konkan railway corporation limited€¦ · konkan railway corporation limited (a government of...

158
KONKAN RAILWAY CORPORATION LIMITED (A Government of India Undertaking) TENDER DOCUMENT (Volume I, II & III) JUNE 2012 TECHNICAL BID VOLUME I/III TENDER FOR CONSTRUCTION OF HIGHER SECONDARY SCHOOL BUILDING AND ITS ANCILLARY WORKS AT SANGALDAN ON KATRA- DHARAM SECTION OF UDHAMPUR-SRINAGAR-BARAMULLA RAIL LINK PROJECT IN THE STATE OF JAMMU & KASHMIR CORPORATE OFFICE/REGISTERED OFFICE KONKAN RAILWAY CORPORATION LTD, BELAPUR BHAVAN, SECTOR 11, CBD – BELAPUR, NAVI MUMBAI (MAHARASHTRA) 400 614 HEAD OFFICE KONKAN RAILWAY CORPORATION LTD., SATYAM COMPLEX, MARBLE MARKET, GREATER KAILASH, P.O. SAINIK COLONY JAMMU – 180 011, J&K. PROJECT OFFICE KONKAN RAILWAY CORPORATION LTD, PROJECT OFFICE USBRL PROJECT REASI JYOTIPURAM ROAD REASI – 182 311, (J&K).

Upload: hoanghuong

Post on 19-Jul-2018

242 views

Category:

Documents


0 download

TRANSCRIPT

KONKAN RAILWAY CORPORATION LIMITED (A Government of India Undertaking)

TENDER DOCUMENT

(Volume I, II & III)

JUNE 2012

TECHNICAL BID

VOLUME I/III

TENDER FOR CONSTRUCTION OF HIGHER SECONDARY SCHOOL BUILDING AND ITS ANCILLARY WORKS AT SANGALDAN ON KATRA- DHAR AM

SECTION OF UDHAMPUR-SRINAGAR-BARAMULLA RAIL LINK PR OJECT IN THE STATE OF JAMMU & KASHMIR

CORPORATE OFFICE/REGISTERED OFFICE KONKAN RAILWAY CORPORATION LTD, BELAPUR BHAVAN, SECTOR 11, CBD – BELAPUR, NAVI MUMBAI (MAHARASHTRA) 400 614

HEAD OFFICE KONKAN RAILWAY CORPORATION LTD., SATYAM COMPLEX, MARB LE MARKET, GREATER KAILASH, P.O. SAINIK COLONY JAMMU – 180 011, J&K.

PROJECT OFFICE

KONKAN RAILWAY CORPORATION LTD, PROJECT OFFICE USBRL PROJECT REASI JYOTIPURAM ROAD REASI – 182 311, (J&K).

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

INDEX

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

INDEX

Sl. No. Description Page No.

Tender Document Issue Sheet 1 - 2

Notice Inviting Tender (NIT) 3 – 4

General Information 5 - 6

Tender Form (Form of Bid) 7 - 9

Instructions to Tenderer/s 10 - 29

(A) GENERAL

1.0 Introduction 11

2.0 Description of the project 11

3.0 Scope of work 11

4.0 Brief about Bid 11

5.0 Eligibility Criteria 12

5.1 General 12

5.2 Technical Eligibility Criteria 12

5.3 Financial Eligibility Criteria 12

5.4 Bid Capacity 12-13

5.5 Eligible Tenderer/s 13

6.0 Availability of Bid Documents 13-14

7.0 One Bid per Tenderer 14

8.0 Cost of Bidding 14

9.0 Site Visit 14

(B) BIDDING DOCUMENTS

10.0 Content of Bidding Documents 14 - 15

11.0 Queries 15

12.0 Amendment of Tender Documents 15

(C) PREPARATION OF BID

13.0 Language of Bid 15

14.0 Bid Prices 15 - 16

15.0 Currencies of bid and payment 16

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

16.0 Period of validity of the tender 16

17.0 Earnest Money Deposit (EMD) 16 - 17

18.0 Forfeiture of Earnest Money 17

19.0 Return of Earnest Money 17

20.0 Identity of Tenderer 17

21.0 Joint Venture 17

(D) SUBMISSION OF BIDS

22.0 Signing of all Bid papers and Completing Bill of Quantities

18

23.0 Understanding and Care in Submission of tender 18-19

24.0 Documents to be submitted by tenderer/s 19-20

25.0 Submission of Tender 20-21

26.0 Deadline for submission of tender 21

(E) BID OPENING AND EVALUATION

27.0 Opening of the tender 21-22

28.0 Withdrawal of tender 22

29.0 Preliminary Examination of Bids 22

30.0 Clarification of the Bids 22

31.0 Negotiations 22

32.0 Disqualification 23

33.0 Canvassing 23

34.0 Right of KRCL to deal with Tenderers 23

(F) AWARD OF CONTRACT

35.0 Award of Contract 23-24

36.0 Execution of Contract Agreement 24

37.0 Form of Contract Documents 24

GENERAL CONDITIONS OF CONTRACT 25 - 26

SPECIAL CONDITIONS OF CONTRACT - PART-A 27-54

(A) DEFINITIONS

1.0 Definitions 28-30

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

(B) GENERAL OBLIGATIONS

2.0 Safety Procedures 30-31

3.0 Quality Assurance Plan (QAP) 31

4.0 Publicity 31

5.0 Official Secrets Act 1923 31

6.0 Royalties and Patent Rights 31

7.0 Dissolution of Contractor’s Firm 31 - 32

8.0 Documentation of Works and Final Submissions 32

9.0 Change in Address 32

(C) EXECUTION OF WORKS

10.0 Location, Local Geology of the work site/ terrain 32 - 33

11.0 Site Clearance at start of work 33

12.0 Occupation and Use of Land 33

13.0 Land 33

14.0 Felling of Trees 33

15.0 Working Hours 33

16.0 Survey 33

17.0 Setting out works 33

18.0 Enabling Works 34

19.0 Urgent Work 34

20.0 Duties and Powers of Engineer-in-charge’s Representative 34

21.0 Priority of Documents and Specifications 34 - 35

22.0 Programme of Construction 35

23.0 Drawings for Works 35

24.0 Delay and Extension of Contract Period 35 - 36

25.0 Maintenance/Defects Liability Period 36

(D) INSURANCE

26.0 Insurance 36

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

(E) PRICE VARIATION

27.0 Price Variation 37

27.1 Index numbers for base period 37

27.2 Price variation Bills 37

27.3 The adjustment for variation in prices 37

27.4 Price variation during Extended period of contract 37

27.5 General Price Variation (Other than Cement, Reinforcement steel and Structural steel items, which are dealt separately)

