Download as doc, pdf, or txt
Download as doc, pdf, or txt
You are on page 1of 87

Page-1

SOUTH CENTRAL RAILWAY

Issued to : M.R.No: Dated :

Sri/M/s.

for Chief Admn Officer/Con/SC.

F O R M ‘A’

(For works and supplies above Rs.10,000/-)

REGULATIONS FOR TENDERS AND CONTRACTS CONDITIONS OF


TENDER AND SCHEDULE OF RATES AND QUANTITIES
FOR

TENDER NOTICE No : /CAO/C/SC/2010 Dt. -05-2010 (Item No. )

1. NAME OF WORK: Proposed Construction of Road over Bridges at Existing Level crossing
locations with Open / Pile foundations and Superstructure with Composite girders (ie., Steel
‘I’ Girders with RCC deck slab) for different size of spans at various locations on
S.C.Railway.

2. Approximate Value : Rs. 7,72,16,439.00.

3. Earnest Money Deposit : Rs.5,36,090.00 ( In Cash / DD / FDR)

4. Cost of Tender form


a) in person : Rs.10,000.00
b) By post : Rs.10,500.00

5. Completion period : 10 (TEN) Months

6. Date and time of Closing of : - -2010 at 11.00 A.M


Tender Box

7. Time & Date of Opening : - -2010 at 11.30 A.M


of Tender Box
Page- 2
To
The President of India acting-
Through: Chief Administrative Officer (Construction)
Chief Engineer(Construction),
South Central Railway,
Secunderabad.

I/We_____________________________________________________________ have read the


various conditions of tender attached hereto and hereby agreed to abide by the said conditions. I/We also
agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the
same and in default thereof, I/We will be liable for forfeiture of my/our Earnest Money Deposit of
Rs.5,36,090.00.

2. 1. I/We offer to do the work “Proposed Construction of Road over Bridges at Existing
Level crossing locations with Open / Pile foundations and Superstructure with Composite
girders (ie., Steel ‘I’ Girders with RCC deck slab) for different size of spans at various
locations on S.C.Railway.” at the percentage rates quoted by me/us in the attached schedule and
bind myself/ourselves to complete the work in 10 (TEN) months from the date of issue of letter
of acceptance of this tender. I/We also hereby agree to abide by the General and Special
Conditions of contract and to carry out the works according to the specification of materials and
works laid down by South Central Railway for the present contract.

2. A sum of Rs.5,36,090.00 is herewith forwarded as earnest money deposit. The full value of the
earnest money shall stand forfeited without prejudice to any other rights or remedies if –

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

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

4 Payment of stamp duty on the agreement to be executed in pursuance of this tender will be borne by
the Railway.

Signature of witnesses:

Signature of contractor (s) & Date


Contractor’s address:

Signature of Tenderer/Contractor
Page- 3
I ACCEPT THE TENDER AND AGREE TO PAY THE RATES AS ENTERED IN THE
SCHEDULES.

CHIEF ADMINISTRATIVE OFFICER (CONSTRUCTION),


S.C.RAILWAY : SECUNDERABAD
FOR AND ON BEHALF OF THE PRESIDENT OF UNION OF INDIA

WITNESSES:

1.

2.

Signature of Tenderer/Contractor
Page- 4
REGULATIONS FOR TENDERS AND CONTRACTS FOR THE GUIDANCE OF
CONTRACTORS FOR CIVIL ENGINEERING WORKS

MEANING OF TERMS:
DEFINITIONS:

1. In these regulations for tenders and contracts the following terms shall have the meaning assigned
hereunder except where the context otherwise requires:

(a) “RAILWAY” shall mean the president of the Republic of India or the Administrative Officers of
the South Central Railway or of the successor Rly. authorized to invite tenders and enter into
contracts for works on his behalf.

(b) “GENERAL MANAGER” shall mean the Officer in Administrative charge of the whole of
South Central Railway and shall mean and include the General Manager of the successor
Railway.

(c) “CHIEF ADMINISTRATIVE OFFICER (CONSTRUCTION)” shall mean the officer in


Administrative charge of construction Organisation of south Central Railway and shall mean and
include the chief Administrative Officer of the successor railway.

(d) “CHIEF ENGINEER (CONSTRUCTION): shall mean the Officer-in-charge of the


Engineering Department South Central Railway and shall also include the Chief Engineer
(Construction), Chief Signal and Tele-communication Engineer and shall mean and include the
Chief Engineer, Chief Engineer (Construction) and Chief Signal and Tele-communication
Engineer of the successor Railway.

(e) “DEPUTY CHIEF ENGINEER (CONSTRUCTION) shall mean the deputy Chief Engineer
(Construction) of the south Central Railway or the successor Railway.

(f) “DIVISIONAL RAILWAY MANAGER” shall mean the Administrative Officer-in- charge of a
division of south Central Railway.

(g) “SENIOR DIVISIONAL/DIVISIONAL ENGINEER” shall mean the officer –in-charge of a


division or district of South Central Railway.

(h) “TENDERER” shall mean the person, the firm or company who tenders for the work with a view to
execute the work of contract with the railway and shall include their personal representatives,
successors and permitted assigns.

(i) “LIMITED TENDERS” shall mean tenders invited from all or some contractors on the approved list
of contractors with the railway.

(j) “OPEN TENDERS” shall mean tenders invited in Open and Public manner and with adequate notice.

(k) “WORKS” shall mean the works contemplated in the drawings and schedules set forth in the tender
forms and description of contract and required to be executed according to specifications.

Signature of Tenderer/Contractor
Page- 5
(i) “SPECIFICATIONS’ shall mean the specifications for materials and works, South Central
Railway, issued under the authority of the chief engineer or as amplified, added to or superceded
by special specifications, if any, appended to the tender forms.

(m) “SCHEDULE OF RATES, SOUTH CENTRAL RAILWAY” shall mean the schedule of rates
issued under authority of the chief engineer from time to time.

(n) “DRAWINGS” shall mean the drawings, plans and tracings or prints thereof annexed
to the tender forms.
2 Words imparting the singular number shall also include the plural vice SINGULAR
. versa where the context requires. PLURAL

3 These regulations for tenders and contracts shall be read in connection INTERPRE-
. with general conditions of contract which are referred to herein and shall TATION
be subject to modifications, additions or super session by special
conditions, if any, annexed to the tender forms
A contractor who has not carried out any work so far on this Railway CONTRACTOR’S
4
should furnish particulars regarding – CREDENTIALS
(a) His position as an independent contractor.
(b) His capacity to undertake and carryout works satisfactorily as vouched
for by a responsible official or firm
(c) His previous experience on works similar to that to be contracted for, in
proof of which original certificate or testimonials may be called for and
their genuineness verified, if need be, by reference to the signatories
thereof.
(d) His knowledge, from actual personal investigation, of the resources of
the Zone or Zones in which he offers to work.
(e) His ability to supervise the works personally or by competent and duly
authorized agents.
His financial position
(f)
5. Should a tenderer find discrepancies in, or omissions from the drawings OMISSIONS
or any of the tender forms or should be in doubt as in their meaning, he AND
should, at once notify the authority inviting the tenders who may send DISCREPANCIES
written instructions to all tenderers. It shall be understood that every
endeavor has been made to avoid any error which can materially affect
the basis of the tender and the successful tenderer shall take upon
himself and provide for the risk of any error which may subsequently be
discovered and shall make no subsequent claim on account thereof.

6 (a) The tenderer shall be required to deposit Earnest Money with the tender EARNEST MONEY
for the due performance with the stipulation to keep the offer open till
such date as specified in the tender, under the conditions of tender. The
Earnest Money shall be 2 % of the Estimated Tender Value costing
upto Rs.1 Crore and for works estimated to cost more than Rs.1 Crore
the earnest money shall be Rs.2 lakhs plus 1/2 % (half percent) of the
excess of estimated cost of work beyond Rs.1 Crore subject to a
maximum of Rs.1 Crore i.e Rs.5,36,090.00 as indicated in the Tender
Notice.

Signature of Tenderer/Contractor
Page- 6

(b) It shall be understood that the tender documents have been sold/issued to
the tenderer and the tenderer is permitted to tender in consideration of
stipulation on his part, that after submitting his tender he will not resile
from his offer or modify the terms and conditions thereof in a manner
not acceptable to the Engineer. Should the tenderer fail to observe or
comply with the said stipulation, the aforesaid EMD amount shall be
liable to be forfeited to the Railway.
(c) If his tender is accepted, this earnest money will be retained as part of
security for the due and faithful fulfillment of the contract in terms of
Clause 16 of the General conditions of contract. The Earnest money of
other tenderers shall save as herein before provided, be returned to them,
but the Railway shall not be responsible for any loss or depreciation that
may happen thereto while in their possession nor be liable to pay interest
thereon.
(d) The Earnest Money should be in Cash or in the form of Deposit
Receipts, Pay orders or Demand drafts executed by State Bank of India
or any of the Nationalised banks or by a Schedule bank in favour of
FA&CAO/C/ S.C.Railway/ Secunderabad.
7 Before submitting a tender, the tenderer will be deemed to have satisfied CARE IN
(a) himself by actual inspection of the site and locality of the works that all SUBMISSION
conditions liable to be encountered during the execution of this works
are taken into account and that the percentage/rates he enters in the
tender forms is/are adequate and all inclusive to accord with the
provisions in Clause 37 of the General conditions of contract for the
completion of works to the entire satisfaction of the Engineer.
7 When the work is tendered for a firm or company of contractors shall
(b) sign the tender signed by the individual legally authorized to enter into
commitments on their behalf.
The Railways will not be bound by any power of attorney granted by the
tenderer or by changes in the composition of the firm made subsequent
to the execution of the contract. It may, however recognize such power
of attorney and changes after obtaining proper legal advice, the cost of
which will be chargeable to the contractor.
8 Tenderer(s) who are submitting down loaded (from website SUBMISSION OF
(a) “www.scrailway.gov.in” ) tender documents must enclose with the TENDER
tender form a Demand draft for Rs.10000/- by hand (Rs.10500/- in DOCUMENTS
case of tender forms requisitioned by post) issued by any DOWN LOADED
Nationalized bank “IN FAVOUR OF FA & CAO/ CONSTRU-CTION/ FROM WEBSITE
S.C.RAILWAY/SECUNDERABAD” towards the cost of tender
documents. Tender offers not accompanying with the requisite
tender fee as above shall summarily be rejected.
(b) Only the original computer printout of the tender documents down
loaded from the website must be submitted. Photo copies are not
acceptable. Tenders submitted in photo copies of downloaded
documents is liable to be rejected.

Signature of Tenderer/Contractor
Page- 7
(c) If during the process of tender finalization it is detected that
tenderer has submitted tender documents after making any
changes/additions/deletions in the tender documents down loaded
from website, his offer will be summarily rejected and the earnest
money deposited by the tenderer shall be forfeited by the Railway.
9 The Railway reserves the right of not to invite tenders for any works, to RIGHT OF
invite open or limited tenders, and when tenders are called to accept a RAILWAY TO
tender in whole or in part or reject any tenders or all tenders without any DEAL WITH
assigning reasons for any such action TENDERS.
10 The successful bidder shall submit a Performance Guarantee (PG) PERFORMANCE
a) amounting to 5% of the contract value in any of the following forms : GUARANTEE
(i) A deposit of Cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5 percent
below the market value,
(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds.
These forms of Performance Guarantee could be either of the State
Bank of India or of any of the Nationalized Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all
Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds; and
(xi) Unit Trust Certificates at 5 percent below market value or at the face
value which is less.
Also FDR in favour of FA&CAO/C/S.C.Railway/Secunderabad, (free
from any encumbrance) will be accepted.
1. The prescribed format for Bank Guarantees (BGs) to be accepted
from the Contractor is enclosed with the tender documents at
Annexure-VI and it will be verified verbatim on receipt with original
document.
2. Bank Guarantees (BGs) to be submitted by Suppliers / Contractors
should be sent directly to the concerned authorities by the issuing
bank under registered post A.D.
b) A Performance Guarantee shall be submitted by the successful bidder
after the letter of acceptance has been issued, but before signing of the
agreement. The agreement should normally be signed within 15 days
after the issue of LOA and the Performance Guarantee shall also be
submitted within this time limit. This guarantee shall be initially valid up
to the stipulated date of completion plus 60 days beyond that. In case,
the time for completion of work gets extended, the contractor shall get
the validity of Performance Guarantee extended to cover such extended
time for completion of work plus 60 days.
c) The Performance Guarantee (PG) shall be released after physical
completion of the work based on the ‘Completion Certificate” issued by
the competent authority stating that the contractor has completed the
work in all respects satisfactorily. The security deposit, however, shall
be released only after the expiry of the maintenance period and after
passing the final bill based on ‘No Claim Certificate’.

Signature of Tenderer/Contractor
Page- 8
d) Wherever the contract is rescinded, the security deposit shall be
forfeited and the Performance Guarantee shall be encashed and the
balance work shall be got done independently without risk and cost of
the failed contractor. The failed contractor shall be debarred from
participating in the tender for executing the balance work. If the failed
contractor is a JV or a partnership firm, then every member/ partner of
such a firm shall be debarred from participating in the tender for the
balance work either in his / her individual capacity or as a partner of any
other JV / partnership firm.
e) The Engineer shall not make a claim under the Performance Guarantee
except for amounts to which the President of India is entitled under the
contract (not withstanding and / or without prejudice to any other
provisions in the contract agreement) in the event of :
i) Failure by the contractor to extend the validity of the Performance
Guarantee as described herein above, in which event the Engineer may
claim the full amount of the Performance Guarantee.
ii) Failure by the contractor to pay President of India any amount due,
either as agreed by the contractor or determined under any of the
Clauses / Conditions of the agreement, within 30 days of the service of
notice to this effect by Engineer.
iii) The contract being determined or rescinded under provision of the
GCC the Performance Guarantee shall be forfeited in full and shall be
absolutely at the disposal of the President of India.
11 The scale of Security Deposit that is to be recovered from the SCALE OF
contractor shall be as follows SECURITY
(a) Security Deposit should be 5% of the contract value. DEPOSIT
(b) The rate of recovery will be at the rate of 10% of the bill amount till
the full Security Deposit is recovered.
(c) Security Deposit will be recovered only from the running bills of the
contract and no other mode of collecting SD such as SD in the form of
instruments like Bank Guarantee, Fixed Deposit Receipt etc., shall be
accepted towards Security deposit.
(d) The security deposit shall be released only after the expiry of the
maintenance period and after passing the final bill based on an
unconditional and unequivocal no claim certificate obtained from the
contractor concerned.
(e) After the work is physically completed, security deposit recovered from
the running bills of a contractor can be returned to him if he so desires,
in lieu of FDR/irrevocable bank guarantee for equivalent amount to be
submitted by him.

(f) In case of contracts of value Rs.50 crores and above, irrevocable bank
guarantee can also be accepted as a mode of obtaining security deposit.

12 The tenderer whose tender is accepted shall be required to appear in the EXECUTION OF
office of the Chief Administration Officer (const), Chief Engineer, CONTRACT
Deputy Chief Engineer (Construction), Divisional Engineer as the case DOCUMENTS.
may be in person or if a firm or corporation a duly authorized
representatives shall also appear and to execute the contract document
within (7) days after notice that such documents are ready. Failure to do
so shall constitute a breach of the agreement effected by the acceptance

Signature of Tenderer/Contractor
Page- 9
of tender in which case the full value of the earnest money
accompanying the tender shall stand forfeited without prejudice to any
other rights or remedies. In the event of any tenderer whose tender is
accepted shall refuse to execute the contract documents as herein before
provided, the Railway may determine that such tenderer has abandoned
the contract and there upon his tender and the acceptance thereof shall
be treated as cancelled and the Railway shall be entitled to forfeit the
full amount of earnest money and to recover the liquidated damages for
such default.

13. Every contract shall be completed in respect of the documents it shall FORM OF
constitute. Not less than 5 copies of the contract documents shall be CONTRACT
signed by the competent authority and the contractor and one copy given DOCUMENTS.
to the contractor.
14 The tender should be submitted in prescribed form annexed hereto. The FORM OF
(a) quotations will be subject to the General. Instructions contained in pages QUOTATIONS
of Schedule of Rates and quantities to which the tenderer’s special
attention is drawn. Tenderers are required to quote item-wise
rates/percentage rates as stipulated in the schedules of the tender. The
rates/percentage must be clearly written in figures and in words.

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

PLACE :

DATE :

Signature of Tenderer/Contractor
Page- 10

INSTRUCTIONS TO TENDERER AND CONDITIONS OF TENDER


1.0 The tenderers who fulfils the following ELIGIBILITY CRITERIA are only eligible to quote:

ELIGIBILITY CRITERIA & CREDENTIALS OF THE CONTRACTOR:


1.1 a) The tenderer(s) should have physically completed at least one similar nature of single work means “ Any
Bridge work having at least one span of 12.20 m (clear span) or more for a minimum value of 35% of
advertised tender value within the qualifying period ie., three previous financial years and current financial
year up to the date of tender opening. (even though the work might have commenced before the qualifying
period).

b) The total value of similar nature of work completed during the qualifying period and not the payments
received within qualifying period alone, shall be considered. In case the final Bill of similar nature of work
has not been passed, and final measurements have not been recorded the paid amount including statutory
deductions will be considered. If final measurements have been recorded and work has been completed
with negative variation then also the paid amount including statutory deductions will be considered.
However, if final measurements have been recorded and work has been completed with positive variation
but variation has not been sanctioned, original agreement value or last sanctioned agreement value
whichever is lower shall be considered for judging eligibility.

1.2 The total contract amount received during the last 3 financial years and in the current financial year should
be a minimum of 150% of advertised tender value. Tenderer(s) should submit to this effect current ITCC
or attested certificate from the Central Govt./Public Sector under takings for the work done for them or
Audited balance sheet duly certified by the Chartered Accountant.

1.3 The value of work completed will not include the cost of any materials issued free of cost by the Railway/
Department concerned. Only cash value of the Agreement and executed cash value will reckon for
eligibility.
NOTE: The tenderer who do not fulfill the requisite qualifications and who do not furnish documentary
evidence along with Tender document will be summarily rejected. Any misleading information will be
rescinded and will lead to disqualification of tender.

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

DETAILS OF PERSONNEL TO BE DEPLOYED ON WORK


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

Signature of Tenderer/Contractor
Page- 11
DETAILS OF PLANT & MACHINERIES TO BE DEPLOYED ON WORK

Annexure

Sl.No. Name of Plant and Machinery Owned/to be hired

(1) Tenderer shall adhere to the following time frame given for Pro. ROB in Lieu of LC
NO 96 Bet. Km 138/32-34 As 1 X 33.00 M (PSC BOX)+1 X 33.00 M (Composite Girder
and Deck Slab for Track Span)+1X26.00M (PSC BOX) (All Clear Spans) Between
BALHARSHAH and MANIKGARH Stations of Kazipet - Balharshah section.

Sl. Mile
No Stone Name of event (mile stone) Schedule
No.

1 I Conducting soil exploration and designing of Pile foundations,


Pile caps, Columns, Tie beams and Bed blocks, launching D1+45
scheme etc., including Proof checking and approval by
Railways. Mobilizations of plant for driving of piles, Plant for
concreting etc., procurement of cement, reinforcement steel
etc., including submission of design mix for RCC M-30.
2 II Casting of initial trial/working pile and conducting load test D1+75

3 III RCC M-30 for piles and pile caps including excavation for pile D1+105
caps, CC 1:3:6 for levelling course etc. Dressing and leveling
of formation, load tests etc.,
4 IV RCC M-30 for columns above ground level including tie D1+135
beams
5 V RCC M-30 for bed blocks D1+180
6 VI Procurement of Elastomeric bearings, structural steel members D1+180
and Reinforcement steel for composite girder superstructure
and fabrication of composite girders

7 VII Erection of steel girders over bearings D1+225

8 VIII Casting of deck slab for composite girder structure including D1+275
kerbs, crash barriers and wearing coat etc.
9 IX Conducting load test for Track span and adjacent span D1+290

10 X Misc. finishing works viz., parapet wall, Drainage spouts, expansion D1+300
joints, provision of guard rails, brightening works etc.

Signature of Tenderer/Contractor
Page- 12
(2) Tenderer shall adhere to the following time frame given for Pro. ROB in Lieu of LC NO
128 At Km 542/30-32 As (1 X 10.60 M c/c +1 X 12.60 M c/c) RCC T- Beam Slab + 1 x 27.50
m c/c (Composite Girder and Deck Slab for Track Span) + (2 X 16.60 M c/c+1 X 10.60 M
c/c) RCC T-Beam Slab Bet. ERRUPALEM and TONDALAGOPAVARAM Stations of
Kazipet - Vijayawada section.

Sl. Mile
No Stone Name of event (mile stone) Schedule
No.
1 I Conducting soil exploration and designing of Open
foundations, Columns, Tie beams and Bed blocks, launching D1+45
scheme etc., including Proof checking and approval by
Railways. Mobilizations of plant for concreting etc.,
procurement of cement, reinforcement steel etc., including
submission of design mix for RCC M-30.

2 II Excavation for open foundations and laying CC 1:3:6 for D1+60


levelling course etc
3 III RCC M-30 open foundations including footings and pedestals D1+105
up to ground level
4 IV RCC M-30 for columns above ground level including tie D1+135
beams
5 V RCC M-30 for bed blocks D1+180
6 VI Procurement of Elastomeric bearings, structural steel members D1+180
and Reinforcement steel for composite girder superstructure
and fabrication of composite girders
7 VII Erection of steel girders over bearings D1+225

8 VIII Casting of deck slab for composite girder structure including D1+280
kerbs, crash barriers and wearing coat etc..
9 IX Conducting load test for Track span D1+290

10 X Misc. finishing works viz., parapet panel, Drainage spouts, strip seal D1+300
type expansion joints, provision of guard rails, brightening works
etc.

Note: “D1 stands for the date on which Railway has given the site/drawings as relevant.

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

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

1.5 In case of Clause 1.4 (c) and (d) mentioned above, supportive documents/ certificates from the
organizations with whom they worked/are working should be enclosed.

Signature of Tenderer/Contractor
Page- 13
1.6 Certificates from private individuals for whom such works are executed/being executed will not be
accepted.

1.7 The works executed by the tenderer for Government Departments or Semi Governments/Public
Sector undertaking shall only be considered for eligibility. Works executed for private parties
shall not be considered. The experience certificate shall be issued by a Junior Administrative
Grade Officer or Superintending Engineer or equivalent grade in other departments indicating
therein the name of works executed, value of works and period during which completed, bills paid
etc., The certificate should bear the signature and seal of the Officer and attested by Railway
Officer (Gazetted).

1.8 i) In case the tenderer is a partnership firm(s), the experience and turnover shall be in the name and
style of the firm only.
ii) If the Tenderer is a partnership firm, all the partners shall be jointly and severely liable for
successful completion of the work and no request for change in the constitution of the Firm shall
be entertained.
iii) During the currency of the contract, no partner of the firm shall be permitted to withdraw from
the partnership business and in such an event it shall be treated as breach of trust and
abandonment of contract.

