Rangiya Division DRM (W) /RNY - Amazon AWS

116
Page 1 of 116 Divisional Railway Manager(Works) Signature of tenderer(s) Northeast Frontier Railway, Rangiya Rangiya Division DRM (W) /RNY (Two Packet System) First Packet (Technical & Commercial offer) “E” Tender Notice No. : 10-ENGG-RNY-2018-19 dated 30.05.2018. Name of Work : At Tangla : Manufacturing, supplying and stacking of 50/60mm size machine crushed stone ballast in Depot and loading the same into hopper in Rangiya Division. Tender value : Rs. 33,83,90,000/- Earnest Money : Rs. 18,41,950/- Completion Period : 18 (Eighteen) months.

Transcript of Rangiya Division DRM (W) /RNY - Amazon AWS

Page 1 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Rangiya Division

DRM (W) /RNY

(Two Packet System)

First Packet (Technical & Commercial offer)

“E” Tender Notice No. : 10-ENGG-RNY-2018-19 dated 30.05.2018.

Name of Work : At Tangla : Manufacturing, supplying and stacking of 50/60mm

size machine crushed stone ballast in Depot and loading the same into hopper in

Rangiya Division.

Tender value : Rs. 33,83,90,000/-

Earnest Money : Rs. 18,41,950/-

Completion Period : 18 (Eighteen) months.

Page 2 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

1. Section-I & II : Tender form (First & Second Sheet)

2. Section III : Important Clause of G.C.C.

3. Section IV : Special Condition of Contract (General).

4. Section V : Safety Rules

5. Section VI : Important Codal Provision.

6. Annexure.

7. Ballast Condition.

8. P-Way Condition.

9. Additional Special Condition.

Page 3 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

SECTION-I

NORTHEAST FRONTIER RAILWAY TENDER FORMS (First Sheet)

Tender No. 10-ENGG-RNY-2018-19 dated 30.05.2018.

Name of work At Tangla : Manufacturing, supplying and stacking of 50/60mm size

machine crushed stone ballast in Depot and loading the same into hopper in Rangiya

Division.

To

The President of India

Acting through the ………………..

……………………………………..

Northeast Frontier Railway

I/We …………………..have read the various conditions to tender attached here to and

agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for

a period of …………..days from the date fixed for opening the same and in default thereof,

I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work for

Northeast Frontier Railway, at the rates quoted in the attached schedule and hereby bind

myself/ourselves to complete the work in all respects within ………………………months from

the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the General Conditions of Contract July 2014

corrected up- to- date and to carry out the work according to the Special Conditions of Contract

and Indian Railways Unified Standard Specifications (Materials and Works) Vol-I & II 2010 as

corrected up-to-date, Unified Standard Schedule of Rates of Northeast Frontier Railway, 2010 as

corrected up-to-date (for the present contract).

3. A sum of Rs…….. …….is herewith forwarded as Earnest Money. The full value of the

Earnest Money shall stand forfeited without prejudice to any other right or remedies in case

my/our tender is accepted and if:-

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

the Railway that such documents are ready; and

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

4. I/We have downloaded this tender document from official website of Northeast Frontier

Railway and a sum of Rs…………….. is herewith forwarded as tender fee failing which

my/our offer shall be summarily rejected. OR

I/We have purchased the Tender Form from the office of

…………………………………………… Northeast Frontier Railway on payment of

Rs………………….. as prescribed fee, vide…………………. (Receipt No.)

Page 4 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

5. Until a formal agreement is prepared and executed, acceptance of this tender shall

constitute a binding contract between us subject to modifications, as may be mutually agreed to

between us and indicated in the letter of acceptance of my/our offer for this work. Signature of Witness:-

…………………………..

(1)…………………

(2)………………… Date……………….

SECTION-II

TENDER FORMS (Second Sheet)

Instructions to tenderers and conditions of tender

1. The following documents form part of tender /contract:-

(a) Tender forms – First Sheet and Second Sheet

(b) Special Conditions of Contract (enclosed)

(c) Schedule of approximate quantities (enclosed)

(d) General Conditions of Contract 2014 and Indian Railways Unified Standard Specifications

(Materials and Works) Vol-I & II -2010 as amended/corrected up-to-date, copies of which can

be seen in the office of Sr.DEN/C----- or obtained from the office of the Principal Chief

Engineer/DRM-----Northeast Frontier Railway on payment of prescribed charges.

(e) Unified Standard Schedule of Rates of Northeast Frontier Railway - 2010 as amended /

corrected up-to-date, copies of which can be seen in the office of Sr.DEN/C/------ Principal

Chief Engineer/DRM----, Northeast Frontier Railway or obtained from the office of the

Principal Chief Engineer/DRM----, Northeast Frontier Railway on payment of prescribed

charges.

(f) All general and detailed drawings pertaining to this work issued by the Engineer or his

representatives (from time to time) with all changes and modifications.

(g) Other enclosures, of these „Forms for Technical and Commercial offer‟ and „Form for

Financial Bid‟.

2. Drawings for the work: - The general drawings for the work can be seen in the office of

the Principal Chief Engineer/DRM/_______, Northeast Frontier Railway at any time during the

office hours. Generally the drawings are only for the guidance of tenderer(s).

Detailed working drawings. (if required) based generally on the drawing mentioned above,

will be prepared by the contractor and got approved from engineer. Structural drawing, where

ever required, will be given by Railways from time to time.

3. The tenderer(s) shall quote his / their rates as a percentage above or below or at par the total

value of tender. The quantities shown in the attached schedule are given as a guide and are

approximate only and are subject to variation according to the needs of the Railway. The

Railway does not guarantee work under each item of the schedule.

3.1 Tenders containing erasures and / or alterations of tender documents are liable to be

rejected. Any correction made by tenderer(s) in his / their entries must be attested by him /

them.

Page 5 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

4. Earnest Money:

(a) The tender must be accompanied by a sum of Rs. 18,41,950/- as earnest money deposited in

terms of the provisions contained in para 4(e) of this section, failing which the tender shall not

be considered.

(b) The tenderer(s) shall keep the offer open for a minimum period of 90 days from the date of

opening of the tender. It is understood that the tender documents have been sold/issued to the

tenderer(s) and the tenderer(s), is / are permitted to tender in consideration of the stipulation on

his / their part that after submitting his / their tender subject to the period being extended further

if required by mutual agreement from time to time, he/they will not resile from his/their offer or

modify the terms and conditions thereof in a manner not acceptable to the Principal Chief

Engineer/DRM/______, Northeast Frontier Railway, Should the tenderer fail to observe or

comply with the foregoing stipulation, the amount deposited as Earnest Money for the due

performance of the above stipulation, shall be forfeited by the Railway.

(c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as

Security Deposit for the due and faithful fulfillment of the contract. This amount of Security

Deposit shall be forfeited if the tenderer(s) fail to execute the contract agreement within 7

days after receipt of notice issued by Railway that such documents are ready or to commence

the work within 15 days after receipt of the order to that effect.

(d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before provided, be returned to the unsuccessful tender(s) (lead partner in case of JV) within a reasonable time 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.

(e) The Contractor has to deposit the Earnest Money either through Net banking or Payment

Gateway to access the NIT and without which he/they can not process for e-bidding.

Neither Banker‟s Cheque, Demand Draft, Cash Payment nor Fix Deposit Receipt (FDR)

is permitted in the e-tender system.

5. Rights of the Railway to deal with tender: - The authority for the acceptance of the

tender will rest with the Railway. It shall not be obligatory on the said authority to accept

the lowest tender or any other tender and no tenderers(s) shall demand neither any

explanation for the cause of rejection of his /their tender nor the Railway to assign reasons

for declining to consider or reject any particular tender or tenders.

6. System of tendering:-

6.1 Two Packet system: Following procedure shall be adopted for dealing with „Two

Packet System‟ of tendering:

(a) With a view to assess the tenders technically without being influenced by the financial

bids, „Two Packet System‟ of tendering shall be adopted. In this system, the tenderer(s)

shall submit their quotations/offers in two sealed envelopes; with one cover containing

the Technical & Commercial offer and the other cover containing the Financial Bids.

The first packet shall be with the objective of scrutinizing the capability, possession of

appropriate machinery & equipments, financial strength, experience etc. of the

tenderer(s).

(b) The technical details and commercial conditions shall be read out before the tenderer(s)

or their representatives at the time of opening of tenders and the same shall be

evaluated by the Tender Committee. If the offers are found acceptable by the

Page 6 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

competent authority, the second packet shall be opened and the tenders shall be

processed for finalization in the normal manner.

(c) However, if on the basis of information contained in the first packet, the Tender

Committee needs clarification regarding designs, specifications etc. discussions may be

held with each individual party/tenderer after obtaining approval of the Competent

Authority.

(d) Details of the documents to be submitted in the First Packet (Technical & Commercial

offer) are given in clause 23 of this section. The envelope containing the First Packet

(Technical & Commercial Bid) shall be super-scribed as under :-

First Packet (Technical & Commercial offer)

Tender No. ___________________________

Name of Work ___________________________

(e) In the Second Packet (Financial Bid) only schedule of approximate quantities and

offers sheet of the tender documents duly filled in, stamped and signed by the tenderer

(s) is to be submitted. The envelope containing the Second Packet (Financial Bid) shall

be super scribed as under -

Second Packet (Financial Bid) Tender No. ___________________________

Name of Work ___________________________

(f)

Both of the envelopes containing „Technical & Commercial offer‟ and „Financial Bids‟

shall then be put together in common envelope and submitted as detailed in clause 11

of this section.

6.2 Single Packet tender: In case of Single packet tender, all the documents i.e. Technical

& Commercial offer and Financial Bid shall be sealed in one envelope only and

submitted in accordance with clause 11 of this section.

6.3 In case of two packet tenders, financial bids of those tenderer(s) who have been found

ineligible in technical bids will be returned to them by registered post on the address

given after tender has been finalized.

6.4 An affidavit is required to be submitted by all tenderer(s) (as given in Annexure II).

Based on this affidavit, Tender Committee will deliberate and decide eligibility of

tenderer(s) for first packet.

Second packet (Finance Bid) of only eligible tenderer(s)will be opened and relevant

documents of eligible tenderer(s) will be got verified. The number of tenderer(s),

whose documents are to be got verified, will be decided by the Tender Committee.

If contents in documents submitted by tenderer(s) are found to be incorrect/false action

will be taken against such tenderer(s) as per provisions contained in Affidavit

submitted by them as annexure II.

7. If the tenderer(s) deliberately gives / 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.

8. If the tenderer(s) expires/expire after the submission of his / their tender or after the

acceptance of his/their tender, the Railway shall deem such tender cancelled unless the

firm retains its character.

9. Tenderer should submit the tender with due diligence after going through the tender

documents and should sign and stamp the same.

Page 7 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

10. Offer sheet of the tender document shall be signed and stamped by the tenderer failing

which the tender shall be summarily rejected.

11. Tender must be enclosed in a sealed cover, super-scribed “Tender No……….. and must be

sent by registered post to the address of Principal Chief Engineer/DRM---- Northeast

Frontier Railway so as to reach his office not later than 15.00 Hours on the ………..….. or

deposited in the special box allotted for the purpose in the office of Principal Chief

Engineer/DRM/_____________, Northeast Frontier Railway. This special box will be

sealed at 15.00 hours on ___________. The tender will be opened at 15.30 hours on the

same day. The tender papers will not be sold after 11.30 hours on _____________.

11.A Non-compliance with any of the conditions set forth therein above is liable to result in the

tender being rejected.

CONTRACT DOCUMENTS

12. Execution of Contract Documents:- The successful tenderer(s) shall be required to

execute an agreement with the President of India acting through the ________________,

Northeast Frontier Railway for carrying out the work according to General conditions of

Contract, Special conditions of Contract annexed to the tender and Indian Railways

Unified Standard Specifications (Work and Materials)Vol-I & II – 2010, USSOR-2010 of

NFR as amended/corrected up-to-date.

The tenderer whose tender is accepted shall be required to appear in person at the office

of the General Manager/Principal Chief Engineer/DRM(W)/______, Northeast Frontier

Railway as the case may be, or if a firm or corporation, a duly authorized

representative shall so appear and execute the contract documents within 7 days after issue

of notice by Railway that the contract documents are ready. Failure to do so shall constitute

a breach of the agreement affected by the acceptance of the tender in which case the full

value of the earnest money accompanying the tender shall stand forfeited without prejudice

to any other rights or remedies.

If any tenderer whose tender is accepted, shall refuse to execute the contract document as

here-in-before provided, the Railway may determine that such tenderer has abandoned the

contract and thereupon his tender and acceptance thereof shall be treated as cancelled and

the Railway shall be entitled to forfeit the full amount of the Earnest Money and to recover

the damages for such default.

13. Form of Contract Document: Every contract shall be complete in respect of the

document it shall so constitute. Not less than 2 copies of the contract document shall be

signed by the competent authority and the contractor and one copy to be given to the

contractor.

(a) For Zone contracts, awarded on the basis of the percentage above or below the schedule of

rates of Railway for the whole or part of financial year, the contract agreement required to

be executed by the tenderer whose tender is accepted shall be as per specimen form,

Annexure-II of GCC 2014. During the currency of the Zone Contract, work orders as per

specimen form Annexure-III of GCC 2014, for works not exceeding Rs. 2,00,000/- each,

shall be issued by the Divisional Railway Manager/Executive Engineer under the

agreement for Zone Contract.

(b) For contracts for specific works, valued more than Rs. 2,00,000/- the contract document

required to be executed by the tenderer whose tender is accepted shall be either an

Agreement as per specimen form Annexure-IV of GCC 2014, or a work order as per

specimen form Annexure-V GCC 2014 as may be prescribed by the Railway.

14. Partnership deeds, Power of Attorney etc: - The tenderer shall clearly specify whether

the tender is submitted on his own or on behalf of a partnership concern. If the tender is

submitted on behalf of a partnership concern, he should submit the certified copy of

partnership deed along with the tender and authorization to sign the tender documents on

Page 8 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

behalf of partnership firm. If these documents are not enclosed along with tender

documents, the tender will be treated as having been submitted by individual signing the

tender documents. The Railway will not be bound by any power of attorney granted by the

tenderer or by changes in the composition of the firm made subsequent to the execution of

the contract. It may, however recognize such power of attorney and changes after obtaining

proper legal advice, the cost of which will be chargeable to the contractor.

(a) For participating in tendering process :- Power of Attorney, duly stamped and

authenticated by a Notary Public from all partners of the firm in favour of one or more

partners(s) or any other persons(s) as listed in Para 24 of this section.

(b) On award of work to successful tenderer :- One or more partners of the firm or any other

persons(s) shall be designated as the authorized person(s) on behalf of the firm, who will

be authorized by all the partners to act on behalf of the firm through a “Power of

Attorney”, specifically authorizing him/them to sign the agreement, receive payment,

witness measurements, sign measurement books, make correspondences, compromise,

settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate”, refer all

or any dispute to arbitration and to take similar such action in respect of the said

tender/contract. Such “Power of Attorney” should be notarized/registered and submitted as

listed in Para 23.2.2(b) of this section.

(c ) The tenderer whether sole proprietor, a limited company or a partnership firm if they want

to act through agent or individual partner(s) should submit along with the tender or at a

later stage, a power of attorney duly stamped and authenticated by a Notary Public or by

Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any

other person specifically authorizing him/them to submit the tender, sign the agreement,

receive money, witness measurements, sign measurement books, compromise, settle,

relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all

or any disputes to arbitration.

15. Employment/Partnership, etc., of Retired Railway Employees:-

(a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer

working before his retirement, whether in the executive or administrative capacity, or

whether holding a pensionable post or not, in the Engineering or any other department of

any of the railways owned and administered by the President of India for the time being, or

should a tenderer being partnership firm have as one of its partners a retired engineer or

retired Gazetted Officer as aforesaid, or should a tenderer being an incorporated company

have any such retired engineer or retired officer as one of its Directors, or should a tenderer

have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the

full information as to the date of retirement of such Engineer or Gazetted Officer from the

said service and in case where such Engineer or Officer had not retired from Government

service at least one year prior to the date of submission of the tender, whether permission

for taking such contract, or if the contractor be a partnership firm or an incorporated

company, to become a partner or Director as the case may be, or to take the employment

under the contractor, has been obtained by the tenderer or the Engineer or Officer, as the

case may be from the President of India or any officer, duly authorized by him in this

behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders

without the information referred above 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.

Page 9 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(b) Should a tenderer or contractor have a relative(s) or in the case of partnership firm or

company of contractors one or more of his shareholder(s) or a relative(s) of the

shareholder(s) & employed in gazetted capacity in the Engineering or any other department

of the Northeast Frontier Railway, the authority inviting tenders shall be informed of the fact

at the time of submission of tender, failing

which the tenderer may be disqualified/rejected or if such fact subsequently comes to light,

the contract may be rescinded in accordance with the provision of clause 62 of the General

Conditions of Contract.

16.1 Omissions & Discrepancies: - Should a tenderer find discrepancies in or omissions from

the drawings or tender documents or should he be in doubt as to their meaning or should

need a clarification about any item, he should at once notify the authority inviting tenders

either through a registered letter or through e-mail at _______________. The tender

inviting authority will post necessary amendments/clarifications, if required, on the website

up to 15 days prior to Date of Opening of the Tender(Original/Revised). Such

amendments/clarifications shall be deemed to be the part of tender documents. 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.

16.2 Corrigendum: No Corrigendum is permitted during offer submission period and cases

requiring Corrigendum during offer submission period shall be retendered. Intending bidder

should check for any Corrigendum before bid submission.

17. Care in Submission of Tenders:- (a) (i) Before submitting a tender, the tenderer will be deemed to have satisfied himself by

actual inspection of the site and locality of the works, that all conditions liable to be

encountered during the execution of the works are taken into account and that the rates he

enters in the tender forms are adequate and all inclusive in accord with the provisions of

Clause-37 of the General Conditions of Contract for the completion of works to the entire

satisfaction of the Engineer.

(ii) Tenderers will examine the various provisions of the Central Goods and Services TAX

Act, 2017 (CGST)/Integrated Goods and Services Tax Act, 2017(IGST)/Union Terriotory

Goods and Services Tax Act,2017(UTGST)/respective state‟s State Goods and Services

Tax Act (SGST) also, as notified by Central/State Govt.& as amended from time to time

and applicable taxes before bidding. Tenderers will ensure that full benefit of Input Tax

Credit (ITC) likely to be availed by them is duly considered while quoting rates.

(iii) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST

Act shall submit GSTIN along with other details required under

CGST/IGST/UTGST/SGST Act to railway immediately after the award of contract, without

which no payment shall be released to the contractor. The contractor shall be responsible

for deposition of applicable GST to the concerned authority.

(iv) In case the successful tenderer is not liable to be registered under

CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST from his

/their bills under reverse charge mechanism (RCM) and deposit the same to the concerned

tax authority.

(b) When work is tendered for by a firm or company, the tender shall be signed by the

individual legally authorized to enter into commitments on their behalf.

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by

changes in the composition of the firm made subsequent to the execution of the contract. It

Page 10 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

may, however, recognize such power of attorney and changes after obtaining proper legal

advice, the cost of which will be chargeable to the contractor.

18. Right of Railway to deal with Tenders:- The Railway reserves the right not to invite

tenders for any of Railway work or works or to invite open or limited tenders and when

tenders are called to accept a tender in whole or in part or reject any tender or all tenders

without assigning reasons for any such action.

19.1 Negotiation with Tenderer(s)- Should the Railway decide to negotiate with a view to bring down the rates, the tenderer

called for negotiations should furnish the following form of declaration before

commencement of negotiations :

I/we, _______________________ do declare that in the event of failure of the

contemplated negotiations relating to Tender No. ______________dated ___________

opened on ___________ my original tender shall remain open for acceptance on its

original terms and conditions upto the date specified in the tender or the date extended by

mutual agreement from time to time.

19.2 For all provisions of the contract including PVC, date of negotiation will be considered as

date of opening.

20 The tenderer/s are required to quote his/their rates as %(percentage) above/below /at par in

figures and words (both) on the total value for tender as per the offer sheet annexure of the

tender document and in case of discrepancy between rate quoted in figures and words, the

rate quoted in words shall be taken into account. Rates quoted only in figure shall not be

considered and the tender shall be summarily rejected.

21. Tender documents are not transferable. 22. MINIMUM ELIGIBILITY CRITERIA:- (Applicable only for Tender value more

than Rs. 50 Lakhs)

The tenderer shall submit a notarized affidavit on a non-judicial stamp paper stating that they

are not liable to be disqualified and all their statements/documents submitted alongwith bid

are true and factual. Standard format of the affidavit to be submitted by the bidder is

enclosed as Annexure-II. Non submission of an affidavit by the bidder shall result in

summary rejection of his/their bid. And it shall be mandatory incumbent upon the tenderer to

identify, state and submit the supporting documents duly self attested by which they/he is

qualifying the qualifying criteria mentioned in the Tender document. It will not be obligatory

on the part of Tender Committee to scrutinize beyond the submitted document of tenderer as

far as his qualification for the tender is concerned.

(a) The Railway reserve the right to verify all statements, information and documents

submitted by the bidder in his tender offer, and the bidder shall, when so required by

the railway, make available all such information, evidence and documents as may be

necessary for such verification. Any such verification or lack of such verification, by

the railway shall not relieve the bidder of its obligations or liabilities hereunder nor

will it affect any right of the railway thereunder.

(b) In case of any wrong information submitted by tenderer, the contract shall be

terminated, Earnest money Deposit (EMD), Performance Guarantee (PG) and

Security Deposit (SD) of contract forfeited and agency barred for doing business on

entire Indian Railway for 5 (five) years.

Page 11 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(c) With such a system of self certification of credential, tender finalization should also

be speeded up. It has accordingly been decided that the tender validity period should

be reduced to 45 days for single packet and 60 days for two packet system of

tendering (in place of the present limits of 90 days and 120 days) for tenders having

affidavit based system of credential verification.

Only such tenderer(s) who satisfy the following eligibility criteria shall be considered:-

(i) Turnover:-

Total contractual amount received during last three financial years and in the current

financial year up-to-date of opening of tender should be minimum 150% of advertised

tender value. Authentic Certificates shall be produced by the tenderer(s) to this effect

which may be an attested certificate from the employer/client, Audited Balance Sheet duly

certified by the Chartered Accountant etc.

(ii) Experience in similar nature of work:-

The tenderer(s) should have completed in last three financial years and in current financial

year, at least one single work of similar nature for a minimum value of 35% of the

advertised tender value. Following works will be treated as of similar nature:

“Supply of quarry products (i.e. track ballast, aggregates, and

boulders) and/or its use in Major Civil Engineering works involving

consumption to the extent of 35% (minimum) of tendered quantity”.

NOTE: --

(a) Para 22(i) is self explanatory. Certificate issued by Chartered Accountants based on the

audited balance sheets will also be accepted.( as per Annexure-VIII )

(b) For para 22(ii) , the criteria for completed works shall be as under :-

(i) Entire work has to be completed in all respects as per contract agreement. Part completed

work shall not be considered. Date of completion of the contract should fall in the period

as specified in 22(ii) above.

(ii) Completion certificate should be as per proforma given in Annexure-IV-A or B, as

applicable or in the format containing all information required as per the Annexure-IV-A

or B. In case work is awarded to the tenderer by a Concessionaire as mentioned in (iii)(b)

below, the completion certificate should be submitted as per performa given in Annex.IV-

B.

(iii) Completion certificate from following organizations shall only be considered:-

(a) For tenders costing below Rs.50.00 Crores.

The work(s) should have been directly awarded to the tenderer by Govt.

Organization/ Semi Govt. Organization/ Public Sector Undertaking / Autonomous

bodies/ Municipal Bodies.

(b) For tenders costing Rs.50.00 Cr. and above

The work(s) should have been directly awarded to the tenderer by Central/State

Governments/Public Sector Undertaking/Public Funded Institutions/Municipal

Bodies/Railways Siding owners/Concessionaire (to whom the work is awarded by

Indian Railways/CPWD/NHAI/PWD/State Road Development Corporation on

PPP/DBFOT or any other mode).

Note:-The credentials of a wholly owned subsidiary of a parent company will also be

considered in respect of works mentioned above if tender is submitted by the parent

company.

(iv) Details of works physically completed is to be submitted in the proforma as

Page 12 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

per „Annexure-III‟ as per para (iii) above.

(v) The value of completed work shall be reckoned from the total payment received by the

tenderer from the organization completion certificates submitted in terms of note (ii)

above.

(vi) The amount given at Sr. No. 9 in proforma vide Annexure-IV for the completion

certificate will be the value of completed work, if nomenclature of work as given in

completion certificate matches with similar nature work mentioned in 22(ii).

(vii) The amount mentioned at Sr. No. 10 in „Annexure-IV‟ for the completion certificate

shall be the value of completed work if the nomenclature of completed work includes

additional components of work which are not matching with similar nature of works

mentioned in 22(ii).

(viii) Certificate from private individuals for whom such works are executed shall not be

considered for eligibility of tenderer for 22(ii).

Note:- Any false certificate submitted by tenderer shall lead to forfeiture of EMD,PG, SD

money and further action as mentioned in affidavit at „Annexure-II‟ will be taken.

(ix) Composite Tender:

In the case of composite works involving combination of different works, even separate

completed works of required value should be considered while evaluating the eligibility

criteria.

For example, in a tender for bridge work where similar nature of work has been defined

as bridge work with pile foundation and PSC superstructure, a tenderer, who has

completed one bridge work with pile foundation of value at least equal to 35% of the

tender value and also has completed one bridge work with PSC superstructure of value at

least equal to 35% of the tender value, should be considered as having fulfilled the

eligibility criterion of having completed single similar nature of work.

Note: A work will be considered composite only if value of different types of works is

more than 30% of the tender value. However works of buildings, tube wells, passenger

amenities and staff amenities, though consisting of electrical items, will be considered

only simple works and not composite works for the purpose of this Clause.

(c) Conditional tenders are liable to be rejected straight away. Railway reserves the right to

reject such tenders summarily without assigning any reasons whatsoever.

23. The list of documents to be attached by the tenderer(s) for this tender:-

23.1 Following documents are common for all types of firms i.e. Sole proprietorship,

Partnership, Limited Company or JV.

Firm details as per „Annexure-I‟

a) Affidavit as per proforma given in „Annexure-II‟ (MANDATORY).

b) List of similar nature of works physically completed in all respects in current and last three

financial years directly awarded by Govt./Semi Govt./Public sector undertaking /

Autonomous bodies /Municipal bodies/ Railways Siding owners/Concessionaire (to whom

the work is awarded by Indian Railways/CPWD/NHAI/PWD/State Road Development

Corporation on PPP/DBFOT or any other mode). as per proforma given in „Annexure-III‟

c) Attested copy of Completion Certificate of works mentioned in para (b) above from the

Organizations with whom they worked as per proforma given in „Annexure-IV-A or B‟ as

applicable.(Mandatory)

d) List of works on hand as per proforma given in „Annexure-V‟

e) List of plants & Machinery available on hand (own) and proposed to be inducted (own and

hired to be given separately) for the subject work in „Annexure–VI‟.

f) List of Personnel, Organization available on hand and proposed to be engaged for the

subject work in „Annexure –VII‟.

g) The Contractor has to deposit the Earnest Money either through Net banking or Payment

Gateway to access the NIT and without which he/they cannot process for e-bidding.

Page 13 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Neither Banker‟s Cheque, Demand Draft, Cash Payment nor Fix Deposit Receipt (FDR) is

permitted in the e-tender system (MANDATARY).

h) The Contractor has to pay the cost of tender document either through Net banking or

Payment Gateway to access the NIT and without which he/they cannot process for e-

bidding (MANDATARY).

i) (i) For Two Packet System of Tender

First packet will contain complete tender documents except schedule of approximate

quantities and offer sheet duly stamped & signed by the tenderer(s) as mentioned in

INDEX. Second packet will contain schedule of approximate quantities and offer sheet

duly filled in stamped & signed by the tenderer(s) (MANDATORY).

j) Annual turnover for the last three years and current financial year with supporting

documents required as per para 22(i) (MANDATORY).

k) Self attested copy of Permanent Account Number (PAN) issued by Income Tax

Department.

l) The tenderer(s) are required to submit the test report of the stone ballast conforming to

railways specifications as given in the condition no.7.2.2 of section-VI along with their

offer, issued from the approved laboratory as listed in condition no 7.1.1(a) of section-VI

in the tender documents otherwise their offer shall be summarily rejected. (This item will

be applicable only for the tenders of supply of ballast) (Mandatory).

m) Any other document in support of his/their credentials/scheme

23.2 In addition to Para 23.1 above certain more documents are to be submitted by tenderers as

per status of their firms and are mandatory. These documents are listed below –

23.2.1 For Sole Proprietorship firm

a) Affidavit as per „Annexure –IX‟.

b) Special power of Attorney as per proforma given in Annexure XIV to be submitted

by sole proprietor firm duly notarized.(Not required if tender documents are submitted

by proprietor himself)

23.2.2 For Partnership firm

a) Self/Notary attested copies of Partnership deed. .

b) Special Power of Attorney as per proforma given in „Annexure-XIII‟ to be submitted

by Partnership firm. (Not required if one or more partners are authorized in

Parternership deed to sign on behalf of the firm.)

23.2.3 For Limited Company

a) Copy of Memorandum & Articles of Association of Company.

b) Self /Notary attested copy of resolution passed by Board of Directors authorizing

its Director/Employee to deal with tender on behalf of company.

c) Attested copy of Notarized Special Power of Attorney including ratification clause

duly signed by person authorized by the company vide (b) above as per proforma

given in „Annexure-XV‟.

23.2.4 For JV firm – Documents listed in 23.2.1 or 23.2.2 or 23.2.3 are to be submitted as per

the status of firm participating in JV firm. In addition following documents are mandatorily

to be submitted.

a) Memorandum of Understanding of JV as per proforma given in „Annexure-X‟

b) Letter of consent as per proforma given in „Annexure-XI‟ to be submitted by a

partnership firm participating as a Member of JV firm (wherever applicable).

c) Notary Certified copy of resolution passed by Board of Directors of the Company,

permitting the company to enter into a JV agreement, authorizing MD or one of the

Page 14 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Directors of Mangers of the Company to sign 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 to be submitted as per

„Annexure-XVII‟. d) Special Power of Attorney as per proforma given in „Annexure-XII‟ to be submitted

by Limited Companies or Sole Proprietor participating as member of JV firm

(wherever applicable). NOTE: BE IT KNOWN TO THE TENDERER THAT :-

(a) No post tender submission of documents shall be permitted in respect of item

mentioned in item (b) below. However, only clarification can be called for by Railway

in respect of any part / document submitted by the tenderer which shall be responded

to by the tenderer within 10 working days of the date of issue of such letter for

clarifications, failing which the offer shall be dealt with as per available documents.

(b) The documents required vide items 23.1(a), (c), (g), (h), i(i), (j),(l) and 23.2 in above list

are mandatory for submission with tender document. If any of these documents is not

submitted along with tender, the offer shall be summarily rejected.

24. Instruction for submitting the tenders as Partnership Firms in works tender

24.1 The partnership firm should have been in existence or should have been formed prior to

submission of tender.

24.2 The partnership firm should have PAN/TAN number in its own name and PAN/TAN

number in the name of any of the constituents partners shall not be considered.

24.3 Partner of the firm shall not be permitted to participate either in his individual capacity

or as a partner of any other firm in the same tender.

24.4 The tender form shall be purchased and submitted only in the name of partnership firm

and not in the name of any constituent partner. The EMD shall be submitted only in the

name of partnership firm. The EMD submitted in the name of any individual partner or

in the name of authorized partner(s) shall not be considered.

24.5 On award of the contract to the partnership firm, a single performance guarantee shall be

submitted by the firm as per tender conditions. All the guarantees like Performance

Guarantee, Guarantee for Mobilization advance, Plant and Machineries advance shall be

submitted by the partnership firm and no splitting of guarantees among the partners shall

be acceptable.

24.6 On issue of LOA, contract agreement shall be executed in the name of the partnership

firm only and not in the name of any individual partner.

24.7 Evaluation of eligibility of a partnership firm.

Technical and financial eligibility of the firm shall be adjudged based on satisfactory

fulfillments of the eligibility criteria by the firm in its own name and style. Share of

individual partners towards their performance in other firms shall not be considered.

However, if the partnership firm has executed certain works as a member of any JV, the

value of completed works and contractual payments received by the partnership firm

shall be reckoned only to the extent of the share of partnership firm in that JV.

25 Instructions for submitting the tender as JV firm in works tender.

25.1 JV firms will be permitted participation in tender costing rupees more than Rs. 10 crores.

25.2 Separate identity/name shall be given to the Joint Venture Firm.

Page 15 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

25.3 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 or Mechanical) and shall not be more than

five, if the work involves more than one department.

25.4 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.

25.5 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.

25.6 The Joint Venture Firm shall be required to submit Earnest Money Deposit (EMD)

along with the tender forms in any form as per para 4(e) of TENDER FORMS (SECOND

SHEET).

