be adopted for the price adjustment for the period of extens ion under caluse 17-B of the General Conditions of Contract.

12 DEDUCTION OF INCOME TAX AT SOURCE In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act 1961 the Railway shall at the time of arranging payments to the contractor and/or sub contractor(in the case of sub contractor only when the Railway is responsible for payment of consideration to him under the contract) for carrying out any work (including supply of labour for carrying out any work) under the contract be entitled to deduct income tax at source on 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 Act 1961.

DEN/East/BZA Signature of Tenderer(s) Page 34 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

35 Tender No.14/East/2016 (Revised)

No Income Tax will be deducted by the Railway on payments made for supply of materials where such value of supply portion is distinct and ascertainable such as supply of Timber, tiles, bricks, ballast including track/ballast etc. The deductions towards Income Tax to be made at source from the payment due to non/residents shall continue to be governed by Section 195 of the Income Tax Act 1961.

13 LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT OR NEGLIGENCE. Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at site for Technical Supervision of the work. This Engineer-in-charge will be responsible for safety of the traffic. The work shall be executed by the contractor in a workman like manner to the satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site and it is established during the departmental enquiry by the Railway or by Statutory enquiry of CRS, that the accident occurred wholly or partly due to any act tantamounting to negligence on the part of the contractor or his labour in not adhering to the instructions of the engineer-in-charge, the contractor shall render himself liable for damages and also legal prosecution if loss of life is involved.

14 Implementation of – the Building and other construction Workers (RECS) Act, 1996 and the Building and other Construction Workers Welfare Cess Act, 1996 in Railway Contracts. “The Tenderer for carrying out any construction work in (name of State) must get themselves registered from the Registering Officer under Section-7 of the Building and other Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of State)Government and submit certificate of registration issued from the Registering Officer of the Andhra Pradesh(name of the State) Government (Labour Department). For enactment of this act, the Tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill, Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.”

DEN/East/BZA Signature of Tenderer(s) Page 35 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

36 Tender No.14/East/2016 (Revised)

ANNEXURE- “III” WORKS CONTRACT CLAUSE-13 1. In case cement, Steel, AC sheet with or without accessories, GI sheets with or without accessories, glasses or any other materials/items are issued to the contractor(s)either free of cost or on cost to be recovered for use on the work as stipulated in the agreement the supply thereof shall be made in stages depending on the progress of the work, limited to the quantity /quantities computed by the Railway, according to the prescribed specification and approved drawings as per agreement. The materials supplied should conform to Railway‟s Specification in all respects should be in accordance with approved sample. All such materials supplied to the contractor(s) for the work either free of charge or on pay ment as the case may be will be issued to contractor(s) at the Railway depot/godown/goods shed and will have to be transported by the contractor to the site of work at his cost. All such materials shall be used by the Contractor for the work in such quantities as are indicated in the schedule or in the relevant specifications or drawings or as approved by the Engineer, whose decision thereon shall be final. Wastage or damages of such materials in any manner shall be totally avoided. The contractor(s) shall be liable to the accountal for all such materials issued by Railway either free of cost or on payment excluding the permissible wastage which incase of steel materials should not in any case exceed 1% of the total quantity required for the work as per the approved drawings. No wastage under other items is permissible. Short lengths of rods should also be utilized to the extent possible by overlapping joints. The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without accessories glasses or any other materials issued in excess of the requirement(s) as above, shall be returned in perfectly good condition by the contractor(s) to the Railway at the Railway depot/Godown/Goods shed at______immediately after completion or termination of the contract. If the contractor fails to return the said materials then the cost of such materials issued in excess of the requirement as computed by Railway according to the specification and approved drawings will be recovered from the contractor(s) at twice the prevailing procurement cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without prejudice to the right of Railway to take action against the contractors under the condition of the contract for not doing/completing the work according to the prescribed specification and approved drawings. If it is discovered that the quantity of cement, steel or any other material used is less than the quantity computed by the Railway, according to specifications and approved drawings the cost of materials not returned will be recovered at the same rates as applicable to excess issue of materials, indicated in the preceding para. 2. It shall be the responsibility of the contractor to keep in safe custody any Railway material plant or equipment issued for the work. The contractor shall at his own expense provide suitable temporary shed/sheds for this purpose on the Railway land made available by the Railway free of rent and shall remove the shed/sheds when no longer required in terms of clause 30 of General conditions of contract. 3. If due to any reason the Railway is not in a position to make available the Railway land the Railway Engineer-in -charge of the 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 material required for the works outside the railway premises and to store in the Shed so erected or private accommodation so secured. It shall be the responsibility of the contractor to keep the railway material in safe custody and the same should be kept entire separate from the contractors material and the Railway shall have liberty to inspect the same from time to time.

DEN/East/BZA Signature of Tenderer(s) Page 36 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

37 Tender No.14/East/2016 (Revised)

4. The code Nos. description and rates given in the schedule are based on the printed USSR - 2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the working rates quantity of cement etc. should be rectified by reference to the printed schedule, which shall be treated as authoritative and binding on the contract. The relevant notes applicable to the respective sub chapters will apply to the items of the Tender schedule and should be considered as having been inco rporated in the contract agreement and binding on the Contractor. 5. For any other items not specially shown in the schedule of rates appended to the tender document, the Divisional/Executive Engineer will offer rates as shown for the______zone in the South central railway printed USSR - 2010, of S.C.Railway subject to the same percentage adjustment accepted in the contract being applicable to the additional items. 6. Railway shall not supply from its own quota to the contractors controlled or imported commodities. Assistance will, however given by recommending to appropriate authorities. Contractor applications for issue of import licenses and release of controlled commodities if the Engineer is satisfied that this material is actually required by contractor for carrying out the work and is not available in the country. 7. VARIATION OF COS TS. Price variation clause is not applicable for contract Agreement value upto Rs.50 lakhs. Time is the essence of contract. 8. (a)PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced contractor should be able to complete the work in all respects within the period as specified in the Tender Notice and in the Schedule where items of work are furnished from the date of letter of acceptance of the Tender. (b) Extension of time of completion will be governed by clause 17 of General Conditions of Contract. However, while granting the extension of time under clause 17(B) of 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 GCC. 9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as specified in the Schedule where items of work are furnished by the contractor and he shall make good any defects, imperfections, shrinkages or faults which may appear at his own cost. 10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of all corrections, and amendments of the said General conditions of contract made up to the date of the execution of these presents and no objection shall be taken by the contractor on the ground that he was not aware of such amendments and corrections of the said General Conditions of Contract o r to any of them. 11. VARIATION IN CONTRACT QUANTITIES:- The procedure as detailed below shall be adopted for dealing with variations in quantities during execution of works contracts: (a) The Railway reserves the right to alter the designs and drawings. If due to change of drawing or design 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 thereof except as provided for in this contract. (b) The quantities of each item of work furnished in the Schedule are approximate and are intended for the guidance of Tenderer/Contractor. In actual execution of work there may be some increase in th e quantities specified. Such variation upto 25% shall in no degree affect the validity of the contract and it shall be performed by the contractor as provided therein and be subjected to the same conditions, stipulations and obligations originally and expressly included and provided for in specifications and drawings and the amount to be paid there for shall be calculated in accordance with accepted schedule rates.