1.9 CONSORITUM AGREEMENTS AND MOUS WILL NOT BE CONSIDERED FOR


ELIGIBILITY.

2.0 JOINT VENTURE FIRMS WILL BE CONSIDERED FOR ELIGIBILITY.

2.1 GUIDELINES FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS

2.2 Separate identity/name shall be given to the Joint Venture firm.

2.3 Number of members in a JV firm shall not be more than three if the work involves only one
department (say Civil or S&T or Electrical) and shall not be more than five if the work involves
more than one department.
2.4 A member of JV firm shall not be permitted to participate either in individual capacity or as a
member of another JV firm in the same tender.
2.5 The tender form shall be purchased and submitted only in the name of the JV firm and not in the
name of any constituent member.

2.6 Normally EMD shall be submitted only in the name of the JV and not in the name of constituent
member. However, in exceptional cases EMD in the name of lead partner can be accepted subject
to submission of specific request letter from lead partner stating the reasons for not submitting the
EMD in the name of JV and giving written confirmation from the JV partners to the effect that the
EMD submitted by the lead partner may be deemed as EMD submitted by JV firm.

2.7 One of the members of the JV firm shall be the lead member of the JV firm who shall have a
majority (atleast 51%) share of interest in the JV firm. The other members shall have a share of
not less than 20% each in case of JV firms with upto three members and not less than 10% each in
case of JV firms with more than three members. In case of JV firm with foreign member(s), the
lead member has to be an Indian firm with a minimum share of 51%.

2.8 A copy of Memorandum of Understanding (MOU) executed by the JV members shall be


submitted by the JV firm along with the tender. The complete details of the members of the JV

Signature of Tenderer/Contractor
Page- 14
firm, their share and responsibility in the JV firm etc. particularly with reference to financial
technical and other obligations shall be furnished in the MOU. ( The prescribed format for
MOU to be executed by the JV Members is annexed to this tender condition and it will be
verified verbatim on receipt. ).

2.9 Once the tender is submitted, the MOU shall not be modified/altered/terminated during the
validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full
Earnest Money Deposit (EMD) shall be forfeited. In case of successful tenderer, the validity of
this MOU shall be extended till the currency of the contract expires.

2.10 Approval for change of constitution of JV firm shall be at the sole discretion of the Employer
(Railways). The constitution of the JV firm shall not be allowed to be modified after submission
of the tender bid by the JV firm except when modification becomes inevitable due to succession
laws etc. and in any case the minimum eligibility criteria should not get vitiated. In any case the
Lead Member should continue to be the Lead Member of the JV firm. Failure to observe this
requirement would render the offer invalid.

2.11 Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be
altered during the currency of contract except when modification become inevitable due to
succession laws etc. and in any case the minimum eligibility criteria should not get vitiated.
Failure to observe this stipulation shall be deemed to be breach of contract with all consequential
penal action as per contract conditions.

2.12 On award of contract to a JV firm, a single Performance Guarantee shall be required to be


submitted by the JV firm as per tender conditions. All the Guarantees like Performance
Guarantee, Bank Guarantee for Mobilization advance, Machinery Advance etc. shall be accepted
only in the name of the JV firm and no splitting of guarantee amongst the members of the JV firm
shall be permitted.

2.13 On issue of LOA, an agreement among the members of the JV firm (to whom the work has been
awarded) has to be executed and got registered before the Registrar of the Companies under
Companies Act or before the Registrar/Sub-Registrar under the Registration Act, 1908. (The
prescribed format for Agreement to be submitted by the JV Firm to the Railway is annexed to
this tender condition and it will be verified verbatim on receipt). This agreement shall be
submitted by the JV firm to the Railways before signing the contract agreement for the work. In
case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit
(EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and
the JV. This joint venture agreement shall have, inter-alia, following clauses:

2.14 Joint and Several liability – The members of the JV firm to which the contract is awarded, shall
be jointly and severally liable to the Employer (Railways) for execution of the project in
accordance with General and Special Conditions of the Contract. The JV members shall also be
liable jointly and severally for the loss, damages caused to the Railways during the course of
execution of the contract or due to non-execution of the contract or part thereof.

2.15 Duration of the Joint Venture Agreement – It shall be valid during the entire currency of the
contract including the period of extension if any and the maintenance period after the work is
completed.

2.16 Governing Laws – The Joint Venture Agreement shall in all respect be governed by and
interpreted in accordance with Indian Laws.

Signature of Tenderer/Contractor
Page- 15

2.17 Authorized Member – Joint Venture members shall authorize one of the members on behalf of
the Joint Venture firm to deal with the tender, sign the agreement or enter into contract in respect
of the said tender, to receive payment, to witness joint measurement of work done, to sign
measurement books and similar such action in respect of the said tender/contract. All
notices/correspondences with respect to the contract would be sent only to this authorized member
of the JV firm.

2.18 No member of the Joint Venture firm shall have the right to assign or transfer the interest right or
liability in the contract without the written consent of the other members and that of the employer
(Railways) in respect of the said tender/contract.
2.19 Documents to be enclosed by the JV firm along with the tender:

2.20 In case one or more members of the JV firm is/are partnership firm(s), following documents shall
be submitted:
(a) Notary certified copy of the Partnership Deed,
(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of
appropriate value (in original).
(c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners
to sign the MOU and JV agreement on behalf of the partners and create liability against
the firm.
2.21 In case one or more members is/are Proprietary Firm or HUF, the following documents shall be
enclosed:
Affidavit on Stamp Paper of appropriate value declaring that his concern is a Proprietary
Concern and he is sole proprietor of the Concern OR he is in position of “KARTA” of Hindu
Undivided Family and he has the authority, power and consent given by other partners to act on
behalf of HUF.

2.22 In case one or more members is/are limited companies, the following documents shall be
submitted:
(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company
to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the
Company to sign MOU, JV Agreement, such other documents required to be signed on behalf
of the Company and enter into liability against the company and/or do any other act on behalf
of the company.
(b) Copy of Memorandum and articles of Association of the Company.
(c) Power of Attorney (duly registered as per prevailing law) by the Company authorizing the
person to do/act mentioned in the para(a) above.

2.23 All the members of the JV shall certify that they are not black listed or debarred by Railways or
any other Ministry/Department of the Government of India/State Government from participation
in tenders/contract on the date of tender opening of bids either in their individual capacity or the
JV firm or partnership firm in which they were/are members/partners.

2.24 Credentials & Qualifying criteria


Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory
fulfillment of the following criteria:

2.25 Technical eligibility criteria:

Signature of Tenderer/Contractor
Page- 16
Either the JV firm or any one of the members of the JV firm must have satisfactorily completed in
the last three previous financial years and the current financial year up to the date of opening of
the tender, one similar single work for a minimum value of 35% of advertised tender value.
OR
In case of composite works (e.g. works involving more than one distinct component such as Civil
Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major
bridges, substructure and superstructure etc.), at least 35% of the value of each such component of
similar nature should have been satisfactorily completed by the JV firm or any one of the
members of the JV firm in the previous three financial years and the current financial year up to
the date of opening of tender. In such cases, what constitutes a component in a composite work
shall be clearly defined as part of the tender condition without any ambiguity.

NOTE: Value of a completed work done by a Member in an earlier partnership firm or a JV firm shall be
reckoned only to the extant of the concerned member’s share in that partnership firm/JV firm for
the purpose of satisfying his compliance of the above mentioned technical eligibility criteria in the
tender under consideration.

2.26 Financial eligibility criteria:


The contractual payment received by the JV firm or other arithmetic sum of contractual payments
received by all the members of JV firm in the previous three financial years and the current
financial year up to the date of opening of tender shall be at least 150% of the estimated value of
the work as mentioned in the tender.
NOTE: Contractual payment received by a member in an earlier JV firm shall be reckoned only to the
extent of the concerned members’ share in that JV firm for the purpose of satisfying compliance
of the above mentioned financial eligibility criteria in tender under consideration.

3.0 The drawings for the works can be seen in the office of the Chief Admn. Officer(Construction)/
Secunderabad at any time during office hours.

3.1 General conditions of contract and specifications for materials and works of south Central
Railway, be seen in the office of the Chief Administrative Officer (Construction) S.C.Railway/
Secunderabad or had on payment at the rates fixed for each book from time to time.

4.0 The tenderer/tenderers shall quote percentage rates as stipulated in the schedules. The quantities
shown in the attached schedule are given as guide and are approximate only and are subject to
variation according to the needs of the Railway. The Railway accepts no responsibility for their
accuracy, and the railway does not guarantee work under each item of schedule.

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

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

7.0 The Two ROBs are required to be completed within a period of 10 (TEN) months from the
date of issue of acceptance letter including intervening monsoon period.

8.0 The tender must be accompanied with Earnest Money Deposit (@ 2% of the Estimated Tender
Value costing upto Rs.1 Crore and for works estimated to cost more than Rs.1 Crore the earnest
money shall be Rs.2 lakhs plus 1/2 % (half percent) of the excess of estimated cost of work

Signature of Tenderer/Contractor
Page- 17
beyond Rs.1 Crore) i.e Rs.5,36,090.00 deposited in cash / DD / FDR failing which, the tender
will not be considered and will be summarily rejected.

(i) In cash, paid to the Railway Administration’s chief cashier at Secunderabad or Divisional Cashier
(Pay)/Secunderabad, Vijayawada, Guntakal, Guntur and Nanded.

(ii) By bank instruments as mentioned in para 6(d) of regulations for tenders and contracts.

NOTE:

(1) Cash remittances will not be accepted by Chief Cashier or Divisional Cashier/Pay after 10.00 A.M
on - -2010 (i.e., Tender opening day). .
Cheques, War Bonds and government Promissory Notes will not be accepted towards the earnest
money. No interest shall be allowed on the earnest money.

The tenderer shall hold the offer open till such date as may be specified in the tender. It is
understood that the tender documents have been sold/issued to the tenderer and the tenderer is
being permitted to tender in consideration of the stipulation on his part that after submitting his
tender he will not resole from his offer or modify the terms and conditions thereof in a manner not
acceptable to the Chief Administrative Officer (Const)/Chief Engineer (Const)/South Central
Railway/Secunderabad. Should the tenderer fail to observe or comply with the foregoing
stipulation, the amount deposited as security for the due performance of the above stipulation
shall be forfeited to the Railway. If the tender is accepted, the amount of Earnest Money will be
held as security deposit for the due and faithful fulfillment of the contract. The earnest money of
unsuccessful tenderers will save as herein before provided be returned to the unsuccessful
tenderers but the Railway shall not be responsible for any loss or depreciation that may happen to
the security for the due performance of the stipulation to keep the offer open for the period
specified in the tender documents or to the earnest money while in their possession nor be liable
to pay interest thereon.

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

10.0 If the tenderer deliberately gives/tenderers deliberately give wrong information in his/their tender
or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the
right to reject such tender at any stage.

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

b) Documents testifying to the tenderer/tenderers’ work experience and financial status should be
submitted along with the tender.

12.0 Tenders must be enclosed in a sealed cover, subscribed with the name of the work as appearing on
the top sheet and must be sent by registered post to the address of the Chief Administrative
Officer (Construction),South central. Railway/Secunderabad-500071 or so as to reach this office
not later than 11-00 A.M.on - - 2010 or deposited in the box allotted for the purpose in the
Tender Hall adjacent to main gate of office of Chief Administrative Officer /Construction /
S. C. Railway, Secunderabad or Deputy Chief Engineer(Construction)/S.C.Railway’s office

Signature of Tenderer/Contractor
Page- 18
at Vijayawada office. The Boxes will be sealed at 11-00 A.M.on - - 2010 and will be opened
at 11-30 A.M.on - - 2010 at the places mentioned above.

13.0. Non-compliance with any of the condition set forth herein above is liable to result in the tender
being rejected.

14.0 The authority for acceptance of the tender will rest with the Chief Administrative Officer
(Construction)/S.C.Railway/Secunderabad who does not bind himself to accept the lowest or
any other tender nor does he undertake to assign reasons for declining to consider any
particular tender or tenders.

15.0 The successful tenderer/tenderers shall be required to execute an agreement with the president of
India acting through the Chief Engineer (Const)/Divisional Railway Manager, Divisional
Engineer, Superintending engineer of the Railway for carrying out the work according to the
General Conditions of contract and specifications for works and materials, 1970 of south Central
Railway including correction slips issued from time to time.

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

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

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

18.0. Should a tenderer be a retired Engineer of the gazetted rank or any other gazetted officer working
before his retirement, whether in the executive or administrative capacity, or whether holding a
pension able post or not, in the Engineering department of any of the Railways owned and
administered by the President of India for the time being or should a tenderer being Partnership
Firm have as one of its partners a Retired Engineer or a retired gazetted officer as aforesaid, or
should a tenderer being an incorporated Company have, any such retired Engineer or retired
officer as one of its directors, or should a tenderer have, in his employment any retired Engineer
or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such
Engineer or gazetted officer from the said service and in cases where such Engineer or officer had
not retired from Government service,atleast two years prior to the date of submission of the tender
as to whether permission for taking such contract, or if the contractor be a Partnership firm or an
Incorporated Company, to become a partner or director as case may be, or to make employment

Signature of Tenderer/Contractor
Page- 19
under the contractor has been obtained by the tenderers or the Engineer or the Officer as the case
may be from the President of India or any officer duly authorized by him in this behalf, shall be
clearly stated in writing at the time of submitting the tender. Tenderers without the information
above referred to or a statement to the effect that no such retired Engineer or retired gazetted
officer is so associated with the tenderer, as the case may be shall be rejected.

19.0 Should a tenderer or contractor being an individual on the list of approved contractors, have a
relative employed in the gazetted capacity in the Engineering department of the South Central
Railway or in the case of partnership firm or Company incorporated under the Indian company
Law should a partner or a relative of the partner or a share holder or a relative of shareholder be
employed in gazetted capacity in the Engineering department of the south Central Railway, the
authority inviting tenders shall be informed of the fact at the time of submission of tenders, failing
which the tender may be rejected, or if such fact subsequently come to light, the contract may be
rescinded in accordance with the provision in clause 62 of the General conditions of contract.

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

The deductions towards income-tax to be made at source from the payment due to non-residents
shall continue to be governed by Section 195 of the Income-Tax Act 1961.

21.0 Tenderers are required to submit the following documents along with the tender;
i). EMD
ii) Certificate in support of credentials.
iii) Turnover Certificate.
iv) DD for cost of tender in case downloaded.
v) Any other document specified by the Railway for the tender work.

21.1 If the tender is not accompanied by any of the documents mentioned above, the tender shall be
summarily rejected. No post tender correspondence will be entertained, however, if any
clarification is required by Railway, the same may be sought from the tenderer.

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

Signature of Tenderer/Contractor
Page- 20
GENERAL CONDITIONS OF CONTRACT

The General Conditions of Contract governing the performance of the works covered by this
tender are the “General conditions of Contract” of the Engineering Department of the South Central
Railway, as amended from time to time up to date. A copy of the book-let incorporating the above
“General Conditions of Contract” may be perused in the office of the Chief Administrative
Officer/Construction/South Central Railway Secunderabad-500 071. This may also be perused in the
offices of the concerned Dy.Chief Engineer/Construction/South Central Railway.

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

Signature of Tenderer/Contractor
Page- 21
SOUTH CENTRAL RAILWAY

Name of Work : Proposed Construction of Road over Bridges at Existing Level crossing locations with
Open / Pile foundations and Superstructure with Composite girders (ie., Steel ‘I’ Girders with RCC deck
slab) for different size of spans at various locations on S.C.Railway.

EFT MANDATE FORM

(In duplicate, one copy is part of tender document and another copy attached to tender booklet without any page
no.)

TO
FA&CAO/C/SC
SOUTH CENTRAL RAILWAY
SECUNDERABAD
EFT Payments

Sir,

We refer to the Electronic Fund Transfer (EFT) being set up by South Central Railway (Con) for remittance of our
payments using RBI’s EFT scheme. In confirm that we are agreeable to our payments being made through the
above scheme to our under noted Account.

NAME :

FULL POSTAL ADDRESS :

BANK ACCOUNT NO. :

NAME OF THE BANK :

BANK BRANCH(MICR) CODE :

ADDRESS OF THE BANK :

Confirmed by Bank Signature & Stamp

SIGNATURE OF THE TENDERER/(S)

NAME OF THE TENDERER ( S)

CERTIFICATION OF FAMILIARISATION

The ROBs are situated near Manikgarh (KZJ – BPQ section) and Errupalem (KZJ – BZA section)
Railway stations.

Signature of Tenderer/Contractor
Page- 22

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

i) Topography of the area.

ii) Soil conditions at the site of work.

iii) Sources and availability of construction materials

iv) Rates for construction materials.

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

vi) Availability of water and electricity.

vii) The existing roads and access to the site of work with regard to crossing of Existing track and re-
handlings involved in crossing of existing tracks.

viii) Availability of space for putting labour camps, offices, stores godowns, Engg. yard for collection
of required materials and stacking.

ix) The site of work is surrounded by running main lines and loop lines where extensive train
operations and shunting operations will be there. Safety measures required before planning
execution of work, it is to be studied in detail before quoting rates.

x) Any particulars/clarifications regarding GAD, Design & Drawings of ROBs may be obtained
from the office of Dy.Chief Engineer/Construction/Design/S.C. Railway/ Secunderabad.

Any other matter that may have bearing on work.

SOUTH CENTRAL RAILWAY

Name of Work: Proposed Construction of Road over Bridges at Existing Level crossing locations with
Open / Pile foundations and Superstructure with Composite girders (ie., Steel ‘I’

Signature of Tenderer/Contractor
Page- 23
Girders with RCC deck slab) for different size of spans at various locations on
S.C.Railway. .
.
PARTICULARS OF WORK
1.0 SITE:
1.1 The scope of the work covered under this contract is for Proposed Construction of Road over Bridges
at Existing Level crossing locations with Open / Pile foundations and Superstructure with Composite
girders (ie. Steel ‘I’ Girders with deck slab for track spans and with PSC Box / RCC T – Beam and
deck slab for adjacent spans) for different size of spans at locations shown below on S.C. Railway for
the following ROBs.

(1) In Lieu of LC NO 96 Bet. Km 138/32-34 Between Balharshah And Manikgarh Stations of


Kazipet - Balharshah section is Pro. As 1 X 33.00 M (PSC BOX)+1 X 33.00 M (Composite
Girder and Deck Slab for Track Span)+1X26.00M (PSC BOX) (All Clear Spans and the
foundation with 1200 mm dia bored piles and substructure with RCC columns/trestles.

(2) In Lieu of LC NO 128 At Km 542/30-32 Bet. Errupalem And Tondalagopavaram Stations of


Kazipet - Vijayawada section is Pro. As (1 X 10.60 M c/c +1 X 12.60 M c/c) RCC T- Beam
Slab + 1 x 27.50 m c/c (Composite Girder and Deck Slab for Track Span) + (2 X 16.60 M
c/c+1 X 10.60 M c/c) RCC T-Beam Slab and with open foundations and substructure with
RCC columns/trestles
.
2.0 GENERAL FEATURES:

2.1 The general feature of the Road over bridges are covered under the respective approved General
Arrangement Drawings. In general, the ROB structure comprises Open/Pile foundations with
RCC columns trestle and Superstructure with Steel ‘I’ girders and RCC deck slab.

2.2 The bridge is required to be designed for two lanes of IRC Class-A loading or single lane of IRC
class 70-R loading whichever gives worst effect.

2.4 The Contractor shall note that the work is to be carried out where Rail traffic as well as Road
traffic is very heavy and in close proximity to the work spot and as such he has to take adequate
precautions and safety measures by posting day and night watchmen for safety of Rail/Road
traffic and workmen.

2.5 He should also take adequate precautions for the safety of workmen as they have to work in close
proximity to running electrified Railway lines and as such ensure all the safety measures to be
taken for the safety of rail traffic and workmen. All expenditure for ensuring the above shall be
borne by the contractor and his rates shall be inclusive for all these elements.

3. Drawings illustrating the general details of the bridge and any further particulars/specifications if
required in connection with the work may be obtained by inspection at site or by reference to the
Office of the Chief Administrative Officer/Construction/ South Central Railway/ Secunderabad or
Concerned Deputy Chief Engineer, Construction, South Central Railway, during office hours on
any working day.

SPECIAL CONDITIONS AND SPECIFICATIONS OF CONTRACT

Note: The following special conditions are supplement to the conditions of tenders already submitted by
the tenderer, General conditions of the contract and notes appearing under the relevant chapters

Signature of Tenderer/Contractor
Page- 24
and sub-chapters of the Standard Schedule of Rates, (South Central Railway) 2002, Vol. I & II
and should be considered as part of the tender papers. Where the provisions of special conditions
are at variance with the General Conditions of the Contract and other documents mentioned above
shall prevail.

1.0 VARIATION IN QUANTITIES :


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

1.2 The quantities of each item of work furnished in the schedule are approximate and are intended
for the guidance of tenderer/ contractor. In actual execution of work, there may be some increase
in quantities specified, subject to quantities under variation as stipulated here under shall be
performed by the contractor as provided there in and be subject to the same conditions,
stipulations and obligations originally and expressly included and provided for in the
specifications and drawings and the amount to be paid there for shall be calculated in accordance
with the accepted schedule of rate.

1.3 In the event of any reduction in the quantity to be executed for any reasons whatsoever, the
contractor shall not be entitled for any compensation, but shall be paid only for the actual
quantum of work done.

1.4 As far as foundations are concerned, works involving variations of more than 25% shall be carried
out at the same rates, terms and conditions as already set out in the agreement and the contractor
shall have no claim for higher rates.

1.5 In case of earthwork in cutting, the variation limit of 25% shall apply to the gross quantity of
earthwork and variation in the quantities of individual classifications of soil shall not be subject to
this limit.
1.6 In case, increase in quantity of an individual NS item (Non-foundation items) by more than 25%
of the agreement quantity is considered as unavoidable, negotiations will be held with the existing
contractor for arriving at reasonable rates for additional quantities in excess of 25% of agreement
quantity.

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

1.8 As far as SSR items are concerned, the limit of 25% would apply to the value of SSR schedule as
a whole and not on individual SSR items. However, in case of NS items, the limit of 25% would
apply on the individual items irrespective of the manner of quoting the rate (single percentage rate
or individual item rate).
1.9 The contractor is bound to notify the Engineer at least seven days before the necessity arises for
the execution of any items in excess of 25% of the agreement quantity of the item.

1.10 The rates for item quantity in excess of 25% of agreement quantity shall be decided by mutual
discussion in a meeting between the Railway and the contractor well in advance of the execution

Signature of Tenderer/Contractor
Page- 25
of the quantities involved, if in the opinion of the Railway such quantities are also to be executed
by the same contractor.