25.7 One of the members of the JV Firm shall be its Lead Member who shall have a majority

(at least 51%) share of interest in the JV Firm and also, must have satisfactorily completed

in the last three previous financial years and the current financial year upto the date of

opening of the tender, one similar single work for a minimum value of 35% of advertised

tender value. The other member 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%.

25.8 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.

25.9 Similarly, after the contract is awarded, the constitution of JV firm shall not 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.

25.10 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.

25.11 An account will be opened in any Schedule Bank / Nationalized Bank in the name of the

Joint Venture firm which will be operated by the authorized representative of the JV firm.

The name of the bank shall be intimated to the Railway by lead partner of the JV, and

payment by the Railways shall be made to the said bank account only.

25.12 A copy of the 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 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 MOU

format for this purpose is enclosed as Annexure „X‟ in this document).

25.13 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 guarantees amongst the

members of the JV firm shall be permitted.

25.14 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 Office of the Sub-

Page 16 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Registrar concerned. 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 :

25.14.1 Joint and Several Liability – 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 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.

25.14.2 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.

25.14.3 Governing Laws – The Joint Venture Agreement shall in all respect be governed by and

interpreted in accordance with Indian Laws.

25.15 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.

25.16 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.

25.17 Credentials & Qualifying criteria :

Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory

fulfillment of the following criteria:

25.17.1 Technical eligibility criteria („a‟ or „b‟ mentioned hereunder):

(a) Either the JV firm or Lead Member 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

(b)(i) 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, superstructure etc.), for each components, at

least 35% of the value of any of such components individually for single similar nature

of work should have been satisfactorily completed by the JV Firm or by any member of

the JV firm in the previous three financial years and the current financial year up to the

date of opening of tender. The member satisfying technical eligibility criteria for the largest

component of the work shall be the Lead Member and that Member shall have a majority (at

least 51%) share of interest in the JV Firm.

(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-

defined with estimated tender cost of it, as part of the tender documents without any

ambiguity. Any work or set of works shall be considered to be a separate component,

only when cost of the component is more than Rs. 2 crore each.

Page 17 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(iii) However, as long as the JV Firm or any member of the JV Firm meets with the

requirements, in one or more components of the work, and has completed a minimum

of 35% of the advertised value of the tender for the same value of the component, and

resultantly, all the members of the JV collectively, then meet the prescribed technical

criteria, the JV shall stand technically qualified.

NOTE:-

Value of a completed work done by a Member in an earlier JV firm shall be reckoned

only to the extent of the concerned member‟s share in that JV Firm for the purpose of

satisfying his/her compliance of the above mentioned technical eligibility criteria in the

tender under consideration.

25.17.2 Financial eligibility criteria : The contractual payments received by the JV firm or the

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 member‟s share in that JV firm for the purpose of

satisfying compliance of the above mentioned financial eligibility criteria in tender under

consideration.

26.0 E-Tender Condition :

Following conditions are at variance in IREPS from these Standard Tender Documents.

26.1 Cost of Tender Document : The Contractor has to pay the cost of tender document

either through Net banking or Payment Gateway to access the NIT and without which

he/they can not process for e-bidding.

26.2 Earnest Money : The Contractor has to deposit the Earnest Money either through Net

banking or Payment Gateway to access the NIT and without which he/they can not

process for e-bidding. Neither Banker‟s Cheque, Demand Draft, Cash Payment nor Fix

Deposit Receipt (FDR) is permitted in the e-tender system.

26.3 Tender Submission : All e-tenders has to be submitted only on line. However the

documents attached are desired to have Company/Firm Seal on it before scanning.

26.4 Tender Closing : The Contractor can bid the e-tender before the closing of the e-tender

only. It will be auto closed as per the time set for it and no tender bid would be accepted

after its closure. Hence the concept of neither Delayed tender or Late tender exist in e-

tender.

26.5 The schedule of items : The schedule of items are available in the e-tender, the

contractor has to quote their Rates online.

27.0 Check List: The tenderer(s) would fill up the check list, as per Annexure-XVIII to ensure that they

are submitting the complete tender offer.

Section IV

SPECIAL CONDITIONS OF CONTRACT (General)

1 These special conditions and the work schedule shall govern the works to be executed

under this contract in addition to and/or in part supersession of the General Conditions of

Contract -2014 and Standard Specifications as laid down in the Indian Railways Unified

Page 18 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Standard Specifications (Works and Material) -2010 as amended by correction slips on

or before the opening of tender.

2 Where there is any conflict between the Special Conditions of Contract on one hand and

Indian Railways Unified Standard Specifications (Works and Material) -2010 on the

other hand, the former shall prevail.

3 Any special condition stated by the tenderer(s) in the covering letter submitted along

with the tender shall be deemed as part of contract to such extent only as have explicitly

been accepted by the Railway.

4 Use of Railway Land:

4.1 Use of Railway land required by the contractor(s) for constructing temporary offices,

quarters, hutments etc. for the staff and for storing materials etc. would be permitted to

him/them free of charge by Railway, if available. However, this would be subject to

approval of the Competent Authority of the Railway. Conservancy charges, as

applicable, would be payable. The location of these offices, hutments, stores etc., will be

subject to the approval of the engineer or his authorized representative. The land will be

restored to Railway by the contractor(s) in the same condition as when taken over or in

vacant condition as desired by the engineer, after completion of the work or at any earlier

day, as specified by the Engineer. The failure to do so will make the contractor(s) liable

to pay the cost incurred by the Railway for getting possession of land.

4.2 The tenderer(s) shall also acquaint himself /themselves with the availability of land,

working space for his/their works etc. The Railway will not acquire any land for the

purpose of movement of vehicles of the Contractor/s for executing the work by the

contractor/s.

4.3 Water and Electrical charges wherever consumed by the Contractor while executing this

Contract would be paid by the Contractor as per Clause 31 of GCC.

5.0 Use of Private Land

The Contractor will have to make his/their own arrangements for use of private land,

outside Railway limits for due fulfillment of contract or for borrow pits, approaches, etc.,

directly with the land owners or local authority and to pay such rents/charges if any as

are payable as may be mutually agreed upon between them.

6.0 Figures, Dimensions, etc.

Figures, dimensions and drawings shall supersede measurements by scale and drawing to

larger scale shall take precedence over those to a smaller scale. Special dimensions or

directions in the specification shall supersede all else.

7.0 Plea of Custom

The plea of custom prevailing will not on any account be permitted as excuse for an

infringement of any of the conditions of the contract or specifications.

8.0 Taxes and Royalties

8.1 All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties‟

etc payable by the Contractor(s) to the government or public body or local authority and

no additional amount will be paid or claim entertained on this account by the Railway. As

such the rates quoted shall include GST.

8.2 All taxes such as Income tax, Sales tax and other taxes as prescribed by Central/State Govt.

from time to time shall be applicable. The Contractor shall be fully responsible for

payments of all such taxes without any liability of Railway Administration. Deductions

towards such taxes shall be made from the payments of the contractor in accordance with

rules in force from time to time.

8.3 Income Tax:-The Railway will deduct income tax @2% of the gross amount and

surcharge on income tax of each bill as prescribed by Government from time to time and

such deduction of Income Tax shall be recovered while making payment to the

Contractor/s. The settlement of income tax should be made by the contractor with the

Income Tax authorities.

Page 19 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

8.4 Contractor will be required to obtain a royalty clearance certificate from the concerned

Revenue Authorities/ Collector and produce the same to the Engineer after completion of

the supply but before release of the final bill. If in any case the contractor fails to produce

the clearance certificate for the Royalty charges, an amount equal to the amount unpaid

royalty charges, as intimated by the Revenue Authorities/Collector or as calculated on the

relevant rates for payment of royalty charges applicable to the area, may be retained from

the dues of the Contractor. No claim regarding interest charges for retention of the

aforesaid amount shall be entertained.

Clause 8.5

(a) Tenderer should be furnished their GSTIN numbers representing the States in which they

are registered for GST, along with address of Registered Office, Place of business in

State etc.

(b) The contract is under GST act & rules as applicable time to time.

(c ) All the bidders/tenders should ensure that they are GST compliant and their quoted

tax structure /rates are as per GST Law.

Clause 8.6 : The rates quoted shall include all taxes, direct or indirect levy able under Central

State or local bodies act or Rules coteries, tools, royalty, monopoly, signoras, cess and similar

imposed that may be prevailing from time to time in respect of land structure and all materials

supplied in the performance of this contract. As such the rates quoted shall include GST w.e.f.

01.7.2017.

Clause 8.7 : The work being „Works Contract “which is one and indivisible and which involves

no separate contract for the sale of materials the contractor shall not be entitled at any GST from

the railway administration for the supply of the materials.

Clause 8.8 : In case contractor is liable to be registered under GST Act, Railway shall pay to the

contractor „Gross amount of work executed‟ (i.e. “Z” as mentioned in para 3A (iii) of RB‟s letter

No.2016/CE-I /CT/12/GST/Pt.I dtd.29.6.2017) duly deducting all other leviable taxes like I/Tax,

labour cess, royalty etc. as applicable.Contractor shall be liable to pay „GST amount „to

respective authority himself. Whereas, Railway shall deposit all other taxes deducted to

concerned authority as is being done presently.

However, the contractor should submit Top sheet along with bill showing amount of GST and

payable amount separately including GSTIN and other details.

9.0 Notice to Public Bodies The Contractor(s) shall give to the Municipality, Police and other authorities all notices

that may be required under the law or any other statutory orders and obtain all requisite

licenses, permits, etc. for temporary obstructions, enclosures and pay all fees, taxes and

charges, which may be leviable on account of his own operations in executing the contract.

He should make good any damage to adjoining premises whether public or private and

supply and maintain any lights, etc., required at night.

10.0 Damage by Accident, Floods/Tides Or Natural Calamities:

(i) No assurance can be given regarding the vulnerability of Railway land to flood/tides or

other such natural calamities. Railway undertakes no responsibility or liability in this

regard. The contractor shall take all necessary precautions against damages from accidents,

floods or tides or other natural occurrence. He shall not be entitled to any compensation for

his tools, plants, materials, machines and other equipment lost or damaged by any cause

whatsoever.

(ii) The contractor shall be liable to make good the damage to any structure or part of

structure, plant or material of every description belonging to Railway covered under the

contract, lost or damaged by any cause during the course of the contractor‟s work. Railway

will not be liable to pay to the contractor any charges for rectification or repairs to any

damages which may have occurred from any cause whatsoever, to any part of new

structure during construction.

Page 20 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

11.0 Access To Work Site (i) Contractor shall have acquainted himself with the availability of roads and their conditions

for transportation of materials, machinery etc. to the work site. Railway will not acquire

any land for the purpose of movement of vehicles of the Contractor for executing the work

by the contractor.

(ii) The Contractor will be permitted to make use of existing service roads, or service roads

constructed by the Railway for its use free of cost. New service roads required by the

contractor/s either near the work site or elsewhere within or outside railway limits for

carriage of materials or for any other purpose whatsoever, will have to be constructed and

maintained by the contractor at his own cost. For the purpose of constructions of service

roads on railway land, permission will be given free of any charge. Railway reserves the

right to retain all such service roads in Railway land without paying any compensation for

the same. However, if so decided by Railway, contractor will have to remove the service

road and make good all damage done to the site.

(iii) If any land other than railway land is necessary to be acquired or to be entered upon,

permission to enter in the land will have to be arranged by the contractor at his cost. The

contractor will not refer any claim, whatsoever on this account. The Railway, however,

reserves the right to make use of such service roads as may be constructed by the

contractor without payment of any charges.

12.0 EMERGENCY WORKS 12.1 In the event of any accident or failure occurring in, on or about the work or arising out of

or in connection with the construction, completion or maintenance of the works, which in

the opinion of the Engineer requires immediate attention, the Railway may bring its own

workmen or other agency to execute or partly execute the necessary work or carry out

repairs if the Engineer considers that the contractor/s is/are not in a position to do so in

time and charge the cost thereof, to be determined by the Principal Chief Engineer/DRM--

-, Northeast Frontier Railway/---- Railway, to the contractor. The decision of the

Engineer‟s representatives in regard to the need, appropriateness and adequacy of the

deployment of the Railway Workmen or other agency with necessary equipment shall be

final and conclusive.

12.2 Recovery for deployment of the Workmen would be at the rate specified in Clause 15.2,

herein.

13.0 MAINTENANCE PERIOD

13.1 For Supply, consultancy and hiring items. The maintenance period is limited to date of completion of work

13.2 All works other than mentioned in clause 13.1 above.

The tenderer(s) shall be required to maintain the work effectively for a period

mentioned below from the date of completion as per Clause 47 of the General

Conditions of Contract -2014 and no part refund of Security Deposit shall be permitted

during the maintenance period mentioned above.

13.2.1 Other than earthwork- 6(Six) months.

13.2.2 Earthwork-Minimum 6 months but covering at least one monsoon period (Monsoon

period be 1st June to 30

th October).

13.2.3 Zonal work- Repair and maintenance work including white/colour washing: three

calendar months from date of completion.

13.3 In case a different Maintenance Period is specified in the „Additional Special Condition

for the Work‟, the same would be applicable to the contract in supersession of the

Maintenance Period specified in this Para.

Page 21 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

14. INSTRUCTIONS/DIRECTIVES OF THE ENGINEER'S REPRESENTATIVE

14.1 The contractor shall always execute the work under this contract in strict compliance

with the instructions/directives by the Engineer's representative. Any act of non-

compliance with the instruction/directives issued by the Engineer's representative shall

be considered as a default of the contractor liable to action as per conditions of contract.

The decision of the Engineer whether there has been an act of non-compliance with the

instruction/directives of the Engineer's representative for the purpose of this clause shall

be final and conclusive.

14.2 In case of any act of non-compliance, in addition to other remedies available to the

Railway & without prejudice to the Railway‟s rights in this regard, Engineer's

Representative can suspend the Contractor's work till he is satisfied that the contractor is

in a position/will comply with the instructions/directives issued by the Engineer's

Representative. Decision of the Engineer's Representative in this regard shall be final

and conclusive. Contractor shall not have any claim whatsoever against the Railway for

such short term/long term suspension of the contract work.

14.3 During the above-mentioned period of suspension of work, the contractor shall not in

any manner, attempt to carry out any work at the work site. Any such attempt of the

contractor shall be deemed to be an unauthorized work, liable for action under the Indian

Railway Act.

14.4 The instructions/directives by the Engineer's representative shall not, however, absolve

the contractor of his responsibility or reduce his responsibility in any manner whatsoever

in regards to maintaining at all times the safe working conditions at the work site.

15.0 NON-COMPLIANCE WITH THE INSTRUCTIONS/DIRECTIVES OF THE

ENGINEER'S REPRESENTATIVE.

15.1 The contractor shall always comply with the instructions/directives issued by the

Engineer's representative from the time to time. In the event of any non-compliance with

such instructions/directives, apart from and in addition to other remedies available to the

Railway as specified herein above the Engineer's representative may employ at the

works Railway's workmen with necessary equipment as considered appropriate and

adequate by him to provide the requisite conditions for the safe and unhampered

movement of Railway traffic. The decision of the Engineer's representatives in regard to

the need of appropriateness and adequacy of the deployment of the Railway Workmen

with necessary equipment shall be final and conclusive.

15.2 When the Railway workmen with necessary equipment are deployed in the above

manner, recovery at the following rate shall be made from the contractor's dues under

this contract or any other money of the contractor available with the Railway under this

contract. The recovery for the total Railway Workmen Hours employed at the rate of Rs.

2000/- (Rupees Two Thousand only) per Workman-days irrespective of the type and

grade of the Railway Employee actually employed. The aggregate period of the

Workman-days for the above recoveries shall be reckoned from the time the Railway

Workmen are actually deployed at the work site till the work is completed to the

satisfaction of the Engineer's Representative whose decision in this regard shall be final

and conclusive.

15.3 During the above-mentioned period of suspension of work, the contractor shall not in

any manner attempt to carry out any work at the work site. Any such attempt of the

contractor shall be deemed to be an unauthorized work on the work site. For such acts,

the contractor shall then be liable for further appropriate action under the relevant

provisions of the Indian Railway Act.

16.0 WARRANTY The Contractor(s) shall warrant the materials supplied under this contract to be free of

any defects in material and workmanship under ordinary use and service.

Page 22 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

17.0 SHIFTING OF ELECTRICAL/TELEGRAPH WIRES. In some stretches, high-tension grid towers /electric telegraph/telephones wires or posts

etc. are to be shifted. It is expected that the electric lines/towers will be shifted in good

time but in case, there is any delay on this account suitable extension in date of

completion will be considered and given to the contractor for only the effected portion

and no compensation whatsoever in this respect or due to the delay thus caused will be

payable and contractor has to adopt such methods of execution of earthwork so as not to

cause any damage to existing structure lines etc.

18.0 HANDING OVER OF SITE FOR WORK. (i) The Railway will hand over the site free of all obstructions to contractor. However,

entire land required for completion of this work may not be handed over in the beginning

of work. Land may be handed over in different stretches, which may not be continuous.

Contractor(s) will be required to carry out the work in available stretches. However, if

some stretch of land cannot be handed over in time, contractor shall not have any claim

whatsoever against the Railway for any delay in the execution of the work, on this

account except for extension of the completion period under the General Conditions of

Contract.

(ii) If shifting of electric lines/towers, telegraph/telephones wires or post etc. involved for

clearing the site same will be arranged by Railway in good time to complete the work. In

case of any delay on this account, suitable extension in date of completion will be

considered only for the effected portion and no compensation whatsoever in this respect

or due to delay caused will be payable and contractor has to adopt such method of

execution so as not to caused any damaged to existing structure, lines etc.

19.0 MODE AND TERMS OF PAYMENT:

19.1 All payments will normally be made only for finished works on the basis of mode and

terms of payments agreed upon and provided in the contract.

19.2 MANNER OF PAYMENT: Payment to the contractor will be made through Electronic

Fund Transfer (EFT) for payment of running and final bills. The tenderer(s) will also fill

the Annexure-I indicating the bank account number, name of bank and bank specific

code number (MICR/IFSC) as enclosed. The conditions and Annexure-I will be part of

the tender document.

19.3 PAYMENT TO LABOUR AND STAFF : It is desirable that all payment of the

Contractor towards Labour and other Staff engaged for this Contract would be paid into

their Bank Account. Wage payment to Labour/Artisans to be made by contractor,

through Bank Account. DEN/Sr.DEN may be asked to ensure while passing next account

bill for a work.

20. Accident/natural calamities:-

20.1 Vehicle and equipments of the contractor can be drafted by Railway Administration in

case of accidents/natural calamities involving human lives.

20.2 Payment for such vehicle and equipments etc. will be made as per accepted rates if

available in the agreement or decided as per Clause 39 of General Condition of Contract.

In case of disagreement, Principal Chief Engineer/DRM/---- ‟s decision after hearing

both the parties in the matter would be final and binding on the Contractor and the

Railway.

20.3 Contractor may submit list of vehicles and equipment available with him

21.0 Advance to Contractors:

It shall be duty of the Executives to abstain as far as possible from giving advances and

they should endeavour to maintain as system under which no payment are made except

for work actually done. General Managers may, however, sanction advances within their

delegation of power, as per limits indicated here under for such of the works which are

capital intensive and of specialized nature, if the estimated value of the tender exceeds

Rs. 25 (Twenty Five) crore. Suitable provisions may be included in the special

Page 23 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

conditions of the tender for grant of Mobilization Advance and advance against

machinery and equipment, if the work warrants grant of such advances, subject to

conditions stated hereunder:

21.1 Mobilization Advance- This shall be limited to 10% of the contract value and payable in

2 stages, as indicated below:

Stage-I: - 5% of Contract Value on signing of the contract agreement.

Stage-II: - 5% on mobilization of site-establishment, setting up offices, bringing in

equipment and actual commencement of work.

The two stages of advances shall be payable immediately after signing of contract

documents and at the time of mobilization respectably.

21.2 Advance Against Machinery and Equipment -

This advance shall be limited to a maximum of 10% of the contract value against new

Machinery & Equipment, involving substantial outlay, brought to site and essentially

requirement for the work. This advance shall not exceed 75% of the purchase price of

such Equipment and shall be payable when hypotheticated to the President Of India by a

suitable bond or alternatively covered by an irrevocable Bank Guarantee for full cost of

the Plant & Equipment from a Nationalized Bank in India or State Bank of India in a

form acceptable to Railways. The Plant & Equipment shall be insured for the full value

and for the entire period, they are required for the work. This Plant & Equipment shall

not be removed from the site of work without prior written permission of the Engineer.

No advance should be given against old Plant & Machinery.

21.3 Advances For Accelerating Progress Of The Work During Course Of Execution Of

Contract –

This advance is to be decided on the merits of each case for contracts lying within the

power of General Manager (Up to Rs. 100 crore or less or as decided and circulated by

Board from time to time) and shall be restricted to a maximum of 5% of contract value or

Rs. 1.0 crore whichever is less. This is to be granted by the General Manager on the

recommendation of Principal Chief Engineer in consultation with the Associate Finance.

21.4 Advances in exceptional cases –

General Managers are further empowered to grant advances in exceptional cases up a

maximum of Rs. 5.0 lacs in respect of even contract of value of less than Rs. 50.0 lacs, if

considered absolutely essential, depending on the merits of each case and circumstances

in each situation, to be recommended by the Principal Chief Engineer and in consultation

with the Associate Finance.

21.5 The above Advances Are Subject To The Following Conditions -

The advance shall carry an interest of 4.5% per annum above the Base Rate of State Bank

of India, as effective on the date of approval of payment of the advance by the competent

authority and be restricted only for high value tenders of Rs. 25 crore and above; As per

RB‟s letter No.2018/CE-I/CT/1 dtd. 22.1.2018, the rate of interest for the financial

year 2018-19 is 8.5% (Eight & Half percent) for the tender to be opened in the

financial year 2018-19. (i) Advance except those against machinery and equipment, shall be payable against

irrevocable guarantee (Bank Guarantee, FDRs, KVPs/NSCs) of at least 110% of the value

of sanctioned advance amount (covering principal plus interest). The bank Guarantee shall

be from a Nationalized Bank of India or State Bank of India in a form acceptable to the

railways;

(ii) The recovery shall commence when the value of contract executed reaches 15% of original

contract value and shall be completed when the value of work executed reaches 85% of the

original contract value. The installments on each “on account bill” will be on pro-rate

basis;

Page 24 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(iv) That the grant of advance is primarily in Railway‟s own interest;

(v) That a contract does not receive advances for same work from different officers.

(vi) That arrangements are made with the Accounts Officers for proper accounts being kept

with regard to payments and recovery of these advances; and

(vii) That all necessary precautions are taken to secure Government from the possibility of loss

and for preventing the system becoming more general or continuing longer than that may

be absolutely necessary for proper progress of the work.

21.6 Method of Recovery of Interest:

Interest shall be recovered on the advance outstanding for the period commencing from the

date of payment of advance till date of particular on-account bill (through which recovery

of principal is effected) and adjusted fully against on-account bill along with pro-rate

principal recovery. In the event of any short-fall, the same shall be carried forward to next

on-account bill and shall attract interest @ 4.5% per annum above the Base Rate of State

Bank of India, as effective on the date of approval of payment of the advance by the

competent authority.

The Bank Guarantee for such advances shall clearly cover at least 110% of the value of the

sanctioned advance amount (covering principal plus interest). As per RB‟s letter

No.2018/CE-I/CT/1 dtd. 22.1.2018, the rate of interest for the financial year 2018-19

is 8.5% (Eight & Half percent) for the tender to be opened in the financial year 2018-

19.

22.0 In case of any difference in the description of any NS item in tender schedule and the

special conditions for that NS item, the description of that NS item in tender schedule shall

prevail over the special conditions.

23.0 Contractor shall provide suitable manpower to Engineer at all times during currency of the

contract for assisting him in giving layout of work, carrying out quality checks, taking

measurements and other associated activities for effective supervision of work.

24.0 Jurisdiction Of Court:

The courts of the place from where the acceptance of tender has been issued shall alone

have jurisdiction to decide any dispute arising out of or in respect of the contract. The

successful tenderers shall have to sign the contract agreement only at the office from

where the acceptance letter has been issued.

25.0 Price Variation Clause (PVC) of General Conditions Contract (GCC) shall not apply to

such a works contract which is either an Annual Maintenance Contract (AMC) or a Zonal

Contract.

TOP SHEET

(i) Accounting of GST payment on Goods and Services received:

(a) Under GST provisions, the ITC shall be claimed by the Recipient of services/goods.

(b) The concerned executive department on receipt of tax invoice for services/goods

received, shall see that all the essential details given below are available therein:

(i) Name, address and GST Identification Number (GSTIN) of the supplier for each

state.

(ii)Date of issue of the Invoice.

(iii) Name, address and GSTIN of the recipient (IR)

(iv) Address of the delivery.

Page 25 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(v)HSN code (for goods) or Accounting Code of service.

(vi) Description of goods or services along with Contract Reference No. and/or Bill

No.

(vii) Quantity and unit.

(viii) Total value of Supply of goods and/or services.

(ix) Taxable value of supply of goods and/or services taking into account discount or

abatement, if any,

(x)Rate of Tax (Central GST, State GST, Inter State GST, Union Territory GST or

cess).

(xi) Amount of tax charged in respect of taxable goods or services (CGST, SGST,

IGST, UTGST or cess).

(xii) Place of supply along with the name of State (in case of a supply in the course

of inter-State trade or Commerce).

(xiii) Whether the tax is payable on reverse charge basis? This field must separately

be identified as the recipient of services/Goods supplied is liable to pay taxes

without adjustment. Credit can be claimed later on. (This list is already in

public domain).

(xiv) Signature or digital signature of the supplier or his authorized representative.

SECTION-V

(SAFETY PRECAUTIONS)

Safety Precautions to be taken during execution of work

1.0 Safe working of contractors (Extract of Para 826 of IRPWM) :–

1.1 A large number of men and machinery are deployed by the contractors for track renewals,

gauge conversions, doublings, bridge rebuilding etc. It is therefore essential that

adequate safety measures are 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 acknowledged by the contractor.

Special care shall be taken for turning/ reversal of road vehicles/machinery without

infringing the running track. Barricading shall be provided wherever justified and

feasible as per site conditions.

(iii) The look out and whistle caution orders shall be issued to the trains and speed

restrictions imposed where considered necessary. Suitable flagmen/detonators shall be

provided where necessary for protection of trains.

(iv) The supervisor/workmen should be counseled about safety measures. A competency

certificate to the contractor‟s supervisor as per Performa annexed shall be issued by

AXEN/XEN, 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 site specific instructions, wherever considered necessary shall be issued

by the Engineer in Charge.

1.2 PLYING OF ROAD VEHICLES AND WORKING OF MACHINERIES CLOSE TO

RUNNING TRACKS

Page 26 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(i) Normally, the road vehicles shall be run or machinery shall be worked so as not to come

closer than 6.0m from centre line of nearest running track.

(ii) The land strip adjacent to running tracks, where road vehicle is to ply or machinery is to

work, shall be demarcated by lime in advance in consultation with the Railway‟s

Supervisor. Wooden pegs at interval not exceeding 75mts shall be provided along the

line marking as permanent marks. The road vehicles shall ply or machinery shall work

so as not to infringe the line of demarcation.

6.0M FROM CENTER

LINE OF TRACK RUNNING TRACK

LIME MARKING

WOODEN PEGS

AT INTERVAL NOT

EXCEEDING 75M.

ROAD VEHICLE/MACHINERY

(iii) 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.

a. In no case the road vehicle shall run or machinery shall work at distance less than

3.5m from centre line of track.

b. Demarcation of land shall be done by bright colored ribbon/nylon chord

suspended on 75cm high wooden/bamboo posts at distance of 3.5 m from centre line of

nearest running track.

c. Presence of an authorized Railway‟s representative shall be ensured before plying

of vehicle or working of machinery.

d. Railway‟s Supervisor shall issue suitable caution order to Drivers of approaching

train about road vehicles plying or machineries working close to running tracks. The

train drivers shall be advised to whistle freely to warn about the approaching train.

Whistle boards shall be provided wherever considered necessary.

e. 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 the road vehicle/machinery users about the

approaching trains.

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

(iv) If vehicle/machinery is to be worked closer to 3.5m from running track. Under unavoidable conditions, if road vehicles is to ply or machinery is to work closer to

3.5m due to site conditions or requirement of work, following precautions shall be

observed:

a. Plying of vehicles or working of machinery closer to 3.5m of 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 case may be.

b. Presence of a Railway‟s Supervisor shall be ensured at worksite.

c. Railway‟s Supervisor shall issue suitable caution order to Drivers of approaching train

about road vehicles plying or machineries working close to running tracks. The train

drivers shall be advised to whistle freely to warn about the approaching train.

(v) Precaution to be taken while reversing road vehicle alongside the track.

Page 27 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

The location where vehicle will take a turn shall be demarcated duly approved by

Railway‟s representative. The road vehicle driver shall always face the Railway track

during the course of turning/reversing his vehicle. Presence of an authorized Railway

representative shall be ensured at such location.

(vi) Road vehicle shall not be allowed to run along the track during night hours generally. In

unavoidable situations, however, vehicles shall be allowed to work during night hours

only in the presence of an authorized Railway‟s representative and where adequate

lighting arrangements are made and where adequate precautions as mentioned earlier

have been ensured.

(vii) Road vehicles/machinery/plant etc. when stabled near running tracks shall be properly

secured against any possible roll off and always be manned even during off hours.

1.3 EXECUTION OF WORKS CLOSE TO OR ON RUNNING LINES

(i) Any work close to or on running tracks shall be executed under the presence of a

Railway‟s Supervisor only.

(ii) Precaution to be taken to ensure safety of trains while execution of work close to the

running line or on running lines. a. Such works shall be planned and necessary drawings particularly with regard to

infringement to moving dimensions shall be finalized duly approved by competent

authority before execution of work. The work shall be executed only as per approved

procedure and drawings.

b. All temporary arrangements required to be made during execution of work shall

be made in such a manner that moving dimension do not infringe.

c. Suitable speed restriction shall be imposed or Traffic block shall be ensured as

required.

d. The site shall be protected as per provisions of Para No. 806 & 807 of Indian

Railway P-Way Manual as case may be

e. Necessary equipment for safety of trains during emergency shall be kept ready at

site.

(iii) Precaution to be taken to ensure safety of electrical/signal/ telephone cables while

excavating near tracks. a. Particular care shall be taken to mark the locations of buried

electrical/signal/telephone cables on the plans jointly with S & T/Electric supervisor and

also at site so that these are not damaged during excavation.

b. Copy of the cable plan should be given to the contractor‟s authorized

representative before handing over the site to start the work.

c. Due care shall be taken to ensure that any part of the equipment or

machinery or temporary arrangement does not come close to cables while working.

(iv) Precaution to be taken during execution of works requiring traffic blocks. a. Any work, which infringes the moving dimensions, shall be started only after the

traffic block has been imposed.

b. Before closing the work, the track shall be left with the proper track geometry so

that the trains run safely.

c. After completion of work the released sleeper and fittings should be properly

stacked away from the track to be kept clear of moving dimensions.

d. Block shall be removed only when all the temporary arrangement, machineries,

tools, plants etc. have been kept clear of moving dimensions.

Page 28 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(v) Precaution to be taken during execution of works during night. The work close to running line, generally, shall be carried out only during day hours. At

locations, however, where night working is unavoidable, proper lighting arrangement

should be made. The engineering indicator boards shall be lighted during night hours as

per the provisions of IRPWM. The staff deputed for night working should have taken

adequate rest before deploying them in night shift. We can specify duration of night shift

from 20.00 hrs to 04.00 hrs. All other safety precautions applicable for day time work

should be strictly observed during night working.

(vi) Precautions to be taken to ensure safety of workers while working close to

running lines. a. Necessary lookout men with red flags and whistles shall be provided to warn the

workmen about the approaching train.

b. Railway‟s supervisor shall issue suitable caution order to Drivers of approaching

train for whistling to warn the workers about the approaching train. Whistle boards shall

be provided wherever considered necessary.

c. A “First aid kit” shall always be kept ready at site.

(vii) Precaution shall be taken for safety of public or passengers ,while executing works

at locations, used by passengers and public,. The worksite shall be suitably demarcated to keep public and passengers away from

work area. Necessary signage boards such as “Work in progress. Inconvenience is

regretted” etc. shall be provided at appropriate locations to warn the public/ passengers.

Adequate lighting arrangement of worksite wherever required shall be done to ensure

safety of public/passengers during night.

(viii) Precaution to be taken before stacking materials along side the track to ensure that

safety of trains is not affected. The following precautions shall be taken before stacking the materials along the track for

stacking of ballast, rails, sleepers etc.

a. The sites for material stacking should be selected in advance in such a manner as

to ensure that no part of the material to be stacked is infringing the Standard Moving

Dimensions. A plan of proposed stacking locations be made and signed jointly by

an authorized Railway‟s representative and contractor‟s representative.

b. The selected locations shall be marked by lime in advance.

c. Presence of an authorized Railway‟s representative while unloading and stacking

shall be ensured.

d. The material shall be stacked in such a height so as to not to infringe SOD in case

of accidental roll off.

