0% found this document useful (0 votes)
77 views67 pages

Sai Water Tub Agreement

The document is a contract agreement between Southern Railway and Pillila Sai Chand for replacement of water tubs and benches at several stations along the MAS-AJJ section. It outlines the scope of work to be performed, including replacement of water tubs at 4 stations and benches at 18 stations. The contractor agrees to complete the work by July 30, 2023 and maintain it for 1 month after completion. In return, Southern Railway agrees to pay the contractor the rates specified in the attached schedule of rates upon satisfactory completion of the work.

Uploaded by

vinodhcivil9
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
77 views67 pages

Sai Water Tub Agreement

The document is a contract agreement between Southern Railway and Pillila Sai Chand for replacement of water tubs and benches at several stations along the MAS-AJJ section. It outlines the scope of work to be performed, including replacement of water tubs at 4 stations and benches at 18 stations. The contractor agrees to complete the work by July 30, 2023 and maintain it for 1 month after completion. In return, Southern Railway agrees to pay the contractor the rates specified in the attached schedule of rates upon satisfactory completion of the work.

Uploaded by

vinodhcivil9
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 67

SOUTHERN RAILWAY

CONTRACT AGREEMENT OF WORKS

CONTRACT AGREEMENT NO.: SR/MAS/Civil/2023/0040 DATE: AS MENTIONED BELOW SIGNATURE

ARTICLES OF AGREEMENT made between the President of India acting through the Railway
Administration hereafter called the "Railway" of the one part and PILLILA SAI CHAND-NELLORE
,SARVAREDDY KANDRIGA VILLAGE SULLURPETA MANDAL , NELLORE, Andhra Pradesh-524123
India herein after called the "Contractor" of other part.
WHEREAS the Contractor has agreed with the Railway for performance of the works "MAS-AJJ
SECTION - Replacement of water tubs at 4 stations - NSG2 - 2 & SG3 - 2 stations- and benches at
18 stations - NSG3 - 1 & SG3 - 17 stations" set forth in the Schedule hereto annexed upon the
Standard General Conditions of Contract, corrected upto latest correction slips and the Specifications of
Southern Railway corrected upto latest correction slips and the Schedule of Rates of Southern Railway,
corrected upto latest correction slips and the Special Conditions and Special Specifications, if any and in
conformity with the drawings here-into annexed AND WHEREAS the performance of the said works is an act
in which the public are interested.
NOW THIS INDENTURE WITHNESSETH that in consideration to the payments to be made by the
Railways, the Contractor will duly perform the said works in the said schedule set forth and shall execute the
same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway
and will complete the same in accordance with the said specification and said drawings and said conditions of
the contract on or before 30/07/2023 and will maintain the said works for a period of 1.0 Calendar months
from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned
(which shall be deemed and taken to be part of this contract, as if the same have been fully set forth herin),
AND the Railway, both hereby agree that if the Contractor shall duly perform the said works in the manner
aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the
Contractor for the said works on the final completion thereof the amount due in respect thereof at the rates
specified in the Schedule hereto annexed.

Signature Not Verified Signature Not Verified


Digitally signed by PILLILA SAI Digitally signed by L.GOPI
CHAND CHANDRA NAYAKA
Date: 2023.03.29 20:12:03 IST Date: 2023.03.30 12:13:26 IST
Reason: Agreement Signing Reason: Agreement Signing
Contractor: (Signature) Railway: DEN CENTRAL
Name: PILLILA SAI CHAND-NELLORE (For President of India)
Address: SARVAREDDY KANDRIGA
VILLAGE SULLURPETA MANDAL ,
NELLORE, Andhra Pradesh-524123 India,

VETTED
Signature Not Verified
Digitally signed by JAYASRI
GANESH
Date: 2023.03.24 11:52:11 IST
Reason: Agreement Vetting
AGREEMENT DETAILS
Railway Name: Southern Railway Unit Name: Chennai Department Civil
Name:
Tender Number: MAS29OF22276C Tender Type: Open
Nature of Works Date of 30/07/2023 LOA Number: 01491760070582
Contract: Completion:
LOA Date: 30/01/2023 LOA Amount 9994916 PG Amount 299847
(Rs.): (Rs.):
Contractor's PILLILA SAI CHAND-NELLORE Contractor's 149176
Name: Code:
Bidding Style: Single Rate for Each Bidding Unit: Bid Rate:
Schedule Item
Tender Amount 9824139 Rebate : 0.0 Bid Amount: 9994916
(Rs.):

SCHEDULE DETAILS
SN Item Item Item Qty Unit Escl. Advt.Value Bid Amount Sch. Bid
Basic Value Bid Rate/Unit Rate
Type Code Qty Unit Rate (%) (Rs) (Rs) Total
SOR 0
Sch. Code & Desc. : A Dir.:
List of items of work SR-
that are covered under HQ-
Southern Railway Sch. Type:SOR 1778432 1809562
USS
Unified Standard OR-
Schedule of Rates 2011 2010
- for Chennai Division. -1
Chapter Name: Not Applicable
27
Gro 1032297 Abo 1311017 At0Par % 1311017
up
1 ve
Description: SW.I Provision of water tubs in ADEN/NWL Sub-Division at 4 Stations -TRL, TI, AVD &
ABU.
Chapter Name: Carriage of Materials
021 660 cum 47.97 31660 1311017.3
070
Description: Loading/Unloading ballast, kankar, brickbats, stone-chips, shingle, stone boulders, block
kankar, pitching stones , rubble stones, laterite, coal, surkhi, dry mortar, sand , moorum, earth, manure
or sludge, ashes, lime etc., including lead up to 50m and stacking into/from trucks, trailors or wagons
021 330 cum 114.23 37696 1311017.3
080
Description: Leading ballast, kankar, surkhi, lime, sand, ashes, stone-chips, pitching, stone, boulders,
soling, stone, rubble stone, brickbats, shingle, dry mortar, laterite or similar materials including picking
up and stacking, lead upto 50m
021 330 cum 28.48 9398 1311017.3
081
Description: Additional lead for every subsequent 50m or part thereof, over 50m and upto 500m over
item no. 021080
Chapter Name: Dismantling And Demolishing
181 185 cum 526.1 97329 1311017.3
021
Description: 1:2:4 or richer mix with max. 20 mm coarse aggregate
182 122 cum 444.52 54231 1311017.3
013
Description: In cement mortar
Chapter Name: Drainage And Sewarage
143 38 Each 6255.5 237709 1311017.3
011
Description: Inside size 90x80cm and 45cm deep including C.I. cover with frame (light duty)
455x610mm internal dimensions total weight of cover and frame to be not less than 38kg (weight of
cover 23kg and weight of frame 15kg). With F.P.S. bricks class designation 7.5
Chapter Name: Earth Work
SN Item Item Item Qty Unit Escl. Advt.Value Bid Amount Sch. Bid
Basic Value Bid Rate/Unit Rate
Type Code Qty Unit Rate (%) (Rs) (Rs) Total
011 120 cum 103.32 12398 1311017.3
011
Description: All kinds of soils
Chapter Name: Finishing Masonary
115 275 Sqm 70.98 19520 1311017.3
180
Description: Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of
required shade on new work (Two or more coats applied @ 1.43ltr/10 sqm over and including one coat
of water proofing cement paint applied @ 2.20 kg/10sqm
Chapter Name: Plain Concrete
031 28 cum 1611. 45116 1311017.3
011 29
Description: 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm nominal size)
Chapter Name: Sanitary Installations
154 450 Metre 203.23 91454 1311017.3
010
Description: Providing and fixing 110mm dia PVC soil, waste and vent pipes including jointing and cost
of spun yarn and sand etc. complete
154 65 Each 81.7 5311 1311017.3
100
Description: Providing and fixing 110 mm PVC Plain bend of the required degree with access door
inclusive of 3mm thick bitumastic felt washer, bolts and nuts, complete, including jointing and cost of
spun yarn and sand etc. complete
Chapter Name: Steel And Aluminium Work
081 658 Kg 59.52 39164 1311017.3
412
Description: In gratings, frames, guard bar, ladders, railings, brackets, gates and similar works
Chapter Name: Water Supply
131 245 Metre 143.1 35060 1311017.3
131
Description: 15 mm dia. nominal bore
131 750 Metre 240.13 180098 1311017.3
153
Description: 25 mm dia. nominal bore
131 145 Each 234.09 33943 1311017.3
161
Description: 25 to 40 mm nominal bore
132 76 Each 448.22 34065 1311017.3
031
Description: 25 mm nominal bore
132 44 Each 1218. 53599 1311017.3
034 15
Description: 50 mm nominal bore
138 245 Metre 59.38 14548 1311017.3
101
Description: Upto 80 mm dia
Chapter Name: Not Applicable
27 6.66
Gro 368043 Abo 467415 % 498545
up
2 ve Above
Description: SW.II Provision of Pipeline arrangements for water tubs in ADEN/NWL Sub-Division at 4
Stations -TRL, TI, AVD & ABU.
131 855 Metre 430.46 368043 467414.99
156
Description: 50 mm dia. nominal bore
SN Item Item Item Qty Unit Escl. Advt.Value Bid Amount Sch. Bid
Basic Value Bid Rate/Unit Rate
Type Code Qty Unit Rate (%) (Rs) (Rs) Total
Sch. Code & Desc. : B SOR 0
List of items of work Dir.:
that are not covered NA
under Southern Sch. Type:NS 7936140 8062639
Railway Unified
Standard Schedule of
Rates 2011 - for
Chennai Division.
Chapter Name: Not Applicable
Indi 7.66 4684364.3
Kg 762.85 5072953 0 Par
At
vidu 01 6650 5072953% 4
al Below
Description: Supply, fabrication and erection of Stainless steel water tub made out of SS304 grade using 3mm
thick SS sheet for vertical post with necessary laser cut and folding with hydraulic press method to suit correct
1 profile and brassing with 3 nos of 100mm dia of 1.5mm thick for vertical support and 2 nos. of water tub dia of
500mm and depth 150mm to laser cut with hydraulic press to make correct shape and make holes to provide
waste water connection and providing of inlet pipe attaching in the vertical support of 20mm dia SS type to bend
suitable degree welding the pipe along with 15mm dia water tap the whole assembled set fixing over the floor
level duly chipping of concrete and embedding with concrete 150mm depth below ground level with all lead and
lift and as directed by Engineer in charge(All labour and materials to be supplied by tenderer/contractor only).
Indi At 1199410 17.99
vidu 2 2415 Kg 496.65 1199410 0 Par % 1415183.56
al Above
Description: "Manufacturing, supplying &
2 installation of various sizes of
Stainless Steel Benches at
stations of Chennai Division-
69 Nos. [4seater without B/R
without seat partition (Min.35 kg each) with all lead and lift and as directed by Engineer in charge(All labour
and materials to be supplied by tenderer/contractor only)."
Indi At 1663778 17.99
vidu 3 3350 Kg 496.65 1663778 0 Par % 1963091.07
al Above
Description: "Manufacturing, supplying &
installation of various sizes of
Stainless Steel Benches at
3 stations of Chennai Division-
170Nos. [4seater without B/R
without seat partition - 130
Nos. (Min.35 kg each); 10
Seater with B/R - 40 Nos. (Min.
95 kg each) ] with all lead and lift and as directed by Engineer in charge(All labour and materials to be supplied
by tenderer/contractor only)."
SOR 0
Sch. Code & Desc. : A1 Dir.:
List of items of work SR-
that are covered under HQ-
Southern Railway Sch. Type:SOR 109566 122714
USS
Unified Standard OR-
Schedule of Rates 2011 2010
- for Chennai Division. -1
Chapter Name: Plain Concrete
Indi 03306 20 12 % 122714.46
vidu 17.26 Tonne 5290 91305 Abo 109566 Above
1 al 1 ve
Description: Supply and using cement at worksite : OPC 43 grade
Sch. Bid Total
Advt. Total : 9,824,138.52 : 9,994,915.56
Biddin Single Rate for
g Style Each Schedule Bid Rate : Bid Amount : 9994916
: Item
Rebate : 0.0 Total Agreement Value : 9994916
d.ut. SI.No.KR. 18170
Canara Bank D.P. Code:
d do
wUTRT , 112, is, dTqT THT THIG
HEAD OffICE 2:EROA BANGALORE- Deposit Receipt
KAMADHENU DEPOSIT GENERAL

Recaived From Branch :TADA-13469


1. Messs.SRDFMSRLY MAS Dateof Deposit :22/02/2023
Customer ID :258112425
3. Account No :140085766283/1
DIVIL RLYMANAGERS OFFICE D.OBifminor)
WORKS BRANCH Nomination NO
CHENNAI DIVISION A CANA
Regd
CHENNAI Nomince ID
Nominee
the sum of (n words) RUPEES THREELAKHONLY
Annualised
Interest Yield 6.92%
Condition of Repayment
Value Date Rate of Interest
Deposit Amount Deposit Period Total Interest Maturity Date Maturity Amount
(pa
22/02/2023 INR3,00,000.00 12 Months 0 Days 6.75% INR20,769.00 22/02/2024 NR3,20,769.00
The total interest payable and
maturity vaue amount/part withdrawal mentoned herein are subject to TDS, as
applicable fiom time to time. The
FCNR deposits will be automatically renewed
only oncee
Please see on reverse for important infomation ARABANK CANAR
For Canara Bank

Prepared By Supervisor Authorised Signatory 9r


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

Sr.DEN/CO-ORD./MAS acting for and on behalf of The President of India invites E-Tenders against Tender No MAS29OF22276C
Closing Date/Time 03/01/2023 11:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

MAS-AJJ SECTION - Replacement of water tubs at 4 stations - NSG2 - 2 & SG3 - 2 stations-
Name of Work
and benches at 18 stations - NSG3 - 1 & SG3 - 17 stations
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 03/01/2023 11:00 Date Time Of Uploading Tender 02/12/2022 17:26
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 9824138.52 Tendering Section BUILDINGS
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money (Rs.) 196500.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 20/12/2022 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A-List of items of work that are covered under Southern Railway Unified
1778432.29
Standard Schedule of Rates 2011 - for Chennai Division.
Above/
Please see Item Breakup for details. 1032297.09 27.00 1311017.30
1 Below/Par
Description:- SW.I Provision of water tubs in ADEN/NWL Sub-Division at 4 Stations -TRL, TI, AVD & ABU.
Above/
Please see Item Breakup for details. 368043.30 27.00 467414.99
Below/Par
2
Description:- SW.II Provision of Pipeline arrangements for water tubs in ADEN/NWL Sub-Division at 4 Stations -
TRL, TI, AVD & ABU.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B-List of items of work that are not covered under Southern Railway Unified
7936139.75
Standard Schedule of Rates 2011 - for Chennai Division.
Above/
01 6650.00 Kg 762.85 5072952.50 AT Par 5072952.50
Below/Par
Description:- Supply, fabrication and erection of Stainless steel water tub made out of SS304 grade using 3mm
thick SS sheet for vertical post with necessary laser cut and folding with hydraulic press method to suit correct
1 profile and brassing with 3 nos of 100mm dia of 1.5mm thick for vertical support and 2 nos. of water tub dia of
500mm and depth 150mm to laser cut with hydraulic press to make correct shape and make holes to provide
waste water connection and providing of inlet pipe attaching in the vertical support of 20mm dia SS type to bend
suitable degree welding the pipe along with 15mm dia water tap the whole assembled set fixing over the floor
level duly chipping of concrete and embedding with concrete 150mm depth below ground level with all lead and
lift and as directed by Engineer in charge(All labour and materials to be supplied by tenderer/contractor only).
Above/
2 2415.00 Kg 496.65 1199409.75 AT Par 1199409.75
Below/Par
2 Description:- "Manufacturing, supplying & installation of various sizes of Stainless Steel Benches at stations of
Chennai Division- 69 Nos. [4seater without B/R without seat partition (Min.35 kg each) with all lead and lift and as
directed by Engineer in charge(All labour and materials to be supplied by tenderer/contractor only)."
Above/
3 3350.00 Kg 496.65 1663777.50 AT Par 1663777.50
Below/Par

3 Description:- "Manufacturing, supplying & installation of various sizes of Stainless Steel Benches at stations of
Chennai Division- 170Nos. [4seater without B/R without seat partition - 130 Nos. (Min.35 kg each); 10 Seater with
B/R - 40 Nos. (Min. 95 kg each) ] with all lead and lift and as directed by Engineer in charge(All labour and
materials to be supplied by tenderer/contractor only)."

Pa g e 1 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A1-List of items of work that are covered under Southern Railway Unified
109566.48
Standard Schedule of Rates 2011 - for Chennai Division.
Above/
033061 17.26 Tonne 5290.00 91305.40 20.00 109566.48
1 Below/Par
Description:- Supply and using cement at worksite : OPC 43 grade

3. ITEM BREAKUP

Schedule A-List of items of work that are covered under Southern Railway Unified Standard Schedule of Rates
Schedule
2011 - for Chennai Division.
Item- 1 SW.I Provision of water tubs in ADEN/NWL Sub-Division at 4 Stations -TRL, TI, AVD & ABU.
S No. Item Description of Item Unit Qty Rate Amount
No
Earth work in excavation as per approved drawings and
dumping at embankment site or spoil heap, within railway land,
including 50m lead and 1.5m lift, the lead to be measured from
the centre of gravity of excavation to centre of gravity of spoil
heap: the lift to be measured from natural ground level and
paid for in layers of 1.5m each, including incidental work, as
per specifications-in
1 011011 All kinds of soils cum 120.00 103.32 12398.40
2 021070 Loading/Unloading ballast, kankar, brickbats, stone-chips, cum 660.00 47.97 31660.20
shingle, stone boulders, block kankar, pitching stones , rubble
stones, laterite, coal, surkhi, dry mortar, sand , moorum, earth,
manure or sludge, ashes, lime etc., including lead up to 50m
and stacking into/from trucks, trailors or wagons
3 021080 Leading ballast, kankar, surkhi, lime, sand, ashes, stone-chips, cum 330.00 114.23 37695.90
pitching, stone, boulders, soling, stone, rubble stone, brickbats,
shingle, dry mortar, laterite or similar materials including
picking up and stacking, lead upto 50m
4 021081 Additional lead for every subsequent 50m or part thereof, over cum 330.00 28.48 9398.40
50m and upto 500m over item no. 021080
Providing and laying in position cement concrete of specified
proportion excluding cost of cement, centering and shuttering -
All works upto Plinth level :
5 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm cum 28.00 1611.29 45116.12
nominal size)
Steel work welded in built up sections/ framed work including
cutting, hoisting, fixing in position and applying a priming coat
of approved steel primer using structural steel etc. as required
6 081412 In gratings, frames, guard bar, ladders, railings, brackets, Kg 658.00 59.52 39164.16
gates and similar works
7 115180 Finishing walls with Premium Acrylic Smooth exterior paint with Sqm 275.00 70.98 19519.50
Silicone additives of required shade on new work (Two or more
coats applied @ 1.43ltr/10 sqm over and including one coat of
water proofing cement paint applied @ 2.20 kg/10sqm
Providing and fixing G.I. pipes complete with G.I. fittings and
clamps, including cutting and making good the walls etc.
Internal work - Exposed on wall
8 131131 15 mm dia. nominal bore Metre 245.00 143.10 35059.50
Providing and fixing medium grade G.I. pipes complete with
G.I. fittings including trenching and refilling etc. External Work
9 131153 25 mm dia. nominal bore Metre 750.00 240.13 180097.50
Making connection of medium grade G.I. distribution branch
with G.I. main of following sizes by providing and fixing tee,
including cutting and threading the pipe etc. complete
10 131161 25 to 40 mm nominal bore Each 145.00 234.09 33943.05
Providing and fixing gun metal gate valve with C.I. wheel of
approved quality (screwed end)

Pa g e 2 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

11 132031 25 mm nominal bore Each 76.00 448.22 34064.72


12 132034 50 mm nominal bore Each 44.00 1218.15 53598.60
Extra for laying pipes under track
13 138101 Upto 80 mm dia Metre 245.00 59.38 14548.10
Constructing brick masonry manhole in cement mortar 1:4
(1cement: 4coarse sand) R.C.C. top slab with 1:2:4 (1cement:
2coarse sand: 4graded stone aggregate 20mm nominal size),
foundation concrete 1:4:8 mix (1cement: 4coarse sand:
8graded stone aggregate 40mm nominal size) inside plastering
12mm thick with cement mortar 1:3 (1cement: 3coarse sand)
finished with floating coat of neat cement and making channels
in cement concrete 1:2:4 (1cement: 2coarse sand: 4graded
stone aggregate 20mm nominal size) finished with a floating
coat of neat cement complete as per standard design
14 143011 Inside size 90x80cm and 45cm deep including C.I. cover with Each 38.00 6255.50 237709.00
frame (light duty) 455x610mm internal dimensions total weight
of cover and frame to be not less than 38kg (weight of cover
23kg and weight of frame 15kg). With F.P.S. bricks class
designation 7.5
15 154010 Providing and fixing 110mm dia PVC soil, waste and vent pipes Metre 450.00 203.23 91453.50
including jointing and cost of spun yarn and sand etc. complete
16 154100 Providing and fixing 110 mm PVC Plain bend of the required Each 65.00 81.70 5310.50
degree with access door inclusive of 3mm thick bitumastic felt
washer, bolts and nuts, complete, including jointing and cost of
spun yarn and sand etc. complete
Demolishing plain cement concrete including disposal of
material within 50m lead
17 181021 1:2:4 or richer mix with max. 20 mm coarse aggregate cum 185.00 526.10 97328.50
Demolishing brick work including stacking of serviceable
material and disposal of unserviceable material within 50m
lead
18 182013 In cement mortar cum 122.00 444.52 54231.44
Total 1032297.09
SW.II Provision of Pipeline arrangements for water tubs in ADEN/NWL Sub-Division at 4 Stations -TRL, TI, AVD
Item- 2
& ABU.
S No. Item Description of Item Unit Qty Rate Amount
No
Providing and fixing medium grade G.I. pipes complete with
G.I. fittings including trenching and refilling etc. External Work
1 131156 50 mm dia. nominal bore Metre 855.00 430.46 368043.30
Total 368043.30

4. ELIGIBILITY CONDITIONS

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Any Civil Engineering work except track work [H6] No No
(Mandatory)

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 3 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

The tenderer must have minimum average annual contractual turnover of V/N or 'V'
which ever is less; where V= Advertised value of the tender in crores of Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
Allowed
1 sheet. However, in case balance sheet of the previous year is yet to be prepared/ No No
(Mandatory)
audited, the audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. The tenderers shall submit requisite
information as per Annexure-VIB, along with copies of Audited Balance Sheets duly
certified by the Chartered Accountant/ Certificate from Chartered Accountant duly
supported by Audited Balance Sheet.