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

2.0 SPECIFICATIONS:

2.1 The execution of all works under this Tender/Contract shall conform to the specifications and codes
of practice mentioned below and as mentioned in other part of this document as amended from time
to time..

i) South Central Railway Specifications for materials and works – 1970.


ii) Indian Railways Standard Concrete Bridge Code (Revised) 1997 read in conjunction with
Indian Standard Specifications mentioned therein.
iii) Notes in South Central Railway Standard Schedule of Rates, 2002 Vol.I and II (printed).
iv) IRC-5-2000 for Section-1, IRC-6-2000 for Section-II, IRC-21-2000 for Section-III.
v) IS Code No.IS/2062-1992 Code for supply of steel for fabrication purposes.
vi) I.S.456/2000 Code of practice for plain and reinforced concrete.
vii) Indian Railway Permanent-Way, Bridges and Works Manual.
viii) Indian Railway Standard Schedule of dimensions.
ix) The works shall be carried out to the relevant I.S. Codes of practice and other
specifications mentioned in plans.
x) The works shall be carried out as per latest MORT&H / MOST or other specifications
mentioned under special conditions and schedule of items of work.

2.2 The Railway reserves the right to reject or alter any part of the work executed by the contractor
which in the judgment of Railway does not comply with the requirements of the above
specifications. The decision of the Railway shall be final and conclusive for all purpose.

3.0 Execution of Road over Bridge Foundation, Substructure & Superstructure works:
3.1 The open/pile foundations, RCC/CC substructure and steel girder with deck slab (composite
structure) superstructure works for the ROB have to be executed under conditions of running
traffic both rail as well as road. The rates provided for the foundations and substructure items in
Schedules are inclusive of the charges for forming of pathway, earthen bund/ platform of suitable
size as required for executing various items of work as per site conditions. No extra rates will be
paid for forming of any other structures that are necessitated during construction of work for
executing any item of work in the prevailing site conditions. The tenderers have to inspect the site
of work before quoting their rates for various items of work.

4.0 SETTING OUT OF WORK:


4.1 The centerline of the Road over Bridge will be initially setout by the Engineer or his
representative and fix the centers of columns and their faces. The contractor shall thereafter set
out the work and every part thereof fully including all other control points and base line with
masonry and concrete pillars for proper lines and levels. The contractor shall be responsible for
the accuracy of the lines, levels and dimensions of the work in accordance with the drawings,
further directions or instructions and detailed drawings supplied at any time to him and every
facility shall be given to the Engineer for checking their correctness. The Contractor shall also

Signature of Tenderer/Contractor
Page- 26
alter or amend any error in the dimensions, line or levels or work set out or constructed by him to
the satisfaction of the Engineer.

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

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

5.0 OPEN EXCAVATION:


5.1 Open excavation done for foundations may be executed with sloping sides with or without
timbering or may be excavated with vertical sides properly timbered and shored from ground level
up to the bottom of the excavation and the work should be efficiently carried out in such away so
as to ensure its own stability as well as the safety of adjoining lands, structures, moving rail/road
traffic and labour working there on and also in such away as will prevent them from being in any
way detrimentally affected. However temporary shoring with timbering is to be provided if
necessary to protect the track and road embankment from slipping for which the contractor will
have to use his timbers. No extra rate will be paid for and the rates quoted for excavation will
include the same.

5.2 The excavation must also be kept free from water at all times during the progress of the work by
means of bailing or pumping out, leading water away from the excavation as well as diversion of
water to prevent its ingress into foundations, or otherwise till the work below water is completed
in all respects. The rates quoted for excavation shall exclude the charges for all such work. Item
No.2 provided under Schedule-A caters for wet excavations and de-watering.

5.3 Any unforeseen, under lying cables, pipe lines etc., if met with during execution should be taken
care to either safeguard or divert the same with the approval of departments concerned. All
necessary administrative help will be given in this matter. However, escalation over the original
agreement rates will not be entertained because of delays in such clearances.

5.4 PAYMENT FOR OPEN EXCAVATION:


5.4.1 The quantity for excavation will be determined by multiplying the plan area of the open
foundations with the depth from the average foundation bottom level upto which the excavation is
carried out to the average ground level from where excavation is started. If any excavation is done
for side slopes of foundations will not be paid for. Any extra area of excavation made for
provision of working space shuttering and other supports also will not be paid for. The rates
quoted for excavation of foundation shall include the cost of all such works.

5.4.2 The excavated soil should not be left out in heaps causing obstruction after the work is completed
in all respects. All excavated soil should be lead out to the places indicated by the Engineer.

5.4.3 While quoting the rates for Bridge work, the contractor should note that the Pro. Bridge is to be
constructed under the conditions both rail and road traffic near by and should have to be done
with restricted space of working and should consider these aspects.

6.0 BORED PILE FOUNDATIONS:

Signature of Tenderer/Contractor
Page- 27
6.1 a) The bored pile foundations shall be of cast-in-situ RCC solid bored piles. The Construction of
the bored piles shall generally conform to IS: 2911 (Part-1/Section- 2-1979 as per Railway
design and specifications except as provided in the following specifications.

b) The mix of the concrete for the piles shall be “Controlled Concrete” of mix M.30. An
additional 10% quantity of cement shall be added to the designed requirement of cement for
any mix adopted where the piling work is to be done in water. The concreting under water
shall be done in accordance with the acceptable specifications i.e. IS: 2911 (Part-I/Section-2
latest).
c) After reaching level considered for founding the piles, the Railway may require the
contractors, if there is any doubt in the opinion of the Engineer as to the exact nature of the
strata met with, to perform a standard penetration test if soil is encountered and crushing
strength test if rock is encountered as per relevant I.S. Specifications. The Railway reserves
the right to decide whether or not and where the above test shall be conducted. The
contractor, if required by the Railway, shall repeat the test, at different depths, till the level of
foundations is finally decided by the Engineers. The rate quoted by the tenderer for the piles
shall be deemed to include the cost of the above tests to be done as per the Railway’s
requirements and no extra payment shall be made on this account

d) The pile shall be extended up to 150mm height into the pile cap. The weak concrete above the
extended portion shall be cutoff. The reinforcement of piles shall project into pile cap to the
required bond length to develop necessary designed strength in the reinforcement. The level
of the pile cap shall be decided by the Engineer at the time of execution of the work. In the
portion of the pile which will be embedded in pile cap there shall be no laitance or weak
concrete which should be ensured by the contractors before progressing pile caps above the
cut off level.
e) The control of alignment of piles should be within the tolerances specified in Para 7 of IS:
2911 Part-I Sec.2 (with latest amendments). For large diameter bored piles i.e., the permissible
positional deviation for bored piles should not be greater than 7.5 cm. for piles upto 750mm
diameter and not greater than 10 cm. for piles of 1800 mm in diameter at the level of the
bottom of pile cap. For pile diameter in range 750mm to 1800mm tolerances may be
interpolated linearly. The deviation from vertical should not be more than 1.5% and all work
accepted within the above tolerances shall be measured and paid for at the above rates. While
cutting the soil/rock for construction of pile frequent checks should be made to satisfy the
Engineer-in-charge that the pile to be concreted will be within the above tolerances. In cases
where these tolerances are exceeded, steps should be taken by additional cutting to achieve the
above tolerances. Any additional cutting involved in rectification shall be borne by the
contractors.
f) Level marks shall be put accurately on each pile immediately after it is installed. If any pile
shows subsequently a tendency to heave up due to installation of other piles later or due to any
other reason, the same shall be reinstalled firmly without having heaving tendency in manner
suitable to the Contractor and as approved by the Engineer-in-charge without any extra cost.

g) If any pile during driving or boring has deviated from the designed position or from the
verticality or if the same allowable load of the pile is not obtainable as per the design all these
facts shall be reported promptly to the Engineer-in-charge during the execution of work with
suggestion from the Contractor regarding adequate corrective measure. The Engineer-in-
charge shall consider the suggestions of the Contractor and shall give necessary directions for
the corrective measures which will be done by the contractor at his own cost and risk.
However, if certain piles are rejected by the Engineer-in-charge on account of their improper
location, the contractor shall pull out the rejected piles and reinstall the piles with proper

Signature of Tenderer/Contractor
Page- 28
workmanship and materials to the satisfaction of the Engineer-in-charge without any extra
cost. The Engineer-in-charge may allow the rejected piles to be left in their places and
additional piles may be installed to take up the safe working load of the rejected piles, without
any extra cost, if he considers it feasible and correct. If any such changes involves additional
expenditure due to increased size of pile cap etc., the same will also be borne by the
Contractor including the extra cost involved in the usage of extra quantity of cement and steel
used in such changes.

h) No payment will be made for rejected piles as also the reinforcement steel and the MS liners
provided for the rejected piles.

i) In the finishing of pile heads, the clearances of the reinforcement in the pile cap and the keying
of the pile head into the pile cap shall be as given in IS 2911 Part-I Sec.2 with latest
amendments.

j) The stiffeners for reinforcement should be tack-welded to the main reinforcement and binding
wire/tack welding can be used elsewhere. It should, however, be ensured that the reinforcement
cage should be done in such a manner that there is no likelihood of the rods getting displaced.

k) When the tube or bore has reached its final depth, it shall be free from any foreign matter
before the placing of the reinforcement and concrete filling for the pile, is started. The
reinforcement for the pile shall be carefully placed in position and concreting then started.

l) Use of drilling mud (Bentonite) in stabilizing the sides of the bore holes is permitted wherever
necessary. The consistency of Bentonite suspension shall be as per IS 2911 (Part-1 / Sec.2).
The contractor can not claim any extra cost on account of the use of Bentonite for piling.

m)Removal of obstruction if any met with during pile driving or boring shall also be done by the
Contractor. No extra payment will be made for this work.

n) Under water, concreting shall be done as per Para 13.2 of IS 456-2000 and IS.2911. Concrete
is to be placed in the pile only by Tremie method ensuring that tip of the Tremie is atleast 500
mm below the top of concrete at any time. The top of concrete in a pile shall be brought above
cut-off level to permit removal of all laitance and weak concrete before capping and to ensure
good concrete at the cut off level for proper embedment into pile cap. No payment will be
made for providing overflow concrete or scum concrete beyond cut off level. The depth of
over flow will be decided by the Engineer-in-charge. The pile cut off level shall be 150mm
above bottom of pile cap.

o) The rate quoted by the contractors for the piles shall be an all inclusive rate including amongst
others (i) provision of artificial islands or cofferdams of suitable size and design, bailing out
water, strutting, shoring, empty boring, using bentonite while doing boring etc., where
necessary and making working platforms, with either earthen bund or temporary structural steel
platform as required for piling in typical conditions, the cost of labour and any special
arrangements to be made by the contractor (ii) drilling, excavation through all strata of every
description including stiff clay, shales, boulder filling and soft decomposed disintegrated
fragmented or hard rock etc.

p) The rate quoted by the contractor for the piles shall include cost of all materials excluding
supply and usage of O.P. 53 grade cement, Supply and provision of steel for reinforcement, and
Supply and fabrication of M.S.sheet for liners but including all lead and lifts, labour, tools,

Signature of Tenderer/Contractor
Page- 29
plant, machinery, equipment, consumables etc., complete. Payment will be made cement, steel
reinforcement, and MS sheet for liners as per relevant items provided under Schedule-C and
Schedule-D.

q) Payment for cutting the RCC pile weak concrete up to a maximum height of 300mm only will
be made separately under relevant item. Payment for the pile concrete will be made from the
bottom of the foundation to the bottom of pile cap including 150mm projection portion in pile
cap. No payment will be made for weak concrete portion of piles.

r) It should also be noted that utmost care and precautions to be taken while operating the
machinery in the electrified territory to ensure safety of the workmen of the moving electric
train traffic in the section.

s) The quoted rate for piles is inclusive of placing the M.S.liners wherever necessary. But the
cost of liner will be paid separately under relevant item of the schedule.

6.2 Providing M.S. Liners for piles:


a) M.S. liners shall be provided for all the piles from minimum 30 cm. inside hard strata upto
minimum height of 10 M or as decided by the Engineer. In cases where cavities are
encountered the liners should extend below further, to a depth as decided by the Engineer.
b) The thickness of the liner shall be not less than 5 mm except for the bottom length of 1.2 M or
such increased length as the Engineer may decide necessary, where the thickness shall be 10
mm.
c) The cost of fabrication of MS liners by cutting to sizes, bending, grinding, welding and placing
in position and cutting off the liners to the required cut off level including all lead and lifts,
labour and machinery, consumables, will be paid as per fabrication items provided in the
Schedule – A.
d) Payment will be made on the basis of theoretical weight of M.S. plate for the finished liner.

6.3 Pile Load Test:


a) It is expected that either one trial pile or one or more working piles as decided by the Engineer-
in-charge of the work shall be tested for a load not less than one and a half time the estimated
safe load carrying capacity of the pile. The pile test shall be carried out in accordance with the
Clause D.3 and D.4 of I.S. 2911 Part-II (Latest edition). In order to test the trial pile or
working pile in the initial stage of construction, the contractor will take up testing of pile
foundations as advised by the Engineer.

b) Payment for the test of the pile or group of piles shall be made to the contractor only when the
test is found to be satisfactory. For test which are found unsatisfactory or which are not
completed due to any reason whatsoever no payment shall be made to the Contractor.
Additional tests required by the department shall be carried out at the same quoted rates.

c) The test shall be considered satisfactory if the safe load from the vertical load test with
settlement not exceeding 12mm works out to be not less than one and a half times safe bearing
capacity of the pile and the behaviour of pile or pile group during the period of testing does not
disclose any defects.

d) If the pile or the pile group does not satisfy the above conditions for accepting the same as
satisfactory the corrective measures shall be carried out as directed by the Engineer-in-charge.
These corrective measures may include provision of additional piles. If in the opinion of the
Engineer-in-charge, it is necessary to reject the pile and provide entirely additional piles as

Signature of Tenderer/Contractor
Page- 30
corrective measures, the contractor shall do so. If the Engineer-in-charge considers it
necessary to extract any rejected piles, the same shall be extracted and fresh pile reinstalled in
the place. The additional expenditure incurred by the Contractor for such corrective measures
shall be borne by the Contractor himself.

e) The contractor shall furnish on completion of load test the results of the test showing separately
the skin friction and point resistance. The safe load shall be assessed as the least of the
following:

i) 2/3 of the final load at which the total settlement attains a value of 12mm.

ii) 2/3 of the final load at which the net settlement increases to 6mm.
iii) The contractor for the purposes of the above test, shall make his own loading platform and
erect the same on the pile to be tested. He shall also make all arrangements for the test load.
No Railway materials will be issued for the purpose. The testing shall be done under the
supervision of the Railway Engineers-in-charge maintaining proper records as required in
terms of the relevant I.S.code for loading jointly signed by the contractor’s representative and
the Railway’s representative. Pile load test scheme should be submitted by the contractor and
obtain Railway’s approval before starting the testing. The testing is to be carried out near the
electrified section. So, necessary safety precautions to be taken while executing the work and
testing.
iv)The rate for load test shall be an all inclusive one per each pile tested. This includes all the
arrangements necessary to ensure satisfactory completion of the load test, erection and removal
of platform all measures to ensure stability of the platform, trimming of pile and arranging of
all tools, plant and machinery required for the same including all lead and lifts. The rate also
includes submission of final test report including the technical interpretation of the load test. It
should be submitted in two copies.
v) When a pile is taken up for testing, work should not be done on other piles in that group till
testing is completed and the Engineer gives clearance based on the results of the pile load test.
vi) The rates for tests, include arranging of necessary kentledge, RS Joists, sand bags
etc., required for loading the platform for successful testing of the pile or group of piles and
removing the same from the site of work after the test is completed and clearing the site to the
satisfaction of the Engineer-in-charge and no extra payment shall be made on this account.
Railway will not supply any staging materials free of cost and the contractor has to make his
own arrangements for erecting temporary staging. The Railway may supply staging materials
on hire charges as detailed in Clause Nos.19.1 and 19.2 of Special Conditions of Contract
subject to availability, on request.

vii) The contractor shall indemnify the Railway Administration against any claim or obligations
arising out of any damage to structure or out of any injury to any person / persons due to
piling work done by him.
6.4 Payment for piles
The contractor has to do load testing on either test pile or one of the working piles as directed for
assessing the depth of termination of pile. The decision of Railways is final and binding on the
contractor with regard to casting of test pile is required or not. Payment will be made for the
working piles as well as test pile at the rate of 75% of the accepted rate. Once the piles are cast to
the depths finalised based on results of load test on trial pile / working pile, payment will be made
for the piles at the accepted rate fully. If it is necessitated to conduct subsequent load test on

Signature of Tenderer/Contractor
Page- 31
working pile also, payment will be made for the piles at the rate of 75% of the accepted rate only.
After successful completion of load test and satisfactory results as prescribed by the code, the
balance 25% payment will be released for all the piles cast. All the preliminary arrangements
required for load test such as chipping of concrete, casting of pile cap to required size etc., will be
included in the rates.

7.0 CONCRETE WORKS WITH CONTRACTOR’S CEMENT:


7.1 The lime stone, quartz and shale are not acceptable for concrete or masonry works. The
contractor will have to use hard granite stone for RCC works and either granite or other hard
durable stone aggregate for other concrete and masonry works and quote their rates accordingly.

7.2 Concrete required for all works shall be machine mixed by weigh batching only. Hand mixing
and measuring by volume will not be permitted. The concrete must also be properly vibrated with
mechanical vibrators. The materials proposed to be used for the work should pass tests/analysis
prescribed by the specifications. An approval given by Railway in consequence of such tests or
analysis shall in no way limit or interfere with the absolute right of the Railway to reject the whole
or portions of such materials supplied, which in the judgement of the Railway do not comply with
the specifications. The decision of the Railway in this regard shall be final and conclusive for all
purposes.

7.3 While executing all concrete works below subsoil water level, the foundation pit must be kept free
of all seepage water by bailing or pumping or any other manner. No extra payment will be made
separately for dewatering while laying concrete and the rates quoted for concrete items are
deemed to be inclusive of the same.

7.4 The cement required for concrete works under Schedules A & E will have to be done with
contractor's cement. The cement shall confirm to the specifications of the ordinary portland to I.S.
Specification No.12269 of 1987. The rates for the cement consuming items under Schedule A
and Schedule-E are excluding the cost of cement and for using contractor’s Cement, payment for
cost of cement will be made as per SSR item provided in Schedule D unless otherwise specified in
the description of item. The quantity of cement will be arrived based on the approved design mix
for controlled concrete and based on SSR 2002 for nominal mix design. The cement used for
various CC/RCC works shall be O.P. cement conforming to IS 12269-1987 manufactured by
reputed firms like Unitech, Orient, Birla, Ramco etc. The decision of Engineer is final and binding
on the Contractor.

7.5 The contractor shall along with the bill of purchase of cement should also obtain a test certificate
issued by the manufacturer and shall submit the copies of test certificate and the bill of purchase
of cement to the Railways for verification and record.

7.6 The contractor shall make his own arrangements for storage of cement and other materials to see
that no damage takes place during storage period. The storage of cement should conform to
standard heights in a column to avoid damage during storage. The contractor shall take all
precautions to effectively usage of the cement between the period of procurement and the period
of usage.
7.7 All the concrete mixes specified in the schedule of items for various works shall be designed by
conducting tests on raw materials such as aggregate, sand and cement on strength criteria only.
These design mixes shall be approved by Engineer-in-charge before commencement of concrete
works.

Signature of Tenderer/Contractor
Page- 32
7.8 The Railway reserve the right to inspect of storage accommodation of the contractor and to reject
in the event of any clotted cement is noticed or any other cement which is not suitable for usage of
work and not confirming to the specifications.

7.9 The contractor should prepare at his own cost standard cubes of concrete as per IS: 456-2000
during concreting operations under the supervision of the Engineer or his representative and the
Contractor has to arrange for testing of the cubes at any Government Engineering College or at
any other laboratory approved by Railways and submit the test report complete at his own cost.
Any extra samples of cubes required by Railways for testing in Railway’s laboratory should be
arranged by the Contractor including transportation of the cubes to the Railways lab at
Secunderabad/at any place as per the instructions of the Engineer-in-charge. All the materials
required for casting of cubes including moulds shall be arranged by the Contractor at his cost.

7.10 As this Bridge is located in “Moderate” / “Severe” category of environment as the case may be,
the minimum cementitious content in concrete structures shall be as laid down in Indian Railways
Concrete bridge code/as per the Railways approved drawings..

7.11 The contractor shall ensure the consumption of cement for each item of work correctly. No
substandard work in this account will be permitted. If in any item of work at any stage, if
Railway find that less consumption were effected, such item of work will be rejected and the cost
of such removal of item of work and re-doing the same shall be to the contractor's account. The
decision of the Engineer shall be final and binding on the contractor. No claims will be
entertained on this account.

7.12 The contractor should use steel shuttering for RCC and all other concrete Works. Wooden
shuttering is not allowed.

7.13 For all concrete works under this contract the contractor should use portable batching plant at site
for concreting.

8.0 STEEL REINFORCEMENT AND FABRICATED STEEL WORKS:


8.1 For works under Schedules-’A’, & Schedule ‘E’ the contractor is required to use his own steel for
reinforcement. The steel to be used in reinforcement shall be Tor/HYSD bars and shall conform
to I.S. Specification No.IS-1786-1985 (Grade Fe-415/Fe-500). If mild steel is to be used for
reinforcement it shall conform to IS Specifications IS No.432 of Part-I, 1966 (Grade-I). Payment
for Supply of reinforcement steel and structural steel for Composite girders and MS Liners will be
made as per item provided in Schedule- B and provision of reinforcement steel, anti corrosive
treatment for reinforcement steel in concrete items, fabrication of MS liners and fabrication of
Composite girders will be made as per items provided in Schedule-A.

8.2 The Railway reserves the right to inspect the storage yard of the contractor, where the steel
materials are stored and take samples wherever considered necessary, get them tested by any
agency and the same if found unsuitable or not as per specifications as specified under Clause 8.1
shall be rejected. The cost incurred towards testing of steel reinforcement materials shall be borne
by the contractor. The contractor can not claim in such event, the losses, damages, expenditure
incurred by him and Railway shall not entertain any claim on this account.

8.3 The payment for the steel reinforcement used for all RCC items shall be made on bar bending
schedule and the quantity shall be arrived by converting the lengths into weight based on sectional
weight. While working out the quantity consumed, the overlaps, hooks, bends, chairs will be

Signature of Tenderer/Contractor
Page- 33
taken into account. If there is any wastage in steel, it shall be to the contractors account. The
item for placement of reinforcement steel is provided with cost of binding wire.

8.4 The Structural Steel required for fabrication works under Schedules – A, the contractor is required
to use his own steel except otherwise stated in the schedule. The steel to be used shall confirm to
I.S. specification No. IS: 2062- 1999 and fabrication shall be done conforming to IRC-24-201 and
IRC-22-1996 with latest revisions and relevant I.S. specifications mentioned therein.

9.0 SUPERSTRUCTURE:

9.1 Foundation, Substructure and Superstructure will be as per Contractor’s design and drawings
and approved by Railways.

9.2 Superstructure with steel “I” girders with RCC deck slab i.e., for main span.

9.3 Supply of MS structural steel members, fabrication and erection of steel girders for making
composite structure shall be executed as per specifications enclosed to the special conditions at
Annexure.