1.4 PROTECTION OF TRACK DURING EMERGENCY

(i) Action to be taken when a contractor‟s supervisor or vehicle operator apprehends

any unusual circumstances likely to infringe the track and endanger safe running of

trains. At any time if a contractor‟s supervisor or vehicle operator observes any unusual

circumstances likely to infringe the track and apprehend danger to safe running of track,

he shall take immediate steps to advise a Railway official of such danger and assist him

in protection of track.

The track shall be protected as under. One person shall immediately plant a red flag (red

lamp during night) at the spot and proceed with all haste in the direction of approaching

train with a red flag in hand (red lamp during night) and plant a detonator on rail at a

distance of 600m from the place of obstruction of BG track (400m for MG track) after

which he shall further proceed for not less than 1200m from the place of obstruction

Page 29 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

from BG track (800m for MG track) and plant three detonators at 10m apart on rails.

After this he shall display the red flag (red lamp during night) at a distance of 45m from

the detonators.

Attempts shall also be made to send an advice to nearest Railway station about the

incident immediately.

600m FOR BG,

400M FOR MG

1200m FOR BG,800M FOR MG

Detonator

Red flag

Red lamp

10m

Location of Danger

RUNNING TRACKDIRECTION

OF TRAIN

45m

(ii) Action to be taken if train is seen approaching to site of danger and there is no time

to protect the track as per guidelines mentioned above. In such a case the detonators shall be planted on rails immediately at distance away from

place of danger as far as possible and attention of driver of approaching train shall be

invited by whistling, waving the red flag vigorously, gesticulating and shouting.

(iii) What action shall be taken if more than one track is obstructed. a. In case of single line protection as above shall be done in both the directions from

place of danger.

b. In case of double line or multiple lines, if other tracks are also obstructed, the

protection as above shall be done for other track also.

c. The protection shall be done in that direction and on that track first on which

train is likely to arrive first.

d. The Contractor‟s Supervisors, Operators and lookout men shall be properly

explained about the direction of trains on running tracks.

(iv) Equipment required for protection of track. Minimum compliment of protection equipment i.e. 10 detonators, 4 red hand flags, 4 red

hand lamps, 4 banner flags and whistles etc. shall always be kept ready at worksites for

use in case of emergency. Railway will arrange to provide detonators, whereas

Contractor shall arrange other equipment at his own cost.

(v) Arrangement of lookout men and competency required for lookout man to warn

labour about approaching train. a. Contractor will provide lookout men.

b. The lookout men shall be properly trained in warning to staff at worksite about

approaching train.

c. Only those lookout men shall be provided at site who have been issued with a

competency certificate by the Railway‟s Supervisor.

d. In case, it is felt necessary to provide lookout men by Railway, the charges for

the same as fixed by Railway Administration shall be recovered from Contractor.

1.5 Training to Supervisors and Operators of Contractor.

The Supervisors and Operators of the contractor proposed to be deployed at work site,

which is close to the running track, shall be imparted mandatory training by the Railway

at site free of cost about the safety measures to be adopted while working in the vicinity

Page 30 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

of running track. Engineer of the work shall decide the scale, extent & adequacy of

training. In case training is imparted at a recognized Railway training institute, the

charges for the same, as decided by Railway, shall be recovered from contractor. A

competency certificate to this effect to the individual Supervisor/Operator shall be issued

as given below, by a Railway Officer not below the rank of Assistant Officer. No

Supervisor/Operator of the Contractor shall work or allowed to work in the vicinity of

running track that is not in possession of valid competency certificate.

Competency Certificate

Certified that Shri ____________________________________ Supervisor/Operator of

M/s. __________________________________ has been trained and examined in safety

measures to be followed while working in the vicinity of running railway track for the

work _________________________________. His knowledge has been found

satisfactory and he is capable of supervising the work safely.

This certificate is valid only for the work mentioned in this certificate only.

Signature and designation of the officer

1.6 Cost of safety measures:

All the labour, materials, tools, plants etc. except detonators, required for ensuring safe

running of trains shall be provided by Contractor at his own cost. Wherever lookout men

are provided by Railway, charges at the rate of Rs. 2000/-per man day shall be recovered

from Contractor.

2.0 Special Conditions for working of Road Cranes: To ensure safe working of road cranes used in works in connection with provision of

ROB/RUB/Subways, following items shall invariable be ensured before putting the

cranes to use :-

i) No machine shall be selected to do any lifting on a specific job until its size and

characteristics are considered against the weights, dimensions and lift radii of the

heaviest and largest loads.

ii) The contractor shall ensure that a valid Certificate of Fitness is available before use of

Road Cranes.

iii) Contractors should utilize the services of any competent person as defined in Factories

Act, 1948 and approved by Chief Inspector of Factories.

iv) The laminated photocopies of fitness certificate issued by competent persons, the

operators‟ photo, manufacturer‟s load chart and competency certificate shall always be

either kept in the operator cabin or pasted on the visible surface of the lifting appliances.

v) All lifting appliances including all parts and gears thereof, whether fixed or movable

shall be thoroughly tested and examined by a competent person once at least in every six

months or after it has undergone any alterations or repairs liable to affect its strength or

stability.

3.0 Dismantling Works:

(a) The dismantling of structure should be done under proper supervision and as per

approved scheme of dismantling.

(b) At major dismantling sites minimum level of supervision shall be Senior Sectional

Engineer (In-charge), who should be nominated by Sr.DEN/C in writing.

(c) The dismantling Plan should be scrutinised by the Drawing Office and approved by Sr.

Divl. Engineer in case of Open Line Organisation. The dismantling equipments to be

used for dismantling, area likely to be affected by debris, any adjacent likely to be

affected and action to be taken thereof.

(d) Proper barricading Plan should be done to stop access of unauthorized personnel near the

dismantling area. Wherever necessary assistance of RPF should be taken to prevent

Page 31 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

people from coming closed to dismantling area. Signage warning people not to entire the

danger zone should also be displayed.

(e) Proper announcement through Public Address System should be done at intervals to

keep the onlookers away from the major dismantling affected zone.

(f) The adjacent buildings likely to be affected by dismantling should also be evacuated.

(g) In area where law and order is likely to be affected, assistance of local Police shouls be

taken to keep people away from dismantling area.

4.0 Contractor shall indemnify Railways against any loss/damage to public property,

travelling public, railway or his own staff due to his (contractor‟s) negligence. In case

there is any mishap, a fact finding inquiry will be conducted by Railway. A show cause

notice will be issued to the contractor, in case he is prima-facie held responsible.

Contractor‟s reply to show cause notice will be considered by the Engineer before taking

final decision. In case contractor is found responsible for the mishap, recovery from him

will be affected for only tangible direct losses.

5.0 Storage of Inflammable Articles:

No inflammable materials, such as petroleum, oil etc. within the meaning of the Indian

Petroleum Act and Indian Explosives Act shall be stored at site or adjacent land until the

approval of the Railway and necessary licenses under the Acts have been obtained by the

Contractor.

SECTION-VI

IMPORTANT CODAL PROVISIONS

These are Important Codal Provisions for General Guidance. However, work will be

carried out as per relevant codes.

1.0 Earthwork :

1.1 Earthwork in embankment/blanketing

(a) For Earthwork in formation for Gauge conversion projects RDSO‟s guide line for

Earthwork in Railway projects GE G-1 with latest amendment will be applicable.

(b) For earthwork in formation/ blanketing for New Line and doubling projects guide line &

specifications for design of formation for Heavy Axle Load GE-0014 will be applicable.

1.2 The soil classification shall be done as per IS: 1498. To formulate the thicknesses of

formation layers, various soil groups have been combined together to simplify the

classification based on % age fines, in Table-1 below:

Table – 1 Description of soil quality class

Soil

Group

Soil Sub

Group

Description w.r.t %age Fines

(size < 75 micron)

Equivalent soil group as per IS

classification

A - Soil containing fines < 12% GW, SW, GW-GM, SW-SM

B

B1 Soil containing fines < 12% GP, SP, GW-GC, GP-GM, GP-

GC, SP-SM, SP-SC, SW-SC

B2 Soil containing fines from

12% to 50%

GM, GC, SM<, SC, GM-GC, SM-

SC

C - Soil containing fines > 50% CL, ML, CL-ML, CI, MI

1.3 Earthwork in cuttings:-

For earthwork in cutting RDSO guide line for cutting in Railway formation GE G-2 with

latest amendment will be applicable.

Page 32 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

1.4 Quality Control of Compacted Earth / Blanket layer

1.4.1 Compacted Earth: Degree of compaction of each layer of compacted soil should be

ascertained by measurement of dry density / Relative Density of soil at locations selected

in specified pattern. The method of sampling, frequency of tests, method of tests to be

conducted and acceptance criteria to be adopted are as under.

(a) Method of Sampling: - Various methods of selection of sample points for check of in-

situ dry density are in vogue. The sampling adopted has to be such that effectiveness of

proper compaction having been done for the entire area under consideration can be

judged. For this, the Engineer will lay down in detail the method to be adopted in detail

depending on site conditions and accordingly records of checks done are to be properly

maintained. However, in absence of such procedure laid down, following method should

be adopted.

(b) Suggested Method of Sampling: For each layer, a minimum of one sample at a

predetermined interval (in compliance with the requirement) along the centre line of the

alignment, would be taken in a staggered pattern so as to attain a minimum frequency of

tests as given in sub para 1.4.1 “ b”. For subsequent layer, the stagger should be such that

the point of sampling does not fall vertically on the earlier sampling points of the layer

immediately below. Additional sampling points can be taken, as considered necessary.

1.5 QUALIFYING AND QUALITY ASSURANCE TESTS (Mandatory)

Qualifying tests as part of pre-selection of good earth for track subgrade, embankment

fill is required to be carried out. Also, quality of compaction is required to be ensured for

good quality construction.

(i) Selection of soil: For selection of soil to be used as embankment fill CBR test is required

to be conducted on material. CBR test is conducted on ground soil, embankment fill,

prepared sub-grade & blanket material to ensure the minimum specified CBR value of

these materials to be used in construction. This test is carried out on soil sample in

laboratory as per procedure given in IS:2720 (Part 16)-1987 & in field as per IS:2720

(Part 31)– 1969.

(ii) Quality Assurance Test on Compacted Layer : Quality Assurance Tests are required

to be conducted on part completion stages of formation, prior to clearing for further

earthwork, track linking work:

Heavy Proctor test is required to be conducted to determine the Maximum Dry Density

of soil as per IS: 2720 (part 8). In-situ density is measured in the field by Sand

Replacement Method (IS: 2720 – part 28) or Core Cutter Method (IS: 2720 – part 29) to

calculate the degree of compaction. This shall be determined in laboratory as per BIS

procedure with the specified frequency of earthwork quantity, as envisaged in

„Guidelines of Earthwork in Railway Projects, GE:G-1, July, 2003.

Brief procedure of these above tests has been given in Annexure-2 of GE-0014.

1.5.1 Frequency of Quality Assurance Tests

(a) CBR test for selection of formation materials and other tests required for ensuring

conformation of the materials (blanket, subgrade) as per specification e.g. size gradation,

Cu, Cc, Los Angles Tests, OMC/MDD etc. shall be conducted at following frequency :

i) Embankment Fill : one set of tests for every 5000 cum.

ii) Prepared subgrade : One set of tests for every 2000 cum.

iii) Blanket material : one set of tests for every 500 cum.

(b) In-situ Degree of Compaction ( or In-situ dry density measurement) test shall be

conducted on each compacted layers in random pattern at following frequency for the

different layers:

i) Embankment fill: One density measurement at every 500 Sqm surface area of

each compacted layers.

ii) Blanket and Prepared Subgrade: one density measurement at every 200 sqm

surface area of each compacted layers.

Page 33 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

iii) In case of bank widening, sampling should be done at an interval of minimum

200 metres on widened side(s) of embankment.

1.6 Requirement of Blanket Layer :

1.6.1 The provision of blanket layer shall not be needed when formation/ earth fill

embankment have :

(i) Rocky beds except those, which are very susceptible to weathering e.g. rocks

consisting of shale and other soft rocks, which become muddy after coming into

contact with water.

(ii) Soil of GW, SW, GW-GM, SW-SM type.

(iii) Soils conforming to specifications given in Para 1.6 below

The provision of separate Blanker layer shall not be necessary when Coarse

granular, well graded (Cu>7, Cc between 1 and 3) soil/quarry dust/crushed stones

material of 300 mm thickness is laid as top layer.

1.6.2 For other conditions, the system of layered construction of embankment consisting of

prepared subgrade shall normally be followed. The Prepared sub-grade should normally

consist of good quality soils with fines less than 12% (A or B1).

1.6.3 Thickness of Prepared subgrade and Blanket Layers:

Embankment

Fill/Soil Group

Prepared Subgrade Thickness of Blanket

Layer (mm) Type of Soil group Thickness (mm)

A Not Required NIL NIL

B

( B1/B2)

A 500 NIL

B1 (Fines < 12%) 350 150

C A 500 Nil

B1 (fines < 12%) 500 150

The level of compaction of various layers of formation shall be ensured as

defined in guidelines issued by RDSO.

1.6.3.1 In case good quality soils with fines less than 12% (A or B1), are not available for

preparation of subgrade economically, soils having fines between 12% to 50% (B2) can

be used over embankment fill of soil group C. In such cases, the thickness of blanket

layer over prepared subgrade of 500 mm thickness shall be kept as 250mm. The

thickness of blanket layer can be reduced to 150mm by use of Geotextile in consultation

with RDSO.

1.6.4 Selection of top layers for design of formation as well as for blanket material as given in

above Paras and further deviation from these provisions can be finally decided on

techno-economic considerations by CAO (Const.) after recording the reasons.

1.7 Specification of Blanket Material :

1.7.1 The material for blanket layer over prepared sub-grade should be well graded granular

material. The following specifications shall be ensured at the time of laying.

(i) Cu > 7 and Cc between 1 and 3

(ii) Fines (passing 75 microns) : 3% to 10%.

(iii) Minimum required Soaked CBR value 25 of the blanket material compacted at

100% of MDD.

1.7.2 These values can generally be obtained by following the gradation as given in GE: G-

0014.

1.8 Method statement & QAP shall be submitted by the successful tenderer as per guide

lines issued by RDSO, relevant IS Codes & Manuals and shall be got approved from

Engineer.

Page 34 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

2.0 Cement Concrete work

2.1 IRS code of Practice for plain, reinforced & Pre-stressed concrete and IRS Concrete

Bridge Code will be apply for General Bridge construction.

2.2 For Road bridges, the construction shall comply with the standard specifications and

Codes of Practices for Road Bridges issued by Indian Road Congress.

2.3 For building & other construction works provisions of Plain and Reinforced Concrete

Code of Practices IS-456-2000 will be followed.

2.4 MATERIALS

2.4.1 General : Water, cement, and fine aggregate shall conform to IS:383:1970 and as

specified in Chapter 26 „Mortar‟ of Unified Standard Specifications for Works &

Materials.

2.4.2 Coarse Aggregate

This shall conform to IS 383:1970 and as specified in Chapter 3 of Indian Railways

Unified Standard Specification (Works & Materials).

2.4.3 Construction Joints

2.4.3.1 Construction joints for structures other than bridges will be provided as under (based on

para 4.4.5 of Indian Railway Unified Standard Specifications (Works & Materials):-

(a) Concreting shall be carried out continuously up to the construction joints, the position

and details of which shall be as shown in structural drawing as directed by the Engineer.

Number of such joints shall be kept minimum. The Joints shall be kept at places where

the shear force is the minimum. These shall be straight and shall be at right angles to the

direction of main reinforcement.

(b) In case of columns the joints shall be horizontal and 10 to 15 cm below the bottom of

the beam running into the column head. The portion of the column between the stepping

off level and the top of the slab shall be concreted with the beam.

(c) When stopping the concrete on a vertical plane in slabs and beams an approved stop-

board shall be placed with necessary slots for reinforcement bars or any other obstruction

to pass the bars freely without bending. The construction joints shall be keyed by

providing triangular or trapezoidal filler nailed on the stop-board. Inclined or feather

joints shall not be permitted. Any concrete flowing through the joints of stop-board shall

be removed soon after the initial set. When concrete is stopped on a horizontal plane, the

surface shall be roughened and cleaned after the initial set.

(d) When the work has to be resumed, the joint shall be thoroughly cleaned with wire brush

and loose particles removed.

(e) Fig. 4.2, in Chapter-4 of Indian Railway Unified Standard Specifications (Works &

Materials) may be referred to comply with above details for construction joints.

2.4.3.2 Construction Joints shall be avoided as far as possible and in no case the locations of

such joints shall be changed or increased from those shown on the drawings, except

with express approval of the Engineer. The joints shall be provided in a direction

perpendicular to the member axis.

Location, preparation of surface and concreting of construction joints shall conform to

the additional specifications given in Appendix-A of IRS – Concrete Bridge Code

(Clause 8.5.3) which is reproduced below -

(a) Construction joints should be positioned to minimize the effect of the discontinuity

on the durability, structural integrity and appearance of the structure.

(b) As far as possible, joints should be positioned in non-aggressive zones, but if

aggressive zones cannot be avoided, joints should be sealed.

(c) Joints should be positioned where they are readily accessible for preparation and

concreting, the preparation of the joints is more likely to be satisfactory where the

cross section is relatively small and where reinforcement is not congested.

(d) As far as possible, joints for fair faced concrete should be located where they

conform with the architectural features of the construction. Unless they are masked

Page 35 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

in this way, the position of the joints are always obvious, even when the concrete is

given a textured finish.

(e) If substantial changes in the cross section of a member are necessary, the joints

should be formed where they minimize stresses caused by temperature gradients and

shrinkage.

(f) Joints should be located away from regions of maximum stress caused by loading,

particularly where shear and bond stress are high. Construction joints between slabs

and ribs in composite beam should be avoided. As a general rule, joints in column

are made as near as possible to the beam hunching, joints in beams and slabs should

normally be made at the centre or within the middle third of the span.

(g) The minimum number of joints should be used and their construction should be

simple. They should be either horizontal or vertical, because concreting sloping

surfaces are usually unsatisfactory.

(h) Where concrete is placed in vertical members e.g. walls, columns and the like, the

lift of concrete shall finish level or at right angles to the axis of the member, the joint

line matching the features of the finished work. Concreting shall be carried out

continuously upto the construction joint.

(i) Laitance, both on the horizontal and vertical surfaces of the concrete, should be

removed before fresh concrete is cast. The surface should be roughened to promote

good adhesion. Various methods for removal can be used but they should not

dislodge the coarse aggregate particles. Concrete may be brushed with a stiff brush

soon after casting while the concrete is still fresh, and while it has only slightly

stiffened.

(j) If the concrete has partially hardened, it may be treated by wire brushing or with a

high pressure water jet, followed by drying with an air jet, immediately before the

new concrete is placed.

(k) Fully hardened concrete should be treated with mechanical hand tools or grill

blasting, taking care not to split or crack aggregate particles.

(l) The best time for treating the joint is a matter of judgment because it depends on the

rate of setting and hardening (which is itself dependent on the temperature of the

concrete). Before further concrete is cast, the surface should be thoroughly cleaned to

remove debris and accumulated rubbish, one effective method, being air jet.

3.0 REINFORCED CEMENT CONCRETE

3.1 GENERAL

Reinforced cement concrete work may be cast-in-situ or pre-cast as may be directed

by the Engineer according to the nature of work. Reinforced cement concrete work

shall comprise of the following which may be paid separately or collectively as per

the description of the item of work.

a) Form work (Centering and Shuttering)

b) Reinforcement

c) Concreting : (1) Cast-in-situ (2) Pre-cast

3.1.1 Selection and Preparation of Test Sample for steel reinforcement:

This shall be done in accordance with provisions of IS:1786. All test pieces shall be

selected by the Engineer either –

a) From cutting of bars

or

b) If he so desires, from any bar after it has been cut to the required or specified size

and the test piece taken from any part of it.

Page 36 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(a) Where there is likely to be a delay before placing the next concrete lift, protruding

reinforcement should be protected. Before the next lift is placed, rust, loose mortar or

other contamination should be removed from the bars and where conditions are

particularly aggressive and there has been a substantial delay between lifts, the

concrete should be cut back to expose the bars for a length of about 50mm to ensure

that contaminated concrete is removed.

(b) In all cases, when construction joints are made to essential it is to ensure that the joint

surface is not contaminated with release agents, dust or curing membrane, and that the

reinforcement is fixed firmly in position at the correct cover.

(c) When the form work is fixed for the next lift, it should be inspected to ensure that no

leakage can occur from the fresh concrete. It is a good practice to fix a 6mm thick

sponge which seals the gap completely.

(d) The practice of first placing a layer of mortar or grout is not recommended. The old

surface should be soaked with water without leaving puddles, immediately before

starting concreting, then the new concrete should be thoroughly compacted against it.

When fresh concrete is cast against existing mature concrete or masonry, the older

surfaces should be thoroughly cleaned and soaked to prevent the absorption of water

from the new concrete. Standing water should be removed shortly before the new

concrete is placed and the new concrete should be thoroughly vibrated in the region

of the joint.

3.1.3 Guidelines for use of Steel Items in Railway Works Contracts.

Reinforcement steel shall be as per Specification & Guidelines for procurement of steel

items for Works Contracts w.r.t supply and use of quality TMT bars and structural steel as

under:

(a) All Reinforcement Steel (TMT Bars) and Structural Steel shall be procured as per

specifications mentioned in BIS‟s documents – IS: 1786 and IS: 2062 respectively.

Independent tests shall be conducted, wherever required, to ensure that the materials

procured conform to the Specifications.

(b) These steel shall be procured only from those firms, which are established, reliable,

indigenous & primary producers of steel, having Integrated Steel Plants (ISP), using iron

ore as the basic raw material and having in-house iron rolling facilities, followed by

production of liquid steel and crude steel, as per Ministry Of Steel‟s guidelines.

(c) However, only certain isolated sections of structural steel, not being rolled by ISPs, can

be procured from the authorised re-rollers of ISPs or authorized licensee of BIS having

traceability system and who use billets produced by ISPs. Traceability shall be ensured by

In neither case, the test pieces shall be detached from the bar or coil except in the

presence of the Engineer. The test pieces obtained in accordance with above shall be

full sections of the bars as rolled and shall be subjected to physical tests without any

further modifications. No reduction in size by machining or otherwise shall be

permissible except in case of bars of size 28mm and above. No test piece shall be

annealed or otherwise subject to heat treatment. Any straightening which a test

piece may require shall be done cold.

3.1.2 Retest

Should any one of the test pieces first selected fail to pass any of the tests specified

above, two further samples shall be selected for testing in respect of each failure.

Should the test pieces from both these additional samples pass, the materials

represented by the test samples shall be deemed to comply with the requirement of

the particular test. Should the test piece from either of these additional samples

fail, the material represented by the test samples shall be considered as not having

complied with standard.

Page 37 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

an officer specially authorised by the concerned SAG officer of the Zonal Railway on case

to case basis for this purpose.

Reinforcement steel shall be procured from reputed manufacturers like –

Steel Authority of India Limited, SAIL

Rashtriya Ispat Nigam Limited, RINL

Tata Steel Limited, TSL

Essar Steel Limited, ESL

JSW Steel Limited

Jindal Steel & Power Limited, JSPL

Ispat Industries Limited, IIL

Bhushan Power & Steel Limited, BPSL

Bhushan Steel Limited, BSL

Shyam Steel Industries Limited, SSIL

M/s Electrosteel Steels Limited, ELECTROSTEEL

M/s Shri Bajarang Power & Ispat Limited, GOEL TMT

M/s SRMB SRIJAN Limited, SRMB

Any other firm approved by RDSO Lucknou. 3.1.4 Testing of reinforcement steel for physical properties is required in addition to

submission of manufacturers‟ certificate by the tenderer/contractor for the discretion of

the Engineer.

3.1.5 If a lot of reinforcement steel supplied at site is having size less than 100 MT, then

minimum 2 nos of tests on physical and mechanical properties shall be conducted. In

case of lot size is more than 100 MT minimum number of such tests shall be 3.

3.1.6 Testing of this material shall be done by the contractor at approved laboratories as

directed by the Engineer.

3.1.7 Cost of testing has to be borne by the contractor at his own cost. Rates quoted by the

contractor are inclusive of above testing charges.

3.1.8 Cost of steel to be paid to the contractor under relevant Schedule is inclusive of

transportation from source to site of work, loading, unloading, stacking, storing, all

taxes, tools, plant, labour, re-handling from site go down to mixer, royalty, freight,

incidental charges, Sheds for storage and Chowkidars etc.

3.1.9 The contractor should disclose the source from where supplies of cement and steel are

received by him and shall maintain a detailed record of receipt of cement and steel from

different sources and shall keep the challan, invoice, lorry No. etc., and shall enter the

receipts, issues and store balance in a Register as directed by the Engineer and produce

the same to the Engineer as and when demanded. Railway reserves the rights to inspect

the contractor‟s godown and documents pertaining to this work. The contractor shall

use these materials in the work as per Rly‟s specifications/approved drawings and shall

not use the quantities than what is stipulated in the relevant specifications/approved

drawings. The copy of invoice of steel and cement should be submitted to the Railway

for their record.

3.1.10 No wastage on any of the materials supplied and used in the work by the contractor

including steel is payable by the Railway.

3.1.11 For accountal of steel reinforcement, reinforcement register will be maintained by the

Railway for entering the details, such as description of reinforcement, Nos, cut length,

total lengths, diameter of the bar, weight per RM, total weight etc. The above details

are to be entered by the concerned Jr. Engineer (Works)/ Sr. Section Engineer (Works)

Page 38 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

and the contractor shall sign the register as a token of acceptance of the details entered

by the Jr. Engineer (Works)/ Sr. Section Engineer (Works) of the Railway

3.1.12 Unit weights per Meter Run of different diameter of reinforcement should be as per

Table-I of IS: 1786-1985 for the purpose of arriving payment of steel.

3.2 FORM WORK (CENTERING AND SHUTTERING)

3.2.1 Removal of Form work (Stripping time)

Soffit false work shall not be released until the concrete has achieved a strength of at

least twice the stress to which the concrete may be subjected at the time of removal.

In normal circumstances and where ordinary Portland cement is used, forms may generally be

removed after the expiry of the following periods. (Based on Clause 9.5.1 of IS: 14687-1999)

Type of Formwork Minimum Period before striking

Form work

(a) Vertical formwork to columns, walls, beams 16 – 24 hours

(b) Soffit formwork to slabs (Props to be refixed

immediately after removal of formwork)

3 days

(c ) Soffit formwork to - beams (Props to be

refixed immediately after removal of

formwork)

7 days

(d) Props to slabs

(1) Spanning up to 4.5m

(2) Spanning over 4.5 m

7 days

14 days

(e) Props to beams and arches:

(1) Spanning up to 6m

(2) Spanning over 6m

14 days

21 days

Note:- For other cement and lower temperature, the stripping time recommended

above may be suitably modified. For this reference would be made to

IRUSS Chapter 4.2.3.6.

3.3 SAMPLING AND ACCEPTANCE CRITERIA OF STRENGTH OF DESIGN

CONCRETE MIX (Extract from IS: 456-2000)

3.3.1 General:

Samples from fresh concrete shall be taken as per IS: 1199 and cubes shall be made,

cured and tested at 28 days in accordance with IS: 516.

3.3.2 Frequency of sampling :

3.3.2.1 Sampling Procedure -

A random sampling procedure shall be adopted to ensure that each concrete batch shall

have a reasonable chance of being tested that is, the sampling should be spread over the

entire period of concreting and cover all mixing units.

3.3.2.2 Frequency:

The minimum frequency of sampling of concrete of each grade shall be as shown in para

3.5 below.

3.3.3 Test Specimen :

Three test specimens shall be made for each sample for testing at 28 days. Additional

samples may be required for various purposes such as to determine the strength of

concrete at 7 days or at the time of striking the formwork, or to determine the duration of

Page 39 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

curing, or to check the testing error. Additional samples may also be required for testing

samples cured by accelerated methods as described in IS: 9013. The specimen shall be

tested as described in IS: 516.

3.3.4 Test Results of Sample

The test results of the sample shall be the average of the strength of three specimens.

The individual variation should not be more than ± 15percent of the average. If more,

the test results of the sample are invalid.

3.4 ACCEPTANCE CRITERIA

3.4.1 Characteristic Compressive Strength Compliance Requirement

(Clause 16.1 and 16.3 of IS: 456)

Specified Grade

(1)

Mean of the Group of 4 Non-

Overlapping Consecutive Test

Results in N/mm2

Min.

(2)

Individual Test

Results in N/mm2

Min.

(3)

M 15 and above. › fck + 0.825 x established

standard deviation

(rounded off to nearest 0.5

N/mm2

)

Or

fck + 3 N/mm2 ,

whichever is greater

› fck - 3 N/mm2

NOTES

Attempt should be made to obtain results of 30 samples as early as possible to

establish the value of standard deviation. In the absence of established value of

standard deviation, the values given in Table-8 as per clause No. 9.2.4.2 of IS

456:2000 may be assumed.

3.4.2 Quantity of Concrete Represented by Strength Test Results

The quantity of concrete represented by a group of 4 consecutive test results shall

include the batches from which the first and last samples were taken together with all

intervening batches.

Where the mean rate of sampling is not specified the maximum quantity of concrete that

four consecutive test results represent shall be limited to 60cum.

3.4.3 Structural adequacy of the parts affected shall be investigated and any consequential

action as needed shall be taken to the satisfaction of Engineer.

3.4.4 Concrete of each grade shall be assessed separately.

3.4.5 Concrete is liable to be rejected if it is porous or honey combed; its placing has been

interrupted without providing a proper construction joint, the reinforcement has been

displaced beyond the tolerances specified; or construction tolerances have not been met.

However, the hardened concrete may be accepted after carrying out suitable remedial

measures to the satisfaction of the Engineer.

3.5 RECOMMENDED LIST OF TESTS ON MATERIALS AND WORKS

Material Test Field/

Lab.

Test

Procedu

re

Frequency of Testing

Page 40 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Cement Concrete (a)

Slump

Test

Field /

Lab

Annexur

e 3.5 of

Chapter-3

of

IRUSS.

(As per site requirement

(b) Cube Test Lab

IR Concrete Bridge Code

Quantity of concrete in the

work (cum)

1 – 5

6 – 15

16 – 30

31 – 50

51 & above

Number of samples

1

2

3

4

4 plus one additional sample for each

additional 50 cum or

part thereof.

Material Test Field/

Lab

Test

Procedure

Frequency of Testing

for all sizes.

Quantity

Steel

for

Reinfor

cement

in RCC

High Strength

Deformed Steel

Bars/TMT

(a) Nominal Mass

(b)Tensile test

(c)Bend Test

(d) Rebend Test

Lab/Fiel

d

Lab/

Field

Lab/Fiel

d

Lab/Fiel

d

IS:

1786:2008

IS:1608

IS:1599

IS:1786:200

8

For

Casts/

Heats

Below

100

tonnes

2 Per Cast

For Casts/ Heats of 100

tonnes or

More

3 Per Cast

4.0 Bridge Works: Super Structure-Concrete

This is additional requirement as mentioned in para 2 & 3.

4.1 CONCRETE FOR SUPERSTRUCTURE

4.1.1 Additional Requirements

Concrete shall meet with any other requirements as specified on the drawing or as

directed by the Engineer. Additional requirements shall also consist of the following

overall limits of deleterious substances in concrete:

a) The total chloride content of all constituents of concrete as a percentage of mass of

cement in mix shall be limited to values given below:

- Prestressed Concrete : 0.1 per cent

- Other reinforced concrete construction : 0.3 per cent

b) The total sulphuric anhydride (SO3) content of all the constituents of concrete as a

percentage of mass of cement in the mix shall be limited to 4 per cent.

Page 41 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

4.1.2 Construction Joints

Construction joint for bridge work will be provided as per para 2.4.3.2

4.2 Method statement & QAP shall be submitted by the successful tenderer as per guide

lines issued by RDSO, relevant IS Codes & Manuals and shall be got approved from

Engineer.

5. Bridge Works: Superstructure-Steel

5.1 FABRICATION OF STEEL WORK

5.1.1 Codes of Specifications:- The work shall be done in accordance with the following

codes and specifications and any other requirements that may be prescribed in special

cases.

(a) Bridge Work

1. IRS Steel Bridge Code

2. IRS Specification No.B-1-2001 for Steel Girder Bridges

3. IRS Specification No P-31 Zinc Chromate red oxide primer.

The fabrication and erection of the steel work shall be in accordance with IRS: B1-2001

supplemented by relevant provisions of this Specifications.

(b) Iron and steel tanks and staging:- IRS Specification No.B-3-61 Part 4

5.1.2 Quality of Steel:- The structural steel will be used as per IS Code 2062 – 2011 as

required grade & Quality.

5.1.3 HSFG Bolts: - HSFG Bolts may also be used in lieu of rivets with the approval of Chief

Bridge Engineer/NFR. However RDSO guidelines No.BS-111(Revision-2) Nov-13 shall

be strictly followed.

5.1.4 Tolerances

Tolerances in dimensions of components of fabricated structural steel work shall be

specified on the drawings and shall be subject to the approval of the Engineer before

fabrication.