37

27.5.1 The percentage component 37-38

27.5.2 Materials supplied by Corporation & General PVC 38

27.6 Price Variation for Cement and Steel 39-40

27.7 Price Variation for New Non Schedule Items 40

(F) ADVANCES AND PAYMENTS

28.0 Stage Payment on Supply of Steel 40-41

29.0 Payment of Bills 41

30.0 Performance Guarantee 41-42

31.0 Security Deposit 42

32.0 Taxes and Duties 43

(G) VARIATION & MISCELLANEOUS

33.0 Variation in Quantities 43-44

(H) MATERIALS, TOOLS, PLANTS & MACHINERY AND POWER SUPPLY

34.0 Transport, Custody and Storage of Material 44

35.0 Material Procurement and Reconciliation Statement 44

36.0 Materials Used or issued in excess of requirement 44-45

37.0 Materials Used less than the requirement 45

38.0 Tools , Plants and Machinery 45

39.0 Deployment of Plant and Machinery 45

40.0 Workmanship and Testing 45

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

41.0 Removal of Improper Works, Materials and plant & Machinery

45-46

42.0 Sufficiency of Construction Plants and Equipments 46

43.0 Power Supply 46

44.0 Site Office for KRCL 46

(I) TELECOMMUNICATION

45 Telecommunication Facilities 46

(J) PROTECTION OF ENVIRONMENT

46 Protection of Environment 46

46.1 General 46

46.1.1 The Water (Prevention and Control of Pollution) Act, 1974

47

46.1.2 The Air (Prevention and Control of Pollution) Act, 1981

47

46.1.3 The Environment (Protection) Act, 1986 47

46.1.4 The Public Liability Insurance Act, 1991 47

46.1.5 Environmental & Forest Clearances 47

46.2 Environmental Management Plan during Construction 47-48

(K) MANPOWER

47.0 Employment of Qualified Engineers 48-49

(L) LABOUR

48.0 Contractor to indemnify Corporation 49

49.0 Claims on account of violation of labour laws 49

50.0 Employees Provident Fund 50

51.0 Employees Pension Scheme 50

52.0 Engagement of local labour, land oustees, transporter and other service facilitators

50

(M) ARBITRATION AGREEMENT

53.0 Settlement of Disputes 51

54.0 Standing Arbitral Tribunal 51-53

55.0 Settlement through Court 54

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

SPECIAL CONDITIONS OF CONTRACT - PART - B 55-94

1.0 Salient Features 56

2.0 Geological Condition 56

3.0 Scope of Work 56

4.0 Drawings 56

5.0 Organization 56-57

6.0 Codes and Specification 57-59

7.0 Setting Out of Works 59-60

8.0 Excavation for Open Foundations 60-61

9.0 Concrete Works 61

9.1 Aggregates for Concreting 61

9.2 Storage of Aggregates 61

9.3 Water 61-62

9.4 Cement 62

9.5 Steel 63

9.6 Reinforcement Placement 63-64

9.7 Manufacture, Transportation, Placement, Compaction and Curing of Concrete

64-65

9.8 Concreting Under Special Conditions 66

9.9 Construction Joints 66

9.10 Expansion Joints 66

9.11 Ready Mixed Concrete 66-67

9.12 Pumpable Concrete 67

9.13 Preliminary Site Testing 67-68

9.14 Acceptance Criteria 69

10.0 Formwork 69

10.1 General 69-70

10.2 Design & Tolerance in Construction 70

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

10.3 Material for Form Work 70

10.4 Centering / Staging 70

10.5 Shuttering 71

10.6 Camber 71

10.7 Walls 71

10.8 Removal of Form work (Stripping Time) 71-72

10.9 Surface Treatment 72

10.10 Inspection of Form Work 72

11.0 Brick Work 72-73

12.0 Random Rubble Stone Masonry 73-74

13.0 Rough cast / sand faced cement plaster 74

14.0 Wood work 74

14.1 General 74

14.2 Second Class Wood 74

14.3 Door, window and ventilator frames 74-75

14.4 Flush Door Shutters 75-76

14.5 Panelled Glazed or Panelled and Glazed shutters 76

14.6 Panelling 77

14.7 PVC Door Frame 77

14.8 PVC Door Shutters 77-78

15.0 Flooring

15.1 Terrazo (marble chips) Flooring laid in-situ 78-79

15.2 Terrazo (marble chips) skirting in-situ 79

15.3 Pressed Ceramic Tile Flooring 79-80

15.4 Pressed Ceramic Tile Flooring (Vitrified Tile flooring) 80-81

16.0 Cement Mortar 81

17.0 Finishing

17.1 Cement Plaster 81-83

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

17.2 18 MM Cement Plaster (Two Coat Work) 83

17.3 6 MM Cement Plaster on Cement Concrete and Reinforced Cement Concrete Work

83-84

18.0 White washing, distempering & painting

18.1 General 84

18.2 White Washing With Lime 84-85

18.3 White Washing with Whiting 85

18.4 Dry Distempering 85-86

18.5 Oil Emulsion (Oil Bound) Washable Distempering 86

18.6 Cement Paint 87

18.7 Primer 87

18.8 Painting 87-88

19.0 Steel work welded in built up sections 88

20.0 Water Supply and Sanitary Installations 88

21.0 Corporation's Rubbles Recovery 88

22.0 Ancillary works 88

23.0 General Electrical Works ( Internal Wiring System of Buildings)

23.1 General 89-90

23.2 Conduit Joints (M S) 90

23.3 Protection of MS conduits against condensation & rust. 90-91

23.4 Recess and Concealed Conduits 91

23.5 Erection and Earthing of Conduits 91

23.6 Outlet Boxes and Covers 91

23.7 Control Switches for lights / fans etc. 91

23.8 Wiring 91-92

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

23.9 Mains and Sub Mains 92

23.10 Load Balancing 93

23.11 Color code for Circuit & Sub Main Wiring 93

23.12 Conductor Size 93

23.13 Earthing of Non-current Carrying Part 93

23.14 Earth Conductor 93

23.15 Testing 93

23.16 Testing of Wiring 93-94

SPECIAL CONDITIONS OF CONTRACT - PART - C 95-110

1.0 Introduction 96

2.0 Scope of Work 96

3.0 General safety requirements and risks 96

4.0 Survey and Setting Out Works 96 - 97

5.0 Earthwork in cutting and filling for formation of road

5.1 General 97-98

5.2 Materials and General Requirements 98

5.3 Specifications and conditions regarding Mechanical Compaction of Earthwork

98

5.4 Construction Operations 98

5.5 Compacting ground supporting embankment/ subgrade 99

5.6 Testing of Compaction 99

5.7 Measurements & Payments 99-100

6.0 Road Work

6.1 Granular Sub Base 100-101

6.2 WBM Base 101-103

6.3 WBM Construction 103-104

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

7.0 Excavation for open foundation for Bridges/Culverts and protection works etc

105

8.0 Concrete Works & Form Works 105

9.0 Pipe Culverts 106

10.0 Side drains 106

11.0 Protection works 106-107

12.0 Quality Control 107

13.0 Codes and Specifications 107-110

14.0 Dewatering by pumping 110

15.0 Ancillary Works 110

16.0 Corporation's Rubbles Recovery 110

APPENDICES 111-143

Appendix – 1 Tenderer’s Information 112

Appendix – 2 Statement of Similar Works Executed/completed during the last 5 financial years and current financial year upto the date of opening of tender.

113

Appendix – 3 Statement of works in progress 114

Appendix – 4 Statement of works abandoned/left incomplete 115

Appendix – 5 Total Contract Amount Received 116

Appendix – 6A List of Key Personnel/Engineers available with the firm 117

Appendix – 6B List of Key Personnel / Engineers proposed to be deployed on this project

118

Appendix – 6C Format of Curriculum Vitae (CV) for Proposed Key Personnel / Engineers

119

Appendix – 6D Compliance Certificate 120

Appendix – 7A Details of Plant & Machinery already available with the firm

121

Appendix – 7B Details of Plant & Machinery proposed to be deployed for the work

122

Appendix – 8 List of Survey/Measuring Equipment proposed to be deployed for the work

123

INDEX Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

Sl. No. Description Page No.

Appendix – 9 List of Laboratory Equipment proposed to be installed/ placed for the work

124

Appendix – 10 Litigation History 125-126

Appendix – 11 Undertaking by Tenderer 127

Appendix – 12 Affidavit by Tenderer 128

Appendix – 13 The Minimum equipments prescribed for the work 129

Appendix – 14 Details to be submitted by tenderer along with technical bid as part of their method statement

130

Appendix – 15 Proforma for extension of time in terms of Liquidated damages

131

Appendix –16 Certificate of Familiarisation 132

Appendix –17 Agreement for the Work 133-135

Appendix – 18 Guarantee Bond for Performance Bank Guarantee 136-138

Appendix – 19 Affidavit (Applicable for tender document downloaded from KRCL website)

139

Appendix – 20 Self Evaluation sheet 140

Appendix – 21 Programme of Construction 141-142

Appendix – 22 Geology 143

Limited Alphabetical Index

Check List

Tender Document Issue Sheet Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 1 Signature of Tenderer

Tender Document Issue Sheet

Tender Document Issue Sheet Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 2 Signature of Tenderer

KONKAN RAILWAY CORPORATION LIMITED (A Government of India Undertaking)

Tender Document Issue Sheet

NAME OF WORK : Tender for Construction of Higher Secondary School Building and its Ancillary works at Sangaldan on the Katra – Dharam Section of the Udhampur – Srinagar – Baramulla Rail Link Project, in the State of Jammu & Kashmir.

TENDER NOTICE NO. : KR/PD/J&K/HO/Tender/School Bldg/Sangaldan/8/2012 dated 29.06.2012

DATE OF ISSUE OF TENDER DOCUMENT

:

SL. NO. OF TENDER FORM : :

ISSUED TO (NAME AND ADDRESS OF CONTRACTOR)

:

LAST DATE OF RECEIPT OF

TENDER DOCUMENT

: 23.07.2012 upto 15.00 Hrs.

SIGNATURE OF KRCL

OFFICIAL

:

Notice Inviting Tender Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 3 Signature of Tenderer

Notice Inviting Tender (NIT)

General Information Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 4 Signature of Tenderer

NOTICE INVITING TENDER (OPEN TENDER)

KONKAN RAILWAY CORPORATION LTD. (A Government of India Undertaking)

Head office of Udhampur-Srinagar-Baramulla Rail Link Project, Satyam Complex, Marble Market, Greater Kailash,

P.O. Sainik Colony, Jammu-180 011, Jammu & Kashmir. Tel :- +91-191 2100165 Fax No :- +91-191 2484859.

TENDER NOTICE NO. : KR/PD/J&K/HO/Tender/School Bldg /Sangaldan/8/2012 dated 29.06.2012 (Open Tender in Two Packet System)

Sealed tenders (Technical and Financial) are invited from experienced contractors for Construction of Higher Secondary School Building and its Ancillary works at Sangaldan on the Katra – Dharam Section of the Udhampur – Srinagar – Baramulla Rail Link Project, in the State of Jammu & Kashmir.

1. Name of work

Tender for Construction of Higher Secondary School Building and its Ancillary works at Sangaldan on the Katra – Dharam Section of the Udhampur – Srinagar – Baramulla Rail Link Project, in the State of Jammu & Kashmir.

2. Approx. cost of the work Rs. 3.59 crores

3. Cost of Tender Form i) Demand Draft of Rs. 11,250/- (Rs. Eleven Thousand Two Hundred Fifty only) drawn in favour of Dy.FA & CAO, Konkan Railway Corporation Ltd. Payable at Jammu.

ii) Rs. 500/- (Rs. Five Hundred Only) extra for sending tender document by post/courier in India.

iii) The cost of tender document (Rs. 11,250/-), downloaded from KRCL website www.konkanrailway.com, will have to be deposited along with tender document in the form of Demand Draft drawn in favour of Dy. FA & CAO, Konkan Railway Corporation Ltd. Payable at Jammu.

