28.01.2014 Views

EAST CENTRAL RAILWAY - Indian Railways

EAST CENTRAL RAILWAY - Indian Railways

EAST CENTRAL RAILWAY - Indian Railways

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Page -01 of 40<br />

<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

No. W.584/2005-06/Open/07, 08& 09 ::: Dhanbad, dt 22 -8-2005<br />

CORRIGENDUM<br />

It is further to notify that the address of website, furnished in the tender<br />

Notice No. W.584/05-06/Open/07 dated 03.8.2005 , W.584/05-06/Open/08 dated<br />

03.8.2005 & w.584/2005-06/Open / 09 dated 03.8.2005 now shall be read as (1)<br />

http:// www.indianrail. gov.in/tender.html and (2) http:// www. ecr.<br />

indianrail.gov.in instead of http// www.indianrailways.gov.in and all the tender<br />

documents against the above notices are available in the website (1) http://<br />

www.indianrail. gov.in/tender.html and (2) http://www.ecr.indianrail.gov.in.<br />

All others details, terms and conditions exist in the tender Notice No. W.584/ 2005-<br />

06/Open/07 dt.03.8.2005 , W.584/2005-06/Open/08 dt.03.8.2005 & W.584/2005-<br />

06/Open/09 dated 03.8.2005 will remain unchanged and unaltered.<br />

Sd/-<br />

(S. Dubey)<br />

Divisional Engineer(HQ)<br />

For Divisional Railway Manager,<br />

East Central Rly./Dhanbad.


<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

Page -02 of 40<br />

TENDER NOTICE No. W.584/2005-06/Open/08 : : Dhanbad, 03-8-2005<br />

Sealed Open Tender are invited for the under mentioned work :<br />

Sl.<br />

Approx. Cost.. Date of<br />

No. Name of work<br />

completion<br />

1. Supplying and fixing of new<br />

galvanized channel sleeper will all<br />

fittings and fixture after<br />

dismantling the existing bridge<br />

timber/ sleepers of Br. No. 34(A)<br />

& 371 (UP & DN) ( Total 108 Nos)<br />

under Asstt. Engineer(1) , E.C.<br />

Railway, Gomoh and Asstt.<br />

Engineer, E.C. Railway,<br />

Gujhandi.<br />

Rs. 15,90,800/-<br />

03(Three)<br />

Month.<br />

Earnest<br />

money<br />

(Rs.)<br />

Cost of<br />

Tender<br />

paper.<br />

(Rs.)<br />

20,000/- 1000/-<br />

Tender forms will be available from the office of the Divisional Railway Manager,<br />

East Central Railway, Dhanbad ( Tender and Bill section), Asst. Engineer, E.C. Railway,<br />

Gujhandi and Asstt. Engineer, E.C. Railway, Barkakana after submitting the money receipt<br />

which may be obtained by depositing required amount shown against each tender towards the<br />

cost of Tender papers with the Sr. Divisional Cashier, E. C. Railway ,Dhanbad and Booking<br />

counter of Dhanbad, Gujhandi, Koderma, Barkakana, Daltonganj and Chopan between 12-00<br />

hours to 16-00 hours on any working day on and from 01.9.2005 to 14.9.2005.<br />

The sale of tender form will be closed at 16-00 hours on 14.9.2005. Tender will be<br />

received in the prescribed tender box placed in the office of the Divisional Railway Manager,<br />

East Central Railway, Dhanbad, office of the Asstt. Engineer, East Central Railway, Gujhandi<br />

and the office of the Addl. Divisional Railway Manager , East Central Railway, Barkakana on<br />

and from 01.9.2005 and up to 15-00 hours on 15.9.2005 and the tender will be opened on next<br />

day, i.e. 16.9.2005 at 11-30 hours in the office of the Divisional Railway Manager, E.C.Rly.,<br />

Dhanbad (Engg. Deptt) in presence of the tenderer so present at the time of opening of the<br />

tender.<br />

If the office is closed on the stipulated date and time due to some unaccounted holiday or<br />

bandh etc. the tender will be received and opened on the next working day at the same time.<br />

An additional amount of Rs.100/- ( one hundred) only (Non-refundable) for each set of<br />

tender form against the above item may be deposited in Cash with Sr. Divisional Casher,<br />

E.C. Railway, Dhanbad and Booking counter of Dhanbad, Gujhandi, Koderma, Barkakana,<br />

Daltonganj & Chopan or through Demand Draft drawn in favour of FA & CAO/E.C.Rly.,<br />

Hajipur, payable at Patna, for having tender form by post. The Railway shall not be<br />

responsible for delay, loss or non receipt of the tender forms , sent by post.


Page -03 of 40<br />

The tender must be submitted along with prescribed amount of Earnest Money as<br />

mentioned above in acceptable form as mentioned in the tender documents. Tender received<br />

without the prescribed amount of Earnest Money, is liable to be summarily rejected. The<br />

tender form is not transferable. Earnest Money should be drawn in favour of FA & CAO/<br />

E.C. Railway, Hajipur, Payable at Patna.<br />

ELIGIBILITY CRITERIA:<br />

1. Should have completed in<br />

the last three financial years<br />

(i.e. current year and three<br />

previous financial years).<br />

2. Total contract amount<br />

received during the last<br />

three(03) financial years and<br />

in the current financial year.<br />

At least one similar work, for a minimum value of 35% of<br />

Advertised Tender value of work.<br />

Should be minimum of 150% of Advertised Tender value.<br />

Tender committee would satisfy themselves about the<br />

authenticity of the certificates produced by the tenderer(s)<br />

to this effect which may be an attested certificate from the<br />

employer/client, audited balance sheet duly certified by the<br />

Chartered Accountant etc. The details about the certificate<br />

be accepted in regard to the turnover.<br />

A) List of work completed in the last three financial years giving description of work,<br />

organisation for whom executed, approximate value of contract, at the time of award<br />

and date of scheduled completion of work. Date of actual start, actual completion and<br />

final value of contract should also be given.<br />

(B) List of work on band indicating description of work, contract value, approximate value of<br />

balance work yet to be done, date of award of work and payment received till date from<br />

the same contract.<br />

NOTE : (1) For (A) and (B) above related documents/certificates from the organizations with<br />

whom they worked /are working should be enclosed.<br />

(2) Certificate from Private individuals for whom such work are executed/being<br />

executed shall not be accepted.<br />

N.B : 1) The tender Notice also available on website http:// www. indianrailways.<br />

gov.in<br />

2) Tender document can also be downloaded from the above noted website w.e.f<br />

01.9.2005. The facility is available free of cost. However, Demand Draft for the<br />

amount, as mentioned against each of the tender, towards the cost of tender papers,<br />

drawn in favour of FA & CAO /E.C.Rly./ Hajipur, payable at Patna, will have to be<br />

enclosed with the tender in addition to the earnest money.<br />

In case of tender documents downloaded from Internet website, if tender is not<br />

accompanied with valid demand draft towards the cost of tender documents or if<br />

any addition / alteration found in the tender documents, the tender will be summarily<br />

rejected.<br />

Sd/-<br />

(A.K.Rai)<br />

Sr. Divisional Engineer(2)<br />

for Divisional Railway Manager,<br />

East Central Railway, Dhanbad.


Page -04 of 40<br />

M. R. No. ………… Date:………… Rs……………………………..<br />

ANNEXURE-I<br />

<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong><br />

TENDER FORMS ( FIRST SHEET )<br />

Tender No. W.584/2005-06/Open/ 08 Date : 03.8. 2005<br />

Name of work:<br />

Supplying and fixing of new galvanized channel sleeper will all fittings<br />

and fixture after dismantling the existing bridge timber/ sleepers of Br.<br />

No. 34(A) & 371 (UP & DN) ( Total 108 Nos) under Asstt. Engineer(1) ,<br />

E.C. Railway, Gomoh and Asstt. Engineer, E.C. Railway, Gujhandi.<br />

To<br />

The President of India,<br />

Acting through the Divisional Railway Manager,<br />

East Central Railway, Dhanbad.<br />

I/We ……………………………………………………..have read the various conditions to<br />

tender attached here to and agree to abide by the said conditions. I/We also agree to keep this tender<br />

open for acceptance for a period of 90/120/180/ days from the date fixed for opening the same and in<br />

default thereof, I/We will be liable for forfeiture of my/our “Earnest Money” . I/We offer to do the<br />

work for East Central Railway, at the rates quoted in the attached schedule and here by bind<br />

myself/ourselves to complete the work in all respects within 03 (Three) months from the date of issue<br />

of letter of acceptance of the tender.<br />

1.I/We also hereby agree to abide by the General Conditions of Contract corrected upto<br />

printed/advance correction slip No. …………… dated …………………. And to carry out the work<br />

according to the Special Conditions of contract and Specifications of materials and works as laid<br />

down by Railway in the annexed Special Conditions/Specifications and the Eastern Railway Works<br />

Hand Book Part III corrected upto printed/advance correction slip No……………… dated<br />

……………Sanitary Works Hand Book corrected upto printed/advance correction slip<br />

No…………………… dated…………. and Schedule of Rates Part I corrected upto printed/advance<br />

correction slip No. ………………… dated…………… Schedule of Rates part II corrected upto<br />

printed/advance correction slip No…………………….. dated…………….for the present contract.<br />

2. A sum of Rs. 20,000/- is here with forwarded as Earnest money. The full value of the earnest Money<br />

shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is<br />

accepted and if :-<br />

(a) I/We do not execute the contract documents within seven days after receipt of notice issued by<br />

the <strong>Railways</strong> that such documents are ready and<br />

(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.<br />

3. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute<br />

binding contract between us subject to modifications, as may be mutually agreed to between us<br />

and indicated in the letter of acceptance of my/our offer for this work.<br />

Signature of Witnesses :<br />

(l)……………………….<br />

(2)………………………<br />

…………………………………………….<br />

Signature of Tenderer(s)<br />

Date :<br />

Address of the Tenderer(s)


ANNEXURE - I<br />

TENDER FORM (SECOND SHEET)<br />

Page -05 of 40<br />

1. INSTRUCTION TO TENDERERS AND CONDITIONS OF TENDER : The following documents<br />

form part of Tender/Contract :-<br />

a) Tender form - First Sheet and Second Sheet.<br />

b) Special conditions/Specifications (enclosed)<br />

c) Schedule of approximate quantities (enclosed)<br />

d) General Conditions of Contract 2001 and Standared Specifications for materials and works as laid<br />

down in works Hand Book and Sanitary Works Hand Book of Eastern Railway, as<br />

amended/corrected up to date correction slip mentioned in first Sheet of Tender Form, copies of<br />

which can be seen in the office of ………………………… or obtained from the office of the Chief<br />

Engineer, East Central Railway on payment of Rs……….. & Rs…………. respectively.<br />

e) Schedule of Rates, Part-I and Part-II as amended/corrected up to date correction slip as mentioned<br />

in First sheet of Tender sheet of tender form, copies of which be seen in the office of<br />

……………………………………….. or obtained from the Chief Engineer, East Central Railway on<br />

payment of Rs……………….. & Rs………………. respectively.<br />

f) All general and detailed drawings pertaining to this work which will be issued by the Engineer or<br />

his representatives (from time to time) with all changes and modifications.<br />