DEN/East/BZA Signature of Tenderer(s) Page 37 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

38 Tender No.14/East/2016 (Revised)

(1) Prior Finance concurrence is necessary for varying the individual quantities beyond 25% or where the gross agreement value exceeds 25% of the agreement value. (2) Individual NS items in contracts shall be operated with variations of plus or minus 25% and payment would be made as per the agreement rate. For this, no Finance concurrence would be required. (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 (100% i.e., the original quantity +25% ie., quantity over and above the original quantity) subject to the following conditions. (a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade: (i) Quantities operated in excess of 125% but 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 upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender; (iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. (b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value. (c) Execution of quantities beyond 150% of the overall agreement 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. (4) The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. (5) No such quantity variation limit shall apply for foundation items. (6) As far as SSR/SOR items are concerned, the limit of 25% would apply to the value of SSR/SOR schedule as a whole and not on individual SSR/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 (sin gle percentage rate or individual item rate). (7) For the tenders accepted at the Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. (8) For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager. (9) For tenders accepted by Board Members and Railway Ministers variations upto 110% of the original agreement value may be accepted by General Manager. (10) 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. (11) In cases 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 S.A. Grade may be taken, after obtaining „No claim certificate‟ from the contractor and with finance concurrence giving detailed reasons for each such decrease in the quantities.

DEN/East/BZA Signature of Tenderer(s) Page 38 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

39 Tender No.14/East/2016 (Revised)

(c) It should be certified that the quantities proposed to be reduced will not be required in the same work at a later stage. (d) In the event of any reduction in the quantity to be executed for any reasons whatsoever, the contractor shall not be entitled to any compensation but shall be paid only for the actual amount of work done. (e) The contractor is bound to notify the Engineer at least seven days before the necessity arises for the execution of any item in excess of 25% of the overall value of the agreement. (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 result from such procedure. 9 12)Employment of Civil Engineering Graduates/Diploma-holders: The contractor shall employ the following technical staff during the execution of this work. i) One graduate engineer when the cost of the work to be executed is Rs.2 Crores and above. ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is more than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at site whenever required by the Engineer-in-charge to take instructions. In case the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a reasonable amount not exceeding a sum of Rs.40,000/- (forty thousand only) for each month of default in case of graduate engineer and Rs.25,000/- (twenty five thousand only) for each month of default in case of diploma holder (over -seer) (Modification of Cl.26 and introduction of new Cl.26A to IR‟s GCC Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.10.05.2013.) 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. iii) Individuals having Diplo ma in Railway Engineering awarded by IPWE (India) shall also be considered as qualified Diploma holder Engineers and contractors for track contract works can employ such individuals at their worksite on Indian Railways.(Ref: Rly. Bd. Lr.No.2012/CE- I/CT/0/20, dt.12.07.2013.) Note: The above clause is not applicable for contracts for Welding of Rail joints. 13) Railway Contractors / Extension of Provident Fund Act to the Employees working under Railway Contractors:- 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 Commissioners 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 & 12 A monthly return copy in proof of remittance of PF dues for previous month.” 14) Conservancy charges as applicable and as modified from time to time will be recovered from Contractor‟s running bills.

DEN/East/BZA Signature of Tenderer(s) Page 39 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

40 Tender No.14/East/2016 (Revised)

SPECIAL CONDITIONS

MODIFICATION TO CLAUSE 63 & 64 OF

GENERAL CONDITIONS OF CONTRACT

1 The Provision of Clause 63 and 64 of the 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 No; 63 &64 of the General Conditions of Contract will not be applicable for referring the disputes to be settled through arbitration.

2 The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of General Conditions of Contract. But the Contractor should seek reference to arbitration to settle the disputes only once, subject to the conditions as per Para 1.

3 The Special conditions shall prevail over the existing Clause 63 & 64 of General Conditions of contract.

DEN/East/BZA Signature of Tenderer(s) Page 40 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

41 Tender No.14/East/2016 (Revised)

PERFORMANCE GUARANTEE

In consideration of the President of India (hereinafter called “the Government”) having agreed to exempt------( hereinafter called “ the said Contractor(s)”) from the demand, under the terms and conditions of an Agreement dated ------made between ------and ------for ------(hereinafter called “the said Agreement”), of Security deposit 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 ------(indicate the name of the Bank) (hereinafter referred to as the Bank) at the request of ------(Contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs------against any loss / damage caused to or suffered or would be caused to or suffered by the Government by reasons of any breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We ------(indicate the name of the Bank) do hereby undertake to pay the amounts 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 contactor(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 undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(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 a valid discharge of our liability for payment thereunder and the contractor(s) / supplier(s) shall have no claim against us for making such payment.

DEN/East/BZA Signature of Tenderer(s) Page 41 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

42 Tender No.14/East/2016 (Revised)

4. We, ------(indicate the name of 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 Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ------Office/Department) Ministry of ------certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ------we shall be discharged from all liability under this guarantee thereafter. 5. We, ------(indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary 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 the 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) / Supplier(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 ------200 For ------(indicate the name of the bank)

DEN/East/BZA Signature of Tenderer(s) Page 42 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

43 Tender No.14/East/2016 (Revised)

South Central Railway Vijayawada Division Tender No. 14/East/2016 Name of SW-1:Krishna Canal-Repairs to Platforms and circulating area in Krishna canal work :- station in view of Krishna Pushkarams, Aug-2016. SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW-3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016. Similar Nature Any building works including repairs irrespective of number of floors of work involved. Approximate Cash Value : `2,46,08,253/- Amount Estimate Sanctioned No. & date Allocation (`) SW1 )B/W.375/V/1309/Plg dt 13-04-2016 04-420-32 97,69,171 SW2 )B/W.375/V/1308/Plg dt 13-04-2016 04-420-32 52,34,909 SW3 )B/W.431/I/147/Plg dt 13-04-2016 04-531-32 96,04,173 Period of Completion Three Months Period of Maintenance Six Months

Name of the

Tenderer/Contractor

DEN/East/BZA Signature of Tenderer(s) Page 43 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

44 Tender No.14/East/2016 (Revised)

Schedule – A List of items of works that are covered by Indian Railways USSR (W orks & Materials) 2010. Sl. SSR - Qty Rate Amount Description of Work Unit No No SW-I SW-II SW-III Total (Rs .P.) (Rs .) 1 Earthwork in filling in embankment, guide bunds, around 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, 013120 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. 3916 1203 6125 11244 164.84 cum 1853461 2 011010 Earth work in excavation as per approved drawings and dumping at embankment 011011 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 (011011) All kinds of soils. 297 801.71 343 1441.71 100.28 cum 144574 (Items Two only) Total of Schedule –A 1998035 Percentage rate to be quoted in "FIGURES"

Percentage rate to be quoted in "WORDS"