A machined bearing surface, where specified by the Engineer, shall be machined within

a deviation of 0.25 mm for surfaces that can be inscribed within a square of side 0.5m

5.1.5 Guidelines for procurement of Steel Items in Railway Projects/ Contracts.

Procurement of steel items in Indian Railway Projects/Contracts for bridge works will

be as per para 3.1.3

6.0 Bridge Works - Miscellaneous

6.1 POT BEARINGS AS PER RDSO GUIDE LINES. (As per para 22.4 of IRUSS

(W&M)Vol.II-2010)

6.1.1 General

Pot type bearings shall consist of a metal piston supported by a disc or reinforced

elastomer confined within a metal cylinder to take care of rotation. Horizontal

movement, if required, shall with a system of sealing rings be provided by sliding

surfaces of PTFE pads sliding against stainless steel mating surfaces. The pot bearings

shall consist of cast steel assemblies or fabricated structural steel assemblies.

Provisions of IRC-83 (Part I) shall be applicable for all metallic elements. Provisions of

IRC:83 (Part II) shall be applicable for all elastomer elements. When any item is not

covered by IRC:83 (Parts I and II), the same shall be as per guidelines given hereunder

and BS:5400 (Sections 9.1 and 9.2), except that no natural rubber shall be permitted. If

Page 42 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

there is any conflict between BS on the one hand and IRC on the other, the provisions of

IRC will be guiding.

6.1.2 Acceptance test on Bearing

i) All bearings shall be checked for overall dimensions.

ii) All bearings shall be load tested to 1.1 times maximum design capacity including

seismic force. Bearing tested at higher loads cannot be used.

iii) A pair of bearings selected at random will undergo testing in order to determine the

coefficient of friction “”. The coefficient of friction shall be < 0.05 at the design

load.

iv) Two bearings selected at random shall be tested for permissible rotation.

6.1.3 Installation of POT –cum-PTFE Bearings

a) General

i) Care shall be taken during installation of the bearings to permit their correct

functioning in accordance with the design scheme.

ii) To prevent contamination, dismantling of the bearings at site shall not be done.

iii) The load shall be transferred on to the bearings only when the bedding material has

developed sufficient strength. The props for the form work shall be removed only

after lapse of appropriate time. In special cases, this can be ensured by suitable

devices like jacks etc.

iv) Temporary clamps and shims (introduced to maintain working clearance) shall be

removed at an appropriate time, before the bearing is required to permit movement.

v) Permitted installation tolerance of the bearing from plane of sliding shall be

maintained.

vi) Cement based non-shrink grout with air releasing additive and epoxy based grout,

whichever is specified, shall be first tried at the site. For the proprietary grout

mixes, appropriate instructions from the manufacturer shall be followed specially

with regard to the following:

a) Preparation concrete cleaning, roughening, pre-soaking, etc

b) Forms sturdiness, leak proofing, shape, header funnel vents, etc.

c) Bearing Base cleaning, etc.

d) Placement mixing, consistency, time period, finishing etc.

e) Protection curing, ambient température, etc.

b) In-situ Casting of Superstructure

i) Form work around the bearing shall be carefully sealed to prevent leakage.

ii) Sliding plates shall be fully supported and care taken to prevent tilting,

displacement or distortion of the bearings under the weight of wet concrete.

iii) Bearings shall be protected during concreting operation. Any mortar

contaminating the bearing shall be completely removed before it sets.

c) Seating of bearing

A. Using Template

i) Template with required rigidity and matching holes corresponding to the base

of the bearing shall be used.

ii) All the anchors shall be fitted to the lower face of the template using the anchor

screws but with steel washer replacing the elastomer washers. Separate screws

may be used in case of inconvenience in the length of the original anchor

screws.

iii) The template assembly shall be located with regard to level and alignment. It

shall be ensured that the top of the anchors lie in a horizontal plane at the

Page 43 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

required elevation. The anchors shall be tied / welded to reinforcements to

avoid displacement during concreting.

iv) Concreting of the pedestal / pier cap shall be done to a level leaving a gap of 25-

50mm below the template.

v) The template and steel washers shall be removed prior to placement of the

bearing assembly with temporary clamps. The bearing assembly shall be fitted

to the anchors with the help of anchor screws and elastomer washers. Level at

the bearing shall be checked.

vi) The gap below the bearing assembly shall be grouted with cement based grout.

Reference may be made to Para 22.4.6 (a) (vi)

B. Without Template with Gap

i) Pockets commensurate with the sizes of the anchors shall be kept in pedestals

during concreting of the same. The pedestal shall be cast approximately 25mm

short of the required finished level.

ii) Anchors shall be fitted to the bearing bottom with elastomer washers and anchor

screws. The bearing assembly shall be seated in the location on steel chairs /

packs. The anchors fitted below the bearing shall go into pockets in the bed

block. Level and alignment of the bearing shall be checked. It shall be ensured

that the bearing sits in a horizontal plane.

iii) The gap below the bearing assembly including anchor pockets shall be grouted

with cement based grout.

C. Without Template without Gap

Elongated pockets commensurate with the sizes of the anchors shall be kept in

pedestals during concreting of the same. The geometry and location of the anchor

pockets (with tapered funnel extension, if required) shall be such that after

placement of the bearing the pockets can be successfully grouted. The pedestal shall

be cast 5mm to 15mm short of the required finished level. The required level shall

be achieved by chipping before placement of the bearing. Careful control shall be

exercised to cast at the exact finished level or 1mm to 3mm down from the required

finished level.

D. Seating of bearings shall be as per manufacturer‟s instructions.

6.1.4 Inspection and Testing

Where any patents are used, the manufacturer‟s certificate with test proofs shall be

submitted along with the design and got approved by the Engineer before their use in

work

6.1.5 Tests and Standards of Acceptance

The materials shall be tested in accordance with these specifications and shall meet the

prescribed criteria. The work shall conform to these specifications and shall meet the

prescribed standards of acceptance.

6.2 Method statement & QAP shall be submitted by the successful tenderer as per guide

lines issued by RDSO , relevant IS Codes & manuals and shall be got approved

from Engineer.

7.0 SPECIFICATIONS FOR SUPPLYING AND STACKING STONE BALLAST

7.1 MANDATORY CONDITION FOR SUBMISSION OF TENDER

7.1.1 Each tenderer at the time of tendering for supply of ballast shall submit the following:-

(a) Test report of impact value, abrasion value, and water absorption value from reputed

laboratory/institution as mentioned below. These shall have to be in accordance with is

codes as under:

Aggregate abrasion value test..........IS: 2386 part IV 1963.

Page 44 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Aggregate impact value test ............IS: 2386 Part IV 1963

Water absorption test ......................IS: 2386 Part III 1963.

It may be noted by tenderer/s that they are required to submit the test report of the

stone ballast, along with their offer, issued from the approved laboratory as listed in the

tender documents otherwise their offer shall be summarily rejected.

The test viz. determination of Abrasion value, Impact value and water absorption

should be got done through approved laboratories or Railway‟s own laboratories. (List

given below).

(i) Government Engineering College.

(ii) Government Polytechnic College.

(iii) Engineering Workshop/ BNGN, GM/CON/MLG, Assam Engineering College,

IIT Guwahati, NIT Silchar, Jorhat Engineering College.

(iv) Laboratory /Test house owned / approved by Central / State Government/

NABL approved laboratory.

(b) The tenderer/s shall also furnish an undertaking that the ballast supply at all times will

Conform to the specifications for track ballast as specified by Railway as mentioned at

Note No. 3 of offer sheet.

7.2 SPECIFICATION FOR STONE BALLAST:-

7.2.1 GENERAL:

7.2.1.1 Basic Quality:- Ballast should be hard durable and as far as possible angular along

edges/corners, free from weathered portion of parent rock, organic impurities and in

organic residues.

7.2.1.2 Particle Shape:- Ballast should be cubical in shape as far as possible, individual pieces

should not be flaky and should have generally flat faces with not more than two

rounded/sub-rounded faces.

7.2.1.3 Mode of Manufacture:- Ballast shall be machine crushed.

7.2.2 PHYSICAL PROPERTIES:

7.2.2.1

Ballast sample should satisfy the following physical properties in accordance with IS:

2386 part-IV-1963, when tested as per the procedure given in Annexure-1-2 of

specifications for track ballast from RDSO Geo-Technical Engineering Directorate.

BG

- Aggregate abrasion value ................30% maximum.

- Aggregate impact value ...................20% maximum.

7.2.2.2 The „water absorption‟ tested as per IS: 2386 part-III-1963 (when tested as per the

procedure given in Annexure–3 of RDSO Geo-Technical Engineering Directorate)

should not be more than 1%

7.3 The track ballast shall be procured confirming to specifications for Track Ballast-IRS-

GE-I(JUNE 2016) issued by RDSO with amendments upto the date of opening of

tender.

8.0 Repairs to Buildings.

Reference- Indian Railways Unified Standard Specifications (Works & Materials)

/2010, Indian Railway Works Manual (2000). Relevant - IS Codes.

Page 45 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

8.1 Expansion joint:

Expansion joints in buildings/other structures may become source of perennial seepage

due to failure of expansion joints fillers and sealants. Expansion joint for structures

exceeding 45m length then it shall be divided by one or more expansion joints.

Expansion joint should be treated with suitable non-absorbent, non-brittle and water tight

sealants so that no leakage occurs through joints. Joint fillers should confirm to IS:3414-

Code of Practice for Design and Installation of Joints in Buildings or IS:1838 (Pt.I or

Pt.II)-Specification for Preformed Fillers for Expansion Joint in Concrete Pavement and

Structures. Sealing compound should confirm to IS:1834. (Para 226-d of IRWM).

Filling of the joints with bitumen filler/felt and provision of copper plate etc shall be as

per Specification. (Para 4.4.6 of IRUSS-2010).

8.2 Curing of RCC/CC works:

Curing should be started after 24 Hrs of RCC/CC work for all exposed faces shall be

kept continuously wet by applying water or covering with wet sacking, hessian or by

ponding etc. for a minimum period of 10 days (As per IS:456/2000 & CON/P-120).

8.3 Brick work:

Dimension (mm) Tolerance for Machine

moulded bricks) mm

Modular Non Modular

Length 190 230 + 3

Width 90 110 + 1.5

Thickness 40 44 + 1.5

8.3.1 Bricks used in masonry work would be of the following types-

(a) Common burnt clay bricks conforming to IS: 1077.

(b) Fly Ash Lime Bricks conforming to IS: 12894.

(c) Clay Fly Ash Bricks conforming to IS:13757.

(d) Sampling- Bricks shall be subjected to the test- Dimensional tolerance, water absorption,

Efflorescence & Compressive strength.

(e) Socking of brick- Bricks shall be soaked in water before use for a period for the water to

just penetrate the whole depth of the bricks.

(f) Laying of bricks- Bricks shall be laid in English Bond unless otherwise specified or as

per specification.

(g) Bricks shall be laid on a full bed of mortar after cleaning, wire brushing and wetting the

surface. Joint shall be fully filled and packed with mortar of specified proportion.

(h) Brick wall shall be taken up truly in plumb or true to the required batter where specified.

(i) Weep holes- In retaining walls and the like, where water is likely to accumulate, weep

holes, 50 to 75 mm square size shall be provided at 2 m vertically and horizontally

unless otherwise specified. From ground level, weep holes should be 30cm above.

(j) Pilasters- These shall be so set out to avoid a broken bond.

(k) Openings.

For fixing of doors/windows, opening area should be kept on walls as per drawing, no

cutting of brick walls should be allowed, as it weakens the masonry.

(l) Curing- Brick work shall be constantly kept moist on all faces for a minimum period of 7

days and dated to keep a watch on the curing period.

8.4 Flooring:

(i) Before flooring surface should be properly compacted and leveled.

(ii) Brick on edge/flat brick base- Base of flooring may be brick on edge or may be flat brick

flooring. Brick joints should not be more than 1.0cm thick and filled with cement mortar

(1:4)

Page 46 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(iii) Concrete over soling – Concrete flooring ranging from 1:3:6 to 1:2:4 shall be laid over

brick soling, depending upon the locations, unless otherwise specified.

(iv) Floor of water closet portion shall have slope of 1:30 or as decided at site.

(v) Flooring shall commence within 48 hours of the laying of base, failing which, base

surface shall be roughened with steel wire brushes without disturbing the concrete.

Before laying flooring base shall be wetted and smeared with a coat of cement slurry @

2.0 Kg/Sqm.

(vi) Finished layer- Top finished layer shall be either cement plaster (1:4) with neat cement

punning or Tiles/Marble/Kota Stone/Chequered tiles over 20mm thick cement mortar

(1:4).

8.5 Repairing of wall/floor plaster- Existing plaster to be removed by cutting in

square/rectangular shape and base surface shall be roughened with steel wire brushes

without disturbing base brick wall/floor concrete. Before plastering flooring base shall be

wetted and smeared with a coat of cement slurry @ 2.0 Kg/Sqm.

8.6 Roof leakage:

(i) Light repair of A.C/C.G.I/R.C.C roof leakage should be attended by tarfelt IS: 1346/76

with adhesive IS: 1609/76 or by cement concrete (1:2:4) with damp proof course as per

specification.

(ii) Heavy leakage on Brick Arch roof should be covered with GCI/PPGI/Bamboo

Jute(Natural Fibre) thermostat composite sheet IS:15476-2004 etc. with tubular frame.

(iii) If entire RCC roof is leaky, than it should be attended with cement concrete (1:2:4) with

damp proof course maintaining proper slope 1:100 or steeper as per specifications.

8.7 Cracks on roof-

(a) Cleaning the surface: Surface shall be thoroughly cleaned to removed all growths,

lime terrace, leveling concrete, plaster, dirt, laitance, any other loose or soft material

and all other non-structural works to exposed the surface of the structural concrete.

Any grease, oil, paint, etc. shall be removed.

(b) If crack is minor- Cracks are to be cut in „V‟ shape cleaned and filled up flush with

cement mortar slurry 1:4 or blown type petroleum bitumen of IS:85/25 or approved

quality conforming to IS:702.

(c) Preparation of slurry coat-Surface coat of Water Proofing Compound and Polymer

(3Kg WPC mixed with 9 Kg Acrylic-styrene copolymer to form a thick paste)

should be applied. No water shall be added.

(d) Crack sealing compound- Acrylic-styrene sealing compound is diluted with water

1:10 and filled. Repeated coat of sealing compound should be applied when it is

dried without dilution. Dry course sand is sprayed on the last coat when it will still

be wet, excess sand to be removed on the next day.

8.8 Ceiling repair:

(i) Existing bamboo mat ceiling should be repaired and replaced by A.C board /Gypsum

board or any other board protected with anti termite treatment as per specification.

(ii) Exposed reinforcement in ceiling to be attended by micro- concreting with necessary

anti-corrosive treatment with plastering 1:3(6mm thick).

8.9 Doors & Windows:

(i) All timbers used for doors & windows shall be well seasoned, approved species as per

IS:12806 & all quality and parts of doors & windows shall be as per specification and

got passed by ADEN.

(ii) Preservation of timber- Preservative treatment, as specified shall be done using Oil type,

Organic solvent type or water soluble type preservatives.

Page 47 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(iii) For doors & windows paneling, material shall be as per IS:303, IS:328, IS:3087,

IS:3097, IS:12823, IS:14616, IS:1658, IS:1659, IS:12406 & IS:14842.

(iv) Aluminium work for doors, windows, ventilator and composite units.

(a) All aluminium Doors & Windows etc. shall be as per IS:1948 and shall be made as

per specifications. In place of wooden doors & windows Aluminium doors &

windows may be considered due to less maintenance required.

(b) Glass panes for aluminium doors & windows shall be free from flaws, specks or

bubbles. Weight shall be 10Kg/Sqm of 4mm glass panes and 13.5 Kg/Sqm of 5mm

glass panes as per specifications.

8.10 Pipe lines for water supply:

(i) For office/domestic pipe line, preferably Plastic un-plasticized rigid PVC/UPVC pipe

shall be used as per IS:4984 & IS:4985 for internal & external water supply system,

water mains etc.

(ii) Under ground pipe lines from reservoir or from tanks- Centrifugally cast ductile iron

presser pipe IS:8329:1994 may be used where only rubber gasket are used which is more

leak proof.

(iii) During execution of work it should be invariably checked that there is no any adjacent

septic tanks/drains/sewerage man holes etc. which may cause contamination with filtered

water.

(iv) Before connecting with office/residential water tanks all main line should be

cleaned/disinfected and sterilized with a solution of lime chloride as per

specifications.

8.11 Pathway to Quarter/Bunglow:

No plastering should be done for domestic pathway. Repairing of path way should be

done by cement concreting(1:2:4) 100mm thick over flat brick flooring/precast paver

block as per specification.

8.12 Renovation of kitchen:

During Special/Zonal repairing work, in kitchen, one Gas slab with granite/marble stone,

on walls and floor provision of Glazed/un-glazed tiles with one sink shall be provided.

8.13 Renovation of toilet and bath:

Toilet/bath room walls and floor should be provided by tiles, wash basin with necessary

fittings. In floor non-glazed (Mat finished) and in walls glazed tiles should be provided.

Page 48 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE­I”

(Para 23.1 of Section II)

1. Full name of the firm

2. Registered Head Office Address

3. Branch Office in India ( If any)

4. Constitution of firm (whether Sole

proprietorship firm/Partnership firm/

Limited Company/JV)

5. Bank account details of the firm i.e.

Account No., Name of bank, Address

of Bank and bank specific code

number (MICR & IFSC) to facilitate

electronic payment

6. Detail of PAN of the firm

Date:

Signature of Tenderer/s

with Seal

Page 49 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-II”

(Para 23.1(a) of Section II)

FORMAT FOR AFFIDAVIT TO BE SUBMITTED BY TENDERER ALONGWITH THE

TENDER DOCUMENTS

(To be executed in presence of Notary public on non-judicial stamp paper of the value of Rs.

100/- . The stamp paper has to be in the name of the tenderer)*

I …………………………………... (Name and designation)** appointed as the

attorney/authorized signatory of the tenderer (including its constituents), M/s.

___________________ (hereinafter called the tenderer) for the purpose of the Tender

documents for the work of ______________________________( Name of work )** as per the

Tender No.______________ of Northeast Frontier Railway, do hereby solemnly affirm and

state on behalf of the tenderer including its constituents as under:

1. I/We the tenderer (s), am/are signing this document after carefully reading the contents.

2. I/We the tenderer (s) also accept all the conditions of the tender and have signed all the

pages in confirmation thereof.

3. I/We hereby declare that I/We have downloaded the tender document from Indian Railway

website www.ireps.gov.in . I/We have verified the content of the document from the

website and there is no addition, no deletion or no alteration to the content of the tender

document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders,

execution of work or final payment of the contract, the master copy available with the

Railway Administration shall be final and binding upon me/us.

4. I/We declare and certify that I/we have not made any misleading or false representation in

the forms, statements and attachments in proof of the qualification requirements.

5. I/We also understand that my/our offer will be evaluated based on the

documents/credentials submitted alongwith the offer and same shall be binding upon

me/us.

6. I/We declare that the information and documents submitted alongwith the tender by

me/us are correct and I/we are fully responsible for the correctness of the

information and documents, submitted by us.

7. I/We understand that if the certificates regarding eligibility criteria submitted by us are

found to be forged/false or incorrect at any time during process for evaluation of tenders, it

shall lead to forfeiture of the tender EMD besides banning of business for five years on

entire IR.. Further, I/we [insert name of the tenderer]** and all my/our constituents

understand that my/our offer shall be summarily rejected.

8. I/We also understand that if the certificates submitted by us are found to be false/forges or

incorrect at any time after the award of the contract, it will lead to termination of the

contract, along with forfeiture of EMD/SD and Performance Guarantee besides any other

action provided in the contract including banning of business for five years on entire IR.

Deponent

Seal and Signature of the tenderer

Page 50 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

VERIFICATION

I/We above named tenderer do hereby solemnly affirm and verify that the contents of

my/our above affidavit are true and correct. Nothing has been concealed and no part of it is

false.

Deponent

Seal and Signature

of the tenderer

Place :-

Dated:-

Note:

The contents in Italics( marked with **) are only for guidance purpose. Details as appropriate

are to be filled in suitably by tenderer. Attestation before Magistrate/Notary Public.

Page 51 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE -III”

[Para 22 Note (iv) & 23.1(b) of Section II ]

Details of works of similar nature physically completed in all respect as per contract

agreement in last three and current financial year as on date……………….

SN

Nam

e of

wo

rk

Nam

e of

org

aniz

atio

n f

or

whom

work

physi

call

y c

om

ple

ted

T

ype

of

org

aniz

atio

n f

or

whom

w

ork

exec

ute

d

C

ontr

act

Agre

emen

t N

o. &

Dat

e

Ori

gin

al v

alue

of

contr

act

agre

emen

t

Fin

al v

alue

of

contr

act

as c

om

ple

ted

P

aym

ent

rece

ived

til

l open

ing o

f

pre

sent

tender

(O

n a

ccou

nt/

final

bil

l) Time taken for

completion of

work

Pri

nci

pal

fea

ture

of

the

work

in b

rief

D

ate

of

awar

d o

f co

ntr

act

D

ate

of

actu

al c

om

ple

tion

1 2 3 4 5 6 7 8 9 10 11

1.

2.

Note:-

(i) Above detail should be given only for works which have been physically

completed in all respects. Part completed work shall not be considered.

(ii) Certificate from Private individual for whom such works are executed shall not be

Considered for eligibility of tenderers.

(iii) The tenderers should attach self attested copy of certificate issued by the

organizations for whom the work was carried out in the proforma as per

Annexure-IV.

(iv) Not more than five certificates should be attached.

(v) In column 4 type of organization is to be mentioned viz. Central/ State

Governments/Public Sector Undertaking/Public Funded Institutions/Municipal

Bodies/Railways Siding owners/Concessionaire.

Page 52 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-IV(A)”

(Para 23.1(c) of Section II)

COMPLETION CERTIFICATE

Name of Organization

Postal address, Phone No., Email ID, Fax No

Letter No. Date :-……….

1. Name of work

2. Contract Agreement (C/A) No. and date

3. (i) Name of Firm with address

(ii) In case of JV……. Name and % share of individual

firms.

4. Original value of contract agreement.

5. Final value of contract as completed. (if final bill paid)

6. Date of award of contract

7. Has the work physically been completed in all respect as per

contract agreement?

(Yes / No )

8. If yes, then actual date of physical completion.

9. Total payment made in above contract till the date of opening of

present tender.

10. In case of composite work: (See note (v) below)

Payment made for -------------------(relevant distinct component

of work) out of total payment made under Sr. No. 9 above.

I hereby certify that above mentioned work has been physically completed in all respect as per

contract agreement. Performance of the contractor while executing the work had been satisfactory.

(Signature)

Name and Designation of officer

Mobile No. of officer

Seal of officer

Note:-

(i) Submission of false certificates by tenderer shall lead to, forfeiture of EMD and other

action including penal action (Annexure-II).

(ii) Copy of certificate duly self attested shall be submitted along with tender document

(iii) Payment made as indicated in above certificate (At Sr. No. 9/ Sr. No. 10) will be

considered as value of completed work for the purpose of eligibility under Para 22 (ii)

of Instructions to tenderers and conditions of tender.

(iv) Above format is for guidance only. Any certificate containing information asked for

shall be considered.

(v) Only those works will be treated as composite works which consist of more than one

distinct component of work such as Civil Engg. Works, S&T work, Electrical work,

OHE work etc. and that there is separate schedule for each such distinct components in

the tender documents.

Page 53 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-IV-(B)”

(Para 23.1(c) of Section II)

COMPLETION CERTIFICATE

(If the work is awarded by Concessionaire)

Name of Concessionaire

Address and Contract details i.e. Phone No. FAX, e-mail.

Letter No. Date :-……….

1. (i) Name of work / Project executed by the Concessionaire

(ii) Name and Address of Authority which awarded work to the

Concessionaire.

(iii) Name of work awarded by the Concessionaire to the firm.

2. Contract Agreement No. & Date executed between Concessionaire

and the firm.

3. (i) Name of Firm with address

(ii) In case of JV……. Name and % share of individual firms.

4. Original value of contract agreement.

5. Final value of contract as completed. (if final bill paid)

6. Date of award of contract

7. Has the work physically been completed in all respect as per contract

agreement?

( Yes / No

)

8. If yes, then actual date of physical completion.

9. Total payment made in above contract till the date of opening of

present tender.

10. In case of composite work: (See note (vi) below)

Payment made for -----------------(relevant distinct component of

work) out of total payment made under Sr. No. 9 above.

I hereby certify that above mentioned work has been physically completed in all respect as per

contract agreement. Performance of the contractor while executing the work had been satisfactory.

Signature & Name of Authorized Person

of the Concessionaire with Seal and

Mobile No. of Issuing Person.

Note:-

(i) Submission of false certificates by tenderer shall lead to, forfeiture of EMD and other

action including penal action (Annexure-II).

(ii) Copy of certificate duly self attested shall be submitted along with tender document.

(iii) Payment made as indicated in above certificate (At Sr. No. 9/ Sr. No. 10) will be

considered as value of completed work for the purpose of eligibility under Para 22 (ii)

of Instructions to tenderers and conditions of tender.

(iv) Above format is for guidance only. Any certificate containing information asked for

shall be considered

(v) An self attested copy of LOA and concessionaire agreement executed between

concessionaire & Authority at Sr. No 1 above shall be submitted along with this

completion certificate.

(vi) Only those works will be treated as composite works which consist of more than one

distinct component of work such as Civil Engg. Works, S&T work, Electrical work,

OHE work etc. and that there is separate schedule for each such distinct components in

the tender documents.

Page 54 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE­V”

(Para 23.1(d) of Section II)

LIST OF AWARDED WORKS UNDER EXECUTION

Sr.

No

N

ame

of

wo

rk

Org

aniz

atio

n f

or

whom

work

is

bei

ng d

one

D

ate

of

awar

d o

f co

ntr

act

C

ontr

act

Agre

emen

t N

o &

Dat

e

C

ontr

act

Val

ue

V

alue

of

bal

ance

work

yet

to b

e done

Schedule of completion

D

ate

of

Com

men

cem

ent

Expec

ted d

ate

of

com

ple

tion

1 2 3 4 5 6 7 8 9

1

2

3

4

5

Date:-------------------- Signature of Tenderer/s with

seal

Page 55 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE­VI”

(Para 23.1(e) of Section II)

LIST OF PLANTS & MACHINERY AVAILABLE ON HAND AND PROPOSED TO BE

INDUCTED (OWN AND HIRED TO BE GIVEN SEPARATELY) FOR SUBJECT

WORK.

Sr.

No.

Particulars of

Plants/Machinery

No.

of

Unit

Kind

and

make

Capacity

Age &

Conditions

Owned

by

firm

Proposed to be

purchased

Date

of

placing

order

Likely

date of

receipt

1 2 3 4 5 6 7 8 9

1

2

3

4

5

6

7

8

Note:

(a) Indicate clearly, whether (i) Owned by firm, or (ii) To be purchased by firm giving date

of placing order and likely date of receipt.

(b) Optimum Plants and Machineries required to be deployed during execution of work.

(i) Earthwork in formation of New Line / Doubling/ Gauge Conversion Project :

Poclain, JCB, Vibratory Roller, Grader, Dumpers, Tractors, Water tank etc.

(ii) Concreting work for bridge work: Concrete pump, Transit mixer as per

requirement, Batching plant of suitable capacity, JCB, Needle vibrator 60/40mm

etc.

Signature of Tenderer/s

Dated:--------------------

Page 56 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE­VII”

(Para 23.1(f) of Section II)

LIST OF PERSONNEL ORGANIZATION AVAILABLE ON HAND AND PROPOSED

TO BE ENGAGED FOR THE SUBJECT WORK.

Sr.

No.

Name &

Designation

Qualification Professional experience Remarks

1. 2 3 4 5

1

2

3

4

5

6

7

8

9

Signature of Tenderer/s

Dated:--------------------

Page 57 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE- VIII”

(Para 22(i) Note (a) of Section II)

(ON THE LETTER HEAD OF CHARTERED ACCOUNTANT)

To

Principal Chief Engineer/DRM/----

Northeast Frontier Railway, Maligaon/-----,

Guwahati-781011/------.

Sub:- Contractual receipts of M/s (Name of firm)…………….

…….

It is to certify that contractual receipts of M/s (Name of

firm)…………….during current financial year and preceding three financial years as

extracted from audited balance sheets are as under :-

Sr.

No.

Financial year Contractual Receipts

1. Current year ( Say A)

2. A-1

3. A-2

4. A-3

Yours sincerely,

Date : … ( Name & Sign.of

authorized Signatory)

Seal of firm

Registration No:-

E-Mail:-

Phone :

FAX:-

Page 58 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-IX”

(Para 23.2.1(a) of Section II)

AFFIDAVIT

(For sole proprietorship firm)

I, …………………………..(Indicate Name) S/o ……………….… Proprietor of

M/s……………….……….. (Indicate Name – Proprietary firm) situated at …………… do

hereby solemnly affirm & declare as under:-

1. That I am the “Sole Proprietor” of the firm working in the name & style of

M/s………………………. (Indicate Name – Proprietary firm) at ……………

Deponent

Signature and Seal

VERIFICATION

I, the above named deponent do hereby solemnly affirm & verify that the

contents of my above affidavit are true & correct. Nothing has been concealed and no

part of it is false.

Deponent

Signature and Seal

Place :-

Date :-

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in

force in that State at the time when such AFFIDAVIT is being executed. Affidavit shall

be affirmed before the Notary Public.

Page 59 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-X”

(Para 23.2.4(a) of Section II)

MEMORANDUM OF UNDERSTANDING FOR JV

(The memorandum of understanding shall be submitted in following format on the non

judicial stamp of Rs.100/- duly notarized)

NOW THIS Memorandum of Understanding is executed at …………………. (Name of Place)

on this date ………………… (DD/MM/YY) between M/s ……………………..(Name of first

constituent and address) as the first party represented by Shri ………………………………and

M/s…………………………… (Name of 2nd

constituent and address )represented by

Shri……………………….. as the second party and so on 3rd

, 4th

& 5th

subsequent parties. ( the

expression and words of first and second and other shall mean and include their heirs successors,

assigns, nominees, execution, administrators and legal representatives respectively) .

WHEREAS all the parties are engaged mainly in the business of execution of Civil

Engineering and general contracts for various Government Departments and organizations.

AND WHEREAS the parties herein above mentioned are desirous of entering into a

joint venture for carrying out civil engineering and/or contract works in connection with Tender

No. ………………… (Name of work)…………………………… “as mutually decided between

members of Joint Venture Agreement.

1. That we M/s…………………………….. (JV firm) on behalf of all members of this joint

venture agreement agreed that M/s ……………………………… will be “Lead Partner”

of this Joint Venture.

2. That under this MOU, the work will be done jointly by M/s …………………………..

the first party and M/s ……………………… the second and so on ……………..in the

name and style of ……………………………….(Name ) ( joint venture firm).

3. That we JV firm M/s …………………………. on behalf of all the members of JV firm

shall be legally liable, severally and jointly responsible/ liable for the satisfactory/

successful execution/ completion of the works including maintenance period in all

respects and in accordance with terms and conditions of the contract.

4. That we M/s JV firm…………………………….. on behalf of all 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.

5. M/s ……………………(Name of Lead Firm ) of JV firm shall be the lead member of

the JV firm who shall have a majority ……………..% share of interest in the JV firm.

The other (One/Two) members shall have following share: - M/s ………….. (Name of

Second Firm) have ……. % and M/s ………….. (Name of Third Firm if any ) have

………% share of interest in the JV Firm.

Page 60 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

6. That this JV 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.

7. That we all the Joint Venture members authorize M/s

…………………………………….…one of the members on behalf of the JV 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/ correspondence with respect to the contract would be sent to this authorized

member………………………………. (address) of the JV firm.

8. That no member of the JV 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.

9. That we all the members of the JV certify that we have not been black listed or debarred

by Railways or any other Ministry/Department /PSU (Public Sector Undertaking) of the

Govt. of India/ State Govt. from participation in tenders/contract in the past either in our

individual capacity or as a member of the JV firm or partnership firm in which they

were members/partners.

10. That this Joint Venture MOU shall in all respect be governed by and interpreted in

accordance with Indian Laws.

Now the parties have joined hands to form this MOU on this date

………………….. (DD/MM/YY) with reference to and in confirmation of their

discussions and understanding brought on record on date …………………. (DD /MM

/YY).

In witness thereof all/both the above named parties have set their respective

hands on this mou on the day, month and year first above mentioned, in the presence of

the following witnesses:-

1. First party (authorized signatory)

2.Second party (authorized signatory)

3.Third party (if any) (authorized

signatory)

With Seal of parties

Witnesses with name & address:-

1………………………………….2………………………...

Date……

Place…….

NOTE :- Should MOU be in more than one separate page, each page shall be

signed by the authorized signatory.

Page 61 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-XI”

(Para 23.2.4(b) of Section II)

“LETTER OF CONSENT”

( To be submitted by Partnership Firm participating as member of JV )

We the following partners of M/s………………………………… (indicate name of

firm) (1)……………………………………….…2……………………………………………

3…………………………………….………4………………………………………

5……………………………………….……6………………………………………having its

office at …………………………..hereby give our consent on behalf of M/s…….