2. Drawings for the work :- The Drawings for the work can be seen in the office of the<br />

…………………………………… and/or Chief ………………………………. at any time during the<br />

office hours. The drawings are only for the guidance of Tenderer(s) . Detailed working drawings,(if<br />

required) based generally on the drawing mentioned above, will be given by the Engineer or his<br />

representative from time to time.<br />

3. The Tenderer(s) shall quote his/their rates as a percentage above or below the Schedule of Rates of the<br />

Eastern Railway as applicable to Dhanbad Division except where he/they are required to quote item rates<br />

and must tender for all the items shown in the schedule of approximate quantities attached. The quantities<br />

shown in the attached schedule are given as a guide and are approximate only and are subject to variation<br />

according to the needs of the Railway. The Railway does not guarantee work under each item of the<br />

schedule.<br />

4.Tenders containing erasures and/or alteration of the tender documents are liable to be rejected. Any<br />

correction made by Tenderer(s) in his/their entries must be attested by him/them.<br />

5.The works are required to be completed within a period of 03(Three) Months from the date of issue<br />

of acceptance letter.6.(a) Earnest Money: The tender must be accompanied by a sum of<br />

Rs. 20,000/- as earnest money deposited in cash or in any or the forms as mentioned in Regulations for<br />

tenders and Contracts for the guidance of the Engineers and Contractors, failing which the tender will<br />

not be considered.<br />

(b) The Tenderer(s) shall keep the offer open for a minimum period of 90/120/180 Days from the date<br />

of opening of the tender. It is understood that the tender documents has been sold/issued to the<br />

Tenderer(s) and the Tenderer(s) is/are permitted to tender in consideration of the stipulation on<br />

his/their part that after submitting his/their tender subject to the period being extended further if<br />

required by mutual agreement from time to time, he will not resile from his offer or modify the terms<br />

and conditions thereof in a manner not acceptable to the Administration of East Central Railway.<br />

Should the Tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as<br />

Earnest Money for the due performance of the above stipulation shall be forfeited to the Railway.<br />

(c ) If the tender is accepted, the amount of earnest money will be retained and adjusted as<br />

Security Deposit for the due and faithful fulfilment of the contract. This amount of Security Deposit<br />

shall be forfeited if the tenderer(s) fail to execute the Agreement Bond within 7 days after receipt of<br />

notice issued by railway that such documents are ready or to commence the work within 15 days after<br />

receipt of the orders of that effect.


Page -06 of 40<br />

(d)The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be<br />

returned to the unsuccessful tenderer(s) within a reasonable time but the Railway shall not be<br />

responsible to any loss or depreciation that may happen to the Security for the due<br />

performance of the stipulation to keep the offer open for the period specified in the tender<br />

documents or to the Earnest Money while in their possession nor be liable to pay interest<br />

thereon.<br />

(e)The successful tenderer of the Zonal contract must deposit balance amount of security<br />

deposit such as to make 5% of the value of contract within 10 days of receipt of the letter of<br />

acceptance. Otherwise the contract may be terminated and full value of earnest money will be<br />

forfeited . In case of special contract balance amount of security deposit shall be recovered by<br />

making deduction @ 10 % ( Ten percent ) from the running on account bills of contract.<br />

7.Rights of the Railway to deal with tender - The authority for the acceptance of the tender will rest<br />

with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any<br />

other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their<br />

tender nor the Railway undertake to assign reasons for declining to consider or reject any particular<br />

tender or tenders.<br />

8.If the tender(s) deliberately gives/give wrong information in his/their tender or creates/create<br />

circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such<br />

tender at any stage.<br />

9.If the tenderer(s) expires after the submission of his/their tender or after the acceptance of<br />

his/their tender, the railway shall deem such tender cancelled. If a partner of a firm expires<br />

after the submission of the tender or after the acceptance of their tender, the Railway shall deem such<br />

tender as cancelled unless firm retains its character.<br />

10. Tenderer`s Credentials - Documents testifying tenderer`s previous experience and financial status<br />

should be produced along with the tender or when desired by competent authority of the East Central<br />

Railway.<br />

Tenderer(s) who has/have not carried out any work so far on this Railway and who is/are not<br />

borne on the approved list of the Contractors of East Central Railway should submit along with<br />

his/their tender credentials to establish.<br />

(i) His capacity to carry out the works satisfactorily<br />

(ii) His financial status supported by Bank reference and other documents.<br />

(iii) Certificates duly attested and testimonials regarding contracting experience for the type of<br />

job for which tender is invited with list of works carried out in the past.<br />

11. Tender must be enclosed in a sealed cover, supercribed “Tender No. 08/01 of 2005 - 2006 and<br />

must be sent by registered post to the address of East Central Railway so as reach his office non later<br />

than 15-00 hours on the 15.9. 2005 or deposited in a box allotted for the purpose in the office of<br />

DRM/E.C.Rly., Dhanbad , AEN/ Gujhandi and ADRM/ Barkakana of E.C Railway . This special box<br />

will be sealed at 15-00 hours on the same day. The tender papers will not be sold after 16-00 hour on<br />

14.9. 2005<br />

12. Non-compliance with any of the conditions setforth there in above is liable to result in the tender<br />

being rejected.


Page -07 of 40<br />

13. Execution of Contract Documents: The successful tenderer(s) shall be required to execute an<br />

agreement with the President Of India acting through the Sr. DEN ( ) / DEN ( ), East<br />

Central Railway, Dhanbad for carrying out the work according to general conditions of contract,<br />

special conditions/specifications annexed to the tender and specifications for work and materials as<br />

laid down in Works Hand Book Part-III and Sanitary Works Hand Book of Eastern Railway as<br />

amended/corrected up to correction slip mentioned in tender from (First Sheet).<br />

14. Partnership deeds, power of Attorney etc. The tenderer shall clearly specify whether the tender is<br />

submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a<br />

partnership concern, he should submit the certified copy of partnership deed alongwith the tender<br />

and authorization to sign the tender documents on behalf of partnership firm . If these documents are<br />

not enclosed along with tender documents, the tender will be treated as having been submitted by<br />

individual signing the tender document. The Railway will not be bound by any power of Attorney<br />

granted by the tenderer or by changes in composition of the firm made subsequent to the execution of<br />

the contract . It may, however recognize such power of attorney and changes after obtaining proper<br />

legal advice, the cost of which will be chargeable to the contractor.<br />

15. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act<br />

through agent or individual partner(s) should submit alongwith the tender or at a later stage, a power<br />

of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the<br />

specific person whether he /they be partner(s) of the firm or any other person specifically authorizing<br />

him/them to submit the tender, sign the agreement, receive money, witness measurement, sign<br />

measurement books, compromise, settle , relinguish any claim(s) preferred by the firm and sign “ No<br />

Claim Certificate” and refer all or any disputes to arbitration.<br />

16. Employment/Partnership, etc., of Retired Railway Employees (a) should a tenderer be a retired<br />

engineer of the Gazetted rank or any other Gazetted officer Working before his retirement, whether<br />

in the executive or administrative capacity , or whether holding a pensionable post or not, in the<br />

Engineering department of any of the railway owned and administered by the President of India for<br />

the time being, or should a tenderer being partnership firm have as one of its partners a retired<br />

engineer or retired Gazetted Officer as aforesaid. Or should a tenderer being an incorporated<br />

company have any such retired engineer or retired officer as one of its Directors, or should a tenderer<br />

have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full<br />

information as to the date of retirement of such Engineer or Gazetted Officer from the said service<br />

and in case where such Engineer or officer had not retired from Government service at least 2 years<br />

prior to the date of submission of the tender to whether permission for taking such contract, or if the<br />

contractor be a partnership firm or an incorporated company , to become a partner or Director as the<br />

case may be , or to take the employment under the contractor, has been obtained by the tenderer or<br />

the<br />

Engineer or Officer , as the case may be from the President Of India or any officer duly authorized by<br />

him in his behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders<br />

without the information above referred to or a statement to the effect that no such retired Engineer<br />

or retired Gazetted Officer is so associated with the tenderer , as the case may be , shall be rejected.


Page -08 of 40<br />

(b) Should a tenderer or contractor being an individual on the list of approved contractors<br />

have a relative(s) or in the case of partnership firm or company of contractors one or more of his<br />

………..… department or the East Central Railway, the authority inviting tenders shall be<br />

informed of the fact at the time of submission of tender, failing which the tender may be<br />

disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in<br />

accordance with the provision clause 62 of the General Condition of Contractor.<br />

17. Vehicles and equipments of contractors can be drafted for restoration work and relief to<br />

passengers by Railway administration in case of accidents natural calamities involving human lives.<br />

CONDITION FOR VARIATION IN CONTRACT QUANTITY;<br />

(a) For payment in case the agreemental value goes beyond (+) 25%, the first 15% increase in the<br />

value beyond 25% of agreemental value, the rates will have a reduction of 2% in the incremental<br />

value of the agreement and for the next 10% increase in the value, rates will have an additional<br />

reduction of 2% in the further incremental value of the agreement.<br />

(b) Execution of quantities beyond (+) 50% of the overall agreement value should not be permitted,<br />

if necessary, should be only through fresh tender or by negotiating fresh rates with existing<br />

contractors as per procedure laid down in Railway Board`s letter No. 94/CE/CT-1/37 dt.05.05.95<br />

for variation beyond 25% .<br />

(c ) To decide whether the agreemental value will go beyond 50% as an when 75% of the<br />

agreemental has been executed, the contract should be subject to a detailed review and<br />

Administrative decision by an appropriate authority (Agreement signing authority) should be<br />

recorded in writing and quantities monitored carefully and from this stage onwards, execution of<br />

further quantities will have to be monitored at least at the level of `JAG Officer`.<br />

ELIGIBILITY CRITERIA FOR OPEN TENDER COSTING ABOVE 1.00 CRORE<br />

1.Revenue/Banker’s solvency<br />

Certificate.<br />

2. Should have completed in the<br />

last three financial years( i.e.<br />

current year and three previous<br />

years)<br />

3. Total contract amount received<br />

during the last 3(Three)<br />

financial years and in the<br />

current financial year.<br />

40% of Advertised Tender value of work.<br />

At least one similar single work for a minimum value of 35% of<br />

advertised Tender value of work.<br />

Should be a minimum of 150% of the advertised tender value.<br />

Tender Committee would satisfy themselves about the<br />

authenticity of the certificates produced by the tenderer(s) to this<br />

effect which may be an attested certificate from the employer/<br />

client , audited balance sheet duly certified by the chartered<br />

Accountant etc. The details about the certificate to be accepted in<br />

regard to the turnover.<br />

(A)List of work completed in the last three financial years giving description of work,<br />

organization for whom executed , approximate value of contract at the time of award and<br />

date of scheduled completion of work. Date of actual start, actual completion and final value of<br />

contract should also be given.<br />

(B)List of work on hand indicating description of work, contract value, approximate value of<br />

balance work yet to be done , date of award of work and payment received till date from the<br />

same contract.<br />

NOTE: (1) For (A) and (B) above related documents/certificates from the organizations with<br />

whom they worked /are working should be enclosed.<br />

(2) Certificates from private individuals for whom such work are executed /being<br />

executed shall not be accepted.