DEN/East/BZA Signature of Tenderer(s) Page 44 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

45 Tender No.14/East/2016 (Revised)

Schedule- A.1 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 1 012050 Supplying and filling sand in 341 267.86 326 934.86 615.03 cum 574967 plinth and under floors including watering, ramming, consolidating and dressing complete. 2 031010 Providing and laying in position 98.04 371.49 199.00 668.53 1865.68 cum 1247263 031012 cement concrete of specified proportion excluding cost of cement, centering and shuttering - All works upto Plinth level (031012) 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 40mm nominal size) 3 098020 Supplying and laying interlocking pre-cast CC block pavers of approved design factory 098021 manufactured of specified grade CC on passenger platform, foot paths, circulating area, etc, including setting in position over 25mm thick bedding layer of fine sand, filling the joints with fine sand, leveling including compaction as per IS 15658 (098021) 60 mm thick blocks of M30 grade for light traffic 504 1998.25 2800 5302.25 504.06 Sqm 2672652 4 051010 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in 051018 (051018) Cement mortar 1:6 (1 cement : 6 coarse sand) 0.00 163.73 194.00 357.73 2277.09 cum 814583 5 051010 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in 051015 (051015) Cement mortar 1:6 (1 cement : 6 fine sand) 154.39 0.00 0.00 154.39 2243.38 cum 346351 6 051040 Extra over item 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level : 154.39 152.59 113.00 419.98 166.76 cum 70036 7 057100 Add or deduct from rates of brickwork when the bricks specified or permitted to be used by 057104 Engineer or of Class designation other than 7.5 (057104) Deduct for Class designation 3.5. -154.39 -163.73 -194.00 -512.12 655.33 cum -335608 8 111060 20 mm CP of mix (111061) 1:4 (1cement: 4coarse sand) 111061 357.00 0.00 0.00 357.00 93.62 Sqm 33422 9 032020 Providing and fixing precast M 15 grade cement concrete in string or lacing courses, coping, bed plates, anchor blocks, plain window sills, shelves, louvers, steps, etc. upto floor two level, including hoisting and setting in position with cement mortar 1:3 (1 cement : 3 coarse sand), cost of required shuttering, centering complete - excluding the cost of cement. (cast at site) 14.40 0.00 0.00 14.40 2483.70 cum 35765 10 078270 Providing and fixing factory made UPVC door frame made of UPVC extruded section profile size 50mmx60mm (±1mm) with wall thickness 2mm±0.2mm, corners of door frame to be mitered and joined at corners by means of plastic, galvanized brackets and stainless steel screws. Hinge side vertical of frames reinforced by galvanized MS tube of size 19mmx38mm and 1mm ± 0.1mm wall thickness and 3 nos. stainless steel hinges fixed to frame complete as per direction of Engineer in charge. 87.00 0.00 35.00 122.00 286.07 RM 34901

DEN/East/BZA Signature of Tenderer(s) Page 45 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

46 Tender No.14/East/2016 (Revised)

Schedule- A.1 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 11 078300 Supplying, providing and fixing 25mm thick factory made white colour rigid glazed/wire gauge/PVC sheet PVC window shutter consisting of frame made of M.S. tube of 19 mm gauge of size 15 mm x 15mm for style, top and bottom rails. M.S. frame shall have a coat of steel primer M.S. frame shall be covered with 4 mm (3.75 mm PVC foam sheet laminated with 0.25 mm rigid PVC sheet) thick white colour moulded PVC C channel of size 50 mm x 25 x 50 mm of window shutter forming style pand rails filled with 4 mm thick glass panes/wire gauge/PVC sheet in clear space available between style and rails using PVC beeding of size 23 mm x 16 mm complete as per direction of Engineer Incharge (glass pane/wire gauge/PVC sheet to be paid extra). 25.20 0.00 0.00 25.20 2696.57 sqm 67954 12 041010 Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but 041011 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 (041011) All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of FOB, and Platform shelter etc. 34.80 261.00 261.00 556.80 2326.70 cum 1295507 13 042010 Centering and shuttering including strutting, propping etc. and removal of form for (0402014) 042014 Lintels, beams, plinth beams, bed blocks, girders, bressumers and cantilevers 72.00 0.00 0.00 72.00 199.23 Sqm 14345 14 081070 Erecting rails in posts, platform wall copings etc. including necessary cutting and drilling 416.000 0.00 0.00 416.00 80.36 quintal 33430 15 081060 Extra to item no 081050 for every subsequent 5m height, or part thereof, over 10m height above GL

300.000 0.00 0.00 300.00 62.59 quintal 18777 16 081050 Erecting roof trusses, tank stagings, steel tanks etc. including rivetting for work upto 10m height above GL 700.000 0.00 0.00 700.00 250.36 quintal 175252 17 171410 Selection of suitable site for drilling bore well / tube well by electrical resistivity method for all diameters. 2.000 0.00 0.00 2.00 871.13 Each 1742 18 032031 in kerbs, edging etc. 7.5 0.00 0.00 7.50 2338.62 cum 17540 19 043010 Providing, hoisting and fixing in position upto floor two level M20 Grade precast RCC work 043015 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) (043015) In slabs for drain covers, manhole covers, flue tops etc. 112.5 0.00 4.00 116.50 2982.20 cum 347426 20 252020 Moorum 225 0.00 0.00 225.00 201.25 cum 45281 21 012040 Filling, watering and ramming earth in 15 cm layers in floors and foundations with surplus earth from foundations including 50m lead and 1.5m lift. 225 0.00 0.00 225.00 22.30 cum 5018 22 013140 Removal of excavated/slip earth/ debris/ malba from the site of works to any other place outside Railway land/premises, including all excavations, handling, re- handling, loading, unloading and leading, etc. all labour and material as a complete job. Removal of Earth (all kinds of soils)/ROCKS, BOULDERS including mud/slush, slipped earth in catch water drains, side drains, over berms in cutting, water way of bridges, over coping of toe/breast/retaining walls etc. including crossing of nallah, railway tracks, making/repairing approach roads if required, all lead, lift, ascent, descents, or any other obstruction. Earth spoils to be dumped outside the cutting or railway embankments as per direction of Engineer in charge. 225 0.00 0.00 225.00 74.36 cum 16731

DEN/East/BZA Signature of Tenderer(s) Page 46 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