4. Address for purchase of Tender Form

Office of the Executive Director (Projects), Konkan Railway Corporation Ltd., Head Office USBRL Project , Satyam Complex, Marble Market, Greater Kailash,P.O. Sainik Colony, Jammu-180 011, Jammu & Kashmir Tel: +91-191 – 2100165, Tele Fax: +91-191 – 2484859

5. Earnest Money Rs. 3,30,000/-

6. Completion period of the work

18 months

7. Submission of Tender : 23.07.2012 upto 15.00 hrs

8. Opening of Tender 23.07.2012 at 15.30 hrs

9. Joint Venture (JV) Not permitted.

For further details please visit www.konkanrailway.com

(The path for the tender document: KRCL web →Tenders → Tenders → Tender Status →Live Tenders → Department → Civil Engineering, Region → J&K Region)

Date: 29.06.2012 Place : Jammu

Chief Engineer/Project- I For Konkan Railway Corporation Ltd

General Information Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 5 Signature of Tenderer

General Information

General Information Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 6 Signature of Tenderer

General Information

Tender Notice No. KR/PD/J&K/HO/Tender/School Bldg /Sangaldan/8/2012 dated 29.06.2012

Name of the work Tender for Construction of Higher Secondary School Building and its Ancillary works at Sangaldan on the Katra - Dharam Section of the Udhampur – Srinagar – Baramulla Rail Link Project, in the State of Jammu & Kashmir.

a) Approximate cost Rs. 3.59 crores.

b) Completion period 18 months (Eighteen months from the date of issue of letter of acceptance)

c) Earnest Money Rs 3,30,000 (Rupees Three lakhs and Thirty thousand Only) valid for a period not less than 150 days from date of opening of tender (Technical Bid).

d) Date and time of issue of tenders

Between 9:15 hrs. to 17:45 hrs on all working days from 29.06.2012 to 20.07.2012

e) Cost of Tender Document (Non-refundable)

i) Demand Draft of Rs. 11,250/- (Rs. Eleven Thousand Two Hundred Fifty only) drawn in favour of Dy. FA & CAO, Konkan Railway Corporation Ltd. Payable at Jammu.

ii) Rs. 500/- (Rs. Five Hundred only) extra for sending tender document by post/courier in India.

iii) The cost of tender document (Rs. 11,250/-), downloaded from KRCL website www.konkanrailway.com, will have to be deposited along with tender document in the form of Demand Draft drawn in favour of Dy. FA & CAO, Konkan Railway Corporation Ltd. Payable at Jammu.

f) Date and time of submission of Tender

Before 15.00 hrs. of 23.07.2012.

g) Date and time of opening of Tenders (Technical Bids only)

15.30 hrs. of 23.07.2012.

h) Venue for item (d), (f) & (g) above.

Office of the Executive Director (Projects), Konkan Railway Corporation Ltd., Head Office USBRL Project, Satyam Complex, Marble Market, Greater Kailash, P.O. Sainik Colony, Jammu-180 011, Jammu & Kashmir. Tel: +91-191 – 2100165, Tele Fax: +91-191 – 2484859

i) Validity of Offer 120 days from date of opening of tender (Technical Bid)

Tender Form Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 7 Signature of Tenderer

Tender Form (Form of Bid)

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 8 Signature of Tenderer

TENDER FORM (FORM OF BID)

The Chief Engineer/Project- I, Konkan Railway Corporation Ltd., Head Office USBRL Project, Satyam Complex, Marble Market, Greater Kailash,P.O. Sainik Colony, Jammu-180 011Jammu & Kashmir Tel: +91-191 – 2100165, Tele Fax: +91-191 – 2484859

I/We ______________________________________________________ [Name and address of the tenderer] have read the various terms and conditions of the tender documents attached herewith and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 120 days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our Earnest Money. I/We offer to do the works relating to Tender No. Tender No. KR/PD/J&K/HO/Tender/School Bldg /Sangaldan/8/2012 dated 29.06.2012. Name of work: Construction of Higher Secondary School Building and its Ancillary works at Sangaldan on the Katra – Dharam Section of the Udhampur – Srinagar – Baramulla Rail Link Project, in the State of Jammu & Kashmir. I/We hereby bind myself/ourselves to complete the works within the time limits specified in the conditions of tender.

I/We also hereby agree to abide by the provisions contained in the Northern Railway Engg. Deptt. Works Hand Book 1999 Part I & II so far as they are not in conflict with subject to the terms, conditions by the Corporation and to carry out the work according to specifications for materials and works laid down by the Corporation for the present Contract.

I/We undertake to abide by the policies of the Govt. of India issued from time to time as may be applicable to the work contract. I/We hereby declare that I/We shall employ on monthly salary, experienced Civil Engineering Graduates and Diploma Holders in adequate numbers for each shift of working to the entire satisfaction of Engineer-in-Charge of the Konkan Railway Corporation Limited.

A sum of Rs. 3,30,000 valid for a period of 150 days is herewith forwarded as Earnest Money Deposit in the form of __________________________. The full value of Earnest Money Deposit (EMD) shall stand forfeited without prejudice to any rights or remedies the Konkan Railway Corporation Limited may be entitled to if: I/We fail to keep the offer open for a period of 120 (One Hundred Twenty) days from the date fixed for opening the tender or resile from my/our offer or modify the terms and conditions thereof in a manner not acceptable to the Konkan Railway Corporation Limited.

OR

I/We do not execute the contract agreement documents within Thirty days after the receipt of acceptance letter/letter of intent issued by Konkan Railway Corporation Limited that such documents are ready.

OR

I/We do not commence the work within thirty days after the receipt of orders to that effect.

OR

Tender Form Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 9 Signature of Tenderer

In accordance with any other provision of clause 18 of Instructions to Tenderers. Until a formal contract agreement is prepared and executed, Letter of acceptance issued for this tender constitute binding contract between me/us subject to modifications as may be mutually agreed to between me/us and indicated in the letter of acceptance of my/our offer for this work.

SIGNATURE OF TENDERER(S)

DATE:

ADDRESS:

SEAL:

SIGNATURE OF WITNESSES

1.

2.

Instructions to Tenderer/s Higher Secondary School Building & it’s Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 10 Signature of Tenderer

Instructions To Tenderer/s

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 11 Signature of Tenderer

INSTRUCTIONS TO TENDERER/S

A. GENERAL

1.0 Introduction: Konkan Railway Corporation Ltd (KRCL) is a Central Public Sector Enterprise under the Ministry of Railways. Hereinafter, KRCL may also be referred as Corporation or Employer. KRCL has Registered Office and Corporate Office at CBD Belapur, Navi Mumbai. KRCL’s Head office for the Udhampur Srinagar Baramulla Rail Link (USBRL) project is located at Satyam Complex, Marble Market, Greater Kailash, P.O. Sainik Colony, Jammu and project office is at Reasi in State of J&K.

2.0 Description of the Project: 290 Kms of Udhampur-Srinagar-Baramulla Rail Link (USBRL) Project is being constructed by Indian Railways as National Project in the State of Jammu & Kashmir. The Railway Board, Government of India has entrusted the construction of Katra-Dharam (72.91 Km) Section of USBRL project to KRCL through Northern Railway. A Contract Agreement has been executed between KRCL and Northern Railway on 9th August 2005 whereby the design and construction of new BG Rail link from Katra (Excluding) – Laole (including) between km 30 to km 100.868 has been entrusted to KRCL and KRCL is executing this project in terms of above agreement on behalf of Northern Railway. The works are already in progress at various portions of the alignment. As a part of this project under the present tender, it is proposed to award the work of Construction of Higher Secondary School Building and its Ancillary works at Sangaldan, District Ramban on the Katra – Dharam Section of the Udhampur – Srinagar – Baramulla Rail Link Project, in the State of Jammu & Kashmir.

3.0 Scope of work:

3.1 Construction of Higher Secondary School Buildings and its Ancillary works at Sangaldan on the Katra – Dharam Section of the Udhampur – Srinagar – Baramulla Rail Link Project, in the State of Jammu & Kashmir.

3.2 Construction of road, retaining walls, compound wall with fencing & earthwork / landscaping.

The scope given is only indicative. For more details please refer clause 3.0 & 2.0 of Special Conditions of Contract Part - B, and C respectively.

4.0 Brief about Bid:

4.1 General: The Tenderer/s shall submit the bid in full compliance of the requirements stipulated in the Tender Document.

4.2 Completion Period:

The successful Tenderer is expected to complete the works by the completion date. The total time for completion of above work is 18 months. Please refer Appendix 21 for stage-wise completion periods.

4.3 The clause numbers cross referred to in the text of the clauses, unless otherwise

indicated shall mean the clauses of the same chapter.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 12 Signature of Tenderer

5.0 Eligibility Criteria

5.1 General: It shall be based upon the Tenderer meeting with all the criteria regarding technical capability and competence, financial capability and bid capacity including having adequate organizational resources and other stipulations of Tender.

5.2 Technical Eligibility Criteria

5.2.1 The Tenderer should have completed at least one similar single work (as

defined in clause 5.2.2 below) for a minimum value of 35% of advertised tender value, in the last 3 financial years immediately preceding the current financial year plus the current financial year up to the date of opening of tender.

5.2.2 Similar work: Civil Engineering works of Buildings or Building complexes. (Complex will also mean campus or colony or township)

5.2.3 The Tenderer shall submit necessary proof in the form of valid documents/

completion certificates from the respective principal clients in support of their technical capability. The client’s certificate should inter-alia indicate the date of award, scheduled date of completion, actual date of start and completion, details of work executed, progress and final value of contract as per Appendix 2 and Appendix 3.

5.2.4 Certificates from private individuals for whom such works are executed / being

executed shall not be accepted.

5.3 Financial Eligibility Criteria

5.3.1 Total contract amount received by the Tenderer in the last 3 financial years immediately preceding the current financial year plus the current financial year” i.e., upto date of opening of tender (hereinafter referred as “financial capacity”) should be atleast 150 % of advertised cost of tende r i.e Rs 5.38 cr. The advertised cost of tender is Rs. 3.59 cr.

Note : Following documents will be relied upon for working out the total contract amount received by the tenderer:

i) Attested copy of Annual Income Tax Returns filed with Income

Tax Department, ii) Attested copy of Tax deducted at Source (TDS) certificate, iii) Attested copy of Audited Balance Sheet duly certified by

Chartered Accountant, iv) Attested Certificates from Employers/Clients about contractual

payment received for the work done. 5.4 Bid Capacity

5.4.1 Tenderers shall be qualified only if their available bid capacity is more than the

advertised cost of work.

5.4.2 The list of works in hand and in progress indicating the details as per Appendix 3 should be submitted, for working out the bid capacity.

5.4.3 The available bid capacity will be calculated as under: -

Assessed available bid capacity = AxNx2-B , where

‘A’ = maximum value of works executed in any one financial year during last three financial years

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 13 Signature of Tenderer

‘N’ = Number of years prescribed for completion of the subject contract (refer clause 4.2).

‘B’ = Value of existing commitments and ongoing works to be completed in the next ‘N’ years

Note: Tenderers shall submit attested copies of audited certificates issued by the Chartered Accountants indicating ‘B’ value i.e., Value of existing commitments and ongoing works to be completed in the next ‘N’ years (Number of years prescribed for completion of the subject contract) as on 31.03.2012 (in the format of Appendix - 3).