9.4 The Railway General arrangement Drawing for ROB provides for superstructure with Composite
girder superstructure (Steel girders with RCC Deck slab) and the sectional details of
superstructure shown are indicative and the successful Tenderer/Contractors will have to submit
detailed design and drawings along with soft copy for foundations, substructure and Composite
girder superstructure including pier caps and bearings duly taking into account the feasibility of
execution at the location indicated in the plans. The parameters are given in the Railway’s
drawings. No deviations are permitted with regard to these parameters and moving dimensions in
the design submitted by the contractors. If Railways designs and drawings are available for
standard spans, the same shall be adopted for execution. However, the decision of Railways is
final and binding on the Contractor. In case Railways designs are adopted, NS item provided for
Contractor’s designs and drawings will not be operated.

9.5 Bridge standard loading


The superstructure shall be designed for two lanes of I.R.C. Class ‘A’ loading or single lane of
I.R.C. 70 R which ever gives worst effect as per the IRC Bridge Code Section I, II, III and IV.
Suitable holes with G.I.pipes for electric lighting are to be provided with RCC parapet located at
one post per span on either side. Footpath shall be designed for a crowded load of 500 Kgs/M2.
The bearings will be of rubber consisting of one or more volcanised rubber slabs bonded to metal
plate so as to form a sandwitch arrangement. Any patent rubber bearings conforming to such
standards laid down by the Indian Road Congress M.O.T. Specification 2005 amendment shall be
used.

9.6 Special conditions for the contractors design:


The tenderer is required to submit their tender after studying carefully the site conditions. If any
clarifications are required, the tenderer can contact Chief Administrative Officer, Construction,
South Central Railway, Secunderabad or concerned Deputy Chief Engineer, Construction,
Kazipet, S.C. Railway.

9.7 The successful tenderer shall furnish their design, dimensions, drawings (in SI units) for
foundations, substructure, bed block, elastomeric bearings, Composite girders superstructure,
Temporary Arrangements Drawing and casting/launching scheme and load test arrangements for

Signature of Tenderer/Contractor
Page- 34
Railway’s approval. The analysis and design shall be made taking temperature, skew and
curvature of road in to account and other effects into consideration.

9.8 The design of foundations, substructure and Composite girder superstructure submitted by the
contractor to the railways for approval should be proof checked by any one of the following
institutes

1. Any Indian Institutes of Technology


2. Any National Institutes of Technology and
3. Any Govt. University Engineering colleges only (not affiliated colleges)
No extra payment will be arranged for proof checking. The rate provided for design items will
include the cost of proof checking also.

9.9 The successful contractor shall submit detailed scheme along with necessary drawings for erection
of steel girders and casting of deck slab to make composite structure for approval of the Railway
well before taking up the work.

9.10 During casting and curing operations involved for deck slab and other concrete works, the
contractor has to take adequate safety measures considering the electrified traction passing
underneath. The rates quoted for schedule items are all inclusive and no extra claims will be
entertained.

9.11 After issue of acceptance letter the contractor will have to prepare detailed check print of working
drawing for foundations substructure, including bed block/pier caps, composite girder
superstructure, temporary arrangements for girder erection and casting of deck slab. The check
prints shall be submitted in triplicate along with design calculations duly proof checked. A soft
copy of the drawing and design calculation shall also be submitted along with, after the same are
approved by Railways, the contractor shall submit the drawings on polythene film sheets duly
incorporating the corrections made in check prints for final approval of Railway. There upon, the
contractor shall submit 6 copies of the final approved drawings along with 2 soft copies on CD.
The notes/specifications in drawing shall be bilingual (English/Hindi). In case of any controversy
in interpretation notes/specifications between the versions, the note/specification in English shall
prevail.

9.12 The contractor shall be primarily and solely responsible for the soundness of his design and for
the proper functioning of the structure not with standing the acceptance of the design by the
Railway. The fact that the design had been scrutinized and approved by the Railway shall in no
way detract from the Contractors sole responsibility. The final design to be adopted by the
Railway for the execution of work shall be decided upon by the Railway at its sole discretion.
The Railway reserves the right to reject the design of contractor without assigning any reason
therefor. For non acceptance of any contractors design, they are not entitled for any damages or
compensation for the expenditure incurred by them in connection with the preparation of their
designs and drawings.

9.13 Where standard drawings already exist with the Railways, the sme shall be used for which no
payment be made to the contractor. Hence, the contractor shall submit the designs only after
confirming this in consulting from the Engineer-in-charge.

9.14 During casting and curing operations involved for RCC deck slab, the contractor has to take
adequate safety measures considering the electrified traction passing underneath. The rates
quoted for RCC deck slab item is all inclusive and no extra claims will be entertained.

Signature of Tenderer/Contractor
Page- 35

10.0 TEMPORARY ARRANGEMENTS FOR CASTING OF DECK SLAB:


10.1 Suitable supporting arrangements for casting deck slab shall be taken from steel girder and not
from ground. While casting deck slab all precautionary measures shall be taken to avoid accidents
and secure the centering firmly and the contractors have to take all such measures while quoting
the rates. The centering/staging and shuttering shall be approved by the Engineer before
concreting is done.

10.2 For erection of steel girders on to the bearings and casting of deck slab to make composite
structure, the contractor has to make/erect suitable arrangements without causing any
infringement to the moving dimensions keeping in view the Schedule-I of schedule of dimensions
(BG). It should be specially noted that the work is to be done under electric traction with 25000
volts power supply. All precautionary measures shall be taken to avoid accidents and secure the
temporary arrangements firmly and the contractor is deemed to have taken all such measures into
consideration while quoting the rates. No neutral (dead) section will be arranged. The entire work
of erecting steel girders, casting of deck slab will have to be done under normal running
conditions of traffic. Scheme of launching shall be approved by Railways. The contractor has to
make his own arrangements for erecting suitable staging as required. The Railway may supply
staging materials as per availability on hire charges as detailed in Clause Nos. 19.1 and 19.2 of
Special Conditions of Contract on request.

10.3 In case any of the components of composite structure break or damage during any of the
operations of erection/casting, testing etc., due to whatever reason before completing the work on
the span, the contractor is responsible for replacement/ rectifying such defects at his cost and no
extra payment of compensation for the cost of materials and labour of carrying out such
replacement/rectifications will be paid.

10.4 While erection/casting of composite structure any damages occurred to the Railway property, the
cost of the same will be recovered from the contractor as per extent rules.

10.5 While doing concreting the contractor will not be permitted to use any supports, struts, projecting
from walls which are likely to cause infringements to the train movements.

10.6 Any other staging materials and fittings if required other than those supplied by the Railway free
of hire charges for erection/casting will have to be arranged by the contractor at his cost. The
materials after usage will be taken by the contractor. The railway will not pay either for the cost
of material or labour charges for the fabrication of the same.

10.7 Generally no load test is required for composite girder super structure as per approved drawings.
In case, it is proposed to conduct the load test on span after the bridge is completed, all
arrangements shall have to be carried including providing staging by the contractor at his cost
without causing any infringements for the moving dimensions Railway will not supply any staging
materials free of cost/hire charges and the contractor has to make his own arrangements for
erecting temporary staging. The Railway may supply staging materials on hire charges as detailed
in Clause Nos.19.1 and 19.2 of Special Conditions of Contract if available.

11.0 SHUTTERING:
11.1 The shuttering for RCC deck slab and other concrete work shall be of such sturdy nature so as to
allow vigorous form of vibrations. The line and the surface of the finished work should absolutely

Signature of Tenderer/Contractor
Page- 36
neat and pleasing without any honeycomb. No touching up of the concrete shall be permitted after
removal of shuttering.

11.2 For any operation, such as erecting of shuttering scaffolding etc., which is likely to cause danger
to traffic, structure, workmen, prior permission shall be obtained from the Engineer in charge or
his representative and such precautionary measures as prescribed by them to ensure safety shall be
taken before the work is commenced at tenderer’s cost.

12.0 BEARINGS:
12.1 The bearings will be of rubber consisting of one or more vulcanised rubber slabs bounded to metal
plates so as to form a sandwitched arrangement. Any patent rubber bearing such as neoprene may
be used. The bearing should confirm to the standards laid down by the Indian Road Congress
MOT Specification No.2005 amendment.

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

13.2 The tenderer shall quote a percentage rate ABOVE/BELOW/AT PAR for LS amount provided in
Schedule - E for items covered under Standard Schedule of Rates, S.C.Railway (Printed), 2002 as
corrected up to the date of opening of tender. Where there is any discrepancy in the percentage
rate quoted in words and figures, the percentage rate quoted in words only will prevail.

13.3 The drawings for the works can be seen in the office of the Chief Administrative Officer,
Construction, South Central Railway, Secunderabad and in the office of field Dy.Chief Engineer’s
office. It should be noted that these drawings are meant for general guidance only and the
Railway may suitably modify them during the execution of work according to the circumstances
without making the Railways liable for any claims on account of such changes.

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

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

14.0 TAXES:
14.1 The accepted rates shall be deemed to include all taxes direct or indirect including Income Tax
leviable under central, state or local bodies act or rules, octroe, tools, royalties, seigniorages cess
and similar imposts that may be prevailing from time to time in respect of land, structures and all
materials in the performance of this contract.

Signature of Tenderer/Contractor
Page- 37
14.2 VALUE ADDED TAX:- As per VAT of Government of Andhra Pradesh the works contracts are
brought under purview of Value Added Tax with effect from 01.04.2005. As such accepted rates
are deemed to include all taxes which will be recovered from the contractors bills from time to
time.

14.3 Where the works contracts are inclusive of tax component and the labour and material component
is not easily identifiable, the VAT should be deducted @ 2.8% of the total value of the contract.

14.4 For the contracts like earthwork, where the transfer of property is minimum or the material
component is negligible, the VAT as TDS should be recovered @ 1.4% of the contract value.

14.5 If the contractor opts for composition in the Commercial Taxes Department of Government of
Andhra Pradesh and produces an acknowledgement towards receipt for the form No.250 by the
assessing authority of the Commercial Taxes Department, the VAT should be deducted @ 4% as
TDS.
14.6 Wherever labour portion is identifiable in a works contract, the tax shall be deducted @ 4% on
70% of the value of the works or 2% on 70% keeping in view the labour portion in the contract.
(But not @ 4% of the remaining value is to be deducted as TDS towards VAT from “On account
bill”)

14.7 In case, if the VAT is provided extra over the contract value, the tax provided extra shall be
deducted and paid to the Government.

14.8 Where inter-state movement of goods is involved and Central Sales Tax is being charged, VAT
shall be recovered as usual either @ 2.8% or @ 1.4% as the case may be.

14.9 VAT is also recoverable from the contracts for supply of ballast in addition to the Seigniorage
charges payable to the department of Mines and Geology.

15.0 RECOVERY OF SEIGNORAGE CHARGES :-


a) “ Seigniorage charges/fee on supply of earth, moorum, sand and other minerals as fixed by the
State Government and payable to them as revised from time to time during the currency of
contract will be recovered by the Railway from the contractors, in “on account” and final bills”
and remitted to the State Government. The rates quoted by the tenderer shall be inclusive of these
charges. Claims regarding revision of seigniorage charges and consequent enhancement of the
accepted rate will not be entertained. However, no seigniorage charges/fee shall be recovered
from the bills of the contractor, if the contractor produces documentary evidence e.g. transit pass
issued by State Government Officials in token of having paid seigniorage fee, in such cases, the
genuineness of such documentary evidence produced along with proof of payment of seignorage
charges, shall be got verified by the Railway from concerned Mining and Geology Department.

b) A register shall be maintained by Dy.CE/C/Executive Engineer/Construction concerned in which


the entries should be made regarding the documentary evidence i.e., Serial No. of “transit passes”
issued by concerned authority showing proof of payment of seigniorage charges, for each bill.
Relevant entries shall also be made on receipt of verified document from Mines & Geology
department of State Government against the particular bill and “Transit pass”. The verified
“Transit passes” shall be scored out with cross mark with an endorsement “Accounted against
CC/Final bill No.__________ dt.___________ for Agt.No.______________”. These passes shall
be kept on record for subsequent verification till closure of the contract. The register should be
page numbered and one page allotted to one contract. The reference where the verified, “Transit
pass” is filed, shall also be made on the register.

Signature of Tenderer/Contractor
Page- 38

16.0 Building and other construction workers (RECS) act : “The tenderer for carrying out any
construction work in Andhra Pradesh must get themselves registered from the registering officer
under section 7 of the building and other construction workers act, 1996 and rules made there to
by the A.P.Government and submit certificate of Registration issued from the registering officer
of the A.P.Government (Labour Department). For enactiment of this act, the tenderer shall be
required to pay cess at 1% of cost of construction work to be deducted from each bill. Cost of
material shall be outside the purview of cess, when supplied under a separate schedule Item.

17.0 WATER CHARGES:


18.1 The contractor should make his own arrangements for water required for the work.
The rates will be deemed to be inclusive of all such charges.

18.0 ADDITIONAL ITEMS:


NS Items:
Any NS items of work which are not provided for in the schedule of quantities and rates for which
no rate that shall be executed only with the prior approval of the Railway and at rates and
conditions as may be mutually agreed upon and incorporated in a supplementary agreement.

SSR Items:
If any other items of work involved in SSR 2002 of S.C Railway for Secunderabad division are
required to be carried out, they shall be carried out and paid at the rate at par / above / below as
the case may be, at the percentage as accepted for Schedule - E.

19.0 SUPPLY OF MATERIALS BY RAILWAY:


19.1 The contractor has to make his own arrangements for making staging arrangements as required.
In case the Railway materials are available and can be spared, the Railways may supply staging
materials viz., steel cribs of size 2’ x 2’ x 6’, rails and RSJs etc., on hire charges subject to
availability as per rules in force, on request. The Railway materials shall be supplied at nearest
Stores depot or any depot within S.C.Railway and the tenderers/contractors shall transport these
materials at their cost to the site of work and they shall be returned back to the same depot after
completion of work. The discretion of Railway with regard to sparing of Railway materials on
hire charges is final and the contractor shall have no further claim on this account. The contractor
has to make his own arrangements for any other materials required other than those supplied by
Railway on hire charges.

19.2 The hire charges are as follows:


Description of material Hire charges per day
i) Steel cribs of size 2’x2’x6’ -- Rs. 5.55 per day per each crib
ii) Second hand rails, RSJs etc. -- Rs.16.00 per day per MT
iii) Dip lorries 15 MT capacity -- Rs. 40.00 per day per each
iv) Wooden sleepers -- Rs.0.57 Ps. per day per each

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

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

Signature of Tenderer/Contractor
Page- 39
19.5 It shall be the responsibility of the contractor to keep in safe custody and Railway materials plant
or equipment issued for the work. The contractor shall at his own expenses provided suitable
temporary shed/sheds for this purpose on the Railway land made available by the Railway free of
rent and shall remove the shed/sheds when no longer required in terms of Clause 30 of General
Conditions of Contract.

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

20.0 SUPPLY OF MATERIALS BY RAILWAY OTHER THAN THAT SPECIFIED

20.1 If, at any time, any material which the contractor would normally have to arrange for himself is
supplied by the Railway either at the contractor’s request or suomoto in order to prevent possible
delays in the execution of work due to the contractor’s inability to make adequate arrangements
for supply therefor or otherwise, such materials will be made available to the contractor at nearest
Railway Stores Depot or any other depot on S.C.Railway. All handling there from to site of work
will be done by the contractor at his cost. Recovery of the cost of such materials supplied will be
made from the contractor’s bills as per extent departmental rules of the Railway.

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

21.0 HIRE OF TOOLS, PLANT AND MACHINERY:

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

22.0 SERVICE ROADS:

22.1 The contractor will be permitted to make use of existing service roads if any free of cost. New
service roads required by the contractor in connection with the work either near the
work site or elsewhere within or outside Railway limits for carriage of materials or for any other
purpose what so ever will have to be constructed and maintained by the contractor at his cost. For
the purpose construction of service roads on Railway land, permission will be given to the
contractor at Railway’s discretion free of any charges.

22.2 If any land other than Railway land is necessary to be acquired or to be entered upon for the
purpose, such land acquisition or permission to enter upon the land have to be arranged for by the
contractor at his cost. The contractor will however indemnify the Railway against all claims for
all damages whatsoever in this account. Railway however reserves the right to make use of such
service roads without any charges.

Signature of Tenderer/Contractor
Page- 40
23.0 ELECTRIC POWER :

The Contractor shall make his own arrangements for Electric power supply as may be required
for the work. The Railway will however assist in recommending his application to the Electricity
authority for the power supply. The railway does not undertake to arrange for the supply of
electricity to any of the contractors work.

24.0 ROYALTIES AND PATENT RIGHTS:

24.1 The contractor shall defray the cost of all royalties, fees and other payments in respect of patents,
patent rights and licences which may be payable to patentee, licencee or other person or
corporation and shall obtain all necessary licences. In case of any breach (whether willfully or
advertantly) by the contractor of this provision, the contractor shall indemnify the Railway and its
officers, servants, representatives, against all claims proceedings, damages, cost, charges, loss and
liabilities which they or any of them, may sustain incur or be put to by reason or in consequence
of directly or indirectly of any such breach and against payment of any royalties damages and
other monies which the Railway may have to make to any person or paid in total to patent rights
in respect of the users of any machine, instrument process, article matter or thing constructed,
manufactured, supplied or delivered by the contractor to his order under this contract.

25.0 STORAGE OF PETROLEUM:


25.1 No petroleum, spirit within the meaning of the Indian petroleum act shall be stored at site or
adjacent to it until the approval of the Railway and necessary license under the act has been
obtained by the contractor.

26.0 SAFE WORKING METHODS:


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

26.2 The contractor shall not allow any road vehicle belonging to him or his suppliers etc., to ply in
Railway land next to the running line. If, for execution of ROB works, road vehicles are
necessary to be used in Railway land next to the Railway line, the contractor shall apply to the
Engineer-in-charge for permission giving the type and No. of individual vehicles, names and
license particulars of the drivers, location, duration and timing of such work/movement. The
Engineer-in-charge or his authorised representative will personally counsel, examine and certify
the road vehicle drivers, contractor’s flagmen and supervisor and will give written permission
giving names of road vehicle drivers, contractor’s flagmen and supervisors to be deployed on the
work, location, period and timing of the work. This permission will be subject to the following
obligatory condition.
i) The road vehicles can ply along the track after suitable cordoning of track with minimum
distance of 6.00metres from the center of nearest track. For plying of road vehicles during
night hours, adequate measures to be communicated in writing along with a sketch to the
contractor/contractor’s representative and controlling engineer/supervisor-in-charge of the
work including officers and the in-charge of the section.
ii) Nominated vehicles and drivers will be utilised for work in the presence of at least one flagman
and one supervisor certified for such work.

Signature of Tenderer/Contractor
Page- 41
iii) Execution of doubling works in the vicinity of nearest track is not permitted without providing
barricade at minimum distance of 2.80 mts clear of nearest track centre and any movement of
vehicles less than 2.80 mts clear of nearest track centre is also not permitted. Any work less
than 2.80 mts clear of nearest track centre will be carried out under block protection only.
.
iv) The contractor shall remain fully responsible for ensuring safety and in case of any accident,
shall bear cost of all damages to his equipment and men and also damages to Railway and its
passengers.
26.3 When the vehicle is to be worked closure to 6 Mt but not less than 3.5 Mtr from center line of
running track. If a road vehicle or machinery is to work closer to 6.0m due to site conditions or
requirement of work, following precautions shall be observed:
i) In no case the road vehicle shall run or machinery shall work at distance less than 3.5m from
center line of track
ii) Demarcation of land shall be done by bright colored ribbon/nylon chord suspended on 75 cm.
High wooden/bamboo posts at distance of 3.5m from center line of nearest running track.
iii) Presence of an authorised Railways representative shall be ensured before plying of vehicle or
working of machinery.
iv) Rly’s supervisor shall issue suitable caution order to drivers of approaching train about road
vehicles plying or machineries working close to running tracks. The train drivers shall be
advised to whistle freely to warn about the approaching train. Whistle boards shall be provided
wherever considered necessary.
v) Lookout men shall be posted along the track at a distance of 800m from such locations who
will carry red flag and whistles to warn to the road vehicle/machinery users about the
approaching trains.
vi) On curves where visibility is poor, additional lookout men shall be posted.

26.4 When the vehicle is to be worked closure to 3.5 mtr from center line of running track.
i) Plying of vehicle or working of machinery closer to 3.5m or running track shall be done only
under protection of track. Traffic block shall be imposed wherever considered necessary. The
site shall be protected as per provisions of Para No.806 & 807 of P.way manual as the case
may be.
ii) Presence of a Railway’s supervisor shall be ensured at work site.
iii) Rly’s supervisor shall issue suitable caution order to drivers of approaching train about road
vehicles plying or machineries working close to running tracks. The train drivers shall be
advised to whistle freely to warn about the approaching train.

26.5 Safe Working of Contractors –


A large number of men and machinery are deployed by the contractors for track renewals, gauge
conversions, doublings, bridge rebuilding etc. It is therefore essential that adequate safety
measures be taken for safety of the trains as well as the work force. The following measures
should invariably be adopted.
i) The contractor shall not start any work without the presence of railway supervisor at site.
ii) Wherever the road vehicles and/or machinery are required to work in the close vicinity of
railway line, the work shall be so carried out that there is no infringement to the Railway’s
schedule of dimensions. For this purpose the area where road vehicles and/or machinery are
required to ply, shall be demarcated and acknowledge by the contractor. Special care shall be
taken for turning/reversal of road vehicles/machinery without infringing the running track.
Barricading shall be provided wherever justified and feasible as per site conditions.

Signature of Tenderer/Contractor
Page- 42
iii) The look out and whistle caution orders shall be issue to the trains and speed restrictions
imposed where considered necessary. Suitable flagmen/detonators shall be provided where
necessary for protection of trains.
iv) The supervisor/workmen should be counseled about safety measured. A competency
certificate to the contractor’s supervisors as per proforma annexed shall be issued by AEN,
which will be valid only for the work for which it has been issued.
v) The unloaded ballast/rails/sleepers/other P.way materials after unloading along track should
be kept clear off moving dimensions and stacked as per the specified heights and distance
from the running track.
vi) Supplementary sites specific instructions, wherever considered necessary, shall be issued by
the Engineer-in-charge.

Certified that Sri ___________________________________ P.way supervisor of M/s.


________________________________ has been examined regarding P.way working on
__________________ work. His knowledge has been found satisfactory and he is
capable of supervising the work safely.

Assistant Engineer
26.6 Engineer-in-charge may impose any other condition necessary for a particular work or site.

26.7 No child labour, (below 18 years of age) will be allowed to work in any of the work under this
contract.

27.0 DEDUCTION OF INCOME TAX AT SOURCE:


27.1 In terms of new section 194 inserted by the Finance Act, 1972 in the Income Tax Act 1961.The
Railway shall at all the time of arranging payment to the contractor/sub-contractor (in case of sub-
contractor only when the Railway is responsible for payment of the consideration to him under the
contract) for carry out any work (including supply of labour for carryout the work under the
contract) be entitled to deduct income tax at source, or income comprised in the sum of such
payments. The deduction towards income tax to be made at source from the payments due to non-
residents shall continue to be governed by Section 195 of the Income Tax 1961.