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have successfully completed or substantially completed any one of
the following categories of work(s) during last 07 (seven) years, ending last day of month
previous to the one in which tender is invited: (i)Three similar works each costing not
less than the amount equal to 30% of advertised value of the tender, or (ii)Two similar
works each costing not less than the amount equal to 40% of advertised value of the
tender, or (iii)One similar work costing not less than the amount equal to 60% of
advertised value of the tender. (b) (1)In case of tenders for 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.), tenderer must have successfully completed or substantially
completed any one of the following categories of work(s) during last 07 (seven) years,
ending last day of month previous to the one in which tender is invited: (i)Three similar
works each costing not less than the amount equal to 30% of advertised value of each
component of tender, or (ii)Two similar works each costing not less than the amount
equal to 40% of advertised value of each component of tender, or (iii)One similar work
each costing not less than the amount equal to 60% of advertised value of each
component of tender. Note for b(1): Separate completed works of minimum required
values shall also be considered for fulfillment of technical eligibility criteria for different
components. (b)(2)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
Allowed
1 documents without any ambiguity. The tenderer shall upload scanned copies of No No
(Mandatory)
mandatory standard technical credentials as applicable failing which offer will be
summarily rejected. Work experience certificate from private individual shall not be
considered. However, in addition to work experience certificates issued by any Govt.
Organisation, work experience certificate issued by Public listed company having
average annual turnover of Rs 500 crore and above in last 3 financial years excluding the
current financial year, listed on National Stock Exchange or Bombay Stock Exchange,
incorporated/registered at least 5 years prior to the date of closing of tender, shall also
be considered provided the work experience certificate has been issued by a person
authorized by the Public listed company to issue such certificates. In case tenderer
submits work experience certificate issued by public listed company, the tenderer shall
also submit along with work experience certificate, the relevant copy of work order, bill of
quantities, bill wise details of payment received duly certified by Chartered Accountant,
TDS certificates for all payments received and copy of final/last bill paid by company in
support of above work experience certificate. For detailed conditions ref relevant para of
General Conditions of Contract 2022 uploaded.Non-compliance with any of the
conditionsset forth therein above is liable to result in the tender being rejected. Bid
Capacity: The tender/technical bid will be evaluated based on bid capacity formula
detailed as Annexure and applicable for works costing more than 20 cr. Joint Venture:
(Applicable for tenders of value more than Rs. 10 Crores).Ref document ELIGIBILITY
CRITERIA AND CREDENTIALS FOR JV

5. COMPLIANCE

Pa g e 4 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
A copy of document to be uploaded containing the following details: Name of
Allowed
2 the tenderer/ contractor, Validity of DSC, Complete address with pin code, Yes Yes
(Optional)
Contact No.
Allowed
3 Scanned copy of PAN card has to be enclosed No No
(Mandatory)
Allowed
4 Scanned copy of GSTIN card has to be enclosed No No
(Mandatory)
A copy of NEFT form duly filled in the details as necessary to be uploaded.
Allowed
5 (The tenderer/ contractor not having NEFT form may down load the empty No No
(Mandatory)
NEFT form available in documents site)
The Bid Security shall be deposited either in cash through e payment gateway
through online modes as permitted in IREPS application like multiple banks net
banking, debit/credit cards etc., available on IREPS portal or submitted as
Bank Guarantee bond from a scheduled commercial bank of India or as
mentioned in tender documents. The Bank Guarantee bond shall be as per
Annexure-VIA and shall be valid for a period of 90days beyond the bid validity
period. In case, submission of Bid Security in the form of Bank Guarantee,
following shall be ensured: I. A scanned copy of the Bank Guarantee shall be
uploaded on e-Procurement Portal (IREPS) while applying to the tender. ii.
The original Bank Guarantee should be delivered in person to the official
nominated as indicated in the tender document within 5 working days of
deadline of submission of bids. iii. Non submission of scanned copy of Bank
Guarantee with the bid on e-tendering portal (IREPS) and/or non submission
of original Bank Guarantee within the specified period shall lead to summary
rejection of bid. iv. The Tender Security shall remain valid for a period of 90
days beyond the validity period for the Tender. v. The details of the BG, Allowed
6 No No
physically submitted should match with the details available in the scanned (Mandatory)
copy and the data entered during bid submission time, failing which the bid will
be rejected vi. The Bank Guarantee shall be placed in an envelope, which
shall be sealed. The envelope shall clearly bear the identification "Bid for the
***** Project" and shall clearly indicate the name and address of the Bidder. In
addition, the Bid Due Date should be indicated on the right hand top corner of
the envelope. vii.The envelope shall be addressed to the officer and address
as mentioned in the tender document. viii.If the envelope is not sealed and
marked as instructed above, the Authority assumes no responsibility for the
misplacement or premature opening of the contents of the Bid submitted and
consequent losses, if any, suffered by the Bidder. The tenderer shall upload
scanned copies of mandatory credentials such as experience, turn over
certificates and any other documents as applicable. All documents related to
Partnership deed/Joint venture/Consortium/ MOU, duly signed by the notary
public, should be uploaded at the time of submission of bid failing which offer
will be summarily rejected.
e Tender form to be filled and submitted by the tenderer/contractor - Uploaded Allowed
7 No No
in documents (Mandatory)
The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Allowed
8 Venture (JV) / Registered Society / Registered Trust / Hindu Undivided Family( No No
(Mandatory)
HUF) / Limited Liability Partnership (LLP)etc. The tenderer(s) shall enclose the
attested copies of the constitution of their concern

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Deployment of site engineers by Contractors : The Contractor shall employ
1 No No Not Allowed
one number of qualified Diploma Civil Engineer at Work Sites.

Pa g e 5 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
In the e-tendering process, it is mandatory that every tenderer/contractor/firm
registered with WWW.IREPS.GOV.IN to submit your bank details i.e.Name of Allowed
1 Yes No
the Bank along with Bank Branch Code, Account Number, IFSC Code, and (Mandatory)
PAN Number
Self attested Statement of works on hand Annexure I of Compliance for 2022 Allowed
2 No No
attached PDF documents (Mandatory)
Self attested List of plant and Machinery available on hand and proposed to be
Allowed
3 inducted and hired for the subject work-Annexure II of Compliance for 2022 No No
(Mandatory)
attached PDF documents
Self attested List of personnel/ organization on hand and proposed to be
Allowed
4 engaged for the subject work-Annexure III of Compliance for 2022 attached No No
(Mandatory)
PDF documents
Self attessted List of Works completed during last 07 (seven) years, ending
last day of month previous to the one in which tender is invited giving
Description of Work, Organization for whom executed, approximate value of Allowed
5 Yes No
contract at time of award, Date of award and Date of Completion. Date of (Mandatory)
actual Start, Actual Completion and Final value of Contract shall also be given-
Annexure IV of Compliance for 2022 attached PDF documents.
The tenderer shall clearly specify that the tender is submitted on behalf of a
partnership firm. The following documents shall be submitted by the
partnership firm, with the tender (i) A notarized copy of the Partnership Deed
or a copy of the Partnership deed registered with the Registrar. (ii) A notarized
or registered copy of Power of Attorney in favour of the individual to tender for
the work, sign the agreement etc. and create liability against the firm.(iii) An
undertaking by all partners of the partnership firm that they are not blacklisted
Allowed
6 or debarred by Railways or any other Ministry / Department of the Govt. of Yes Yes
(Optional)
India from participation in tenders / contracts as on the date of submission of
bids, either in their individual capacity or in any firm/LLP in which they were /
are partners/members. Any Concealment / wrong information in regard to
above shall make the bid ineligible or the contract shall be determined under
Clause 62 of the Standard General Conditions of Contract. (iv)All other
documents in terms of explanatory notes in clause 10 of GCC 2022
(Mandatory if applicable)
A copy of Legally validated Power of Attorney for the above as applicable . Allowed
7 Yes Yes
(Mandatory if applicable) (Optional)
Constitution of the Firm with required document copies .(Mandatory if Allowed
8 Yes Yes
applicable) (Model uploaded in document Compliance for JV) (Optional)
An undertaking by all partners of the partnership firm that they are not
blacklisted or debarred by Railways or any other Ministry / Department of the
Govt. of India / any State Govt. from participation in tenders / contracts as on
Allowed
9 the date of opening of bids, either in their individual capacity or in any firm in Yes Yes
(Optional)
which they were / are partners. Concealment / wrong information in regard to
above shall make the contract liable for determination under Clause 62 of the
General Conditions of Contract.(Mandatory if applicable)
Following documents shall be submitted by the tenderer: a) Sole
Proprietorship Firm: i) An undertaking that he is not blacklisted or debarred by
Railways or any other Ministry / Department of Govt. of India from participation
in tender on the date of opening of bids, either in individual capacity or as a
Allowed
10 member of the partnership firm or JV in which he was / is a partner/member. Yes Yes
(Optional)
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract.
ii) All other documents in terms of explanatory notes in clause 10 of GCC
2022. (Mandatory if applicable)

Pa g e 6 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

Following documents shall be submitted by the tenderer:b) HUF: (i)A copy of


notarized affidavit on Stamp Paper declaring that he who is submitting the
tender on behalf of HUF is in the position of 'Karta' of Hindu Undivided Family
(HUF) and he has the authority, power and consent given by other members
to act on behalf of HUF. (ii)An undertaking that the HUF is not blacklisted or
debarred by Railways or any other Ministry / Department of Govt. of India from Allowed
11 Yes Yes
participation in tender on the date of opening of bids, either in individual (Optional)
capacity or as a member of the partnership firm or JV in which HUF was / is a
partner/member. Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of the General
Conditions of Contract. (iii)All other documents in terms of explanatory notes in
clause 10 of GCC 2022 (Mandatory if applicable)
Following documents shall be submitted by the tenderer: Company registered
under Companies Act 2013: (i)The copies of MOA (Memorandum of
Association) / AOA (Articles of Association) of the company (ii)A copy of
Certificate of Incorporation (iii)A copy of Authorization/Power of Attorney
issued by the Company (backed by the resolution of Board of Directors) in
favour of the individual to sign the tender on behalf of the company and create
liability against the company. (iv)An undertaking that the Company is not Allowed
12 Yes Yes
blacklisted or debarred by Railways or any other Ministry / Department of (Optional)
Govt. of India from participation in tender on the date of opening of bids, either
in individual capacity or as a member of the partnership firm or JV in which the
Company was / is a partner/member. Concealment / wrong information in
regard to above shall make the contract liable for determination under Clause
62 of the General Conditions of Contract. (v)All other documents in terms of
explanatory notes in clause 10 of GCC 2022. (Mandatory if applicable)
Following documents shall be submitted by the tenderer:LLP (Limited Liability
Partnership): If the tender is submitted on behalf of a LLP registered under
LLP Act-2008, the tenderer shall submit along with the tender: (i) A copy of
LLP Agreement (ii) A copy of Certificate of Incorporation (iii) A copy of Power
of Attorney/Authorization issued by the LLP in favour of the individual to sign
the tender on behalf of the LLP and create liability against the LLP. (iv) An
undertaking by all partners of the LLP that they are not blacklisted or debarred Allowed
13 Yes Yes
by Railways or any other Ministry / Department of the Govt. of India from (Optional)
participation in tenders / contracts as on the date of submission of bids, either
in their individual capacity or in any firm/LLP or JV in which they were / are
partners/members. Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of the Standard
General Conditions of Contract.(v)All other documents in terms of explanatory
notes in clause 10 of GCC 2022 (Mandatory if applicable)
Following documents shall be submitted by the tenderer: Registered Society &
Registered Trust: The tenderer shall submit: (i)A copy of the Certificate of
Registration (ii) A copy of Memorandum of Association of Society/Trust Deed
Allowed
14 (iii) A copy of Power of Attorney in favour of the individual to sign the tender Yes Yes
(Optional)
documents and create liability against the Society/Trust. (iv) A copy of Rules &
Regulations of the Society(v)All other documents in terms of explanatory notes
in clause 10 of GCC 2022 (Mandatory if applicable)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.

Pa g e 7 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

1.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. 2.I/We also hereby agree to abide by
the Indian Railways Standard General Conditions Of Contract, with all
correction slips up-to-date and to carry out the work according to the Special
Conditions of Contract and Specifications of materials and works as laid down
by Railway in the annexed Special Conditions/Specifications, Schedule of
Rates with all correction slips up to date for the present contract. 3.I/We have
read the various conditions to tender attached hereto and agree to abide by
the said conditions. 4.I/We also agree to keep this tender open for acceptance
for a period of 60 days (in case of two packet system of tendering 90 days)
from the date of opening of the tender 5.I/We offer to do the work for
DRM/W/O/MAS, at the rates quoted in the attached schedule and hereby bind
myself/ourselves to complete the work in all respects within the period of
completion stipulated in the tender document, from the date of issue of letter
2 No No Not Allowed
of acceptance of the tender. The amount as stipulated in the tender document
is herewith forwarded as Bid Security. Full value of the Bid security shall stand
forfeited and Bid security submitted as Bank guarantee will be encashed
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 as stipulated
in performance guarantee clause of GCC as detailed in general instructions.
(b)I/We do not commence the work within fifteen days after receipt of orders to
that effect. 6.I/We hereby Confirm that the rates, rebates and/or other financial
terms, if any, quoted by us in the relevant fields of the Financial Bid page will
only be the ruling terms for deciding the inter-se ranking, and any such
condition having financial repercussions, if quoted by us anywhere else
including attached documents shall not be considered for deciding inter-se
ranking. 7.However, Railways shall have the right to incorporate any such
condition quoted by us, in the contract, at their discretion, if contract is placed
on us. 8.I/We have read the various conditions attached/ referred to in this
tender document, and agree to abide by the said conditions.

6. Documents attached with tender

S.No. Document Name Document Description


1 ComplianceforJVJuly2022.pdf ComplianceforJV July 2022
2 ComplaianceJuly2022.pdf Complaiance July 2022
3 SPECIFICATIONFORBUILDINGANDBRIDGES.pdf Specification for Building and bridges
4 Similarnatureofworks-Oct2022.pdf Similar nature of works
5 Locations.pdf Locations
6 PG-RBletterdated10.01.2022.pdf Performance security RB lr 10.01.2022
7 GeneralinstructionsJuly2022.pdf General instructions July 2022
8 eTenderformApril2022.pdf e Tender Form April 2022
9 AdvancecorrectionslipNo1forGCC2022.pdf Advance correction slip No1 for GCC 2022
10 GCCApril2022_compressed.pdf GCC April 2022
MODIFIED SPECIAL CONDITIONS OF
11 MODIFIEDSPECIALCONDITIONSOFCONTRACTJuly2022.pdf
CONTRACT July 2022
12 PGandAddlPGRBletter20.11.2020.pdf PG and Addl PG RB letter 20.11.2020
13 MovementofvehiclesnearRailwayTrack.pdf Movement of vehicles near Railway Track
14 ProcedureforLCModeofPayment.pdf Procedure for Letter of credit mode of payment
15 NEFTForm.pdf NEFT Form

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of

Pa g e 8 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS29OF22276C Closing Date/Time: 03/01/2023 11:00

GFR regarding procurement through GeM.