…………..(Indicate name of firm) in favour of Mr………………………………….. (Indicate

name of Partner), whose specimen signature are appended below, for entering into Joint Venture

Agreement with M/s……………………………… (indicate name of other firm‟s

)……………… having office at ……………………………. in connection with T.

No…………………Name of work …………… to sign & execute the MOU, JV agreement and

all other required documents pertaining to above said tender.

We have read the contents of this letter of consent & accept the same and we hereby

agree to and ratify all acts, deeds & things of them or any documents executed by the said

partner in the scope of this letter of consent.

This letter of consent is made at ……………. on ………………

Name & Signature of Partner/s

(Signature of Sh…………..)

DATE............... 1. .................................................

2. ................................................

3. ................................................

Place................ 4. ................................................

5. ................................................

Seal of the Firm

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in

force in that State at the time. It shall be duly attested by Notary Public.

Page 62 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-XII

(Para 23.2.4(d) of Section II)

SPECIAL POWER OF ATTORNEY

(To be submitted by Limited Companies or Sole Proprietor participating as member of

JV)

BE IT KNOWN To all that I …………….. (Indicate name of Director/Sole

Prop.)……… at the Company/Proprietary firm (Indicate Name of Co. / Sole Proprietary firm)

………. having its office at …………………… do hereby for and on behalf of the said

Company/Proprietary firm appoint Sh.…………….S/o Shri …………age….. (Indicate Name of

Nominee) of the Company/Prop. firm as our Attorney, whose specimen signature are appended

below to execute the MOU/ JV Agreement & all other required documents with M/s

……………. (Indicate Name of other Co./Prop. firm)………….. situated at …………… in

connection with the following tender invited by Northeast Frontier Railway :-

“T.No………………………Name of work………………………………………

……………………………………………………………………..…………………””

We/ I have read the content of this Special Power of Attorney & accept the same, and

We/ I hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things

lawfully done or caused to be done by our said Attorney.

In witness where of I……………. (Indicate name of Director/

Sole Prop.) of M/s………………… (Indicate name of Co. / Prop. Firm) the above named

Director / Proprietor has executed this Power of Attorney.

For M/s…………………

(Sign. of Shri…………………) (Sign & Seal …………….)

Place:…………….

Date :-………….

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force

in that State at the time when such Power of Attorney is being executed. Power of

Attorney shall be duly attested by Notary Public.

Page 63 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-XIII”

(Para 23.2.2(b) of Section II)

SPECIAL POWER OF ATTORNEY

(For Partnership Firms only)

BE IT KNOWN To all that we (1) …….……………..(2)………..…………...

(3)………………………(4)……………..…………..(5)………….……………. all the partners

of the firm…………………… having its registered office at …………..……………………….

do hereby, for and on behalf of the said firm appoint Shri………………………… (name &

designation) Special Attorney of the said firm and authorize the said

Shri…………….…………… (name), whose specimen signature are appended below, to do all

or any of the following acts deeds and/or things on behalf of the said firm and to represent the

firm in respect for the tender No…………………………. (Name of

work)………………………………………… invited by Northeast Frontier Railway.

1. To appear before office of Northeast Frontier Railway related to the process of tendering

for the above said tender.

2. To procure/download the tender documents for the above said tender.

3. To sign the above said tender documents and submit the offer to Northeast Frontier

Railway.

4. To attend meetings and submit clarifications including negotiations, if any, called by

Northeast Frontier Railway.

We/ I have read the content of this Special Power of Attorney & accept the same and

We/I hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things

lawfully done or caused to be done by our said Attorney.

We further state that if our offer for the above said tender is accepted then, for day to

day execution of work and contract agreement a separate Power of Attorney will be submitted.

Executants Partner

(Signature of Sri……………………) (Name & signature)

DATE ……… 1........................

2......................

Place …….. 3.......................

4.......................

5........................

Seal of Firm Seal of Firm

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force

in that State at the time when such Power of Attorney is being executed. Power of Attorney

shall be duly attested by Notary Public.

Page 64 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-XIV”

(Para 23.2.1(b) of Section II)

SPECIAL POWER OF ATTORNEY

(For Sole Proprietor Firm only)

BE IT KNOWN to me that I Sole Proprietor of the firm …………………… having its

registered office at …………..………………………. do hereby, for and on behalf of the said

firm appoint Shri………………………… (name & designation) Special Attorney of the said

firm and authorize the said Shri…………….…………… (name) whose specimen signature are

appended below, to do all or any of the following acts deeds and/or things on behalf of the said

firm and to represent the firm in respect for the tender No…………………………. (Name of

work)………………………………………… invited by Northeast Frontier Railway.

1. To appear before office of Northeast Frontier Railway related to the process of

tendering for the above said tender.

2. To procure/download the tender documents for the above said tender.

3. To sign the above said tender documents and submit the offer to Northeast Frontier

Railway.

4. To attend meetings and submit clarifications including negotiations, if any, called by

Northeast Frontier Railway.

I have read the content of this Special Power of Attorney & accept the same and I

hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things lawfully

done or caused to be done by our said Attorney.

I further state that if my offer for the above said tender is accepted then, for day to day

execution of work and contract agreement a separate Power of Attorney will be submitted.

(Signature of Sri……………………) (Name & signature

of sole proprietor)

Dated ………

Place ………

(Seal of Firm)

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force

in that State at the time when such Power of Attorney is being executed. Power of

Attorney shall be duly attested by Notary Public.

Page 65 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-XV”

(Para 23.2.3(c) of Section II)

SPECIAL POWER OF ATTORNEY

(For Limited companies only)

BE IT KNOWN To all that (Name of firm) …….……………..………..………….

………………………………………….…… having its registered office at

…………..………………………. do hereby, for and on behalf of the firm appoint

Shri………………………… (name & designation) Special Attorney of the said firm and

authorize the said Shri…………….…………… (name) whose specimen signatures are

appended below, to do all or any of the following acts deeds and/or things on behalf of the said

firm and to represent the firm in respect for the tender No…………………………. (Name of

work)………………………………………… invited by Northeast Frontier Railway.

1. To appear before office of Northeast Frontier Railway related to the process of tendering

for the above said tender.

2. To procure/download the tender documents for the above said tender.

3. To sign the above said tender documents and submit the offer to Northeast Frontier

Railway.

4. To attend meetings and submit clarifications including negotiations, if any, called by

Northeast Frontier Railway.

We have read the content of this Special Power of Attorney & accept the same and We

hereby agree to ratify & confirm & do hereby ratify & confirm all acts, deeds & things lawfully

done or caused to be done by our said Attorney.

We further state that if our offer for the above said tender is accepted then, for day to day

execution of work and contract agreement a separate Power of Attorney will be submitted.

(Signature of Shri……………………….) Authorized signatory

of the firm

Dated………

Place ……… Seal of Firm

Note:- The stamp duty shall be governed by the provision of the Law relating to stamp in force

in that State at the time when such Power of Attorney is being executed. Power of

Attorney shall be duly attested by Notary Public.

Page 66 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

“ANNEXURE-XVI”

(Para 1 (4)(g) (iii) Note (c) of Section III)

MODEL FORM OF BANK GUARANTEE BOND FOR PG

1. In consideration of the President of India (hereinafter called “the Government”) having

agreed to exempt – (Name & address)-------------(hereinafter called “the said

Contractor(s)” from the demand, under the terms and conditions of an Agreement dated --

------ made between ---------- and ------------ for ----------- (hereinafter called “the said

Agreement”), of security deposit for the due fulfillment by the said Contractor(s) of the

terms and conditions contained in the said Agreement, on production of a bank Guarantee

for Rs.------- (Rupees------------------only) we, ----------------------- (hereinafter referred to

as “the Bank” at the request of --------------(contractor(s) do hereby undertake to pay to

the Government an amount not exceeding Rs. ---------- --against any loss 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-------------------------------------------- (indicate the name of the bank) and our local

branch at --------- i.e. ………………………………………. (name, address and branch

code of local branch at ------) do hereby undertake to pay the amounts due and payable

under this guarantee without any demur, merely on a demand from the Government

stating that the amount claimed is due by way of loss or damage caused to or would be

caused to or suffered by the Government by reason of breach by the said contractor(s) of

any of the terms of conditions contained in the said Agreement or by reason of the

contractor(s) failure to perform the said Agreement. Any such demand made on the bank

shall be conclusive as regards the amount due and payable by the Bank under this

guarantee. However, our liability under this guarantee shall be restricted to an amount not

exceeding Rs. -------------

3. We under-take to pay to the Government any money so demanded 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 there under and the contractor(s)/supplier(s) shall have no claim against us for

making such payment.

4. We………………………………….……..(indicate the name of bank) and our local

branch at ----- i.e. ………………………………………. (name, address and branch code

of local branch at -----) further agreed with the guarantee herein contained shall remain in

full force and effect during the period that would be taken for the performance/of the said

Agreement and that it shall continue to be enforceable till all the dues of the Government

under or by virtue of the said Agreement have been fully paid and its claims satisfied or

discharged or till --------- (office/Department) Ministry of ------------ certifies that the

terms and conditions of the said Agreement have been fully and properly carried out by

the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or

claim under this guarantee is made on in writing on or before the ------------ we shall be

discharged from all liability under this guarantee thereafter.

5. We………………………………………..(indicate the name of bank) and our local

branch at ------i.e. ………………………………………. (name, address and branch code

of local branch at -----) further agree with the government that the Government shall have

the fullest liberty without our consent and without affecting in any manner our obligations

hereunder to vary any of the terms and conditions of the said Agreement or to extend time

Page 67 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

of performance by the said contractor(s) from time to time or to post opens for any time

or from time to time any of the powers exercisable by the Government against the said,

Contractor(s) and to further or enforce any of the terms and conditions relating to the said

agreement and we shall not be relieved from our liability by reason of any such variation,

or extension being granted to the said Contractor(s) or for any forbearance, act or

commission on the part of the Government or any indulgence by the Government to the

said Contractor(s) or any such matter or thing whatsoever which under the law relating to

sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the bank or

the contractor(s)/Supplier(s).

7. We ------------------------------------------- (indicate the name of bank) and our local branch

at ------i.e. ………………………………………. (Name, address and branch code of

local branch at_______) lastly undertake not to revoke this guarantee during its currency

except with the previous consent of the Government in writing.

Dated the----------- day of ---------2016

For ____________________________(indicate the name of bank) and our local branch at

-----i.e. ………………………………………. (Name, address and branch code of local

branch at -----)

“ANNEXURE-XVII”

(Para 23.2.4(c) of Section-II)

SPECIMEN BOARD‟S RESOLUTION OF A LIMITED COMPANY FOR ENTERING

INTO JV WITH OTHER ENTITIES

Extract from the minutes of meeting of Board of Directors of the company held on

……………… (Date) at the office of the company situated at

…………………………………………………… (Address of the company).

*******

RESOLVED THAT ……………………………………….. (Name of the company) have

decided to participate for the said tender for the work of

………………………………………………………………. (Name of the work) in joint

venture with M/s……………………………….. (Name of the other Firm/Firms or

company/companies with addresses) in name and style of the JV

firm……………………………… (Name of the Joint Venture firm).

FURTHER RESOLVED THAT Shri … ………………………. (Name and designation of

authorized person of the company) is hereby authorized to execute & sign all necessary

documents for submission of tender documents, JV Agreement etc. for the above

mentioned work on behalf of the company.

Signed by Managing Director/

Page 68 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Director/ Company Secretary

of the Company

Note:-

1. Stipulations in the above specimen Board‟s Resolution are for guidance only.

Companies can incorporate other stipulation /stipulations relevant with the

tender and formation of JV, if required.

2. The above Annexure should be attested by Notary Public.

“ANNEXURE-XVIII”

CHECK LIST FOR BIDDERS

Whether you have filled up, Signed & Stamped the Forms/Annexures and attached ?

SN Particulars Reference Yes(/N

o (

1 Firm Particulars of the details Annexure-I

2 Affidavit Annexure-II

3 List of similar nature of works physically completed. Annexure-III

4 Attested copy of Completion Certificate of works Annexure-IV

A or

Annexure-IV

B

5 Details of Contractual Receipt and not the Total Turnover

has been furnished

Annexure-VIII

6 List of works on hand Annexure-V

7 List of plants & Machinery available on hand Annexure-VI

8 List of Personnel, Organization available on hand and

proposed to be engaged

Annexure-VII

9 Earnest Money Deposit Sec-II Cl.4

10

Demand draft/Bankers cheque towards the cost of tender

documents in case it is downloaded from Website.

Sec-I Cl. 4

11 All the pages of Tender Document have been signed with

Seal

12 Rates have been filled in both Words & Figure in the Offer

Sheet and Signed with Stamp

13 Tenderer has clearly quoted rates in both figures and words

and clearly mentioned above/below/at par in the offer sheet

Offer Sheet

14

For Two Packet System of Tender

First packet contains complete tender documents except

schedule of approximate quantities and offer sheet

Section-II

Cl.6.1

(d)

Second packet contains schedule of approximate quantities

and offer sheet duly filled in stamped & signed by the

tenderer(s)

Section-II

Cl.6.1

(e)

15 In case of Two Packets tender, First and Second Packet

have been sealed and superscripted and these two envelopes

have been sealed in a common envelope

Section-II

Cl.6.1

(f)

16 Annual turnover for the last three years and current

financial year with supporting documents

Section-II Cl.

22 (i)

17 Self attested copy of Permanent Account Number (PAN) Section-II

Page 69 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Card issued by Income Tax Department Cl.23.1

(k)

18 For the tenders of supply of ballast

Test report of the stone ballast conforming to railways

specifications (Physical Properties)

Section-VI

Cl. 7.2.2

Test report of the stone ballast conforming to railways

specifications (Basic quality)

Section-VI

Para 7.1.1(a)

19 For Partnership firm

Self/Notary attested copies of Partnership deed

Section-II

Cl.14

Special Power of Attorney (as applicable) Annexure-XIII

20 For Limited Company

Copy of Memorandum & Articles of Association of

Company

Section-II

Cl.23.2.3 (a)

Self /Notary attested copy of resolution passed by Board of

Directors authorizing its Director/ Employee to deal with

tender on behalf of company

Section-II

Cl.23.2.3 (b)

Attested copy of Notarized Special Power of Attorney Annexure-XV

21 For JV firm

Documents as listed in 23.2.1 or 23.2.2 or 23.2.3, as per

status of Firm.

Section-II

Cl.23.2.4

Memorandum of Understanding of JV Annexure-X

Letter of consent Annexure-XI

Special Power of Attorney Annexure-XII

Notary Certified copy of resolution passed by Board of

Directors of the Company, permitting the company to enter

into a JV agreement, authorizing MD or one of the

Directors of Mangers of the Company to sign JV Agreement

Annexure-

XVII

22 For Sole Proprietorship firm

Affidavit

Annexure –IX

Special power of Attorney (as applicable) Annexure XIV

23 Tenderer has gone through Section-II, Clause 26.0 relating

to E-Tender Conditions

Section-II,

Clause 26.0

Note: Tenderer‟s attention is invited to clause 23 of Section II and other relevant

clauses of Section I and II whereby in case of non-submission/non compliance of

mandatory items would lead to the tender offer being summarily rejected.

Signature of Tenderer/(s)

Date. -------------------

Additional Special Condition

1. A Provisions of Contract labour (Regulation and Abolition) Act, 1970:

1.A.(1) The Contractor shall comply with the provision of the contract labour (Regulation and

Abolition) Act, 1970 and the Contract labour (Regulation and Abolition) Central Rules 1971 as

modified from time to time, wherever applicable and shall also indemnify the Railway from and

against any claims under the aforesaid Act and the Rules.

Page 70 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

1.A.(2) The Contractor shall obtain a valid license under the aforesaid Act as modified from

time to time before the commencement of the work and continue to have a valid license until the

completion of the work. Any failure to fulfill the requirement shall attract the penal provision of

the Contract arising out of the resultant non-execution of the work.

1.A.(3) The Contractor shall pay to the labour employed by him directly or through

subcontractors the wages as per provision of the aforesaid Act and the Rules wherever

applicable. The Contractor shall notwithstanding the provisions of the contract to the contrary,

cause to be paid the wages to labour indirectly engaged on the works including any engaged by

subcontractors in connection with the said work, as if the labour had been immediately

employed by him. The payment to the contract labours should be made through bank/cheque.

Identity card should be issued to all contract workers.

1.A.(4) In respect of all labour directly or indirectly employed in the work for performance of

the contractor's part of, the contract, the Contractor shall comply with or cause to be complied

with the provisions of the aforesaid Act and Rules wherever applicable.

1.A.(5) In every case in which, by virtue of the provisions of the aforesaid Act or the Rules, the

Railway is obliged to pay any amount of wages to a workman employed by the Contractor or his

sub contractor in execution of the work or to incur any expenditure on account of the

Contingent, liability of the Railway due to the contractor's failure to fulfill his statutory

obligations under the aforesaid Act or the rules the Railway will recover from the Contractor,

the amount of wages so paid or the amount of expenditure so incurred, and without prejudice to

the rights of the Railway under the section 20, sub-section (2) and section 2, subsection (4) of

the aforesaid Act, the Railway shall be at liberty to recover such amount or part thereof by

deducting it from the security deposit and/or from any sum due by the Railway to the contractor

whether under the contract or otherwise. The Railway shall not be bound to contest any claim

made against it under sub-section (1) of section 20 and sub-section (4) of section 21 of the

aforesaid Act except on the written request of the Contractor and upon his giving to the Railway

full security for all costs for which the Railway might become liable in contesting such claim.

The decision of the Railway regarding the amount actually recoverable from the contractor as

stated above shall be final and binding on the Contractor.

2. Provision of employees Provident Fund and Miscellaneous Provision Act,1952:- The

contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund

Scheme, 1952; Para 3 & 4 of Employees‟ Pension Scheme,1995, and Para7 & 8 of Employees

Deposit Linked Insurance Scheme, 1976; as modified from time to time through enactment of

“Employees Provident Fund & Miscellaneous Provisions Act,1952, wherever applicable and

shall also indemnify the Railway from and against any claims under the aforesaid Act and the

Rules.

Employees‟ Provident Fund Scheme, 1952 :

Payment Of Contributions :

(a) The employer shall, in the first instance, pay both the contribution payable by himself (in

this Scheme referred to as the employer‟s contribution) and also, on behalf of the

member employed by him directly or by or through as contractor, the contribution

payable by such member (in this Scheme referred to as the member‟s contribution).

(b) In respect of employees employed by or through a contractor, the contractor shall

recover the contribution payable by such employee (in this Scheme referred to as the

member‟s contribution) and shall pay to the principal employer the amount of member‟s

contribution so deducted together with an equal amount of contribution (in this Scheme

referred to as the employer‟s contribution) and also administrative charges.

(c) It shall be the responsibility of the principal employer to pay both the contribution

payable by himself in respect of the employees directly employed by him and also in

respect of the employees employed by or through a contractor and also administrative

charges.

Page 71 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(Explanation : For the purposes of this paragraph, the expression “administrative charges”

means such percentage of the pay (basic wages, dearness allowance, retaining allowance, if any

and cash value of food concessions admissible thereon) for the time being payable to the

employees other than an excluded employee and in respect of which Provident Fund

Contribution are payable as the Central Government may, in consultation with the Central Board

and having regard to the resources of the Fund for meeting its normal administrative expenses

fix.). Necessary steps should be taken to deduct provident fund from the payment made to the

contract labour and ensure the same is credited to their Provident Fund Account.

3.Duties of Contractors :

Every contractor shall, within seven days of the close of every month, submit to the principal

employer a statement showing the recoveries of contributions in respect of employees employed

by or through him and shall also furnish to him such information as the principal employer is

required to furnish under the provisions of the Scheme to the Commissioner.

4.Employees‟ Pension Scheme, 1995 :

Para 3(1) : From and out of the contributions payable by the employer in each month under

Section 6 of the “Act” or under the rules of the Provident Fund of the establishment which is

exempted either under clauses (a) and (b) of sub-section (1) of Section 17 of the Act or whose

employees are exempted under either paragraph 27 or paragraph 27-A or the

Employees‟ Provident Fund Scheme, 1952, a part of contribution representing 8.33 percent of

the Employee‟s pay shall be remitted by the employer to the Employees‟ Pension fund within 15

days of the close of every month by separate bank draft or cheque on account of the Employees‟

Pension Fund contribution in such manner as may be specified in this behalf by the

Commissioner. The cost of the remittance, if any shall be borne by the employer.

Para 3(2) : The Central Government shall also contribute at the rate of 1.16 percent of the pay of

the members of the Employees‟ Pension Scheme and credit the contribution to the Employees‟

Pension Fund :

Provided that where the pay of the member exceeds Rs.6,500 (Rupees Six thousand and five

hundred) per month, the contribution payable by the employer and the Central Government be

limited to the amount payable on his pay of Rs.6,500 (Rupees Six thousand and five hundred)

only.

Para 5 : Payment of Contribution :

(1) The employer shall pay the contribution payable to the Employees‟ Pension Fund in

respect of each member employed by him directly or by or through a contractor.

(2) It shall be the responsibility of the principal employer to pay the contributions payable to

the Employees‟ Pension Fund by himself in respect of the employees directly employed

by him and also in respect of the employees employed by or through a contractor.

Employees‟ Deposit Linked Insurance Scheme, 1976 :

Para 7 : Contribution :

(1) The contribution payable by the employer and the Central Government under sub-section

(2) and sub-section (3) of Section 6-C of the Act, shall be calculated on the basis of the

basic wages, dearness allowance (including the cash value of any food concession) and

retaining allowance, if any, actually drawn during the whole month whether paid on

daily, weekly, fortnightly or monthly basis.

Provided that where the monthly pay of an employee exceeds six thousand five hundred

repees, the contribution payable in respect of him by the employer and the Central

Government shall be limited to the amounts payable on a monthly pay of six thousand

five hundred rupees including dearness allowance, retaining allowance (if any) and cash

value of food concession.

Para 8 : Mode of Payment of Contribution :

(1) The contribution by the employer shall be remitted by him together with administrative

charges at such rate as the Central Government may fix from time to time under sub-

section 4 of Section 6-C of the Act, to the Insurance Fund within fifteen days of the close

Page 72 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

of every month by a separate bank draft or cheque or by remittance in cash in such

manner as may be specified in this behalf by the Commissioner. The cost of remittance,

if any, shall be borne by the employer.

(2) It shall be the responsibility of the employer to pay the contribution payable by himself

in respect of the employees directly employed by him and also in respect of the

employees employed by or through a contractor.

9.“Clause 55-C to GCC : Implementation of “The Building and Other Construction

Workers (Regulation of Employment and Condition of

Service) Act,1996” and “the Building and Other Construction

Workers‟ Welfare Cess Act,1996” :

The tenderers for carrying out any construction work must get themselves registered from the

Registering Officer under Section-7 of the “Building and Other Construction Workers Act,

1996” and rules made thereto by the concerned State Govt. and submit certificate of Registration

issued from the Registering Officer of the concerned State Govt. (Labour Dept.). As per this

Act, the tenderer shall be levied a cess @ 1% of cost of construction work, which would be

deducted from each bill. Cost of Material, when supplied under a separate schedule item, shall

be outside the purview of cess.”

10. Building and Other Construction Workers Act, 1996 :

(i) Provisions of this act applies to every establishment which employs, or had employed on any

day of the preceding twelve months, ten or more building workers in any building or other

construction work.

(ii) Contractor for carrying out any construction work must get themselves registered from the

Registering Officer under Section-7 of the Building and Other Construction Workers Act,

1996 and rules made thereto by the respective State Governments and submit certificate of

Registration issued from the Registering Officer of the State Government. For enactment of

this Act, the contractor shall be required to pay cess @ 1% of cost of construction work

which will be deducted from each bill. Cost of material shall be outside the purview of cess,

when supplied under a separate schedule item.

(iii) For the purpose of levy of cess, cost of construction shall include all expenditure incurred

by an employer in connection with the building or other construction work but shall not

include cost of land and any compensation paid or payable to a worker or his kin under the

Workmen‟s Compensation Act, 1923.

(iv) Every building worker who has been engaged in any building or other construction work for

not less than 90 days during the preceding twelve months is required to be registered as a

beneficiary under this Act.

11. Handling Vitiation during variation in Contract Quantities.

In partial modification of existing instructions, it has been decided that as a result of

variations, a contract shall be considered “vitiated” only when, the following percentage

variation in contract value between tenderers are noticed to have been exceeded.

SN Value of contract Percentage difference between present

contractor and new L-1 as a result of

variation. (percentage shall be calculated with

base as the revised contract quantities

multiplied by the rates of the present

contractor)

1 Small value contracts (Tender

value less than Rs.50 lakh)

10

Page 73 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

2. Other than small value

contracts (Tender value equal

to or more than Rs.50 lakh)

5

11.1 When the percentage difference between present contractor and new L-1 is noticed as

becoming beyond the values specified above, the following action shall be taken.

The Railway administration shall immediately examine whether it is practicable to being

in a new agency to carry out the extra quantity of work keeping in view the progress of the work

in accordance with the original contract and the nature and lay-out of the work. If it is found that

there will be no serious practical difficulty in meeting the additional quantity of work done by

another agency, then fresh tenders for the extra quantity may be invited otherwise negotiation

the rate with the existing contractor for arriving at a reasonable rate for the additional quantities

of work, may be adopted.

11.2 The above shall be regulated as under:-

a) The case shall be decided by the tender accepting authority (competent for the revised

quantity) and shall not be treated as a case of single tender. The provision of Railway

Board letter no.2007/CE.I/CT/18/Pt.XII dated 31.12.2010 hereby gets superseded.

b) These instruction will be similarly applicable to earning contracts with H-14, H-2

substituted for L-1, L-2 and so on.

c) Executives while executing the work shall make all efforts to ensure that no vitiation

takes place in normal circumstances. Vitiation should be an exception rather than a

routine affair. Efforts should be made to invite bids on the basis of percentage

above/below/at par.

d) Variation should always be computed with respect to the items, rates, quantities and

conditions as available at the time of Tender Opening and subsequent charges/additions

by way of new items will not be counted for computing vitiation.

12.0 Project Management Consultancy (PMC)

In partial modification to Railway Board‟s letter no.2007/CE.I/CT/18 dated 05.07.2010,

and 14.09.2017, it has been decided to extend the scope of PMC services for all works

contracts costing more than Rs.10 crore in open line, Construction and RE organization

while ensuring the following.

a) Personal approval of DRM/PHOD/CHOD would be required on case to case basis.

b) The proposal to engage PMC services for any project/contract shall be governed as per

instructions contained in Railway Boards letter mentioned above (and amended from

time to time). These instructions will also be applicable for all the works approved for

PMC by DRM/PHOD/CHOD.

c) The word Deputy CE or its equivalent mentioned in the instructions above shall mean

Equivalent Branch Officer of the Division/Railway Electrification (RE).

d) The expenditure incurred on PMCs should be within the D & G charges as per extant

instructions.

13.0 Contractors Measurements:

In partial modification to Railway Board‟s letter no.2016/CE-I/CT/14 Measurement/1

dated 21.09.2017, and 2016/CE-1/CT/14 Measurement/3 dated 21.09.2017, it has now

been decided to extend the scope of Contractors Measurement for all works costing more

than Rs.5 crore in Divisions, construction and RE organization, subject to following

condition.

a) Approval of DRM/PHOD/CHOD, without finance concurrence.

b) The proposal to have works measurements by contractors for any project/contract shall

be governed in accordance with the instructions contained in Railway Board‟s letter

mentioned above (amended from time to time). Such instructions are applicable for all

works approved for Contractors Measurement by DRM/PHOD/CHOD.

Page 74 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

c) The word Deputy CE or its equivalent mentioned in the instructions above shall mean

equivalent Branch Officer of the division/RE organization; XEN/AXEN shall mean their

equivalent counterparts in Division/RE organization.

NORTHEAST FRONTIER RAILWAY

(Open Line)

Tender No. ………………..

Name of work ………..................

OFFER SHEET

I/We offer and agree to execute the work as per specifications, rate, terms and

conditions of this tender at the following rates.

Date of opening;-

S.

N.

Total

estimated

Value for the

tender

Rate to be quoted by tenderer(s) in percentage above/ below/at par

on the total estimated value specified in adjacent column (In

figures & words)

1

……………. (in

figures)..........................................................................

.................................................................................................

(in words) % ..............................(Above/ below /at par) the total

estimated value for the tender

Note:-

1. Only one single percentage above/below/at par the on total estimated value for the

tender shall be quoted by the tenderer and any tenderer quoting rates other than single

percentage shall be summarily rejected.

2. In case of discrepancy between rate quoted in figures and words, the rate quoted in

words shall be taken into account. “Rates quoted only in figure shall not be considered”.

3. I/we declare that the ballast supply at all times will conform to the specifications for

track ballast as specified by Railway (Applicable for the tenders of ballast supply only).

Signature of Tenderer/(s)

Page 75 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

SPECIFICATION FOR TRACK BALLAST

1 GENERAL

1.1

The additional special conditions and specifications will be applicable for stone ballast to

be used for all type of sleepers on normal track, turn out, tunnels and deck slabs etc. on

all routes. In every case the work shall be carried out to the satisfaction of Engineer at

specified locations of Railway depots, yards, ballast zones and/or as directed by the

Engineer. The quality of work shall be in compliance with the requirements set forth in

succeeding paras. Wherever the content from these specifications is not clear for any

details etc., it shall mean to render the best quality of work and shall be done as per the

instructions of Engineer and these instructions shall be binding on the contractor for their

compliance. For the quality of work in all respect the contractor shall be fully

responsible.

1.1.1

All matters and specifications not expressly provided for in this tender document shall be

in accordance with the N.F. Railway General Conditions of Contract and Standard

Special Conditions (2014 edition) and Standard Specifications (2010 edition) with upto

date corrections and the contractor shall be bound by them for due performance of the

contract.

1.1.2

All the codes specified in these specifications shall include all corrections as applicable

on the date of submission of tenders.

1.1.3

These ballast shall be supplied as per “SPECIFICATIONS FOR TRACK BALLAST

JUNE 2016 issued by RDSO/Lucknow vide No.IRS/F/7/4/VOL.IV dated. 24.6.2016 as

approved by Railway Board which are reproduced below in Part – A of Special

Specification.

2.0

CONDITIONS FOR SUBMISSION OF TENDER

2.1

The tenderer at the time of tendering shall submit the test reports of Impact value,

Abrasion value, Water Absorption value from approved/reputed laboratories/institution

for the ballast intended to be supplied. The name of quarry/quarries and its location etc.

also to be mentioned in the test report itself.

2.2

The tenderers shall furnish an undertaking that the ballast supply at all times will

conform to Specifications for track ballast as specified by Railway. Railway reserves the

right to retest the ballast sample of any or all the tenderers, before finalisation of tender

at Railway's cost.

2.3

Tenderer should mention the source of collection of boulders alongwith his offer which

is to be approved by the Engineer. Source once approved can be changed only with the

approval of the Engineer if becomes necessary during the progress of work.

3.0

Schedule of Supply.

3.1

The plants and equipments for crushing of stone should be ready for production of

ballast within 2(two) months from the receipt of formal acceptance letter.

3.2

In case of shortfall in the schedule of supply, price escalation clause will not be

applicable for the period till shortfall is made good.

Page 76 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

4.0 Mechanised stone crusher

4.1

The tenderer(s) should furnish the details of stone crushers, tippers and other

machineries required for such works owned by him or proposed to be deployed for this

work . Location of existing / proposed crushing sites should be indicated .

4.2 Assistance from the Railway will be made by providing Mobilisation Advance and

Advance against Machinery Plant and Equipment to the contractor in terms of Clause

34 of N.F. Railway's GCC & Standard Special Conditions of Contracts , 2014 edition with

up to date amendment regarding payment of advances.

PART – A

SPECIFICATION FOR TRACK BALLAST

1.0

SCOPE : These specifications will be applicable for stone ballast to be used for all types

of sleepers on normal track, turnouts, tunnels and deck slabs etc. on all routes.

2.0

DETAILED SPECIFICATIONS

2.1

GENERAL

2.1.1

Basic Quality : Ballast should be hard durable and as far as possible angular along edges

/ corners free from weathered portions of parent rock, organic impurities and inorganic

residues.

2.1.2

Particle Shape : Ballast should be cubical in shape as far as possible. Individual pieces

should not be flaky and should have generally flat faces with not more than two rounded/

sub rounded faces.

2.1.3

Mode of Manufacture : Ballast for all BG main line and running lines, except on “E”

route but including :E: special route, shall be machine crushed. For other BG lines and

MG/NG routes planned/sanctioned for conversion, the ballast shall preferably be

machine crushed. Hand broken ballast can be used in exceptional cases with prior

approval of Chief Track Engineer/CAO/C. Such approval shall be obtained prior to

invitation of tender.

2.2

On other MG and NG routes not planned/sanctioned for conversion hand broken ballast

can be used for which no approval shall be required.