5.5 Eligible Tenderer/s 5.5.1 The invitation for bids is open for all Tenderer/s satisfying the eligibility criteria

as defined in clause 5.2, 5.3 & 5.4 above and who are not disqualified by following sub clauses 5.5.2 to 5.5.4.

5.5.2 Tenderer/s against whom there is adjudication/declaration of having indulged into corrupt/fraudulent practices in a Government enquiry/ Court/ Tribunal / quasi Judicial proceedings etc. shall not be eligible to bid.

5.5.3 Tenderer/s who are not eligible as per Govt. of India directives/ policies/circulars/guidelines etc.

5.5.4 All Tenderer/s shall provide a statement that the Tenderer is not associated, nor

has been associated in the past, directly or indirectly, with the consultant or any other entity that has prepared the design, specifications and other documents for the contract. A firm and any of its affiliates that have been engaged by the employer to provide consulting services for the preparation of design, specifications or for supervision of the works shall not be eligible to bid.

6.0 Availability of Bid Documents

6.1 The tender documents will be issued from 9:15 hours to 17:45 hours on all working days from 29.06.2012 to 20.07.2012 on receipt of a request letter on the firm’s letter head duly authorizing and attesting the signature of the person to whom the same is to be delivered. The said request letter should be accompanied with a Demand Draft of Rs. 11,250/- (Rupees Eleven Thousand Two Hundred Fifty only) drawn in favour of Dy.FA & CAO, Konkan Railway Corporation Limited payable at Jammu towards the cost of the tender document, which shall not be refunded. An amount of Rs. 500/- (Rs. Five Hundred Only) shall be charged extra if request is made to send the tender document by post/courier in India. Konkan Railway Corporation Limited shall not be held responsible for any postal/courier delay if any in the delivery of the documents or non-receipt of the same.

6.2 Tender documents are also available on Konkan Railway web site www.konkanrailway.com and the same can be downloaded and used as tender document for submitting the offer. The cost of tender documents as indicated in clause 6.1 above will have to be deposited by the tenderer/s in the form of a Demand Draft drawn in favour of Dy. FA & CAO, Konkan Railway Corporation Ltd. payable at Jammu along with tender document. This amount should not be included in the Earnest Money. The Demand Draft should be submitted in the separate envelope duly superscribing “Demand Draft towards cost of Tender Documents” and submitted along with Technical and Financial Bid Packet in the larger envelope only (Refer clause 25.3 also). In case, tender is not accompanied with the cost of the tender documents as detailed above, tender will be summarily rejected.

6.3 Tenderer/s can download tender documents at his/their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting their offer. Master copy of the tender document will be available in the Office of the

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 14 Signature of Tenderer

Executive Director (Projects), Konkan Railway Corporation Ltd., Head Office USBRL Project, Satyam Complex, Marble Market, Greater Kailash, P.O. Sainik Colony, Jammu-180 011, Jammu & Kashmir, Tel: +91-191 - 2100165, Tele Fax: +91-191 – 2484859. In case of any discrepancy between the tender documents downloaded from internet and the master copy, later shall prevail and will be binding on the tenderers. No claim on this account will be entertained.

7.0 One bid per Tenderer

7.1 Each Tenderer shall submit only one bid for a tender.

8.0 Cost of Bidding

8.1 The Tenderer shall bear all costs associated with the preparation and submission of

the bid including site visit and the Employer will in no case be responsible or liable for these costs regardless of the conduct or the outcome of the bidding process.

9.0 Site visit

9.1 The Tenderer shall obtain all information that may be necessary for preparing the bid and entering in to the contract for construction of the works.

9.2 One day site visit for all prospective tenderers will be organised on 09.07.2012. The tenderers or their authorized representatives must report to the office of Dy.CE/KRCL/Sangaldhan at Sangaldan at 10:00 hrs on 09.07.2012 from where the team will proceed for site visit. It is in the interest of the Tenderer/s to participate in the site visit to have an overall idea of the project site. In case any Tenderer does not participate in the site visit, he is strongly advised to visit the site subsequently on his own before quoting his rates.

9.3 The visit to site shall be at the Tenderer/s own expense.

B. BIDDING DOCUMENTS

10.0 Content of Bidding Documents

10.1 The bidding documents include the following:

VOLUME – I/III (Technical Bid)

•••• Tender Document Issue Sheet •••• Notice Inviting Tender •••• General Information •••• Tender Form (Form of Bid) •••• Instructions to tenderer/s •••• General Conditions of Contract •••• Special Conditions of Contract – Part A, Part B & Part C. •••• Appendices – 1 to 22

VOLUME – II/III

Tender Drawings

VOLUME – III/III (Financial Bid)

•••• Schedule of Items, Rates and Quantities (Bill of Quantities)

10.2 Except where specifically stated otherwise in the tender documents, the work is to be carried out in accordance with General Conditions of Contract, 1999 of Northern Railway wherein the term ‘Railway” shall mean “Konkan Railway Corporation Limited” and the term “General Manager” shall mean “Managing Director”.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 15 Signature of Tenderer

10.3 Copies of the General Conditions of Contract, 1999 of Northern Railway can be

obtained from the Office of the Executive Director (Projects), Konkan Railway Corporation Ltd., Head Office USBRL Project, Satyam Complex, Marble Market, Greater Kailash, P.O. Sainik Colony, Jammu-180 011, Jammu & Kashmir, Tel: +91-191 – 2100165, Tele Fax: +91-191 – 2484859 on payment as under:

Northern Railway Works Hand Book Part I (Regulations for tenders and Contracts) & Part II (General Conditions of Contract), 1999

Rs.100/-

11.0 Queries

11.1 The Tenderer is requested to submit their queries in writing to reach the employer not later than 17.00 hrs. on 13.07.2012.

11.2 The Reply to the queries raised (without identifying the source of query) and the responses given will be uploaded on the same website on which the bidding documents are uploaded.

11.3 If required, a corrigendum to tender documents will be issued and will be uploaded on

the same website and the same shall become the integral part of the tender document.

12.0 Amendment of Tender Documents

12.1 At any time prior to the deadline for submission of bids, Employer may for any reason whether at its own initiative or in response to any request by any prospective Tenderer amend the bidding documents by issuing addendum or/and Corrigendum, which shall become an integral part of the Tender documents. The amendment shall be advised to all the known prospective Tenderer/s. The last corrigendum if any, shall be issued, 7 (seven) days before the last date of submission of the tender except for extension of submission. All tenderers especially the tenderer/s downloading the tender documents from website shall make an endeavor to recheck and track down the corrigendums if any upto 7 days prior to the last date of submission of tenders. No claim of lack of intimation or knowledge of the corrigendum will be entertained. The tenderer/s shall take due care in submission.

12.2 The following terms as and where referred to in this tender document shall mean the same.

a) Addendum slip b) Correction slip c) Amendment slip d) Addendum and Corrigendum slip

These slips are issued in consecutive serial numbers.

C. PREPARATION OF BID

13.0 Language of Bid

13.1 The bid prepared by the Tenderer and all documents related to the bid shall be written in English language.

14.0 Bid prices

14.1 The contract shall be for the complete scope of works as described in clause 3.0 and further elaborated in Special Conditions of Contract Part B, & C and based on the priced Bill of Quantities submitted by the Tenderer and as accepted by KRCL.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 16 Signature of Tenderer

14.2 All duties, taxes and other levies payable by the Contractors under the contract, or for any other cause shall be included in the rates, prices and total bid price submitted by the Tenderer.

14.3 The tenderer/s shall quote single percentage rate above/below/at par for the

Schedule A to H & Schedule ‘J’ separately in figures as well as in words on the top sheet of Financial Bid (Para C & D, Page No. 1) Volume III/III.

14.4 Along with percentage rate quoted, the tenderer should also quote either “Above” or “below” or “At par”, failing which the offer shall be summarily rejected.

14.5 Corrections, if any, shall be made by crossing out the wrong entry, rewriting and

signing with date.

14.6 The percentage rate should be quoted in figures as well as in words. If there is variation between the percentage rate quoted in figures and in words, the percentage rate quoted in 'words' shall be taken as correct.

15.0 Currencies of bid and payment

15.1 The unit rates and the prices shall be quoted by the Tenderer entirely in Indian

Rupees.

16.0 Period of validity of the tender

16.1 The validity of the offer shall be 120 days (One Hundred Twenty Days) from the date of opening (Technical Bid) of the tender.

16.2 Notwithstanding the above clause, Employer may solicit the tenderers consent to an extension of the validity period of the tender. The request and the response shall be made in writing.

17.0 Earnest Money Deposit (EMD)

17.1 The Tenderer shall be required to deposit an amount of Rs 3,30,000 (Rupees Three

Lakhs and Thirty thousand only) towards earnest money with the tender for the due performance with the stipulation to keep the offer open till such date/period as specified in the tender, under the conditions of tender.

17.2 The tenderer must furnish the Earnest Money as indicated in Notice Inviting Tender for

the work as specified. Tender received without Earnest Money in the prescribed form and value as specified in the tender document shall be summarily rejected.

17.3 The Earnest Money of the requisite amount shall be submitted in any of the following

forms (Clause 17.3.1):

17.3.1 Deposit receipts, pay orders or demand drafts executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank listed by Reserve Bank of India.

17.3.2 The earnest money of the requisite amount is required to be submitted in favour of Dy. FA & CAO, Konkan Railway Corporation Ltd., payable at Jammu.

17.3.3 EMD instruments (FDR) shall be valid for 150 (One Hundred Fifty) days from the date of opening the tender (Technical bid).

17.4 Any request for recovery of EMD for the present tender from outstanding bills shall not,

under any circumstances, be entertained. Also, Earnest Money submitted for any other tender(s) in KRCL shall not be adjusted or entertained against present tender.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 17 Signature of Tenderer

17.5 Konkan Railway Corporation Limited shall not be responsible for depreciation that may happen to the earnest money while in Corporation's possession nor will be liable to pay interest thereon. However, interest which accrues on EMD instruments such as Deposit Receipts shall not be retained by Corporation.