Page -09 of 40<br />

ELIGIBILITY CRITERIA FOR TENDER COSTING ABOVE 10.00 LAKH<br />

1 Should have completed in the<br />

last three financial years( i.e.<br />

current year and three previous<br />

years)<br />

2. Total contract amount received<br />

during the last 3(Three)<br />

financial years and in the<br />

current financial year.<br />

At least one similar single work for a minimum value of 35% of<br />

advertised Tender value of work.<br />

Should be a minimum of 150% of the advertised tender value.<br />

Tender Committee would satisfy themselves about the<br />

authenticity of the certificates produced by the tenderer(s) to this<br />

effect which may be an attested certificate from the employer/<br />

client , audited balance sheet duly certified by the chartered<br />

Accountant etc. The details about the certificate to be accepted in<br />

regard to the turnover.<br />

(A)List of work completed in the last three financial years giving description of work,<br />

organization for whom executed , approximate value of contract at the time of award<br />

and date of scheduled completion of work. Date of actual start, actual completion and<br />

final value of contract should also be given.<br />

(B)List of work on hand indicating description of work, contract value, approximate<br />

value of balance work yet to be done , date of award of work and payment received till<br />

date from the same contract.<br />

NOTE: (1) For (A) and (B) above related documents/certificates from the<br />

organizations<br />

with whom they worked /are working should be enclosed.<br />

(2) Certificates from private individuals for whom such work are executed<br />

/being executed shall not be accepted.<br />

SPECIAL CONDITION FOR RECOVERY OF TAXES<br />

1. Income Tax @ 2% (Two percent) on the Gross amount of each bill , with a<br />

surcharge of 15% (Fifteen percent ) on the Income Tax deducted, will be recovered<br />

from all the bills of the contractors in terms of Section-194 ( C) of Income Tax Act-<br />

1961 and Ministry of Finance circular No. 593 dtd. 05.02.1991.<br />

In case of any revision / alteration in taxes, received from the Income Tax<br />

Department, the same will be taken into account as per the directives.<br />

2. Sales Tax will be recovered from the contractors’ bills as per the rule, circulated by<br />

the concerned state Government.<br />

……………………………………<br />

(Signature)<br />

Signature of Tenderer(s)<br />

Date…………………………<br />

………..…………………………………<br />

(Designation


Page -10 of 40<br />

CONDITIONS FOR P.WAY WORKS AND P.F. WORKS, WHICH ARE DONE NEAR<br />

TRACK AND BRIDGE WORKS.<br />

1. The contractor shall not start any work without the presence of railway supervisor<br />

or his representative and contractors supervisor at site.<br />

2. The Engineer In-charge shall approve the methodology proposed to be adopted by the<br />

contractor, with a view to ensure safety of trains, passengers and workers and he shall<br />

also ensure that the methods and arrangements are actually available at site before<br />

start of the work and the contractor’s supervisors and the workers have clearly<br />

understood the safety aspects and requirements to be adopted / followed while<br />

executing the work.<br />

3. There shall be an assurance register kept at each site, which will have to be signed by<br />

both, i.e. Railway supervisor or his representative as well as the contractor’s<br />

supervisor as a token of their having understood the safety precautions to be observed<br />

at site.<br />

(Signature)<br />

Signature of Tenderer(s)<br />

Date…………………………<br />

………..…………………………………<br />

(Designation


Name of the Work :<br />

Page -11 of 40<br />

East Central Railway<br />

(Schedule of rates)<br />

(Rates are to be quoted by the Tenderer/s)<br />

Supply and fixing of new galvanised steel channel sleepers with all fittings & fixtures<br />

after dismantling the existing bridge timbers / sleepers on Bridge No. 34(A) and 371<br />

(UP & DN) ( Total 108nos. ) under AEN(1)/GMO &GJD of Dhanbad Division.<br />

3 (Three) month from the date of issue of acceptance letter.<br />

Date of Completion :<br />

Schedule – A:<br />

Sl.<br />

No. Description of work<br />

1) Fabrication, transportation, supply and fixing of the new<br />

galvanised steel channel sleepers made from standard<br />

rolled section (conforming to IS-2062 Grade-B) after<br />

dismantling the existing track and bridge<br />

timbers/sleepers as per the approved drawings as<br />

mentioned in Annexure-A (containing details of the<br />

bridge, section of AEN, span details, section & length of<br />

channels sleepers, no. of sleepers etc.) including supply<br />

and fixing of all other required fittings and fixtures as<br />

per Annexure-B, read along with the Note below these<br />

Annexure and also special conditions of contract (Part –<br />

I, II & III) attached with this tender schedule, duly<br />

galvanized as per specifications indicated in the<br />

approved drawings at contractor’s cost complete.<br />

The work includes (1) cutting of steel<br />

plates/sections by mechanized means to size and shape,<br />

drilling, assembling, welding, riveting, bolting, holing,<br />

milling, grinding, machining, galvanizing of steel<br />

components, fixation by Epoxy adhesive as specified in<br />

drawing; (2) Removal and linking the running and guard<br />

rails including cutting and drilling of guard rail and<br />

running rails. (3) Transportation and stacking of the<br />

released materials {with not more than 2% (two percent)<br />

accountal loss} except rails to a nearest PWI/Store<br />

Depot at GMO/PRP according to the demand of<br />

requirement of the work and as per instructions of<br />

Engineering In-charge. (4) Supply of all fittings as<br />

mentioned in the relevant drawings including<br />

galvanizing of MS fittings. MS grooved/pad/packing<br />

plate may have to be welded with sleepers as shown in<br />

relevant drawings. However, payment of manufacture,<br />

transportation, supply and fixing including welding with<br />

sleepers if required of MS grooved/ pad/packing plates<br />

duly galvanized will be made separately under item<br />

No.2.<br />

Aprox.<br />

Qty.<br />

Unit<br />

Rate in<br />

figure<br />

Rate in<br />

words<br />

Sr.DEN(2)/DHN<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -12 of 40<br />

Sl.<br />

No.<br />

Description of work<br />

Aprox<br />

. Qty.<br />

Unit Rate in<br />

figure<br />

Rate in<br />

words<br />

(a) ISMC 150x75x2505mm long 34Nos Each<br />

(b) ISMC 175x75x2505 mm long 34<br />

Nos.<br />

(c ) ISMC 200x75 x2495mm long 20<br />

Nos.<br />

(d) ISMC 200x75 x2475mm long 20<br />

Nos.<br />

2.<br />

1.00<br />

Manufacturing, transportation, supply & MT<br />

fixing of galvanized MS Grooved /pad/<br />

packing plates including welding the same<br />

with sleepers if required, as per approved<br />

drawings, minimum thickness of which shall<br />

vary to keep the rail level same throughout<br />

the bridge or otherwise as per approved<br />

drawing. It should be fixed and/or welded<br />

with channel sleepers and pasted with<br />

elastomeric rubber pad, wherever instructed<br />

with approved and specified epoxy after<br />

proper cleaning as per approved drawing.<br />

3. Supplying, fitting and fixing of 6mm thick<br />

620mm wide Chequred MS Plate on gang<br />

way of girder bridges with covered manholes<br />

on both ends of each girder with all<br />

necessary fittings including cutting to size<br />

bending, fabrication, welding/ to be riveted<br />

with new channel sleepers, complete all with<br />

contractor`s materials, labours, lead, lift,<br />

transportation, freight, taxes etc complete.<br />

60<br />

Mtr.<br />

Each<br />

Each<br />

Each<br />

Per<br />

M.T<br />

Per<br />

Mtr.<br />

Sr.DEN(2)/DHN<br />

SIGNATURE OF<br />

TENDERER(S)/CONTRACTOR(S)


Page -13 of 40<br />

Sl. Description of work<br />

No.<br />

4 Fabrication, Supplying , fitting and fixing<br />

small fittings for insulation of channel<br />

sleepers use in track circuited area as per<br />

approved drawing and as per direction of<br />

Engineer Iin-charge with all contractor’s<br />

labour, tools , materials with all lead ,lift,<br />

sales tax etc. all complete (Bridge No.<br />

34A)<br />

Aprox.<br />

Qty.<br />

68 Nos.<br />

Sleepers<br />

Unit Rate in<br />

figure<br />

Per<br />

Sleeper<br />

Rate in<br />

words<br />

Sr.DEN(2)/DHN<br />

SIGNATURE OF<br />

TENDERER(S)/CONTRACTOR(S)


Page -14 of 40<br />

<strong>EAST</strong> <strong>CENTRAL</strong> <strong>RAILWAY</strong>/ DHANBAD DIVISION<br />

SCHEDULE- D<br />

REBATE<br />

Order No. 08 /01 of 2005-06<br />

Open/Limited/Single<br />

Name of work: Supply and fixing of new galvanised steel channel sleepers with all fittings &<br />

fixtures after dismantling the existing bridge timbers / sleepers on Bridge<br />

No. 34(A) and 371 (UP & DN) ( Total 108nos. ) under AEN(1)/GMO<br />

&GJD of Dhanbad Division<br />

I/We offer general rebate of ………………………% (in figures) …………………… percent<br />

(in workds) as a lump sum rebate on items of all Schedule.<br />

NOTES: (1) If any tenderers wishes to give any rebate on the rates quoted by him / them<br />

the same can be filled by him/ them in this Schedule.<br />

2 It is to be noted that such rebate if offered, shall apply on the rates quoted for all the<br />

items in all other Schedules of the Tender documents. Such a rebate shall be<br />

totally unconditional .<br />

3 In case a Tenderer does not wish to give any rebates, he / they should write “Nil” in<br />

this Schedule. In case nothing has been filled in by the tenderer in this Schedule, it<br />

will be treated as “Nil” and shall be no recorded in the blanks above at the time of<br />

opening of the tender by the officals opening of the tender.<br />

4. If any tenderer gives any type of conditional rebate, such rebate shall not be considered<br />

for evaluation of the tender.<br />

Signature of Tenderer/s<br />

Date:


Page -15 of 40<br />

Annexure – A<br />

Part-I<br />

No. of sleeper<br />

Br. No. AEN Ch. Section & length Drg. No.<br />

34 DRM/DHN's Drg No. 173 of 2004,66&67<br />

34A GMO ISMC 150x75x2505<br />

of 2005<br />

ISMC 175x75x2505 34<br />

371 GJD ISMC 200x75x2495 20<br />

ISMC 200x75x2475 20<br />

Sr.DEN(2)/DHN<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


TABLE FOR FITTINGS & FIXTURES AND SPECIFICATIONS<br />

Sly.<br />

No.<br />

Page -16 of 40<br />

ANNEXURE – B<br />

FOR all bridges under AEN/1/GMO&GJD(60 kg running rail & 52 kg guard rail)<br />

Description of fittings &<br />

Nos. per sleeper<br />

fixtures<br />

Specification<br />

1. M.S.CANTED<br />

IRS-T-5-1965<br />

2<br />

BEARING PLATE RDSO/T-5155<br />

2. GROOVED RUBBER IRS SPECIFICATION FOR 10MM<br />

2<br />

PAD 10MM THICK THICK GROOVED RUBBER PAD<br />

(PROVISIONAL -1989) RDSO/T-<br />

5156<br />

3. M.S.CLIP(OUTER) IS 226 – 1962, RDSO/T-5157 2<br />

4. M.S.CLIP(INNER) -DO- , RDSO/T-5158 2<br />

5. ANNULAR CAP -DO- ,RDSO/T-5159 4<br />

6. T-HEAD BOLT & NUT IRS T-10-1968,RDSO/T-5160 4<br />

7. TAPERED<br />

IS 226-1962, RDSO/T-5161 4<br />

WASHER(FOR GUARD<br />

RAIL)<br />

8. -DO- -DO- , RDSO/T-5162 4<br />

9. GROOVED RUBBER IRS SPECIFICATION FOR 6MM<br />

4<br />

PAD 6MM THICK THICK GROOVED RUBBER PAD<br />

(FOR G/RAIL)<br />

(PROVISIONAL-1997)RDSO/ T-<br />

5163<br />

10. BOLT & NUT (FOR IRS T-10, RDSO/ T-5164 4<br />

GUARD RAILS)<br />

11. SINGLE COIL SPRING IRS T-42-1988, RDSO/ T-10773 8<br />

WASHER<br />

12. M.S. PACKING PLATE IS 226-1962 4<br />

FOR<br />

G/RAIL<br />

(150X75X22)<br />

13. TAPERED SPLIT PIN -SUITABLE- 8<br />

14. HOOK BOLT of 28mm -DO- R 2062, RDSO/1636/2 2<br />

dia (Length as per site)<br />

15. 8 mm. Thick Plain SUITABLE 2<br />

Washer<br />

16. ELASTOMERIC PAD<br />

25/30x(f-20)x330<br />

(i) As per RDSO Drg. No. 1636/2<br />

(ii) Specification for Nylon chord<br />

reinforced pad no. RDSO/M7C/RP-<br />

174/92(provisional)<br />

(iii) Approved CE’s drawing for<br />

channel sleepers for included bridges<br />

2<br />

Sr.DEN(2)/DHN<br />

GNATURE OF<br />

TENDERER(S)/CONTRACTOR(S)