47 Tender No.14/East/2016 (Revised)

Schedule- A.1 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 23 181020 Demolishing plain cement concrete including disposal of material within 50m lead (181023) 181023 Dismantling concrete kerb stones/rail level platform stones / concrete beams / slabs or similar light structural parts / stones without appreciable damage including stacking. 120 0.00 0.00 120.00 548.75 cum 65850 24 014010 Dressing Surface (average excavation or filling upto 15 cm) including removing vegetation in all kind of soil. Payment against this item is to be made only if it is not included in earth work item 16250 1,000.00 0.00 17250.00 67.50 10 116438 sqm 25 021510 Hiring of JCB Machine (in good working condition) for leveling and dressing ground / dismantling structures including disposal of debris through dumpers etc. with contractor‟s labour, JCB machine, machine operator, fuel, etc. The contractor shall arrange road permit for vehicle for all the States of operation, as per instructions of engineer in-charge and vehicle shall not be more than three years old. Payment shall be made for actual working hours at site. 50 0.00 72.00 122.00 631.57 Hr 77052 26 094060 Providing & fixing Precast Chequered tiles conforming to IS:13801:1993, manufactured under 094061 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 CM 1:4 of sizes (094061) 250mm x 250mm x 25mm thick 155.45 0.00 0.00 155.45 478.93 Sqm 74447 27 109200 Providing and fixing permanently colour coated trapezoidal profiled 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 .. Contd. 357.60 0.00 0.00 357.60 543.10 Sqm 194213 28 109150 Supplying, fabricating and erecting valley gutter having 1.00 meter width, made out of 0.91mm thick aluminum sheets, the joints shall be made by aluminum welding to make water tight including supplying manufacturing and fixing brackets made out of MS flats 50mm x 6mm at the spacing of 75 cm center to center. The rate will be including supply of all materials, labours, tools, plants, equipments, scaffolding and staging etc. Complete work shall be carried out as directed by engineer in charge. 50.00 0.00 0.00 50.00 865.10 metre 43255 29 095020 Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in 095021 all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of CM 1:4 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete (095021) Of Group B-II Clause 5.1 (for abrasion resistance) of IS:15622 (Ceramic Floor Tiles) of size 300x300mm 0.00 103.50 60.00 163.50 477.57 Sqm 78083 30 041010 Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but 041012 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 (041012) All work in buildings above plinth level upto floor two level. 0.00 7.93 18.00 25.93 2530.27 cum 65610

DEN/East/BZA Signature of Tenderer(s) Page 47 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

48 Tender No.14/East/2016 (Revised)

Schedule- A.1 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 31 111010 12 mm CP of mix (111012) 1:6 (1cement: 6 fine sand) 111012 0.00 1107 1,613 2720 67.02 Sqm 182294 32 115110 Finishing walls with water proofing cement paint of required shade two or more coats on new work applied @ 3.84 Kg/10 sqm. 0.00 945.00 0.00 945.00 38.31 Sqm 36203 33 182010 Demolishing brick work including stacking of serviceable material and disposal of unserviceable 182013 material within 50m lead (182013) In CM. 0.00 7.11 0.00 7.11 431.31 cum 3067 34 021070 Loading / Unloading ballast, kankar, brickbats, stone- chips, shingle, stone boulders, block kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, morum, earth, manure or sludge, ashes, lime etc., including lead up to 50m and stacking into/from trucks, trailors or wagons. 0.00 135.70 342.00 477.70 46.62 Cum 22270 35 021090 Leading ballast, kankar, brickbats, stone-chips, shingle, stone boulders, block kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, morum, earth, manure or sludge, ashes, lime, debris, muck, malba, etc. for lead upto 25 km. Note : Lead under this item is payable when the same exceeds 500m. 0.00 67.85 0.00 67.85 59.54 Cum 4040 36 094060 Providing & fixing Precast Chequered tiles conforming to IS:13801:1993, manufactured under 094062 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 CM 1:4 of sizes (094062) 300mm x 300mm x 30mm thick 0.00 164.00 427.00 591.00 574.75 Sqm 339677 37 083050 Fabricating, supplying & installing stainless steel railings for staircases, balconies, FOBs, Enquiry / Reservation complex etc., made of SS 304 grade stainless steel, laser cut / water jet cut (no shearing), polished with Automatic round/flat polishing machine to get a uniform hairline finish. All parts shall be connected to each other with the help of prescribed size CNC made solid connectors, countersunk screws. Welding should be finished ensuring that no welding marks are visible and assembly is mounted on floor with the help of dash fasteners. Railings shall be fabricated as per approved drawings by engineer-in- charge. Manufacturer shall submit maintenance manual and basic material test report for grade certification. 0.00 480.00 0.00 480.00 500.80 Kg 240384 38 151122 Providing and fixing white, vitreous china water closet squatting pan (Indian type) (151122) Orissa pattern W.C. pan of size 580x440mm. 0.00 0.00 5 5.00 1240 Each 6201 39 171620 Boring, providing and installing cast-in-situ single under reamed piles with bulb dia of 2.5 times the 171622 pile dia of any length in M 35 grade to carry a safe working load not less than specified including cost of boring with bentonite solution and pile to be embedded in pile cap etc all complete. Length of pile for payment shall be measured upto the bottom of pile cap. Payment for steel reinforcement & cement will be made separately (171622) 400mm dia piles. 0.00 0.00 299 299.00 1676 RM 501259 40 154010 Providing and fixing 110mm dia PVC soil, waste and vent pipes including jointing and cost of spun yarn and sand etc. complete 0.00 0.00 100 100.00 263 Rm 26303

DEN/East/BZA Signature of Tenderer(s) Page 48 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

49 Tender No.14/East/2016 (Revised)

Schedule- A.1 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount No No Description of Work (Rs.P.) Unit (Rs.) SW-1 SW-2 SW-3 Total 41 042011 Centering and shuttering including strutting, propping etc. and removal of form for (042011) Foundations, footings, bases of columns, raft foundation of washable aprons, Pile caps, Footings of FOB etc. 0.00 0.00 265 265.00 133 sqm 35113 42 042012 Centering and shuttering including strutting, propping etc. and removal of form for (042012) Walls (any thickness) including attached plasters, buttresses, plinth and string courses etc. 0.00 0.00 945 945.00 227.70 sqm 215177 43 042015 Centering and shuttering including strutting, propping etc. and removal of form for (042015) Columns, pillars, posts and struts 0.00 0.00 240 240.00 291 sqm 69888 44 078180 Providing and fixing to existing door frame 24mm thick factory made PVC door shutters made of styles and rails of a PVC hollow section of size 59mm 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 75mm x 220mm 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 19mm x 19mm with a wall thickness1mm±0.1mm. The lock rail made out of „H‟ section, PVC hollow section of size 100mm x 24mm with a wall thickness 2mm±0.2mm, fixed to shutter styles by means of plastic/galvanized M.S. ‟U‟ cleats. The shutter frame filled with a PVC multi-chambered panel of size 20 x 200mm 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. 0.00 0.00 11.03 11.03 1487.77 sqm 16403 45 181022 Demolishing plain cement concrete including disposal of material within 50m lead (181022) Mix leaner than 1:2:4 with coarse aggregate larger than 20mm. 0.00 0.00 171 171.00 314.85 cum 53839 46 021080 Leading ballast, kankar, surkhi, lime, sand, ashes, stone- chips, pitching, stone, boulders, soling, stone, rubble stone, brickbats, shingle, dry mortar, laterite or similar materials including picking up and stacking, lead upto 50m. 0.00 0.00 171 171.00 110.87 cum 18959 47 021081 Additional lead for every subsequent 50m or part there of, over 50m and upto 500m over item no. 021080. 0.00 0.00 171 171.00 27.64 cum 4726 48 161520 Uprooting weeds on or from station platforms, surroundings as well as slopes after loosening surface by raking 0.00 0.00 1410 1410.00 373 100 5263 sqm 49 236010 Cement concrete Grade M15 of coarse aggregate 40mm nominal size, in pavements, laid to required slope and camber in panels as required including consolidation finishing and tamping complete. 0.00 0.00 115 115.00 1876 cum 215743 50 141010 Providing, laying and jointing glazed stoneware pipes grade „A‟ as per IS:651 including bends etc. 141012 with stiff mixture of CM in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete (141012) 150mm diameter. 0.00 0.00 150 150.00 205 meter 30773