Signed By: R.RAMA PRASADA RAO

Designation : Sr.DENCo-ord.MAS

Pa g e 9 o f 9 Ru n Da te/Time: 0 2 /12 /2 0 2 2 17:2 7:13


01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,

ÿ
./012345ÿ478
92355:;
<;=;.;/5>
35?;5334;5?
/@@ABCÿD@ÿ<AEAFADGHI
4HAIJHKÿLHGHMCNO
9PCGGHAÿQHNRÿSDJG
9PCGGHAOÿTUUUUV
1HLAIÿ5HWXOÿ;GWAH
ÿ
7CSSCNÿ5DYÿ92355:;ÿ<;=;.;/5>35?;5334;5? <HSCWYÿVUZU`Z\U\V
Zÿ[:.\]/^\\\_T9ÿZÿU`a]`_TUU_Ubc\
ÿ
defÿhijjijkÿlkiÿmnkopqorjjstr
uvwxvwyzz{ÿ|v}zw~vÿx~€€vy
u€€w‚yƒvÿ„v}zv€
}y€€ wy†ÿ‡ˆ‰Šˆ‹
vŒŽÿ‚‘’Ž“ÿ~Œ”
ÿ
.X•Y 7CSSCNÿ/@ÿ:BBC–SHGBC
4C@Y `— ƒ‘Œ‘ÿ}˜™ÿ„vuˆš ›ˆˆˆœžÿŸ˜’”Œ¡ÿ¢‘ÿ£‹†£Š†
ˆ£ˆ‹ÿŠŠ¤££ÿ¥˜ÿ„vu†v¦¦ÿuyžƒ~}ÿ†ÿw‘§Ÿ‘¨‘Œ¢ÿ˜¥
©¢‘ÿ¢ª«’ÿ¢ÿ‰ÿ’¢¢”˜Œ’ÿ†ÿ}uˆÿ†ÿˆÿ¬ÿu‹ÿ†ÿˆÿ’¢¢”˜Œ’†
Œÿ«‘ŒŸŽ‘’ÿ¢ÿŠ­ÿ’¢¢”˜Œ’ÿ†ÿ}u‹ÿ†ÿŠÿ¬ÿu‹ÿ†ÿŠœ
’¢¢”˜Œ’
\— ®¯°±ÿ³µ́ÿ¶·ÿ`aTc`Uacÿµ¸¹ºµÿUVZU`Z\U\VÿU]YVU
ÿ
ƒŽ‘ÿž˜¨§‘¢‘Œ¢ÿvª¢Ž˜”¢»ÿސ’ÿŸŸ‘§¢‘ÿ»˜ªÿ˜¥¥‘‘ÿ¢‘’ÿ”Œ
Ÿ˜ŒŒ‘Ÿ¢”˜Œÿ©”¢Žÿ¢Ž‘ÿ’ª«¼‘Ÿ¢ÿ©˜½™ÿƒŽ‘ÿ¢˜¢ÿŸ˜’¢ÿ˜¥ÿ¢Ž‘ÿ©˜½ÿ¢ÿ¢Ž‘
ŸŸ‘§¢‘ÿ¢‘’ÿ©˜½’ÿ˜ª¢ÿ¢˜ÿw’™ÿššš‰šŠ‡™‡ÿ¾wª§‘‘’ÿ}”Œ‘¢»†}”Œ‘
€½Žÿ}”Œ‘¢»†›˜ªÿƒŽ˜ª’Œÿ}”Œ‘ÿ¿ªŒ‘ÿvŒÿ›”¥¢‘‘Œÿwª§‘‘’
vŒÿ›”¥¢»†u”Àÿ‚”’‘ÿŒ»Á
vÿ’ª¨ÿ˜¥ÿw’™Šš‡££ÿ‘§˜’”¢‘ÿ’ÿyŒ‘’¢ÿ„˜Œ‘»ÿ”‘ÿ~wy‚u
‘¥‘‘ŒŸ‘ÿ~zÿ}yšŠŠ­Šœ‰£šššÃ~|£žvxvНÿ¢‘ÿ£ˆ™£Š™ˆ£ˆ‹
ސ’ÿ«‘‘Œÿ‘¢”Œ‘ÿ¢˜©’ÿ”Œ”¢”ÿu‘Ÿª”¢»ÿ„˜Œ‘»ÿ¥˜ÿª‘ÿŒ
¥”¢Ž¥ªÿ¥ª¥”¨‘Œ¢ÿ˜¥ÿ¢Ž‘ÿŸ˜Œ¢Ÿ¢“ÿŒÿ¢Ž‘ÿ«ŒŸ‘ÿu‘Ÿª”¢»ÿ„˜Œ‘»
©”ÿ«‘ÿ‘Ÿ˜Â‘‘ÿ¥˜¨ÿ¢Ž‘ÿ§˜¡‘’’”‘ÿ«”’ÿÅÿÿÆÿ˜¥ÿ¢Ž‘ÿ«”
¨˜ªŒ¢ÿ¢”ÿ”¢ÿ‘ŸŽ‘’ÿ‡ÿÆÿ˜¥ÿ¢Ž‘ÿŸ˜Œ¢Ÿ¢ÿª‘ÿ”Œÿ¢‘¨’ÿ˜¥ÿŸª’‘
Š¾ŠÁÿ˜¥ÿžžÿv§”ÿˆ£ˆˆ™ÿƒŽ‘ÿu‘Ÿª”¢»ÿ‘§˜’”¢ÿ¥˜ÿ¢Ž”’ÿ©˜½ÿ”’
w’™‰“šš“œ‰Ã†¾wª§‘‘’ÿ›˜ªÿ€½Žÿ}”Œ‘¢»ÿ}”Œ‘ÿƒŽ˜ª’Œÿu‘‘Œ
¿ªŒ‘ÿŒÿ›˜¢»ÿu”Àÿ˜Œ»Á™
{˜ªÿ‘ÿ‘Ǫ‘’¢‘ÿ¢˜ÿ’ª«¨”¢ÿ‚‘¥˜¨ŒŸ‘ÿªŒ¢‘‘ÿ”Œÿ¢Ž‘ÿ¥˜¨
’ÿ¡”‘Œÿ”Œÿžª’‘ÿŠ¾‰Áÿ˜¥ÿžžÿv§”ÿˆ£ˆˆÿ‘Ǫ”‘Œ¢ÿ¢˜ÿ‹ÿÆÿ˜¥
¢Ž‘ÿŸ˜Œ¢Ÿ¢ÿª‘ÿ¨˜ªŒ¢”Œ¡ÿ¢˜ÿw’™ÿˆšš­‰œ™‰œÿ¾wª§‘‘’ÿƒ©˜ÿ€½Ž
}”Œ‘¢»†}”Œ‘ÿƒŽ˜ª’Œÿy”¡Ž¢ÿ¿ªŒ‘ÿvŒÿ›˜ª¢»†u‘‘Œÿwª§‘‘’
vŒÿ›˜ª¢»†u‘‘Œÿ‚”’‘ÿŒ»Áÿ©”¢Ž”ŒÿˆŠÿ»’ÿ¥˜¨ÿ¢Ž‘ÿ¢‘ÿ˜¥ÿ”’’ª‘
˜¥ÿ€‘¢¢‘ÿ˜¥ÿvŸŸ‘§¢ŒŸ‘“ÿ”ÿª§ÿ¢˜ÿ’¢”§ª¢‘ÿ¢‘ÿ˜¥ÿŸ˜¨§‘¢”˜Œ
711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, 01)
01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,
-./0ÿ23ÿ4560ÿ07ÿ8958ÿ:7;8<5:8ÿ5=<>>?>;8ÿ:5;ÿ@>ÿ>A>:/8>4BÿC9>
0/::>00D/.ÿ@E44><ÿ095..ÿ95F>ÿ87ÿ0/@?E8ÿ5ÿG><D7<?5;:>ÿH/5<5;8>>
IGHJÿKE89E;ÿLMÿICK>;86ÿ7;>Jÿ4560ÿD<7?ÿ89>ÿ458>ÿ7DÿE00/>ÿ7DÿN>88><ÿ7D
O::>-85;:>ÿINPOJBÿQA8>;0E7;ÿ7Dÿ8E?>ÿD7<ÿ0/@?E00E7;ÿ7DÿGHÿ@>67;4
LMÿICK>;86ÿ7;>Jÿ4560ÿ5;4ÿ/-87ÿ23ÿ4560ÿD<7?ÿ89>ÿ458>ÿ7DÿE00/>ÿ7D
NPOÿ?56ÿ@>ÿ=EF>;ÿ@6ÿ89>ÿO/897<E86ÿK97ÿE0ÿ:7?->8>;8ÿ87ÿ0E=;ÿ89>
:7;8<5:8ÿ5=<>>?>;8BÿR7K>F><Sÿ5ÿ->;5.ÿE;8><>08ÿ7DÿMLTÿ-><ÿ5;;/?
095..ÿ@>ÿ:95<=>4ÿD7<ÿ89>ÿ4>.56ÿ@>67;4ÿLMICK>;86ÿ7;>Jÿ4560SÿEB>B
D<7?ÿLL;4ÿ456ÿ5D8><ÿ89>ÿ458>ÿ7DE00/>ÿ7DÿNPOBÿUDÿ89>ÿV7;8<5:87<ÿD5E.0
87ÿ0/@?E8ÿ89>ÿ<>W/E0E8>ÿGHÿ>F>;ÿ5D8><ÿ23ÿ4560ÿD<7?ÿ89>458>ÿ7DÿE00/>
7DÿNPOSÿ89>ÿ:7;8<5:8ÿE0ÿ.E5@.>ÿ87ÿ@>ÿ8><?E;58>4BÿU;ÿ:50>ÿ:7;8<5:8ÿE0
8><?E;58>4ÿ<5E.K56095..ÿ@>ÿ>;8E8.>4ÿ87ÿD7<D>E8ÿXE4ÿY>:/<E86ÿ5;4ÿ789><
4/>0ÿ-565@.>ÿ87ÿ89>ÿ:7;8<5:87<ÿ5=5E;08ÿ8958ÿ-5<8E:/.5<ÿ:7;8<5:8S
0/@Z>:8ÿ87ÿ?5AE?/?ÿ7DÿGHÿ5?7/;8BÿU;ÿ:50>ÿ5ÿ8>;4><><ÿ950ÿ;78
0/@?E88>4ÿXE4ÿY>:/<E86ÿ7;ÿ89>ÿ08<>;=89ÿ7Dÿ89>E<ÿ<>=E08<58E7;ÿ50ÿ5
Y85<8/-ÿ<>:7=;E[>4ÿ@6ÿ\>-5<8?>;8ÿ7DÿU;4/08<E5.ÿG7.E:6ÿ5;4
G<7?78E7;ÿI\UGGJÿ/;4><ÿ]E;E08<6ÿ7DÿV7??><:>ÿ5;4ÿU;4/08<6Sÿ\UGG
095..ÿ@>ÿE;D7<?>4ÿ87ÿ89E0ÿ>DD>:8BC9>ÿD5E.>4ÿV7;8<5:87<ÿ095..ÿ@>
4>@5<<>4ÿD<7?ÿ-5<8E:E-58E;=ÿE;ÿ<>^8>;4><ÿD7<ÿ8958ÿK7<_BU;ÿ:50>ÿ7D
D5E./<>ÿ87ÿ0/@?E8ÿGHÿKE89E;ÿ89>ÿ08E-/.58>4ÿ458>Sÿ5:8E7;ÿ85_>;ÿ/;4><
V.5/0>ÿM2ÿI`Jÿ7DÿHVVÿE0ÿDE;5.ÿ5;4ÿ@E;4E;=BÿIa78>bÿC9>ÿX5;_
=/5<5;8>>0cd\e0ÿ0/@?E88>4ÿ87K5<40ÿG><D7<?5;:>ÿ=/5<5;8>>ÿ097/.4
@>ÿ4<5K;ÿE;ÿD5F7/<ÿ7DÿY>;E7<ÿ\EFE0E7;5.ÿdE;5;:>ÿ]5;5=><SÿV9>;;5E
\EFE0E7;SÿY7/89><;ÿe5E.K56ÿ7;ÿ5::7/;8ÿ7DÿV7;8<5:87<f0ÿa5?>J
C9>ÿ>;8E<>ÿK7<_ÿ095..ÿ@>ÿ:7?-.>8>4ÿKE89E;ÿ2ÿ?7;89ÿD<7?ÿ89>
458>ÿ7DÿE00/>ÿ7DÿN>88><ÿ7DÿO::>-85;:>B
G<7=<5??>ÿ7DÿK7<_ÿbÿg7/ÿ5<>ÿ5.07ÿ54FE0>4ÿ87ÿ:95<8ÿ7/8ÿ5ÿ-<7=<5?ÿ7D
K7<_ÿ5;4ÿ0/@?E8ÿ89>ÿ05?>ÿ87ÿ89E0ÿ7DDE:>ÿEDÿ;78ÿ5.<>546ÿ0/@?E88>4
5.7;=ÿKE89ÿ89>ÿ8>;4><B
V7??>;:>?>;8ÿ7DÿK7<_ÿbÿg7/ÿ5<>ÿ4E<>:8>4ÿ87ÿ:7;85:8
Y<BO\QacahNÿiÿO\QachYCÿD7<ÿD/<89><ÿE;08</:8E7;0ÿ5;4ÿ89>
K7<_ÿ095..ÿ:7??>;:>ÿKE89E;ÿMjÿIdED8>>;Jÿ4560ÿD<7?ÿ89>ÿ458>ÿ7D
<>:>E-8ÿ7Dÿ89E0ÿ.>88><
U;:7?>ÿC5AÿbÿG.>50>ÿ;78>ÿ8958ÿ89>ÿU;:7?>ÿC5AÿIE;:./4E;=ÿ0/<:95<=>
5;4ÿQ4/:58E7;ÿ:>00ÿ:95<=>Jÿ50ÿ;78EDE>4ÿD<7?ÿ8E?>ÿ87ÿ8E?>ÿ@6ÿ89>
H7F><;?>;8ÿ7DÿU;4E5ÿKE..ÿ@>ÿ4>4/:8>4ÿ58ÿ07/<:>ÿD<7?ÿ67/<ÿ@E..0B
HYCÿbÿHYCÿ50ÿ5--.E:5@.>ÿKE89ÿ>DD>:8ÿD<7?ÿ3MB3kBL3Mkÿ50ÿ-><
-<7FE0E7;0ÿ7DÿHYCÿOVCÿL3Mk
lE8E58E7;bÿ\/<E;=ÿ89>ÿ>A>:/8E7;ÿ7DÿK7<_ÿEDÿ5;6ÿFE8E58E7;ÿ5<E0>0ÿ4/>ÿ87
4>FE58E7;ÿE;ÿ89>ÿ5=<>>?>;8ÿW/5;8E8E>0Sÿ89>ÿ05?>ÿKE..ÿ@>ÿ<>:7F><>4
D<7?ÿ89>ÿVBVBÿ@E..
G<E:>ÿl5<E58E7;ÿV.5/0>ÿbÿG<E:>ÿl5<E58E7;ÿV.5/0>ÿE0ÿ;78ÿ5--.E:5@.>ÿD7<
89E0ÿ:7;8<5:8
QA>:/8E7;ÿ7DÿO=<>>?>;8ÿbÿg7/ÿ5<>ÿ5.07ÿ54FE0>4ÿ87ÿ588>;4ÿ89>ÿ7DDE:>
D7<ÿ0E=;E;=ÿ/-ÿ89>ÿ5=<>>?>;8ÿD7<ÿ89E0ÿK7<_ÿKE89E;ÿm3IC9E<86Jÿ4560ÿ7D
E00/>ÿ7Dÿ89E0ÿ.>88><Bÿg7/ÿ?56ÿ-.>50>ÿ;78>ÿ8958ÿ/;8E.ÿ5ÿD7<?5.
711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, 41)
01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,
-./001023ÿ56ÿ0708930:ÿ3;56ÿ<0330/ÿ=>ÿ-880?3-280ÿ@5<<ÿA0ÿA52:52.
8=23/-83ÿA03@002ÿB=9ÿ-2:ÿ3;0ÿC-5<@-B6ÿ-2:ÿ3;56ÿ@5<<ÿA0ÿ10/.0:ÿ523=
3;0ÿ-./001023ÿ3=ÿA0ÿ0708930:DÿE2ÿ8-60ÿ=>ÿ:56-./001023ÿ=>ÿ-2Bÿ8<-960
52ÿ3;0ÿFGHÿ@53;ÿ3;0ÿH./001023Iÿ3;0ÿ<-330/ÿ6;-<<ÿ?/0J-5<
C0.563/-35=2ÿ=>ÿ>5/1ÿKÿL<0-60ÿ2=30ÿ3;-3ÿ-6ÿ?0/ÿM<-960ÿNNMÿ=>ÿOMM
H?/5<ÿPQPPRÿM=23/-83=/ÿ6;-<<ÿ/0.5630/ÿ;56ÿ>5/1S8=1?-2Bÿ038Dÿ-2:
9?<=-:ÿ/0T956530ÿ:03-5<6ÿ=>ÿ<-A=9/ÿ-2:ÿ3;05/ÿ?-B1023ÿ52ÿ3;0ÿ?=/3-<
@@@D6;/-15UU-<B-2D52:5-2/-5<@-B6D.=JD52DÿV;0ÿ8=23/-83=/ÿ=280
/0.5630/0:ÿ6;=9<:ÿ?/=J5:0ÿ:03-5<6ÿ=>ÿFGHÿ=2ÿW;/-15UU-<B-2ÿ?=/3-<
@53;52ÿXNÿ:-B6ÿ=>ÿ56690ÿ=>ÿFGHDÿV;0ÿ8=23/-83=/ÿ6;=9<:ÿ>5<<ÿ52ÿ6-<5023
:03-5<6ÿ=>ÿ8=23/-83ÿ<-A=9/6ÿ02.-.0:ÿ52ÿ3;0ÿ8=23/-83ÿ-2:ÿ0269/0
9?:-352.ÿ=>ÿ0-8;ÿ@-.0ÿ?-B1023ÿ3=ÿ3;01ÿ=2ÿ1=23;<BÿA-656D
F-A=9/ÿC9<06ÿKÿL<0-60ÿ2=30ÿ3;-3ÿF-A=9/ÿC9<06ÿY528<9:52.ÿ>=/
?-B1023ÿ=>ÿ@-.06Zÿ-6ÿ2=35>50:ÿ>/=1ÿ3510ÿ3=ÿ3510ÿABÿO=J3DÿG>ÿE2:5-
56ÿ3=ÿA0ÿ63/583<Bÿ-:;0/0:ÿ3=
W8;0:9<0ÿ[03-5<6ÿKÿW8;0:9<0@560ÿA/0-U9?ÿ:03-5<6ÿ-/0ÿ-6ÿ;0/092:0/
W8;0:9<0RHYE301ÿ\=DXZÿKÿH3ÿ?-/ÿ-:J0/3560:ÿJ-<90ÿ=/ÿP]DQQ^ÿ-A=J0
_WWGCÿPQXXÿ/-306
W8;0:9<0RHYE301ÿ\=DPZÿKÿ`D̀`^ÿ-A=J0ÿ-:J0/3560:ÿJ-<90ÿ=/ÿaNDbN^
-A=J0ÿ_WWGCÿPQXXÿ/-306
W8;0:9<0RHÿXKÿXPDQQ^ÿ-A=J0ÿH:J0/3560:ÿJ-<90ÿ=/ÿabDbQ^ÿ-A=J0
_WWGCÿPQXXÿ/-306
W8;0:9<0RcÿKÿV=3-<ÿV;/00ÿ53016ÿ=2<B
H8U2=@<0:.01023ÿKÿd52:<Bÿ-8U2=@<0:.0ÿ3;0ÿ/0805?3ÿ=>ÿ3;56ÿ<0330/
M=?Bÿ3=ÿKÿW/D[efSfHWIÿHHGSÿc5<<6SfHWIÿ[g\SM023/-<I
H[g\S\hFIÿH[g\ShWVIÿWWgShSHi[IÿWWgShSCLfÿC0.5=2-<
F-A=9/ÿM=115665=20/ÿYM023/-<Zÿf52563/Bÿ=>ÿg1?<=B1023ÿ-2:
C0;-A5<53-35=2IÿW;-63/5ÿc;-J-2IÿP`ÿj-::=@6ÿC=-:IÿM;022-5ÿ`IV;0
F-A=9/ÿg2>=/801023ÿG>>580/ÿYM023/-<ZÿEiÿf-:/-6ÿG>>580ÿ=>ÿ3;0
C0.5=2-<ÿF-A=9/ÿM=115665=20/IÿaNIÿj-::=@6ÿ/=-:IÿM;022-5R`I
[0?93BÿM=115665=20/Iÿg2>=/801023IÿM=110/85-<ÿV-706IÿO/0-16
C=-:IÿM;022-5R`IV;0ÿH66563-23ÿF-A=9/ÿM=115665=20/ÿYM023/-<Z
f-:/-6ÿEEÿ[5J565=2IÿM;022-5R`IV;0ÿM=110/85-<ÿV-7ÿG>>580/I
g.1=/0ÿEEIÿH660661023ÿM5/8<0IÿM;022-5RaXIV;0ÿM;50>ÿi5.5<-280
G>>580/IÿW=93;0/2ÿC-5<@-BIÿg.1=/0IÿM;022-5RkD
H<<ÿG3;0/ÿ30/16ÿ-2:ÿ8=2:535=26Iÿ-6ÿ635?9<-30:ÿ52ÿ3;0ÿ302:0/
:=8910236ÿ6;-<<ÿA0ÿ-??<58-A<0D
ÿ
lmnopqÿp
mospt
uvwvxyzz{ÿpvw|}~
v}€ÿpvw|yx‚}ÿu}xyvzƒ
711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, 21)
01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,