Page -17 of 40<br />

NOTE : THESE ITEMS SHALL BE PROCURED ONLY FROM RDSO APPROVED SOURCES AS<br />

CIRCULATED UNDER RDSO’S LETTER NO.CF/EF/POLICY DT.13.3.96 OR AMENDED<br />

UPTODATE. The list is only indicative. All the fittings necessary for the channel sleepers and their fixing<br />

will be supplied and fixed by the Contractor. Drawing number of items mentioned above will be as per<br />

drawing of steel channel sleeper as mentioned in Item No.1 of Schedule of Items, Note of tender schedule<br />

and as per site condition. The elastomeric pads should confirm to the latest RDSO’s guidelines on the<br />

subject.<br />

Sr.DEN(2)/DHN<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -18 of 40<br />

SPECIAL CONDITION OF CONTRACT ( PART – I )<br />

1. Fixtures, fabrication and procedure of welding shall be done as per CE’s approved drawing issued<br />

separately for each bridge with latest alterations issued up to date based on RDSO standard<br />

drawing no. RDSO/B-1636/R, RDSO/B-1636/1R and RDSO/B-1636/2R.<br />

2. Fabrication will confirm to RDSO Drg. No. RDSO/T-5155 to RDSO/T-5468 as per requirement<br />

as shown in the approved CE’s drawing of individual bridges.<br />

3. All the MS fittings/components will have to galvanized by the contractor at his own cost.<br />

4. The matching components such as steel fittings, elastomeric pads as per approved drawing listed<br />

in Annexures – B will be supplied duly inspected and passed by M/s RITES in sealed gunny<br />

bags. The contractor will have to arrange for M/s RITES’s inspection at their own cost and will<br />

be responsible for furnishing all tests certificates before the dispatch of fittings.<br />

5. MS square washer used for fixing hook bolts with channel sleeper should invariably be used with<br />

a rubber washer of same size as of MS washer. No extra payment will be made for this.<br />

6. The work will have to be done in states of Jharkhand & Bihar . The sales tax at the rate prevailing<br />

in these states for the work done in the respective areas will be deducted from contractor’s bill.<br />

No claim in this regard will be entertained by Railway at any stage.<br />

7. At some of girders, old channel sleepers are existing riveted with the girder. The same will have<br />

to be cut and holes so formed will have to be riveted; including cost of material, labour, tools etc.;<br />

by the contractor at his own cost. Riveting will have to be done during fixing of steel channel<br />

sleepers under traffic block.<br />

8. The size of the channel sleepers in the list attached in Annexure-A and in item no. 1 of schedule –<br />

A is only indicative and it may vary as per site condition.<br />

9. The length of the sleeper may vary +/- 20mm from the one given in item no. 1 of schedule – A.<br />

The length of sleepers to be fabricated will depend on Annexure – A, Part I , site condition and<br />

approved CE’s drawings.<br />

10. The contractor will have to fabricate the sleepers as per approved CE’s drawings, taking into<br />

account site measurement by PWI/BRI and contractor’s site engineer. As per site measurement,<br />

minor modification may have to be made for providing fixing arrangement of hook bolts,<br />

width/length of channel sleepers and other such modification so that cross level and alignment is<br />

maintained to the required level after taking into account minor variations existing in the girder<br />

from the one as shown in the approved CE’s drawings. The rate quoted herein item wise for all<br />

the items of this tender schedule shall accommodate all such miscellaneous works if any. No<br />

extra claim in this regard will be entertained on account of such modification at any stage.<br />

11. The rate quoted shall include cleaning of rust etc. at the new sleeper and girder contact point and<br />

painting with one coat of epoxy paint to a thickness of 110 micron dry film thickness. If required,<br />

the contractor will have to make pre-block arrangements for shifting existing timbers for doing<br />

painting work. Also, the contractor will have to paint exposed portion of girder after removal of<br />

old sleepers and not covered under new sleeper, with one coat of red lead paint confirming to<br />

IS:102. The rate quoted herein item wise for all the items of this tender schedule shall<br />

accommodate all such works if any. No extra claim in this regard will be entertained on account<br />

of such works at any stage.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -19of 40<br />

SPECIAL CONDITION OF CONTRACT ( PART – II )<br />

1) The rate of item No.01 is inclusive of trial assembling and fixing minimum 10 sleeper (selected at<br />

random) on a nominated bridge. The large scale manufacturing is to be taken up only when<br />

satisfactory performance will be obtained on trial.<br />

2) Payment schedule : Galvanised Channel Sleepers and its complete fittings and fixtures (For item<br />

No.01 of the tender schedule)<br />

a) On arrival of galvanised channel sleepers with all matching fittings for the numbers of<br />

sleepers received for item No.01 of Sch.A at Bridge works site _____60% (duly passed by<br />

inspecting officials and supported by relevant test/inspection certificate).<br />

b) Fixing of channel sleepers on the girder after dismantling the existing bridge timbers and<br />

completion of linking of running and guard rails over the channel sleeper with all fittings and<br />

fixtures in correct gauge, level and alignment as per IRPWM ______20%.<br />

c) Transportation and stacking of the released materials (small fittings, bridge timbers, etc.) to<br />

the Store Depot of concerned PWI ---- 20%.<br />

3) Galvanising of Steel Channel Sleepers and M.S. fittings shall be done by hot dip process of thickness<br />

100 ± 5 microns with Zinc conforming to IS:869-77 and IS:2629-85.<br />

4) Fixing of all elastomeric pads must be done by Epoxy adhesives approved by Rly’s Engineers<br />

supplied by contractor at his cost.<br />

a) Painting the sleeper seat by one coat of red lead paint conforming to IS:102 which will be<br />

supplied by the contractor.<br />

5) For all the supplied items the contractor has to give one Indemnity Bond and has to keep the items in<br />

safe custody by deputing day and night Watchman up to the completion of the work - Railway will<br />

have no responsibility on this account for theft, damage, loss etc. Payment will be entertained taking<br />

into account the materials fitted and fixed on the running lines. For the materials paid for as per 2(a)<br />

but not fixed on a bridge, prorata recovery will be made.<br />

6) Out of two holes for hook bolts, hole on one side of sleeper will be made in the work shop along with<br />

the fabrication of the channel sleepers and the hole on the other side will be drilled on actual<br />

measurement at site to ensure correct alignment of track after final assembly on the bridge.<br />

7) Care should be taken during transportation, loading, unloading, drilling holes, welding, etc. to ensure<br />

that no damage is done to the galvanising. However, galvanised surfaces inadvertently damaged, should<br />

be painted as detailed below :-<br />

a) Application of two coats of paint Red lead conforming to IS:102 as priming coats on an approved<br />

surface.<br />

b) Application of two coats of paint aluminum conforming to IS:2339 as covering coats as per the<br />

approval of the Engineer-in-charge.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -20 of 40<br />

8) ELIGIBILITY : The Tenderer(s) should furnish detailed information as indicated in the five nos. of<br />

declaration forms/certificates placed at Annexure (I to V) of Chapter ___ of the Tender Document and furnish<br />

relevant supportive documents wherever required. Only the tenderers having the following minimum<br />

facilities/capabilities (both financial and technical)/ equipment, personnel and credentials for past performance<br />

in the execution of similar nature of work will be considered for award of this work.<br />

a)<br />

1. Revenue/ Banker’s solvency 40% of Advertised Tender Value of work.<br />

certificate.<br />

2. Should have completed in the<br />

last three financial years (i.e.<br />

current year and three previous<br />

financial years).<br />

3. Total contract amount received<br />

during the last three(03) financial<br />

years and in the current financial<br />

year.<br />

At least one similar work, for a minimum value of 35% of<br />

Advertised Tender value of work.<br />

Should be minimum of 150% of Advertised Tender value.<br />

Tender committee would satisfy themselves about the<br />

authenticity of the certificates produced by the tenderer(s) to<br />

this effect which may be an attested certificate from the<br />

employer/client, audited balance sheet duly certified by the<br />

Chartered Accountant etc. The details about the certificate be<br />

accepted in regard to the turnover.<br />

(A) List of work completed in the last three financial years giving description of work, organisation for whom<br />

executed, approximate value of contract, at the time of award and date of scheduled completion of work.<br />

Date of actual start, actual completion and final value of contract should also be given.<br />

(B) List of work on band indicating description of work, contract value, approximate value of balance work<br />

yet to be done, date of award of work and payment received till date from the same contract.<br />

NOTE : (1) For (A) and (B) above related documents/certificates from the organizations with whom they<br />

worked /are working should be enclosed.<br />

(2) Certificate from Private individuals for whom such work are executed/being executed shall not be accepted.<br />

b) Availability of covered workshop of adequate area with machinery listed below, and facilities for<br />

fabrication and testing facilities to execute this nature of work. The testing shall be as prescribed<br />

in the respective IRS specifications.<br />

(i) Profile Gas cutting machine.<br />

(ii) Drilling machine.<br />

(iii) Punching machine.<br />

(iv) Shaping machine.<br />

(v) Welding generator & equipment for Arc welding of adequate capacity.<br />

(vi) Planing machine.<br />

(vii) Air compressor and riveting equipment.<br />

(viii) Jigs and fixtures for fabrication of channel sleepers.<br />

(ix) Facility of testing of welding work by dye penetration test /<br />

ultrasonic testing.<br />

(x) Master tape of approve quality duly certified for accuracy by National Lab<br />

c) Availability of qualified technical supervisors for fabrication, welding etc. and certified welders<br />

.N.B.:- Tenderers may note that their offer demanding assistance for the procurement of raw materials<br />

and other fittings will not be entertained and such offer will not be considered.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -21 of 40<br />

9) The Contract of the work shall be awarded only to the agencies who have got proven and recorded<br />

competency in shop fabrication of welded steel structure/channel sleepers and facilities for testing of<br />

welds for which necessary credentials should be submitted along with the tenders. They should<br />

submit the proof of having tested welders and qualified supervisors for welding work in their<br />

organisation. The Tenderer(s)/Contractor(s) shall submit along with the Tender attested Photostat<br />

copies of credentials for having successfully executed works as per eligibility criteria stipulated in<br />

previous para. He shall also produce evidence that he possesses the organisation and is technically<br />

resourceful to undertake this work.Tenders not accompanied with these documents will not be<br />

considered.<br />

10) Payment of the M.S.Grooved pad plates will be made as per the original tonnage of the plates used.<br />