18.0 Forfeiture of Earnest Money:

18.1 The Earnest Money of the tenderer is liable to be forfeited if:

i) the tenderer withdraws his tender during the period of tender validity specified in

Clause 16.0 of Instruction to Tenderers or extended validity period as agreed to in writing. It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Corporation, or

ii) the tenderer has furnished misleading/wrong or fraudulent information / documents, or

iii) the successful tenderer fails to sign the Contract Agreement in accordance with

the terms of the tender, or

iv) the successful tenderer fails to furnish Performance Guarantee in accordance with the terms of the tender, or

v) the successful tenderer fails to commence the work within the time period

stipulated in the tender, or

19.0 Return of Earnest Money

19.1 The Earnest Money of the unsuccessful tenderers shall be returned as promptly as possible.

19.2 The Earnest Money of the successful tenderer will be returned after submission of

Performance Bank Guarantee of requisite amount and signing of Contract agreement.

20.0 Identity of tenderer

20.1 Tenderer/s should specifically and fully disclose in their respective tenders, their respective constitutions and submit along with tender, attested Photostat copies of documents like partnership deed, Articles and Memorandum of Association, Certificate of incorporation etc. If a tenderer is a Sole Proprietary firm, HUF, it should be specifically mentioned so. In case of partnership firm and limited company, it should be stated whether the same is registered under the Indian Partnership Act 1932 or Company Act 1956 respectively. The name and address of all the partners of the firm should be fully disclosed. Konkan Railway Corporation Limited shall always have the liberty to demand production of the original of the said documents and also to make such further and other requisitions regarding the constitution of the tenderer as may be considered necessary.

21.0 Joint Venture

21.1 The Joint Venture (JV) is not permitted for this tender.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 18 Signature of Tenderer

D. SUBMISSION OF BIDS

22.0 Signing of all Bid papers and Completing Bill of Quantities

22.1 Each page of the tender documents, drawings including addendum, corrigendum issued (if any) and all documents required for fulfilling eligibility criteria, schedule of rates/price bid are to be signed in original and dated with company seal in original by the tenderer/s or such person/s on his /their behalf who is/are holding the Power of Attorney and legally authorized to sign for him/them. (Also refer clause 24.3.28 to 24.3.30). Enclose original or attested Power of Attorney as l isted at Cl.24.3.22 .

22.2 Tenderers are advised not to make any corrections, additions or alterations in the

original tender documents. If tenderer makes any correction in his own entries, the same shall be initialed and stamped by him. If this condition is not complied with, tender is liable for rejection.

22.3 Offers shall not be qualified with any conditions. Conditional offers shall be summarily rejected without giving any reasons.

23.0 Understanding and Care in Submission of tender

23.1 Before submitting the tender, the tenderer will be deemed to have satisfied himself by his actual inspection of the site, climatic condition records from state government and/or Indian Meteorological Department and the locality of the works that all conditions liable to be encountered during execution of the works are taken into account. The tenderer should visit the sites and assess by himself the availability and rates of resources such as steel, cement, aggregates, water, electricity, fuel, land for disposal and skilled, unskilled manpower etc. The tenderer shall assess the geological/geo-technical conditions by his own field survey, alignment details and interpretation of all geological/geo-technical information available including information (if any) provided in the tender documents for guidance. A plea of the Tenderer of inability to acquaint himself as above or any reason whatsoever will not be permissible. Tenderer should ensure that the percentage rates quoted by the tenderer in the tender schedule are adequate and all inclusive for the completion of works to the entire satisfaction of the Engineer-in-charge.

23.2 The tenderer must obtain for himself on his own responsibility and his own cost all the information including risks, contingencies & all other circumstances in execution of the work which may influence or affect the tender. He shall also carefully read and understand all his obligations & liabilities given in tender documents.

23.3 The tenderer should clearly read and understand all the terms and conditions, specifications, drawings and other information, etc. mentioned in the original tender documents. If the tenderer has any observations, the same may be submitted as per clause 11.0 above. If the Tenderer does not place any issue for clarification or otherwise to employer, it would be presumed that the Tenderer has clearly read and understood contents of all the tender documents.

23.4 It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

23.5 Submission of a tender by a tenderer implies that he had read all the tender documents including amendments if any, visited the site and has made himself aware of the scope and specifications of the work to be done, local conditions and other factors having any bearing on the execution of the work.

23.6 The tenderer/s is/are advised to submit all necessary authentic data with necessary

supporting certificates for the various items of evaluation criteria in one go with the tender i.e. Technical Bid. For incomplete submission, tenderer/s shall remain responsible and the offer is liable for rejection. The Tenderer is expected to examine

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 19 Signature of Tenderer

all instructions, terms, conditions, forms, specifications and other information in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents (Refer clause 29.0) in every respect will be at the Tenderer’s risk and his bid is liable for rejection.

24.0 Documents to be submitted by tenderer/s

24.1 Tenderer/s shall note that original tender documents (all pages including drawings),

addendum, corrigendum issued (if any) should be submitted intact without detaching any pages at the time of submission of tender.

24.2 Tenderer/s has to submit all the documents required as per tender conditions at the

time of submission of Tender. Documents submitted for any other tender(s) or submitted for any other purpose and available with KRCL will not be entertained or considered against present tender.

24.3 The documents required under the tender conditions for submission along with the

tender are listed below. The tenderer/s are advised to examine the various conditions and submit their offer with following details.

24.3.1 Earnest Money Deposit.

24.3.2 Tenderer/s Information Appendix –1.

24.3.3 Statement of Similar Works (as defined in clause 5.2.2 of Instructions to

Tenderer) executed during the last 3 financial years and current financial year i.e up to date of opening of tender. Appendix–2.

24.3.4 Statement of works in progress: The list of works in hand and in progress

indicating the details as per Appendix 3 should be submitted along with the attested copies of audited certificates issued by the Chartered Accountants indicating ‘B’ Value i.e Value of existing commitments and ongoing works to be completed in the next ‘N’ years (Number of years prescribed for completion of the subject contract) as on 31.03.2012 (Appendix - 3).

24.3.5 Statement of works abandoned/left Incomplete works Appendix — 4

24.3.6 Contract amount received. Appendix - 5

24.3.7 List of Key Personnel / Engineers Available Appendix – 6 A

24.3.8 List of Key Personnel/Engineers proposed to be deployed on this project along with CVs Appendix- 6 B

24.3.9 Curriculum Vitae (CV) for Proposed Key Personnel / Engineers- Appendix -

6 C

24.3.10 Compliance Certificate - Appendix – 6 D

24.3.11 List of Plant & Machinery available Appendix - 7 A

24.3.12 List of Plant and Machinery proposed to be deployed for the work Appendix - 7 B

24.3.13 List of Survey and Measuring equipment proposed to be deployed on the

work Appendix - 8

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 20 Signature of Tenderer

24.3.14 List of Laboratory equipment proposed to be installed/placed for the work Appendix – 9

24.3.15 Litigation History Appendix - 10

24.3.16 Undertaking by Tenderer Appendix - 11

24.3.17 Affidavit by Tenderer Appendix – 12

24.3.18 Minimum equipments prescribed for the work Appendix –13

24.3.19 Method Statement Appendix – 14

24.3.20 Proforma for extension of completion date Appendix -15

24.3.21 Certificate of Familiarization duly filling the blank spaces Appendix – 16

24.3.22 Original Notarized power of attorney or attested copy of th e same for

signing the tender documents.

24.3.23 Attested copies of certificates issued by principal clients for completed works.

24.3.24 Tender document duly signed & stamped in all pages (Volume I, II & III)

24.3.25 BOQ duly filled in all respects (Volume III)

24.3.26 Affidavit in case of downloading the tender from website - Appendix - 19

24.3.27 Self Evaluation Sheet – Appendix – 20

24.3.28 In case of sole proprietorship, an affidavit of sole proprietorship and if the tender is signed by any other person, Power of attorney by the sole proprietor in favour of Signatory shall be submitted along with tender.

24.3.29 In case of Partnership, if tender is not signed by all the partners, Power of

Attorney in favour of the signatory authorizing him to sign the documents shall be submitted along with tender. The person signing the documents should also have a specific authority to refer disputes with the partnership firm to arbitration.

24.3.30 In case of a Company, copy of the Board Resolution authorizing the

signatory to sign on behalf of the Company shall be submitted along with tender.

24.3.31 Cost of tender document in the form of Demand Draft as per clause 6.0 of Instructions to Tenderers, if tender is downloaded from Konkan Railway web site.

Note: The relevant documents shall be submitted in the form of Two Packets in accordance with Notice Inviting tender and Instructions to tenderer/s.

25.0 Submission of Tender

25.1 The tender documents shall be submitted in two separate wax sealed packets viz.

•••• Packet-I containing Technical Bid (Volume-I & Volume-II of tender document along with submissions of tender). Detailed credentials as per the requirement of eligibility criteria and all tender papers including detailed method statements except Bill of Quantities are to be submitted in “Technical Bid”.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 21 Signature of Tenderer

•••• Packet-II containing Financial Bid (Volume-III). Bill of Quantities with single percentage rate for Schedule A to H & Schedule J separately duly filled in shall be submitted in “Financial Bid”.

25.2 Technical bid shall be sealed in separate packet as above and superscribed as

“Technical Bid-Packet-I”. Similarly financial bid shall also be sealed in separate packet as above and superscribed as “Financial Bid - Packet-II”.

25.3 Completed tender documents sealed in two packets viz. “Technical Bid — Packet-I”

and “Financial Bid-Packet-II’ as described in para 25.1 & 25.2 above shall be sealed in a larger envelope superscribing the name of the work as stated above.

In addition a sealed envelope (superscribing “Earnest Money for the work” ) containing the Earnest Money in the form as prescribed in the tender documents and another sealed envelope (superscribing “Cost of Tender document” ) in case tender document down loaded from website shall also be submitted along with packet I & II in this sealed larger envelope.