DEN/East/BZA Signature of Tenderer(s) Page 49 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

50 Tender No.14/East/2016 (Revised)

Schedule- A.1 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 51 141010 Providing, laying and jointing glazed stoneware pipes grade „A‟ as per IS:651 including bends 141014 etc. with stiff mixture of CM in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete (141014) 230mm diameter. 0.00 0.00 100 100.00 349 meter 34856 52 256070 Miscellaneous G I pipe fittings as nipples / elbows / sockets / bends for GI pipe work. 0.00 0.00 300 300.00 92 kg 27600 53 117050 White washing with lime to give an even shade (117051) Old work (two or more coats) 117051 0.00 0.00 77 77.00 8 sqm 589 (Items Fifty three only) Total of Schedule –A.1 10338910 Percentage rate to be quoted in "FIGURES" Percentage rate to be quoted in "WORDS"

DEN/East/BZA Signature of Tenderer(s) Page 50 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

51 Tender No.14/East/2016 (Revised)

Schedule – A.2 List of items of works that are covered by Indian Railways USSR (W orks & Materials) 2010. Sl. SSR - Qty Rate Amount Description of Work Unit No No SW-I SW-II SW-III Total (Rs .P.) (Rs .) 1 Supply and using 101.640 191.280 259.760 552.68 4600.00 Tonne 2542328 033060 cement at worksite, 033062 OPC 53 grade (Item One only) Total of Schedule –A.2 2542328 Percentage rate to be quoted in "FIGURES"

Percentage rate to be quoted in "WORDS"

DEN/East/BZA Signature of Tenderer(s) Page 51 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

52 Tender No.14/East/2016 (Revised)

Schedule- A.3 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 1 109260 Providing & fixing of coloured galvalume plain sheet flashings at ridges / apex junctions of 109261 roofing cladding, cover / corner / barge pieces etc. in required shape, colour duly fixed with stitching screws (with EPDM washers etc. as per site requirement) (109261) Upto 600 mm width (girth). 94.00 0 0 94.00 393.99 R 37035 metre 2 081290 Steel work in built up tubular trusses including cutting, hoisting, fixing in position and applying 081291 a priming coat of approved steel primer, welded and bolted including special shaped washers etc. complete (081291) Hot finished welded type tubes 20000 0 0 20000 89.48 Kg 1789600 3 081370 Providing and fixing bolts including nuts and washers complete. 200 0 0 200 93.56 Kg 18712 4 045010 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in 045013 position and binding all complete (045013) Cold twisted bars 8838 0 0 8838 50.76 Kg 448617 5 081360 Providing and fixing M.S. round holding down bolts with nuts and washer plates complete. 800 0 0 800 74.65 Kg 59720 6 081030 Structural steel work welded in built up sections, trusses and framed work, girders, stagings, 081031 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 (081031) In RSJ, tees, angles and channels 11500 0 0 11500 80.00 Kg 920000 7 081030 Structural steel work welded in built up sections, trusses and framed work, girders, stagings, 081032 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 (081032) In flats, plates , round or square bars 2000 0 0 2000 78.40 Kg 156800 8 081010 Structural steel work in single section including cutting, bending, straightening, drilling, 081011 rivetting, bolting, hoisting, fixing in position, includingapplying a priming coat of approved steel primer, complete - upto 6m height above GL (081011) (In RSJ, tees, angles and channels 2950 0 0 2950 61.19 Kg 180511 9 045010 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in 045016 position and binding all complete (045016) Thermo-Mechanically Treated bars 0 15333 0 15333 50.76 Kg 778303 10 081140 Supplying and fixing lewis/ holding down bolts of approved design with nuts and washers complete 0 0 700 700.00 54.88 kg 38416

DEN/East/BZA Signature of Tenderer(s) Page 52 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

53 Tender No.14/East/2016 (Revised)

Schedule- A.3 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 11 045016 Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete. Thermo-Mechanically Treated bars 0 0 20280 20280 50.76 kg 1029413 12 081211 Supplying and fixing rolling shutters of of approved make -80x1.25 mm MS laths with 1.25 mm thick top cover 0 0 43.20 43.20 1360.11 sq.m 58757 13 081020 Structural steel work riveted or bolted in built up sections, trusses and framed work, girders, 081022 staging, racks etc including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position including applying a priming coat of a approved steel primer complete - upto 6m height above GL (081022) In flats, plates, round or square bars 800 800 65.93 kg 52744 (Items Thirteen only) Total of Schedule –A.3 5568628 Percentage rate to be quoted in "FIGURES"

Percentage rate to be quoted in "WORDS"

DEN/East/BZA Signature of Tenderer(s) Page 53 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

54 Tender No.14/East/2016 (Revised)

Schedule- A.4 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 1 131150 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching 131158 and refilling etc. External Work (131158) 80 mm dia. nominal bore. 345.00 0 0 345.00 550.29 metre 189850 2 131150 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching 131156 and refilling etc. External Work (131156) 50 mm dia. nominal bore. 1290.00 0 0 1290.00 335.65 metre 432989 3 131150 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching 131159 and refilling etc. External Work (131159) 100 mm dia. nominal bore. 625.00 0 500 1125.00 758.26 metre 853043 4 131130 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and 131133 making good the walls etc. Internal work – Exposed on wall (131133) 25 mm dia. nominal bore. 400.00 0 0 400.00 207.78 metre 83112 5 171520 Drilling of bore well for specified depth in all types of soil and rock mechanically with all 171523 contractor‟s tools, plants, material and labour up to 75 meters (171523) For 250 mm dia. 200.00 0 80 280.00 522.84 metre 146395 6 171520 Drilling of bore well for specified depth in all types of soil and rock mechanically with all 171526 contractor‟s tools, plants, material and labour up to 75 meters (171526) Extra over 75m drilling for 250mm dia. 200.00 0 0 200.00 104.57 metre 20914 7 171540 Providing, supplying, lowering and fixing in bore unperforated MS casing pipe 6 mm thickness 171543 up to specified depth below ground level with all contractor‟s tools, plants, material and labour etc. complete (171543) 200 mm internal pipe. 160.00 0 70 230.00 1263.57 metre 290621 8 171550 Extra for using slotted or perforated MS casing pipe (171553) 200 mm internal pipe. 171553 160.00 0 6 166.00 110.46 metre 18336 9 171560 Providing, supplying and fixing mild steel plug or screw cap of standard make on top of casing 171563 pipe on completed bore as directed by Engineer-In-Charge (171563) 200mm dia. 2.00 0 1 3.00 165.89 Each 498 10 103040 Extra for providing and fixing wind ties of 40x6mm flat iron section complete with hooks, nuts, washers etc. 350.00 0 0 350.00 101.96 metre 35686 11 136150 Providing and placing on terrace/staging (at all heights) 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. 0 0 6000 6000 6.43 litrs 38580 12 131120 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) Large diameter pipes, having 131121 thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work (higher dia) (131121) 75mm nominal outer dia. Pipes. 75 mm dia. nominal bore 0 0 150 150.00 501.97 Rm 75296 13 131100 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for 131106 hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work (131106) 50mm nominal outer dia. Pipes. 100 100.00 386.46 Rm 38646