28.0 CONTROLLED AND IMPORTED COMMODITIES:


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

Signature of Tenderer/Contractor
Page- 43
trust, be liable to account to Government for all monies, advantages, or profits resulting or which
in the usual course would have resulted by reason of such breach.

29.0 TIME OF COMPLETION:


29.1 Time is the essence of the contract. All works included in the contract should be completed with
in the period of 10 (TEN) months inclusive of the intervening monsoon period from the date of
issue of acceptance letter. The Tenderer/Contractor would be expected to adhere to the
progress of work as per each mile stone charts for the Two ROBs appended in 1.4(b) of
instructions to tenderer and condition of tender. In case they fail in achieving the first 2
mile stones, the contract would be liable for termination under clause 62 of the GCC.

29.2 Extension of time of completion will be governed by clause 17 of General Conditions of Contract.
However, while granting the extension of time under clause 17(B) of GCC, a token penalty as
deemed fit based on the circumstances of the case can be imposed on the contractor without
prejudice to other rights of Railway Administration as provided under GCC.

30.0 MAINTENANCE:
30.1 All the works covered under this contract shall be maintained by the contractor for a period of 6
(Six) calendar months from the certified date of completion of the whole work as covered by the
contract.
During the maintenance period, the contractor shall bear the responsibility and be liable for
maintenance as envisaged in Clause 47 of the General Conditions of Contract.

31.0 EMPLOYMENT OF CIVIL ENGINEERING GRADUATES/DIPLOMA-HOLDERS:


31.1 The contractor shall employ the following technical staff during the execution of this work:

Sl.No. Technical Staff Cost of work executed


1 One Engineering diploma Should be kept for works Rs.5 lakhs to Rs.50 lakhs
holder
2 One Graduate Engineer When the cost of work executed between Rs.50
lakhs to Rs.1.0 Crore.
3 One Graduate Engineer and When the cost of work executed between Rs.1.0
One Engineering diploma Crore to Rs.5.0 Crores.
holder
4 Two Graduate Engineers and When the cost of work executed more than Rs.5.0
Two engineering diploma Crores.
holders

“Technical staff should be available at site to take instructions of Engineer-in-Charge and to


supervise the work in progress”

32.2 In case the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a
reasonable amount not exceeding a sum of Rs. 5,000/- (Rupees five thousand only) for each
month of default in case of graduate engineer and 3,000/- (Rupees three thousand only) for each
month of default in case of Engg. diploma holder (overseer).

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

33.0 NIGHT WORK:

Signature of Tenderer/Contractor
Page- 44
33.1 The Provision in clause-23 of general condition of contract should be noted regarding execution of
the work between the sun-set and-rise. If the Railway is how ever satisfied that the work is not
likely to be completed in time except by resorting to night work, by special order the contractor
should be required to carry out the work even at night without conferring any right to contractor
for claiming for extra payment for introducing night work.

33.2 Contractor shall provide adequate flood lighting arrangements for night working. Night working
also shall be done to meet the tight targets.

34.0 ASSISTANCE DURING ACCIDENTS/NATURAL CALAMITIES:


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

34.2 For payment purposes, the item may be operated as a Non-Schedule (NS) item as per the existing
norms and powers delegated to the Railways.

34.3 A data base should be kept ready in respect of the equipments available with the working
contractors which can be used in train accidents/natural calamities involving human lies in each
Division and Construction Office. This data base may also be kept on Railway’s secured website
which can be accessed by the concerned officials of the Railways. However, only authorized
officials should be able to edit the same the contractor.

35.0 PROVISION OF CONTRACT LABOUR (Regulation and Abolition) ACT OF 1970 :


35.1 The Contractor shall perform all the obligations and enjoined upon him in the conditions of
license and comply with all the provisions of the contract labour (Regulations and Abolition) Act,
1970 and/or any Statutory modifications and/or re-enactment thereof and the rules made
thereunder by the Central Government in respect of all the contract labour employed by him
directly or through his agents for performances of the contract. The expenditure incurred to
perform the conditions of license and comply, with the provisions of the said Act and or Rules
made thereunder shall be borne by the Contractor.

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

35.3 If the Railway administration is obliged to provide amenities or arrange payment of wages to
contract labour employed by the Contractor either directly or through his agents under the contract
on account of failures on the part the Contractor to provide the amenities and/or arrange payment
of wages to the said act/rules made there under; the Railway Administration shall be at liberty
without prejudice to the rights of Railway under section 20(2) and 21(4) of the contract labour
(Regulation and Abolition) Act, 1970 to recover the whole or part of the expenditure so incurred
on the wages so paid by the Railway from the security deposit and/or from any sum or sums due
by the Railway to the Contractor whether under these or any other presents provided that if any
dispute arises as to the amount due by the Contractor to the Railway towards providing the said
amenities and/or making payment of wages under section 20(2) and 21(4) of the said Act/Rules,
made there under, the decision of the Engineer thereon shall be final and binding upon the
Contractor.

36.0 EPF Act, 1952


The contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number
from the concerned authorities whenever work men employed by him are 20 or more. He shall

Signature of Tenderer/Contractor
Page- 45
also indemnify Railways from and against any claim, penalties, recoveries under the above act
and Rules. Contractors to get the code number under the EPF so as to enable the PF
commissioners to extends the social security benefits to the work men engaged by the Railway
contractors. The first months bill will be released only after code number is taken from the PF
office and a copy of coverage intimation produced. Subsequently for each month bills will be
released only on submission of challans & 12A. Monthly return copy in proof of remittance of PF
dues for previous month.

37.0 INDIAN RAILWAYS ARBITRATION RULES:


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

37.2 The contractor shall furnish his monthly statement of claims as per Clause 43 (1) of General
Conditions of Contract. But, the contractor should seek reference to arbitration to settle the
disputes only once, subject to the condition as mentioned as per above para.

37.3 These special conditions shall prevail over the existing Clause of 63 & 64 of General Conditions
of Contract.

38.0 SECURITY DEPOSIT


38.1 The scale of security Deposit that is to be recovered from the contractor shall be as follows

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


38.3 The rate of recovery will be at the rate of 10% of the bill amount till the full Security Deposit is
recovered.
38.4 Security Deposit will be recovered only from the running bills of the contract and no other mode
of collecting SD such as SD in the form of instruments like Bank Guarantee, Fixed Deposit
receipt etc., shall be accepted towards Security deposit.
38.5 The security deposit shall be released only after the expiry of the maintenance period and after
passing the final bill based on an unconditional and unequivocal ‘No Claim Certificate’ obtained
from the cont concerned.
38.6 After the work is physically completed security deposit recovered from the running bills of a
contractor can be returned to him if he so desires, in lieu of FDR/irrevocable Bank guarantee for
equivalent amount to be submitted by him.
38.7 In case of contracts of value Rs.50 crores and above, irrevocable bank guarantee can also be
accepted as a mode of obtaining security deposit.

39.0 PERFORMANCE GUARANTEE


39.1 The Successful bidder shall submit Performance Guarantee amounting to 5% of Contract value.
a) The prescribed format for Bank Guarantees (BGs) to be accepted from the Contractor is
enclosed with the tender documents at Annexure- and IV and it will be verified verbatim on
receipt with original document.

Signature of Tenderer/Contractor
Page- 46
b) Bank Guarantees (BGs to be submitted by Suppliers / Contractors should be sent directly to
the concerned authorities by the issuing bank under registered post A.D.

39.2 The Performance Guarantee as per the format annexed shall be submitted by the successful bidder
after the letter of acceptance has been issued, but before signing of the agreement. The agreement
should normally be signed within 15 days after the issue of LOA and the Performance Guarantee
shall also be submitted within this time limit. This guarantee shall be initially valid up to the
stipulated date of completion plus 60 days beyond that. In case, the time for completion of work
gets extended, the contractor shall get the validity of Performance Guarantee extended to cover
such extended time for completion of work plus 60 days.

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

39.4 Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance
Guarantee shall be encashed and the balance work shall be got done independently without risk
and cost of the failed contractor. The failed contractor shall be debarred from participating in the
tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then
every member/ partner of such a firm shall be debarred from partici- pating in the tender for the
balance work either in his / her individual capacity or as a partner of any other JV / partnership
firm.

39.5 The Engineer shall not make a claim under the Performance Guarantee except for amounts to
which the President of India is entitled under the contract (not withstanding and / or without
prejudice to any other provisions in the contract agreement) in the event of :
i) Failure by the contractor to extend the validity of the Performance Guarantee as described
herein above, in which event the Engineer may claim the full amount of the Performance
Guarantee.
ii) Failure by the contractor to pay President of India any amount due, either as agreed by the
contractor or determined under any of the Clauses / Conditions of the agreement, within 30
days of the services of notice to this effect by Engineer.
iii) The contractor being determined or rescinded under provision of the GCC the Performance
Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of
India.

40.0 LOSS / DAMAGES TO RAILWAY PROPERTY:-


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

40.2 Entire cost of sleeper will be recovered from contractor’s on account bills if the sleeper is
damaged to such as extent that it becomes unfit for use in track. If any small damage (like
breaking of corners, edges etc.) occurs appropriate penalty will be levied on contractor for
damages as deemed by railway. Contractor cannot have any objection on penalty levied by
Railway and the decision of the Railway is final and binding on contractor.
41.0 PRICE VARIATION CLAUSE:
41.1 PRICE ADJUSTMENT TOWARDS INCREASE / DECREASE OF CEMENT, STEEL,
LABOUR, MATERIALS AND FUEL:

Signature of Tenderer/Contractor
Page- 47
The rates quoted by tenderer and accepted by Railway Administration shall hold good till the
completion of the work and no additional individual claim will be admissible on account of
fluctuation in market rates, increase in taxes, levies, tools etc., except the payment / recovery for
over all market situation which shall be made as per price adjustment clause given in paras below:

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

The adjustment for variation in price of cement, steel, labour, materials and fuel shall be
determined in the manner prescribed below:
1) STEEL ITEMS:
The amount of price variation for steel component in the contract shall be admissible is as under:
Ms = Q (Bs – Bso)
Where
Ms - Amount of price variation in steel payable / recoverable

Q - Weight of steel in tonnes supplied by the contractor as per the on account bill for the
month under consideration

Bs - SAIL's (Steel Authority of India Limited) ex-works price plus excise duty thereof (in
rupees per tonne) for relevant category of steel supplied by the contractor as prevailing on
the first day of the month in which the steel was purchased by the contractor (or) as
prevailing on the first day of the month in which steel was brought to the site by the
contractor whichever is lower.
Bso - SAIL's ex-works price plus excise duty thereof (in rupees per tonne) for the relevant
category of steel supplied by the contractor as prevailing on the first day of the month in
which the tender was opened.
NOTE:
(i) Relevant categories of steel for the purpose of operating the above price variation formula
based on SAIL's ex-works price plus Excise Duty thereof are as under:
Sl. Category of steel supplied in Category of steel produced by SAIL whose ex-works
No. the Railway work price plus Excise Duty thereof would be adopted to
determined price variation
1) Reinforcement bars and other TMT 8 mm IS 1786 Fe 415/Fe 500
rounds
2) All types and sizes of angles Angle 65 x 65 x 6mm IS 2062 E250A SK
3) All types and sizes of plates PM plates above 10-20 mm IS 2062 E250A Sk
4) All types and sizes of channels Channels 200 x 75 mm IS 2062 E250A Sk
and joists
5) Any other section of steel not Average of price for the 3 categories covered under
covered in the above Sl.No.1,2, 3 above
categories and excluding HTS

(ii) The prevailing ex-works price of steel per tonne as on 1st of every month for the above
categories of steel as advised by SAIL to Railway Board would be circulated to all the Zonal
Railways.

Signature of Tenderer/Contractor
Page- 48
2) CEMENT:

For the component of cement in the contract the variation in prices shall be admissible is as under:

Mc - Rc x (Wc-Wco) / Wco

Where
Mc = Amount of price variation for cement payable / recoverable
Rc = Gross value of cement supply items as per on account bill

Wco - Index No.of wholesale price of sub-group (cement) as published in RBI bulletin for the
base period

Wc - Index No.of the wholesale price of sub-group (cement) as published in RBI bulletin for the
first month of the quarter under consideration.

3. For component of bill other than cement and steel items.


The revised weightage would be applied on the value arrived at after deducting the cost of steel
and cement from the total contract value.
i.e. the general price variation clause given below will be applicable on value Ro,

Where

Ro = R – (Rs+Rc)

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

Rs = Gross value of steel supply item / items as per on account bill

Rc = Gross value of cement item as per on account bill

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

a. Labour component (P) : 30% (Thirty percent)


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

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

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

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

Mo = (L + M + U)

Signature of Tenderer/Contractor
Page- 49

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

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

iii) U = Ro x (F-Fo) x 15
Fo 100
Where –
L= Amount of price variation in labour

M= Amount of price variation in materials

U= Amount of price variation in fuel

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

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

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

W= Index number of whole sale prices – by groups and subgroups "All commodities" as
published in the R.B.I. Bulletin, based on the average price index of three months of the
quarter under consideration.
Fo = Index number of wholesale prices – by groups and sub-groups for "fuel, power, light &
lubricants" as published in the R.B.I. bulletin for the base period.

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

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

Note: The index number for the base period will be the index number as obtained for the month of
opening of the tender or the month in which final negotiations are held. The quarter will
commence from the month following the month of opening of the tender or month in which
negotiations are held, if any.

The adjustment for variation in prices if required shall be made once in every quarter in the on
account bills. If more than one on account bill is made to the contractor in a quarter, the
adjustment, if required, shall be made in each bill.

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

Signature of Tenderer/Contractor
Page- 50
For the work executed in a particular quarter, the measurement will be recorded in the last week
of last month of the quarter, if not paid already in the preceding weeks or months. If the price
variation is downward and recoverable from the contractor, the variation amount will be adjusted
in the on account/final bill on hand and if the recovery can not be fully effected it will be
recovered from subsequent bills in respect of the same work or any other sum due to the
contractor.

41.3 ITEMS EXCLUDED FROM THE SCOPE OF PRICE ADJUSTMENT


The following shall be excluded from the value of the work done for the purpose of price
adjustment.
i) Materials supplied free by the Railway to the contractors will not form part of the value of
the contract entered into and will fall out side the purview of the price variation clause.
ii) Value of items of work in excess of 25% (Twenty five percent) for the major value NS
items, 100% for minor value NS items and 25% (Twenty five percent) for the schedule
value for SSR items for which separate rates may be negotiated.
iii) Value of the additional items of work not covered in schedule of quantities, for which
separate rates may be negotiated.
iv) The value of the materials, if any, supplied by the Railway at fixed prices.
v) Specific payments, if any, made by the contractor to the consultants engaged by him where
such payments are indicated in the accepted offer.

41.4 PRICE ADJUSTMENT DURING EXTENDED PERIODS OF COMPLETION:


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

a) In case the indices increase above the indices applicable to the last month of original
completion period of the extended period under Clause 17 (A) (i), (ii), (iii), the price
adjustment for the period of extension granted under Clause 17 (B) will be limited to the
amount payable as per the indices applicable to the last month of original completion period
or the extended periods under Clause 17 (A) (i), (ii), (iii) of the General Conditions of the
Contract as the case may be.
b) In case the indices fall below the indices applicable to the last month of the original /
extended period of completion under Clause 17 (A), (i), (ii), (iii) as the case may be, then the
lower indices will be adopted for prices adjustment for the period of extension under 17(B) of
the General Conditions of Contract.

41.5 FORCE MAJEURE:


No claim by South Central Railway against the agency shall be valid in case the delay is on
account of Civil commotion, serious damage by fires, war, declared or not, sabotage or by a
natural calamity such as floods, earthquakes and events over which the agency has no control
whatsoever.
In any such event the agency shall give a notice in writing within seven days of that happening to
the South Central Railway but shall, nevertheless constantly endeavor to bring down the delay and
recommence the work at the very earliest.
The Agency, shall, on removal of the cause of delay, seek extension of the time allowed for
completion and the South Central Railway shall consider the application and grant such extension
as in its opinion is reasonable having regard to the nature and period of delay and the type and
quantum of work effected thereby. No other compensation of any form shall be available to the

Signature of Tenderer/Contractor
Page- 51
agency in such an eventuality. The decision of the South Central Railway in this eventuality shall
be final and binding.

42.0 Subletting of Contract:


42.1 Subletting of work or part of the work in any manner is not permitted without specific permission
in writing of Railway. Any breach of this condition shall make the contractor liable for
terminating the contract and forfeiting Security deposit and encashing the performance guarantee.

42.2 Clause 7 of Standard General conditions of contract (Part-II) clearly specify that the Contractor
shall not assign or sublet the contract or any part thereof or allow any person to become interested
therein in any manner whatsoever without the special permission in writing of the Railway. Any
breach of this condition shall entitle the Railway to rescind the contract under Clause 62 of GCC
and also render the contractor liable for payment to the Railway in respect of any loss or damage
arising or ensuing from such cancellation.

43.0 SETTING UP OF LABORATORY AT SITE:


The Contractor shall set up a concrete laboratory at site and man it. The facilities in the laboratory
shall include testing of cement, concrete cubes, concrete mix, aggregates, sand, water. The
facilities will include testing for chemical as well as physical properties.

The Contractor shall also establish a laboratory for testing steel in tensile strength, elongation etc.
If this is not established, the contractor shall get such testing done at his own cost in any
recognized laboratory, as directed by the Railway.

The Contractor shall establish adequate facilities for testing and control of quality of concrete
being placed in various structural members.
The Contractor shall get all the testing done in the presence of and under directions of Railway
representative, if so directed.

ANNEXURE – “I”

SPECIAL CONDITIONS FOR SUPPLY FABRICATION AND ERECTION OF STEEL WORK


FOR COMPOSITE GIRDER.

I. SUPPLY, FABRICATION AND ERECTION OF STEEL WORK:

1.0 SPECIFICATIONS:

Signature of Tenderer/Contractor
Page- 52
1.1 The contractor has to execute the composite girder work as detailed in the schedule items as per
Railway’s approved general arrangement drawing and detailed structural drawings and supply of
materials, fabrication and erection of steel work should conform to the following codes of
practices and other specifications as applicable and as amended from time to time till the date of
opening of the tenders.

i) IRC 24-201 – Standard specifications and code of practice for Road Bridge (section V) – Steel
Road Bridges and other relevant codes mentioned therein.

ii) IRC 22-1986 – Standard specifications and code of practice for road bridge (section VI) –
Composite construction.

iii) Indian Railway code of practice for metal arc welding in mild steel. Electrodes should be of
approved quality and conforming to I.S. specifications No.814/91 and 816-1969 code of
practice for arc welding.

iv) Indian Standard code of practice for structural safety of buildings loading standards (revised)
No.IS. 875/87 Part-3.
v) IS. 432/1996 – Indian Standard code of practice for mild steel.
vi) IS. 226/75 for structural steel.
vii) IS.808-1989 for I-73, II-73 and V – specification rolled steel beam, channel and angle section
(rev)
viii) IS. 1786-85 – Indian standard code of practice for cold twisted deformed bars.
ix) IS/ 2062/99 specification for fusion welding quality of steel.
x) IRS 133/65 for fabrication and erection of steel structure (other than girder bridges)
xi) IS. 2074 – 1962 for paint ready mixed red oxide zinc chromate.
xii) IS. 1367/67 for steel bolts and nuts.
xiii)IS. 800/84 – Steel fabrication code.
xiv) IS. 104-1962 zinc chromate
xv) IS. 123-1962 – Red oxide paint.
xvi) IS. 2330-1963 Paint Ready Mixed Aluminium Genuine
xvii) IS 1024 Code of practice for use of welding in Bridges and structures subject to dynamic
loading
xviii) IS 1182 1985 – recommended practice for radio graphic examination of Fusion Welded but
joint
xix) IS 5334 – 1981 – Code of practice for magnetic particle flaw detection of welds.
xx) IS 822 – Code of practice for inspection of weld.
xxi) IS 4000 -1992 – High strength bolts in structure – code of practice.

1.2 The railway reserves the right to reject the whole or part of the work executed which in the
judgement of the Railway does not comply with the requirements of the above specifications. The
decision of the Railway shall be final and conclusive for all purposes.

1.3 The specifications referred to above may be obtained from the following sources.

a) I.S. Specifications from Indian Standards Institution, Nanak Bhavan, 19 Mathura Road, New
Delhi – 1 or from Branch offices.
b) I.S. Specifications from the Manager of Publications Civil Lines, New Delhi-6.

2.0 TEST CERTIFICATE:

Signature of Tenderer/Contractor
Page- 53
i) All structural steel shall be obtained from recognised producers like SAIL, IISCO, TISCO or
their authorised representative, the contractor may furnish test certificate for the materials so
obtained to the satisfaction of the Railway.

ii) Any approval given by the Railway in consequence of such tests or analysis shall in no way
limit or interfere with the absolute right of the Railway to reject the whole or portion of such
materials supplied which in the judgement of the Railway do not comply with the conditions
of the contract. The decision of the Railway shall be final and conclusive for all purposes.

3.0 SUPPLY OF RAW STEEL:


i) Steel work for all members of the composite girders are made of mild steel only. The steel
should be of Grade-‘A’ quality conforming to IS 2062-99 for structural steel sections and
Grade’B’ for plates. A copy of the approved general arrangements drawing and detailed
drawings for fabrication showing the proposed composite girder will be issued to the
Contractor after accepting the tender. The contractor has to submit the scheme of erection to
Railways for approval and erection shall be taken up on receipt of approval from Railways.

ii) All materials required for the work including raw steel, paints, welding materials,
consumables, bolts and nuts, etc., shall be arranged by the contractor. The contractor shall be
solely responsible for the procurement of the required materials.

4.0 FABRICATION ARRANGEMENTS:


4.1 The tenderer shall clearly note that the fabrication of the steel work will have to be carried out at
the site allotted by the Railway in the Railway land and transport the same to site of work at his
cost. However, prior approval of Railway shall be taken if fabrication is proposed to be carried out
at contractor’s workshop. The decision of Railways is final and binding on the contractor.

4.2 In case of fabrication proposed to be done at the contractor’s workshop, the freight and other
incidental charges in bringing fabricated steel from the fabricator’s work shop to the site shall be
borne by the contractor and rates provided deemed to be inclusive of all such charges including
rehandlings if any against respective items and the Railway do not undertake to pay on this
account any extra rates over the above rates quoted. All fabricated materials will have to be
brought to the site of erection at contractor’s cost.

4.3 The land required for fabrication and stacking materials will be allotted by the Railway free of
cost as per availability.

4.4 GUIDELINES ON FABRICATION OF STEEL STRUCTURE

4.4.1 The guidelines for steel fabrication specifications as given in IRS B1-2001 (Fabrication
specifications) shall be followed as applicable.