PHYSICAL PROPERTIES

2.2.1

Ballast sample should satisfy the following physical properties in accordance with IS

2386 Pt.IV – 1963 when tested as per the procedure given in Annexure – I & II

BG, MG & NG

(Planned/sanctioned for

conversion)

NG & MG (Other than those

planned for conversion)

Aggregate Abrasion Value 30% Max* 35% Max

Page 77 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Aggregate Impact Value 20% Max* 30% Max

In exceptional cases, on technical and/or economic grounds relaxable up to 35% and 25%

respectively by CTE in open line and CAO/C for construction projects. The relaxation in

Abrasion and Impact values shall be given prior to invitation of tender and should be

incorporated in the tender document.

2.2.2. To carry out Impact Test on ballast, a test sample of ballast pieces (about 5 kg in

weight) of size 10mm to 12.5mm will be required. Appropriate care should be taken by the

railway that ballast selected for breaking down to 10mm to 12.5mm size of Impact Test

should be random from the ballast supply to avoid any subjectivity in selection of test

sample. Alternatively, the test sample in the recommended range of size be got manufactured

along with the ballast in sufficient quantity required for this test.

2.2.3. The „Water Absorption‟ tested as per IS:2386 Pt.III – 1963 following the procedure given in

Annexure –III should not be more than 1%.This test, however , is to be prescribed at the

discretion of CE/CTE in open line and CAO/Con for construction projects.

2.2.3.1. The power of relaxation for water absorption limit should be delegated to CTE in

open line and CAO on construction for specified areas. However, maximum water

absorption in any case should not be allowed more than 2.5%.

2.3 SIZE AND GRADATION 2.3.1 Ballast should satisfy the following size and gradation :-

(a) Retained on 65 mm Sq.mesh

sieve

5% Maximum.

(b) Retained on 40 mm Sq.mesh

sieve*

40% - 60%.

(c) Retained on 20 mm Sq.mesh

sieve

***

Not less than 98% for

machine crushed ballast

Not less than 95% for hand

broken ballast

*** for machine crushed

ballast only

2.3.1.1 In exceptional cases, where it is considered necessary on technical consideration, to reduce the

maximum size of ballast for NG lines, CTE may modify the size & gradation of the ballast as

defined above. In case of such modification, provision given in Para 2.3.2 to 2.3.4 below shall

also be suitably modified .this will be finalized before invitation of tenders and should be

incorporated in the tender document

2.3.2 Oversize ballast

(i) Retention on 65 mm square mesh sieve.

A maximum of 5% ballast retained on 65 mm sieve shall be allowed without

deduction in payment.

In case ballast retained on 65mm size exceeds 5% but does not exceed 10%, payment at 5%

reduction in contracted rate shall be made for the full stack. Stacks having more than 10%

retention of ballast on 65mm sieve shall be rejected.

Page 78 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(ii) In case ballast retained on 40 mm square mesh sieve (machine crushed case only) exceeds

60% limit prescribed in 2.3.1 (b) above, payment at the following reduced rates shall be

made for the full stack in addition to the reduction worked out at (i) above.

- 5% reduction in contracted rates if retention on 40 mm sq.mesh sieve is between 60%

(excluding) and 65% (including).

- 10% reduction in contracted rates if retention on 40 mm square mesh sieve is

between 65% (excluding) and 70% (including).

(iii) In case retention on 40 mm sq. mesh sieve exceeds 70%, the stack shall be rejected.

(iv) In case of hand broken ballast supply 40 mm sieve analysis may not be carried out. The

executive may however, ensure that the ballast is well graded between 65 mm and 20 mm

size.

2.3.3 Under Size Ballast : The ballast shall be treated as undersize and shall be rejected if,

i) Retention on 40 mm sq. mesh sieve is less than 40%.

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

(for hand broken).

2.3.4. Sieve Analysis of Ballast

2.3.4.1 The test sieves used for sieve analysis shall conform to the specifications give in

Annexure-IV.

2.3.4.2 While carrying out sieve analysis, the screen shall not be kept inclined, but held

horizontally and shaken vigorously. The pieces of ballast retained on the screen can be

turned with hand to see if they pass through but should not be pushed through the sieve.

2.3.4.3 The percentage passing through or retained on the sieve shall be determined by weight.

The weighing equipment used shall NOT have least count more than 100 grams.

3.0 CONDITIONS FOR SUBMISSION OF TENDER

3.1. Each tenderer at the time of tendering shall submit the test report of Impact value

Abrasion value, Water Absorption value from approved laboratories and list of these

laboratories are mentioned below:

(a) Government Civil Engineering College,

(b) Government Polytechnic College.

3.2. The tenderer shall also furnish an undertaking as incorporated in the tender document the

ballast supply at all times will conform the specifications for Track Ballast as specified

by Railway.

4.0

METHOD OF MEASUREMENT

4.1 STACK MEASUREMENT Stacking shall be done on a neat, plain and firm ground with good drainage. The height of

stack shall not be less than 1 m. except in hilly areas where it may be 0.5m. The height shall

not be more than 2.0m Top width of stack shall not be less than 1.0 m. Top of stack shall

be kept parallel to the ground plane. The side slopes of stack should not be flatter than 1.5.1

(horizontal, Vertical). Cubical content of each stack shall normally be not less than 30 cum

in plain area and 15 cum in hilly areas.

4.2 WAGON MEASUREMENT 4.2.1 In case of ballast supply taken by direct loading into wagons a continuous white line should

be painted inside the wagon to indicate the level to which ballast should be loaded. The

cubical content in cubic meter corresponding to white line should also be painted on both

sides outside the wagon.

4.2.2 In addition to painted line, mentioned in para 4.2.1, short pieces of flats (cut pieces of tie

bars or other wise) with cubical contents punched, shall be welded at the center of all the

Page 79 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

four sides as shown below as permanent reference. In case the supply is taken in general

service wagon, actual measurement will be taken.

Welded flat White

line

CUM 28.85

4.2.3 SHRINKAGE ALLOWANCE

Payment shall be made for the gross measurement either in stacks or in wagons without any

deduction for shrinkage/ voids. However, when ballast supply is made in wagons.

5. SAMPLING AND TESTING.

5.1 GENERAL

5.1.1 The samples shall be drawn with due diligence and adequate precaution so that they

represent the true nature and condition of the ballast.

5.1.2. Being a heterogeneous material, the gradation of ballast loaded in wagons and /or

dumped/inserted in the track may not remain same as that initially checked in stacks,

due to lifting, loading, transportation, unloading etc. Similarly in case of direct loading

into wagons, the gradation of ballast at destination may not remain same as that at

source, due to loading, transportation etc. Therefore, the samples from wagons and track

are not representative samples as far as gradation is concerned. Even in the same stack,

results of two checks may not be same.

5.1.3. The samples from a stack taken after lapse of a long period of stacking are not

representative samples of the ballast initially supplied in the stack, due to setting down

of smaller size particles in voids underneath, dirt/dust getting accumulated

in the stack, rains etc.

5.2. SAMPLING FREQUENCY

In order to ensure supply of uniform quality of ballast, the following norms shall be

followed in respect of sampling, testing and acceptance:

A minimum of 3 samples of ballast for sieve analysis shall be taken for measurement

done on any particular date even if the numbers of stacks to be measured are less than

three.

5.2.1. On supply of the first 100 cum, the tests for Size & Gradation, Abrasion Value, Impact

Value and Water Absorption (if prescribed) shall be carried out by Railway. Further

supply shall be accepted only after this ballast satisfies the specifications for these tests.

Railway reserves the right to terminate the contract as per GCC at this stage itself in

case the ballast supply fails to conform with any of these specification.

5.2.2. Subsequent test shall be carried out as follows :

Type of Tests Supply in Stacks Supply of wagons

(a) Size and Gradation Tests One for each 100

cum or part thereof in

One for each 100

cum or part thereof

Page 80 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

any stack for quantity to be

loaded in wagons

(b) Abrasion Value, Impact

Value and Water

Absorption Value (*)

One Test for every 2000 cum.

(*) These tests shall be done for the purpose of monitoring quality during supply. In

case of the test results not being as per the prescribed.

Specifications at any stage, further supplies shall be suspended till suitable corrective

action is taken and supplies ensured as per specification.

The above tests may be carried out more frequently, at the discretion of Railway.

5.2.3 All tests for Abrasion Value, Impact Value and Water absorption should be got done

through approved laboratories of Railway‟s (list of these laboratories shall be

mentioned in the tender document). These tests, subsequent to award of contract, shall

be done at Railway‟s cost.

5.3 Supply of ballast in stacks.

5.3.1 Sampling Procedure

(i) At the time formation of stacks, sufficient care should be taken to ensure that there is

sufficient space around the stack to facilitate movement of JCB/Power Equipment‟s.

The length and width of each stack shall be kept in such a way that every part of the

stack is accessible to the JCB or Power equipment, to be deployed for drawing

“Samples”

(ii) In case of ballast supply in stacks, three “Samples” each of 0.3-0.5 cum volume, one

sample each from two sides and one sample from top after removing outer layer (150-

200 mm) should be collected from stack for every 100 cum or part thereof, by JCM or

other suitable Power Equipment.

(iii) The location (in plan) and depths of sampling points shall be varied for different

“Samples” and different stacks in a lot.

(iv) “Gross sample” should be prepared by thoroughly mixing the three “Sample” collected

as in (ii) above, using JCB bucket or any other suitable power Equipment on a clean,

flat and hard surface.

Note: In exceptional cases of site specific constraints, approval of Competent Authority

(Engineer-in-charge) shall be taken prior to invitation of tender, for using manual

means for collection and mixing of “Sample” and this should be incorporated in the

Tender Document.

(v) A “Test Sample” of volume 0.027 cum shall be drawn from each of the “Gross sample”

by the method described in Para 5.3.1 (vi), for carrying out Size & Gradation tests.

(vi) Method for drawing “Test Sample”. The ballast in “Gross Sample” shall be scooped

into a cone shaped pile by taking care to drop each scoopful exactly over the same spot.

After the cone is formed, it shall be flattened by pressing the top of cone with a smooth

surface. Then it is cut into quarters by two lines which intersect at right angles at the

center of the cone. The bulk of the sample is reduced by rejecting any two diagonally

opposite quarters. The remaining ballast shall be mixed and “test sample” shall be

drawn for resting. After drawing “test sample” the left over ballast of “Gross Sample”

shall be dumped back in the stack.

Page 81 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(vii) In case clean, flat and hard surface is not available then a tarpaulin or any other suitable

sheet may be used on a flat surface for mixing, drawing and sieve analysis of samples.

5.3.2 In case of stacks of volume more than 100 cum, more than one “Test Samples” will be

tested for Size & Gradation. In such cases, the sieve analysis results of all the “Test

Samples” shall individually conform to following gradation, for acceptance/rejection of

the whole stack:

(i) Retention of 20mm Sq. Mesh Sieve shall not be less than 98% for machine

crushed ballast ( not less than 95% for hand broken ballast).

(ii) Retention on 40mm Sq. Mesh Sieve shall be between 40 to 70%.

(iii) Retention on 65mm Sq. Mesh Sieve shall not be more than 10%.

The full payment/reduced payment for the whole stack, as given in para 2.3 of the

“ specifications for Track Ballast ( IRS-GE-1, June-2016), shall be decided based

on the average of the sieve analysis results of all the “Test Samples” for a stack.

5.4 Supply of ballast in Heaps for loading directly in Wagons

5.4.1 Sampling Procedure

Samples of ballast shall be collected from heaps of ballast proposed to be loaded into

the wagons. For this, the contractor shall inform ADEN in-charge in writing

sufficiently in advance before placement of rake, about the locations of ballast heaps

from where it is to be loaded into wagons. ADEN in-charge shall decide the location of

heaps from which sampling is to be done, judiciously covering the entire quantity of

ballast to be loaded in the rake.

5.4.2. Based on the approx. quantity of ballast to be loaded in the rake, methodology for

sampling of ballast to be followed shall be the same as in Para5.3.1 and 5.3.2 above.

PART – B

1.0 STACKING OF BALLAST 1.1 The location chosen for making stacks shall be on elevated place available within the

vicinity so that during the rains the stack should not get submerged in water or get

contaminated on receding/drying of stagnated water. Instead drainage should be able to

drag away the dust etc. deposited on and within the stacks due to winds etc. In this

respect the decisions of the Engineer at site shall suffice.

1.2 Before stacking the ballast on the locations so chosen for stacking, the ground shall be

levelled. The locations of sloppy ground for stacking ballast shall be avoided as far as

possible. However, in unavoidable circumstances the grounds of such locations may be

excavated from higher side and may levelled at lower side after well ramming the loose

earth to avoid intermixing of loose soil with the ballast of the bottom portion of stack. The

efficient drainage arrangement towards elevated side too shall be made so that water should

not get stagnated to contaminate the ballast.

1.3 The cleaned ballast from screened heaps at the place of production shall be lifted manually

in baskets etc. in such a way that no loose soil from ground i.e. from bottom of ballast stack,

ballast dust etc. are mixed with cleaned ballast and shall be transported to places where

stacks are to be made.

1.4 While carrying out the whole operation like, screening of ballast and levelling the ground

with the help of contractor's resources, taking and recording levels etc., tools, plants, labour,

any other help etc. for work required shall be rendered by the contractor and no extra

payment will be permissible. The rate for supplying and stacking of ballast shall be

inclusive of all such works.

1.5 While making the stacks in yards, on cess near the track or on the bank itself the contractor

Page 82 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

shall keep in mind that in no case the stacks shall make infringement to the moving rolling

stocks in any manner as per the schedule of dimension (SOD). Any unwanted happenings

on this account shall be the full responsibility of the contractor.

1.6 Any expenditure, loss etc. of any kind suffered by the contractor on account of observing

formalities, the railway shall bear no responsibility of any kind for any payment,

compensation etc.

2.0 MEASUREMENT OF BALLAST STACKS

2.1 The initial levels at least at four corners and one at centre of the ground shall be recorded by

the officer not below the rank of an Assistant Engineer in Measurement Book.

2.2 In addition to recording measurements of approved ballast, the stack number, chainage

(Railway Km), quantity in the stack, length, width and depth of the approved stacks

measured and recorded in Measurement Book for payment, whether stack approved or not

etc. shall be maintained in field register by the Railway officer not below the rank of

Assistant Engineer.

3.0 POST APPROVED STACKS 3.1 In case the stacks in yards, on cess along the track has been passed by a Railway Officer not

below the rank of an Assistant Engineer and the measurement thereof have been recorded in

measurement book for payment or the payment therefore has been made, the contractor shall

draw the lines with solution of white line on the top and on slant surfaces of the stacks in

centre of the faces perpendicular to each other and shall put the stack number which in

recorded in measurement book and site book, with wet white line, so that the stacks can be

very visible from far distance to distinguish between the approved and unapproved stacks.

In case the local authorities (site Engineer) desires, the wet lime solution may be sprinkled

all around in very thin and dilute layer on the approved stack to make more distinct stacks.

3.2 For carrying out the works of lime sprinkling and other operations connected there to as

specified vide para 3.1 above no payment shall be made to the contractor as the rate against

the item 1 of schedule of works and approximate quantities attached with this tender for

supplying and stacking of ballast are inclusive of all such expenses.

4.0 TAKING OVER OF BALLAST 4.1 Ballast supplied and stacked in yards or on cess after supply and stacking is completed

successfully in all respects, the stacks are approved for payment and measurement are

recorded in measurement book for payment. Such ballast stacks shall be taken over by

Railway from the contractor but work done against supply item i.e. against item 1 of

Schedule of Item of works and Approximate Quantities of this tender shall not be treated as

completed in all respects successfully unless the whole work under the item 1 of Schedule of

Items of works and Approximate Quantities of this tender is completed.

5.0 REJECTED BALLAST

5.1 Any portion of ballast or ballast stack as a whole is rejected in any manner by Railway

officer not below the rank of an Assistant Engineer in the yard or on the cess shall be the

property of the contractor. No payment shall be made in any manner for such rejected

ballast. While rejecting such rejecting authority should exercise his full and true technical

judgement because once ballast or stack as a whole is rejected it shall not be accepted in

any manner.

5.2 To safe guard against the possibility of mixing up of the rejected ballast with the accepted

ballast, the contractor shall be bound to remove the rejected ballast far away from the

Railway premises. Till such time the heap of the rejected ballast shall be made semi

spherical or a frustum thereof and the dilute solution of white lime shall be sprinkled on

the top and on the side faces of heap and two diametrically opposite lines with red colour

(surkhi etc.) shall be drawn on the stack to distinguish the stacks of rejected ballast from

the accepted ballast stacks.

5.3 In case of cess supply if the contractor removes the rejected ballast and places it in

Page 83 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

private land very adjacent to the railway boundary, in such case too, same procedure for

distinguishing the stacks of rejected ballast from the accepted stacks of ballast shall be

followed as specified vide para 6.1 above.

5.4 It shall be the full responsibility of the contractor to make aware his Labour to identify

the rejected ballast stacks to have clear idea of ballast stacks which are to be lifted for

spreading, loading in hoppers etc.

5.5 Failing to adhere to the specifications laid down for rejected ballast vide paras above by

the contractor, Railway may make their own arrangement to carry out all the operations

specified above or may remove rejected ballast at the cost of contractor and shall recover

the cost involved in the operation without any prejudice, an amount double of the

expenditure incurred as a specified above as a penalty from the contractor running bills

due to him or from the Security Deposit as case may be.

5.6 In case rejected ballast is removed by the Railway, no claim from the contractor for cost

of rejected ballast after being removed by the Railway shall be entertained by the

Railway.

6.0 RECORDING OF MEASUREMENT & RESULTS OF SIEVE ANALYSIS IN M.B.

6.1 The measurement & quantity of each stack shall be recorded as (average length) X

(average breadth) X (average height i.e. quantity (L1 + L2) X (B1 + B2) X (H1 + H2 + H3)

where L1 & L2 are the length, B1 & B2 are the breadth & H1, H2 & H3 and H4 etc. are the

height of stacks taken at all the four sides. The method of measurement is indicated in

sketch below :-

6.2 The result of screen test (sieve analysis) shall invariably be recorded for each and every

stack in the M.B. i.e. the percentage of over-size and dust, even if they are within

permissible limits, shall be recorded for each stack.

6.3 As soon as full quantity of ballast are collected along side the track is not less than one

block section or

station yard, the ADEN shall take measurements of the stacks collected. The

spreading of ballast will be started after this as per directives of Railways Engineer or his

representative.

6.4 Every spreading will require specific written orders from the Divisional Engineer. This

process will be made after full supply and spreading is completed in the entire stretch for

which Contract has been awarded.

6.5. COMPLETION OF WORK.

The above work is required to be completed within the specified period of issue of the

letter of acceptance of the work.

7.0 LOADING & UNLOADING IN/FROM HOPPER/WAGON.

7.1 The supply of ballast in the Depot will be as per the specification for track

ballast. The ballast will be

measured by the ADEN in the depot. After 15 (fifteen) days of measurement of

ballast, as soon as the hoppers/Wagons are placed for loading of ballast, the contractor will

have to arrange sufficient labours at site for loading on ballast as per the instruction of

Engineer at site within 3(three) days from the time of intimation of Engineer at site

whichever is earlier.

B 2

L1

L 2

B 1

Page 84 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

7.2 The loading / unloading of ballast into hopper/wagons will be done in the day time only

i.e. from 05.00 hours to 18.00 hours except in emergency when as per the instruction of

Engineers at site the loading/unloading may have to carry out in the night with proper

lighting arrangement of contractor.

8.1 The unloading of ballast from hopper/wagon will be done in day time only except in

emergency as per (2). The necessary traffic block and Engine for unloading of ballast from

hoppers/wagons in the block section will be arranged by the Railways. For unloading

purposes, the contractor has to keep close liaison with the Engineers/Custodian of ballast

so that there is no lapses or failure in communication in case of all arrangements for

unloading of ballast. Contractor has to arrange sufficient labours at site in such a way that

10 BC B.G. loads are unloaded within a traffic block period of 2 (two) hours or 16

BOBYN (Hoppers) loads are unloaded within a traffic block period of 2 (two) hours

unless there is any other causes.

8.2 In Depot supply of ballast, no commercial rules will hold good.

8.3 The terms and conditions of ballast supply contract will be as per General Condition of

Contract 2014 & Special Condition of Contract 2014 edition.

8.4 The site for collection, manufacturing and stacking will be made available by the

Railway free of cost.

8.5 In all depots other than quarry sidings should take consent of Commercial and Operating

Department to avoid complication.

8.6 If in the opinion of the Engineers, the proper loading/unloading wagons/hoppers has any

time been delayed by any act or neglect of the contractor, Railway will be at liberty to

debit a token penalty of Rs.300/- per day or part there of against the contractor.

PART – C

Annexure – I

Aggregate Abrasion Value

(Based on IS : 2386 part IV-1963)

1.0 Apparatus

1.1 The abrasion test for track ballast shall be carried out using Los – Angeles machine as

per fig-I

1.2 The abrasive charge shall consist of 12 nos. cast iron or steel spheres approx. 48 mm dia

and each weighing between 390 and 445 gm ensuring total weight of charge as 5,000 +

25 gm.

1.3 IS sieves of sizes 50mm, 40mm, 25mm and 1.70mm.

1.4 Drying Oven.

2.0 Test Sample.

2.1 The test sample of 10.000 gm shall consist of clean ballast conforming to the

following grading

- Passing 50 mm and retained on

- 40 mm square mesh sieve 5,000 gm @

- Passing 40 mm and retained on

- 25 mm square mesh sieve 5,000 gm @

- @ tolerance of + 2% permitted.

2.2 The sample shall be dried in oven at 1000C - 110

0 C to a constant weight and

weighed (Weight „A‟).

3.0 Test Procedure The test sample and the abrasive charge shall be placed in the Los – Angeles abrasion testing machine

Page 85 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

and the machine rotated at a speed of 20 – 33 revolutions/minute for 1000 revolutions.

At the completion of test the material shall be discharged and sieved through 1.70 mm IS sieve.

4.0 Analysis and reporting of the Result 4.1 The material coarser than 1.70 mm IS sieve shall be washed, dried in oven at 100

0 -

1100 C to a constant weight and weighed (Weight "B").

4.2 The proportion of loss between Weight “A” and Weight “B” of the test sample shall be

expressed as a percentage of the original weight of the test sample. This value shall be

reported as -

A - B

Aggregate Abrasion Value = ---------- X 100

A

Annexure – II

Aggregate Impact Value

(Based on IS : 2386 part IV – 1963)

1.0 Apparatus The apparatus shall be consist of the following

(a) Impact testing machine confirming to IS – 2386 part IV – 1963 as per fig

– 2.

(b) IS Sieves of size 12.5 mm, 10 mm and 2.36 mm.

(c) A cylindrical metal measure of 75 mm dia & 50 mm depth.

(d) A tamping rod 10 mm circular cross section and 230 mm length, rounded

at one end.

(e) Drying oven.

2.0 Test Sample 2.1 The test sample shall be prepared out of track ballast so as to conform to

following grading.

Passing 12.5 mm IS Sieve. - 100%

Retention 10 mm IS Sieve. - 100%

2.2 The sample shall be oven dried for 4 hours at a temperature of 1000 - 110

0 C and

cooled.

2.3 The measure shall be filled about one – third full with the prepared aggregate and tamped

with 25 strokes of the tamping rod. A further similar quantity of aggregate shall be added

and a further tamping of 25 strokes given. The measure shall finally be filled to

overflowing, tamped 25 times and the surplus aggregate struck off using and tamping rod

as a straight edge. The net weight of the aggregate in the measure shall be determined to

the nearest gm (Weight “A”).

3.0 Test Procedure 3.1 The cup of impact testing machine shall be fixed firmly in the position on the base of the

machine and the whole of the rest sample placed in it and compacted by 25 strokes of the

tamping rod.

3.2 The hammer shall be raised 380 mm above the upper surface of the aggregate in the cup

and allowed to fall freely on to the aggregate. The test sample shall be subjected to a

total of 15 such blows, each being delivered at an interval of not less than one second.

4.0 Analysis and Reporting of the result 4.1 The sample shall be removed and sieved through 2.36 mm IS Sieve. The fraction

passing through shall be weighed (Weight “B”). The fraction retained on the sieve shall

also be weighed (Weight “C”) and if the total weight (B + C) is less than the initial

Page 86 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

weight (Weight “A”) by more than one gm, the result shall be discarded and a fresh test

made.

4.2 The ratio of the weight of the fines formed to the total sample weight shall be expressed

as a percentage.

Aggregate Impact Value =( B/A) X 100.

4.3 Two such tests shall be carried out and the mean of the results shall be reported to the

nearest whole number as the Aggregate Impact Value of the tested material.

Annexure -III

WATER ABSORPTION

(Based on IS – 2386 III – 1963)

1.0 Apparatus The apparatus shall consist of the following –

(a) Wire Basket – Perforated, electroplated or plastic coated with wire hangers

for suspending it from the balance.

(b) Water tight container for suspending the basked.

(c) Dry soft Absorbent cloth 75 cm x 45 cm size 2 Nos.

(d) Shallow Tray of minimum 650 square cm area.

(e) Air tight container of capacity similar to basket.

(f) Drying Oven.

2.0 Test Sample A sample of not less than 2,000 gm shall be used.

3.0 Test Procedure 3.1 The sample shall be thoroughly washed to remove finer particle and dust. Drained and

then placed in the wire basket and immersed in distilled water at a temperature

between 22° – 32° C.

3.2 After immersion the entrapped air shall be remove by lifting the basket and allowing

into drop 25 times in 25 seconds. The basket and sample shall remain immersed period

of 24 + ½ hours afterwards.

3.3 The basket and aggregate shall then be removed from the water. Allowed to drain for

few minutes after which the aggregate shall be gently emptied from the basket on to

one dry clothes and gently surface dried with the cloth transferring into second dry

cloth when the first will remove no further moisture. The stone aggregate shall be

spread on the second cloth and exposed to atmosphere (away) from direct sunlight until

it appears to be completely surface dry. The aggregate then shall be wieghed (Weight

“A”).

3.4 The aggregate shall be placed in an oven at a temperature of 1000 – 110

0 C for 24

hours. It shall then be removed from oven, cooled and weighed (Weight “B”).

4.0 Analysis and Reporting of the Result.

Water Absorption = (A - B) / B x 100.

4.1 Two such tests shall be made and individual and mean results shall be reported.

Annexure –IV

Specification of Test Sieves used for Sieve Analysis of Ballast

1. The test sieves shall be perforated plate sieve type with square holes/apertures, mounted

on a frame. The test sieves are designated by the nominal size of holes/apertures.

Page 87 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

2. Material of Perforated Plate : The perforated plate for test sieves shall be manufactured

from Brass Sheet or steel Sheet or stainless steel or Galvanized Steel Sheet or

Electroplated Steel Sheet.

3. Plate Thickness : The thickness of plate used for making rest and the tolerance permitted

for this shall be as following :

For 65mm Square Mesh Sieve – 3mm (Plus 1.0mm Minus 0.5mm)

For 40mm Square Mesh Sieve – 2mm (Plus Minus 0.5mm)

For 20mm Square Mesh Sieve – 2mm (Plus Minus 0.5mm)

4. Arrangement of Holes/Apertures : The square holes/apertures of size “W” in the

perforated plate shall be arranged at Pitch “P” as per the sketch given below :

5. Opening Size, Pitch of Openings and tolerances : The nominal size of individual

hole/aperture at mid-section (W), the pitch of holes/apertures(P) and permissible

tolerance for them shall be as under :

Test Sieve of

Square Mesh

Size

W P

Nominal Size Tolerance Distance Tolerance

65mm 65mm (*) 1.5mm 80mm (+) 12.0mm

(-) 8.0 mm

40mm 40mm (*) 1.5mm 50mm (+) 7.5 mm

(-) 5.0 mm

20mm 20mm (*) 1.0mm 25mm (+) 4.0 mm

(-) 2.5 mm

I hereby undertake that the ballast at all times will conform to specifications by the Railway for

track ballast as specified by Railway.

Page 88 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

6. Sieve Frame: The frame of test sieves shall be manufactured from Hardwood or steel

sheet or Brass sheet. The internal size of the frame (i.e. clear size of perforated plate

mounted on frame) shall not be less than 100cm in length, 70 cm in breadth and 10cm in

height on sides.

7. Marking on test sieves: A lebel shall be fixed to the frame of each sieve, legibly marked

with following information:

(i) Nominal Aperture size

(ii) Material of perforated plate

(iii)Material of sieve frame

(iv) Maker‟s Name or Trademark and

(v) An Identification Number for the sieve.

Date Signature of tenderer(s)/

Contractor(s)

Page 89 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Page 90 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

1. Sieve Frame :

Page 91 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

The frame of test sieves shall be manufactured from Hardwood or steel sheet or brass

sheet. The internal size of the frame (i.e. clear size of perforated plate mounted on frame)

shall not be less than 100cm in length, 70cm in breadth and 10cm in height on sides.

2. Marking on test sieves:

A label shall be fixed to the frame of each sieve, legibly marked with following

information :

(i) Nominal Aperture size.

(ii) Material of perforated plate,

(iii) Material of sieve frame.

(iv) Maker‟s name or Trademark.

(v) An Identification number for the sieve.

Ballast procurement and its utilisation.

Ballast is an important component of track structure. Sufficient cushion of clean and

angular ballast is necessary for providing resilience to track and drainage of water. While

crib ballast provides resistance against longitudinal movement of sleepers, the shoulder

ballast of required profile commensurate with the sleepers in use is necessary for

providing lateral stability to track against buckling. The role of shoulder ballast becomes

even more important in LWR territory. Given the constraint of funds as well as limited

capacity for movement of ballast, it is necessary that available quantity of ballast be used

most efficiently with minimum wastage, giving priority to the locations where it will

provided the maximum benefit in maintaining safety of track and minimize the

maintenance efforts.

To achieve above noted objectives, special attention is required to be paid to the

following:

1.0 Availability of Cess.

1.1 While planning for ballasting of the track, it should be ensured that the cess conforms to

provision of para 263 of IRPWM. While low cess will result in additional quantity of

ballast getting consumed n shoulders, insufficient width of cess will result in ballast

rolling down the slope and thus lost.

2.0 Assessment of ballast requirement.

2.1 The requirement of ballast should be assessed every year (in January/February) as per

the provisions of para 264 of IRPWM. Based on the assessment, ballast deficiency

diagram containing depth of clean and caked cushion as well as the quantity of ballast

required to make good the deficiency should be prepared and updated. Copies of these

diagrams shall be available with SEs, AENs as well as in the division. Further planning

for calling of tenders and programme of DMT movement shall be made keeping this into

account to ensure that sections vulnerable from the view of buckling are ballasted well

before the onset of summer season, i.e. and March itself. No care of caution/other

measures should arise for deficiency of ballast. As far as possible only Depot Ballast

need to be taken. In new lines (inclusive of additional lines) also, after providing

minimum required ballast by cess supply, rest of ballasting should be done through

DMT.

2.2 The quantity so assessed shall also be reflected in the Track Health Monitoring Charts

along with deep screening and shallow screening last done in continuation of ballast

deficiency data being reflected.

3.0 Specification of Track Ballast.

Track Ballast shall be procured conforming to Specification of Track Ballast – IRS-GE-I

(June,2016) issued by RDSO under RDSO‟s letter No. IRS/F/7/4/VOL.IV dt. 24.06.2016

Page 92 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

as amended further, if any, subject to all modifications directed to be made by competent

authority upto the date of calling of tenders. PCE may accord appropriate dispensation.

4.0 Management of Ballast depot- Supply and training out.

4.1 For ballast collected in depot, instructions contained in para 266 of IRPWM regarding

register of ballast collection and training out, loading from the depots and quantity

trained out should be adhered to.

4.2 Stacking area shall be level, firm and with good drainage. In case of large depots with

annual training out capacity of more than 50,000 cum, the stacking area of the depot may

be divided into convenient number of sub- depots. A separate contract may be awarded

for each of the Sub Depot, however, number of such sub depots shall not be more than 4

in the depot. Sub-depot shall be distinct, as along a face of a siding line and if otherwise,

a physical barrier shall require to be erected to keep them distinct. Each Sub-Depot shall

further be divided into zones for the purpose of segregation of staking and loading areas.

Zones shall be further divided into plots. In each plot ballast shall be collected in stacks

such that there is only one stack in a plot. The stack /Plot would be the basic entity for

measurement of the ballast supplied.

Each depot may or may not have sub-depots and each sub-depots may have one or more

zones (only one zone upto 5000 cum stacking capacity).

4.3 For each depot, a depot sketch with proper drawing number and approval of Sr.

DEN/DEN in-charge of the depot shall be drawn clearly showing the sub-Depots (if

any), Zones and the plots with specific identification number for each of the plots.

Original of the sketch shall be retained in divisional drawing office for record. At the

time of tendering, a copy of the depot sketch shall form part of the tender papers clearly

indicating the sub-depot (Wherever existing) for which the tender was being invited. A

copy of the depot sketch shall be available with ADEN & SE/JE in-charge of the depot.

4.4 For depot(s) with more than one contract i.e. having sub-depots, a separate sketch for

each of the sub-depot may also be prepared in addition to overall depot sketch for

incorporating details after measurement as defined in para 4.6 below.