No deduction or enhancement will be considered for grooves made or welding done.<br />

11) The basic cost, items & quantities are only approximate and for guidance of tenderer(s). This may<br />

vary as per the site conditions and no claim what-so-ever on this account will be entertained.<br />

12) Period of completion :<br />

The entire work should be completed within 03 Three) months from the date of issue of Letter of<br />

Acceptance.<br />

13) The work is to be executed with contractor’s materials and labour under the supervision and direction<br />

of PWI/BRI & DEN/AEN-in-charge of work.<br />

14) The rates quoted and accepted by the Rly. Are inclusive of all charges and taxes including sales tax,<br />

Octroi etc. as leviable by the Central Govt/State Govt/Civil Authorities.<br />

15) After completion of work, the same should be maintained for a period of six months. Any<br />

defect noticed during this period will be rectified by the Contractor at his own cost failing<br />

which the same will be rectified by the Railway Administration and the cost will be<br />

recovered from amounts due to the contractor including the Security Deposit.The security<br />

amount will be refunded after successful completion of maintenance period and certified<br />

by the Engineer-In-Charge.<br />

16) The work is to be carried out under traffic block. The block will be arranged by the Rly.<br />

However, Rly. will not be responsible for idling of man, materials and machinery due to<br />

non-availability of blocks.<br />

17) The tenderer should mention the place/workshop where they intend to manufacture/galvanize the<br />

channel sleepers & fittings.<br />

18. INSPECTION :<br />

a) The finished steel channel sleepers and Grooved Steel Plates which are inspected and<br />

passed for the work by the nominated Railway Officials, not below the rank of an<br />

Assistant Engineer, should only be brought to the work site by the contractor. The<br />

inspection shall be in two stages:<br />

i) Before galvanising (to check up the quality of fabrication)<br />

ii) After galvanising (to check up the quality of galvanising)<br />

b) The inspection will be carried out at the premises of the manufacturer.<br />

c) Necessary dye penetration test and Radio-active test should be conducted for all welding while<br />

passing the fabrication. Inspecting official nominated by Chief Bridge Engineer, East Central<br />

Railway will issue necessary Inspection Certificate as a proof of passing the channel sleepers<br />

after his inspection. Materials shall be despatched to site of work by the Contractor in full sets<br />

i.e., channel sleepers with all matching components fittings complete.


Page -22 of 40<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)<br />

d) The matching components fittings will be supplied duly inspected and passed by RITES in sealed<br />

gunny bags. The contractor will have to arrange for RITES inspection at their own cost and will<br />

be responsible for furnishing all test certificate before the despatch of fittings.<br />

e) Materials including P. Way fittings will be utilised at site only after receipt of the inspection<br />

certificate by inspecting officials.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -23 of 40<br />

SPECIAL CONDITIONS OF CONTRACT (PART-III)<br />

1) General conditions of contract and standard specification, 2001 (Corrected up to date), special<br />

conditions of contract Part-I and Part-II, instructions to the tenderer(s), stipulations made in the<br />

preamble to the various schedules and in the foot note of Schedules and various items of works shall<br />

govern the works to be done under this contract. Tenderer shall carefully study the General<br />

Conditions of contract, Standard specifications, as well as Special conditions accompanying the<br />

tender form.<br />

2) Where there is any conflict between the GCC and Special conditions/specifications, the latter will<br />

prevail.<br />

3) All measurement, methods of measurement, meaning and intent of specifications and interpretation of<br />

Special Conditions of contract given and made by the Railway or by the Engineer on behalf of the<br />

Railway shall be final and binding and shall be considered as “Excepted Matters” in terms of<br />

conditions No.63 of General Conditions of Contract.<br />

4) AGREEMENT : All expenses in drawing up the agreement and the cost of stamp duty if any shall<br />

be borne by the East Central Railway Administration.<br />

5) PASSES : No passes of any kind for self and labours for any purpose in connection with this<br />

Tender/contract will be issued to the contractor.<br />

6) CHANGE IN ADDRESS : Any change in the address of the Contractor shall be forthwith intimated<br />

in writing to the Railway. The Railway will not be responsible for any loss or inconvenience suffered<br />

by the Contractor on account of his failure to comply with this.<br />

7) CANCELLATION OF DOCUMENTS : The cancellation of any document such as Power of<br />

Attorney. Partnership Deed shall forthwith be communicated by the Contractor to the Railway in<br />

writing failing which the Railway shall have no responsibility or liability for any action on the<br />

strength of the said document.<br />

8) DISSOLUTION OF CONTRACTOR’s FIRM : If the contractor’s firm is dissolved due to death<br />

or retirement of any partner or for any reason before duly completing the work or any part of it<br />

undertaken by the Principal Agreement, the partners shall remain jointly severally and personally<br />

liable to complete the whole work to the satisfaction of the Railway and to pay compensation for loss,<br />

sustained if any, by the Railway due to such dissolution. The amount of such compensation shall be<br />

decided by the Engineer and his decision in the matter shall be final and binding on the<br />

Tender(s)/Contractor(s).<br />

9) DEPLOYMENT OF PLANT & MACHINERY : The deployment of Plant and Machinery<br />

including the moving machines shall be such as not to infringe or cause, damage to Railway track or<br />

any other Government or Private properties. Operation of such equipment involving infringement<br />

prescribed in the Schedule of dimension of the Railway shall not be undertaken without the prior<br />

approval of the Engineer-in-charge. For any loss or damage resulting from violation of this clause, the<br />

contractor shall be fully responsible.<br />

10) RENEWAL OF DEPOSITS BY CONTRACTOR : In the case of Tenderer/Contractor<br />

depositing Security deposit in the shape of fixed deposit receipt, it shall be the responsibility of the<br />

Tenderer/Contractor to advise the FA & CAO/Sr. DAO for renewal and revalidation of the currency<br />

period of the fixed deposit as required. Such advice by the contractor shall be made well in advance<br />

so as to reach FA & CAO/Sr. DAO/E. C. Railway not later than one month before the expiry of the<br />

currency period. If the Tenderer/Contractor, fails to do so, the loss of interest on the fixed deposits, if<br />

any shall be solely on the Tenderer/Contractor’s account and the Railway shall not in any way be<br />

responsible for the loss of interest suffered by the Tenderer/Contractor.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -24 of 40<br />

11) DAMAGES BY ACCIDENTS/FLOODS/RAINS/CYCLONES ETC. : The Contractor shall<br />

take all precautions against damage from accidents, floods or tides, Cyclones, land slide etc. No<br />

compensation shall be allowed to the Contractor for his tools, plants, materials, machnineries and<br />

other equipment, lost or damaged by any cause what-so-ever. The Contractor shall be liable to make<br />

good the damages to any structure or part of a structure, plant or materials of every description<br />

belonging to the Railway Administration, lost or damaged by him due to any caused during the course<br />

of execution of work. The Railway Administration will not be liable to pay the contractor any<br />

charges for rectification or repairs to any damage which may have occurred from any cause what-soever.<br />

12) EMERGENCY WORKS : In the event of any accident or failure occurring or arising out of<br />

execution of work which in the opinion of the Engineer requires immediate attention, the Railway<br />

may bring its own workmen or other agency/agencies to execute or partly execute the necessary work<br />

or carry out repairs if the Engineer-in-charge considers that the Contractor(s) is/are not in a position<br />

to do so in time and charge the cost thereof, to be determined by the Engineer-in-charge, to the<br />

Contractor.<br />

13) NIGHT WORK : Contractor(s)’s attention is drawn to Clause No.23 of the GCC, which stipulates<br />

that no work shall be carried out between sunset and sunrise without prior permission by the<br />

Engineer. If the Engineer is satisfied that the work is not likely to be completed in time except by<br />

resorting to night work, he may order the contractor to carry out the works even at night without<br />

confirming any right on the contractor for claiming any extra payment for the same. All<br />

arrangements in this connection shall be made by the Contractor at his own cost.<br />

14) SERVICE ROADS : The contractor will be permitted to make use of the service roads<br />

already existing in possession of the Railway. If additional roads are considered necessary by the<br />

Railway within the Railway premises the contractor will be asked to make them at his own cost and<br />

maintain them till the work is completed. All service roads required outside the Railway boundary<br />

shall be constructed by the contractor at his own risk and cost and all these roads shall be maintained<br />

by the contractor at his own cost. The Railway reserves the right to make use of service roads as and<br />

when necessary without any additional payment to the contractor.<br />

15) WATER SUPPLY : The Contractor shall be responsible for the arrangements to obtain water<br />

necessary for his labourers engaged in execution of work. No arrangement will be made by the<br />

Railway Administration for supplying water to the contractor either for drinking purpose or execution<br />

of work. Rates quoted shall include the cost of arranging water with all lead and lift.<br />

16) ELECTRICITY : Any electric supply required at site for what-so-ever purpose shall be arranged by<br />

the Contractor. The contractor shall be responsible for the arrangements for obtaining electric supply<br />

at his own cost, and rates quoted shall include the cost of providing electric supply arrangements<br />

required for the work.<br />

If required by the contractor the Railway Administration may give required assistance in<br />

recommending to State Electricity Board for giving necessary Electric connection to the Contractor for<br />

execution of works.<br />

17) COLLECTION OF APPROVED DRAWINGS : Tenderer(s) may collect the approved drawing<br />

on payment from the office of Chief Engineer/E.C. Railway/Hajipur for their reference and he will<br />

also be required to produce the same for the reference of the inspecting officials when demanded.<br />

18) INCOME TAX DEDUCTIONS : In respect of works, the Contract value of which is more than Rs.<br />

5,000/- each, a deduction of 2% on the gross payment from each of the contractor’s bills shall be<br />

made in terms of Section 194(c) of the Income Tax Act of 1961. Surcharge on Income Tax if<br />

applicable will also be deducted as per the prevailing rates.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -25of 40<br />

19) APPOINTING TECHNICAL STAFF : The Contractor shall employ the following Technical<br />

Staff during the execution of the work :-<br />

i) One Graduate Engineer /Retired JE/P. Way or Works or Bridges of <strong>Railways</strong>.<br />

Technical Staff should be available at site on all working days to take instructions. In<br />

case the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay of Rs.<br />

5000/- for each month’s default to provide Graduate Engineer.<br />

The decision of the Engineer-in-charge as to the period for which required technical staff was not<br />

employed by the contractor shall be final and binding on the contractor.<br />

20) PROCUREMENT OF MACHINERY BY CONTRCTOR : It should be clearly understood<br />

that it is entirely contractor’s responsibility and liability to find and procure all the machinery, tools<br />

and plants and their spare parts that are required in connection with execution of work. Delay in<br />

procurement of such items due to their non-availability or import difficulties or any other cause,<br />

what-so-ever shall not be taken as an excuse for slow progress or non-performance of the work.<br />

21) NON-ITEMWISED WORKS : Where items not covered by the Schedules are to be executed,<br />

the rates for such non-item wised works shall be negotiated before the commencement of such work or<br />

got executed through any other agency at the discretion of the Railway Administration.<br />

22) TIME IS THE ESSENCE OF CONTRACT : Time being the essence of contract all the works<br />

are required to be completed in all respect as stipulated by the Railway within the completion date.<br />