4.4.2 Approval of quality assurance plan (QAP):


Stage wise manufacturing process from raw material indicating various steps., test checks and
their frequency, sampling plan, authority for grant of clearance., stage like templating and layout
of composite girder. Fixgture/jig manufacturing, drilling of components/welding of components,
initial assembly, final finishing, final inspection, surface preparation and painting etc., are clearly
shown and signed by manufacturer, indenting railway authority and approved by competent
authority.
4.5 Layout:

Signature of Tenderer/Contractor
Page- 54
i) The layout of structure on template floor is the most important operation in fabrication. It
is essential that the template floor is perfectly level with adequate lighting arrangement.
Steel flooring is desirable, as it would also minimize variation in dimensions due to
temporary changes. The marking tools and instruments like square divider, punches, steel
scriber should be of good quality.
ii) Calibrated tape for measurement of layout must be used.
4.6 Jigs and Fixtures:
Jig is the device use in the mass production to locate the job and guide the tool for drilling etc.,
While a fixture is simple a device for holding the work in true shape during processing.

The use of steel templates, jigs and fixtures is preferable to help in achieving economy, increasing
production, reducing man power, reducing human errors, increasing accuracy and eliminating
special match marking.

4.7 Drilling of holes:


Quality of fabrication shall be improved if jigs are used during fabrication. Drilling of the
component may be done through jigs. All burns left by the drill and sharp edges of the holes shall
be removed.

4.8 Welding process and positions:


i) Welding shall be carried out in accordance with the approved welding procedure, specifications
by approved welders, processes and positions. Only submerged arc welding should be used for
all shop fabrication. Proforma for welding procedure specification and welding procedure
qualification records are enclosed as Annexure – 1 and Annexure -2.
ii) All welding be preferably done in flat position (horizontal) welding should be done as per
drawing ensuring proper size of weld. Over size may lead to excessive heat affected zone
which may lead to failure of material. Welding should be carried out in a warm and dry place
so that the rain water or other atmospheric elements may not come in contact while welding is
in progress.
iii) Electrodes shall conform to Class A2 of IRSM-28 and wire for CO2 welding shall conform to
Class 1 of IRSM-46.
iv) All consumable shall be stored and handed with care and in accordance with the
manufacturer’s recommendations.
4.9 Field connection shall preferably be done using HSFG bolts confirming to IS-4000-1967. Where
this is not feasible, revetting may be done with the approval of Engineer-in-charge in field.

4.10 Riveting:
i) Before riveting is commenced, the permanent surface of components shall be painted with
two coats of red oxide zinc chrome priming to IS 2074.
ii) The guidelines for riveting as given in IRS B1-2001 (Fabrication specifications) shall be
followed as applicable.

4.11 Final cutting and finishing of components:


Final finishing of length, profile and notches etc., is accomplished by accurate marking with the
help of templates, measurement and gauge wherever necessitates and then by gas cutting
(Chipping, grinding) as the case may be. Excessive metal is normally chipped off or gas cut
(more than 3mm) and the exact finishing or profiling is achieved by fine and accurate grinding.
4.12 Inspection stages:
a) Before fabrication
b) During fabrication
c) After fabrication

Signature of Tenderer/Contractor
Page- 55

a) Before fabrication:
Quality assurance plan shall be prepared and got approved.
Raw material such as Channels and plates etc., to be inspected as per specification mentioned
against each items and rolling mark certificates.
Lamination, piping, pitting, rolling defects and straightness of material to be checked before
fabrication.
Consumables such as rivets, welding electrodes and paints etc., are as per standard
specification.
Welding procedure specification needs to be approved.
Welders approval as per Welding procedure specification.

b) During fabrication:
Layout, Jigs, Fixtures and profile to be checked.
Welding by Qualified welder as per approved WPSS.
Welding parameters are to be set and checked during welding.
Rivetting by qualified and skilled personnel with approved work instructions.

c) After fabrication:
Verify rolling mark number of steel section used for fabrication from certificate issued by
manufacturer. Check the register maintained by them.
Surface defects shall be checked visually.
Quality of welds with respect to specified sizes, length and any visual defects.
Quality of rivets to be checked visually and with the help of riveting hammer.
Dye penetration tests Magnetic particle radio graphic test o welds as agreed to by Engineer-in-
charge.
Leading dimensions ie., overall length, hole dimensions, end finishing etc., shall be checked
for tolerances as per IRC 24.
For this purpose detail measurement sheet shall be prepared for.

5.0 SHOP PAINTING:


5.1 All steel work should be given one coat of zinc chromate paint to IS 104/62 followed by one coat
of red oxide zinc chromate to IS 2074/62. Before erection, all bolts, nuts, washers etc., are to be
thoroughly cleaned and dipped in boiled linseed oil. All welded surfaces are to be well coated
with white lead before erection as per specifications. The painting shall be done only appropriate
inspection and testing has been carried out.

5.2 METALISING:
The girders after fabrication shall be transported to the site of work at convenient location close to
the ROB site and metalizing shall be done for all surfaces of girder except half of top flange and
shear connectors. Metalising shall be carried out as per specifications mentioned at Annexure – II.

6.0 ERECTION SCHEME:


6.1 The steel work shall be temporarily assembled in shop fully and checked for tolerance, camber
etc., and necessary holes drilled for field assembly and approved by Engineer-in-charge.

6.2 The successful tenderer after awarding tender shall submit detailed scheme for erection of steel
girders and casting of deck slab to make composite structure proposed to be adopted for the
erection of the various members keeping in view of the movement of rail traffic, electrification,
location etc., In finalising his scheme for actual execution the contractor shall take into account
any objections/ directions that may be given by the Railway.

Signature of Tenderer/Contractor
Page- 56

6.3 Any approval given by the Railway in this regard shall in no way absolve the contractor from full
and sole responsibility for the soundness and safety of erection methods as may be finally adopted
by him as well as for delivery of the finished structure in accordance with the approved drawings
and as per the specifications.

7.0 INSPECTION AND PROGRESS REPORT:


7.1 The work of fabrication will at all times be open for inspection by the Railway. Before despatch
of fabricated steel from the shop/site they will be inspected by the Railway official who will
thereafter issue inspection certificate. Any defects noticed during inspection in the execution of
the works shall be rectified or replaced by the contractor at his own cost. The decision of the
Railway as to the existence of the defect, the manner in which the defective work was to be
rectified shall be final and conclusive.

7.2 The progress of fabrication of steel work as well as erection and execution of all works at site will
be subject to periodical review by the Railway Administration. The contractor will offer all
facilities to the Railway’s representative to make periodical detailed assessment of the progress of
the works. Such information and progress reports as may be called for by the Railway and at such
intervals and specifications shall also be made available.

7.3 The tenderers are advised to quote rates taking into consideration all the conditions stipulated in
the tender document without quoting their own conditions as regards to methods of measurement,
terms of payment, site facilities, wastage of steel. Tenders of those who quote their own
conditions under the above heads are liable to be rejected.

7.4 The Contractor should prepare and submit at their cost Drawing Office Dispatch List in sufficient
copies for all the steel fabrication work under relevant item of the Schedule-“B” giving the full
particulars of all members of steel work as per the approved drawings.

7.5 Payment for steel work, supplied, fabricated and erected will be paid in terms of notes of the
respective chapter-9 of S.C.Railway Schedule of Rates, 2002.

8.0 RATES:

8.1 Item no.30 provided under schedule-“A” caters for fabricating of MS liners and item nos.28 caters
for Anticorrosive treatment and item no.43 caters for bending placement and binding of
Reinforcement Steel.
8.2 Item no.1 provided under schedule “B” caters for supply of structural steel required for fabrication
of MS liners and composite steel girders and item no.2 caters for supply of reinforcement steel
8.3 Item no.1 provided under schedule “C’ caters for fabrication erection/launching and sand blasting,
metalizing, and painting etc.

8.4 The rates for steel work should be applicable to the total weight as calculated in drawing office
despatch (DOD listed) prepared in accordance with Clause 9.0 of these conditions. The weight of
service bolts and nuts, washers, drifts, temporary erection of steel work etc., required for erection
and any other fixtures which will not form a part of the final permanent structure will not be
included for payment. Those will not also be taken over by the Railway on completion of the
work. DOD lists will include however an allowance for welds as indicated in clause 9 below:

8.5 The rates for steel fabrication work are inclusive of all charges for fabrication, erection, site
welding, metalising and painting of all members. All temporary arrangements charges for steel

Signature of Tenderer/Contractor
Page- 57
work temporarily fitted to strengthen or otherwise facilitate erection work, charges for use of
service bolts and nuts, washers, drifts, packing, temporary staging erection tackle tools and plant,
consumable stores etc., which will have to be arranged for by the contractor at his own cost.

9.0 WEIGHT:
9.1 For steel work, payment will be made only for actual quantities to be calculated as indicated
below and listed in DOD lists which shall be submitted to Railway after receipt of approved
drawing for scrutiny and approval by the Railway. The quoted rate for supply, fabrication and
erection item shall be applied to the weight thus calculated.

9.2 The weight of plates and sections will be calculated from the approved drawings using over all
lengths and square dimensions and theoretical unit weight. No deductions being made for holes,
notches and skew cuts. Gussets will be paid on the dimensions of the smallest enclosing rectangle.
In addition, for all built up members welded, the calculated weight of the members shall be
arrived as per Notes under Chapter 9 of Standard Schedule of Rates, 2002.

10.0 TERMS OF PAYMENTS:


10.1 Stage payments for steel fabrication work under item 1 of Schedule- B & C.

a) 75% of the value of item for supply, fabrication and erection of steel will be made on bringing
the main girders to ROB site and kept ready for erection including metalizing in all respects.
Note: i) The on-account bill will be paid to the contractor on submission of bills from
authorised dealers.
ii) The expenditure shown in the bill is as recorded in the contractor’s books. The
contractor should furnish a certificate to this effect.
iii) The expenditure in respect of the bills has been incurred and properly accounted for
against this particular contract.
iv) The expenditure in respect of the bill relates to the raw materials only required for
this particular contract and necessary indemnity bond to cover the advance on
-account payments for raw mild steel should be produced.

b) Balance 20% of the item will be released after launching of the girder on to the bearings across
the track spans including provision of diaphragms and field riveting/welding as necessary
complete for steel fabrication including metalizing in all respects
c) Remaining 5% of the item will be released after completing the painting and release of
scaffolding/staging etc., and on completion of load test if ordered by Railway.
No payment will be made for supply of steel, fabrication and erection until the Contract
agreement is executed.

Appendix – A

Proforma for welding procedure specification sheet

Name and address of fabricator :


Welding procedure specification No. :

1.0 Weld joint description :


2.0 Base Metal :

Signature of Tenderer/Contractor
Page- 58
3.0 Welding process :
4.0 Welding position :
5.0 Welding consumables :
5.1 Electrode/wire Class
Dia
5.2 Flux Class
Dia
5.3.1 Shielding gas :
6.0 Base metal preparation :
6.1 Joint design details :
(Give sketch showing arrangement
of parts welding groove details, weld
passes & their sequence etc.,)
6.2 Joint preparation :

7.0 Welding current Type


Polarity
8.0 Welder qualification :
9.0 Welding parameters and technique :
9.1 Welding parameters :
Weld Electrodes/wire Current Arc Wire feed Travel Electrical Gas flow
pass No. dia (mm) (amp) Voltage(Volt) speed speed stick out rate
(m/min) (m/min) (mm) (litre/min)
1 2 3 4 5 6 7 8

9.2 Welding sequence and technique


(Give sketch showing sequence
and direction of welding)
10.0 Provision of run in and run-off tabs :
11.0 Cleaning of weld bead before laying next weld bead
12.0 Root preparation before welding other side of groove weld
13.0 Preheating and inter pass temperature
14.0 Peening
15.0 Post weld treatment
16.0 Rectification of weld defects
17.0 Inspection of weld
18.0 Any other relevant details
Prepared by
Signature _________________
Designation _________________
Date _________________
(for & on behalf of fabricator)

Appendix – B

1. Proforma for welding procedure qualification record

Name and address of fabricator

1.0 Description of weld :


2.0 Welding procedure specification No. :

Signature of Tenderer/Contractor
Page- 59
3.0 Name of welder :
4.0 Date of preparation of test piece :
5.0 Dimensions of test piece :
6.0 Base metal :
7.0 Welding process :
8.0 Welding position :
9.0 Welding current : Type :
Polarity:
10.0 Weld joint design details :
11.0 Welding consumables :
11.1 Electrode/wire : Class :
Dia :
Brand :
11.2 Flux : Class :
Type :
Brand :
11.3 Shielding gas :
12.0 Welding parameters :
Weld Electrodes/wire Current Arc Wire feed Travel Electrical Shielding
pass No. dia. (mm) (amp) Voltage speed speed stick out gas flow
(Volt) (m/min) (m/min) (mm) rate
(lit/min)

13.0 Preheating and interpass temperature :


14.1 Results of qualification tests :
Test Specimen No. Result
1 2 3
Non-destructive tests

i) Visual examination :
ii) Dye penetrant test :
iii) Magnetic particle test :
iv) Radiographic/Ultrasonic test :

Destructive tests :
i) Macro-examination :
ii) Hardness survey :
iii) Fillet weld fracture test :
iv) Transverse tensile test :
Tensile strength :
Yield Stress :
Location of fracture :
v) All-weld tensile test :
Tensile strength :
Yield stress :
Elongation% :
vi) Guided bend test :
Root bend test :
Face bend test :
Side bend test :

Signature of Tenderer/Contractor
Page- 60
vii) Any other tests
Signature___________________
Designation_________________
Date _________________
(for & on behalf of fabricator)

ANNEXURE - II

SPECIAL CONDITIONS FOR METALISING & PAINTING

1.0 METALISATION
1.1 SURFACE PREPARATION BY SAND BLASTING

Signature of Tenderer/Contractor
Page- 61
1.1.1 The surface should be cleared thoroughly and roughened by compressor air blasting or centrifugal
blasting with a suitable abrasive material in accordance with Cl.3 of IS 6586.

1.1.2 The cleaned surface should be completely free from grease, scale, rust, moisture and any other
foreign material.

1.1.3 The roughness should be comparable with reference to surface product in accordance with
appendix A of IS 5909 and shall provide an adequate key for the subsequently sprayed metal
coating and also maintained without visible change for at least 25 percent of the total blasting
time.

1.1.4 The equipment can be of the conventional force-feed of pressure type. The dia. Of the nozzle
should not be more than 12 mm and air pressure to be maintained at the nozzle should not be less
than 5.273 Kg/Cm.

1.1.5 If any paint, oil or bituminous materials are present, they may be removed by flame cleaning or
blast cleaning with fine sand prior to the final blast preparation. The used for cleaning the heavily
contaminated surface should not be reused even though it is rescanned.

1.1.6 Washed, salt free and angular silica sand or crushed granite free of felspierate tend to break down
and remain on the surface of invisible quantity and passing through mesh size 30 and retained
with mesh size 12 with a minimum 40% retention on a size mesh only should be used for sand
blasting.

1.1.7 The sand blasting should be carried out only during dry day light hours and when the ambiguent
temperature is not less than 25 degrees Centigrade.

1.2 METALISING WITH ALLUMINIUM

1.2.1 The alluminium metal spraying should be carried out as soon as possible after the surface
preparation by sand blasting and in any case within such period that the surface is still clean and
without any visible oxidation. If deterioration, in the surface to be coated is observed by
comparison with strictly proposed stock surface, similar quantity preparation treatment by sand
blasting be repeated before the alluminium spray is applied.

1.2.2 The alluminium metal spraying shall be done by wire melted with metal spray gun. The dia. Of
alluminium wire shall be 3 to 5 mm.

1.2.3 The composition of the alluminium to be sprayed shall conform to IS 2590 (99.5% alluminium).
Pure alluminium wire to IS specification No.2590 used for metalizing shall be tested at
CMT/LGD before use.

1.2.4 Dry and clean air with not less than 4.218 Kgs/Cm2 at the air control unit shall be used for this
purpose and air pipe used shall not be longer than 10.668 m between the air control unit and the
spraying gun. The bore dia of the pipe shall not be more than 9.55 mm.

1.2.5 The thickness of the sprayed alluminium shall be uniformly 140 microns and in any small area it
can not be (+) or (-) 10 microns of the above thickness.

1.2.6 The specified thickness of alluminium coating shall be applied in multiple layers and in no case it
shall not be less than two phases of the metal spraying made over every part of the surface.

Signature of Tenderer/Contractor
Page- 62

1.2.7 At least one layer alluminium spray must be applied with in 4 hours of blasting and the surface
must be completely coated to the specified thickness within 8 hours of sand blasting.

1.2.8 The surface, after spraying shall not leave any un-coated parts or lumps coated areas and loosely
adherent, spattered metal articles. If any such cases are found, they shall be attended properly.

1.3 MEASUREMENT OF THICKNESS OF METALISATION:

Any magnetic or electro-magnetic thickness meter that will measure the local thickness of a
known standard with an accuracy of (+) or (-) 10% to be used.

1.3.1 Calibration of thickness measuring instrument

Calibrate and check the meter on one of the following standards (as appropriate)

i) (Applicable to magnetic and electro-magnetic meters other than the pull-off type) A soft brass
shim, free from burns in contact with the grit blasted surface of the base metal prior to its being
sprayed. The thickness of the shim shall be measured by micro meter and shall be approximately
the same as the thickness of the coating.

ii) A sprayed metal coating of uniform known thickness approximately the same as the thickness of
the sprayed coating to be tested, applied to a base of similar composition and thickness to the
article being sprayed, grit blasted in accordance with Clause I.

1.3.2 Measurement of Thickness

For each measurement of local thickness, make an appropriate member of determinations,


according to the type of instrument used. With instrument measuring the average thickness over
an area of not less than 0.645 Sq.cm, the local thickness shall be the result of the one reading.
With instruments having one or more pointed or rounded probes, the local thickness shall be the
mean of the three readings within a circle of 0.645 Sq.Cm area. With meters having two such
probes, each reading shall be the average of two determinations with the probes reversed in
position.

1.4 ADHESION TEST


The sprayed alluminium coating should pass in the adhesion test as specified in IRS B1-2001
specification (i.e., using a straight edge and hardened steel scriber which has been ground to a
sharp 30 degree point, scribe two parallel lines at a distance apart equal to approximately 10 times
the average coating thickness. In scribing the two lines, apply enough pressure on each occasion
to cut through the coating to the base metal in a single stroke). If any part of the coating between
the lines breaks away from the base metal, it shall be deemed to have failed and will be rejected.
2.0 PAINTING

2.1 SPECIFICATION FOR PAINTING

2.1.1 The paints and oils shall conform to IS specifications and shall be from RDSO’s approved list of
manufacturers (Annexure-A)

2.1.2 The paints used for the work shall confirm to the following specifications and the sample should
be tested at CMT/LGD.

Signature of Tenderer/Contractor
Page- 63
a) Etch primer – IS specification 5666
b) Zinc chrome primer to IS specification 104 of 1962
c) Paint Aluminium to IS specification 2339-63.

2.1.3 The contractor in all specify the brand of paint of etch wash primer, zinc chrome primer,
alluminium which he is going to use on the job while quoting the rates as per schedule. He shall
also produce during the course of works, necessary proof to the effect that he has purchased the
specified brand of paint from the authorized manufactures mentioned in the approved list of
manufactures.

2.1.4 The paints shall be brought to the site in the original containers with seals in tact as issued by the
firms and shall be opened after inspection and approval of the Engineer-in-charge.

2.1.5 Paint obtained shall be fresh. If the condition of the paint on inspection after opening the tin is
found not satisfactory, it will be rejected even though of the approved brand.

2.2 PAINTING SCHEME

2.2.1 Painting Etch Wash primer :- Painting the Etch wash, primer shall be commenced immediately
within 6 hours of the application of the alluminium spray. The paint shall be mixed thoroughly
under the supervision of the departmental supervisors and shall be applied with approved brush.

2.2.2 Painting Zinc Chrome Primer:- One coat of zinc chrome primer to IS specification 104 of 1962
shall be applied over the Etch wash primer after it is completely dried up with in 6 to 8 hours.

2.2.3 Alluminium Painting :- Complete painting with paint alluminium to specification IS 2339 – 63 in
two coats. A little blue shall be added to obtain a darker due to distinguish the third coat from
fourth coat.

Annexure – A

1) M/s Johnson and Nicholson India Ltd.,


225, Lower Circular Road,
Calcutta – 20.

2) M/s Shalimar Paints Ltd.,

Signature of Tenderer/Contractor
Page- 64
13, Camac street,
Calcutta -17.

3) M/s British Paints India Pvt. Ltd.,


32, Chowranghee road,
Calcutta.

4) M/s Good lass Nerolac Paints Pvt.Ltd.,


Torbes Building, Home street,
Bombay – 1.

5) M/s Asian Paints (I) Pvt. Ltd.,


Nirmal, 5 th floor,
Nariman Point, Backbay Reclamation,
Bombay.

6) M/s Noble Paint and Varnish Co., Pvt. Ltd.,


Pergusan road, Lower parel,
Bombay.

In addition to the above firms, paints procured from reputed manufacturing firms approved by
RDSO/LKO (RDSO approved list) may also be used by the contractor with the prior approval of
Dy.CE/Con/BZA. The approved list of paint manufacturers is liable to change from time to time.
The contractor is advised to obtain the latest list of approved paint manufacturers/firms from the
Engineer-in-charge before procuring the paints.

Annexure “III”

SPECIAL CONDITIONS FOR COMPOSITE GIRDER AND ELASTOMERIC BEARINGS

1 BEARINGS :
The elastomeric bearings shall be provided for the composite girders
a) the bearings shall conform to UIC code 772-R code for the use of rubber bearings for rail bridges.
b) The elastomer shall conform to IRC 83 (Part II, 1987)

Signature of Tenderer/Contractor
Page- 65
c) The criteria for acceptance of bearings shall be as per IRC 83 (Part II, 1987)
d) Cover shall be provided at the top and bottom of the bearing equal to the half the thickness of the
individual elastomeric pads, subject to maximum of 6mm. Side cover shall be 6mm for all bearings
e) The thickness of the elastomeric pads shall be 8mm to 12mm. All elastomeric pads used in the
bearings shall be the same thickness.
The tenderer shall submit the quality control certificate and inspection certificate furnished by the
manufacturer. The tenderer shall arrange for the testing of bearing by an independent agency like
RITES. Railway reserves the right to witness any one of the tests to be conducted on
bearing/elastomer/steel plate during fabrication or on fabricated bearing. Prior information, as desired
by the Railway, shall be furnished, so that the test may be witnessed. The cost of the testing and that of
test bearings shall be borne by the contractor.