DEN/East/BZA Signature of Tenderer(s) Page 54 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

55 Tender No.14/East/2016 (Revised)

Schedule- A.4 List of items of works that are covered by Indian Railways USSR (Works & Materials) 2010. Sl. SSR - Quantity Rate Amount Description of Work Unit No No (Rs.P.) (Rs.) SW-1 SW-2 SW-3 Total 14 131100 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold 131103 water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in -Charge. External work (131103) 25mm nominal outer dia. Pipes. 0 0 100 100.00 163.11 Rm 16311 15 134010 Providing and fixing PTMT bib cock of approved quality and colour (134044) 15mm nominal 134011 bore, 86mm long. Weighing not less than 88 gms. 0 0 62 62.00 141.77 Each 8790 16 131100 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for 131102 hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work (131102) 20mm nominal outer dia. Pipes. 0 0 100 100.00 126.77 Rm 12677 17 132031 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) 25 mm nominal bore 0 0 6 6.00 339.74 Each 2038 18 132034 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed end) 50 mm nominal bore 0 0 4 4.00 819.15 Each 3277 19 151140 Providing and fixing white, vitreous china pedestal European type water closet pan 0 0 3 3.00 1037.88 Each 3114 20 151221 Providing and fixing solid plastic seat with lid for pedestal type W.C. pan complete White, solid plastic seat with lid 0 0 3 3.00 381.55 Each 1145 21 151073 Providing and fixing 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 white vitreous china wash basin size 550x400mm with a pair of 15mm C.P. brass pillar taps 0 0 2 2.00 1524.86 Each 3050 22 152084 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete Flexible pipe 40mm dia. 0 0 2 2.00 53.43 Each 107 23 131130 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and 131136 making good the walls etc. Internal work – Exposed on wall (131136) 50 mm dia. nominal bore. 0 0 50 50.00 382.63 meter 19132 (Items Twenty three only) Total of Schedule –A.4 2293607 Percentage rate to be quoted in "FIGURES" Percentage rate to be quoted in "WORDS"

DEN/East/BZA Signature of Tenderer(s) Page 55 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

56 Tender No.14/East/2016 (Revised)

Schedule B List of items of works that are not covered by Indian Railways USSR (Works & Materials) 2010. Sl. Quantity Rate Amount Description of Work Unit No Rs Rs SW-1 SW-2 SW-3 Total

1 Supply, erection and commissioning of hot pressed moulded thermo setting glass fibre reinforced NS polyester resin (GRP) sectional water storage tanks confirming to IS: 14399 part I & II on railway staging brackets manhole and drain panel assembly ladder etc., including providing and fixing required fittings

for inlet , outlet / delivery, drain and overflow pipes with all contractor's labour, lead, lift, materials, tools and taxes complete for tanks of height 1.0M for capacity of up to 10,000 lilters. NS-2010-38 10000 0 0 10000 24.88 Liters 248800 2 Supply, erection and commissioning of hot pressed moulded thermo setting glass fibre reinforced NS polyester resin (GRP) sectional water storage tanks confirming to IS: 14399 part I & II on railway staging brackets manhole and drain panel assembly ladder etc., including providing and fixing required fittings for inlet , outlet / delivery, drain and overflow pipes with all contractor's labour, lead, lift, materials, tools and taxes complete for tanks of height 2.0M for capacity of above 10,000 lilters to 25,000 liters. NS-2010-39 48000 0 0 48000 17.96 Liters 862080 3 Providing and fixing AC/GI sheet vertical wailing around the toilets exg. Cycle stand of 25x4.50 m size NS and providing partion for conversion in to booking counters duly providing horizontal runners at 1.50 mspacing and 2.50m vertical posts to hold vertical sheets with GI bolts with all contractor's men , materials, lead, lift etc., and removing the same and taken way by the contractor after Pushkaram, Aug- 2016.. 0 0 216 216 134.82 sqm 29121 4 Providing and fixing Booking counter window of size 0.60 x0.90 m with hasrd drawn steel wire fabric NS with country teak wood alround beading 60x20 mm or iron grill are wooden trills are any other grill type suitable for booking windows purpose and firmly fixed at appropriate height including 0.3 metre wide

and 0.75metre long wooden plank (Smoothend) projecting outside and resting on diagonal braces enabling for taking tickets and change with all contractors own material, ment, lead, lift etc and removing the same and take away by the contrator after pushkram 2016 and as directed by engineer in charge. 0 0 8 8 962.99 Each 7704 5 Bailing out and carrying away of sewage water in EX TATA van type septic silt cleaner of 5000 llits NS capacity taking from septic tanks or soak pits etc., (with sucking equipment) and discharge away from

railway premises with all contractors lead lift labour, tools and plants etc and as directed by engineer in charge. 45000 45000 475.55 1000 21400 0 0 lits 6 Supply and stacking of coarse dust and making into profile / leveled with all contractors men, materials,

NS tools, plants, lead and lift etc.and as directed by engineer in charge. 0 0 815 815 856 cum 697640 (Items Six only) Total of Schedule –B 1866745 Percentage rate to be

quoted in "FIGURES" Percentage rate to be

quoted in "WORDS"

DEN/East/BZA Signature of Tenderer(s) Page 56 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

57 Tender No.14/East/2016 (Revised)

CONDITIONS

1. The tenderers are required to quote a uniform percentage rate above or below or at par of USSR-2010 for all the items included in the Sch-A, A-1,A-2,A-3,A-4 and Sch- B separately both in figures and in words. If there is variation between the rates quoted in figures and words, the rate quoted in words will be taken as correct. Tenderer should not quote different rates for different items of the schedule. Offers with different rates are liable for rejection. 2. The quantities furnished in the schedule are approximate and the work will be carried out as directed by the Engineer-in-charge. Payment will be made for the quantities actually executed. 3. The rates quoted by the contractor will be inclusive of the cost of all the materials, labour, tools & Plants etc., complete including transportation of the same at his own cost including loading and unloading. 4. 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 specifications. The decision of the Railway shall be final and conclusive for all purposes. 5. All the works executed by the tenderer/contractor covered in USSR-2010 should comply with Indian Railways Unified Specifications for Works & Materials-2010 (Vol-I & II). 6. All the works executed by the tenderer/contractor shall in accordance with Indian Railways Works Manual-2000 and Code for the Engineering department-2012. 7. All the works executed by the tenderer/contractor shall be followed/complied in accordance with Railway Board/RDSO/HQ guidelines/circulars/correction slips for works & materials and Engineering standing orders issued by Principal Chief Engineer, S.C.Railway from time to time. 8. Vehicles and equipment of contractors can be drafted by Railway Administration in case of accidents/natural calamities involving human lives.