-./0121ÿ45/6787829ÿ-61ÿ:/729
;72< ;72<ÿ@29A ;72< ;72< 47C D687 G9AH? -1J7?K/H52 L81ÿ:/72M L81
=6>? B>12 47C D687 :/72E:9F EI F E:9F D687ÿ:/72 -<>567
E:9F
ÿÿ=AN215H2ÿÿ-OP897ÿ>Qÿ872<9ÿ>Qÿ.>0Rÿ7N/7ÿ/02ÿA>J2021ÿ56120
=>57N206ÿ:/8H./CÿD68Q821ÿ=7/61/01ÿ=AN215H2ÿ>Qÿ:/729ÿSTUU UXXYZ[S?S\ÿ ÿ
OÿQ>0ÿBN266/8ÿ@8J898>6?ÿÿÿE;72<ÿ@802A7>0CÿOÿ=:OV4OD==W:O
STUTOUOK20OUTF
_`abÿcdefghgeiÿej
klmndÿmophÿgi
^ qrstu t`vÿ_opw
rgfghgeiÿlmÿx K82.ÿ@27/8H9 €a‚‚ ^ƒ^^‚^aƒ‚ ‚a‚‚„ÿ qm
cld ^ƒ^^‚^aƒ‚
_mlmgeihÿwyzv{ÿyb{
q|rÿ}ÿq~a
_`abbÿcdefghgeiÿej
cgn†gin
lddli‡nˆnimhÿjed
€ kl mndÿmophÿgi
qrstut`vÿ_opw K82.ÿ@27/8H9 €a‚‚ x‰x^xaŠŠ ‰a‰‰„ qpefn xŠ‹Œxxa‹ƒ
rgfghgeiÿlmÿx
_mlmgeihÿwyzv{ÿyb{
q|rÿ}ÿq~a
=AN215H2ÿ>7/H9 UYT\ŽS?U[
ÿÿ=AN215H2ÿÿLOP897ÿ>Qÿ872<9ÿ>Qÿ.>0Rÿ7N/7ÿ/02ÿ6>7ÿA>J2021
56120ÿ=>57N206ÿ:/8H./CÿD68Q821ÿ=7/61/01ÿ=AN215H2ÿ>Q
:/729ÿSTUUÿOÿQ>0ÿBN266/8ÿ@8J898>6?ÿÿÿE;72<ÿ@802A7>0CÿOÿ>7 X\[U[\?XŽÿ ÿ
-‘‘H8A/’H2F
^ _o †“{ÿjlpdg”lmgei ‚^ ‰‰Œ‚˜‡ ‰€a‹Œqmÿcld Œ‚€ŠŒ€aŒ‚ a‰‰„ x‰‹xƒ‰xaƒx
li•ÿndn”mgeiÿej ~n†ek
_mlgi†nhhÿhmnn†
klmndÿmopÿˆl•n
eomÿejÿ__ƒ‚xÿ‡dl•n
ohgi‡ÿƒˆˆÿm–g”—
__ÿh–nnmÿjed
fndmg”l†ÿehmÿkgm–
in”nhhld“ÿ†lhndÿ”om
li•ÿje†•gi‡ÿkgm–
–“•dlo†g”ÿdnhh
ˆnm–e•ÿmeÿhogm
”eddn”mÿdejg†nÿli•
pdlhhgi‡ÿkgm–ÿƒÿieh
ejÿ^‚‚ˆˆÿ•glÿej
^aŒˆˆÿm–g”—ÿjed
fndmg”l†ÿho edm
li•ÿ€ÿiehaÿejÿklmnd
mopÿ•glÿejÿŒ‚‚ˆˆ
li•ÿ•n m–ÿ^Œ‚ˆˆ
meÿ†lhndÿ”omÿkgm–
–“•dlo†g”ÿdnhhÿme
ˆl—nÿ”eddn”m
h–l nÿli•ÿˆl—n
–e†nhÿmeÿdefg•n
klhmnÿklmnd
”eiin”mgeiÿli•
defg•gi‡ÿejÿgi†nm
gnÿlmml”–gi‡ÿgi
711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, +1)
01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,
-./ÿ1/2-3456ÿ7899:2-
:;ÿ<=>>ÿ?35ÿ@@
-A9/ÿ-:ÿB/C?
783-5B6/ÿ?/D2//
E/6?3CDÿ-./ÿ939/
56:CDÿE3-.ÿFG>>
?35ÿE5-/2ÿ-59ÿ-./
E.:6/ÿ577/>B6/?
7/-ÿ;3H3CDÿ:1/2ÿ-./
;6::2ÿ6/1/6ÿ?86A
4.3993CDÿ:;
4:C42/-/ÿ5C?
/>B/??3CDÿE3-.
4:C42/-/ÿFG=>>
?/9-.ÿB/6:E
D2:8C?ÿ6/1/6ÿE3-.
566ÿ6/5?ÿ5C?ÿ63;-ÿ5C?
57ÿ?32/4-/?ÿBA
ICD3C//2ÿ3C
4.52D/JK66ÿ65B:82
5C?ÿ>5-/23567ÿ-:ÿB/
789963/?ÿBA
-/C?/2/2L4:C-254-:2
:C6AMN
OP5C8;54-823CDQ
78996A3CDÿR
3C7-5665-3:Cÿ:;
1523:87ÿ73S/7ÿ:;
@-53C6/77ÿ@-//6
T/C4./7ÿ5-ÿ7-5-3:C7
:;ÿU./CC53
V31373:CWÿXYÿZ:7N
[\7/5-/2ÿE3-.:8-
< TL]ÿE3-.:8-ÿ7/5- < <\FG`D \YXNXGK-ÿa52 FFYY\=YNbGFbNYYc
952-3-3:CÿJP3CN^G KB:1/ F\FGFd^NGX
_Dÿ/54.MÿE3-.ÿ566
6/5?ÿ5C?ÿ63;-ÿ5C?ÿ57
?32/4-/?ÿBA
ICD3C//2ÿ3C
4.52D/JK66ÿ65B:82
5C?ÿ>5-/23567ÿ-:ÿB/
789963/?ÿBA
-/C?/2/2L4:C-254-:2
:C6AMNO
^ OP5C8;54-823CDQ ^ ^^G=`D \YXNXGK-ÿa52 FXX^bbbNG=FbNYYc FYX^=YFN=b
78996A3CDÿR KB:1/
3C7-5665-3:Cÿ:;
1523:87ÿ73S/7ÿ:;
@-53C6/77ÿ@-//6
T/C4./7ÿ5-ÿ7-5-3:C7
:;ÿU./CC53
V31373:CWÿFb=Z:7N
[\7/5-/2ÿE3-.:8-
TL]ÿE3-.:8-ÿ7/5-
952-3-3:CÿWÿF^=
Z:7NÿJP3CN^Gÿ_D
/54.MeÿF=ÿ@/5-/2
E3-.ÿTL]ÿWÿ\=ÿZ:7N
JP3CNÿYGÿ_Dÿ/54.Mÿf
E3-.ÿ566ÿ6/5?ÿ5C?
63;-ÿ5C?ÿ57ÿ?32/4-/?
711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, 81)
01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,
-.ÿ01231445ÿ31
6785249:;;ÿ;8-<=5
81>ÿ?8@4538;Aÿ@<ÿ-4
A=BB;34>ÿ-.
@41>4545C6<1@586@<5
<1;.DEF
GHIJKLMJÿOPQRMS TUVWVXTYZ[
ÿÿGHIJKLMJÿÿ\]^_`SQÿPaÿ`QJbSÿPaÿcPdeÿQIRQÿRdJÿHPfJdJKÿLgKJd
GPLQIJdgÿhR`McRiÿjg`a`JKÿGQRgKRdKÿGHIJKLMJÿPaÿhRQJSÿWU]] ]UZtVVYuTÿ ÿ
^ÿaPdÿkIJggR`ÿl`f`S`PgYÿÿÿmnQJbÿl`dJHQPdiÿ^ÿGh^op^jGGqh^
WU]U^]^rJd^]Us
w=BB;.ÿ81>ÿ=A312
v 64?41@ÿ8@ÿx<5yA3@4€€v v‚Eƒ„<114 ƒ†€E€€ƒ€E€€ v€† E~‡vƒE€€ˆ :-<‰4 vƒƒ‚v~E~
zÿ{|}ÿ~ÿ258>4
GHIJKLMJÿOPQRMS ]WW[]uYuV
OPQRMÿrRMLJZTWu]XTYtW ZZZuZ]tYtV
hJŠRQJÿPgÿOPQRMÿrRMLJ UYUU
m‹ s
ŒJQÿ`KÿrRMLJ ZZZuZ]tYtV
nQJbÿdJReLŽ
GHIJKLMJ :3A@ÿ<‘ÿ3@4?Aÿ<‘ÿx<5yÿ@78@ÿ854ÿ6<‰454>ÿ=1>45ÿw<=@7451ÿ’83;x8.ÿ“13‘34>ÿw@81>85>ÿw674>=;4
<‘ÿ’8@4Aÿƒ€vvÿÿ‘<5ÿ}741183ÿ”3‰3A3<1E
nQJbÿÿv w•E–ÿ|5<‰3A3<1ÿ<‘ÿx8@45ÿ@=-Aÿ31ÿ:”0—C—•ÿw=-”3‰3A3<1ÿ8@ÿ~ÿw@8@3<1Aÿ„’˜ÿ„–˜ÿ:™”ÿšÿ:›“E
GÿŒPY n QJb lJSHd`ŽQ`PgÿPaÿnQJb
ŒP jg`Q pQi hRQJ \bPLgQ
085@7ÿx<5yÿ31ÿ468‰8@3<1ÿ8AÿB45
8BB5<‰4>ÿ>58x312Aÿ81>ÿ>=?B312ÿ8@
4?-81y?41@ÿA3@4ÿ<5ÿAB<3;ÿ748B˜
x3@731ÿ583;x8.ÿ;81>˜ÿ316;=>312ÿ €?
;48>ÿ81>ÿvE?ÿ;3‘@˜ÿ@74ÿ;48>ÿ@<ÿ-4
ÿ ?48A=54>ÿ‘5<?ÿ@74ÿ641@54ÿ<‘ÿ258‰3@. ÿ
<‘ÿ468‰8@3<1ÿ@<ÿ641@54ÿ<‘ÿ258‰3@.ÿ<‘
AB<3;ÿ748Bzÿ@74ÿ;3‘@ÿ@<ÿ-4ÿ?48A=54>
‘5<?ÿ18@=58;ÿ25<=1>ÿ;4‰4;ÿ81>ÿB83>ÿ‘<5
31ÿ;8.45Aÿ<‘ÿvE?ÿ4867˜ÿ316;=>312
3163>41@8;ÿx<5y˜ÿ8AÿB45ÿAB463‘368@3<1A
31
v €vv€vv :;;ÿy31>Aÿ<‘ÿA<3;A 6=? vƒ€ v€Eƒ vƒ†‡E~€
<8>312C“1;<8>312ÿ-8;;8A@˜ÿy81y85˜
-536y-8@A˜ÿA@<14673BA˜ÿA7312;4˜ÿA@<14
-<=;>45A˜ÿ-;<6yÿy81y85˜ÿB3@67312
A@<14Aÿ˜ÿ5=--;4ÿA@<14A˜ÿ;8@453@4˜ÿ6<8;˜
ƒ €ƒv€‚€ A=5y73˜ÿ>5.ÿ?<5@85˜ÿA81>ÿ˜ÿ?<<5=?˜ 6=? € ~‚E†‚ v€Eƒ€
485@7˜ÿ?81=54ÿ<5ÿA;=>24˜ÿ8A74A˜ÿ;3?4
4@6E˜ÿ316;=>312ÿ;48>ÿ=Bÿ@<ÿ€?ÿ81>
A@86y312ÿ31@<C‘5<?ÿ@5=6yA˜ÿ@583;<5Aÿ<5
x82<1A
 €ƒv€‡€ 48>312ÿ-8;;8A@˜ÿy81y85˜ÿA=5y73˜ÿ;3?4˜ 6=? € vv~Eƒ ‚† E†€
A81>˜ÿ8A74A˜ÿA@<14673BA˜ÿB3@67312˜
A@<14˜ÿ-<=;>45A˜ÿA<;312˜ÿA@<14˜ÿ5=--;4
A@<14˜ÿ-536y-8@A˜ÿA7312;4˜ÿ>5.ÿ?<5@85˜
;8@453@4ÿ<5ÿA3?3;85ÿ?8@4538;Aÿ316;=>312
711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, '1)
01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,
-./0.12ÿ4-ÿ516ÿ785/0.129ÿ:;56ÿ4-8<
=>?
D66.8.<15:ÿ:;56ÿE<Fÿ;G;FHÿ74I7;J4;18
@ >AB>CB =>?ÿ<Fÿ-5F8ÿ8K;F;<E9ÿ<G;Fÿ=>?ÿ516 /4? MM> ACL@C NMNCL@>
4-8<ÿ=>>?ÿ<G;Fÿ.8;?ÿ1<Lÿ>AB>C>
PF<G.6.12ÿ 516ÿ :5H.12ÿ .1ÿ -<7.8.<1
/;?;18ÿ /<1/F;8;ÿ <Eÿ 7-;/.E.;6
ÿ -F<-<F8.<1ÿ;Q/:46.12ÿ/<78ÿ<Eÿ/;?;189ÿ
/;18;F.12ÿ516ÿ7K488;F.12ÿRÿD::ÿS<F07
4-8<ÿP:.18Kÿ:;G;:ÿT
= >MB>BB BTMTUÿVBÿ/;?;18ÿTÿMÿ7516ÿTÿUÿ2F56;6 /4? AC BUBBLAN @=BBULBA
78<1;ÿ522F;258;ÿA>??ÿ1<?.15:ÿ7.W;X
Y8;;:ÿ S<F0ÿ S;:6;6ÿ .1ÿ I4.:8ÿ 4-
7;/8.<17Zÿ EF5?;6ÿ S<F0ÿ .1/:46.12
ÿ /488.129ÿK<.78.129ÿE.Q.12ÿ.1ÿ-<7.8.<1 ÿ
516ÿ5--:H.12ÿ5ÿ-F.?.12ÿ/<58ÿ<E
5--F<G;6ÿ 78;;:ÿ -F.?;Fÿ 47.12
78F4/84F5:ÿ78;;:ÿ;8/Lÿ57ÿF;J4.F;6
[1ÿ2F58.1279ÿEF5?;79ÿ245F6ÿI5F9
U >CB@BA :566;F79ÿF5.:.1279ÿIF5/0;879ÿ258;7ÿ516 \2 U=C =NL=A MNBU@LBU
7.?.:5FÿS<F07
^.1.7K.12ÿS5::7ÿS.8KÿPF;?.4?ÿD/FH:./
Y?<<8Kÿ;Q8;F.<Fÿ-5.18ÿS.8KÿY.:./<1;
566.8.G;7ÿ<EÿF;J4.F;6ÿ7K56;ÿ<1ÿ1;S
] BB=BC> S<F0ÿV_S<ÿ<Fÿ?<F;ÿ/<587ÿ5--:.;6ÿ` YJ? A]= ]>LNC BN=BNL=>
BL@M:8FZB>ÿ7J?ÿ<G;Fÿ516ÿ.1/:46.12
<1;ÿ/<58ÿ<EÿS58;Fÿ-F<<E.12ÿ/;?;18
-5.18ÿ5--:.;6ÿ`ÿALA>ÿ02ZB>7J?
PF<G.6.12ÿ 516ÿ E.Q.12ÿ aL[Lÿ -.-;7
/<?-:;8;ÿ S.8Kÿ aL[Lÿ E.88.127ÿ 516
ÿ /:5?-79ÿ.1/:46.12ÿ/488.12ÿ516ÿ?50.12 ÿ
2<<6ÿ8K;ÿS5::7ÿ;8/Lÿ[18;F15:ÿS<F0ÿR
bQ-<7;6ÿ<1ÿS5::
C BMBBMB B=ÿ??ÿ6.5Lÿ1<?.15:ÿI<F; c;8F; A@= B@MLB> M=>=NL=>
PF<G.6.12ÿ516ÿE.Q.12ÿ?;6.4?ÿ2F56;
ÿ aL[Lÿ-.-;7ÿ/<?-:;8;ÿS.8KÿaL[LÿE.88.127 ÿ
.1/:46.12ÿ8F;1/K.12ÿ516ÿF;E.::.12ÿ;8/L
bQ8;F15:ÿd<F0
N BMBB=M A=ÿ??ÿ6.5Lÿ1<?.15:ÿI<F; c;8F; ]=> A@>LBM BC>>N]L=>
c50.12ÿ/<11;/8.<1ÿ<Eÿ?;6.4?ÿ2F56;
aL[Lÿ6.78F.I48.<1ÿIF51/KÿS.8KÿaL[L
ÿ ?5.1ÿ<EÿE<::<S.12ÿ7.W;7ÿIHÿ-F<G.6.12 ÿ
516ÿE.Q.12ÿ8;;9ÿ.1/:46.12ÿ/488.12ÿ516
8KF;56.12ÿ8K;ÿ-.-;ÿ;8/Lÿ/<?-:;8;
B> BMBBUB A=ÿ8<ÿ@>ÿ??ÿ1<?.15:ÿI<F; b5/K B@= AM@L>N MMN@ML>=
PF<G.6.12ÿ516ÿE.Q.12ÿ241ÿ?;85:ÿ258;
ÿ G5:G;ÿS.8KÿeL[LÿSK;;:ÿ<Eÿ5--F<G;6 ÿ
J45:.8HÿV7/F;S;6ÿ;16X
BB BMA>MB A=ÿ??ÿ1<?.15:ÿI<F; b5/K ]U @@CLAA M@>U@L]A
BA BMA>M@ =>ÿ??ÿ1<?.15:ÿI<F; b5/K @@ BABCLB= =M=NCLU>
711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, (1)
01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,
ÿ ./012ÿ451ÿ62789:ÿ;8;<=ÿ>9?<1ÿ012@A ÿ
BC BCDBEB F;05ÿDEÿGGÿ?82 H<01< IJK KLMCD BJKJDMBE
N59=01>@089:ÿO18@AÿG2=5917ÿG29P56<
89ÿ@<G<90ÿG51021ÿBQJÿRB@<G<90Q
J@521=<ÿ=29?SÿTMNMNMÿ05;ÿ=62OÿU80P
BQIQJÿ RB@<G<90Qÿ I@521=<ÿ =29?Q
J:12?<?ÿ =059<ÿ 2::1<:20<ÿ IEGG
95G8926ÿ=8V<SWÿ45>9?20859ÿ@59@1<0<
BQJQDÿG8/ÿRB@<G<90QÿJ@521=<ÿ=29?Q
D:12?<?ÿ =059<ÿ 2::1<:20<ÿ JEGG
ÿ 95G8926ÿ=8V<Sÿ89=8?<ÿ;62=0<189:ÿBIGG ÿ
0P8@Aÿ U80Pÿ @<G<90ÿ G51021ÿ BQC
RB@<G<90QÿC@521=<ÿ=29?Sÿ4898=P<?
U80Pÿ4652089:ÿ@520ÿ54ÿ9<20ÿ@<G<90ÿ29?
G2A89:ÿ@P299<6=ÿ89ÿ@<G<90ÿ@59@1<0<
BQIQJÿ RB@<G<90Qÿ I@521=<ÿ =29?Q
J:12?<?ÿ =059<ÿ 2::1<:20<ÿ IEGG
95G8926ÿ=8V<Sÿ4898=P<?ÿU80Pÿ2ÿ4652089:
@520ÿ54ÿ9<20ÿ@<G<90ÿ@5G;6<0<ÿ2=ÿ;<1
=029?21?ÿ?<=8:9
X9=8?<ÿ=8V<ÿLE/DE@Gÿ29?ÿJK@Gÿ?<<;
89@6>?89:ÿNMXMÿ@5Y<1ÿU80Pÿ412G<ÿR68:P0
?>07SÿJKK/ZBEGGÿ890<1926
BJ BJCEBB ?8G<9=859=ÿ05026ÿU<8:P0ÿ54ÿ@5Y<1ÿ29? .2@P CD ZIKKMKE IC__ELMEE
412G<ÿ05ÿO<ÿ950ÿ6<==ÿ0P29ÿCDA:
RU<8:P0ÿ54ÿ@5Y<1ÿICA:ÿ29?ÿU<8:P0ÿ54
412G<ÿBKA:SMÿ[80Pÿ\M]M^MÿO18@A=ÿ@62==
?<=8:920859ÿ_MK
]15Y8?89:ÿ29?ÿ48/89:ÿBBEGGÿ?82ÿ]`N
BK BKJEBE =586WÿU2=0<ÿ29?ÿY<90ÿ;8;<=ÿ89@6>?89: H<01< JKE IECMIC LBJKCMKE
a589089:ÿ29?ÿ@5=0ÿ54ÿ=;>9ÿ7219ÿ29?
=29?ÿ<0@Mÿ@5G;6<0<
]15Y8?89:ÿ29?ÿ48/89:ÿBBEÿGGÿ]`N
]6289ÿO<9?ÿ54ÿ0P<ÿ1<b>81<?ÿ?<:1<<
U80Pÿ2@@<==ÿ?551ÿ89@6>=8Y<ÿ54ÿCGG
BZ BKJBEE 0P8@AÿO80>G2=08@ÿ4<60ÿU2=P<1WÿO560=ÿ29? .2@P ZK DBM_E KCBEMKE
9>0=Wÿ@5G;6<0<Wÿ89@6>?89:ÿa589089:ÿ29?
@5=0ÿ54ÿ=;>9ÿ7219ÿ29?ÿ=29?ÿ<0@M
@5G;6<0<
c<G568=P89:ÿ;6289ÿ@<G<90ÿ@59@1<0<
ÿ 89@6>?89:ÿ?8=;5=26ÿ54ÿG20<1826ÿU80P89 ÿ
KEGÿ6<2?
B_ BDBEIB BQIQJÿ51ÿ18@P<1ÿG8/ÿU80PÿG2/MÿIEÿGG @>G BDK KIZMBE L_CIDMKE
@521=<ÿ2::1<:20<
c<G568=P89:ÿ O18@Aÿ U51Aÿ 89@6>?89:
ÿ =02@A89:ÿ54ÿ=<1Y8@<2O6<ÿG20<1826ÿ29? ÿ
?8=;5=26ÿ54ÿ>9=<1Y8@<2O6<ÿG20<1826
U80P89ÿKEGÿ6<2?
BD BDIEBC X9ÿ@<G<90ÿG51021 @>G BII JJJMKI KJICBMJJ
ÿ defgh ijkllmnojm
pfqrÿsÿI ^[M XXÿ]15Y8=859ÿ54ÿ]8;<689<ÿ21129:<G<90=ÿ451ÿU20<1ÿ0>O=ÿ89ÿtc.uvu[wÿ^>Osc8Y8=859ÿ20ÿJ
^020859=ÿsxTwWÿxXWÿt`cÿyÿtzFM

711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, *1)


01231425ÿ4784ÿ9 711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% ,
-ÿ/01 2345 64789:;3:0<ÿ0=ÿ2345 ><:3 ?3@ AB34 C50D<3
/0
FGHIJKJLMÿOLKÿPJQJLMÿRSKJTRÿMGOKS
ÿ UVWVÿXJXSYÿZHRX[S\Sÿ]J\^ÿUVWVÿPJ\\JLMY ÿ
JLZ[TKJLMÿ\GSLZ^JLMÿOLKÿGSPJ[[JLMÿS\ZV
_Q\SGLO[ÿ`HGa
b bcbbde dfÿRRÿKJOVÿLHRJLO[ÿgHGS hS\GS idd jcfVje ceifjcVcf
ÿ k03Bl mnopqm1mp

711 1 111  !"#$9 %&#''4()8*)%&#083'0*+% &#'*0+)4%$, )1)


Page 1 of 35

MODIFIED SPECIAL CONDITIONS OF CONTRACT (GENERAL)


SOUTHERN RAILWAY AS PER GCC-2022
1.0.0: The special conditions of contract: “The Southern Railway Unified Standard
Schedule of Rates 2011” corrected upto “Indian Railway Standard specification for Materials
and Works 2010 (Vol.I& II) issued under the authority of Railway Board” of the Engg. Dept.,
Southern Rly corrected up to date, any other approved specifications to the relevant
I.S.codes. “The regulations for tenders and contracts”, “Conditions of tender”, “Tender
agreement form”, “General conditions of contract 2022, corrected upto date of submission
of tender, The “contract labour (Regulation and abolition) Act 1970 and “Central Rules 1971,
as amended from time to time and specific drawings issued for the purpose of this work
govern this contract. These conditions of contract shall be applicable for all the tenders and
contracts of railways for execution of works as defined in GFR 2017.

1.0.1: Items in Schedule “A” are based on Southern Railway Unified Standard Schedule of
Rates 2011 for Chennai Division which does not include the supply of cement and
reinforcement except some items wherever mentioned. For this work it is proposed that
cement and reinforcement steel will not be supplied by railway and the same has to be
procured and supplied by the contractor which will be paid separately by Railway under
relevant items of Schedule “A1 & A2”.

1.0.2: The tenderer shall quote his rate `at par’ or a collective percentage “Above” or “Below”
the total value of schedule A , separately for each sub work.

1.0.3: Similarly Schedule “B” provides for the items which are not covered by Southern
Railway Unified Standard Schedule of Rates 2011.

2.0.0: If any other items of work covered by Southern Railway Unified Standard Schedule of
Rates 2011 and not covered by Sch.A of this instant tender but are incidental to the work are
required to be carried out during the actual execution of work, the same will have to be
carried out at the same percentage as accepted for sch. A of this tender.

2.0.1:Schedule “A1" provides for supply of cement and Schedule "A2" provides Supplying
reinforcement for R.C.C. work including straightening, cutting, bending, placing in position
and binding all complete that are covered by Southern Railway Unified Standard Schedule
of Rates 2011 and the contractor shall quote his rate `at par’ or a collective percentage
“Above” or “Below” the total value of schedule A1, A2 respectively.

2.0.2: The tenderer while indicating rates for all the above items shall include the cost of
procurement. Excise duty Sales Tax, transportation of materials to the work site and storage
etc.

3.0.0: Eligibility Criteria:


All documents to support fulfilment of eligibility criteria with respect to Technical Eligibility,
Financial Eligibility & Bid Capacity as per Clause 10 of GCC 2022 should be furnished
along with tender and should be available at the time of tender opening. The tenderer shall
upload scanned copies of required documents. Tenders not accompanied by documentary
evidence in support of eligibility criteria will be rejected. No post tender communication in
any form will be made or entertain after opening of this tender in this regard.
Page 2 of 35

3.0.1: Tenderer Credentials: (Clause 11 of GCC 2022)

Documents testifying tenderer previous experience and financial status should be produced
along with the tender.

The tenderer shall submit along with the tender document, documents in support of
his/their claim to fulfill the eligibility criteria as mentioned in the tender document. Each
page of the copy of documents/certificates in support of credentials, submitted by the
tenderer, shall be self-attested/digitally signed by the tenderer or authorized
representative of the tendering firm. Self-attestation shall include signature, stamp and
date (on each page).

The tenderers shall submit a copy of certificate stating that all their statements/documents
submitted along with bid are true and factual. Standard format of certificate to be submitted by
the bidder is enclosed as Annexure-V. Non submission of above certificate by the bidder shall
result in summarily rejection of his/their bid. It shall be mandatorily incumbent upon the
tenderer to identify, state and submit the supporting documents duly self attested / digitally
signed by which they/he is qualifying the Qualifying Criteria mentioned in the Tender
Document.

The Railway reserves 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 rights of the railway there under.

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


terminated, Bid security, Security Deposit a n d Performance Guarantee (PG) of contract
forfeited and agency barred for doing business on entire Indian Railways for 5 (five)
years.

3.0.3: Participation of Joint Venture (JV) in Works Tender


Joint Venture Firms” shall be applicable for value of more than Rs. 10 Crore (Rupees Ten
crore only. (RB letter No. 2002/CE-I/CT/37 JV Pt. VIII dated 12.04.2012)
(For details of Rules and Regulations for tender under JV, refer Clause 17 of GCC 2022)

3.0.4: Participation of Partnership Firms in works tenders


The Partnership Firms participating in the tender should be legally valid under the provisions
of the Indian Partnership Act.
(For details of Rules and Regulations for tender under Partnership, refer Clause 18 of GCC
2022)

4. Bid Security:

(1) (a) The tenderer shall be required to submit the Bid Security with the
tender for the due performance with the stipulation to keep the offer open till
such date as specified in the tender, under the conditions of tender. The Bid
Security shall be as under:

Value of the Work


Bid Security
Page 3 of 35

For works estimated to 2% of the estimated cost of the work


cost up to ₹ 1 crore

For works estimated to ₹ 2 lakh plus ½% (half percent) of the excess of


cost more than ₹ 1 crore the estimated cost of work beyond ₹ 1 crore
subject to a maximum of ₹ 1 crore

Note:

(i) The Bid Security shall be rounded off to the nearest ₹100. This Bid
Security shall be applicable for all modes of tendering.
(ii) Any firm recognized by Department of Industrial Policy and
Promotion (DIPP) as ‘Startups’ shall be exempted from payment of
Bid Security detailed above.
(iii) Labour Cooperative Societies shall submit only 50% of above Bid
Security detailed above.

(b) It shall be understood that the tender documents have been issued to
the tenderer and the tenderer is permitted to tender in consideration of
stipulation on his part, that after submitting his tender he will not resile from his
offer or modify the terms and conditions thereof in a manner not acceptable to
the Engineer. Should the tenderer fail to observe or comply with the said
stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

(c) If his tender is accepted, this Bid Security mentioned in sub para (a)
above will be retained as part security for the due and faithful fulfillment of the
contract in terms of Clause 16 of the Standard General Conditions of Contract.
The Bid Security of other Tenderers shall, save as herein before provided, be
returned to them, but the Railway shall not be responsible for any loss or
depreciation that may happen thereto while in their possession, nor be liable to
pay interest thereon.

(2) The Bid Security shall be deposited either in cash through e-payment gateway
or submitted as Bank Guarantee bond from a scheduled commercial bank of
India or as mentioned in tender documents. The Bank Guarantee bond shall be
as per Annexure-VIA and shall be valid for a period of 90days beyond the bid
validity period.

(3) In case, submission of Bid Security in the form of Bank Guarantee,


following shall be ensured:

i. A scanned copy of the Bank Guarantee shall be uploaded on e-Procurement


Portal (IREPS) while applying to the tender.
Page 4 of 35

ii. The original Bank Guarantee should be delivered in person to the official
nominated as indicated in the tender document within 5 working days of
deadline of submission of bids.

iii. Non submission of scanned copy of Bank Guarantee with the bid on e-
tendering portal (IREPS) and/or non submission of original Bank Guarantee
within the specified period shall lead to summary rejection of bid.

iv. The Tender Security shall remain valid for a period of 90 days beyond the
validity period for the Tender.

v. The details of the BG, physically submitted should match with the details
available in the scanned copy and the data entered during bid submission time,
failing which the bid will be rejected

vi. The Bank Guarantee shall be placed in an envelope, which shall be sealed.
The envelope shall clearly bear the identification “Bid for the ***** Project”
and shall clearly indicate the name and address of the Bidder. In addition, the
Bid Due Date should be indicated on the right hand top corner of the envelope.

vii. The envelope shall be addressed to the officer and address as mentioned in the
tender document.

viii. If the envelope is not sealed and marked as instructed above, the Authority
assumes no responsibility for the misplacement or premature opening of
the contents of the Bid submitted and consequent losses, if any, suffered
by the Bidder.