2.. TESTING OF THE COMPOSITE GIRDER BY CONTRACTOR:


Testing of composite girders to destruction is not required. However it will be necessary to carry out
non-destructive test on one or more spans as specified by the Administration to prove the
workmanship and strength of the girders as per the design requirement. The Contractor/tenderer shall
be prepared to carryout these tests on subsequent spans if required by the Railway. Separate rates are
adopted for testing of different spans in the schedule. The load for carrying out the test on complete
superstructure shall be static load equal to 1.25 times the design live load in addition to the dead load
of track and ballast. The deflection shall be observed under this load. The first load should be
maintained for a period of 24 hours before removal. If within 24 hrs. after removal of the load, the
structure does not show a recovery of atleast 85% of observed deflection under load, the test should be
repeated. The structure shall be consider to have failed to pass the test if the recovery after the second
test is not 85% of the deflection occurring during the second test. If cracking of concrete occurs under
the test load, the structure shall be considered to have failed to pass the test. The pattern of test load
would conform to the pattern of design loads on the girders.

3. A scheme of erection/casting of composite structure should be briefly indicated along with the tender.
The successful tenderer shall submit detailed scheme of launching/erection of girders with the
drawings and calculations for the approval from the office of the Chief Administrative
officer/Construction.

ANNEXURE – IV

SPECIFICATIONS FOR STRIP SEAL EXPANSION JOINT

1. Components:
Strip seal expansion joint shall comprise the following items:

Signature of Tenderer/Contractor
Page- 66
a) Edge beam:
This shall be either extruded or hot rolled steel section or cold rolled cellular steel section
with suitable profile to mechanically lock the sealing element in place throughout the
normal movement cycle. Further the configuration shall be such that the section has a
minimum thickness of 6mm all along the cross section. The minimum height of the edge
beam section shall be 75mm.

b) Anchorage:
Edge beams shall be anchored to the deck by reinforcing bars, headed studs or bolts or
anchor plates cast in concrete or a combination of anchor plate and reinforcing bars,
headed studs or bolts, anchor bars, studs or bolts shall engage the main structural
reinforcement of the deck and in case of anchor plates or loops, this shall be achieved by
passing transverse bars through the loops or plates.

The minimum thickness of anchor plate shall be 12mm. total cross sectional area of bar
studs or bolts on each side of the joint shall not be less than 1600mm Sq.per metre length
of the joint and the centre to centre spacing shall not exceed 250mm. The ultimate
resistance of anchorages shall not be less than 500 KN/m in any direction.

2. Material:

a) The steel for edge beams shall conform to any of the steel grade corresponding to RST 37-
2 of 37-3 (DIN), ASTM A36 or A588, CAN/CSA Standard G 40.21 Grade 300 W of equivalent.

b) Anchorage steel shall conform to IS:2062 or equivalent.

c) All steel sections shall be protected against corrosion by hot dip galvanising or any other
approved anticorrosive coating with a minimum thickness of 100 micron.

d) Chloroprene of strip seal element shall conform to Clause 915.1 of IRC: 83 (Part-II). The
properties of chloroprene shall be as specified in Table-1.

3. Fabrication (Pre-installation):

a) The strip seal joint system and all it’s component parts including anchorages shall be
supplied by the manufacturer/system supplier.

b) The width of the gap to cater for movement due to thermal effect prestress, shrinkage
and – superstructure deformations (if any) and sub-structure deformations (if any) shall be
determined and intimated to the manufacturer depending upon the temperature at which the joint
is to be installed the dimension shall be arise.

TABLE-1 STRIP SEAL ELEMENT SPECIFICATION

Sealing element is made of chloroprene and must be a extruded section. The working movement range of
the sealing element shall be at 70mm.
----------------------------------------------------------------------------------------------------------------
PROPERTY SPECIFIED VALUE
---------------------------------------------------------------------------------------------------------------

Signature of Tenderer/Contractor
Page- 67
Hardness
DIN 53505 63 + 5 Shore A
ASTMD 2240 (Modified) 55 + 5 Shore A

Tensile Strength
DIN 53504 Min 11 MPa
ASTMD 412 Min 13.8 Mpa

Elongation at fracture *
DIN 53504 Min 350 per cent
ASTMD 412 Min 250 per cent

Tear Propagation Strength


Longitudinal Min 10 N/mm
Transverse Min 10 N/mm
Shock elasticity Min 25 per cent
Abrasion Min 220 Cu.mm

Residual compressive strain


(22 h/70 deg C/30 per cent strain) Max. 28 per cent

Ageing in hot air


(14 days/70 deg C)
Change in hardness Max + 7 Shore A
Change in tensile strength Max – 20 per cent
Change in elongation at fracture Max – 20 per cent

Ageing in ozone
(24 h/50 pphm/25 deg No cracks
C/20 per cent elongation)

Swelling behaviour in oil (168h/25 deg C)


ASTM Oil No.1
Volume change Max + 5 per cent
Change in hardness Max – 10 Shore A

ASTM Oil No.3


Volume change Max + 25 per cent
Change in hardness Max – 20 Shore A
Cold hardening point Max – 35 deg C
-------------------------------------------------------------------------------------------------------------
 Only one set of specification viz. ASTM or DIN shall be followed depending on the source of supply.

c) Each strip seal expansion joint system shall be fabricated as a single entry unless stage
construction or excessive length prohibits monolithic fabrication. It shall fit the full width
of the structure as indicated on the approved drawing. The system shall be pre-set by the
manufacturer prior to transportation. Presetting shall be done in accordance with the joint
opening indicated on the drawing.

d) The finally assembled joint shall then be clamped and transported to the work site.

Signature of Tenderer/Contractor
Page- 68
4. Handing and Storage:

a) For transportation and storage, anxiliary brackets shall be provided to hold the joint
assembly together.

b) The manufacturer/supplier shall supply either directly to the Engineer or to the bridge,
contractor all the materials of strip seal joints including sealants and all other accessories for the
effective installation of the jointing.

c) Expansion joint material shall be handled with care. It shall be stored under cover on
suitable number padding.

5. Installation:
5.1 The joint shall be installed by the manufacturer/supplier or their authorised representative who
will ensure compliance to the manufacturer’s instructions for installation.

5.2 Taking the width of gap for movement of the joint into account, the dimensions of the recess in
the decking shall be established in accordance with the drawings or design data of the manufacturer. The
surfaces of the recess shall be thoroughly cleaned and all dirt and debris removed. The exposed
reinforcement shall be suitably adjusted to permit unobstructed lowering of the joint into the recess.

5.3 The recess shall be shuttered in such a way that dimensions in the joint drawing are maintained.
The form work shall rigid and firm.

5.4 Immediately prior to placing the joint, the presetting shall be inspected. Should the actual
temperature of the structure be different from the temperature provided for presetting, correction of the
presetting shall be done. After adjustment, the brackets shall be tightened again.

5.5 The joint shall be lowered in a pre-determined position. Following placement of the joint in the
prepared recess, the joint shall be levelled and finally aligned and the anchorage steel on one side of the
joint welded to the exposed reinforcement bars of the structure. Upon completion, the same procedure
shall be followed for the other side of the joint. With the expansion joint finally held at both sides the
anxiliary brackets shall be released, allowing the joint to take up the movement of the structure.

5.6 High quality concrete shall then be filled into the recess. The packing concrete must feature now
shrinkage and have the same strength as that of the superstructure, but in any case not less than M 35
grade. Good compaction and careful curing of concrete is particularly important. After the concrete has
cured, the movable installation brackets and shuttering still in place shall be removed.

5.7 The neoprene seal shall be field installed in continuous length spanning the entire roadway width.
To ensure proper fit of the seal and enhance the case of installation, dirt, spatter or standing water shall be
removed from the steel cavity using a brush, scrapper or compressed air. The seal shall installed without
any damage to the seal by suitable hand method or machine tools.

5.8 As soon as the concrete in the recess has become initially set a sturdy ramp shall be placed over
the joint to protect the exposed steel beams and neoprene seals from the site traffic. Expansion joint shall
not be exposed to traffic loading before the carriageway surfacing is placed.

5.9 The carriageway surfacing shall be finished flush with the top of the steel sections. The actual –
of the surfacing/wearing coat with the steel edge sections hall be formed by a wedge shaped – with a
sealing compound. The horizontal leg of the edge beam shall be cleaned before hand. It is particularly

Signature of Tenderer/Contractor
Page- 69
important to ensure though and careful compaction of the surfacing in order to prevent any premature
depression forming in it.

6. Acceptance Criteria:

i) All steel elements shall be finished with corrosion protection system

ii) For neoprene seal, the acceptance test shall conform to the requirements stipulated in
Table-1. The manufacturer/supplier shall produce a test certificate accordingly, conducted in a
recognised laboratory, in India or abroad.

iii) The manufacturer shall produced test certificates indicating that anchorage system had
been test in a recognised laboratory to determine optimum configuration of anchorage assembly
under dynamic loading.

iv) Prior to acceptance 25 per cent of the completed and installed joints, subject to a minimum
of one joint, shall be subjected to water tightness test. Water shall be continuously ponded along
the entire length for a minimum period 4 hours for a depth of 25mm above the highest point of
deck. The width of ponding shall be atleast 50mm beyond the anchorage

v) block of the joint one side. The depth of water shall not fall below 25mm any time during
the test. A close inspection f the underside of the joint shall not reveal any leakage.

vi) As strip seal type of joint is specialized in nature, generally of the proprietary type, the
manufacturer shall be required to produce evidence of satisfactory performance of this type of
joint.

7. Tests and Standards of Acceptance:

The materials shall be tested in accordance with these specifications and shall meet the prescribed
criteria. The manufacturer/supplier shall furnish the requisite certificates from the recognised
testing laboratory of India or abroad.

ANNEXURE - "V”

ANTI-CORROSIVE TREATMENT FOR REINFORCEMENT STEEL

1) The system developed by the Central Electrochemical Research Institute, Karaikudi, Tamilnadu,
PIN: 623006 is to be adopted for anticorrosive treatment of reinforcing steel.

2) This system comprises four steps:

Signature of Tenderer/Contractor
Page- 70
i) Derusting of steel rods by dipping in a derusting solution to obtain a bright surface. This
process is covered by Indian Patent No.465/Cal/75.

ii) Phosphating the surface by applying phosphating jelly to obtain a conversion coating in
about 45-60 minutes followed by a brush coating of inhibitor solution (Indian Patent
No.109897).

iii) Application of two coats of inhibited cement slurry by brushing at 12 to 24 hours interval
(Indian Patent No.109784/67).

iv) Sealing the cement coat against ingress of salts by brushing with a sealing solution (Indian
Patent No.112330/67).

3) The pickling ponds and covered shed required to carry out this treatment should be erected by the
Contractor at his cost including cost of cement, steel and other civil engineering materials
required for erecting this structure.

4) The Contractor should submit test certificate from reputed laboratory for the effectiveness of the
treatment for various parameters and materials used at his cost.

ANNEXURE - "VI"

FORM OF BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE

GUARANTEE BOND

In consideration of the President of India hereinafter called "the Government" having agreed to
exempt_________________(hereinafter called "the said Contractor's from the demand, under the
terms and conditions of an Agreement dated __________ made between_________________and

Signature of Tenderer/Contractor
Page- 71
_____________for ___________ (hereinafter called "the said Agreement"), of Performance
Guarantee for the due fulfilment by the said Contractor(s) of the terms and conditions contained in the
said Agreement, on production of a bank Guarantee for Rs._______(Rupees
_______________________ only).
We,______________________ (hereinafter referred to as "the Bank”) at the request
(indicate the name of the bank)
of__________________________ (Contractor(s) do hereby undertake to pay to the Government an
amount not exceeding Rs.___________against any loss or damage caused to or suffered or would be
caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of
the terms or conditions contained in the said Agreement.

2. We _____________________________________ do hereby undertake to pay the amounts due


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

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or
disputes raised by the contractor(s)/ supplier(s) in any suite or proceeding pending before any court or
Tribunal relating thereto our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
thereunder and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We,_______________________________ further agree that the guarantee herein contained


(indicate the name of bank)
shall remain in full force and effect during the period that would be taken for the performance of the
said Agreement and that it shall continue to be enforceable till all the dues of the Government under
or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till
______________________office/ Department) Ministry of Railways certifies that the terms and
conditions of the said Agreement have been fully and properly carried out by the said Contractor(s)
and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on
us in writing on or before the _________________, we shall be discharged from all liability under
this guarantee thereafter.

1. We ________________________________further agree with the government that the


(indicate the name of Bank)
Government shall have the fullest liberty without our consent and without affecting in any manner
our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend
time of performance by the said contractor(s) from time to time or to postopone for any time or from
time to time any of the powers exercisable by the Government against the said Contractor(s) and to
forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be
relieved from our liability by reason of any such variation, or extension being granted to the said

Signature of Tenderer/Contractor
Page- 72
Contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence
by the Government to the said Contractor(s) or any such matter or thing whatsoever which under the
law relating to sureties would, but for this provision, have effect of so relieving us.

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

3. We, _____________________________ lastly undertake not to revoke this guarantee


(indicate the name of bank)
during its currency except with the previous consent of the Government in writing.

Dated the___________day of ______

for _____________________________
(indicate the name of bank)

ANNEXURE-VII

MEMORANDUM OF UNDERSTANDING

This Agreement is made and executed on this _______ day of _____ 200
Between

Signature of Tenderer/Contractor
Page- 73

1. M/s./Sri ____________________ S/o. ______________ aged about ____ years, Occupation


________ R/o. ______________ hereinafter called the First party, which term shall means and
includes his heirs, successors, Legal representatives, assignees, etc.
2. Sri ____________________ S/o. ______________ aged about ____ years, Occupation
________ R/o. ______________ hereinafter called the second party, which term shall means and
includes his heirs, successors, Legal representatives, assignees, etc..
3. Sri ____________________ S/o. ______________ aged about ____ years, Occupation
________ R/o. ______________ hereinafter called the third party, which term shall means and
includes his heirs, successors Legal representatives, assignees, etc..
4. Sri ____________________ S/o. ______________ aged about ____ years, Occupation ________
R/o. ______________ hereinafter called the fourth party, which term shall means and includes his
heirs, successors Legal representatives, assignees, etc.
AND
5. Sri ____________________ S/o. ______________ aged about ____ years, Occupation ________
R/o. ______________ hereinafter called the fifth party, which term shall means and includes his
heirs, successors Legal representatives, assignees, etc.

WHEREAS, the South Central Railway, through its Chief Administrative Officer (Construction)/ Chief
Engineer(Construction)/ Dy.Chief Engineer (Construction), South Central Railway has invited tenders for
the work of_______________ vide their Tender Notice No.________ dated _____.

WHEREAS, the parties herein agreed to form a Joint Venture in order to join their expertise to obtain
best results from the combination of their individual resources of technical, financial, management and
equipments for the benefit of project and in order to submit a joint tender (herein after referred to as
“Tender”) for the work of _________________ as notified by Chief Administrative
Officer(Construction), South Central Railway ___________________ (herein after referred to as “the
Employee”) under Tender Notice No._____________ dated _________.

NOW the parties hereto have come to an understanding and agreed to execute the project/work on
the following terms and conditions:

1.0 FORMATION AND TERMINATION OF THE JOINT VENTURE FIRM.

1.1 The parties herein, under this MOU, have decided to form a Joint Venture Firm to submit the
tender for the above project and execute the contract with the Employer for the project if qualified
and contract is awarded.

Signature of Tenderer/Contractor
Page- 74
1.2 The parties herein expressly agreed that any member of this joint venture firm shall not participate
either in individual capacity or as a member of another joint venture firm to participate in this
tender.

1.3 The name and style of the joint venture shall be ______ (with full address of office) hereinafter
called the “Joint Venture” all communication regarding the project will be made in the name of
the joint venture at the above address with Telephone No.,_________.

2.0 LEAD PARTNER

2.1 The lead partner for the joint venture shall be ___ represented by _______ .

2.2 The joint venture authorizes the said lead partner to submit the tender for and on behalf of the
joint venture.

2.3 The lead partner is hereby authorized to enter into negotiation if any and receive payments in the
name of Joint Venture Firm and instructions from the Employer, to send all letters, correspondence
etc.

2.4 It is also agreed that EMD shall be submitted only in the name of Joint Venture and not in the
name of constituent members. However, in exceptional cases EMD in the name of the lead partner
will be submitted with specific request letter from lead partner stating the reasons for not
submitting the EMD in the name of joint venture and giving written confirmation from the joint
venture partners to the effect that the EMD submitted by the lead partner may be deemed as EMD
submitted by joint venture firm.

3.0 SHARE OF PROFIT AND LOSS


3.1 The capital of the firm shall be Rs.______ in which the LEAD PARTNER shall have a share of
_______ (not less than 51%) and other parties shall have _________ shares (not less than 20%
each), in case of joint venture firms with up to 3 constituent members (If the Joint Venture firm
consists of 5 members the lead partner shall have a share of not less than 51% and the other
constituent members shall have not less than 10% of the capital. In case of joint venture firms
with foreign members, the lead member has to be an Indian firm with a minimum share of 51%).

3.2 The parties of the Joint venture hereby undertake not to modify the share percentage till the work
under the tender is completed to the satisfaction of the Tendering Authority, if the tender
submitted by the joint venture firm is accepted.

3.3 It is agreed that a copy of the memorandum of understanding executed by the JV members shall
be submitted by the JV firm along with the tender.

3.4 It is agreed that once tender is submitted by the Joint Venture firm, the MOU shall not be
modified/altered/terminated during the validity of the tender. In case of successful tender, the
validity of this MOU shall be extended till the currency of the contract expires and thereafter till
the expiry of the maintenance period.

3.5 It is also agreed that on award of contract to this JV firm, a single Performance Guarantee will be
submitted by the joint venture firm as per tender conditions. All the guarantees like performance
guarantee, Bank guarantee for mobilization advance, Machinery advance etc., will be submitted
only in the name of joint venture firm and no splitting of guarantees amongst the members of the
joint venture firm shall be permitted.

Signature of Tenderer/Contractor
Page- 75

4.0 Working capital

4.1 It is agreed that each party shall contribute working capital for equipment, manpower and material
or any expenses to be incurred for execution of the project/work or any other investment required
in connection with the execution of the project/work in proportionate to the share capital
participation ratio.

4.2 It is agreed that Each party shall be responsible for the due fulfillment of all conditions,
stipulations, obligations expressly included and provided in the submitted tender work as clarified
by the agreement between the parties and shall hold harmless and indemnified against any damage
arising from its default or non-fulfillment of such obligations etc.

4.3 It is agreed that If any party fails to perform its obligations described in the agreement during the
execution of the project and to cure such breach within the stipulated period the other party shall
have the right to take up the work, interest and responsibility of the defaulting party at the cost of
the defaulting party.

5.0 LIABILITY OF JOINT VENTURE MEMBERS TO THE FIRM AND RAILWAYS.

5.1 It is agreed that on receipt of LOA, the agreement among this Joint Venture firm has to be
executed and got registered under Companies Act 1956 or under Registration Act 1908, if not
done so earlier.

5.2 JOINT AND SEVERAL LIABILITY: It is agreed that the members of this Joint Venture firm
are jointly and severally liable to the Railways for execution of the project/work in accordance
with General and Special conditions of the Contract. The joint venture members shall also be
liable jointly and severally for the loss, damages caused to the Railways during the course of
execution of the contract or due to non execution of the contract or part there of.

5.3 AUTHORISED MEMBER: It is agreed that the Joint Venture members shall authorize one of
the members on behalf of the joint venture firm to deal with the tender, sign the agreement or
enter into contract in respect of the said tender to receive payment, to witness joint measurement
of work done, to sign measurement books and similar such action in respect of the said
tender/contract. All notices, correspondences with respect to the contract would be sent only to
this authorized member of the JV firm.

6.0 Technical and Financial Experience


6.1 The Joint Venture firm has executed works namely _________________ and as such the firm is
having experience of constructing/executing the work of ____________________________
OR
The party no. 1 of this Joint Venture firm is having experience of constructing ______________
work and in fact executed ________ work.

6.2 The party no. 2 this Joint Venture is doing business _____________ and having a turn over of
Rs.___________ and thus having the capacity of required finance for the execution of the
project/work.
( Note :- The respective parties may give the description of experience in the
     field required for the project.)

7.0 Miscellaneous:-

Signature of Tenderer/Contractor
Page- 76

7.1 Bank Account: Separate bank account or accounts shall be opened in the name of the joint
venture in a scheduled or Nationalized Bank in India as decided by the parties herein with mutual
consent and shall be operated by the lead partner or its authorized party as agreed by the parties
herein.

7.2 It is agreed that All payment and receipts of the joint venture shall be in the name of the joint
venture.

7.3 It is agreed that Parties of the Joint Venture shall have no right to assign, pledge, sell or otherwise
dispose all or any part of its respective interests in the joint venture to a third party without the
consent of other parties in writing.

7.4 Subject to the above clause, the terms and conditions of this agreement shall be binding upon the
parties, their Directors, officers, Employees, successors, assignees and representatives.

7.5 All the members of this joint venture firm collectively assert that none of the firms/members are
not black listed or debarred by any other Ministry/ Department of Government of India/State
Government/ Public Sector undertakings from participation in tenders/contracts on the date of
tender opening of bids either in their individual capacity or partnership firm or JV firm in which
they were/are members/partners.

7.6 This Joint Venture Agreement shall in all respect be governed and interpreted in accordance with
Indian Laws.

7.7 Duration of the Joint Venture Agreement: It shall be valid during the entire currency of the
contract including the period of extension if any and the maintenance period after the work is
completed

8. This Joint Venture agreement shall not be modified/altered/ terminated during the validity of the
period. In case the Joint Venture firm fails to observe/comply with this stipulation, the full
Earnest Money Deposit shall be forfeited.

9. Constitution of the Joint Venture firm will not be altered during the currency of the contract
except when modification become inevitable due to succession laws etc., and in any case the
minimum eligibility criteria would not be affected. Failure to observe this stipulation will be
deemed to be breach of contract and liable for all consequential penal action by the Railways
against the Joint Venture firm as per contract conditions.

10. The members of Joint Venture firm hereby agreed to submit a copy of the JV registered
agreement duly registered before the Registrar of the companies under companies Act or before
the Registrar/ Sub-Registrar under the Registration Act, 1908. In case this firm fails to
observe/comply with this stipulation, the Railways will have a right to forfeit the Earnest Money
Deposit besides taking the penal action against the members of the Joint Venture and the Joint
Venture firm.

11. No member of Joint Venture firm will assign or transfer the interest right or liability in the
contract without the written consent of the other members and that of the South Central Railway
in respect of this tender / contract.

Signature of Tenderer/Contractor
Page- 77

Lead member. Member -2 Member-3.

Member-4. Member-5.

WITNESS:
(Name & Address)
1.

2.

NOTARY

Annexure -VIII
AGREEMENT

This Agreement is made and executed on this _______ day of _____ 200
Between

Signature of Tenderer/Contractor
Page- 78
1. M/s./Sri ____________________ S/o. ______________ aged about ____ years, Occupation
________ R/o. ______________ hereinafter called the First party, which term shall means and
includes his heirs, successors, Legal representatives, assignees, etc.

2. Sri ____________________ S/o. ______________ aged about ____ years, Occupation


________ R/o. ______________ hereinafter called the second party, which term shall means and
includes his heirs, successors, Legal representatives, assignees, etc.