4.5 There should be a buffer of at least one zone between the zones of collection and training

to adequate segregate collection and training out simultaneously. This restriction,

however, shall not be applicable between zones where a physical barrier like railway

track exists between the two zones. In no case simultaneous collection & training out

from the same zones shall be permitted. In case of small depots/sub-depots with stacking

capacity less than 5,000 cum, simultaneous training out and collection shall not be

allowed.

4.6 On the day of measurement of fresh stacks, the approved depot/zone sketch shall be

augmented by SE/JE in-charge of the depot with the following in colours/hatching:

(i) Stacks measured on date and yet to be paid for,

(ii) Stacks measured earlier but not yet disturbed,

(iii) Stacks measured earlier and already disturbed, and

(iv) Stacks where the supply is in progress.

Besides signatures by SE/JE, the sketch should be got signed by authorized

representative of the contractor and ADEN, duly certifying that position of stacks on the

date of measurement has been correctly incorporated. Availability of the aforesaid

augmented depot sketch shall be a pre- requisite for processing of the bill for payment in

the Divisional Office.

4.7 After collection of ballast/ boulders/quarry dust and recording of its measurement by the

ADEN in a Depot, there should be an interval of at least, a week between the date of

recording measurement by the ADEN and the date of commencement of loading and

training out operations. In the aforesaid interval of one week, DEN/Sr.DEN has to carry

out his prescribed test check(s). In case DEN/Sr. DEN does not intend to test check a

particular measurement, be shall clearly record the same in Measurement Book and

Page 93 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

permit the loading & training out of the ballast after passing of the bili. In case DEN/Sr.

DEN chooses to recommend training out earlier than a week, he may seek written

approval of Sr. DEN/C. In case Sr. DEN/C is himself in-charge of payments, permission

of THOD shall be taken.

4.8 Supply on a plot shall be started only after certification by the ADEN in the ballast

passing register based on his personal inspection that all the ballast earlier supplied in the

plot has been trained out. Before recording his certificate and allowing further stacking,

ADEN shall ensure that conditions laid down in para 4.5 above are fulfilled.

4.9 The details of measured ballast stacks shall be entered in a Stack Measurement

Register/Ballast passing register, which should have columns for measurements and

properties check by SE/JE, AEN/DEN and DEN/Sr. DEN. The register shall be an

authentic initial record in the form of measurement book with machine numbered pages

and instruction for preservation custody etc. Manuscript ruled registers should be used

by proper machine numbering the pages.

The ballast passing resister should bear the following information.

(i) Reference to Agreement No.

(ii) Date of measurement,

(iii) Stack No.

(iv) Measurement as recorded indicating the different dimensions and volume;

(v) Results of the quantity check and qualitative check as per sieve analysis over size,

quantity, dust, etc.

There should be no overwriting in the register, if any correction is required, the old entry

should be struck off by drawing a line and a fresh entry made and initialed. No blank line

should be left while recording. The recordings done at a time should be properly boxed

by drawing a line at the start and close of the measurements. As entries passed in ballast

passing register should be entered in Measurement book, which shall form the basis for

the contractors‟ bill.

4.10 No measurement should be done for part stack(s). After measurement of a stack is done,

it should not be disturbed except for training out.

4.11 The contractor or his authorized representative shall sign the ballast passing resister as

well as the measurement book in token of acceptance of measurements taken by ADEN.

After the stack is passed and measured, the stack number should be clearly marked on

the stack either by lime or by placing a board. In addition lime should be sprinkled along

all the edges of the stack to indicate that stack has been accepted.

4.12 In another register, the Ground Balance Register, the quantity of ballast measured in

each plot should be entered. After subsequent training out of ballast from a plot, the

successive reducing balances in that plot should be reflected date-wise. For the quantities

loaded, the reference of challan No. should be shown. After the entire quantity in plot

has been trained out, the ground balance should be reduced to zero and plot shown as

vacant. Further stacking at the plot can start only after permission by ADEN as per para

4.8 above.

4.13 The bills for payments to the contractors should be prepared on the basis of the

measurements recorded in the Stack Measurement Registers/Ballast Passing register.

These details shall be copied in the MBs giving the dates and other details of

measurements and checks and the bills prepared.

4.14 In order to streamline the procedure of movement of ballast DMTs and the verification

of the challans thereof, the following action shall be taken:

a) The office of SE/JE incharge shall prepare the ballast challans on the prescribed

proforma (Form E-1332) in 6 copes. One copy shall remain in the file of the concerned

SE/JE incharge as the office copy, one copy shall be handed over to the ASM of station

of ballast depot, who shall hand it over to the Guard working the ballast DMT. The

remaining 4 copies of challans shall be later got verified from the consignee SE/JE

Page 94 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

incharge. One copy shall be retained by the consignee, one copy shall be retained by

DEN/ballast, one copy sent to the office of Sr. DEN and the last copy sent along with the

Final bill of the concerned supplier.

b) The Guard working the Ballast DMT shall hand over the copy of the Challan given to

him to the SE/JE (P. Way) where the Ballasst DMT is unloaded. It is the responsibility of

the Consignee or his representative to make contact with the Guard for collecting this

copy of challan. In case the Consignee or his representative does not collect the copy of

this challan, the Guard shall hand it over to the SM of any of the either end block station

where the DMTs is unloaded. The SM in turn shall send a Control message to MTS that

the ballast challan is in his custody and has not been collected by the SE (P.Way).

c) After receiving the Ballast challan, if the consignee finds that the quantities entered for

any wagon (s) in the ballast challan do not match the loading condition of the wagon

actually, he shall note the actual quantities entered for any wagon (s) in the ballast

challan do not match the loading condition of the wagon actually, he shall note the actual

quantities on the copy of the challan, intimate the consignor, his senior and consignor‟s

seniors right away.

d) Similarly, in case a consignee is not able to unload any or some wagons due to

whatsoever reason and the ballast in these wagons is sent back along with the DMT, he

shall note such quantities in the copy of challan. This copy of the challan shall thus help

in verifying the ballast challans.

e) The challans finally verified, test checked and accepted by the receiving SE/JE

concerned and the contractor or his authorized representative shall then be sent to the

ADEN Incharge of the depot. The final payments for supplying and loading shall be

based on the lower of the two measurements viz, the measurement taken at the

originating depot and the measurement by the consignee.

f) In case, there is a dispute regarding the quality of ballast between the receiving ADEN

and ADEN- Incharge of the ballast depot at which ballast is loaded, the matter should be

referred to DEN/Sr.DEN incharge of the depot whose decision as regards the quality

shall be final. In all such cases, the hoppers/wagons should not be unloaded directly on

the track but shall either be kept under load for inspection of the DEN/Sr. DEN or the

ballast shall be unloaded and kept separately in stacks at some convenient place to

facilitate inspection by DEN/Sr. DEN.

g) Within 1 day of a DMT having been dispatched SE/JE(Consignor) shall send 4 copies of

Ballast challans for verification. The Consignee PWI shall

promptly verify such ballast challans. Thesse 4 challans shall be disposed in

the manner mentioned in para 4.14 (a) above.

4.15 In case of failure of ballast due to faulty gradation, should the contractor chooses to

rectify the defect either by breaking the oversized ballast or by screening the undersized

ballast and if the ballast so offered is acceptable to the Railways, the same may be

measured and accepted.

5.0 Cess supply

5.1 For ballast collection along Cess & its running out, instruction as given in Para 267 of

IRPWM shall be adhered to.

5.2 Stacking area should be level, firm and with good drainage. Written permission for

stacking shall be certified by ADEN (test checked at times by DEN/Sr. DEN) on the

ballast passing register. Each stack shall be so formed that ratio of longer to smaller side

does not exceed 2.5 expect for areas where there is constraint of land width in which

cases the ratio upto 3.5 may be permitted. The height of stack shall not be less than 1.0 m

expect in hilly areas where it may by 0.5 m. The height of stack shall not be more than

2.0 m. The side slopes of stack should not be flatter than 1.5:1 (Horizontal: Vertical) and

Page 95 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

the cubical content of each stack shall not be less than 30 cum in plain areas and 15 cum

in hilly areas.

5.3 The plots for ballast stacks should be selected by SE/JE In charge and approved by

ADEN and should be on level ground and at such locations from where lifting and

leading of the ballast into the track required minimum effort. The supply contractor

should level the area at his own cost before stacking the ballast.

5.4 The quantity of ballast required in a TP length should be properly assessed in advance

and advised to the contractor to avoid surplus collection in one TP length & less than

required in another which may result in unnecessary lead.

5.5 Measurement of ballast should be done following generally the provision in Para 4.9,

4.9, 4.10,4.11 & 4.13 above. The collection and stacking of ballast should be complete in

all respect in a TP length before measurements are taken i.e. measurement for ballast

supplied in a particular TP length shall be taken only once during the currency of a

contract.

5.6 In case of cess supply, cess supply sketch similar to depot sketch shall be drawn as

mentioned in para 4.4 above by SE/JE incharge of the section. The diagram shall reflect

all the stacks available on the section clearly indicating the following by different

colour/hatching.

i) Stacks measured on that date and yet to be paid for,

ii) Stacks measured earlier but not yet disturbed,

iii) Stacks measured earlier and already disturbed, and

iv) Stacks where the supply is in progress

These diagrams should also be signed by contractor‟s representative and ADEN duly certifying that

position of stacks on the date of measurement is correctly incorporated in the diagram.

Availability of cess supply diagram shall be a prerequisite for processing of the bill for

payment in the Divisional office.

5.7 In case of supplies taken along the cess, ballast passed by the AEN should not be put into

the track till the bill is passed by the Sr. DEN/DEN and a lapse of further seven days and

the ballast is accounted for in the ballast ledger by the subordinate-in charge and has

been collected for 1 Km continuous length, unless a special written personal dispensation

is given by the Sr. DEN/DEN to put the ballast into the track in urgent cases. But in all

cases authorization shall specify the date on which the distribution is permitted. This date

shall not be earlier than 15 days after the date of initial measurement.

5.8 There should be a buffer of at least one Km between the location of Collecting and

running out of ballast. Any deviation of the stipulations shall not be allowed except by

specific written approval of the Sr. DEN/C for the reasons to be recorded in writing and

if he is the passing officer for payments, then deviation being approved by THOD.

6.0 Delegation of Powers for Management of Ballast.

6.1 The sectional DEN/Sr. DEN in whose jurisdiction the location falls shall deal with

management of ballast procurement including tendering and contract management both

for depots as well as cess supply. Where exceptions are to be made in control due to

special working conditions/work-load of the depot specific approval of the Pr. CE shall

be required.

6.2 Sr. DEN/C shall be responsible for the overall planning of ballast requirement and

distribution of quantities to various depots and for cess supply. He shall also control the

availability of funds for ballast, both under Revenue and Track Renewals and shall

coordinate the overall movement of ballast trains from depots.

6.3 All initial measurements of ballast stacks can be recorded by SE/JE holding independent

charge subject to 100% check of these managements to be exercised by the Asstt.

Engineer, both in respect of stack measurements as well as quality checks. Sr.

DEN/DEN, who is the bill passing officer shall exercise 10% check, both in respect of

stack measurement and quality before passing the bills. At least 30-33% of the bills

Page 96 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

should be covered by the test check to be carried out at the DEN/Sr. DEN‟s level. Bills

should preferably be checked keeping an element of surprise but at no stage, more than

three bills should be missed in continuation.

7.0 In cases of Construction Organizations equivalent levels namely AEN/Con, XEN/Con,

DyCE/Con etc. shall be applicable as the case may be.

8.0 Working of ballast DMT-Do‟s and Don‟t‟s:

The main Dos and Don‟ts are given below for easy reference:

Do‟s

8.1 Ensure timely examination of ballast hoppers by TXR.

8.2 Ballast DMT must be manned by Guard.

8.3 Brake power must be checked by Driver.

8.4 Proper planning for unloading of ballast hoppers TP wise should be done by PWI in

advance and clear signal should be shown to drivers to stop at exact required locations.

8.5 Ensure that doors of the ballast hoppers are functioning properly and there is no jamming

of doors.

8.6 Ballast DMT must be accompanied by a Blacksmith for handling jammed gears of door

flaps if any.

8.7 PWI must explain and brief the Mate, Keyman, Driver and Guard about the location and

safe working of DMT before starting DMT.

8.8 Door flats of ballast hoppers should be opened slowly to avoid sudden discharge and

thereby heaping of ballast.

8.9 PWI must move along with DMT while ballast is being unloaded and instruct the staff

on DMT as per need.

Don‟t‟s

8.10 Do not move DMTs at speeds higher than 8 to 10 Kmph while unloading ballast.

8.11 DMT shall move only in one direction and no pushing back should be done.

8.12 Don‟t stop DMT while unloading is in process.

8.13 Do not move DMT if it has stopped to any reason without ensuring clearance of ballast

from track.

8.14 Ballast shall not be unloaded on and near Level -Xings, Points, and Crossings and Girder

Bridges.

8.15 Do not work DMTs after sunset and on foggy days.

8.16 Uneven unloading must be avoided.

9.0 This supersedes the instructions issued by Board vide letter No. 91/CE-II/MB/3 dated

10/17.09.1993

Date : Signature of Tenderer(s)

SPECIAL CONDITION OF CONTRACT

(FOR P-WAY WORKS)

1. General.

1.1 The special conditions of contract, special specifications and the schedule of items with

approximate quantities, N. F. Railway General conditions of contract and standard

specifications and specifications as laid down in paras 315 and 316 of Indian Railways

permanent way Manual 1986 with all corrections and amendments therein published the

contract and LWR manual 1996 edition period shall constitute the contract Documents

unless and otherwise stated in these special conditions. The contractor shall satisfy himself

in every respect as to the true intention and meaning of these contract documents to the

nature extent and quality of the work required to be executed, and on claim whatsoever

arising through misunderstanding of the intention or the meaning of any of the terms of

Page 97 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

expressions in this contract documents shall be entertained after the submission of the

tender.

1.2 Where there is any conflict between the special conditions and specification on one hand

and the General conditions of contract and standard specification of N. F. Railway on the

other hand the letter shall prevail.

1.3 Any special conditions stated in the tender papers by the tenderer, will be considered by the

Railway authority on the basis of its merit and the Railway reserves the right to accept

partly or wholly the conditions or totally reject the same it found unsuitable for the working

of the Railway.

2. If there is any delay on the part of the Railway in supplying the materials which the

Railway has undertaken as above and if as a result thereof, the completion of the work is

delayed the contractor shall not claim any compensation on account of may consider

extension of completion period considering the merit of the case

3. Nature and Scope of work.

3.1The items of works to be executed are specified in the „Tender Schedule and quantities

therein are all approximate.

4.0 The track renewal works should be carried out according to paras 238, 315 and 316 of Indian

Railways Permanent Way Manual. During Deep screening the minimum depth of ballast

cushion below the bottom of sleepers at the rail seat shall be provided.

GROUP RECOMMENDED D

BG Group „D‟ 250 mm

BG Group „D‟ 200 mm

BG Group „E‟ 150 mm

MG R1 Routes 250 mm

MG R2 & R3 Routes. 200 mm

MG „S‟ Routes 150 mm

Narrow Gauge 150 mm

NOTE: In the case of SWR, the recommended depth is 200 mm.

4.1 Para Nos. 315 & 316 of Indian Railway Permanent way manual are reproduced here for

guidance. Para 315: Essential points to be observed during linking (i) Laying of Rails (a)

Corrected expansion gap should be provided according to the temparature at time of laying, in

accordance with the existing instructions as contained in para 508 in the case of SWR. In the

case of free rails (single rails the recommended initial lying gap for 12/13 m. rail length for

various temperatures ranges is as follows:-

Rail temparature range. Recommended initial laying gap for 12/13m. rail length.

0 to 10º C 18 mm

10 to 25º C 8 mm

25 to 40º C 6 mm

40 to 55º C 4 mm

55 to 70º C 2 mm

Above 70º C Zero.

The lines shall be made of steel and so shaped that the wheels of a train pass over them. Each

liner must have stamped on it the corresponding expansion space in millimeters. Details of a

suitable pattern are given below:-

WHOLE 10 mm

65 mm

SKETCH

SHOWING

A LETTER

25 m

m

5 mm

Page 98 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(a) The expansion liners should be kept in position at the joints for at least six rail lengths at

a time and the rails cutting against expansion places.

(b) Fishing surfaces of rail and fish plates should be greased before putting the fish places in

position.

(c) Bent rails should on no account be put into the road. These should be straightened with

jimcrow, before laying.

(d) The rails used at level crossings and station yards should be given a coat of coal for

before laying.

(e) Rails should be laid with a can‟t of 1 in 20 towards the centre of the track.

(f) The shortest length of rail to be used in track shall not be less than 5.5 m except as a

temporary measure, when cut pieces can be used, with suitable speed instructions. Short

rails should be laid in yards except where required for approaches of Bridges and level

crossings.

(g) Rails of the same length should be used in pairs.

(ii) Rail joints:

(a) Rail joints shall be laid square to track. Provisions of paras 424 and 425 will apply while

laying track on curves.

(b) Provision of rail joints in level crossings and approaches will be governed by provisions

in para – 92.

(c) Provision of rail joints on bridges and approaches will be governed by provisions in

paras 272 and 277.

(iii) Spacing of sleepers para 244 (2) lays down the standard spacings to be adopted in the case

of fish plated track, LWR and SWR.

(iv) Gauge on straights and curves. The standards laid down for gauge as in para 403 may be

followed while relaying is carried out.

(v) Para 316 track laying standards: (1) Utmost care should be taken during linking to ensure

good quality of work, which on no account shall be allowed to suffer.

4.2 As a good practice the following laying standards of track geometry measured in floating

condition during primary renewals for Board gauge and Metre gauge should be achieved

(track laid with new materials). The track geometry will be recorded at the end of the last

packing specified in the contract.

(a) Gauge Sleeper to sleeper variation + 2mm.

(b) Expansion gap Over average gap worked out + 2mm by recording 20 successive gapes.

(c) Joints Low joints not permitted. High joints no more than + 2mm secuarness of

joints on straight + 10 mm.

(d) Specing of sleepers With respect to theoretical + 20 mm spacing.

(e) Cross level To be recorded on every 4th

+ 3 mm sleeper.

(f) Alignment On straight on 10 m chord + 2 mm on curves on radius morex than 600 m.

on 20 M.chord variation over theoretical. 5 mm versions.

On curves of radius less than 6001 on 20 M chord. Variation

over theoretical versiness 10 mm.

(g) Longitudinal level Variation in longitudinal level 50 mm with reference to approved

longitudinal sections.

4.3 In case of track renewal works with second hand materials, the Engineer may

suitably modify the track laying standards mentioned in clause 5.2 above.

5. The railway reserves the right to modify/change the programme of working submitted by the

contractor to follow the revised programme as finalized by the Engineer or his representative.

6. Safety measures.

6.1 The contractor shall take all precautionary measures to safe guard his labour during the

period of working while work in going on in or near vicnity of running track.

Page 99 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

6.2 The contractor shall not carry out any work without taking proper protective measure for

safe running of trains.

6.3 In case any mishap occurs due to non – observance of the Railway operating rules or due to

lack of the safety measures by the contractor during the working period, the contractor is

liable to pay suitable compensation as per the provision of “Workmen‟s Act” with all its

amendments from time to time. If the contractor fails to compensate his workmen sustaining

injury during the work. As per the provision of the rules the Railway reserves the right to

recover form the contractors bills. Earnest money, security deposit or any other sum to be

paid to be contractor by the Railway, the amount thus paid us compasation to the

contractor‟s labour.

6.4 No diplorry/materials trolly shall be put on the track by the contractor without taking a

written permission to do so from the Railway Engineer or his representative. The contractor

shall ensure deputation of such workers in working diplorry/material trolly who will

sincerely follow the instructions given by the Engineer-site during working of the dip

lorry/material trolly of dip-lorry/materials trolly.

7. Taxed.

7.1 The rate quoted shall be inclusive of all taxed direct of in-direct leviable under control, state,

local bodies, acts and rules, octrois, royalties any other charges that may be prevailing from

time to time in respect of land, Structures act. or for material supplied in performance of the

fulfilmen of contract.

If any damage is done to the rails due to defective drilling of holes in rails, the cost of

minimum 50mm. Length for each such defective drilling shall be recovered from the contractor.

In case a rail is damaged, cost of half the rail length shall be recovered from the contractor. In

addition nothing extra shall be paid for drilling holes in lieu of wrongly drilled holes. The cost of

rail shall be fixed on the present day cost of new rail with all other charges laviable as per extant

rules.

8. Completion of work.

8.1 The work shall be termed as complete when the PWI in-charge shall on being satisfied with

his personal checking of the work certified that the work has been executed as per the

specification laid down for the said work and to his full satisfaction.

In case PWI in-charge is not satisfied with the work due to bad workmanship etc. this shall be

re-done and defects rectified before on account payment is made for a particular stretch of work

and also before final payment is made for the complete work.

9. Supply of Diplorry/materials trolly

9.1 Dip lorry/material trolly, if available, may be given to the contractor on hire charges as fixed

by the Rly. administration for time to time but their repair will be the responsibility of the

contractor which will have to be carried out at their cost. After completion of work

Diplorry/material trolly shall be handed over to the Railway in good working condition.

10. The drains in cutting shall be cleaned of all ballast and much fallen during deep screening or

other track renewal works and brought to the level as before commencement of the work. The

pucca drains damaged by the contractor euring execution of work shall have to be repaired by

the contractor at his cost.

11. The work will be done under speed restriction to be imposed by the sectional PWI caution

signal man will be provided by the Railway day to day auction orders will be issued by the

sectional PWI.

12. The contractor (s) will use 20mm size screen mes for screening the ballast.

13. Wooden blocks and wedges required for the work will be supplied by the contractor/s at

his/their own cost. Sufficient number of wooden blocks/wedges as decided by the Engineer-in-

charge shall be made available at the work site.

14.The contractor can start working on the track only in the presence of authorized

representative of the Railway and only after permit to work will be handed over back to the

representative after the days work.

Page 100 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

15. The contractor shall commence a day‟s work only after the Engineer or his representative at

site is satisfied that the contractor has made proper arrangements for the work and for protection

of track and his labour.

16. Ballast should be dressed properly after stipulated round of packing to the satisfaction of the

Engineer incharge.

17. (i) The quality of the Track renewal done by the contractor will be evaluated as per para 315

and 316 of Indian Railways permanent way manual, 1968.

(ii) Packing of sleeper will be checked at every forth sleeper using canneaboul or even with

wooden end of a beater. However, Railway reserves the right to check packing at any sleeper.

(iii) The measurement of the Track geometry and packing will be recorded TP wise and

entered in a separate MB properly humbered and issued to keep the record of track geometry

and packing achieved. Reference of these MBs will be given in the MG for making payment.

These measurement shall be countersigned by the contractor or his authorized representative.

Final payment for a Telegraph post length cannot be made till the track geometry is attend as per

para 315 and 316 Indian Railway permanent way manual, 1968. The track geometry will be

recorded at the end of last packing specified in the contract.

18. Released rails/rail panels and sleepers shall be carried out to the nearest station as early as

possible and stacked properly as instructed by the engineer at site.

18.1 Any other released materials viz. sleeper and rail fittings shall be carried out to the nearest

station and stacked properly item wise on the same day of release to avoid loss of theft.

18.2 The contractor will be responsible for making an inventory of the released materials and

handing over the same to the PWI in-charge at the nearest station where these released materials

are to be stacked as per the direction of the engineer or his representative. The contractor shall

have to countersigned the register of released materials maintained by PWI in-charge. Till all the

reased materials are handed over to the PWI in-charge the contractor shall be responsible for any

loss or theft of the materials and to accountable for any such loss.

19. A site order book shall, invariably be maintained at site of work in the form prescribed in

Annexure – „A‟ where in, day to day TP wise progress of work, duly labour engaged by the

contractor, block position, new materials used, recoupment of missing fittings etc. shall be

recorded and jointly signed by the Engineer in site and the authorized representative of the

contractor. This book shall be always available at site of work for the inspection as well as

issuing of further instruction as deemed essential by the Railway, the recording in the site order

book shall be verified very often by the PWI in-charge of the section regarding correctness of

the date recorded and site order book shall be also be inspected by the Assistant Engineer and

Divisional Engineer where record shall also be verified by the staff conducting technical check.

20. A minimum progress of (250 X hours of block available 2 metres of through rail renewal per

day shall have to achieved by the contractor.

20.1 In the event of the contractor failing to achive the minimum progress mentioned in clause-

20 above, the contractors shall be liable to pay a lump sum amount of penalty for the work

executed on delay schedule as follow:-

(i) For 100 to 95% of the minimum progress mentioned above. No penalty

(ii) For 75 to 95% of the minimum progress mentioned above. Rs.3.75/- for the fortnight under consideration.

(iii) For 50 to 75% of the minimum progress mentioned above. Rs.5,600/- for the fortnight under consideration.

(iv) For less than 50% of the minimum progress mentioned above. Rs.7,500/- for the fortnight under consideration

20.2 The progress would be calculated by taking arithmetical average of the work done over 15

(fifteen) continous days.

20.3 For the purpose of above calculations, a block spell of less than 45 minutes shall not be

counted. The Railway administration shall be responsible for imposition of speed restrictions

required for carrying out the track renewal work. A mobilization period of 15 (fifteen) days

shall be given to the contractor to mobilize his work force etc. at the site calculating the

progress as mentioned in clause-20.

Page 101 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

20.4 The amount so deducted can be refunded provided the contractor makes good the lost

progress in the next fortnight, obviously, this will be in addition to the manlaterly progress

required to be achieved in the next fortnight.

20.4.1 After the lapse of the next fortnight no refund on this account shall, however, be

entertained.

21. The contractor shall have no claim on the Railway administration for any reason however

like loss/idling of labour and any equipment etc. because of non-availability of block,

materials and other tools and plants which are to be supplied by the Railway to the

contractor.

22. The following minimum progress of the work shall have to be achieved by the contractor.

(i) In case of complete (200 X hours of block available) metre track renewal works (2 per

day) track renewal works.

22.1 In the event of the contractor failing to achieve the minimum progress mentioned in clause-

22 above, the contractor shall be liable to pay a lumpsum amount of penalty for the work

executed on delayed schedule as follows:-

(i) For 100 to 95% of the minimum

progress mentioned above.

No penalty

(ii) For 75 to 95% of the minimum

progress mentioned above.

Rs.3750/- for the fortnight under consideration for complete track

renewal without deep screening work only.

(iii) For 50 to 75% of the minimum progress mentioned

above.

Rs.5,600/- for the fortnight under consideration for complete track

renewal with out deep screening works only.

(iv) For less than 50% of the minimum

progress mentioned above.

a) Rs.7,500/- for the fortnight under consideration for complete

track renewal without deep screening work only.

(b) Rs.10,000/- for the fortnight under consideration for deep

screening works only.

22.2 Other conditions for the purpose of complete track renewal and deep screening works

remain same as mentioned in clause no. 20.2 and 20.4.1.

23. A minimum progress of 200 metres of through sleeper renewal work shall have to be

achieved by the contractor.

23.1 In the event of the contractor failing to achieve the minimum progress mentioned in clause-

23 above the contractor shall be liable to pay a lump sum amount of penalty work executed

on delayed schedule as follows:-

(i) For 100 to 95% of the minimum progress mentioned above. No penalty

(ii) For 75 to 95% of the minimum progress mentioned above. Rs.3,750/- for the fortnight under

consideration.

(iii) For 50 to 75% of the minimum progress mentioned above. Rs.5,600/- for the fortnight under

consideration.

(iv) For less than 50% of the minimum progress mentioned above. Rs.7,500/- for the fortnight under

consideration

24. Speed restriction boards etc. shall be made ready for installation by the contractor at his own

cost. The Boards shall be installed as directed by the Engineer or his representative.

25.0 Safety Precautions While Working in the Vicinity of Railway Track

25.1 Safe working of contractors (Extract of Para 826 of IRPWM) :–

Following safety measures should invariably be adopted by contractors while working in the

vicinity of Railway Track –

(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 acknowledged by the contractor. Special care shall

Page 102 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

be taken for turning/ reversal of road vehicles/machinery without infringing the running

track. Barricading shall be provided wherever justified and feasible as per site conditions.

(iii) The look out and whistle caution orders shall be issued to the trains and speed restrictions

imposed where considered necessary. Suitable flagmen/detonators shall be provided where

necessary for protection of trains.

(iv) The supervisor/workmen should be counseled about safety measures. A competency

certificate to the contractor‟s supervisor as per Performa below shall be issued by AEN,

which will be valid only for the work for which it has been issued.

COMPETENCY CERTIFICATE

Certified that Shri ………………………………………………………………… P-Way

supervisor of M/s …………………………………………………………………….. has been

examined regarding P-Way working on

…………………………………………………………………. work. His knowledge has been

found satisfactory and he is capable of supervising the work safely.

Assistant Engineer

(v) The unloaded ballast/rails/sleepers/other P-Way materials after unloading along track should

be kept clear off moving dimensions and stacked as per the specified heights and distance

from the running track.

(vi) Contractor shall abide by all supplementary site specific instructions issued by the Engineer

or his representative.

25.2 Training to Supervisors and Operators of Contractor:

The supervisors and operators of the contractor proposed to be deployed at wok site, which

is close to the running track, shall be imparted mandatory training by the Railway at site free

of cost about the safety measures to be adopted while working in the vicinity of running

track. Engineer-in charge of the work shall decide the scale, extent & adequacy of training.

In case training is imparted at a recognized Railway training institute, the charges for the

same, as decided by Railway, shall be recovered from contractor. A competency certificate

to this effect to the individual Supervisor/Operator shall be issued as given below, by a

Railway Officer not below the rank of Assistant Engineer level. No Supervisor/Operator of

the Contractor shall work or allowed to work in the vicinity of running track who is not

possession of valid competency certificate.

Competency Certificate

Certified that Shri

……………………………………………………………………………………..

Supervisor/Operator of M/s. ……………………………………………………………………..

has been trained and examined in safety measures to be followed while working in the vicinity

of running railway track for the work

………………………………………………………………………… His knowledge has been

found satisfactory and he is capable of supervising the work safely.

This certificate is valid only for the work mentioned in this certificate only.

Signature and designation of the officer

25.3 Execution Of Works Close To / On Running Lines:

(i) Any work close to or on running tracks shall be executed only under the presence of a

Railway‟s Supervisor. The site shall be protected as per provisions of P-Way Manual as case

may be.

Page 103 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(iii) Necessary drawings for such works, particularly with regard to infringement to moving

dimensions, shall be finalized duly approved by Railway before execution of work. The

work shall be executed only as per approved procedure and drawings.

(iii) All temporary arrangements required to be made during execution of work shall be made in

such a manner that moving dimension do not infringe.

(iv) Any work, which infringes the moving dimensions, shall be started only after the traffic

block has been imposed. Before closing the work, the track shall be left with the proper track

geometry so that the trains run safely. Block shall be removed only when all the temporary

arrangement, machineries, tools, plants, released material etc. have been kept clear of

moving dimensions.

(v) Necessary lookout men with red flags and whistles shall be provided to warn the workmen

about the approaching train. Necessary equipment for safety of trains during emergency

shall be kept ready at site.

(vi) Railway‟s supervisor shall issue suitable caution order to Drivers of approaching train for

whistling to warn the workers about the approaching train. Whistle boards shall be provided

wherever considered necessary. Suitable speed restriction shall be imposed or Traffic block

shall be ensured as required.

(vii) Particular care shall be taken to mark the locations of buried electrical/signal/telephone

cables on the plans jointly with S & T/Electric supervisor and also at site so that these are

not damaged during excavation.

(viii) No Dip Lorry/Materials Trolley shall be put on the track by the Contractor without taking

a written permission to do so from the Railway Engineer or his Representative. The

Contractor shall ensure deputation of such workers in working Dip Lorry/Materials /Trolley

who will sincerely follow the instructions given by the Engineer at site during working of

the Dip Lorry/Materials/Trolley. Railways may also provide Flagmen for protection to the

working of Dip Lorry/Materials Trolley chargeable to contractor.

(ix) Where ever necessary, worksite shall be suitably demarcated to keep public and passengers

away from work area. Necessary signage boards such as “Work in progress”,

“Inconvenience is regretted” etc. shall be provided at appropriate locations to warn the

public/ passengers. Adequate lighting arrangement of worksite wherever required shall be

done to ensure safety of public/passengers during night.

(x) The sites for material stacking should be selected in advance in such a manner to ensure that

no part of the material to be stacked is infringing to the Maximum Moving Dimensions. A

plan of proposed stacking locations be made and signed jointly by an authorized Railway‟s

representative and contractor‟s representative. The selected locations shall be marked by

lime in advance. Presence of an authorized Railway‟s representative while unloading and

stacking shall be ensured. The material shall be stacked in such a height so as to not to

infringe SOD even in case of accidental roll off.

(xi) At any time if a contractor‟s supervisor or vehicle/ machine operator observes any unusual

circumstances likely to infringe the track and apprehend danger to safe running of track, he

shall take immediate steps to advise a Railway official of such danger and assist him in

protection of track.