25.4 The completed tender documents as stated above shall be deposited in the tender box

at KRCL’s office at the address given in Notice Inviting Tender (NIT) Sr No. 4 before 15:00 hours on 23.07.2012. In case it is not possible to put the tender offer in the tender box, the same can be submitted to Tender section at the address given in Notice Inviting Tender (NIT) Sr No. 4 of these documents, before 15:00 Hrs. on 23.07.2012.

25.5 Tenders duly sealed in the prescribed manner as mentioned above can also be sent

through Registered Post / Speed Post / Courier so as to reach in this office not later than the time and date of depositing of tenders. Any tender offer received later than the time and date of depositing of tenders shall not be accepted.

26.0 Deadline for submission of tender

26.1 The tender duly filled must be received by Employer at the address specified not later

than the date and time mentioned in the Notice Inviting Tender. Late and delayed tenders shall not be accepted and will be summarily rejected.

26.2 Employer may at its discretion extend the deadline for submission of the bids at any

time before the time of submission of the bids lapses.

E. BID OPENING AND EVALUATION

27.0 Opening of the tender

27.1 Tenders shall be opened (Technical bid only) at 15:30 hours on 23.07.2012 in the presence of the tenderer/s or their authorized representatives intending to attend the opening.

27.2 The Financial (price) bids of tenderer/s whose technical bids are qualified shall only be

opened. The time and date of opening of financial bids shall be intimated to all the qualified tenderer/s in the technical bid. The Financial Bid shall be opened in the presence of the tenderer/s or their authorized representatives intending to attend the opening.

27.3 In case the date of tender opening happens to be a holiday, the tender will be opened

on next working day at the same time and place.

27.4 Tenderers or their authorized representatives who are present shall sign in register in evidence of their attendance.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 22 Signature of Tenderer

27.5 Tenderer’s name, presence or absence of requisite Earnest Money, total cost of work

quoted or any other details as Employer may consider appropriate will be announced and recorded at the time of bid opening.

28.0 Withdrawal of tender

28.1 No tender can be withdrawn after submission and during tender validity period. Please

note the provisions of clause 18.0 above.

29.0 Preliminary Examination of Bids

29.1 Prior to the detailed evaluation, Employer shall determine whether each bid is of acceptable quality, is generally complete and is substantially responsive to the bidding documents. For purposes of this determination, a substantially responsive bid is one that conforms to all the terms, conditions and specifications of the bidding documents without material deviations, objections, conditionality or reservation. A material deviation, objections, conditionality or reservation is one;

29.1.1 That affects in any substantial way the scope, quality or performance of the

contract.

29.1.2 That limits in any substantial way, inconsistent with the bidding documents, the Employers’ rights or the successful Tenderer’s obligations under the contracts; or

29.1.3 Whose rectification would unfairly affect the competitive position of other

Tenderer/s who are presenting substantially responsive bids.

30.0 Clarification of the Bids

30.1 To assist the examination, evaluation and comparison of the tenders, Employer may at his discretion ask the tenderers for any clarifications as considered essential. All such correspondence shall be in writing and no change in price or substance of the tender shall be sought or permitted. The above clarification for submission of the details shall form part of the tender and shall be binding on tenderer.

31.0 Negotiations

31.1 KRCL reserves the right to negotiate the offer submitted by the tenderer to bring down the rates to a reasonable level. The tenderer called for negotiations shall be required to furnish the following form of declaration before commencement of negotiation:

“I ______________________________________________do declare that in the event of failure of contemplated negotiations relating to Tender No. ____________________________________________ dated _____________ my original tender shall remain open for acceptance on its original terms and conditions”

31.2 The tenderer must note that during negotiations, percentage (%) rate can only be reduced and not increased by the tenderer. In case the tenderer introduces any new condition or increases percentage (%) rate, his negotiated offer is liable for rejection and the original offer shall remain valid and binding on him.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 23 Signature of Tenderer

32.0 Disqualification

32.1 Tenderer/s may note that even if they meet the eligibility criteria as given above they are liable for disqualification, if the Tenderer have:

32.1.1 given misleading or false information in the forms, statements and attachments submitted; or

32.1.2 records of poor performance during the last 5 years ending 31.03.2012 and

upto the date of application, such as abandoning the work/s, rescinding of contract for which the reasons are attributable to non-performance of the contractor and inordinate delays in completion of completed/ongoing works; or

32.1.3 Consistent History of litigation of the tenderer or

32.1.4 financial failure due to bankruptcy etc.

32.2 If the tenderer, as individual or as a partner of partnership firm, expires after the submission of his tender but before award of work, the KRCL shall deem such tender as invalid.

32.3 If it is found at any time after finalization of tender, that any tenderer/s had furnished

misleading/wrong or fraudulent information/documents, such case will attract criminal proceedings and work will be terminated. Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. Balance work will be carried out independently.

33.0 Canvassing

33.1 No tenderer is permitted to canvass to Employer on any matter relating to this tender

or create illegal circumstances for the acceptance of this tender. The bid of any tenderer doing so, is liable for rejection at any stage. KRCL reserves the right to forfeit their EMD as clause 18.0.

34.0 Right of KRCL to deal with tenderers

34.1 The authority for acceptance of the tenders shall rest with the Corporation. KRCL

reserves the right to postpone the tender submission/opening date and to accept/reject any or all tenders without assigning any reasons thereof without any compensation to the tenderer/s or cancel the entire tender process without assigning any reasons and without compensation to the Tenderers. KRCL’s assessment of suitability as per eligibility criteria shall be final and binding. It shall not be obligatory on the Corporation to accept the lowest tender or any other tender / tenders. The Corporation reserves the right to discharge the tender/s in full or in part without assigning any reason for the same. The tenderers shall have no claim for damages / compensation in the event of such non-acceptance as the case may be. Corporation also reserves the right to accept the tender in whole or in part or to divide the tender amongst more than one tenderer if deemed necessary.

F. AWARD OF CONTRACT

35.0 Award of Contract

35.1 Employer/Engineer shall notify the successful tenderer in writing by a Registered Letter/Courier/Speed Post or per bearer that his tender has been accepted.

35.2 Employer shall send two copies of Letter of Acceptance (LOA) out of which one shall

be returned by the Contractor to the employer with clear endorsement of “Unconditionally Accepted” with Authorized Signatory of Contractor on each page of LOA with Company/firm’s stamp/seal.

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 24 Signature of Tenderer

35.3 Letter of Acceptance after it is signed by the Contractor in token of his acceptance shall constitute a legal and binding contract between Employer/Engineer and the contractor till such time the contract agreement is signed.

36.0 Execution of Contract Agreement

36.1 After award of work, an agreement will be drawn up. The agreement shall be prepared based on the master copy available in the office of Executive Director/Projects and not based on the tender documents submitted by the tenderer. The Parties shall enter into Contract Agreement within 30 (Thirty) days after the contractor receives the Letter of Acceptance, unless they agree otherwise. The stamp duty of Contract Agreement shall be borne by KRCL. The proforma of the agreement is enclosed at Appendix - 17.

36.2 Necessary copies of the contract documents shall be signed by the competent authority of KRCL and authorized representative of contractor and one copy given to the contractor.

37.0 Form of Contract Documents

37.1 Contract shall be complete in respect of the documents it shall constitute.

37.2 These instructions to the tenderer/s shall be deemed to form a part of the tender documents.

************

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 25 Signature of Tenderer

GENERAL CONDITIONS

OF CONTRACT

Instructions to Tenderer/s Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 26 Signature of Tenderer

GENERAL CONDITIONS OF CONTRACT

The Contract will be governed by the General Conditions of Contract 1999 of the Northern Railway with latest correction slips.

The General Conditions of Contract 1999 of Northern Railway, along with latest correction slips, will form part of the tender/contract documents even though they are not attached to the same.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 27 Signature of Tenderer

SPECIAL CONDITIONS OF CONTRACT – PART - A

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 28 Signature of Tenderer

(A) DEFINITIONS

1.0 Definitions

1.1 KRCL / Corporation : Konkan Railway Corporation Limited

1.2 MD: Managing Director of Konkan Railway Corporation Ltd.

1.3 D (W&W) : Director (Way & Works) of Konkan Railway Corporation Ltd.

1.4 Employer means the KONKAN RAILWAY CORPORATION LIMITED, A Govt. of India Undertaking (KRCL in abbreviation) acting through its Managing Director or any other authorized officer and shall include their legal successors in title and permitted assignees.

1.5 Executive Director (Projects): shall mean the overall in charge of J&K Project Division of Konkan Railway Corporation Ltd. at Head office, Jammu.

1.6 Chief Engineer: shall mean the Officer in charge of the Engineering Department of the Konkan Railway in the Project Division of Corporate Office or in Jammu & Kashmir field office and shall include the Executive Director (Projects), Chief Electrical Engineer.

1.7 Engineer/Engineer-in-charge: shall mean the Executive Engineer or Divisional/District Engineer in executive charge of the works and shall also include the superior Officers of the Engineering Departments of the Corporation, i.e. the Deputy Chief Engineer/Chief Engineer/Deputy Chief Electrical Engineer/ Chief Electrical Engineer, Dy.General Manager responsible for supervising the work of Contractor, administering the Contract, certifying the payments due to the Contractor, issuing and evaluating Variations to the Contract, awarding extensions of time and evaluation of Compensation.

1.8 Engineer's Representative: shall mean the Assistant Engineer / Senior Engineer in direct charge of the works and shall include Inspector of the Civil Engineering, Electrical or Signal & Telecommunication Department of the Corporation.

1.9 Competent Authority: An officer/official of Employer’s organization vested with requisite administrative authority or designated by the Corporation as the Competent Authority.

1.10 Tender or Bid means the offer (Technical and/or Financial) made by individual, firm, Company, corporation, for the execution of the works in response to the Corporation’s Invitation to Tender.

1.11 Tenderer : means, the person/the firm or company, entity whether incorporated or not who in response to the Invitation of Tender issued by the KRCL, submits or tenders an offer in the prescribed form, to execute the works and sign contract with KRCL and shall include their personal representatives, and permitted assignees.