4.0.3. SECURITY DEPOSIT: Clause 16 of GCC 2022

4.0.3.1 The Security Deposit shall be 5% of the contract value. The Bid Security submitted
by the Contractor with his tender will be retained/encashed by the Railways as part of
security for the due and faithful fulfillment of the contract by the Contractor. Provided
further that, if Contractor submits the Cash or Term Deposit Receipt issued from a Scheduled
commercial bank of India or irrevocable Bank Guarantee Bond from a Scheduled commercial
bank of India, either towards the Full Security Depositor the Part Security Deposit equal to or
more than Bid Security, the Railway shall return the Bid Security, to the Contractor.

Balance of Security Deposit may be deposited by the Contractor in cash or Term Deposit
Receipt issued from Scheduled commercial bank of India or irrevocable Bank Guarantee
bond issued from Scheduled commercial bank of India, or may be recovered at the rate of 6%
of the bill amount till the full Security Deposit is recovered. 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 (including amount
guaranteed through Performance Guarantee) may not exceed 10% of the total value of the
contract.
Page 5 of 35

The Irrevocable Bank Guarantee submitted towards Security deposit shall be initially valid up
to the stipulated date of Maintenance period plus 60 days and shall be extended from time to
time, depending upon extension of contract granted in terms of Clause 17A and 17B of the
Standard General Conditions of Contract.
Note: Security Deposit deposited in cash by the Contractor or recovered from the running
bills of a Contractor or submitted by contractor as Term Deposit Receipt(s) can be
refunded/returned to the contractor, in lieu of irrevocable Bank Guarantee bond issued from
scheduled commercial bank of India, to be submitted by him, for an amount equal to or
more than the already available Security Deposit, provided however that, in a contract of
value less than Rs. 50 Crore, such refund/ return of the already available Security Deposit is
permitted up to two times and in a contract of value equal to or more than Rs. 50 Crore, such
refund / return of the already available Security Deposit is permitted up to three times.

4.0.3.2 Refund of Security Deposit: Security Deposit mentioned in sub clause (1) above
shall be returned to the Contractor along with or after, the following:

Final Payment of the Contract as per clause 51.(1) of GCC 2022 and
Execution of Final Supplementary Agreement or Certification by Engineer that Railway has
No Claim on Contractor and Maintenance Certificate issued, on expiry of the maintenance
period as per clause 50.(1) of GCC 2022, in case applicable.

4.0.3.3 Forfeiture of Security Deposit: Whenever the contract is rescinded as a whole under
clause 62 (1) of these conditions, the Security Deposit already with railways under the
contract shall be forfeited. However, in case the contract is rescinded in part or parts under
clause 62 (1) of these conditions, the Security Deposit shall not be forfeited.

No interest shall be payable upon the Bid Security and Security Deposit or amounts payable
to the Contractor under the Contract, but Government Securities deposited in terms of Sub-
Clause 16.(4)(b) of this clause will be payable with interest accrued thereon.

5.0.0:Performance Guarantee :

The procedure for obtaining Performance Guarantee is outlined below:-

Item 16 (4) to Indian Railways Standard General Conditions of Contract

5.0.1.
a) The successful bidder shall have to submit a Performance Guarantee (PG) within 21
(Twenty one) days from the date of issue of Letter of Acceptance (LOA).

5.0.2 .Extension of time for submission of PG beyond 21 (Twenty one) days and upto 60
days from the date of issue of LOA may be given by the Authority who is competent to sign
the contract agreement. However, a penal interest of 12% per annum shall be charged for
the delay beyond 21(Twenty one) days, i.e. from 22nd day after the date of issue of LOA.
Further, if the 60th day happens to be a declared holiday in the concerned office of the
Railway, submission of PG can be accepted on the next working day.

5.0.3 .In all other cases, if the Contractor fails to submit the requisite PG even after 60
days from the date of issue of LOA, the contract is liable to be terminated and the
railway shall be entitled to forfeit Bid security and other dues payable against that contract.
Page 6 of 35

5.0.4 In case a tenderer has not submitted Bid Security on the strength of their registration
as a Startup recognized by Department of Industrial Policy and Promotion (DIPP) under
Ministry of Commerce and Industry, DIPP shall be informed to this effect.

5.0.5:. The failed Contractor shall be debarred from participating in re-tender for that
work.

5.0.6 b) The successful bidder shall submit the Performance Guarantee (PG) in any of the
following forms, amounting to 3% (for all the tenders issued till 31.03.2023) of the original
contract value: Ref: RB letter No. 2020/CE-I/CT/3E/GCC Policy dated 20.11.2020 & OM
dated 30.12.2021

(i) A deposit of Cash;


(ii) Irrevocable Bank Guarantee;
(iii) Government Securities including State Loan Bonds at 5% below the market value;
(iv) Pay Orders and Demand Drafts tendered by any Scheduled Commercial Bank of
India;
(v) Guarantee Bonds executed or Deposits Receipts tendered by any Scheduled
Commercial Bank of India;
(vi) Deposit in the Post Office Saving Bank;
(vii) Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds and
(xi) Unit Trust Certificates at 5% below market value or at the face value whichever is
less. Also, FDR in favour of FA&CAO (free from any encumbrance) may be
accepted.
(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
P.G. shall be initially valid upto 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 is based on original contract value
and shall not change due to subsequent variation(s) in the original contract value.
(e) The Performance Guarantee (PG) shall be released after physical completion of the
work based on 'Completion Certificate' issued by the competent authority stating that the
Contractor has completed the work in all respects satisfactorily.
(f) Whenever the contract is rescinded, the Performance Guarantee already submitted for
the contract shall be encashed.
(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 7 of 35

(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 clause 62 of these conditions.

6.0.0 Production of Vouchers etc. by the Contractor: 51 A of GCC


(i) For a contract of more than one crore of rupees, the Contractor shall, whenever required,
produce for examination by the Engineer any quotation, invoice or any such document for
verifying or ascertaining cost of execution of this contract .The decision of the Engineer on
the question of relevancy of any documents is final and binding in the parties. (For further
details ref Clause 51 A of GCC 2022

6.0.1 Withholding and Lien in Respect of Sums Claimed-52 of GCC 2022


The Railway shall be entitled to withhold any sum from the security, if any, deposited by the
Contractor, whenever any claim for payment of such a sum of money arises out under this
contract against the Contractor, (For further details ref Clause 52 &52 A of GCC 2022

7.0.0. Price Variation clause (PVC):


Railway Board letter No. 2007 CE-I/CT/18 Pt 19 dt.14.12.12
Clause 46A - Price Variation Clause

7.01.1 Clause 46A-1 Price Variation clause (PVC) shall be applicable only in tender
having advertised value above Rs.2 crores. Variation in quantities shall not be taken into
account for applicability of PVC in the contract. [[Modified vide RB 2017/Trans/01/Policy
dated 08.02.18]. The Price Variation Clause (PVC) of General Conditions of Contract
(GCC) shall not apply to such a works contract which is either on Annual Maintenance
Contract (AMC) or a Zonal Contact. [Clause inserted as per RB order No. 2013/CE-
I/CT/O/10/PVC/Pt. I dated 27.01.2015].

Applicability: Price Variation Clause (PVC) shall be applicable only in tender having
advertised value above Rs. 2 Crores. Provided further that, in a contract where PVC is
applicable, following shall be outside the purview of price adjustments (i.e. shall be excluded
from the gross value of the work for the purpose of price variation) :

a) Materials supplied by Railway to the Contractors, either free or at fixed rate;


b) Any extra item(s) included in subsequent variation falling outside the purview of the
Bill(s) of Quantities of tender, under clause 39. (1)(b) of these Standard General
Conditions, unless applicability of PVC and ‘Base Month’ has been specially agreed,
while fixing the rates of such extra item(s).
Base Month: The Base Month for ‘Price Variation Clause’ shall be taken as the one
month prior to closing of tender, unless otherwise stated elsewhere. The quarter for
applicability of PVC shall commence from the month following the Base month. The
Price Variation shall be based on the average Price Index of the quarter under
consideration.

Validity:
Page 8 of 35

Rates accepted by Railway Administration shall hold good till completion of work and no
additional individual claim shall be admissible except:

(a) Payment/recovery for increase/decrease in GST on works contract or


imposition/removal of any tax/cess on Works Contract as per Clause 37,
(b) Payment/recovery for overall market situation as per Price Variation Clause given
hereunder.

(c) Components of various items in a contract on which variation in prices be admissible,


shall be steel, cement, ferrous material, non-ferrous material, insulators, zinc and other
materials, labour, plant & machinery, fuel, explosives, detonators etc. Adjustment for
variation in prices of these items shall be determined in the manner prescribed.

(d) No price variation shall be admissible for fixed components.

(e) The percentages of various components in various type of works shall be as specified
for all item (s)/ Bill(s) of Quantities in tender document and the same shall be fixed as per
table & classifications given below:

(I). For Civil Engineering Works

3D, 4D, 5D, 6D,


S Classification

1B, 3B, 4B, 5B,

1C, 3C, 4C, 5C,

3E, 4E, 5E, 6E,


6C, 8C & 9C
6B 8B & 9B
1A, 2 & 3A

8D & 9D

8E & 9E
4A

5A

6A

8A

9A
7

Components
1 Fixed * 15 15 15 15 15 15 15 15 15 15 15
2 Labour Lc 20 25 30 20 50 20 20 0 0 10 25
3 Steel Sc 0 0 0 0 0 0 0 85 0 50 0
4 Cement Cc 0 0 15 0 0 0 0 0 85 0 0
5 Plant
Machinery PMc 30 15 5 20 15 20 30 0 0 10 30
& Spares
6 Fuel &
Fc 25 15 5 15 15 20 15 0 0 10 20
Lubricants
7 Other
Mc 10 15 30 30 5 25 20 0 0 5 10
materials
8 Detonators
& Ec 0 15 0 0 0 0 0 0 0 0 0
Explosive
Total 100 100 100 100 100 100 100 100 100 100 100
* It shall not be considered for any price variation.

The classification mentioned in the table above represents following type of item(s) in the
work(s) –
1 Earthwork in Formation
1A All Item(s) excluding 1B or/and 1C
1B Item(s) for supply of Steel
1C Item(s) for supply of Cement
Page 9 of 35

2 Ballast Supply Works


3 Tunnelling Works (Without Explosives)
3A All Item(s) excluding 3B or/and 3C or/and 3D or/and 3E
3B Item(s) for supply of Steel
3C Item(s) for supply of Cement or/and Grout
3D Item(s) for Fabrication & Erection of Structures including supply of Steel
3E Item(s) for Fabrication & Erection of Structures excluding supply of Steel.
4 Tunnelling Works (With explosives)
4A All Item(s) excluding 4B or/and 4C or/and 4D or/and 4E
4B Item(s) for supply of Steel
4C Item(s) for supply of Cement or/and Grout
4D Item(s) for Fabrication & Erection of Structures including supply of Steel
4E Item(s) for Fabrication & Erection of Structures excluding supply of Steel.
5 Building Works
5A All Item(s) excluding 5B or/and 5C or/and 5D or/and 5E
5B Item(s) for supply of Steel
5C Item(s) for supply of Cement
5D Item(s) for Fabrication & Erection of Structures including supply of Steel
5E Item(s) for Fabrication & Erection of Structures excluding supply of Steel.
6 Bridges & Protection work
6A All Item(s) excluding 6B or/and 6C or/and 6D or/and 6E
6B Item(s) for supply of Steel
6C Item(s) for supply of Cement
6D Item(s) for Fabrication, Assembly, Erection& Launching of Girders including supply of
Steel
6E Item(s) for Fabrication, Assembly, Erection &Launching of Girders excluding supply of
Steel
7 Permanent Way linking
8 Platform, Passenger Amenities
8A All Item(s) excluding 8B or/and 8C or/and 8D or/and 8E
8B Item(s) for supply of Steel item/fittings
8C Item(s) for supply of Cement Item
8D Item(s) for Fabrication & Erection of Structures including supply of Steel
8E Item(s) for Fabrication & Erection of Structures excluding supply of Steel
9 Any Other Works not covered in Classification 1 to 8
9A All Item(s) excluding 9B or/and 9C or/and 9D or/and 9E
9B Item(s) for supply of Steel
9C Item(s) for supply of Cement or/and Grout
9D Item(s) for Fabrication & Erection of Structures including supply of Steel
9E Item(s) for Fabrication & Erection of Structures excluding supply of Steel

Clause 46A.7 Formulae: The Amount of variation in prices in various components (labour,
material etc.) shall be worked out by the following formulae:
Page 10 of 35

(i) L = (W or WSF or WF or WSFL or WFL) x (LQ – LB) x LC


LB x 100

(ii) M = (W or WSF or WF or WSFL or WFL) x (MQ – MB) x MC


MB x100

(iii) F = (W or WSF or WF or WSFL or WFL) x (FQ – FB) x FC


FB x 100

(iv) E = (W) x (EQ – EB) x EC


EB x100

(v) PM = (W or WSF or WF or WSFL or WFL) x(PMQ-PMB) x PMC


PMB x 100

(vi) S = (W or WS or WSF) x (SQ-SB) x SC


SB x 100
(vii) C = (W or WC ) x (CQ – CB) x CC
CB x 100

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
PM Amount of price variation in Plant, Machinery and Spares
S Amount of price variation in Steel Supply Item
C Amount of price variation in Cement Supply Item
T Percentage variation payable on the gross value of bill of Concreting
(Bill(s) of Quantities for concrete items)
R Percentage variation payable on the gross value of bill of Ferrous Items
(Bill(s) of Quantities for ferrous items)
N Percentage variation payable on the gross value of bill of Non-Ferrous
Items (Bill(s) of Quantities for non-ferrous items)
I Percentage variation payable on the gross value of bill of Insulator (Bill(s)
of Quantities for Insulator items)
G Percentage variation payable on the gross value of bill of General Works
(Bill(s) of Quantities for General items)
Er Percentage variation payable on the gross value of erection (Bill(s) of
Quantities for Erection Item)
LC % of Labour Component in the item(s)
Page 11 of 35

MC % of Material Component in the item(s)


FC % of Fuel Component in the item(s)
EC % of Explosive Component in the item(s)
PMC % of Plant, Machinery and Spares Component in the item(s)
SC % of Steel Supply item Component in the item(s)
CC % of Cement Supply item Component in the item(s)
W Gross value of work done by Contractor as per on-account bill(s) excluding
the Gross value of work under WS or/and WC or/and WSF or/and WF or/and
WSFL or/and WFL and cost of materials supplied by Railway either free or at
fixed rate,
WS Gross value of work done by Contractor for item(s) of supply of steel.
WC Gross value of work done by Contractor for item(s) of supply of cement and
/or supply of grout material.
WSF Gross value of work done by Contractor for item(s) of Fabrication &
Erection of Structures including supply of Steel.
WF Gross value of work done by Contractor for Fabrication & Erection of
Structures excluding supply of Steel.
WSFL Gross value of work done by Contractor for item(s) of Fabrication,
Assembly, Erection / Launching of Girders including supply of Steel.
WFL Gross value of work done by Contractor for item(s) of Fabrication,
Assembly, Erection / Launching of Girders excluding supply of Steel.
LB Consumer Price Index for Industrial Workers - All India: Published in
R.B.I. Bulletin for the base period
LQ Consumer Price Index 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 Wholesale Price Index: All commodities – as published in the R.B.I.
Bulletin for the base period
MQ Wholesale Price Index: 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 The average of official prices of Diesel available on the official website of
‘Petroleum Planning and Analysis cell’ under Ministry of Petroleum and
Natural Gas for Delhi, Kolkata, Mumbai &Chennai, for the base period
FQ The average of official prices of Diesel available on the official website of
‘Petroleum Planning and Analysis cell’ under Ministry of Petroleum and
Natural Gas for Delhi, Kolkata, Mumbai &Chennai, for the 3 months of the
quarter under consideration
Page 12 of 35

EB Index number of Monthly Whole Sale Price Index for the category
‘Explosive’ of (g). Manufacture of other chemical products under (J)
MANUFACTURE OF CHEMICALS AND CHEMICAL PRODUCTS,
published by Office of Economic Adviser, Govt. of India, Ministry of
Commerce & Industry, Department of Industrial Policy & Promotion
(DIPP), for the base period.
EQ Index number of Monthly Whole Sale Price Index for the category
‘Explosive’ of (g). Manufacture of other chemical products under (J)
MANUFACTURE OF CHEMICALS AND CHEMICAL PRODUCTS,
published by Office of Economic Adviser, Govt. of India, Govt. of India,
Ministry of Commerce & Industry, Department of Industrial Policy &
Promotion (DIPP), for the average price index of 3 months of the quarter
under consideration.
PMB Index Number of Wholesale Prices in India by Groups and Sub Groups
(Averages) for ‘Manufacture of machinery for mining, quarrying and
construction’– published in RBI (Reserve Bank of India) Bulletin, for the
base period.
PMQ Index Number of Wholesale Prices in India by Groups and Sub Groups
(Averages) for ‘Manufacture of machinery for mining, quarrying and
construction’– published in RBI (Reserve Bank of India) Bulletin, for the
average price index of 3 months of the quarter under consideration.
SB The average rate provided by the Joint Plant Committee for the relevant
category of steel item as mentioned in Clause 46A.9; for the base period.
SQ The average rate provided by the Joint Plant Committee for the relevant
category of steel item as mentioned in Clause 46A.9; for the 3 months of
the quarter under consideration.
CB Index No. of Wholesale Price Index of sub-group Cement, Lime & Plaster
as published in RBI Bulletin for the base period
CQ No. of Wholesale Price Index of sub-group Cement, Lime & Plaster as
published in RBI Bulletin for the average price index of the 3 months of the
quarter under consideration
RT IEEMA price index for Steel Blooms (size 150mmx150mm) for the month
which is two months prior to date of inspection of material.
RO IEEMA price index for Steel Blooms (size 150mmx150mm)for the month
which is one month prior to date of opening of tender.
PT IEEMA price index for Copper wire rods for the month which is two
months prior to date of inspection of material.
PO IEEMA price index for Copper wire rods for the month which is one month
prior to date of opening of tender.
ZT IEEMA price index for Zinc for the month which is two months prior to
date of inspection of material
Page 13 of 35

ZO IEEMA price index for Zinc for the month which is one month prior to date
of opening of tender
IT RBI wholesale price index for the sub-group “Insulators” for the month
which is two months prior to date of inspection of material
IO RBI wholesale price index for the sub-group “Insulators” for the month
which is one month prior to date of opening of tender

(II) SIGNALING & TELECOMMUNICATION WORKS:


(a) The following expressions and meanings are assigned to the value of the work done
for signalling and telecommunication works:

SIGWK = Value of signalling works for a stage payment of the item signalling works;
INVSIG = Value of inventory for signalling works for a stage payment of the item
inventory for signalling works;
INTGTESTSIG = Value of integrated testing and commission for signalling works of
the Railway Project;
COMWK= Value of telecommunication works for a stage payment of the item
telecommunication works;
INVCOM = Value of inventory for telecommunication works for a stage payment of
the item inventory for telecommunication works; and
INTGTESTCOM = Value of integrated testing and commission for
telecommunication works of the Railway Project.
(b) Price adjustment for changes in cost of signalling works and telecommunication
works shall be paid in accordance with the following formula:
(i) VSIGWK = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo + POFC x
(OFCi – OFCo)/OFCo + PLB x (LBi – LBo)/LBo + POTH x (OTHi -
OTHo)/OTHo + S30C x (P30Ci – P30Co)/ P30Co + S24C x (P24Ci – P24Co)/
P24Co + S19C x (P19Ci – P19Co)/ P19Co + S12C x (P12Ci – P12Co)/ P120Co
+ S9C x (P9Ci – P9Co)/ P9Co + S6C x (P6Ci – P6Co)/ P6Co + S4C x (P4Ci –
P4Co)/ P4Co + S2C x (P2Ci – P2Co)/ P2Co + S12C2.5 x (P12C2.5i –
P12C2.5o)/ P12C2.5o + S2C2.5 x (P2C2.5i – P2C2.5o)/ P2C2.5o + S2C25 x
(P2C25i – P2C25o)/ P2C25o + QC x (PQCi – PQCo)/ PQCo;
(ii) VINVSIG = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo + POTH x
(OTHi - OTHo)/OTHo];
(iii) VINTGTESTSIG = 0.85 INTGTESTSIG x [PLB x (LBi – LBo)/LBo + POTH
x (OTHi- OTHo)/OTHo];
(iv) VCOMWK = 0.85 COMWK x [PELEX x (ELEXi – ELEXo)/ ELEXo +
POFC x (OFCi – OFCo)/OFCo + PLB x (LBi – LBo)/LBo + POTH x (OTHi -
OTHo)/OTHo + S30C x (P30Ci – P30Co)/ P30Co + S24C x (P24Ci – P24Co)/
P24Co + S19C x (P19Ci – P19Co)/ P19Co + S12C x (P12Ci – P12Co)/ P120Co
Page 14 of 35