Progress shall be maintained strictly in accordance with programme given by the Engineer-in-charge from<br />

time to time.<br />

23) LEAD AND LIFT ON <strong>RAILWAY</strong>/CONTRACTOR’s MATERIALS : No lead and lift for the<br />

contractor’s materials is payable for the works executed under this contract.<br />

24)ACCEPTED RATES : The rates quoted by tenderer and accepted by the Railway<br />

Administration shall hold good till the completion of the work and no additional, individual claim shall be<br />

admissible on account of fluctuation in market rates, new impositions/increase in taxes, any other<br />

levies/tolls etc.<br />

25) OBSERVANCE OF BONDED LABOUR SYSTEM : (Abolition Ordinance Act,1975) “The<br />

Bonded Labour System (Abolition Ordinance Act,1975) would apply to the present contract. The<br />

contractors shall duly observe the provisions thereof”.<br />

26) It is the responsibility of the contractor for the safe loading, transportation and unloading and any loss<br />

or damage cause to adjacent Railway property will have to be made good by the Contractor at<br />

his/their own cost , failing which recoveries shall be effected from the running bill of the contractor<br />

as per the Clause No.13(iii) of the G.C.C.<br />

27) The liability arising out of accidents, if any, to persons will be met by the contractors and the Railway<br />

will not be responsible for any damage or compensation thereof. The contractor shall follow the<br />

provisions laid down in Contract Labour Act,1972.<br />

28) The Contractor shall be entirely responsible for ensuring safety of his labour, vehicles, plant or<br />

equipment while working along or near the track and highways and shall programme his working so<br />

as not to interfere with the movement of trains and road traffic. No extra payment shall be allowed to<br />

the contractor for all safety precautions to be observed during the execution of the work. The cost of<br />

all such precautions shall be deemed to be included in the rates for all items of the schedule.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


29) EXCISE DUTY, SALES TAX OR ANY OTHER TAXES/DUTIES :<br />

Page -26 of 40<br />

The Contractor shall bear in full excise duty, sales tax and/or any other taxes/duties levied by<br />

State Government and/or Central Government from time to time. This would be entirely a matter<br />

between the Contractor and the State/Central Government and no claim what-so-ever on this account shall<br />

be entertained by Railway.<br />

30) ROAD TAX CHARGES : Road Tax/Charges levied by Government for movements of vehicles of<br />

Contractor, used in transportation, shall be borne by the contractor and no reimbursement on this account<br />

will be made by the <strong>Railways</strong>.<br />

31) The Railway is not bound to accept the lowest or any other tender or to assign any reason for nonacceptance<br />

or rejection of a tender.<br />

The Railway reserves the right without assigning any reason what-so-ever to:-<br />

a) Accept or to cancel any tender in respect of the whole or any portion of work specified in the<br />

tender papers.<br />

b) To subdivide the quantum of tendered work among different tenderers.<br />

c) To accept any tender for less than the tendered quantity.<br />

d) To reduce/alter the quantum of work.<br />

32) PRICE VARIATION CLAUSE :<br />

A) General :<br />

i) The rates for each item quoted by the contractor in his tender and accepted by the<br />

Railway shall hold good till the completion of the work.<br />

Fluctuations in market rates, conditions, taxes, additional levies, tolls or any other<br />

changes in the cost of an item as a whole or in the cost of a component of expenditure<br />

constituting that item, shall be taken into account and payments to contractor shall be<br />

adjusted i.e. increased/decreased, in accordance with the provisions, of this Clause. No<br />

other claims on account of these inputs shall be admissible.<br />

ii)<br />

The total amount payable to the contractor for the payment made through on<br />

account/final bills for the work done in a particular quarter shall be adjusted i.e.<br />

increased/decreased, based on the overall market situation as reflected by<br />

increase/decrease in various price Indices published by the Reserve Bank of India from<br />

iii)<br />

time to time.<br />

The amount of adjustment i.e. increase/decrease in the payments to the contractor<br />

shall be calculated in accordance with the method detailed in this clause.<br />

B) Applicability of price variation clause :<br />

i) The price variation clause shall be applicable only to contracts where the<br />

period of completion is more than one year and shall not be applicable where the<br />

period of completion is less than or equal to one year. This price variation clause<br />

will also, not apply to zonal contracts.<br />

ii)<br />

This price variation clause shall be applicable only to contracts more than Rs.20<br />

lacs in value, the value being the value of actual work to be executed by the contractor<br />

i.e. excluding the cost of materials supplied free of cost by the Railway. If this value is<br />

less than Rs.10 lacs, the price variation clause shall not be applicable.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


iii)<br />

iv)<br />

Page -27 of 40<br />

The adjustment i.e. re-imbursement/recovery based on price indices shall be<br />

made only if, and to the extent, the amount to be adjusted is in excess of 5% of the<br />

amount payable to the contractor as per accepted rates.<br />

The price variation clause will be applicable to all extensions of time granted to<br />

the date of completion except that granted under Clause 17.B of GCC,2001.<br />

C) Method of calculation adjustments :<br />

i) The amount of adjustment i.e. increase/decrease in total payable amount shall be<br />

calculated by the following formula for each component of input, i.e. labour, material,<br />

fuel, explosive, detonator. There shall be a fixed component also on which no adjustment<br />

shall be made :<br />

a) L = R x(I – 10)/10 x P/100<br />

b) M = R x(W – Wo)/W0 x Q/100<br />

c) U = R x (F – Fo)/Fo x Z/100<br />

d) X = R x (E – Eo)/Eo x S/100<br />

e) N = R x (D – Do)/Do x T/100<br />

Where :-<br />

L = Amount of price variation in labour<br />

M = Amount of price variation in materials<br />

U = Amount of price variation in fuel<br />

X = Amount of price variation in explosives<br />

N = Amount of price variation in detonators.<br />

R = Gross value of the work done by the contractor as per on-account bill(s)<br />

excluding cost of materials supplied by Railway free or at a fixed price. This will also exclude specific<br />

payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated<br />

in the contractor’s offer).<br />

Io = Consumer price index number for Industrial workers. All India – Published in<br />

RBI Bulletin for the base period.<br />

I = Average consumer price index number for industrial workers – All India –<br />

published in RBI Bulletin for the three months of the quarter under consideration.<br />

Wo = Index number of whole sale prices – By groups and subgroups – All<br />

commodities – as published in the RBI bulletin for the base period.<br />

W = Average index number of whole sale prices – by groups and subgroups – all<br />

commodities – as published in the RBI Bulletin for the three months of the quarter under consideration.<br />

Fo = Index number of whole sale prices – by groups and subgroups for fuel, power,<br />

light and lubricants as published in the RBI bulletin for lthe base period.<br />

F = Average index number of whole sale prices – by groups and subgroups for fuel,<br />

power, light and lubricants as published in the RBI bulletin for the three months of the quarter under<br />

consideration.<br />

Eo = Cost of explosive as fixed by DGS&D in the relevant rates contract of the firm<br />

from whom purchases of explosives are made by the contractor for the base period.<br />

E = Average cost of explosives as fixed by DGS&D in the relevant rate contract of<br />

the firm from whom purchase of explosives are made by the contractor for the three months of the quarter<br />

under consideration.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -28 of 40<br />

Do = Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm<br />

from whom purchases of detonators are made by the contractor for the base period.<br />

D = Average cost of detonators as fixed by DGS&D in the relevant rate contract of<br />

the firm from whom purchases of detonators are made by the contractor for the three months of the<br />

quarter under consideration.<br />

P = % of labour component<br />

Q = % of material component<br />

Z = % of fuel component<br />

S = % of explosive component<br />

T = % of detonators component<br />

ii) Index Number :<br />

The base index number shall be that published by RBI for the month of opening of the tender and<br />

the quarters will commence from the month following the month of opening of the tender.<br />

The percentages P, Q, Z, S, T of various components i.e. labour, material,etc. for different types<br />

of work shall be as follows :<br />

Earthwork item :<br />

Labour component - 50%<br />

Fuel component - 20%<br />

Other material components- 15%<br />

Fixed component - 15%<br />

Ballast and quarry product items :<br />

Labour component - 55%<br />

Fuel component - 15%<br />

Other material components- 15%<br />

Fixed component - 15%<br />

Tunneling items :<br />

Labour component - 45%<br />

Fuel component - 15%<br />

Explosive component - 15%<br />

Detonators component - 05%<br />

Other material components- 05%<br />

Fixed component - 15%<br />

Other works items :(Applicable to the tendered work)<br />

Labour component - 30%<br />

Material component - - 30%<br />

Fuel component - 15%<br />

Fixed component - 15%<br />

iii)<br />

The amount on which the adjustment is to be calculated shall be the amount<br />

payable to the contractor for the item of items of various types of works given in © (ii)<br />

above, Refer (E) below for procedure of calculation of adjustment.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -29 of 40<br />

iv)<br />

The calculations for adjustment in the amount payable to the contractor shall be<br />

made on the value of work done in each quarter by the contractor. Quarterly periods shall<br />

be counted commencing from the month following the month in which tender had been<br />

opened. Refer (D) below also.<br />

v) The calculations for adjustments should be based on the average price index of<br />

the three months of the quarter.<br />

vi)<br />

The demands of escalation of the cost may be allowed on the basis of provisional<br />

indices made available by the Reserve Bank of India. Any adjustment needed to be done<br />

based or the finally published indices shall be made as and when they become available.<br />

Base period for determining price variation clause should be either from the month of<br />

opening of the tender or if required from the month of negotiation as the case may be.<br />

vii) Price variation clause will not apply, if the price variation is upto 5%<br />

reimbursement/recovery due to variation in prices will continue to be made only for the<br />

amount in excess of 5% of the amount payable to the Contractor.<br />

a) For contracts upto two years duration :<br />

The total amount of reimbursement/recovery due to variation in prices of the several<br />

components, shall be limited to 10% (i.e. 15% - 5% floor price) of the amount finally payable to<br />

the contractor.<br />

b) For contracts of more than 2 years duration :<br />

The total amount of reimbursement/recovery due to variation in price of the several<br />

components shall be limited to 20% (25%-5% floor price) of amount finally payable to<br />

the contractor.<br />

D) Making adjustments for price variation :<br />

i) The adjustments for price variation i.e. extra payment in case of increase and<br />

recovery in case of decrease as required shall be made once every quarter in the onaccount<br />

payments. If more than one on-account payment is made to the contractor in a<br />

ii)<br />

quarter, the adjustment, if required, shall be made in each bill.<br />

It shall be contractor’s responsibility to submit the values of various price indices<br />

for appropriate points of time along with proof/authenticity thereof, to enable the Railway<br />

to calculate the price variation.<br />

E) Method of operation of this clause :<br />

i) Since the adjustments in payments are based on the amount of work done by<br />

contractor in each quarter, measurements of the actual work done must be taken and<br />

recorded in the measurement books and signed by the contractor at the end of each<br />

quarter, if not frequently.<br />

ii)<br />

iii)<br />

Since the various indices are published by RBI/Ministry of Labour of few months<br />

later than the months to which they pertain, the normal on account bills based on<br />

quarterly measurements will be prepared as per current procedure on the accepted rates<br />

without considering the price variation clause. The adjustments for price variation shall<br />

be done subsequently, through separate series of on account bills, called Escalation onaccount<br />

bill Nos. 1,2 etc. The adjustments bills and the normal on account bills will be<br />

kept independent of each other for facility of executions.<br />

Since the adjustments due to price variation are done on the basis of payments<br />

made for each type work as defined in Para-C(ii) above, it will be advisable to record<br />

measurements and prepare Abstracts for each type of work separately in each normal on<br />

accounts bills, so that the on accountBill/measurements do not have to be worked<br />

upon again at the time of preparing escalation account bills<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -30 of 40<br />