9. Conservancy charges as applicable and as modified from time to time will be recovered from Contractor‟s running bills.

10. The Railway administration will not be responsible for the safety of contractor‟s labour for this work.

11. The work shall be completed within Three months from the date of issue of acceptance letter.

Place: Vijayawada Date: -2016

DEN/East/BZA Signature of Tenderer(s) Page 57 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

58 Tender No.14/East/2016 (Revised)

SPECIAL CONDITIONS FOR BUILDING WORKS.

1. For any other items not specially shown in the schedule of rates appended to the tender document, the Divisional Engineer, will offer rates as shown for the relevant zone in the USSR 2010 subject to the same percentage adjustment accepted in the contract being applicable to the additional items. 2. The quantities shown in the tender schedule are approximate and will be operated in full or part at the discretion of the Engineer in charge. Payment will be made based on the actual items operated. 3. All items included in the tender schedule should be carried out in accordance with the Standard Specifications. i) For materials and works up to date corrections thereto of S C Railway ii) All materials to be supplied and used by the contractor in connection with this for should have prior specific approval of the Engineer in charge and should be in accordance with the specifications for materials and works of SC Railway iii) Details of fittings and fastenings required for wooden doors, cup-boards and ventilators, etc., should be of approved quantity and should have prior approval of the Engineer in charge and should be in accordance with the Standard Specifications for Materials and works of SC Railway. 4. The tenderers are required to study all the drawings. i) Referred to in the tender thoroughly before quoting the rates. ii) The Railway reserves the right to change their drawings during the execution of works and the contractor should execute the work as per the revised drawings. No extra payment or claim will be entertained on that account. Payment will be made to the contractor for the work actually done at the accepted rates of agreement. 5. Details of ducts, chassis, etc., that may be required to be provided for wiring, etc., will be indicated during progress of the work. 6. Tenderers/Contractors will arrange to provide them in walls, floors, RCC slabs, etc., wherever necessary as directed by the engineer in charge without any extra claim any pipes, conducts or hooks, required for electrical shall be placed by the tenderer/contractor at any position indicated without any extra claim. The pipe conducts hooks, etc., bends to the required slopes will be supplied by the Railway at the site of work.

DEN/East/BZA Signature of Tenderer(s) Page 58 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

59 Tender No.14/East/2016 (Revised)

7. The contractor is required to safe guard the steel issued to him and to use the same on the work in accordance with actual requirement as approved by the Engineer as may be indicated in the relevant drawings or specification. Short lengths of rods should also be utilized to the extent possible by over lapping the joints. i) Materials supplied by the Railway on its own cost, left over on completion of the work will be the property of the Railway and should be returned to the depot/godown as directed by the Engineer in charge. In case, it is noticed that on completion or termination of work, the consumption of the materials had been found to be in excess of the quantities laid down and the contractor is unable to account fully, the materials issued either due to neglect in safe custody or to any other reasons, covered at twice the issue rates. The issue rate should be the rate of prevailing at the time of last issue of the materials concerned. While computing the quantities, the wastage will be allowed in accordance with the previsions stipulated there for in the conditions of the contract. 8. All works should be maintained after completion for a period of six months for Engineering works and the contractor should make good any defects, imperfection of faults, poor wood work etc., at his own cost, during the maintenance period and defects like cracks, wards should be made good by the contractor at his own cost inclusive of effected masonry work etc., while rectifying wood work. 9. Electrical energy that may be required for operating the plant, will be supplied by the Railway wherever feasible at the discretion of the Railway on payment of the charges as required by the Electrical department. The contractor will have to make his own arrangements for taking the connection from the nearest Railway electrical source of supply. 10. The cement supplied should conform to I.S. specification 8112 for 43 Grade or I.S. Specification 12269 for 53 Grade before executing the work, the agency should submit a test certificate for Standard Properties as well as indicating the source of supply and brand of the cement. Place: Vijayawada Date: / / 2016.

DEN/East/BZA Signature of Tenderer(s) Page 59 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

60 Tender No.14/East/2016 (Revised)

ANNEXURE-„A‟

SPECIFICATIONS OF CONTROLLED CONCRETE: 1. The agency shall indicate the source of supply of materials viz., course aggregate, fine aggregate, steel, ordinary Portland cement and cement conforming to IS applicable at the time of submitting the tender document to the Railways. All the materials shall conform to relevant standard specifications. 2. The TOR steel is purchased from TISCO, IISCO, SAIL, Vizag steel plant or any other source approved by the Engineer-in-charge. The steel shall not be re-rolled variety. The agency shall produce necessary vouchers in original in support of the purchase of steel and cement from the suppliers along with certificates to relevant standards from the manufacturers before the commencement of work. 3.The agency shall submit samples of course/fine aggregate along with necessary cement, required for mix design. The Engineer-in-charge at site shall forward the samples to a reputed concrete laboratory for carrying out mix design duly specifying the various parameters as per IRS bridge code, provision and correction slips and Engg. Standard order No: 11/2000 and RDSO‟s A&C slip no. 8, dt. 15/22-02-2006 The following parameters shall be specified for the mix design by the Engineer-in -charge.

a) Grade of concrete required as per IRS bridge code. b) Type of cement sent for mix design. c) Minimum and maximum cement content prescribed as per the environment condition prescribed in the IRS concrete bridge code 1997. Corrections slip No: 8 dt. 15/22-02-2006. The environment condition to be decided as per Engg. Standing order No: 11 dt: 23-10-2000/7-11-2000. d) Maximum water cement ratio to be adopted as per environmental condition. The agency shall arrange for mix design at their own cost including movement of materials to laboratory. During the execution of work if there is any change in the materials forming concrete, mix design shall be carried out again and work to be carried out accordingly. The following are extracts of IRS concrete bridge code 1997, Correction slip No: 8 dt. 15/22-02-2006

Amend the following clauses as follows. i) Clause 5.1.1: Table 2 is revised as under.

Table 2: Grades of Concrete (Clause 5.1) Grade Specified characteristic designation compressive strength at 28 days (N/mm2) M10 10 M15 15 M20 20 M25 25 M30 30 M35 35 M40 40 M45 45 M50 50 M55 55 M60 60

DEN/East/BZA Signature of Tenderer(s) Page 60 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

61 Tender No.14/East/2016 (Revised)

ii) Clause No.5.2.2.1: Table is revised as under.