+ S9C x (P9Ci – P9Co)/ P9Co + S6C x (P6Ci – P6Co)/ P6Co + S4C x (P4Ci –
P4Co)/ P4Co + S2C x (P2Ci – P2Co)/ P2Co+ S12C2.5 x (P12C2.5i –
P12C2.5o)/ P12C2.5o + S2C2.5 x (P2C2.5i – P2C2.5o)/ P2C2.5o + S2C25 x
(P2C25i – P2C25o)/ P2C25o + QC x (PQCi – PQCo)/ PQCo+ PCEQP x
(CEQPi – CEQPo)/CEQPo];
(v) VINVCOM = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo +
PCEQP x (CEQPi – CEQPo)/CEQPo + POTH x (OTHi - OTHo)/OTHo]; and
(vi) VINTGTESTCOM = 0.85 INTGTESTCOM x [PLB x (LBi – LBo)/LBo +
POTH x (OTHi - OTHo)/OTHo].
Where
VSIGWK = Increase or decrease in the cost of signalling works during the period
under consideration due to changes in the rates for relevant components as specified
in sub-paragraph (h);
VINVSIG = Increase or decrease in the cost of inventory for signalling during the
period under consideration due to changes in the rates for relevant components as
specified in sub-paragraph (h);
VINTGTESTSIG = Increase or decrease in the cost of integrated testing and
commissioning of signalling works of the Railway Project during the period under
consideration due to changes in the rates for relevant components as specified in sub-
paragraph (h);
VCOMWK = Increase or decrease in the cost of communication works during the
period under consideration due to changes in the rates for relevant components as
specified in sub-paragraph (h);
VINVCOM = Increase or decrease in the cost of inventory for telecommunications
works during the period under consideration due to changes in the rates for relevant
components as specified in sub-paragraph (h);
VINTGTESTCOM = Increase or decrease in the cost of integrated testing and
commissioning of telecommunication works of the Railway Project during the period
under consideration due to changes in the rates for relevant components as specified
in sub-paragraph (h);
PCEQP, PELEX, PIC, PLB, POFC, and POTH are the percentages of communication
equipment, electronics, PVC insulated cables, labour, optical fibre cables, and other
materials respectively;
CEQPo = The wholesale price index as published by the Ministry of Commerce and
Industry, Government of India (hereinafter called “WPI”) for communication
equipment for the month of the Base Month;
CEQPi = The WPI for communication equipment for the average price index of the 3
months of the quarter under consideration;
ELEXo = The WPI for electronics for the month of the Base Month;
ELEXi = The WPI for electronics for the average price index of the 3 months of the
quarter under consideration;
Page 15 of 35

P30Ci = Price payable per Km as adjusted in accordance with price variation Clause
for size 30C x 1.5 sq mm signalling cable
P30Co = Price per Km of cable as per purchase order/ Contract agreement.
S30C = Percentage of size 30C x 1.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P24Ci = Price payable per Km as adjusted in accordance with price variation Clause
for size 24C x 1.5 sq mm signalling cable
P24Co = Price per Km of cable as per purchase order/ Contract agreement.
S24C = Percentage of size 24C x 1.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P19Ci = Price payable per Km as adjusted in accordance with price variation Clause
for size 19C x 1.5 sq mm signalling cable
P19Co = Price per Km of cable as per purchase order/ Contract agreement.
S19C = Percentage of size 19C x 1.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P12Ci = Price payable per Km as adjusted in accordance with price variation Clause
for size 12C x 1.5 sq mm signalling cable
P12Co = Price per Km of cable as per purchase order/ Contract agreement.
S12C = Percentage of size 12C x 1.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P9Ci = Price payable per Km as adjusted in accordance with price variation Clause for
size 9C x 1.5 sq mm signalling cable
P9Co = Price per Km of cable as per purchase order/ Contract agreement.
S9C = Percentage of size 9C x 1.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P6Ci = Price payable per Km as adjusted in accordance with price variation Clause for
size 6C x 1.5 sq mm signalling cable
P6Co = Price per Km of cable as per purchase order/ Contract agreement.
S6C = Percentage of size 6C x 1.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P4Ci = Price payable per Km as adjusted in accordance with price variation Clause for
size 4C x 1.5 sq mm signalling cable
P4Co = Price per Km of cable as per purchase order/ Contract agreement.
S4C = Percentage of size 4C x 1.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P2Ci = Price payable per Km as adjusted in accordance with price variation Clause for
size 2C x 1.5 sq mm signalling cable
P2Co = Price per Km of cable as per purchase order/ Contract agreement.
Page 16 of 35

S2C = Percentage of size 2C x 1.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P12C2.5i = Price payable per Km as adjusted in accordance with price variation
Clause for size 12C x 2.5 sq mm signalling cable
P12C2.5o = Price per Km of cable as per purchase order/ Contract agreement.
S12C2.5 = Percentage of size 12C x 2.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P2C2.5i = Price payable per Km as adjusted in accordance with price variation Clause
for size 2C x 2.5 sq mm signalling cable
P2C2.5o = Price per Km of cable as per purchase order/ Contract agreement.
S2C2.5 = Percentage of size 2C x 2.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P2C25i = Price payable per Km as adjusted in accordance with price variation Clause
for size 2C x 25 sq mm signalling cable
P2C25o = Price per Km of cable as per purchase order/ Contract agreement.
S2C25 = Percentage of size 2C x 25 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
PQCi = Price payable per Km as adjusted in accordance with price variation Clause
for size 0.9mm dia, 6 Quad cable.
PQCo= Price per Km of cable as per purchase order/ Contract agreement.
QC = Percentage of size 0.9mm dia, 6 Quad cable shall govern the price.
LBo = The consumer price index for industrial workers – All India, published by
Labour Bureau, Ministry of Labour, Government of India, (hereinafter called “CPI”)
for the month of the Base Month;
LBi = The CPI for industrial workers – All India for the average price index of the 3
months of the quarter under consideration;
OFCo = The WPI for fibre cables for the month of the Base Month;
OFCi = The WPI for fibre cables for the average price index of the 3 months of the
quarter under consideration;
OTHo = The WPI for all commodities for the month of the Base Month; and
OTHi = The WPI for all commodities for the average price index of the 3 months of
the quarter under consideration.
Page 17 of 35

(c) The following percentages shall govern the price adjustment of the Contract Price for
signalling and telecommunication works:

Works Signalling Telecommunication

Integrated testing and

Integrated testing and


Signalling inventory

Telecomm inventory
Telecommunication
Signalling Works

Commissioning

Commissioning
Works
Component

Electronics (PELEX) ***% ***% _ ***% ***% _

Communication Equipment (PCEQP) _ _ _ ***% ***% _

Optical Fibre Cable (POFC) ***% _ _ ***% _ _

30C x 1.5 sq mm signalling cable(S30C) ***% _ _ ***% _ _

24C x 1.5 sq mm signalling cable (S24C) ***% _ _ ***% _ _

19Cx 1.5 sq mm signalling cable (S19C) ***% _ _ ***% _ _

12C x 1.5 sq mm signalling cable (S12C) ***% _ _ ***% _ _

9C x 1.5 sq mm signalling cable (S9C) ***% _ _ ***% _ _

6C x 1.5 sq mm signalling cable (S6C) ***% _ _ ***% _ _

4C x 1.5 sq mm signalling cable (S4C) ***% _ _ ***% _ _

2C x 1.5 sq mm signalling cable (S2C) ***% _ _ ***% _ _

12C x 2.5 sq mm signalling cable (S12C2.5) ***% _ _ ***% _ _

2C x 2.5 sq mm signalling cable (S2C2.5) ***% _ _ ***% _ _

2C x 25 sq mm signalling cable (S2C25) ***% _ _ ***% _ _

0.9 mm dia, 6Quad cable (QC) ***% _ _ ***% _ _

Labour (PLB) ***% _ ***% ***% ***% ***%


Other materials ***% ***% ***% ***% ***% ***%
Total 100% 100% 100% 100% 100% 100%
Page 18 of 35

(Note- the percentages may be finalized by tendering authority depending on


BOQ)
FORMULAE FOR SIGNALING & TELECOM CABLE
The price payable for signalling cables is variable as per Price Variation Formula
given below:
For Signalling Copper Cables:
Pi= Po+CuF (Cu-Cuo) + CCFcu(CC-CCo) + FeF (Fe-Feo)
For Telecom Copper Cables For Jelly Filled, 0.9 mm dia, 6 quad cable
Pi= Po+CuF (Cu-Cuo) + AlFcu(Al-Alo) + CCFcu (CC-Cco) + FeF (Fe-Feo)

For Aluminium Power Cables:


Pi= Po+AlF (Al-Alo) + CCFAl(CC-CCo) + FeF (Fe-Feo)
Where,
Pi= Price payable per KM as adjusted in accordance with Price variation clause.
Po= Price per KM of cable as per Purchase order.
CuF= Variation factor for Copper
Cuo= Price of copper Rod in Rs. Per MT
CCFCu= Variation factor for PVC Compound for Copper Signalling & Telecom
cable
CCo= Price of PVC Compound in Rs. Per MT
AlF= Variation factor for Aluminium
Alo= Price of EC grade LME Aluminium rods (Properzi rods) in Rs. Per MT.
CCFAl = Variation factor for PVC Compound for Aluminium power cable
FeF= Variation factor for Steel
Feo= Price of Steel for Armour (Flat strip 4 mm. x 0.8mm/ Round 1.4mm dia) in
Rs. Per MT
(Prices per MT for Cuo, CCo, Feo, Alo as applicable on the 1 st working day of
the month, one month prior to the deadline for submission of bids. The above
prices and indices are as published by IEEMA vide circular reference no.
IEEMA (PVC) /CABLE --/--/-- one month prior to the deadline for
submission of bids.)
Cu= Price of Copper Rod in Rs. Per MT.
CC= Price of PVC Compound in Rs. Per MT.
Fe= Price of Steel for Armouring (Flat strip 4mm x 0.8 mm/ Round 1.4mm dia) in
Rs. Per MT.
Al = Price of EC grade LME Aluminium rods (Properzi rods) in Rs. Per MT.
Page 19 of 35

(Prices per MT for Cu, CC, Fe, Al as prevailing on 1stworking day of the
calendar month covering the date One month prior to the date of inspection
call letter will be applicable for the calculation of updated price. The above
prices and indices are as published by IEEMA vide circular reference no.
IEEMA (PVC) /CABLE --/--/-- one month prior to the date of inspection.)
The value of variation factors for copper, steel and PVC Compound are different
for different sizes of signalling cables. Accordingly, the PVC formula for some of
the types of signalling cable is as given under:-
Underground Railway Signalling Cable unscreened and armoured copper
conductor
(i) Size 30 C x 1.5 sq.mm.
P30Ci=P30Co+0.391(Cu-Cuo) +0.557(CC-CCo) +0.425(Fe-Feo)
For armouring, price of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(ii) Size 24C x 1.5 sq.mm
P24Ci= P24Co+0.313(Cu-Cuo) + 0.481 (CC-CCo) +0.398(Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(iii) Size 19C x 1.5 sq.mm
P19Ci= P19Co+0.248(Cu-Cuo) + 0.395(CC-CCo) +0.343(Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(iv) Size 12C x 1.5 sq.mm
P12Ci=P12Co+0.157(Cu-Cuo) + 0.277(CC-CCu) +0.289(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(v) Size 9C x 1.5 sq.mm
P9Ci= P9Co+0.117(Cu-Cuo) +0.241(CC-CCu) +0.383(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(vi) Size 6Cx 1.5 sq.mm
P6Ci= P6Co+0.078(Cu-Cuo) +0.199(CC-CCu) +0.329(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(vii) Size 4Cx1.5 sq.mm
P4Ci=P4Co+0.052(Cu-Cuo) +0.152(CC-CCo) +0.277(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
Page 20 of 35

(viii) Size 2C x 4 sq.mm(multistrand)


P2Ci= P2Co+0.073(Cu-Cuo) +0.156(CC-CCo) +0.3(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(ix) Size 12C x 2.5 sq.mm
P12C2.5i= P12C2.5o+0.282 (Cu-Cuo) +0.371 (CC-CCo) +0.342 (Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(x) Size 2C x 2.5 sq.mm
P2C2.5i= P2C2.5o+0.047 (Cu-Cuo) +0.139 (CC-CCo) +0.277 (Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into
consideration.
(xi) Size 2C x 25 sq.mm PVC insulated, armoured, Aluminium power cable
P2C25i= P2C25o+0.146 (Al-Alo) +0.303 (CC-CCo) +0.306 (Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(xii) For Jelly filled, 0.9mm dia, 6 quad cable
PQCi = PQCo + 0.135 (Al-Alo) + 0.139 (Cu-Cuo) + 0.515 (CC-Cco) + 0.693
(Fe-Feo).
For PVC Compound Grade CW-22, is to be taken into consideration.

Clause :46A.8 The demands for escalation of cost shall be allowed on the basis of provisional
indices as mentioned above in Clause 46A.7 of GCC 2022. Any adjustment needed to be
done based on the finally published indices shall be made as and when they become
available.

Caluse :46A.9: (1) Relevant categories of steel for the purpose of operating Price
Variation formula as mentioned in this Clause shall be as under:
SL Classification Rates to be used for calculating SQ or SB
1. Reinforcement bars and other Average of per tonne rates of 10mm dia TMT & 25mm
rounds dia TMT; confirming IS1786; Fe 500

2. All types and sizes of angles, Average of per tonne rates of ‘Angle 75x75x6mm, Mild
channels and joists Steel Plate 10mm thickness and Channel 150x75mm;
confirming IS2062, E250 Gr “A”
3. All types and sizes of plates Average of per tonne rates of ‘MS Plates 10mm
thickness and 25mm thickness; confirming IS2062,
E250 Gr “A”
4. Any other section of steel not Average of price for the 3 categories covered under SL
covered in the above categories 1, 2 & 3 in this table.
Page 21 of 35

(2). Relevant city for referring “JPC (Joint Plant Committee)”rates of steel items (SQ /SB) in
different Zonal Railways shall be as under :

SL City Railway
1. Delhi Northern , North Central, North Eastern, North Western
2. Kolkata Eastern, East Central, East Coast, Northeast Frontier, South Eastern,
Southeast Central
3. Mumbai Central, Western, West Central
4. Chennai Southern, South Central&South Western

Price Variation during Extended Period of Contract

The price adjustment as worked out above, i.e. either increase or decrease shall be
applicable upto the stipulated date of completion of work including the extended period of
completion where such extension has been granted under Clause 17-A of the 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 Conditions 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.

8.0.0. INCOME TAX:


Income tax will be deducted at 2% (two percent) and also surcharge if any at source from
each bill, unless otherwise authorized by Income Tax Department.

9.0.0. GOODS AND SERVICE TAX[GST] as effective from 01-07-2017:

(Authority : RBd’s letter No. 2017/CE-I/CT/4/GST dated 23-06-2017)

Provisions of GST Act-2017 have become effective from 1 st July-2017. It is hereby


made it clear that the suppliers of Goods & Services are subjected to GST Act-2017 as
applicable from time to time.

Hence the tenderers are requested to take a special care in submission of tenders as
indicated below:-

9.0.1-Submission of tenders on implementation of GST ACT-2017:-

(i) Before submitting the tender, the tenderers are 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 in to account and
that the rates he/she enters in the tender forms are adequate and all inclusive to
accord with the provisions in Clause – 37 of the standard General conditions of
Contract for the completion of the works to the entire satisfaction of the Engineer.
Page 22 of 35

(ii) Tenderers shall examine the various provisions of the Central Goods and
Services Tax Act, 2017 (CGST)/ Integrated Goods and Services Tax Act, 2017
(IGST/Union Territory Goods and Services Tax,2017 (UTGST)/respective state’s State
Goods and services Tax Act, 2017, (SGST), also, as notified by Central/State Govt &
as amended from time to time and applicable taxes before bidding. Tenderers shall
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 is 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 bill under Reverse charge Mechanism (RCM) and deposit the same to the
concerned authority.

9.0.2 : PROCEDURE FOR PAYMENT OF CONTRACTUAL BILL AS PER GST ACT-


2017:-

(Authority : Rly Bd’s letter No. 2016/CE-I/CT/12/GST/Pt.1 dated 29-06-2017)

1.With GST act in force, it will be the responsibility of service providers (Contractors)
to submit the invoice/Bill dully segregating the GST component from the Gross
amount of the work executed.

2.(i)All works contracts are to be provided with goods/service code based on the type
of contract. In case contract consists of both goods& services, then interpretation
regarding nature of contract shall be done as per clause 8, Chapter III of CGST Act,
2017. The goods/service code is notified by Ministry of Finance and can be
downloaded from the website www.cbec.gov.in.

2.(ii)The ‘on account/final contract certificate’ shall be prepared by the Railway on the
basis of quantity of work executed and agreemental rates, duly segregating the GST
component as detailed in para (2.(iii)) below.

2.(iii). Since the Agreemental rates of contracts are inclusive of all taxes as per
Clause- 37 of GCC 20014,the calculation of Gross Amount work executed, amount of
work executed excluding GST amount and “GST amount” in the on account/Final
contract certificate shall be done as under :

Let
Z= Gross amount of work executed on the basis of quantum of work
executed and agreemental rates.
X=Amount of work executed excluding GST amount.
Y= GST amount as per applicable GST rate for that Goods/Service
Code.
R-percentage rate of GST for that goods/services code
Then, Z-=X+Y,Y=X*R/100.

2.(iv) Percentage rate of GST for various types of goods / services as finalised by GST
council can be down loaded from the web-siteWWW.cbec.gov.in.
Page 23 of 35

2.(v). Once the ‘On account / final contract certificate’ is prepared by Railways and
communicated to Contractors, the Contractor shall submit invoice(bill) on his letter
head duly segregated the “amount of work executed excluding GST amount” and
“(i.e., “X” & “y” as mentioned above along with the invoice no.(bill No) and all other
details required under GST Act.

2.(vi). In case Contractor is liable to be registered under GST Act, Railway shall be pay
to the contractor “Gross amount of executed”(i.e., “Z” as mentioned above) duly
deducting all other liveable 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.

2.(vii). In case Contractor is not liable to be registered under GST Act, Contractor shall
be paid “amount of work executed excluding GST amount”(i.e.,) ”x” as mentioned
above duly deducting all other leviable taxes like I/Tax, Labour Cess, Royalty etc., as
applicable. Railway shall deposit “GST amount” as well as all other taxes deducted
to concerned authority.

2.(viii). In case any need arises to modify the invoice(bill) due to any reason, the
Contractor shall submit amended fresh invoice for processing the payment.

2.(ix If rates of existing GST or cess on GST for Works Contract is increased or any new tax
/cess on Works Contract is imposed by Statute after the date of opening of tender but within
the original date of completion/date of completion extended under clause 17 & 17A and the
Contractor thereupon properly pays such taxes/cess, the Contractor shall be reimbursed the
amount so paid. Further, if rates of existing GST or cess on GST for Works Contract is
decreased or any tax/cess on Works Contract is decreased / removed by Statute after the
date of opening of tender, the reduction in tax amount shall be recovered from Contractor’s
bills/Security Deposit or any other dues of Contractor with the Government of India.

EXCISE DUTY: Not applicable on implementation of GST Act-2017.

10.0.0. Conservancy Cess Charges:


In terms of Railway Board Letter no. F(X)I/95/I/1 dated 31.05.2006, the Conservancy Cess
Charges are recoverable from the Contractor’s Bills based on the number of labourers
employed per day by the Contractor and the modified rates of recovery of conservancy cess
charges shall be applicable.

10.0.1.” The tenderer for carrying out any construction work in -------------------- (name of the
state) must get themselves registered from the Registering Officer under section –7 of the
Building and other construction Workers Act,1996 and rules made thereto by the ---------------
-----(name of the state) Govt. and submit certificate of Registration issued from the
Registering Officer of the ------------------(name of the state) Govt. (LabourDeptt.). For
enactment of this Act, the tenderer shall be required to pay cess @ 1% of cost of
construction work to be deducted from each bill. Cost of material shall be outside the
purview of cess, when supplied under a separate schedule item”.

d) Supply contractors may be exempted from the purview of recovery of cess charges, since,
their labours enter in the Railway premises only to load or unload the materials.

e) No Cess Charges are recoverable from contractors engaged in construction work on new
lines, away from open line. This will apply only until the line is opened for traffic partially or
wholly. However, if safaiwalies are engaged by Railways on construction work on new lines,
necessary recoveries will have to be made from contractors.
Page 24 of 35

f) No Conservancy Cess Charges need be recovered from the Contractors who are engaged
for removal of night soil and rubbish from railway colonies.

1. Where only “indirect Sanitary services are rendered, the Conservancy Cess Charges
should only be 20 % of the above charges. The principle of recovery of Cess Charges on
the basis of Direct/Indirect services will be applicable to categories no. III, IV, VI, VII, IX to
XVI and XIX and in all other categories ie., I, II, V & VII, XVII & XVIII the cess charges will be
recoverable at the rate of direct services only.

Direct Services: are those where the Conservancy stall undertake to clean regularly the
inside of the premises rented/licensed to the above mentioned parties.

Indirect Services: Will be those where no such direct services are provided Levy service
charges are only when services direct or indirect.

No charges are recoverable wherever no services are provided. However, facts of such
services rendered should be certified by the Chief Medical Superintendent, Medical
Superintendent/ Divisional Medical Officer, concerned.

11. SUPPLY OF RAILWAY PLANT, MACHINERY ETC.

Railway is not bound for supply of any plants, machinery etc., required for the work. The
contractor has to make his own arrangements for supply of requisite number of plants,
machinery etc.

12. Payments as specified in the schedules will alone by admissible. No site installation
charges will be payable and the tenders with such conditions are liable to be rejected.

13. Stones, ,metal, sand etc. of approved quality shall be collected from outside Railway
limits as per the nomenclature of the items of work and the contractor shall pay all seignior
age and other incidental charges may be involved.

14. Any obstructions such as service lines, water pipe lines, cables, sewerages etc. met with
during the progress of the work should immediately be reported to the Engineer in charge.

15. Temporary/permanent arrangements for maintaining continuous flow through the


sewer/water mains will have to be made by the Contractor if the existing mains are affected
during execution of foundations, duly realigning the sewer/water mains with contractors own
cost. However, for underground cables etc. encountered while excavation of the same shall
be got done through separate agencies or departmentally by the Railways.

16. The works should be carried out without any interference to the normal working of the
railway track and structures.

17. The contractor shall be responsible for any loss/damage to railway and public property or
third party’s if it occurs during the course of execution and the Rly. Reserves its right to
have the damages made good by the contractor.

18. The contractor must ensure the safety of labourers engaged by him during the course of
execution of work and/or while crossing the track and the and the railway will not be
responsible for any injury sustained by the labourers or for any fatal accident and the
contractor should bear all the expenditure involved.
Page 25 of 35

19. The rate quoted by the tenderer shall be inclusive of any of additional labour etc. for
leading the materials across running tracks and no extra rate shall be paid for the same
unless otherwise specified.

20.No extra payment will be made for lift/descent while loading / unloading and stacking of
the materials.

21. All materials shall be stacked sufficiently clear of the tracks and shall remain without any
possibility of infringing the minimum fixed structure dimensions. Materials shall also not be
unloaded or stacked over signal wires, cables or other gear or any such items to avoid
interference to the existing running tracks.

22. The contractor will also be held responsible for any accident or loss or damage or
detention to trains caused due to such lapses on the part of contractor during the course of
work as observed and decided by the Inspector in charge.

23.0. SITE INSPECTION BY THE CONTRACTOR:

The tenderer/contractor is required to inspect the sites of works and acquaint himself with
site condition and other factors relating to the works availability of labour, electricity and
water etc. before quoting his rates. The tender submission will be deemed to have been
made after such inspection.