1.12 Contractor: shall mean the person or firm or company who enters into contract with the Corporation as a consequence of acceptance of his bid by the Corporation and shall include their executors, administrators, and assigns expressly permitted under the terms of the contract.

1.13 Contract shall mean and include the Agreement or Letter of acceptance, the accepted Schedule of Items, Rates and Quantities, the General Conditions of Contract of Northern Railway, the Special Conditions of Contract, the drawings, the specifications, the special specifications if any, tender forms, instructions to tenderers, Notice Inviting Tender, Addendum(s), Corrigendum(s) and other tender documents.

1.14 Drawing(s) shall mean the maps, drawings, plans and tracings or prints thereof annexed to the tender/contract (including drawings prepared by contractor & consultant) and shall include any modifications of such drawings and any further drawings as may be issued by the Engineer-in-charge from time to time.

1.15 Construction Plant: It shall mean all appliances or equipments of whatsoever nature required for the execution, completion or maintenance of the work or temporary work (as hereinafter defined) but does not include materials or other things intended to form or forming part of the permanent work and does not require RTO registration.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 29 Signature of Tenderer

1.16 Construction Machinery: It shall mean all appliances or equipments of whatsoever nature required for the execution, completion or maintenance of the work or temporary work (as hereinafter defined) but does not include materials or other things intended to form or forming part of the permanent work which requires RTO registration.

1.17 Contractor’s vehicles: The vehicles for carriage of manpower/labour, staff etc. owned/engaged by Contractor, in connection with the work.

1.18 Site shall mean the land and/or structures or places on, under, in or through which the works are carried out and any other lands or places provided by the Corporation for the purposes of the contract.

1.19 Schedule of Items, Rates & Quantities/Bill of Quant ities means the Schedule to the contract containing Items, Rates & Quantities.

1.20 The Completion Date is the date of completion of th e Works as certified by the Engineer-in-charge under the contract between the Corporation and the Contractor to execute, complete and maintain the Works.

1.21 The Contract Data means information and data contained in the documents comprising Work’s Contract.

1.22 The Contractor's Bid is the completed Bidding documents submitted by the Contractor to the Employer.

1.23 The Contract Price is the price stated in the letter of acceptance (LOA) and thereafter as arrived at in accordance with the provisions of the Contract.

1.24 Days are English calendar days, months are English calendar months.

1.25 A Defect is any part of the Works not executed/completed in accordance with the requirements under the Contract.

1.26 The Maintenance period or Defects Liability Period means such period as stipulated in the relevant clauses of the Contract and calculated from the Completion Date.

1.27 The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

1.28 The Intended Completion Date means the Completion Date specified in the Contract.

1.29 Material s are all supplies, including consumables, used by the contractor in the Works under the Contract.

1.30 Site Investigation Reports are those, which are included in the Bidding documents and are tentative / interpretative reports about the surface and sub-surface conditions at the site.

1.31 Specification means the Specification for materials and Works described in the Contract and any modification or addition under written instructions and approval of the Engineer-in-charge or his nominee as per the terms of the Special Conditions‘

1.32 A Sub-contractor is a person/firm/company or corporate body who with the express permission in writing by KRCL has a Contract with the Contractor to carry out a part of the work in the Contract.

1.33 Temporary Works are works which are required for temporary and not permanent use by the Contractor, for construction or installation or maintenance of the Works under the Contract.

1.34 The Works are what the Contract requires the contractor to execute construct, install, commission handover to the Employer and maintained under the terms of the Contract

1.35 “Approval or Approved ” means approval in writing of the Competent Authority.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 30 Signature of Tenderer

1.36 Headings & Marginal Headings: The top headings and marginal headings/notes in the tender or contract documents are solely for the purpose of facilitating reference and shall not be deemed to be part thereof and shall not be taken into consideration in the interpretation or consideration thereof.

1.37 Singular and Plural: The singular includes the plural, the masculine includes the feminine, and vice versa where the context requires.

1.38 NIT: Notice Inviting Tender.

1.39 U/S: Up Stream.

1.40 D/S: Down Stream.

1.41 LOA : Letter of Acceptance

1.42 IS Code : Indian Standard Codes

1.43 BIS : Bureau of Indian Standards

1.44 IRS : Indian Railway Standards

1.45 IRC : Indian Roads Congress

1.46 ITCC : Income Tax Clearance Certificate

1.47 EMD : Earnest Money Deposit

1.48 RTO: Regional Transport Office of State Govt.

1.49 DSR: Delhi Schedule of Rates

1.50 GCC: Northern Railway, Engineering Department Works Hand Book, Part I – Regulations for Tenders and Contracts and Part II – General Conditions of Contract, 1999, along with latest correction slips.

1.51 Consultants: Architectural & Structural Design Consultants or any other consultants engaged by KRCL for the work.

(B) GENERAL OBLIGATIONS

2.0 Safety Procedures

2.1 Health, Safety & Environment (HSE) : The contractor shall formulate a Health, Safety & Environment (HSE) manual, using the services of competent and experienced consultants and submit to KRCL for approval. The provision of approved manual in addition to statutory regulations shall be complied with by the Contractor.

2.2 The contractor has to submit Health Safety and Environment (HSE) manual within 21 days from the date of issue of LOA to the Engineer-in charge for approval. The rates quoted shall deem to include above expenses to be incurred under this clause.

2.2.1 In addition to clause 30, 34 and such other clauses of GCC-1999 of Northern Railway, regarding safety, the contractor/Tenderer shall be bound to carry out the other instructions of Engineer-in-charge, as he may, deem necessary, for Safety arrangements. The contractor shall at all-time be responsible to take all precautions and adopt such safe methods of working as will ensure safety of public, structures, equipment and workers.

2.2.2 If at any time KRCL finds the safety arrangements inadequate or unsafe, the contractor shall take immediate corrective action as directed by KRCL’s representative.

2.2.3 The contractor’s responsibility for safe working shall not be restricted to the discharge of instructions if any of the Engineer-in-charge and the contractor/tenderer shall on his own adopt all necessary precautions.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 31 Signature of Tenderer

2.2.4 The contractor shall provide all necessary safety appliances such as safety goggles, helmets, gumboots, safety belts, ear plugs, masks etc. to the workers, staff and also for consultants, employer, visiting officers/guests etc.

2.2.5 The cost of all Safety arrangements including cost of all labour and material is deemed to have been included in the item rates given and percentage rate quoted by the tenderer in Schedule of Items, Rates and Quantities and nothing extra shall be payable under this contract.

2.3 All the Safety precautions for open and underground excavation shall be observed & followed as per relevant IS Codes as well as 'HSE Manual'.

3.0 Quality Assurance Plan (QAP)

3.1 The Contractor has to submit a detailed Quality Assurance Plan on the basis of technical specifications in Special Conditions of Contract - Part B & Part C and referred Codes/ Manuals, best engineering practices etc. using the services of competent and experienced consultants and submit to KRCL for approval.

3.2 The contractor has to submit Quality Assurance Plan (QAP) within 21 days from the date of issue of LOA to the Engineer-in charge for approval. The rates quoted shall deem to include above expenses to be incurred under this clause.

4.0 Publicity

4.1 The contractor or his sub-contractor or his consultant shall not publish or otherwise circulate, alone or in conjunction with any person, any paper/booklet/sketch/ any articles, photographs or other materials relating to the Contract, the Site, the Works, the Project or any part thereof, nor impart to any third party any information relating thereto, nor allow any representative of the media access to the Site, contractor’s Works Areas, or off-Site place of manufacture, or storage except with the permission, in writing, of the Employer. The contractor shall ensure that his sub-contractors of any tier shall be bound by a like obligation and shall, if so required by the Corporation, enforce the same at his own expense. The provisions of this Clause shall not exempt the contractor from complying with any statutory provision in regard to the taking and publication of photographs.

5.0 Official Secrets Act 1923

5.1 Indian Official Secrets Act 1923 (XIX of 1923) shall apply to the contractor and persons employed by him for this contract.

6.0 Royalties and Patent Rights

6.1 Unless otherwise stated in the special conditions, the contractor shall defray the cost of all royalties, fees and other payments in respect of patent rights and licenses which may be payable to any patentee, licensee or any other person or corporation and shall obtain all necessary licenses. In case of any breach (whether willfully or inadvertently) by the contractor of this provision, the contractor shall, indemnify the Railway/KRCL and their officers, staff, representatives against all claims, proceedings, damages, cost, charges, pecuniary loss and liability which they or any of them sustain, incur or be put by reason or in consequence directly or indirectly for any such breach and against payment of any royalties, damages and other monies which the Railway/KRCL may have to make to any person for any machine, instruments, process, articles, matters, or thing constructed, manufactured, supplied or delivered by the contractor to his order under this contract.

7.0 Dissolution of Contractor’s Firm

7.1 If the contractor’s firm is dissolved due to the death or retirement of any partner or for any reasons whatsoever before fully completing the whole work under the Contract or any part thereof the partners shall remain jointly, severally and personally liable to complete the entire work under the Contract to the satisfaction of KRCL.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 32 Signature of Tenderer

7.2 If after acceptance of the offer and/or signing of the Works Contract, the Contractor expires, or in case of a Firm, any partner expires or in case of a firm or a corporate entity, the composition changes, the KRCL shall have an option to either treat the contract/ acceptance as cancelled or teat the same as subsisting. The Contractor whether a person, firm or a corporate entity shall be liable to discharge its obligations under the contract unless the KRCL exercises its option to treat the Contract/Acceptance as cancelled. No compensation / loss / damages shall be payable on account of such cancellation.

8.0 Documentation of Works and Final Submissions:

8.1 Site inspection register will be maintained by the Engineer-in-charge or his representative in which the contractor or his agent will be bound to sign day to day entries made by the Engineer-in-charge or his representative. The contractor is required to take note of the instructions given to him in site inspection register and should comply within a reasonable time. The contractor will also arrange to receive all the letters etc. issued to him at the site of work. The Contractor is deemed to have due and adequate notice of all the entries made in the Register by the Engineer in Charge or his Representative and failure on the part of the Contractor to counter sign the Register shall not exonerate the contractor from complying with the noting.