Grade of Modulus of Elasticity concrete (KN/mm2) (N/mm2) M10 18 M15 22 M20 25 M25 26 M30 28 M40 31 M50 34 M60 36

iii) Clause No. 5.3.1: Following note to be added below table given for workability of concrete. Suitable plasticizers/admixtures may be used to achieve workability of the order of 150- 200mm.Plasticizers/admixtures should confirm to clause 4.4. iv) Clause No.5.4.1: The word “low water cement ratio” appearing in fourth sentence should be replaced by “adequate water cement ratio.” v) Clause No.5.4.3: The Table 4(a) is revised as under:

TABLE 4(a) : Maximum water cement ratio: (Clause No.5.4.3:)

Maximum water cement ratio. Environment Plain Prestressed concrete Reinforced concrete (RCC) cement(PCC) (PSC) Mild 0. 55 0. 50 0.45 0. 50 0. 50 0. 40 Severe 0. 50 0. 45 0. 40 0. 50 0. 45 0. 35 Extreme 0. 45 0. 40 0.35

vi) Clause 5.4.4 The Table 4(b) is revised as under: TABLE 4(b): Minimum grade of concrete: (Clause 5.4.4) Environment Plain concrete Reinforced concrete Prestressed (PCC) (RCC) concrete (PSC) Mild M- 10 M- 15 M- 35 Moderate M- 10 M- 20 M- 35 Severe M- 15 M- 20 M- 45 Very severe M- 15 M- 25 M- 50 Extreme M- 20 M- 30 M- 50

DEN/East/BZA Signature of Tenderer(s) Page 61 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

62 Tender No.14/East/2016 (Revised)

The concrete of grades M-10, M-15 & M-20 are normally used in mass concrete work and usually mixed by volumetric batching also. The mix for this work would be M-10 - 1:3:6 M-15 - 1:2:4 M-20 - 1:1.5:3 vii) Clause 5.4.5 Table 4 (c) is revised as under TABLE : 4 ( c ) :Minimum cementitious material content: (Clause 5.4.5)

Minimum cementitious material content in Kg/cum Environment Plain concrete Reinforced concrete Prestressed concrete (PCC) (RCC) (PSC) Mild 210 300 350 Moderate 250 300 400 Severe 250 350 430 Very severe 300 400 440 Extreme 300 400 440 Max. Cementitious material content shall be limited to 500 kg/cum vide No. 5.4. 5.

Note: For under water concrete 10 % extra cement should be added over and above the normal cement content of the concrete mix specified above.

viii) Clause 5.4.7 This clause is deleted along with its sub-clauses ix) Clause 7.1.3.4 Replace this clause by clause as under: Sufficient spacers shall be provided as shall in the opinion of the Engineer be necessary to maintain specified concrete cover to the reinforcement and preventing displacement before and during the placement of the concrete. Spacers should be of such material and designs as will be durable, will not lead to the corrosion of the reinforcement and will not cause spalling of the concrete cover. Spacer block made from cement, sand and small aggregate should match the mix proportions of the concrete as far as is practicable with a view to being comparable in strength, durability and appearance. The use of the pieces of wood, tile or porous material will not be allowed for this purpose.

x) Clause 7.1.3.5 This clause is deleted xi) Clause 7.1.5 is replaced as below

Protective coatings: in order to offer adequate resistance against corrosion, reinforcement bars may be provided with suitable protective coatings depending upon the environment conditions. In aggressive environments (Severe, Very severe and extreme) application of cement slurry coatings after removal of rust and other loose materials from the surface of the reinforcement bar will generally be sufficient. However, specialist literature may be referred to in extreme exposure condition.

xii) Clause 15.9.2.3: This clause is deleted. Clause No. 15.9.2.4 and 15.9.2.5 should be read as 15.9.2.3 and 15.9.2.4 respectively.

DEN/East/BZA Signature of Tenderer(s) Page 62 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”

63 Tender No.14/East/2016 (Revised)

4. The following are the extracts of Engg. Standing order No: 11 issued by S.C.Railway dt. 23-10-2000/7- 11-2000. i). Moderate: - All the bridges situated in area which are not exposed to severe rain or witch are continuously under water of where concrete is in contact with non aggressive soil/ground water will fall under this category. All sections of this Railway which are not listed under severe category below are classified under moderate category. ii) Severe:- Structures which are situated in area which are exposed to severe rain, alternate wetting and drying or occasional freezing or severe condensation and also in locations where the concrete is exposed to aggressive sub soil ground water or situated in coastal environment. The following sections of this Railway have been identified to be classified under severe category. a) Gudur -Visakhapatnam. b) Gudur-Machilipatnam. ---- Vijayawada Division. c) Bhimavaram-Narsapur. d) Samalkot- Kakinada

i) Industrial areas as decided by the concerned Divisional Engineers, where corrosive action is severe. ii) Very severe and extreme:- Classification of particular bridge in these categories of environment will depend on case basis as per the actual physical location and as decided by the Chief Bridge Engineer or concerned Chief Engineer/ construction. All the requirements specified in the correction slip No:1 for the above categories should be strictly followed in accordance with the correction slip.

5. The agency shall keep minimum two Nos. of concrete pin vibrators of 25/40mm size in good working order during concrete operation. At no point of time, vibration of concrete should suffer for want of power or for any other mechanical problem any such concreting without proper compaction will be rejected and the agency shall redo the work at their own cost. 6. The contractor should prepare at his own cost standard cubes of concrete at suitable intervals, during concreting operations under the supervision of the Engineer or his representative and submit the same to the Railway for testing. The testing will be arranged by the Railway at the contractors own cost including freight charges for transporting the test cubes to the testing laboratory. 7. Protective coatings: In order to offer adequate resistance against corrosion reinforcement bars shall be provided with suitable protective coating for bridges depending upon the environment conditions. The recommended TABLE (d) : Protective coatings: Aggressive Environment Severe, very severe and (Extreme) Non aggressive environment (severe) (Mild and Moderate) Important and Major bridges Minor bridges and structures All structures Cement polymer composite Cement polymer composite coating Truncatevinlubited cement coating (or) Fusion bonded (or) Indicated cement slurry coating. slurry coating. Epoxy coating. Note: The binding wire should also be coated and GI binding wire without coating will not be permitted.

DEN/East/BZA Signature of Tenderer(s) Page 63 of 63 BZA Divn, , SCR,T.No.14/East/2016 (Revised) invited vide Open Tender Notice No.DRM/Works/BZA/09/2016 dt.13-04- 2016 and corrigendum No.02/2016 dt.27-04-2016, date of opening on 09 -05-2016 for the work of “SW-1:Krishna Canal- Repairs to Platforms and circulating area in Krishna canal station in view of Krishna Pushkarams, Aug-2016.SW-2: Rayanapadu-Repairs to Platforms and circulating area in Rayanapadu station in view of Krishna Pushkarams, Aug-2016. SW- 3: Madhuranagar-Repairs to Platform, improvements to circulating area and drainage system in Madhuranagar halt station in view of Krishna Pushkarams, Aug-2016.”