23.0.1. If there is any variation between the description in the tender and the detailed plans,
the Engineer in charge will operate the correct description and his decision is final and
binding on the tenderer/contractor.

23.0.2. The materials that are to be supplied and used for the work by the contractor should
be as per the relevant I.S. codes and should be got approved by the Engineer in charge
before use/procurement.

23.0.3. The contractor should make his own arrangements for the reqd. vehicles, earth
moving equipments, underground drainage cleaning/silt cleaning equipments and other
tools and plants during the execution of work.

24.0.1 Commencement of Work:


The Contractor shall commence the works within 15 days after the receipt by him of an order
in writing to this effect from the Engineer and shall proceed with the same with due
expedition and without delay

24.0.2 Accepted Programme of Work:


The Contractor who has been awarded the work shall as soon as possible but not later than
30 days after the date of receipt of the acceptance letter in respect of contracts with initial
completion period of two years or less or not later than 90 days for other contracts have to
submit the detailed programme of work indicating the time schedule of various items of
works in the form of Bar Chart/PERT/CPM. He shall also submit the details of organisation
(in terms of labour and supervisors), plant and machinery that he intends to utilize (from time
to time) for execution of the work within stipulated date of completion. The programme of
work amended as necessary by discussions with the Engineer, shall be treated as the
agreed programme of the work for the purpose of this contract and the Contractor shall
endeavor to fulfill this programme of work. The progress of work will be watched accordingly
and the liquidated damages will be with reference to the overall completion date. Nothing
stated herein shall preclude the Contractor in achieving earlier completion of item or whole of
the works than indicated in the programme.
In Contracts for works of New Line/Gauge Conversion/Doubling/Railway
Electrification, finalized through Tenders having advertised value more than Rs.100crores,
Page 26 of 35

the Contractor shall submit a detailed time programme to the Engineer within 30 days after
issue of LOA. The program shall include the physical and Financial Progress vis-à-vis
program and forecast cash flow adopting Project Management Software such as
Primavera/Sure Track/MS Project etc. The program must identify the milestones,
interface requirements and program reporting elements. The Contractor shall supply, free of
cost one set of authorized software to the Engineer and the soft copy of structured program
for the project. This shall be updated every month. The Contractor shall also submit a revised
programme whenever the previous programme is inconsistent with actual progress. Each
programme shall include:

The order in which the Contractor intends to carry out the Works, including the
anticipated timing of each stage, Contractor’s Documents, procurement, manufacture of
Plant, delivery to Site, construction, erection and testing, each of these stages for work
by each Subcontractor, if any, the sequence and timing of inspections and tests
specified in the Contract, and a supporting report which includes:

a general description of the methods which the Contractor intends to adopt, and of
the major stages, in the execution of the Works, and

details showing the Contractor’s reasonable estimate for the number of each class
of Contractor’s Personnel &Equipment, required on the Site for each major stage.

Unless the Engineer, within 21 days after receiving a programme, gives notice to the
Contractor stating the extent to which it does not comply with the Contract, the Contractor
shall proceed in accordance with the programme, subject to his other obligations under the
Contract. The Engineer shall be entitled to rely upon the programme when planning their
activities.

If, at any time, the Engineer gives notice to the Contractor that a programme fails (to the
extent stated) to comply with the Contract or to be consistent with actual progress and the
Contractor’s stated intentions, the Contractor shall submit a revised programme to the
Engineer within 15 days in accordance with this Sub-Clause.

25.0 : PROCUREMENT OF CEMENT:

25.0.1.: Cement to be used on the works should be procured from the main cement plants or
from their authorized dealers. Also necessary test certificates will have to be produced by
the tenderer with regard to the quality of materials which shall confirm to specification as
indicated below:
CEMENT 43 Grade IS 8112 – 1989 grade IS 12269 – 1987
Reinforcement steel – IS 1786 – 1985

25.0.2 : Railway also reserve the right to take sample during the course of work to get the
cement and steel tested for ascertaining their conformity with specification. The cost of
testing will have to be borne by the tenderer/contractor.

25.0.3: Any temporary structure required for storage of cement and steel has to be provided
by the tenderer at his own cost. This will be removed after completion of the work. Railway
will only provide suitable land for construction of the temporary shed free of cost if feasible. A
Page 27 of 35

double lock arrangement (contractor and Railway) for the temporary store site should be
provided.

25.0.2 : Cement bags in packing should bear the following information in legible markings.
Manufacturer”s Name
Registered Trade Mark of manufacturer, if any
Type of cement.
Weight of each bag in Kgs or No. of bags/tonne.
Date of manufacture, generally marked as week of the year/year of manufacture, eg. 30/93
which means 30th week of 1993.

25.0.3 Test on cement to be conducted as per IS 4031. Some of the tests which may be
carried out are:
Compressive strength
Initial and final setting time
Consistency
Soundness

25.0.4: Empty cement bags would be the property of the contractor and shall be disposed off
by the contractor himself. In case the Railway is in need of empty cement bags, good and
usable empty cements bags are to be supplied by the contractor at the rate of Rs.2/- per bag
for empty cement gunny bags and rs.1.40 per bag for empty polythene/paper bags.

25.1.0 Consumption of cement:

25.1.1. For M,20 and M.25 mix of cement concrete, quantity of cement will be based on the
design mix for concreting under water 10% extra quantity will be allowed.

25.1.2: The contractor should submit design for the same before starting the work and obtain
the trial mix approved by Engineer-in-charge/DRM(Works), Chennai Division, Southern
Railway, before the execution of work.

25.1.3: The minimum grade of plain cement concrete shall be M.20 and that of
Reinforcement cement concrete shall be M.25. Only approved design mix shall be used for
the concrete.
The quantity of cement has to be as per Southern Railway Unified Standard Schedule of
Rates 2011 & Indian Railway Standard specification for Materials and Works 2010.(Vol. I &
II)
The cement consumption of the works which are not based on design mix, shall be as per
the “Southern Railway Unified Standard Schedule of Rates 2011” and as per the “Indian
Railway Standard specification for Materials and Works 2010(Vol.I& II) issued under the
authority of Railway Board” of Southern Railway.

THE weighment batching should be done for the design mix concreting works.

26.0.0. PROCUREMENT FOR STEEL:

26.0.1. Steel shall be procured from the main producer such as SAIL/TISCO/IISO/TINL-VSP
or authorized stock yards and has to be confirmed to IS 1786-1985.Rerolled steel will not be
accepted

26.1.0 : PAYMENT FOR STEEL:

26.1.1. Payment for steel (reinforcement) will be as per the reinforcement actually utilized in
the work. No extra amount will be paid for wastage or for cut rods if any, which would be the
Page 28 of 35

property of the contractor. The weight of the steel will be calibrated from the nominal or
actual unit weight whichever is less:

Any excess quantity of cement and steel left over after completion of the work will have to be
disposed off by the contractor and cannot be taken over by the Railway.

27.0 CONCRETING:

a. The contractor should make his own arrangements for the required binding wire for all
RCC works including the works under USSOR items though it is mentioned otherwise in
the USSOR rates.

b. All concrete I.e. plain as well as reinforced cement concrete shall be machine mixed and
vibrated unless otherwise permitted by the Engineer in charge. Curing/vibrating the concrete
and RCC works should be done by the contractor as specified in relevant I.S.codes. The
tests cubes should be cast at regular intervals and tested to assert in the strength of
concrete. The contractor should establish cube testing equipment at or near the site of work.
The cost of casting of cubes and their testing will have to be borne by the contractor. In
case the contractor desires to use a curing membrane instead of water curing, he may do
so after submitting the necessary data and after the same is approved by the Engineer in
charge. No extra payment on this account would be admissible. It should be noted that no
additional payment would be made for curing/vibrating the concrete at different heights and
the contractor should make his own arrangements for the provision of necessary
staging/scaffolding etc. and carryout curing/vibrating at all levels as directed by the Engineer
in charge.

c. Concrete for all the works shall be mixed using power driven concrete mixers.

d. If curing is not being done to satisfactory standard, the Engineer may get it done at the
contractor’s cost without any notice to him as the curing cannot wait for any such notice time
etc. The Engineer’s decision shall be final and bindings as to whether satisfactory curing is
being done or not. The cost of curing will be recovered from the ‘ON ACCOUNT BILLs’.

e. The water line and coarse aggregates shall be got chemically tested from time to time by
the contractor at his cost for assuring proper quality as per required standards. The results
in original shall be submitted to the Engineer in charge and approval obtained.

28.0.0. SERVICE ROADS: The Rly. does not under take to provide any service roads for
the movement of the contractors vehicles. The contractor can however make use of the
service roads, wherever they exist free of charge.

29. SETTING OUT WORKS:

The contractor shall be responsible for the true and proper setting out of the works for
correctness of the position, levels dimensions and alignment of all parts of work and for
provision of all necessary pegs, reference pillars, instrument, equipment and appliances and
labour in connection therewith. If at any time during the progress of the work any error shall
appear or arise in the position of levels, dimensions or alignments at any part of the works.
The contractor or being required to do so by the Engineer in charge shall at his own expense
rectify such errors to the satisfaction of the Engineer in charge and he shall carefully protect,
preserve secure all bench marks site rails, pegs, reference pillars and other things used in
setting out of the works.
Page 29 of 35

The contractor shall have sufficient number of survey instruments such as theodolites,
leveling instruments, leveling staff etc. and arrange to set out the alignment at his own cost
and also establish necessary ref. pillars as required and directed by the Engineer.

The work has to be executed at Chennai area as such the contractor should visit the site and
satisfy himself regarding working conditions at site before quoting his offer.

30. The railway will have the right to check the quality of any material required for
construction like cement, sand, concourse aggregator, bricks, timber and concrete cubes etc
for its conformity with specification. The testing charges will have to be borne by the
contractor. Sufficient cube moulds will have to be supplied by the contractor at his own cost.

31. Only weighment batching will be allowed for concreting for design mix as specified in
schedule/drawings.

32. The contractor has to submit concrete mix design and get it approved by the Engineer in
charge before execution of work. The cement consumption quantity will be paid based on
approved design mix or actual whichever is less.

33. The contractor shall be responsible for anti larval work at his cost during progress of
work as may be prescribed by the Engineer in charge on the advice of the Rly. Medical
Authority and where the use of insecticides is involved it shall be made in accordance with
the provision of the act and rules in this behalf at the cost of the contractor who shall also be
solely responsible for any acts of omissions under the provision of the aforesaid rules.

34. In terms of provisions of new Clause 26 A to the General Conditions of Contract (GCC),
the contractor shall also employ the following Qualified Engineers during execution of the
allotted work:

(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.

35.0.Further, in case the contractor fails to employ the qualified engineer, in terms of
provisions of clause 26A.2 to the General Conditions of Contract, shall be liable to pay an
amount of Rs. 40,000/- and Rs. 25,000/- for each month or part thereof for the default
period for the provisions, as contained in Para 19 (a) & (b) above respectively.

36.1.Provisions for deployment of qualified engineers (Graduate Engineer or Diploma Holder


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
the concerned Executive with the approval of officer not below the level of SAG officer, for
reasons to be recorded in writing.

37.0 Clause 26 to GCC- Provision Of Efficient And Competent Staff At Work Sites By
The Contractor :
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.

37.0.1 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
Page 30 of 35

and whenever required by the Engineer, he shall submit a correct return showing the names
of all staff and workmen employed by him.

37.0.2 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.

37.0.3 Clause 26A to GCC- Deployment Of Qualified Engineers At Work Sites By The
Contractor:
The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma
Holder Engineer, based on value of contract, as prescribed in the tender documents.

37.0.4. In case the contractor fails to employ the Engineer, as aforesaid in Para 26A.1, he
shall be liable to pay penalty at the rates, as per Railway Board’s letter no. 2012/CE-
I/CT/O/20, New Delhi, Dated 10.05.2013.

37.0.5 The decision of the Engineer in charge as to the period for which the required
technical staff is to be employed by the contractor and as to the reasonableness of the
amount to be deducted on this account shall be final and binding on the contractor.

38. A.VARIATION IN QUANTITES:

New clause 42 to Indian Railways General Conditions of Contract

The procedure detailed below shall be adopted for dealing with variations in quantities during
execution of works contracts:
(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 upto 25% of the
quantity originally contracted, except in case of foundation work (in which no
variation limit shall apply). However, the rates for the increased quantities shall be as
per sub- para (iii) below.

(ii) 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 upto the limit of 25% variation in
quantity of individual item of works.

(iii) In case an increase in quantity of an individual item by more than 25% of the agreement
quantity is considered unavoidable, then same shall be executed at following rates
a. Quantities operated in excess of 125% but upto 140% of the agreement quantity
of the concerned item, shall be paid at 98% of the rate awarded for that item in
that particular tender;
b. Quantities operated in excess of 140% but upto 150% of the agreement quantity
of the concerned item shall be paid at 96% of the rate awarded for that item in
that particular tender;
c. Variation in quantities of individual items beyond 150% will be avoided and
would be permitted only in exceptional unavoidable circumstances and shall be
paid at 96% of the rate awarded for that item in that particular tender.
d. Variation to quantities of Minor Value Item:
Page 31 of 35

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
contract value.
d.(i) Quantities operated upto and including 100% of the agreement quantity
of the concerned minor value item, shall be paid at the rate awarded for that item
in that particular tender;
d.(ii) Quantities operated in excess of 100% but upto 200% of the agreement
quantity of the concerned minor value item, shall be paid at 98% of the rate
awarded for that item in that particular tender;
d.(iii) Variation in quantities of individual minor value item beyond 200% will
be avoided and would be permitted only in exceptional unavoidable
circumstances and shall be paid at 96% of the rate awarded for that item in that
particular tender.

(iv) In case of earthwork items, the variation limit of 25% shall apply to the gross quantity of
earthwork items and variation in the quantities of individual classifications of soil shall not be
subject to this limit.
(v) As far as Standard Schedule of Rates (SSOR) items are concerned, the variation limit of
25% would apply to the value of SSOR schedule(s) as a whole and not on individual SSOR
items. However, in case of Non Standard Schedule of Rates (SSOR) items, the limit of 25%
would apply on the individual items irrespective of the manner of quoting the rate (single
percentage rate or individual item rate).

38 B (I).(Clause 39.(1) of GCC 2022) Rates for Extra Item(s) of Works:


(a) Standard Schedule of Rates (SSOR) Items: Any item of work carried out by the
Contractor on the instructions of the Engineer which is not included in the accepted Bill(s) of
Quantities but figures in the Standard Schedule of Rates (SSOR), shall be executed at the
rates set forth in the "Standard Schedule of Rates (SSOR)" modified by the tender percentage
as accepted in the contract for that chapter of Standard Schedule of Rates (SSOR). However,
the cumulative value of all such extra item(s) together (modified by the respective tender
percentage) shall not exceed 10 % of the original contract value.
For item(s) not covered in this sub clause, the rate shall be decided as agreed upon
between the Engineer and the Contractor before the execution of such items of work as per
sub clause (b).
(b) Other Items: For any item of work to be carried out by the Contractor but not included in
the accepted Bill(s) of Quantities and also not covered under sub clause (a) above, the
Contractor shall be bound to notify the Engineer at least seven days before the necessity
arises for the execution of such items of works that the accepted Bill(s) of Quantities does not
include rate or rates for such extra work involved. The rates payable for such items shall be
decided at the meeting to be held between the Engineer and Contractor, in as short a period as
possible after the need for the special item has come to the notice. In case the Contractor fails
to attend the meeting after being notified to do so or in the event of no settlement being
arrived at, the Railway shall be entitled to execute the extra works by other means and the
Contractor shall have no claim for loss or damage that may result from such procedure.
Page 32 of 35

The assessment of rates for extra item(s) shall be arrived at based on the prevailing market
rates of labour, machinery & materials and by taking guidance from the following documents
in order of priority:
i. Analysis of Rates for “Unified Standard Schedule of Rates of Indian Railways
(USSOR)”
ii. Analysis of Rates for “Delhi Schedule of Rates issued by CPWD (DSR)”
iii. Market Analysis

.38 B(ii) (Clause 39.(2) of GCC 2022)

Provided that if the Contractor commences work or incurs any expenditure in regard
thereto before the rates as determined and agreed upon as lastly here untofore-mentioned,
then and in such a case the Contractor shall only be entitled to be paid in respect of the work
carried out or expenditure incurred by him prior to the date of determination of the rates as
aforesaid according to the rates as shall be fixed by the Engineer. However, if the Contractor
is not satisfied with the decision of the Engineer in this respect, he may appeal to the Chief
Engineer within 30 days of getting the decision of the Engineer, supported by analysis of the
rates claimed. The Chief Engineer's decision after hearing both the parties in the matter
would be final and binding on the Contractor and the Railway.

39.0.1.Special attention is drawn to Clause 31 of the General conditions of contract and it is


advised for the guidance of the Tenderer/contractor that there is no possibility of any Railway
source for supply of water to their works. The tenderer/Contractor has to make necessary
arrangements or supply of potable water at his own cost for concreting, curing and for any
other use. Chemical analysis of water and other ingredients shall be done from time to time
as desired by the Engineer at the cost of the contractor.

39.0.2 Railways do not guarantee supply of electricity to any other contractor’s works. The
contractor shall make his cost, for the supply of electricity for the works. If however,
Railway’s electricity is available in the vicinity and if the contractor requests the same to be
provided due to compelling circumstances, the Railway and its sole discretion may agree to
provide the same on terms and conditions as may be agreed upon between the Railway and
the contractor at contractor’s cost.

40.0. SAFETY AT WORK SITES:


The contractor shall not starty any work without the presence of railway supervisor at site.
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 tht 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 the site
conditions.

41.0.0 DISMANTLING OPERATIONS;

DISMANTLING OPERATIONS ARE TO BE CARRIED OUT at the sole risk and liability of
the contractor. The contractor shall take due care to ensure that during dismantling released
materials, debris etc. do not fall down and cause any obstructions or damage to adjacent
building or injury to the staff or labourers.
Page 33 of 35

Released materials and other debris of dismantling should be removed and stacked at
places as directed by the Engineer-in-charge and shall be handed to the SE/Works at his
store depot and no extra lead or lift shall be paid on this account.

42.0.0. MAINTENANCE PERIOD: The maintenance period shall vary depending upon the
nature of work of the concerned tender. As per Dy. CE/GL letter No.W.496/P/O/Vol.VII
dt.10-6-2005 reg. Maintenance period s for works contracts is as follows:-

S.No. Type of work Period in months


01 Construction of new buildings,Bridges,PF s ,Shelters etc., Three
02 Repairs to Buildings & Bridges One
03 Track lying works-Manual/Machine months Two
04 Track maintenance works One
05 Major earth work Six
06 Mosoon-Repairs to formation,formation treatment,cuttings Two
& banks,ces s repairs

43.0.0. COMPLETION PERIOD:


The period of completion of the tender is published in the NIT of the concerned tender and
the same shall be applicable.

44.0.0. Mobilization advance and tools & plants advance:

The tenderer should note that Mobilization advance and Tools and plants advance will not
be admissible for this work.

45.0.0 Tenderer(s)/Contractors(s) engaging private persons as labourers /supervisors and


others in works contracts should get the antecedents of all such persons verified properly
and should ensure that only such persons, who do not have any criminal records and /or not
involved with anti-social elements and who are appropriate for carrying out works in the
Railway premises or works involving safety of passenger and goods trains, are engaged by
him/them. The Tenderer(s) / Contractors(s) should issue to all such private persons clear
photo identity cards under their authority. A list of names of such persons working in the area
should be furnished to the Railway ( the agreement executing authority ). The
Tenderer(s)/Contractors(s) are responsible for all the commissions and omissions of all such
persons engaged by them.

46.0.0 In case of accidents/natural calamities involving human lives, vehicles and equipment
of the contractors will be drafted to accident for the work(s) carried out by him at the accident
site as a non schedule item(s) for which rates have to be fixed by mutual consultation i.e.,
between the contractor and the Railway Administration.

47.0.0. Guarantee/Warranty:
“The Contractor should guarantee that the said goods/stores/articles would continue to
conform to the description and quality as aforesaid, for a period of 30 months after their
delivery or 24 months from the date of placement in service which ever shall be sooner, and
this warranty shall survive notwithstanding the fact that the goods/stores/articles may have
been inspected, accepted and payment therefore made by the purchaser”.

48.0. Vitiation Clause:


Handling Vitiation during Variation in Contract Quantities
Page 34 of 35

(Ref: PCE/MAS No.W.496/P/Tender Documents dt. 19.08.08 and Railway Board’s letter no.
No. 2017/Trans/01/Policy dated 08.02.18)
In the event of Vitiation occurring due to increase or decrease In quantities among the first
,second and third lowest valid tenderers, the vitiation shall be to the contractor’s account. 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
1 Small value contracts (Tender Value less than present contractor)10
Rs 50 lakh)
2 Other than small value contracts (Tender
Value equal to or more than Rs 50 lakh) 5

The total value of the work shall be calculated at the rate offered by those tenderers and the
amount payable shall be limited to the lowest aggregate value as worked out.
Vitiation as above shall be worked out as a whole for Agreement including all variations in
quantities.
Vitiation should always be computed with respect to the items, rates, quantities and
conditions as available at the time of Tender Opening and subsequent changes/
additions by .;;ay of new items will not be counted for computing Vitiation

49.0.0 Labour: The Contractor shall abide by the provision of the following Laws, Acts &
Rules as amended from time to time

Minimum Wages Act, 1948-(Clause 54 of GCC 2022)


Apprentices Act, 1961 (Clause 54 A of GCC 2022)
Payment of Wages Act, 1936 (Clause 55 of GCC 2022)
Provision of the contract labour (Regulation and Abolition) Act, 1970 and the Contract labour
(Regulation and Abolition) Central Rules 1971 (Clause 55 A of GCC 2022)
Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952,
Employees’ Pension Scheme, 1995; Employees Deposit Linked Insurance Scheme, 1976
(Clause 55 B of GCC 2022)
Provisions of “The Building and Other Construction Workers (Regulation of Employment and
Conditions of Service) Act, 1996” and “The Building and Other Construction Workers’
Welfare Cess Act, 1996 (Clause 55 D of GCC 2022)
Workmen's Compensation Act 1923 (Clause 57 of GCC 2022)
Provision of Mines Act (Clause 57 A of GCC 2022)
Laws & Bye-laws pertaining to the employment of local or imported labour (Clause 59(2) of
GCC 2022)
Sanitary Rules prescribed by the Railwaay (59 (4) to 60(4) of GCC 2022

49.0.1 Registration of Labour: Clause 55 C of GCC 2022: Contractor shall register his
firm/company etc. and upload requisite details of labour and their payment in the portal.
www.shramikkalyan.indianrailways.gov.in . The Registration/ updation of Portal shall be
done as under:
Page 35 of 35

(a) Contractor shall apply for onetime registration of his company/firm etc. in the
Shramikkalyan portal with requisite details subsequent to issue of Letter of
Acceptance. Engineer shall approve the contractor’s registration in the portal within
7 days of receipt of such request.
(b) Contractor once approved by any Engineer, can create password with login ID
(PAN No.) for subsequent use of portal for all LoAs issued in his favour.
(c) The contractor once registered on the portal, shall provide details of his Letter of
Acceptances (LoA) / Contract Agreements on shramikkalyan portal within 15 days
of issue of any LoA for approval of concerned engineer. Engineer shall update (if
required) and approve the details of LoA filled by contractor within 7 days of receipt
of such request.
(d) After approval of LoA by Engineer, contractor shall fill the salient details of contract
labours engaged in the contract and ensure updating of each wage payment to
them on shramikkalyan portal on monthly basis.
(e) It shall be mandatory upon the contractor to ensure correct and prompt uploading of
all salient details of engaged contractual labour & payments made thereof after
each wage period.
(ii) While processing payment of any ‘On Account bill’ or ‘Final bill’ or release of ‘Advances’
or ‘Performance Guarantee / Security deposit’, contractor shall submit a certificate to the
Engineer or Engineer’s representatives that “I have uploaded the correct details of contract
labours engaged in connection with this contract and payments made to them during the
wage period in Railway’s Shramikkalyan portal at ‘www.shramikkalyan.indianrailways.gov.in’
till ____Month, ____Year.”