ADDITIONAL SPECIAL CONDITIONS OF CONTRACT (TECHNICAL)<br />

1) The work covered in this tender is for manufacturing, supplying and fixing of BG Galvanised Steel<br />

Channel Sleepers along with all fittings and fixtures (also galvanised) on Br. Nos. as indicated in<br />

Annexure-A, under AEN/GMO & GJD OF Dhanbad Division.<br />

2) The Channel Sleeper fittings shall conform to RDSO Drg.s as per steel channel sleeper drawings.<br />

mentioned in Item No.1 of Schedule of Items with latest alteration & uptodate as per relevant and<br />

approoved CE’s Drg.<br />

3) Fabrication and Workmanship- Fabrication, Workmanship shall generally comply with current<br />

IRS specification No.B1-79 with latest correction/amendments thereof unless otherwise specified in<br />

special conditions of this contract or as specially directed by the Engineer in writing.<br />

The Contractor shall submit test certificates for Chemical, Metallurgical & structural properties<br />

conforming to appropriate standards of all steel material used for fabrications. All structural steel shall be<br />

free from rust, scales, laminations, cracks, fissure and other surface defects.<br />

The workmanship and finish shall be equal to the best general practice in modern structural<br />

shops. The greatest accuracy shall be observed that in the manufacture of every part of the work all<br />

similar part shall be strictly inter-changeable.<br />

NOTE:<br />

1) Only weldable steel conforming to IS:2062/92 Grade-B Steel fusion welding<br />

quality shall be used for fabrication of Steel Channels Sleepers.<br />

2) No Re-rolled Steel should be used.<br />

3) Steel should be procured only from SAIL or TISCO or such reputed steel<br />

manufacturers only. The source of steel should be got approved by the Railway.<br />

4) In support of purchase copy of vouchers are to be submitted.<br />

Following specifications shall be followed:-<br />

a) <strong>Indian</strong> Railway Steel Bridge Code as corrected up to date.<br />

b) <strong>Indian</strong> Railway welded Bridge Code 1972.<br />

c) <strong>Indian</strong> Railway Schedule of dimension for Broad Guage-1939 (Reprinted in Metric units in<br />

1973).<br />

d) IS:2062-1992, Steel for general structural purpose.<br />

e) <strong>Indian</strong> Railway Specification B-1, 1979: Fabrication and erection of Steel Girder Bridges.<br />

f) IRS H-5 for rivets.<br />

g) IS:2155-1962 : Rivets for General purposes (Below 12mm diameter).<br />

h) IRS H-19, for bolts and nuts.<br />

i) IS: 102-1962, Ready Mixed Paint, Brushing Red Lead, Non setting priming.<br />

j) IS:2339-1963 : Aluminium paints for General purposes in dual container.<br />

k) IS: 123-1963 : Ready mixed paints, brushing, finishing Semi-gloss for General purposes to<br />

<strong>Indian</strong> Standard Colours Red Oxide.<br />

l) B.S.S.916 and/or IS:1963-1967 : Block Hexagonal Bolts/Nuts etc. black Hexagonal Bolts/Nuts<br />

and lock Nuts (6 to 39mm) and black Hexagonal Screws (dia 6 to 24mm).<br />

m) IS:800-1984.<br />

n) IS:1148-1973 : Hot Rolled Steel Rivet Bars for structural purposes.<br />

o) IS:2062-1975 : Steel grade-‘B’ for welded structures. The tenderer shall maintain a master steel<br />

tape of approved make for which he has obtained a certificate of accuracy from the National<br />

Laboratory.<br />

p) IS:815-1974 : Classification coating of covered electrodes for metal arc welding of structural<br />

steel.<br />

q) IS:817-1992 : Manual for metal arc welding.<br />

r) IS:822-1970 : Code of procedure for inspection of welds.<br />

s) IS:2629-1985 : Recommended practice for hot dip Galvanising of Iron & Steel.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -31 of 40<br />

t) IS:2623-1986 : Method for testing uniformity of coating of zinc coated articles.<br />

u) IS:6586-1978 : Recommended practice for metal spraying for protection of Iron & Steel.<br />

v) IS: 5905-1989 : Sprayed aluminium and zinc coating on Iron & Steel.<br />

w) IS:4699-1968 : Refined secondary arc grade SZM 98.5 minimum contents 98.5% in corrosion<br />

resistant used for Galvanising.<br />

x) IS:1148-1973 : Hot forged rivets for structural purpose.<br />

The paints to be used in the work shall be of any of the following firms of reputed :<br />

a) M/s. Asian Paints.<br />

c) M/s Jenson & Nicholson.<br />

d) M/s. Goodless Nerolac.<br />

e) M/s. Shalimar Paints.<br />

f) M/s. Bergar Paint (Formerly M/s British Paints)<br />

g) M/s. Garware Paints.<br />

Rolled materials before being laid off or worked, must be made straight if straightening or<br />

flattening is necessary, it shall be done by method that will not damage the material. Sharp kinks and<br />

bends shall be rejected.<br />

HOLING : Holes for rivets and bolts shall be drilled to conform to Clause 10 of IS:7215. All holes,<br />

except as stated here under shall be drilled to the required size or sub-punched 2mm. less in diameters<br />

and reamed thereafter to the required size. Thickness of the materials for sub-punching shall not be<br />

greater than 16mm. All matching holes for rivets or bolts shall register with each other so that a gauge of<br />

0.8mm less in diameter than the holes can pass freely through the members assembled for riveting or<br />

bolting in the direction at right angle to such members. All punching and sub-punching shall be cleared<br />

and accurate and all drilling shall be free from burns. No holes shall be made by Gas Cutting process.<br />

4. WELDING :<br />

General : The welding and welded work shall generally conform to IRS welded bridge<br />

code and subject to further specifications given in the following paragraphs.<br />

All weldings, to the maximum extent possible, should be done either by fully automatic or semiautomatic<br />

process. Manual metal arc welding may be done only by welder possessing competency<br />

certificate issued by Govt. Recognised Agency/Institute duly certified by AEN/DEN.<br />

All welding work shall be done in shops and the layout and sequence of operation shall<br />

be so arranged as to eliminate distortion and shrinkage stress. The parts to be welded shall be properly<br />

assembled and held firmly in position by means of Jigs and fixtures prior to and during welding.<br />

ELECTRODES : All Electrodes shall be kept under dry conditions. Any electrode with parts of its<br />

flux coating broken away or otherwise damaged shall be rejected.Any electrode older than six months<br />

from the date of manufactures or older than the date of expiry as specified by manufacturer should not be<br />

used. Welding Electrodes to be used in the work should conform to RDSO approved firm and quality only.<br />

The Electrodes to be used should be No.8 SWG or 10 SWG of class B-1 & B-2 of mild steel for<br />

arc welding.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -32 of 40<br />

he Electrodes to be used in the work shall be of any of the following firms of repute :<br />

1) M/s Advani Oerlikon Ltd., Mumbai.<br />

2) M/s. Diffusion Engineering Ltd., Nagpur.<br />

3) M/s. Valency Compound Service, Ahemed Nagar.<br />

4). M/s. Modi Arc Electrodes, Modi Nagar.<br />

5). M/s. D&H Secheron , Indore.<br />

6). M/s. EWAC Alloys Ltd., Mumbai.<br />

7). M/s. Weld Craft Pvt., Ltd., Tunkur Road.<br />

PREPARATION OF JOINTS : The edge shall be prepared with an automatically controlled<br />

flame cutting torch correctly to the size and dimension of the groove prescribed in the design and shop<br />

drawing.<br />

The welding surfaces shall be smooth, uniform and free from fine tears notches or any other<br />

defects which may adversely effect welding and shall be free of loose scale, slag rust, grease, paint,<br />

moisture or any other foreign material.<br />

WELDING PROCEDURES : The welding procedure shall be arranged by the contractor to suit the<br />

details of the joints as indicated on the drawing and the position at which welding has to be carried out.<br />

Working procedure shall cover the following :-<br />

a) Type and size of Electrodes.<br />

b) Current and for automatic welding are Voltage.<br />

c) Length of run for Electrode, or for automatic welding speed of travel.<br />

d) Number and arrangement of runs in multi run welding.<br />

e) Position and set up of parts.<br />

f) Preparation and set up of parts.<br />

g) Welding sequence.<br />

h) Pre or post heating.<br />

i) Any other relevant information.<br />

The welding procedure shall be so arranged that the distortion and shrinkage stress are reduced to<br />

a minimum and the welds meet requirement and quality specified, hereunder.<br />

Any weld found defective shall be cut by using either chipping hammer or gouging torch in such<br />

a manner that adjacent material is not injured in any way.<br />

Fusion faces and surrounding surface within 50mm of welds shall be free from all mill scale and<br />

free from oil paint or any substances which might effect the quality of the welds and impede the<br />

quality/progress of welding. They shall be free from irregularity, which interfere with the deposition of<br />

specified size of weld or be the cause of defects.<br />

ASSEMBLY FOR WELDING: Before taking up mass production of any type of sleeper the<br />

production of 20 sleepers shall be taken up and the dimensions thereafter shall be checked by means of a<br />

test track 13 Mtrs. long assembled at the Workshop. The rails for linking of the steel track shall be made<br />

available free of charge by Railway at a point convenient to the <strong>Railways</strong> which should be returned to<br />

Railway after its use is over. Transportation of the Rails from this point to the contractors workshop and<br />

returning the same to the point of collection shall be done by the contractor at his own cost.<br />

ACCURACY OF FIT UP : Parts to be fillet welded shall be brought into as close contact as<br />

practicable and the gap due to faulty workmanship or incorrect fit up shall not exceed 1.5mm.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -33 of 40<br />

JIGS & MANIPULATORS : Jigs, fixtures and manipulators shall be manufactured by the contractor<br />

and used during fabrication to ensure dimensional accuracy, minimum welding distortion and facilitate<br />

welding in flat or horizontal position and to ensure that all welded locations are easily accessible.<br />

MINIMUM LEG LENGTH AND THROAT THICKNESS IN FILLET WELDS<br />

The minimum leg length of a fillet weld as deposited, shall not be less than the specified size. In<br />

no case shall a concave weld be deposited unless specifically permitted. Where permitted, leg length<br />

shall be increased above that specified, so that the resultant throat thickness remains the same as would<br />

have been by the deposition of a flat faced weld of the specified leg length.<br />

DE-SLAGGING: After making each run of welding all slag shall be thoroughly removed and the surface<br />

cleaned.<br />

QUALITY OF WELDING:<br />

The weld metal as deposited, including tack weld is to be incorporated, shall be free from cracks,<br />

slag inclusion, porosity, cavities and other deposition faults. The weld steel shall be properly fused with<br />

the parent steel metal without undercutting or over lapping at the toes of the weld. The surface of the<br />

weld shall have a uniform consistent contour and regular appearance.<br />

WEATHER CONDITIONS:<br />

Welding shall not be done under open weather conditions, which might adversely affect the<br />

quality of welding. It should be done only under a covered shed in a workshop.<br />

5. QUALIFICATION AND TESTING OF WELDERS:<br />

The contractor shall satisfy the Engineer that the welders are suitable for the work for which they<br />

will be employed and shall produce evidence to the effect that welders have satisfactorily completed<br />

appropriate tests as prescribed in I. S.- 877. The Engineer may at his own discretion order periodic tests<br />

of the welder and/or of the welds produced by them. Such tests shall be at the expense of the contractor.<br />