(xii) Minimum compliment of protection equipment i.e. 10 detonators, 4 red hand flags, 4 red

hand lamps, 4 banner flags and whistles etc. shall always be kept ready at worksites for use

in case of emergency. Railway will arrange to provide detonators, whereas Contractor shall

arrange other equipment at his own cost.

25.3.1 Precaution to be taken during execution of works during night:

The work close to running line, generally, shall be carried out only during day hours. At

locations, however, where night working is unavoidable, proper lighting arrangement should

be made. The engineering indicator boards shall be lightened during night hours as per the

provisions of P-Way Manual. The staff deputed for night working should have taken

Page 104 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

adequate rest before deploying them in night shift. All other safety precautions applicable for

day time work should be strictly observed during night working.

25.4 Plying Of Road Vehicles/Machineries Close To Running Track:

(i) The contractor shall not allow any road vehicle belonging to him or his sub

contractors/supplier‟s etc to ply in Railway land next to the running line. If nature of work

requires use of Road vehicles/ Machinery in railway land next to the railway line, the

contractor shall apply to the Engineer for permission giving the type & number of individual

vehicle, name & license particular of the drivers, location duration & timings for such

work/movement. The Engineer or his authorized representative will personally counsel,

examine and certify, the road vehicle drivers, contractor‟s flagmen and supervisor and will

give written permission giving names of road vehicle‟s 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 conditions:

(ii) Normally, the road vehicles shall be run or machinery shall be worked so as not to come

closer than 6.0m from centre line of nearest running track.

(iii) The land strip adjacent to running tracks, where road vehicle is to ply or machinery is to

work, shall be demarcated at 6.0m from centre line of track, by lime in advance in

consultation with the Railway‟s Supervisor. Wooden pegs at interval not exceeding 75mts

shall be provided along the lime marking as permanent marks. The road vehicles shall ply or

machinery shall work so as not to infringe the line of demarcation.

(iv) The road vehicles shall be automatically withdrawn from work site in the vicinity of track

when there is bad weather impairing reasonably required visibility

25.4.1 Precautions For Working Of Road Vehicles/Machineries Closer Than 6.0m From

Running Tracks:

(i) In no case the road vehicle shall run or machinery shall work at distance less than 3.5m from

centre line of track.

(ii) Demarcation of land shall be done by bright coloured ribbon/nylon chord suspended on

75cm high wooden/bamboo posts at distance of 3.5 m from centreline of nearest running

track.

(iii) Presence of an authorized Railway‟s representative shall be ensured before plying of vehicle

or working of machinery.

(iv) Railway‟s Supervisor shall issue suitable caution order to Drivers of approaching train about

road vehicles plying or machineries working close to running tracks. The train drivers shall

be advised to whistle freely to warn about the approaching train. Whistle boards shall be

provided wherever considered necessary.

(v) Lookout men shall be posted along the track at a distance of 800m from such locations who

will carry red flag and whistles to warn the road vehicle/machinery users about the

approaching trains. If contractor fails to post the lookout man, Railway will depute the flag

man chargeable to contractor.

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

25.4.2 Precautions For Working Of Road Vehicles/Machineries Closer Than 3.5 m From

Running Tracks:

(i) Plying of vehicles or working of machinery closer to 3.5m of 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 Indian Railway P.Way Manual as

case may be.

(ii) Presence of a Railway‟s Supervisor shall be ensured at worksite.

(iii) Railway‟s Supervisor shall issue suitable caution order to Drivers of approaching train

about road vehicles plying or machineries working close to running tracks. The train drivers

shall be advised to whistle freely to warn about the approaching train.

25.4.3 Precaution to be taken while reversing road vehicle along side the track.

Page 105 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

The location where vehicle will take a turn shall be demarcated duly approved by Railway‟s

representative. The road vehicle driver shall always face the Railway track during the course

of turning/reversing his vehicle. Presence of an authorized Railway representative shall be

ensured at such location.

25.4.4Road vehicle shall not be allowed to run along the track during night hours generally. In

unavoidable situations, however, vehicles shall be allowed to work during night hours only

in the presence of an authorized Railway‟s representative and where adequate lighting

arrangements are made and where adequate precautions as mentioned earlier have been

ensured.

25.4.5Road vehicles/machinery/plant etc. when stabled near running tracks shall be properly

secured against any possible roll off and always be manned even during off hours.

25.4.6 Whenever the contractor is working near the existing open line and he desires to use

unmanned level crossings for frequent of his vehicles, machinery equipments etc., he should

put in a request to the Railway administration for deputing adequate number of flagmen to

ensure safety the cost of which will be borne by the contractor as per rules in force.

25.4.7 Suitable gates/barriers should be installed across the new embankment, preferably

adjoining the manned/unmanned level crossings. The entry for the vehicles should be

regulated by an authorized representative of the Engineer-in-charge during the working

hours.

25.5 Cost of safety measures:

All the labour, materials, tools, plants etc. except detonators, required for ensuring safe

running of trains shall be provided by Contractor at his own cost. Wherever lookout men are

provided by Railway, charges at the rate of Rs. 1000/-(Rs One Thousand only) per man day

shall be recovered from Contractor.

SECTION -III

IMPORTANT CLAUSES OF GENERAL CONDITIONS OF CONTRACT

Some important clauses of GCC are reproduced below in this section for general

guidance of the tenderer. However, GCC 2014 with up to date corrections shall

continue to govern the contract. (In case of any difference in description of clause

reproduced herewith & GCC 2014, description of GCC 2014 shall prevail.)

1(1) Security Deposit (Clause No. 16 (1) of GCC): - The Earnest Money deposited by the

Contractor with his tender will be retained by the Railways as part of security for the due

and faithful fulfillment of the contract by the contractor. The balance to make up the

security deposit, the rates for which are given below, may be deposited by the Contractor

in cash or may be recovered by percentage deduction from the Contractor's "on account"

bills. Provided also that in case of defaulting contractor the Railway may retain any

amount due for payment to the Contractor on the pending "on account bills" so that the

amounts so retained may not exceed 10% of the total value of the contract.

1(2) Recovery of Security Deposit (Clause No.16 (2) of GCC) :- Unless otherwise

specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of

recovery shall be as under:

(a) Security Deposit for each work should be 5% of the contract value,

(b) The rate of recovery should be at the rate of 10% of the bill amount till the full Security

Deposit is recovered,

(c) Security Deposits 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 BG (except Note

(ii) below); FD etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the expiry of the maintenance

period in all the cases other than Note (i) mentioned below and after passing the final bill

Page 106 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

based on No Claim Certificate with the approval of the Competent Authority. The

Competent Authority shall normally be the authority who is competent to sign the

contract. If this Competent Authority is of the rank lower than JA Grade, then a JA

Grade Officer (concerned with the work) should issue the certificate. The certificate,

inter alia, should mentioned that the work has been completed in all respects and that all

the contractual obligations have been fulfilled by the contractor and that there is no due

from the contractor to Railways against the contract concerned. Before releasing the SD,

an unconditional and unequivocal „No Claim Certificate‟ from the contractor concerned

should be obtained.

Note-

(i) 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.

(ii) In case of contracts of value Rs 50 crore and above, irrevocable Bank Guarantee can also

be accepted as a mode of obtaining security deposit.

1(3) Clause No.16 (3) of GCC :-

No interest will be payable upon the Earnest Money and Security Deposit or amounts

payable to the Contractor under the Contract, but Government Securities deposited in

terms of Sub-Clause (1) of this clause shall be payable with interest accrued thereon.

1(4) Performance Guarantee (P.G) (Clause No.16 (4) of GCC July‟2014)

The procedure for obtaining Performance Guarantee is outlined below: -

(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30

(Thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for

submission of PG beyond 30 (Thirty) days and up to the date of submission of PG from

the date of issue of LOA may be given by the authority who is competent to sign the

contract agreement. However, a penal interest of 15% per annum shall be charged for the

delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case

the contractor fails to submit the requisite PG after 60 days from the date of issue of LOA,

a notice shall be served to the contractor to deposit the PG immediately (however not

exceeding 90 days from the date of issue of LOA). In case the contractor fails to submit

the requisite PG even after 90 days from the date of issue of LOA, the contract shall be

terminated duly forfeiting EMD and other dues, if any payable against that contract. The

failed contractor shall be debarred from participating in re-tender for that work.

(b) The successful bidder should give a Performance Guarantee in any of the following forms,

amounting to 5% of the contract value :-

(i) A deposit of cash;

(ii) Irrevocable bank guarantee;

(iii) Government securities including state loan bonds at 5 percent below the market value;

(iv) Deposit receipts, pay orders, demand drafts and Guarantee bonds. These forms of

performance Guarantee could be either of the State Bank of India or of any of the

nationalized Banks;

(v) Guarantee Bonds executed or deposits receipts tendered by all scheduled banks;

(vi) A deposit in the Post Office Saving Bank;

(vii) A deposit in the National Savings Certificates;

(viii)Twelve years National Defence Certificates;

(ix) Ten years Defence Deposits;

(x) National Defence Bonds; and

(xi) Unit Trust Certificates at 5 percent below market value or at the face value whichever is

less. Also, FDR in favour of FA & CAO Northeast Frontier Railway, Maligaon (free from

any encumbrance) may be accepted.

Page 107 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Note–The instruments as listed above will also be acceptable for Guarantees in case of

Mobilization Advance.

(c) The Performance guarantee shall be submitted by the successful bidder after the Letter of

Acceptance (LOA) has been issued, but before signing of the contract agreement. This PG

shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In

case, the time for completion of work gets extended, the contractor shall get the validity

of P.G extended to cover such extended time for completion of work plus 60 days.

(d) The value of PG to be submitted by the contractor will not change for variation up to 25%

(either increase or decrease).

In case during the course of execution, value of the contact increases by more than 25%

of original contract value, an additional Performance Guarantee amounting to 5% (five

percent) for the excess value over the original contract value shall be deposited by the

contractor.

On the other hand, if the value of contract decreases by more than 25% of the original

contract value, Performance Guarantee accounting to 5% (five percent) of the decrease in

the contract value shall be returned to the contractor. The PG amount in excess of

required PG for decreased contract value, available with Railways, shall be returned to

contractor as per their request duly safeguarding the interest of Railways.

The procedure to release “Excess PG available with Railways with respect to required PG

for decreased contract value” will be as under:

(i) Contractor shall submitted his request to release current PG, along with submission of a

revised PG of requisite amount as notified/communicated by Railways, in any of the

forms as per clause16(4) except in cases where earlier PG in Cash or Demand draft.

(ii) Railways shall duly verify and confirm the genuinity of revised PG as per concurrent

guidelines.

(iii) After Conformation regarding genuinity of revised PG of requisite value, earliear PG can

be released.

(iv) In cases where current PG is either in cash or Demand Draft, the “Excess PG available

with Railways with respect to required PG for decreased contract value” shall be released

duly consideration of contract.

(e) Performance Guarantee (PG) shall be released after physical completion of the work

based on the „Completion Certificate‟ issued by the competent authority stating that the

contractor has completed the work in all respects satisfactorily. The security deposit

shall, however, be released only after the expiry of the maintenance period and after

passing the final bill based on „No Claim Certificate from the contractor.

(f) Wherever the contract is rescinded, the security deposit shall be forfeited and the

Performance Guarantee shall be encashed. The balance work shall be got done

independently without risk and cost of the failed contractor. The failed contractor shall be

debarred from participating in the tender for executing the balance work. If the failed

contractor is a JV or a partnership firm, then every member/partner of such a firm shall be

debarred from participating in the tender for the balance work in his/her individual

capacity or as a partner of any other JV/partnership firm.

(g) 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:

Page 108 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(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.

Note:-

(a) Contractor would ensure that Bank Guarantees(BGs) to be submitted by them should be

sent to the concerned authorities as directed by the issuing bank under Registered Post

AD.

(b) In exceptional cases, where the BGs are received through the contractors, the issuing

branch should be requested to immediately send by Registered Post AD an unstamped

duplicate copy of the Bank Guarantee directly to the Railways with a covering letter to

compare with the original BGs and to confirm that it is in order.

(c) Model Form of Bank Guarantee Bond for PG - As per Annexure-XVI.

2. FORCE MAJEURE CLAUSE (CLAUSE No. 17 of GCC July‟2014)

If at any time, during the continuance of this contract, the performance in whole or in part

by either party of any obligation under this contract shall be prevented or delayed by

reason of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss

or damage by fire, explosions, epidemics, strikes, lockouts or acts of God (hereinafter,

referred to events) provided, notice of the happening of any such events is given by either

party to the other within 30 days from the date of occurrence thereof, neither party shall by

reason of such event, be entitled to terminate this contract nor shall either party have any

claim for damages against the other in respect of such non-performance or delay in

performance, and works under the contract shall be resumed as soon as practicable after

such event has come to an end or ceased to exist, and the decision of the Engineer as to

whether the works have been so resumed or not shall be final and conclusive, PROVIDED

FURTHER that if the performance in whole or in part of any obligation under this contract

is prevented or delayed by reason of any such event for a period exceeding 120 days, either

party may at its option terminate the contract by giving notice to the other party.

2 (1) Extension of time in contracts (Clause No. 17–A of GCC): Subject to any requirement

in the contract as to completion of any portions or portions of the works before completion

of the whole, the contractor shall fully and finally complete the whole of the works

comprised in the contract (with such modifications as may be directed under conditions of

this contract) by the date entered in the contract or extended date in terms of the following

clauses:-

(i) Extension Due to Modification : If any modifications have been ordered which in the

opinion of the Engineer have materially increased the magnitude of the work, then such

extension of the contracted date of completion may be granted as shall appear to the

Engineer to be reasonable in the circumstances, provided moreover that the Contractor

shall be responsible for requesting such extension of the date as may be considered

necessary as soon as the cause thereof shall arise and in any case not less than one month

before the expiry of the date fixed for completion of the works.

(ii) Extension For Delay Not Due to Railway Or Contractor : If in the opinion of the

Engineer the progress of work has any time been delayed by any act or neglect of

Railway's employees or by other contractor employed by the Railway under sub-clause (4)

Page 109 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

of clause 20 of these conditions or in executing the work not forming part of the contract

but on which contractor's performance necessarily depends or by reason of proceeding

taken or threatened by or dispute with adjoining or to neighboring owners or public

authority arising otherwise through the Contractor's own default etc. or by the delay

authorized by the Engineer pending arbitration or in consequences of the contractor not

having received in due time necessary instructions from the Railway for which he shall

have specially applied in writing to the Engineer or his authorized representative then upon

happening of any such event causing delay, the Contractor shall immediately give notice

thereof in writing to the Engineer within 15 days of such happening but shall nevertheless

make constantly his best endeavours to bring down or make good the delay and shall do all

that may be reasonably required of him to the satisfaction of the Engineer to proceed with

the works. The contractor may also indicate the period for which the work is likely to be

delayed and shall be bound to ask for necessary extension of time. The Engineer on receipt

of such request from the contractor shall consider the same and shall grant such extension

of time as in his opinion is reasonable having regard to the nature and period of delay and

the type and quantum of work affected thereby. No other compensation shall be payable

for works so carried forward to the extended period of time, the same rates, terms and

conditions of contract being applicable as if such extended period of time was originally

provided in the original contract itself.

(iii) Extension For Delay Due To Railways: In the event of any failure or delay by the

Railway to hand over the Contractor possession of the lands necessary for the execution of

the works or to give the necessary notice to commence the works or to provide the

necessary drawings or instructions or any other delay caused by the Railway due to any

other cause whatsoever, then such failure or delay shall in no way affect or vitiate the

contract or alter the character thereof or entitle the contractor to damages or compensation

therefore but in any such case, the Railway may grant such extension or extensions of the

completion date as may be considered reasonable.

2.(2) 17-B Extension Of Time For Delay Due To Contractor:- The time for the execution of

the work or part of the works specified in the contract documents shall be deemed to be the

essence of the contract and the works must be completed not later than the date(s) as

specified in the contract. If the contractor fails to complete the works within the time as

specified in the contract for the reasons other than the reasons specified in clause 17 and

17 -A, the Railway may, if satisfied that the works can be completed by the contractor

within reasonable short time thereafter, allow the contractor for further extension of time

(Proforma Annexure-VII of GCC) as the Engineer may decide. On such extension the

Railway will be entitled without prejudice to any other right and remedy available on that

behalf, to recover from the contractor as agreed damages and not by way of penalty a sum

equivalent to 1/2 of 1 % of the contract value of the works for each week or part of the

week.

For the purpose of this clause, the contract value of the works shall be taken as value of

work as per contract agreement including any supplementary work order/contract

agreement issued. Provided also, that the total amount of liquidated damages under this

condition, shall not exceed the under noted percentage value or of the total value of the

item or groups of items of work for which a separate distinct completion period is

specified in the contract.

(i) For contract value up to Rs. 2 lakhs - 10% of the total value of the contract.

(ii) For contracts valued above Rs. 2 lakhs - 10% of the first Rs.2 lakhs and the 5% of the

balance.

Further competent authority while granting extension to the currency of contract under

clause 17 (B) of GCC may also consider levy of token penalty as deemed fit based on the

merit of the case.

Page 110 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

Provided further, that if the Railway is not satisfied that the works can be completed by the

Contractor and in the event of failure on the part of the contractor to complete the work

within further extension of time allowed as aforesaid, the Railway shall be entitled without

prejudice to any other right or remedy available in that behalf, to appropriate the

contractor's security deposit and rescind the contract under clause 62 of these conditions,

whether or not actual damage is caused by such default.

3. Provision of Efficient and Competent Staff at Work Sites by the

Contractor (Clause 26 of GCC)

3.1 The Contractor shall place and keep on the works at all times efficient and competent

staff to give the necessary directions to his workmen and to see that they execute their

work in sound & proper manner and shall employ only such supervisors, workmen &

labourers in or about the execution of any of these works as are careful and skilled in the

various trades.

3.2 The contractor shall at once remove from the works any agents, permitted sub-contractor,

supervisor, workman or labourer who shall be objected to by the Engineer and if and

whenever required by the Engineer, he shall submit a correct return showing the names of

all staff and workmen employed by him.

3.3 In the event of the Engineer being of the opinion that the Contractor is not employing on

the works a sufficient number of staff and workmen as is necessary for proper completion

of the works within the time prescribed, the Contractor shall forthwith on receiving

intimation to this effect deploy the additional number of staff and labour as specified by

the Engineer within seven days of being so required and failure on the part of the

Contractor to comply with such instructions will entitle the Railway to rescind the

contract under Clause 62 of these conditions.

3A. Deployment of Qualified Engineers At Work Sites by the contractor:

(Clause 26-A of GCC)

3A.1 The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma

Holder Engineer, based on value of contract, as may be prescribed by the Ministry of

Railways through separate instructions from time to time.

3A.2 In case the contractor fails to employ the Engineer, as aforesaid in Para 3A.1, he shall be

liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways

through separate instructions from time to time for the default period for the provisions,

as contained in Para 3A.1.

3A.3 No. of qualified Engineers required to be deployed by the Contractor for various activities

contained in this works contract shall be as under:-

(a) One Qualified Graduate Engineer when cost of work to be executed is Rs. 200 lakh and

above and

(b) One Qualified Diploma Holder Engineer when cost of work to be executed is more than

Rs. 25 lakh, but less than Rs. 200 lakh.

3A.4 Further in case the contractor fails to employ the Qualified Engineer, as aforesaid in Para

3A.1 above, he, in terms of provisions of Clause 3A.2 to the Conditions of Contract, shall

be liable to pay an amount of Rs. 40,000/- per Graduate Engineer, and Rs. 25,000/- per

Diploma Engineer for each month or part thereof for the default period for the provisions,

as contained in Para 3A.3 above respectively.

3A.5 Provision for deployment of Qualified Engineers (Graduate Engineer or Deploma

Engineer) shall be for the values as prescribed above. However, for the works contract

tenders, if it is considered appropriate by the tender inviting authority, not to have the

services of qualified engineer, the same shall be so mentioned in the tender documents by

Page 111 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

the concerned Executive with the approval of Officer not below the level of SAG Officer,

for reasons to be recorded in writing

3A.6 No. of qualified engineer required to be deployed by the Contractor for various activities

contained in the works contract shall be specified in the tender documents as „special

condition of contract‟ by the tender inviting authority.

4. (1) Powers of modification to contract (Clause No 42 (1) of GCC) :- The Engineer on

behalf of the Railway shall be entitled by order in writing to enlarge or extend, diminish

or reduce the works or make any alterations in their design, character position, site,

quantities, dimensions or in the method of their execution or in the combination and use

of materials for the execution thereof or to order any additional work to be done or any

works not to be done and the contractor will not be entitled, to any compensation for any

increase/reduction in the quantities of work but will be paid only for the actual amount of

work done and for approved materials supplied against a specific order.

4.(2) (Clause No 42 (2) of GCC)

(i) Unless otherwise specified in the special conditions of the contract, the accepted

variation in quantity of each individual item of the contract would be up to 25% of the

quantity originally contracted, except in case of foundation work. The contractor shall be

bound to carry out the work at the agreed rates and shall not be entitled to any claim or

any compensation whatsoever up to the limit of 25% variation in quantity of individual

item of works.

(ii) In case of earthwork, the variation limit of 25% shall apply to the gross quantity of earth

work and variation in the quantities of individual classifications of soil shall not be

subject to this limit.

(iii) In case of foundation work, no variation limit shall apply and the work shall be carried

out by the contractor on agreed rates irrespective of any variation.

4.(3) Valuation of variations (Clause No 42 (3) of GCC) :- The enlargements, extensions,

diminution, reduction, alterations or additions referred to in sub-clause (2) of this clause

shall in no degree affect the validity of the contract but shall be performed by the

Contractor as provided therein and be subject to the same conditions, stipulations and

obligations as if they had been originally and expressively included and provided for in

the specifications and drawings and the amounts to be paid therefore shall be calculated in

accordance with the accepted schedule of rates. Any extra items/quantities of work falling

outside the purview of the provisions of sub-clause (2) above shall be paid for at the rates

determined under clause-39 of GCC.

4.(4) Variation In Quantities During Execution Of Works Contract (Clause No 42 (4) of

GCC):- The procedure detailed below shall be adopted for dealing with variations in

quantities during execution of works contracts:

1. Individual NS items in contracts shall be operated with variation of plus or minus 25%

and payment would be made as per the agreement rate. For this, no finance concurrence

would be required.

2. In case an increase in quantity of an individual item by more than 25% of the agreement

quantity is considered as unavoidable, the same shall be got executed by floating a fresh

tender. If floating a fresh tender for operating that item is considered not practicable,

quantity of that item may be operated in excess of 125% of the agreement quantity subject

to the following conditions:

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of

an officer of the rank not less than SA Grade;

Page 112 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the

concerned item, shall be paid at 98% of the rate awarded for that item in that particular

tender;

(ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the

concerned item, shall be paid at 96% of the rate awarded for that item in that particular

tender;

(iii) Variation in quantities of individual item beyond 150% will be prohibited and would be

permitted only in exceptional unavoidable circumstances with the concurrence of

associate finance and shall be paid at 96% of the rate awarded for that item in that

particular tender.

(b) The variation of quantities as per the above formula will apply only to the individual

items of the contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreemental value should not be

permitted and, if found necessary, should be only through fresh tenders or by negotiating

with existing contractor, with prior concurrence of PFA‟s and personal sanction of

General Manger.

(d) 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.

(e) No such quantity variation limit shall apply for foundation items.

3. In cases where decrease is involved during execution of contract:

(a) The contract signing authority can decrease the items up to 25% of individual item

without finance concurrence.

(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the

approval of an officer not less than the rank of SA Grade will be taken after obtaining No

Claim Certificate from the contractor and with finance concurrence giving detailed

reasons for each such decrease in the quantities.

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

same work.

4. The limit for varying quantities for minor value items shall be 100% (as against 25%

prescribed for other items). A minor value item for this purpose is defined as an item

whose original agreement value is less than 1% of the total original agreement value.

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

6. As far as SSR/SOR items are concerned, the limit of 25% would apply to the value of

SSR/SOR schedule as a whole and not on individual SSR/SOR items. However, in case

of NS items, the limit of 25% would apply on the individual items irrespective of manner

of quoting the rate (single percentage rate or individual item rate).

7. For the tenders accepted at Zonal Railway level, variations in the quantities will be

approved by the authority in whose powers the revised value of the agreement lies.

8. For tenders accepted by General Manager, variations up to 125% of the original

agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Minister, variations up to 110% of

original agreement value may be accepted by General Manager.

10. The aspect of vitiation of tender with respect to variation in quantities should be checked

and avoided. In case of vitiation of the tender (both for increase as well as decrease of

value of contract agreement), sanction of the competent authority as per single tender

should be obtained.

5. Price Variation Clause [Clause 46A of (GCC)]

Applicability:- Price variation clause (PVC) shall be applicable only for the contracts of

value (original Contract Agreement value) as prescribed by the Ministry of Railways

through instructions/circulars issued from time to time and irrespective of the contract

completion period.

Page 113 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(i) Variation in quantities during execution of the contract after signing of contract

agreement, shall not be taken into account for deciding whether the value of contract is

below threshold value i.e Rs. 5 crore or not

Materials supplied free of cost by Railways to the contractors shall fall outside the

purview of price variation clause. If , in any case, accepted offer includes some specific

payment to be made to the consultants or some materials supplied by Railways free or at

fixed rate, such payments shall be excluded from the gross value of the work for the

purpose of payment/recovery of the price variation.

If estimated value of a tender (NIT value) is more than Rs. 5 crore, but value of the

contract as per Contract Agreement is less than Rs. 5 crore, then PVC shall not apply,

even if the actual final value is Rs. 5 crore or more due to variation in quantities during

execution of the contract. Thus, variation in quantities after signing of the Contract

Agreement is not relevant for deciding whether PVC is applicable to a contract or not.

(ii) Base Month: The Base Month for „Price Variation Clause‟ shall be taken as month of

opening of tender including extensions, if any, unless otherwise stated elsewhere.

However, if the rates quoted in negotiated tender are accepted, the base month for price

variation clause shall be the month in which negotiations are held. The quarter for

applicability of PVC shall commence from the month following the month of opening of

tender. The Price Variation shall be based on the average Price Index of the quarter under

consideration.

(iii) Validity: Rates accepted by Railway Administration shall hold good till completion of

work and no additional individual claim shall be admissible on account of fluctuations in

market rates, increase in taxes/any other levies/tolls etc. except that payment/recovery for

overall market situation shall be made as per Price Variation Clause given hereunder.

(iv) Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel,

concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the

manner prescribed.

(v) Component of various items in a contract on which variation in prices be admissible,

shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, Concreting,

Ferrous, Non-ferrous, Insulator, Zinc, Erection etc. However, for fixed components, no

price variation shall be admissible.

(vi) The percentages of labour component, material component, fuel component etc. in

various types of Engineering Works shall be as under :

Component Percentage Component Percentage

(A) Earthwork Contracts:

Labour Component 50% Other Material Components 15%

Fuel Component 20% Fixed Component* 15%

(B) Ballast and Quarry Products Contracts:

Labour Component 55% Other Material Components 15%

Fuel Component 15% Fixed Component * 15%

(C) Tunnelling Contracts:

Labour Component 45% Detonators Component 5%

Fuel Component 15% Other Material Components 5%

Explosive Component 15% Fixed Component * 15%

(D) Other Works Contracts :

Labour Component 30% Fuel Component 15%

Material Component 40% Fixed Component * 15%

* It shall not be considered for any price variation.

Page 114 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(vii) Formulae: The Amount of variation in prices in several components (labour material

etc.) shall be worked out by the following formulae:

(i) L = W x ( LQ – LB) x Lc

LB 100

(ii) M = W x (MQ – MB) x Mc

MB 100

(iii) F = W x (FQ – FB) x Fc_

FB 100

(iv) E = W x (EQ – EB) x Ec

EB 100

(v) D = W x (DQ – DB) x Dc_

DB 100

(vi) S = Sw x (SQ - SB)

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

Where,

L Amount of price variation in Labour

M Amount of price variation in Materials

F Amount of price variation in fuel

E Amount of price variation in Explosives

D Amount of price variation in Detonators

S Amount of price variation in Steel

C Amount of price variation in Cement

Lc % of Labour Component

Mc % of Material Component

Fc % of Fuel Component

Ec % of Explosive Component

Dc % of Detonators Component

W Gross value of work done by contractor as per on-account bills(s) excluding cost of

materials supplied by Railway at fixed price minus the price values of cement & steel.

This will also exclude specific payment, if any, to be made to the consultants engaged by

contractors (such payment will be indicated in the contractor‟s offer).

LB Consumer Price Index Number for Industrial Workers – All India: Published in R.B.I.

Bulletin for the base period.

LQ Consumer Price Index Number for Industrial Workers – All India: Published in R.B.I.

Bulletin for the average price index of the 3 months of the quarter under consideration.

MB Index Number of Wholesale Prices – By Groups and Sub-Groups – All commodities – as

published in the R.B.I. Bulletin for the base period.

MQ Index Number of Wholesale Prices – By Groups and Sub-Groups: All commodities – as

published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter

under consideration.

FB Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel and Power as

published in the R.B.I. Bulletin for the base period.

Page 115 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

FQ Index Number of Wholesale Prices – By Groups and Sub-Groups for Fuel and Power as

published in the R.B.I. Bulletin for the average price index of the 3 months of the quarter

under consideration.

EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the base period.

EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of explosives are made by the contractor for the average price index of

the 3 months of the quarter under consideration.

DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of detonators are made by the contractor for the base period.

DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from

whom purchases of detonators are made by the contractor for the average price index of

the 3 months of the quarter under consideration.

Sw Weight of steel in tonne, supplied by the contractor as per the „on- account‟ bill for the

month under consideration.

SQ SAIL‟s (Steel Authority of India Limited) ex-works price plus applicable GST and cess

on GST (if any) 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 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.

In case, there is no notification by SAIL for the month under the consideration, the price

of steel, as notified in the last available month shall be taken.

SB SAIL‟s ex-works price plus applicable GST and cess on GST (if any) thereof (in Rs. Per

tonne) for the relevant category of steel supplied by the contractor as prevailing on the

first day of the month in which the tender was opened.

In case, there is no notification by SAIL for the month under the consideration, the price

of steel, as notified in the last available month shall be taken.

Cv Value of Cement supplied by Contractor as per on account bill in the quarter under

consideration.

CB Index No. of Wholesale Price of sub-group (of cement & Lime) as published in RBI

Bulletin for the base period.

CQ Index No. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI

Bulletin for the average price index of the 3 months of the quarter under consideration.

(Viii) The demands for escalation of cost shall be allowed on the basis of provisional indices

made available by Reserve Bank of India. Any adjustment needed to be done based on

the finally published indices shall be made as and when they become available.

(viii) Relevant categories of steel for the purpose of operating Price Variation

formula, as mentioned in this Clause, based on SAIL‟s ex-works price

plus applicable GST and cess on GST (if any) thereof, shall be as under :

SL Category of Steel Supplied

In Railway Work

Category of Steel Produced by SAIL Whose

Ex-Works Price Plus applicable GST and

cess on GST (if any would be adopted to

determine price variation.

1 Reinforcement bars and other

rounds

TMT 8mm IS 1786 Fe 415/Fe 500

Page 116 of 116

Divisional Railway Manager(Works)

Signature of tenderer(s) Northeast Frontier Railway, Rangiya

(x) Price Variation During Extended Period of contract

The price adjustment as worked out above, i.e. either increase or decrease shall be

applicable up to the stipulated date of completion of work including the extended period

of completion where such extension has been granted under clause 17-A of the Standard

General Conditions of Contract. However, where extension of time has been granted due

to contractor‟s failure under Clause 17-B of the Standard General Condition of Contract,

price adjustment shall be done as follows :-

(a) In case the indices increase above the indices applicable to the last month of original

completion period or the extended period under Clause 17-A, the price adjustment for the

period of extension granted under Clause 17-B shall be limited to the amount payable as

per the Indices applicable to the last month of the original completion period or the

extended period under clause 17-A of the Standard General Conditions of Contract; as the

case may be.

(b) In case the indices fall below the indices applicable to the last month of original/ extended

period of completion under clause 17-A, as the case may be then the lower indices shall

be adopted for the price adjustment for the period of extension under Clause 17-B of the

Standard General Conditions of Contract.

NOTE:-

For calculation of price variation, cut-off date quarter for running bills/ final bills

will be as under:-

(a) In case of running bill, the date of measurement recorded in MB, shall be considered. If

measurement date are more than one, then 1st date of measurement recorded in MB will

be considered.

(b) In case of final bill, the date of completion or 1st date of measurement recorded in MB,

whichever is earlier, will be considered.

(c) Price Variation Clause (PVC) of General Conditions of Contract (GCC) shall not apply to

such a works contract which is either an Annual Maintenance Contract (AMC) or a Zonal

Contract.

*****Last Page*****

2 All types and sizes of angles Angle 65 x 65 x 6mm IS 2062 E250A SK

3 All types and sizes of plates PM Plates above 10-20 mm IS 2062 E250A SK

4 All types and sizes of channels

and joists

Channels 200 x 75 mm IS 2062 E250A SK

5 Any other section of steel not

covered in the above

categories and excluding HTS

Average of price for the 3 categories covered

under SL 1, 2 & 3 above.