49.0.2 Non-Employment of Labourers below the age of 15: (Clause 60 (1) of GCC 2022):
The Contractor shall not employ children below the age of 15 as labourers directly or through
petty Contractors or sub-contractors for the execution of work.

<><><><><>
SPECIFICATION FOR BUILDING/BRIDGE WORKS

1.0) Setting out works: The contractor shall be responsible for the true and proper setting
out of the works for correctness of the position, levels, dimensions and alignment of all parts of
work and for provision of all necessary pegs, reference pillars, instrument, equipment and
appliances and labour in connection therewith. If at any time during the progress of the work any
error shall appear or arise in the position of levels, dimensions or alignments at any part of the
works, the contractor on being required to do so by the Engineer incharge shall at his own
expense rectify such errors to the satisfaction of the Engineer incharge and he shall carefully
protect, preserve secure all bench marks site rails, pegs, reference pillars and other things used
in setting out of the works.
1.1) The contractor shall have sufficient number of survey instruments such as theodolites,
leveling instruments, leveling staff etc and arrange to set out the alignment at his own cost and
also establish necessary reference pillars as required and directed by the Engineer.
2.0) EARTH WORK: The classifications of soils in excavation shall be decided by the
Engineer incharge and his decision shall be final and binding on the contractor. Merely the use of
explosives in an excavation will not be considered as a reason for higher classification unless
blasting is clearly necessary in the opinion of the Engineer incharge.
2.1) Excavation for foundation/foundation works etc shall include any wet excavation that may
be met with and will be paid for under the respective items of USSOR 2011, for the wet
excavation or bailing out water with or without mechanical means or for any other precautions of
work which may be found necessary during the course of execution. Even if any springs of water
are met with, NO EXTRA PAYMENT will be made other than the respective items mentioned in
the USSOR 2011.
2.2) Whenever excavation for catch water is ordered, the excavated spoils should be spread,
consolidated and sectioned to the required profile to form a bund on the down hill side of the
catch water drain. Payment for excavation shall be made under the relevant items of Schedule
as the case may be and no extra payment shall be made for consolidation and sectioning to
profile for forming bund and catch water drain.
2.3) No payment will be made for any earthwork sinkage below ground level due to soil
conditions and payment will be made only based on the original ground levels recorded before
the commencement of the work and finished profile of the work. The contractor should study the
site conditions before tendering.
3.0) No separate payment will be made for site clearance or jungle clearance or shrubs
clearance, brush wood, grass or other obstructions including small trees of girth not exceeding 30
cm and the rates accepted in this contract are deemed to include all such costs except
dismantlement of structure if any which will be paid for suitably under USSOR 2011 as per the
rates accepted in the tender schedule.
4.0) Samples of all fittings and fastenings including locking arrangements of approved quality
required for doors, windows, ventilators as well as all sanitary and water supply fittings etc should
be submitted to Engineer incharge and used in the work only after his specific approval.
Approved samples should be deposited with the Engineer incharge.
5.0) The Railway will have the right to check the quality of any material required for
construction like cement, steel, sand, coarse aggregate, admixtures, bricks, timber and concrete
cubes etc for its conformity with specification. The testing charges will have to be borne by the
contractor. Sufficient cube moulds will have to be supplied by the contractor at his own cost.
6.0) CEMENT: The cement used shall be any of the following, with the prior approval of the
Engineer:
a) 43 Grade Ordinary Portland cement conforming to IS:8112;
b) 53 Grade Ordinary Portland cement conforming to IS: 12269;
c) Rapid hardening Ordinary Portland cement conforming to IS: 8041;
d) High strength Portland Cement conforming to IRS: T:40;
e) Portland slag cement conforming to IS: 455 (See Note 1 & 4 below)
f) Portland pozzolana cement conforming to IS:1489 (See Note 2 & 4 below)
g) Sulphate resistance cement conforming to IS: 12330 (See Note 3 below)

Page 1 of 5
Note 1: Portland slag cement conforming to IS: 455 may be used for pre-stressed concrete work,
provided slag content in cement is not more than 50%.
Note 2: Portland Pozzolana cement shall not be used for RCC & PSC works. Portland pozzalana
cement can be used only for foundation concrete and concrete works in bridge substructures
where reinforcement is not provided for structural strength or reinforcement provided is only
nominal for temperature stresses etc. When Portland pozzolana cement is used, supporting form
work shall not be removed till concrete attains atleast 75% of the design strength.
Note 3: The sulphate resisting cement conforming to IS: 12330 shall be used only in such
conditions where the concrete is exposed to the risk of excessive sulphate attack e.g. concrete in
contact with soil or ground water containing excessive amount of sulphate. It shall not be used
under such conditions where concrete is exposed to risk of excessive chlorides and sulphate
attack both.

Note 4: The rate of development of strength is slow in case of blended cement i.e. Portland
pozzolana cement and Portland slag cement, as compared to ordinary Portland cement. This
aspect should be taken care while planning to use blended cement. Accordingly stage of pre-
stressing period of removal of form work and period of curing etc should be suitably increased.
6.1) Cement to be used on the works should be procured from the main cement plants or from
their authorized dealers and each consignment shall be covered with manufacturer’s test
certificate.
6.2) Cement bags in packings should bear the following information in legible markings:

1) manufacturer’s name, registered trade mark of manufacturer, if any.


2) Type of cement.
3) Weight of each bag in kgs or number of bags/tonne.
4) Date of manufacture, generally marked as week of the year/year of manufacture.
th
Example: 15/03 which means 15 week of 2003.

6.3) Test on cement will be conducted as per IS 4031. Some of the tests which may be
carried out are:

1) compressive strength
2) initial & final setting time
3) consistency

6.4) Empty cement bags would be the property of the contractor and shall be disposed of by
the contractor himself. In case the Railway is in need of empty cement bags, good and usable
empty cement bags are to be supplied by the contractor at the rate of Rs. 2/- per bag for empty
cement gunny bags and Rs. 1.40 per bag for empty polythene/paper bags.
6.5) The cement shall be used within 3 months of manufacture. The decision of the Engineer
incharge as to whether the cement is fit for use in the work shall be final and binding on the
contractor. For M 20 and higher mix of cement concrete, quantity of cement will be based on the
design mix. For concreting under water 10% extra quantity shall be added and allowed towards
extra consumption.
6.6) The cement consumption of the works which are not based on design mix shall be as per
the ‘Cement Schedule’ and as per the ‘Specifications for materials and works 1969’ of
Southern Railway.
7.0) STEEL: The reinforcement shall be any of the following with the prior approval of
Engineer:

a) Grade I mild steel and medium tensile steel bars conforming to IS: 432
(Part I);
b) High strength deformed steel bars conforming to IS: 1786;
c) Thermo mechanically treated (TMT) bars satisfying requirements of IS: 1786;
d) Rolled steel made from structural steel conforming to IS: 2062 Gr A and Gr
B.

Page 2 of 5
7.1)Steel shall be procured from the main producer such as SAIL, TISCO, IISO, TINL-VSP
or authorized stock yards. Re-rolled steel will not be accepted. Each batch of steel shall
be covered with manufacturer’s test certificate.
7.2) Payment for steel (reinforcement) will be as per the reinforcement actually utilized in the
work. No extra amount will be paid for wastage or for cut rods if any, which would be the property
of the contractor. The weight of the steel will be calculated from the nominal or actual unit weight
whichever is less.
7.3) Binding wires used for binding/fixing reinforcement shall be galvanized iron wires. The
contractor should make his own arrangements for the required binding wire for all RCC works
including the works under USSOR 2011 items though it is mentioned otherwise in the USSOR
2011 rates.
7.4) In addition to test certificate produce by the tenderer/contractor, Railway may draw
samples and send for testing independently at Railway’s own laboratory or through outside
agencies, cost of which shall be borne by the contractor. The decision of the Engineer as to the
necessity of such test shall be final and binding on the contractor.
8.0) Aggregate: The aggregate shall conform to IS: 383 and shall before use be got tested
through one of the approved testing institutions and the result submitted in accordance with
Appendix A of IS 383.
8.1) Coarse aggregate shall be crushed stone, angular in shape and gravel shall not be used.
8.2) Fine aggregates shall be resulting from natural disintegration of rock which has been
deposited by streams or glacial agencies.
9.0) Water: Water to be used in making and for curing concrete shall conform to IS: 456.
9.1) The contractor shall arrange for water supply necessary for the work. Ordinarily no water
will be supplied by Railways to the Contractor either for drinking purpose or for execution of the
work and the rate quoted shall include the cost of arranging water supply.
9.2) However if surplus water is available from near by Railway source, contractor may be
allowed to draw water for his work on payment of necessary water charges as fixed by railway
administration. Necessary arrangement of drawl of water by pumping, laying of pipe line and
storage arrangement etc shall be done by contractor at his cost.
10.0) Form work: Form work shall conform to the shapes, lines and dimensions shown in the
drawings and shall be so constructed and supported as to remain sufficiently rigid and water tight
to prevent loss of mortar and water from the concrete and shall be able to carry all the loads and
forces during the casting as well as later.
10.1) For important works steel shuttering with tubular steel centering shall be used in
accordance with the manufacturer’s/designer’s instructions.
10.2) All panel joints, corners and seams should be made water tight by using approved
sealing materials. Also the steel form should be thoroughly cleaned before use.
10.3) Form faces should be treated with releasing agent to prevent concrete sticking to the
forms and thereby aid in stripping. Only approved type of releasing agent with prior permission of
the Engineer incharge shall be used. Use of black oil or grease is totally prohibited.
10.4) Ample access should be provided within the form work for proper cleaning up, placement,
consolidation and inspection of concrete.
11.0) Construction joints: The surface of the construction joints should be cleaned properly
and prepared so as to ensure adequate bond with the concrete placed below or adjacent to it and
to obtain the required water tightness. Any approved method of cleaning for removal of laitance,
bleed water and fines by using wire brush, water jetting, green cutting, sand blasting may be
used with the prior approval of the Engineer incharge.
12.0) Concrete: The concrete shall be produced and laid in the manner as given in IRS
Concrete Bridge Code 1997 (Second Revision) for General Bridge construction corrected upto
date and IS 486.
12.1) The concrete shall be of controlled quality with nominal maximum size of coarse
aggregate limited to 20 mm unless specified otherwise in the schedule.
12.2) Batching of different ingradients for production of concrete shall be done by weight only.
A modern, mechanized or automatic weigh batcher shall be used for the weighing aggregates
and cement. The weigh batch shall have accuracy of + 3%. Modern high speed mixer or any

Page 3 of 5
other mixer approved by the Engineer shall be used for mixing concrete. The concrete shall be
consolidated by means of vibration with approved type needle/form/surface vibrators.
12.3) The contractor should submit concrete mix design before starting the work and obtain the
approval by Engineer incharge/DRM(Works) Chennai Division, Southern Railway before the
execution of work. In case source of cement/type change a new unix design shall be submitted
for approval.
12.4) The minimum grade of plain cement concrete shall be M 20 and that of Reinforcement
and cement concrete shall be M25 unless specified otherwise in the tender schedule. Only
approved design mix shall be used for the concrete.
12.5) The minimum grade of concrete shall be M-40 for pre tensioned pre-stressed concrete
structure.
12.6) The minimum quantity of cement to be used for various grades of concrete shall be as
under:

M 20 350 kgs/cum ]
M 25 400 kgs/cum ] with 43 grade cement
M 30 420 kgs/cum ]

12.7) Maximum water cement ratio: The limits for maximum water cement ratio for design
mix shall be based on environmental conditions as per extant Railway Board’s
instructions. The limits for maximum water cement ratio for different environmental
conditions shall be as under:

Maximum water-cement ratio


Environment Plain concrete (PCC) Reinforced concrete (RCC) Prestressed concrete
(PSC)
Mild 0.55 0.45 0.40
Moderate 0.50 0.40 0.40
Severe 0.45 0.40 0.40
Very severe 0.45 0.38 0.35
Extreme 0.40 0.35 0.35
12.8) Samples from fresh concrete shall be drawn as required in IRS Concrete Bride Code
1997. The test cubes should be cast at regular intervals and tested to assess the
strength of concrete. The contractor should establish cube testing equipment at or near
the site of work. The cost of casting of cubes and their testing will have to be borne by
the contractor. In case the contractor desires to use a curing membrane instead of water
curing, he may do so after submitting the necessary data and after the same is approved
by the Engineer incharge.

12.9) No extra payment on this account would be admissible. It should be noted that no
additional payment would be made for curing/vibrating the concrete at different heights
and the contractor should make his own arrangements for the provision of necessary
staging/scaffolding etc and carry out curing/vibrating at all levels as directed by the
Engineer incharge.

12.9) If curing is not being done to satisfactory standard, the Engineer may get it done at the
contractor’s cost without any notice to him as the curing cannot wait for any such notice time, etc.
The Engineer’s decision shall be final and binding as to whether satisfactory curing is being done
or not. The cost of curing will be recovered from the ‘ON ACCOUNT BILLS’.

12.10) Ready Mixed Concrete (RMC): Concrete produced by completely mixing cement,
aggregates, admixtures, if any, and water at a Central Batching and Mixing plant and delivered in
fresh condition at site of construction.

Page 4 of 5
12.10.1) Ready Mixed concrete may be used, wherever required. It shall conform to the
specifications of concrete, as laid down in IRS Bridge Code, IS: 4926 (Specification for Ready
Mixed Concrete) may be referred.

12.10.2) Re-tempering with concrete: Under any circumstances, re-tempering i.e. addition of
water after initial mixing, shall not be allowed, as it may affect the strength and other properties of
concrete.

12.10.3) Time period for delivery of concrete: The concrete shall be delivered completely to
the site of work within 1 ½ Hr (when the atmospheric temperature is above 20 degree C) and
within 2 Hrs (when the atmospheric temperature is at or below 20 degree C) of adding the mixing
water to the dry mix of cement and aggregate or adding the cement to the aggregate, whichever
is earlier. In case, location of site of construction is such that this time period is concerned
inadequate, increased time period may be specified provided that properties of concrete have
been tested after lapse of the proposed delivery period at the time of finalizing mix design.

12.10.4) Transportation of ready mixed concrete: The ready mixed concrete shall be
transported in concrete transit agitators conforming to IS: 5892 (Specification for concrete transit
mixers and agitators). Agitating speed of the agitators during transit shall not be less than 2
revolution per minute nor more than 6 revolution per minute.
13.0) Any excess quantity of cement and steel left over after completion of the work will have to
be disposed of by the contractor and cannot be taken over by the Railway.

14.0) Maintenance period: The maintenance period shall vary depending upon the nature of
work of the concerned tender.

Page 5 of 5
SPECIAL CONDITIONS OF CONTRACT FOR MOVEMENT OF VEHICLES NEAR RAILWAY TRACK:
Safety precautions
1. No lorry or road vehicles shall be operated so as to affect the safety of trains. They
should be allowed to work well outside the moving dimensions. At each of the locations where
road vehicle machinery are working, an authorized responsible railway official should be
posted as incharge to ensure that the road vehicle machinery do not infringe the schedules,
moving dip engines any time and protect the track in case of emergency. To facilitate the
driver to whistle, a whistle board will have to be provided at the appropriate place.
2. At vulnerable locations where construction activity is in progress adjacent to existing
railway lines should be cordoned off with proper barricades. The most vulnerable locations
shall be barricaded with rail barricades projecting at least in above the ground. At all other
locations barricades of not less than 1.5 m height consisting of bamboo, casuarinas poles and
supported horizontally with similar bamboo, casuarinas poles should be provided.
3. All the barricades are to be painted or stuck on with road illuminous paint strip at
suitable intervals.
4. The entry to new banks which run alongside the existing track should be protected by
barriers which can be closed and opened when necessary.
5. At locations which are not vulnerable provision of barricade can be with (i) 6.6 m wide
and 0.3 m deep trenches or (ii) stones of minimum size 30 cm x 15 cm at 1 m intervals and
projecting 0.3 m above ground level and painted white. Trenches should be allowed only in
those locations where they do not lead to subsidence to railway track as may be assessed by
the SE/Pway.
6. Barriers shall also be provided in the case of doublings, particularly at the existing
formation. These barriers are to be opened only for the movement of railway contractors
authorized vehicle or other railway vehicles.
7. Railway vehicles employed by the contractor should have the certificate for its road
worthiness and each vehicle numbered and the license particulars maintained. Contractor
should ensure that the drivers permitted by them to work on such road vehicles have photo
identity cards.
8. Wherever the work requires the movement of road vehicles within a distance of 3.5 to 6
m from the center line of the nearest track, such work shall be done only in the presence of
railway employees authorized by the Engineer in charge. No part of the road vehicles will be
allowed at less than 3.5 m from track center. Cost of such railway employees shall be borne
by the Railway.
9. No movement of road vehicles within 6 m of railway track shall be permitted unless the
driver of the vehicles is assisted by a helper with a whistle who shall guide him and ensure
safety.
10. The driver of the vehicles shall always face the track. When reversing the vehicles and
whenever he cannot face the track for whatever reason, he shall invariably be assisted by the
helper with a whistle who should guide him and ensure safety.
11. All work sites shall be supervised by the contractor representative as also a
representative of the Railway organization. The contractor’s representative shall be issued
with a certificate by DEN/ADEN to the effect that they have acquired sufficient knowledge
about the safety precautions that are needed to be followed while working near the track.
Whenever work of plying of road vehicles within 6 m zone is actually in progress, look out men
should invariably be available. Look out men will have to be provided by the contractor from
out of the list of persons who are authorized to carry out these duties. Authorization will be
issued to the individuals by the Engineer In charge. One supervisor who shall be permanent
staff (Trackman) loaned to JE/SSE/W from the respective gangs and in whose beat the work is
in progress (to be spared by the respective SSE/P.way) will monitor the availability and
alertness of the lookout men. In case of non availability of look out men, the Railway
supervisor shall stop further activities of plying of road vehicles. Even if no work is executed in
the night, look out men shall patrol the beat as identified by the representative of the Chennai
Division to ensure the safety of the running trains especially from infringements.
12. Working alongside the track during night hours is normally prohibited. Such work can
be done in the night only with the written permission of the Engineer of the construction
activity. Where night work is permitted, lighting of the work site as required should be done.
13. The contractor shall be fully responsible against loss or damage arising from working of
lorries and other machinery adjacent to the running track and making the contractor safety
responsible for any loss or damage which the Railway or the Contractor or any 3rd party may
suffer.
14. The contractor shall be fully responsible for ensuring safety at all times and shall bear
the cost of all damages in cases of accidents/unusual occurrences resulting in damage to
railway property and passengers.
15. Supervisors and operators of the work executive agencies working at or near Railway
track should undergo specified training on matters to safe working along and on the track
salient features of observing moving dimensions and clearances which may be imparted to
such supervisors at Zonal/Divisional Training Schools and the cost of such training shall be
borne by the contractor, which will be Rs. 93/- per trainee per day for the year 2000 with a 10%
escalation p.a. with an expected duration of the course of about 3 days so as to ensure that
they get acquainted with safety precautions that are required to be taken while executing
works which have bearing on the safety of the running trains.
The supervisors mentioned in Para 9 above should be trained in protection rules and supplied
with minimum equipment required for protecting the track. Such staff should also be provided
with basic communication facility (a walkie talkie with communication facility to the nearest
Station Master or adjacent site) so as to communicate with the nearest station in case of
emergencies/unusual occurrences. Till it is made available, the supervisor shall use the nearest
LC gate telephone or other means of communications to relate the incident most speedily.
STATION CODE No. OF BENCHES
KOTR 8
PVM 8
TMVL 7
ANNR 8
HC 4
PAB 8
TI 8
VEU 6
SVR 5
PTLR 4
EGTR 3
Total 69
CHECK LIST FOR FDR

Thefollowing checks have been exercised beforeforwarding the FDR to the accounts office:

Valid Up Purpose of
FDR No. Issued By Name of Party Agt. No. & Date FDR
Amount () to
Date

Item no.
MAS290F22276C,
FDR AC Performance
300000 Cunara LOA No.
Pillila Suichand 22.02.2024 Guarantee
No. 140085766283/1
hank 01491760070582
Di. 22.02.2023 dated 30.01.2023

Yes
. The FDR is in the prescribed form, correctly drawn up and stamped
Yes
to the purpose for which it is
2. The amnount of FDR is sufficient
cover

submitted as per the Agt.

to the Yes
been verified sufficient
and is cover
3. The validity period has /Maintenance as per the Agt.
period/ warranty
period of the contract

Yes
Bank has issued the FDR
4. A Nationalized bank /Scheduled

bonafide Yes
to ascertain the
5. The Bank was addressed hy the registered post
ofthe FDR
Yes
FDR
Authority has accepted the
6. The contract signing
belated
been remitted towards penalty for
Three Hundred and Fifty only) has
Rs.350-(Rupees
A sum of 060222071950 Dated 01.03.2023
vide cash receipt no.
submission of PG
DENCehiral/MAS
amnnla-
OS/Tender/Central

the FDR:
before receiving
I have
checked the following and is enclosed
with the FDR

Bank has been


received by registered post specifiedtherein

1. Conformation
leter fromand its value correlates with the Agreement
the FDR
2. The Validity of

3/2

You might also like