3. Sri ____________________ S/o. ______________ aged about ____ years, Occupation


________ R/o. ______________ hereinafter called the third party, which term shall means and
includes his heirs, successors Legal representatives, assignees, etc..

4. Sri ____________________ S/o. ______________ aged about ____ years, Occupation ________
R/o. ______________ hereinafter called the fourth party, which term shall means and includes his
heirs, successors Legal representatives, assignees, etc.
And
5. Sri ____________________ S/o. ______________ aged about ____ years, Occupation ________
R/o. ______________ hereinafter called the fifth party, which term shall means and includes his
heirs, successors Legal representatives, assignees, etc.
WHEREAS the parties herein agreed to form a JOINT VENTURE by the name of M/s
------------------- in order to join their individual expertise to obtain best results from the combination of
their individual resources of technical, financial, management and equipments for the benefit of the
project and in order to submit a joint tender (hereinafter referred to as “Tender”) for the works of
______________ as notified by the Chief Administrative Officer(Construction)/Chief
Engineer(Construction)/ Dy.Chief Engineer (Construction), South Central Railway, (hereinafter referred
to as “the Tendering authority”) under Tender Notice No.__________ Dated __________.

Hence forth the Joint Venture thus formed will be known and continued to be existing on the
name of M/s.---------- of which the above mentioned parties are the members of the joint venture. NOW
THERFORE, the parties herein, in consideration of mutual understanding contained hereunder agree as
follows:-

1.0 FORMATION AND TERMINATION OF THE JOINT VENTURE FIRM.

1.1 The parties herein, under this agreement, have decided to form a Joint Venture Firm to submit the
tender for the above project and execute the contract with the Employer for the project if qualified
and contract is awarded.

1.2 The parties herein expressly agreed that any member of this joint venture firm shall not participate
either in individual capacity or as a member of another joint venture firm to participate in this
tender.

1.3.1 The name and style of the joint venture shall be ________ (with full address of office)
hereinafter called the “Joint Venture” all communication regarding the project will be made in the
name of the joint venture at the above address with Telephone No.,_________

2.0 LEAD PARTNER

2.1 The lead partner for the joint venture shall be_____ represented by _____.

Signature of Tenderer/Contractor
Page- 79

2.2 The joint venture authorizes the said lead partner to submit the tender for and on behalf of the
joint venture.
2.3 The lead partner is hereby authorized to enter into negotiation if any and receive payments and
instructions from the Employer, to send all letters, correspondence etc.

2.4 It is also agreed that EMD shall be submitted only in the name of Joint Venture and not in the
name of constituent members. However, in exceptional cases EMD in the name of the lead partner
will be submitted with specific request letter from lead partner stating the reasons for not
submitting the EMD in the name of joint venture and giving written confirmation from the joint
venture partners to the effect that the EMD submitted by the lead partner may be deemed as EMD
submitted by joint venture firm.

3.0 SHARE OF PROFIT AND LOSS

3.1 The capital of the firm shall be Rs.______ in which the LEAD PARTNER shall have a share of
_______ (not less than 51% ) and other parties shall have _________ shares (not less than 20%
each), in case of joint venture firms with up to 3 constituent members.( If the Joint Venture firm
consists 4 or 5 members the lead partner shall have a share of not less than 51% and the other
constituent members shall have not less than 10% of the capital. In case of joint venture firms
with foreign members, the lead member has to be an Indian firm with a minimum share of 51%).

3.2 The parties of the Joint venture hereby undertake not to modify the share percentage till the work
under the tender is completed to the satisfaction of the Tendering Authority, if the tender
submitted by the joint venture firm is accepted.

3.3 It is agreed that a copy of the memorandum of understanding executed by the JV members shall
be submitted by the JV firm along with the tender.

3.4 It is agreed that once tender is submitted by the Joint Venture firm, the MOU shall not be
modified/altered/terminated during the validity of the tender. In case of successful tender, the
validity of this MOU shall be extended till the currency of the contract expires.

3.5 It is also agreed that on award of contract to this JV firm, a single Performance Guarantee will be
submitted by the joint venture firm as per tender conditions. All the guarantees like performance
guarantee, Bank guarantee for mobilization advance, Machinery advance etc., will be submitted
only in the name of joint venture firm and no splitting of guarantees amongst the members of the
joint venture firm shall be permitted.

4.0 Working capital


4.1 It is agreed that each party shall contribute working capital for equipment, manpower and material
or any expenses to be incurred for execution of the project/work or any other investment required
in connection with the execution of the project/work in proportionate to the share capital
participation ratio.

4.2 It is agreed that Each party shall be responsible in toto for the fulfillment of all conditions,
stipulations, obligations expressly included and provided in the submitted tender work as clarified
by the agreement between the parties and shall hold harmless and indemnified against any damage
arising from its default or non-fulfillment of such obligations etc.

Signature of Tenderer/Contractor
Page- 80
4.3 It is agreed that If any party fails to perform its obligations described in the agreement during the
execution of the project and to cure such breach within the stipulated period the other party shall
have the right to take up the work, interest and responsibility of the defaulting party at the cost of
the defaulting party.

5.0 LIABILITY OF JOINT VENTURE MEMBERS TO THE FIRM AND RAILWAYS.


5.1 It is agreed that on receipt of LOA, the agreement among the parties of this Joint Venture firm
has to be executed and got registered under Companies Act 1956 or under Registration Act 1908,
if not done so earlier.

5.2 JOINT AND SEVERAL LIABILITY: It is agreed that the members of this Joint Venture firm
are jointly and severally liable to the Railways for execution of the project/work in accordance
with General and Special conditions of the Contract. The joint venture members shall also be
liable jointly and severally for the loss, damages caused to the Railways during the course of
execution of the contract or due to non execution of the contract or part there of.

5.3 AUTHORISED MEMBER: It is agreed that the Joint Venture members shall authorize one of
the members on behalf of the joint venture firm to deal with the tender, sign the agreement or
enter into contract in respect of the said tender to receive payment, to witness joint measurement
of work done, to sign measurement books and similar such action in respect of the said
tender/contract. All notices, correspondences with respect to the contract would be sent only to
this authorized member of the JV firm.

6.0 Technical and Financial Experience


6.1 The Joint Venture firm has executed works namely _________________ And as such the firm is
having experience of constructing/executing the work of __________
OR
The party No.1 of this Joint Venture firm is having experience of constructing ____________
work and in fact executed__________ work.

6.2 The party No.2 of this Joint Venture is doing business ____________ and having a turn over of
Rs.___________ and thus having the capacity of required finance for the execution of the
project/work.
(Note:- The respective parties may give the description of experience in                     the
field required for the project.)

7.0 Miscellaneous:-
7.1 Bank Account: Separate bank account or accounts shall be opened in the name of the joint
venture in a scheduled or Nationalized Bank in India as decided by the parties herein with mutual
consent and shall be operated by the lead partner or its authorized party as agreed by the parties
herein.
7.2 It is agreed that all payment and receipts of the joint venture shall be in the name of the joint
venture.
7.3 It is agreed that Parties of the Joint Venture shall have no right to assign, pledge, sell or otherwise
dispose all or any part of its respective interests in the joint venture to a third party without the
consent of other parties in writing.
7.4 Subject to the above clause, the terms and conditions of this agreement shall be binding upon the
parties, their Directors, officers, Employees, successors, assignees and representatives.
7.5 All the members of this joint venture firm collectively assert that none of the firms/members are
not black listed or debarred by any other Ministry/Department of Government of India/State
Government/ Public Sector undertakings from participation in tenders/contracts on the date of

Signature of Tenderer/Contractor
Page- 81
tender opening of bids either in their individual capacity or partnership firm or JV firm in which
they were/are members/partners.
7.6 This Joint Venture Agreement shall in all respect be governed and interpreted in accordance with
Indian Laws.
7.7 The members of the Joint Venture Firm hereby agreed to get JV agreement registered before the
Registrar of the companies under companies Act or before the Registrar/Sub-Registrar under the
Registration Act, 1908.

In witness whereof the parties hereto have hereunder set their respective hands and seals on this
the __________ day of _________, 200 .

Party No.1 Party No.2 Party No.3

Party No.4 Party No.5

WITNESS:
(Name & Address)
1.

2.

Annexure-‘IX’

Schedule of Technical Requirements for Fabrication of Steel Girders


1.0 Scope:
1.1 This schedule covers the norms for the capability and the capacity of any firm to manufacture and
supply Steel Bridge Girders. The contractor has to set up the workshop with the facilities
indicated below, as shall have a tie up with existing any other Engg. Workshop for fabrication of
these girders as per the laid down specifications. The Railways nominated officer/Supervisor will

Signature of Tenderer/Contractor
Page- 82
inspect the various facilities available or will remain present during the process of fabrication to
oversee that requisite processes are being followed. The inspection and subsequent clearance
shall however not relieve the contractor of his responsibility to deliver the product as per
specifications. In case of any failure, the contractor shall be entirely responsible. The contractor
shall carry out the requisite tests as specified in the various codes for quality control in the
approved laboratory. The Railways supervisor may witness such tests. The due intimation shall
be given by the contractor before sending the samples for testing or carrying out the tests..

2.0 The Workshop shall be provided with


I. The required infrastructure, machinery & plant.
II. Testing and measuring equipments duly calibrated.
III. Trained technical manpower and Quality Assurance Programme.
IV. Equipments meeting the requirement of relevant specifications.
V. Space required for manufacturing, testing and storage viz., manufacturing floor, godown,
store, office and test lab etc.,

3.0 Norms for Acceptance

3.1 To qualify for riveted steel bridge girders production, the firm must satisfy the infra-structural
requirement as laid down in para 4 to 6.
3.2 To qualify for welded steel girders production, firm must satisfy the requirement laid down in para
7 in addition to requirement of other para 4 to 6.
3.3 Fabricators who do not have established the workshop for fabrication but do have required
facilities at site as given in para 3.1 & 3.2 above as applicable will also be considered.

4.0 General and Infra-structural Requirements for Steel Girders:


4.1 The fabricator must have adequate organization including supervisors, skilled workers and
adequate manpower to execute the fabrication work in competent manner.
4.2 A proper organization must exist to perform the functions of purchasing of various raw materials
and consumables etc., and maintaining related inspection certificates, test certificates etc.,
4.3 Previous experience of fabricating steel structures capable of with standing dynamic loads such as
bridge girders, microwave towers, pressure vessels, heavy industrial steel structures etc., is
essential.
4.4 A Proper procedure for maintenance of records for receipt and consumption of raw material
should be in vogue or developed so as to permit verification by Railway’s representative.
4.5 Adequate power supply should be available through distribution agencies and adequate backup
shall be available through captive generation.
4.6 Covered bay area served by EOT cranes or by mechanically operated machines should be
provided to handle day to day fabrication of girder components.
4.7 Enough area to store raw material, sub assemblies and finished product should be available. The
area provided should be enough to store raw material to execute the work order for requirement of
steel. Suitable material handling facilities in form of EOT / mobile cranes should be available.

4.8 A separate line for inspection and testing of girders should be provided for final inspection and
testing of bridge girders by Railway’s inspecting engineers.
4.9 Proper facility for surface preparation/ painting/metalising of steel girders. As no part of the work
shall be painted unless it has been finally passed and cleared by inspecting officer, adequate space
for storing fabricated component awaiting painting shall be available.
4.10 For full-scale layout of drawings to which girders are to be manufactured, template shop with
steel / concrete floor should be available. For symmetrical girders, central half of the layout may

Signature of Tenderer/Contractor
Page- 83
be done and for non-symmetrical girders full-length layout shall be required. Further, for
development of jigs and fixtures this shop should have in-house jigs manufacturing facilities.
4.11 Sufficient space for trail erection of the girder after manufacture shall be available. For this
purpose, proper handling equipment, stacking space and other facility shall be available.
4.12 An adequately equipped and staffed drawing office is required for preparation of fabrication
drawings.

5.0 Machinery & Plants:


Following machinery and plants shall be available with the fabricator:

5.1 EOT/Portal/Mobile crane of adequate capacity or suitable material handling facility to serve the
handling of material for fabrication of girders, unloading of raw material and loading of finished
product so as to have minimum joints.
5.2 Compressors of adequate capacity suitable for riveting and for other simultaneous applications.
5.3 Oxy-Acetylene gas cutting equipment
a) Profile cutting equipment of adequate size.
b) Self propelled straight cutting equipment preferably consisting of multiple torches.
5.4 Radial drilling machines of adequate capacity to drill holes of 12 to 50mm diameter.
5.5 End milling machine.
5.6 Plate & Structural sections straightening machine.
5.7 Penumatic/hydraulic yoke riveting machine.
5.8 Adequate number of portable pneumatic tools such as grinders, drilling machines, chipping
machines, wrenches etc.,
5.9 Instrument for recording of camber/deflection of trail erected girder.
5.10 Facilities for surface preparation / painting / metallising as per IRS B-1 specification
5.11 A) To test raw material and girders to conform it for relevant specification, testing facilities for
the following must be provided:-
a) Elcometer for measuring thickness of paint.
b) Steel measuring tape duly calibrated.
5.11 B) Following facilities for testing of material can be in house of may be arranged from external
agencies:

a) Equipments required for testing of mechanical properties, chemical composition and


microstructure etc.,
b) Ultrasonic flaw detection testing facilities for checking internal flaws and thickness of
section.
5.12 System of periodical maintenance of M&P must be in vogue and proper records maintained.

6.0 Quality Infrastructure:


6.1 Fabricator shall have proper quality infrastructure to ensure the quality product as required under
latest issue of IRS B1 specification and IRS Welded bridge code as applicable.
6.2 A System should be in force for analysis of defects noticed during internal and external inspections of
the final product and sub-assemblies. A dynamic arrangement for a feed back to the source of
defects and for rectification should be in vogue.
6.3 The fabricator should have adequate infrastructure and facilities like checking gauges, templates
etc., during fabrication required from time to time so as to ensure that the finished product is as
per requirement of IRS: B1 and Welded Bridge code.
6.4 Following specifications / codes commonly referred in connection with fabrication of riveted steel
girders must be available with fabricator.

IRS B-1 Fabrication and erection of Steel Girder Bridges

Signature of Tenderer/Contractor
Page- 84
IRS Steel Bridge Code
IS: 1148 Hot rolled steel rivet bars (upto 40mm dia) for structural
purpose.
IS: 1149 High tensile steel rivet bars for structural purpose
IS: 1852 Rolling and cutting tolerance for Hot rolled steel products
IS: 2062 Hot rolled low medium and high tensile structural steel

The latest version of BIS Code/Specifications referred herein including their amendments issued
from time to time are to be followed.
7.0 Additional general and infra-structural requirements for fabrication of welded Girders.

7.1 The following facilities should be available for fabrication of welded girders.
a) Welded transformers/rectifies for Manual Metal Arc Welding(MMAW).
b) Inert gas (Carbon Dioxide) welding equipments sets.
c) Automatic sub-merged arc welding equipment.
d) Suitable Welding Manipulators.
e) Macroetching / Dye Penetrant or Magnetic Particle testing facilities.
f) Arrangement for radiographic test either in house or from external agency.
g) Tongue tester for measuring current and voltage.
h) Gauges for checking weld size, throat thickness and edge preparation etc.,

7.2 Welding for edge preparation before welding:


7.3 Fabricators must ensure that welding and gas cutting equipment/accessories meet BIS or other
international standard requirements. It will be fabricators responsibility to satisfy the inspecting
engineer that all the welding equipment / accessories conform to the BIS standard or any other
standard in the absence of proper marking on such equipment / accessories.
7.4 Only trained and qualified Welders shall be deployed for welding. The welders must be trained in
accordance with the provisions of IS: 817. They must be trained either from recognized welding
institutes or by in-house training, if proper facilities exist. The welders must be tested as per
requirements of IS: 7310 and proper records maintained.
7.5 All welding shall be carried out under the overall supervision of a qualified welding supervisor
who has been trained in Welding Technology from any recognized welding institute.
7.6 Welding instructions shall be prominently displayed on the shop floor. Requirement of the job in
hand must be clearly explained to the welder before he is permitted to work.
7.7 Following specifications / codes commonly referred in connection with fabrication of welded steel
girders must be available with fabricator.
IRS WBC IRS Welded Bridge Code.
IS: 817 Code of practice for training and testing of metal arc welders.
IS: 818 Code of practice for safety and health requirements in electric and gas
welding operations
IS: 822 Code of procedure for inspection of welds
IS: 4353 Recommendations for sub-merged arc welding of mild steel and low
alloy steels.
IS: 7307(Pt1) Approval tests for welding procedure
IS: 7310(Pt1) Approval tests for welders working to approved welding Procedure –
fusion welding of steel.
IS: 9595 Recommendations for metal arc welding of carbon and carbon
Manganese steel.
IS 1024 Code of practice for use of welding in Bridges and structures subject to
dynamic loading

Signature of Tenderer/Contractor
Page- 85
IS 1182-1985 recommended practice for radio graphic examination of Fusion Welded
but joint
IS 5334-1981 Code of practice for magnetic particle flaw detection of welds.

The latest version of BIS codes/Specifications referred herein including their amendments issued
from time to time are to be followed. Wherever to the standards mentioned above appears in the
specification it shall be taken as a reference to the latest version of the standard.
8.0. Programme for Quality assurance during execution of work.
9.0. The methodology shall be prepared by considering the following points :

i) Prior to start of work, detailed method statement shall be submitted to the Engineer for
approval covering all the activities including fabrication/launching of girders.

The contractor shall submit the test certificates of Structural steel etc. Additionally, Railway
reserves the right to get the above materials tested from any Govt. approved lab/Institutions, as
and when required at Contractor’s cost.

10.1 The Fabrication of the girders and its accessories shall be carried out by the contractor in his
factory premises or in a well established fabrication workshop to the set up by the contractor at
bridge site or any other location as approved by the Engineer-in-charge. The workshop staff shall
have requisite experience, proven skill and experience in the technique of fabricating large
components. Accuracy of fabrication shall be realized through controlled high precision jigs,
fixtures and templates, which shall be inspected and passed by Railway any other inspection
agency as nominated by Railway. The Engineer-in-charge shall be empowered to check the
manufacturing process from time to time to ensure that the work is executed as per the
specifications.
10.2 The works of fabrication, in contractor’s fabrication shop will at all times be open for inspection
by the Railway or any other agency as nominated by the Railway. Before dispatch of fabricated
steel work from the shops, the same will be inspected in the contractor’s fabrication workshop by
Railway or any other authority/ agency nominated by Railway who will thereafter issue inspection
certificate.
10.3 Any defects noticed during inspection in the execution of work shall be rectified or replaced by
the contractor at his own cost. The decision of Railway or any other agency nominated for
inspection as to the existence of the defect, the manner in which the defective work has to be
rectified or replaced, shall be final and conclusive.
10.4 Welding consumables for all type of Welding shall conform to IS specifications.
10.5 All materials for the work shall pass tests and / or analysis prescribed by the relevant IS
specifications.
10.6 For all materials, the contractor shall furnish copies of test certificates from the manufacturers,
showing that the materials have been tested in accordance with the requirements of various
specifications and codal provisions.
10.7 All welding shall be by automatic and semi-automatic submerged are welding process except
where inaccessible. Site welding shall be avoided, but if necessary, shall be carried out only on
secondary members having low stress to transmit across the joint for which approval of Engineer-
in-charge shall be required.

10.8 Welded construction shall be carried out generally in accordance with provisions of IS: 9595
(Metal Arc Welding) and further subject to specifications as under :

a) Welding shall be done only by qualified and approved welding operators, whose competency
has been verified and certified by Engineer/ Inspecting Officer. Routine re-testing of welding

Signature of Tenderer/Contractor
Page- 86
operators may be required every six months if deemed necessary by the Engineer who also
reserves the right to retest any welding operator at any time during the contract.
b) All long and continues welds shall be carried out by automatic submerged Arc welding (SAW)
process only, in order to obtain sound and uniform shape and cross section. CO2 or manual
metal arc welding (MMAW) may be done for short lengths or for secondary connections where
access to the location of the weld does not permit submerged arc welding (SW), subject to
approval of Engineer. Except for special types of edge preparation, such as single and double
U, single and double J the fusion edges of all the plates which are to be joined by welding may
be prepared by using mechanically controlled automatic flame cutting equipment and then
ground to smooth finish. Special edge preparation should be made by machining or gouging.
c) The contractor shall appoint welding supervisors whose competence and qualification shall be
subject to approval of Engineer/ Inspection Officer, all welds shall be carried out under their
direction and supervision.
i) Following groups of tests shall be carried out :
a. Butt welds: Transverse tensile test, traverse and longitudinal bend test with the root of weld
in tension and compression respectively, charpy V-notch impact test.
b. Fillet Welds: Fillet weld fracture test.
c. Tack welds: Inspection for cracking.
d. All welds: Macro examination.

10.9 Additional tests may also be carried out as per requirement and instructions of engineer /
inspecting officer. Following tests are normally performed on welds :
(a) Non Destructive Tests (NDT)

* Visual inspection/ profile gauge for dimensional check of size and throat thickness of weld.
* Etching test for penetration of joint.
* Magnetic particle or Ultra Sonic Pulse Velocity ( USPV )
* Gamma Radiography & X-ray ( only for butt welds )
* Dye penetration of all weld joints.
(b) Destructive Test :
* Tensile test
* Bend test
* Impact test
* Load test
* The surface should be clean, dry and free from contaminants and it should be rough enough to
ensure adhesion of the paint film.

However, it should not be so rough that the film cannot cover the surface peaks.

All items fabricated in the workshop shall be marked and packaged with accompanying package list. The
items after fabrication shall be transported by contractor to site by Rail/ Road in a manner as to cause no
damage to the components. Contractor shall be liable for all losses and damages in transit for the
materials consigned by him till materials are erected and work completed and taken over.
Annexure

DESIGN CRITERIA

Design criteria for the ROBs mentioned in the particulars of work.

1. Loading :

Signature of Tenderer/Contractor
Page- 87
The bridge shall be designed for two lanes of IRC Class ‘A’. Loading or single lane of Class 70R
loading whichever gives worst effect.

The following codes of practice shall be adopted.


2. The clearance and the levels shown in the general arrangements drawing shall be followed
without alterations.
a) IRC 24 2001 – Standard specification and code of practice for Road Bridge (Section V)
b) IRC 22 – Standard specification and code of practice Road Bridge section VI (Composite
constructions)
c) IS 4000 -1992 – High strength bolts in steel structures – Code of practice.

3. IRC codes of practice for road bridge Section-I, II & III and latest additions of Codes IRS 5-1998
for Section-I IRC 6-2000 for section-II IRC 21-2000 for Section –III and IRC 78-2000 for
Section-VII and other IRC codes that are referred shall be mentioned in the design calculation
concrete used for slabs shall have a characteristic strength of not less than 35 N/mm2 on 150mm
cubes after 28 days curing using 20mm maximum size hard granite stone aggregate of approved
quality.

4. The relevant course of practice in the special conditions under supply, fabrication and erection of
steel work and other related codes shall be followed.

Signature of Tenderer/Contractor

You might also like