SUPERVISOR:<br />

The Contractor shall employ a competent welding supervisor to ensure that standard of quality of<br />

materials, workmanship and welding comply with the requirements laid down in the specifications.<br />

6) CONTROL IN THE FABRICATION AND ASSEMBLY OF VARIOUS STRUCTURE :-<br />

Criteria for Testing : The contractor shall conduct test in accordance with following norms.<br />

a) Visual examination 100% (One hundred percent).<br />

b) Mechanical Test.<br />

c) Dye Penetrant Examination.<br />

TESTS:<br />

a) Visual Examination: The contractor shall conduct visual examination and measurement of the<br />

external dimensions of the weld for all joints. Before examining the welded joints surface area close<br />

to it on both side of the weld for a width not less than 20mm., shall be cleaned of slag and other<br />

impurities. Examination shall be done by a magnifying glass, which has a magnification power of 10<br />

and measuring instrument, which has an accuracy of ±0.1 mm, or by weld gauges. Welded joints<br />

shall be examined from both sides.<br />

The contractor shall examine the following during the visual checks.<br />

a) Correctness and shape of the welded joint.<br />

b) Incomplete penetration of weld metal.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


c) Influx.<br />

d) Burns.<br />

e) Un-welded craters.<br />

f) Under cuts.<br />

g) Cracks in welded parts and heat effected zones.<br />

h) Porosity in welds and spot welds.<br />

i) Displacement of welded elements.<br />

Page -34 of 40<br />

The contractor shall document all data as per sound Laboratory practices.<br />

b) Mechanical Test :<br />

The Contractor shall carryout various mechanical tests to determine weldbility, the metal<br />

alloyability, nature of break, correct size and type of electrodes, degree of pre-heat and post-heat<br />

treatment etc. The type, scope and sample of various mechanical tests shall be determined in agreement<br />

with the Engineer. The number of tests conducted shall depend on the results obtained to satisfy the<br />

Engineer that the correct type and size of electrode, degree of pre-heating and post-heating and<br />

weldability of different metal are being followed.<br />

c) Dye Penetrate Examination :<br />

All welds as desired by Engineer will be examined by dye penetrates for detection of<br />

discontinuties as per IS: 3658-81, IS:12889-89 and RDSO’s Specification No. NRC/NDT/4/91/APPD.<br />

7) Inspection and testing of fabrication: The Engineer shall have free access at all reasonable<br />

times to the Contractor’s works where the fabrication of steel work is carried out and shall be<br />

afforded be all reasonable facilities including transport by the Contractor for satisfying himself that<br />

the fabrication is being under taken in accordance with the provisions of the drawings and<br />

specifications.<br />

The Contractor shall continuously inform the Engineer of the progress in fabrication as and when<br />

the individual pieces get ready for inspection. The Contractor shall give a minimum of three working<br />

days notice to the Engineer for inspection of the individual pieces.<br />

Unless directed otherwise, inspection shall be made at the place of manufacture prior to despatch<br />

by an authorised representative of Railway. Should any structure found not to comply with any of the<br />

provisions of this specification it shall be liable for rejection. No structure or part of the structure, once<br />

rejected shall be re-submitted for inspection/test, except in cases where the Engineer considers the defect<br />

as rectifiable.<br />

Defects, which may appear during fabrication, shall be made good with the consent and according<br />

to the procedure laid down by the Engineer. All gauges and templates necessary to satisfy the Engineer<br />

shall be supplied by the Contractor. The Engineer, may at his discretion, check the test results obtained at<br />

the Contractors works by independent tests at the Government Test House or else where the costs of such<br />

tests shall be borne by the Contractor.<br />

(8) Marking, Packing and Despatch :<br />

Each piece shall be distinctly marked before delivery in accordance with the approved marking<br />

diagram and shall bear such other marks as will facilitate erection.<br />

9) Supervision of work :<br />

During the entire progress of the work the contractor shall have a competent supervisor in<br />

personal charge of the work. All works shall be done by skilled competent workmen.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -35 of 40<br />

10) Fixing of Steel Channel Sleepers at site :<br />

The Channel Sleepers shall be provided on the nominated bridges by the contractor. Following<br />

points are to be taken care of during execution of work:-<br />

Working in the vicinity of Railway Track :<br />

All works, which may affect the safety of Railway working, shall only be done under traffic<br />

block and written authority and also under the direct supervision of the Engineer-in-charge at site or his<br />

authorised representative for the said bridge. The Contractor shall in consultation with the Engineer,<br />

decide the sequence of work required to be done for efficient provision of channel sleepers.<br />

The gauge, level, alignment of the track shall be adjusted by the Contractor suitably as per<br />

satisfaction of the Engineer and as per tolerances laid down in <strong>Indian</strong> Railway Permanent Way Manual<br />

for New Track.<br />

11) The fabricator’s name & Drg. No. should be indicated on all Channel Sleepers suitably on a plaque<br />

fixed on the web of the channel sleeper at one end.<br />

12) Galvanised Steel Channel Sleepers are to be supplied and fixed on the bridges as shown in<br />

Annexure-A, Part I , under AEN/GMO & GJD. The existing track on the bridge is to be dismantled<br />

including guard rails,running rails, bridge timbers removing all the fittings & fastenings. New<br />

channel sleepers are to be fixed as per Drg. No. mentioned in Item No.1 of Sch-A with alteration and<br />

correction uptodate. The track is to be re-linked over the channel sleepers with the same or new<br />

running and guard rails by the fittings and fixtures supplied by the Contractor as per Item 1(Annexure<br />

B,) of Schedule of Items.<br />

13) Works has to be executed in the running traffic condition or under the traffic blocks. The will be<br />

made available as per the convenience of the Railway depending on the position of the trains. Block<br />

and caution orders will be taken and cancelled by the authorised Railway officials only.<br />

14) Released Unserviceable small fittings, Bridge Timbers and worn-out rails (if any) etc. will have to be<br />

transported by the contractor to the Store Depot of concerned PWI at his own expenditures and as<br />

instructed by Engineer-in-charge at site.<br />

15) Dip-lorries for the transportation of the materials has to be arranged by the Contractor at his own<br />

cost. However, Railway may supply Rly.’s dip lorry on hire charge basis as per General Condition of<br />

Contract- Vol. II, if available.<br />

16) Carrying of materials and protection of Dip lorries by trained staff will have to be done by contractor<br />

ensuring safe running of traffic under the supervision of Railway representative.<br />

17) Contractor has to arrange for adequate number of skilled workers and competent supervisors for the<br />

execution of this work, their safety during dismantling, transporting and linking of the track over the<br />

girders will be the sole responsibility of the contractor.<br />

18) Serviceable materials released from dismantling of the track should be properly accounted and kept<br />

in the custody of contractor for re-use. Unserviceable materials will be made good by the Railway (<br />

For rails, F/bolts Fish plates etc.).<br />

19) Materials supplied free of cost by the Railway to the contractor will not form part of the value of the<br />

contract entered into and will fall outside the purview of the price variation clause.<br />

20) All the mild steel fittings and fixtures have to be galvanised at the contractors cost before use.<br />

The above conditions are read/understand and accepted by me/us with the rates offered by me/us<br />

as above.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -36 of 40<br />

ANNEXURE – I<br />

PROFORMA FOR PERFORMANCE STATEMENT<br />

Performance Statement for works undertaken by the Tenderers from different organization including<br />

those for which works are in progress on the date of opening of the Tender.<br />

Sl.<br />

No<br />

Name of<br />

rly/Govt.deptt<br />

/Public<br />

Sector/Pvt.Sec<br />

tor firm and<br />

their<br />

Purchase<br />

Order<br />

Descripti<br />

on of<br />

works<br />

Total<br />

value<br />

of<br />

work<br />

Date of<br />

award<br />

of work<br />

Stipulated<br />

completion<br />

date<br />

Upto date<br />

percentage<br />

progress<br />

Full address<br />

of controlling<br />

officers<br />

incharge of<br />

the work<br />

Remarks<br />

if any<br />

N.B. – In case the above space is not sufficient the tenderers may use another sheet(s) for furnishing full<br />

details. All orders/contracts for this item secured or executed by the firm must be included in the above<br />

statement with supporting documents whenever required list of which should be furnished below.<br />

List of supporting documents<br />

1.<br />

2<br />

3<br />

4<br />

5<br />

Certified that I/We hereby furnish particulars of all the<br />

past and current contracts secured by me/us from<br />

different organization.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -37 of 40<br />

ANNEXURE - II<br />

DETAILS IN SUPPORT OF FINANCIAL CAPABILITY<br />

(To be filled in by the Tenderer(s) while submitting the offer)<br />

1. Banker’s certificate about financial capability and level of solvency of the tenderers to be<br />

enclosed land reference indicated herein below ;<br />

2. Annual turnover of the firm for each of the preceding three accounting years.<br />

3. Copy of the latest ITCC/STCC indicating the annual turnover for last three consecutive years to be<br />

enclosed and reference indicated herein below :<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)<br />

N.B. In case the above space is not sufficient, the tendferer may use another sheet. Reference to<br />

all supportive documents being enclosed should be furnished against the relevant item above.


Page -38 of 40<br />

ANNEXURE – III<br />

DECLARATION FOR TECHNICAL CAPABILITY<br />

(To be filled in by the Tenderer(s) at the time of tender)<br />

1. Particulars of workshops and sheds alongwith the production capacity.<br />

2. List of Plants and Machinery available for the Fabrication with capacity and make.<br />

3. Galvanising capacity available or proposed to be utilised with documentary support.<br />

4. Particulars of testing arrangements for fabricated, welded, galvanised and finished items (as<br />

prescribed in the respective IRS specification).<br />

5. List of the Technical personnel (including welders) with their technical qualifications and certified<br />

abilities.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)<br />

N.B. In case the above space is not sufficient, the tendferer may use another sheet. Reference to<br />

all supportive documents being enclosed should be furnished against the relevant item above.


Page -39 of 40<br />

ANNEXURE - IV<br />

TENDERERS ARE REQUIRED TO FILL IN<br />

THE FOLLOWING WHILE SUBMITTING THE OFFER<br />

SUBJECT MATTER TO BE FILLED IN BY THE TENDERER(S)<br />

1. EMD Particulars :<br />

Validity upto<br />

2. Whether current ITCC submitted ?<br />

3. Whether partnership deed<br />

Articles and memorandum<br />

of association, certificate of<br />

incorporation, etc. attached<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)


Page -40 of 40<br />

ANNEXURE .V<br />

<strong>EAST</strong>ERN <strong>RAILWAY</strong><br />

CERTIFICATE OF FAMILIARISATION<br />

I/We hereby solemnly declare that I/We visited the site of above work land have familiarized<br />

myself / ourselves of the working conditions there in all respects and in particular the following :<br />

1. Details of the bridges on which sleeper renewal work is to be done.<br />

2. Topography of the area and soil conditions at the site of work.<br />

3. Availability of local labour, both skilled and unskilled and the prevailing labour rates.<br />

4. Availability of water and electricity.<br />

5. The existing roads and access to the site of work.<br />

6. Availability of space for putting labour camps, offices, stores godown, engineering yard, etc.<br />

7. Sources and availability of construction materials and rates for construction materials.<br />

SIGNATURE OF TENDERER(S)/CONTRACTOR(S)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!