8.2 Contractor shall purchase at his own cost all the registers required at site for various purposes. All the registers required to be maintained at work sites for recording various measurements, daily activities or for other purposes, shall be authenticated by the Engineer-in-charge. Before making use of any register, Engineer-in-charge will authenticate the same by signing first and last page with his stamp. The Contractor shall ensure that all the pages have been machine numbered serially. The register(s) which have not been authenticated by Engineer-in-charge should not be used at site.

8.3 The contractor shall submit to the Corporation, three sets of booklets for final bill as per directives of Engineer-in-charge, containing all the relevant details of up to date work done, typed in electronic media, using an office software and printed, jointly signed by contractors and engineers or his representatives. The submitted booklets will be property of the Corporation. Contractor shall also submit in electronic storage device of adequate capacity. No additional payment shall be made for submitting such submissions.

8.4 All the original registers, files, level books, balance measurement sheets, abstract sheets, drawings, tracings or any other records maintained at site during construction shall be submitted by contractor to KRCL forthwith after completion /termination of work.

9.0 Change in Address

9.1 Any change in the address of the Contractor shall be forthwith intimated in writing to KRCL and KRCL’s acknowledgement in writing should be obtained. Unless the change has been duly intimated to KRCL and acknowledged by KRCL all correspondence shall be addressed on the address specified in the Contract and shall be deemed to be due and complete service of the same on the Contractor. KRCL will not be responsible for any loss or inconvenience suffered by the contractor on account of his failure to comply with this.

(C) EXECUTION OF WORKS

10.0 Location, Local Geology of the work site/terrain:

10.1 The location of work is approachable from Ramban on Jammu- Srinagar National Highway. The project’s proposed railway alignment passes through Sangaldan, on Ramban – Gool road. This road is maintained by BRO and there may be occasional difficulties due to restrictions by them or on account of condition of road. At present there is a restriction of 10 tonnes load carrying capacit y on the Dhamkund Road Bridge. Another bridge is under construction at approximate ly 50 m on upstream side and may be available in future for use. The geological information as available with KRCL is placed at Appendix - 22.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 33 Signature of Tenderer

10.2 The schedule items for the execution of the work have been proposed based on the above geological data and approximate quantities are mentioned in the schedule accordingly. If the nature of strata varies to certain extent, there may be a likely change in the quantities of the proposed schedule items. Furthermore, there is a possibility of non-operation of certain items of schedule based on the actual strata met with during the execution of the work. Further, in Himalayan geology there are chances of unusual occurrences taking place during the execution of work. The contractor has to consider these adverse factors and quote accordingly. No claims on this account are admissible. However, if certain additional items are required to be executed to deal with the adverse geology and unusual occurrences, the same shall be paid as per the actual input of the resources and with the prior approval of the Competent Authority of KRCL.

10.3 There are two rainy seasons in this part of the State and there are all chances that the approach road from Sangaldan may got blocked due to frequent earth slips. The contractor shall take this into consideration before quoting for the work.

11.0 Site Clearance at start of work

11.1 The contractor shall clear all the grass, shrubs, garbage, deadwood, fallen wood and other such materials etc., to the extent needed for the works and as directed by the Engineer-in-charge.

12.0 Occupation and Use of Land

12.1 Use or occupation of land as per clause 6 of GCC, Northern Railway- 1999 shall not confer upon the contractor any rights whatsoever including tenancy / easements / license over the land.

13.0 Land

13.1 The land required for proposed Higher Secondary School area has been acquired by KRCL / Northern Railway at Sangaldan.

14.0 Felling of trees

14.1 In normal circumstances the felling of trees will be done by State Forest Corporation (SFC). However, if SFC does not cut the tree, and in turn permits KRCL/N.Rly to cut the tree the felling of tree will be done by the contractor and will stack and handover the tree logs to KRCL. The cost incurred in tree cutting and stacking etc by the contractor will be reimbursed. The Contractor shall have no claim due to delay on above account.

15.0 Working Hours

15.1 If the Engineer-in-charge is satisfied that under the circumstances, round the clock working is expedient, he may permit the contractor(s) to carry out the works accordingly. No extra payment shall be payable to the Contractor for working round the clock.

16.0 Survey

16.1 The contractor shall, from time to time and before interfering with the surface of any portion or the site or before the work thereon begins, take and record such levels as the Engineer-in-charge may direct in his presence or any person authorized by him in writing. Such levels approved and checked by him or such authorized persons shall be recorded in writing and signed by the contractor and shall form the basis of the measurements. Immediately before any portion of the work below water level is started, the existing water levels are to be taken and recorded in a similar manner.

17.0 Setting out works

17.1 The initial reference points to start the work shall be provided by Engineer-in-charge. Thereafter, contractor will proceed in terms of clause 19 (4) of GCC -1999 of Northern Railway.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 34 Signature of Tenderer

18.0 Enabling Works

18.1 Unless otherwise specified in the tender documents, rates given in the schedule to the Contract and percentage rate quoted in the contract shall be inclusive of all enabling works. The Contractor shall have no claim on above account.

19.0 Urgent Work

19.1 If any Urgent work in the event of accident or failure occurring in or about the work or arising out of or in connection with the construction becomes necessary in the opinion of the Engineer in Charge, and the contractor is unable or unwilling at once to carry it out, the Engineer-in-charge may through another agency or on his own, carry it out as he may consider necessary. If the urgent work shall be such as the contractor is liable under the contract to carry out at his expenses, all expenses incurred on it by KRCL shall be recoverable from the contractor and be adjusted or set off against any sum payable to him. The decision of the Engineer in Charge as regards the existence and nature of urgency and necessity of work shall be final and binding on the Contractor.

20.0 Duties and Powers of Engineer-in-charge’s Repr esentative

20.1 The duties of the representative of the Engineer-in-charge are to watch and supervise the works and to test and examine any materials to be used and the workmanship in connection with the works. He shall have no authority to order any work involving any extra payment by KRCL or make any variation in the works.

20.2 The Engineer-in-charge may from time to time delegate to his representative any of the powers and authorities vested in the Engineer-in-charge. A copy of all such delegation of powers and authorities shall furnish to the contractor.

20.3 For supervision of all the works pertaining under this contract KRCL has engaged consultancy companies of Graduate Engineers. They may be deployed to assist for supervision of works. The Contractor shall facilitate such supervision.

20.4 KRCL reserves the right to deploy an agency for providing Project Management Consultancy (PMC) to augment its supervision capabilities.

20.5 Contractors shall provide facilities for inspection of works to Consulting Companies of Engineers as in Clause 20.3 above and agency of PMC as in Clause 20.4 above as provided in GCC clause 28.

21.0 Priority of Documents and specifications.

21.1 The documents forming the Contract are to be taken as mutually explanatory of one another. For the purposes of interpretation, the priority of the documents within the contract document shall be in accordance with the following sequence:

i) The Agreement for the works executed on stamp paper.

ii) The Letter of Acceptance

iii) Special Conditions of Contract Part A, Part B & Part C.

iv) General Conditions of Contract 1999 of Northern Railway

v) Approved Drawings

vi) Referred Technical Specifications

vii) Schedule of Items, Rates and Quantities/Bill of Quantities (BOQ)

viii) Instructions to tenderer/s

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 35 Signature of Tenderer

21.2 Any error in description, quantity or rate in Schedule of Quantities or any omission there from shall not vitiate the contract or release the contractor from the execution of the whole or any part of the works comprised therein according to drawings and specifications or from any of his obligations under the contract.

If there are varying or conflicting provisions made in any documents forming part of the Contract or in the event of a conflicting view as to the interpretation of the contents thereof; the documents shall take priority in accordance with the list given in clause 21.1 above. When there is any conflict between the specifications given in this contract and the IRS, BIS, IRC specifications or specifications of any other body/Institution/Authority as the case may be, the specifications given in this contract shall prevail over the other specifications. However, in case of any ambiguity, the decision of the Engineer-in-charge in this regard shall be final and binding.

22.0 Programme of Construction

22.1 In partial modification to clause 19 (3) of GCC of Northern Railway, the contractor shall submit detailed programme of work not later than 30 days after the date of receipt of Letter of Acceptance. All other provisions of Clause 19 (3) of GCC Northern Railway shall remain the same.

22.2 The contractor shall prepare and submit a “Detailed Method Statement” based on the method statement (Appendix -14 submitted by the tenderer along with the bid) within 20 days from the issue of LOA to KRCL for approval. The contractor shall carry out the works as per this methodology approved by KRCL.

23.0 Drawings for works

23.1 The drawings attached with the tender are indicative only and the work will be carried out as per approved drawings. Contractor will have no claim on account of deviation in approved drawing with reference to tender drawing.

23.2 The Corporation reserves the right to modify the plans and drawings referred to in the tender documents without assigning any reasons as and when considered necessary by the Corporation. The Contractor shall have no claim on account of such modifications.

23.3 It should be specifically noted that some of the detailed drawings may not have been finalized by the Corporation and will, therefore, be supplied to the contractor, progressively as per site requirements. No compensation whatsoever on this account shall be payable. No claim shall be entertained in this regard by KRCL.

24.0 Delay and Extension of Contract Period

24.1 Works under the Contract is a part of the Project of National Importance and is undertaken by KRCL under the Contract Agreement dated 9th August 2005 between the Northern Railway and KRCL. If at any time, the Ministry of Railways / Railway Board / Northern Railway / KRCL, come to a conclusion and decide that in the interest and / or for the reason of National Security, public safety, National Interest or Public Interest, changes in the Works under the Contract or the Contract itself are required to be made or any other decision in respect of the Works under the Contract or the Contract itself, the Contractor shall accept the decision as final and not open to any challenge. In such an eventuality, the Contractor will be entitled to the actual costs incurred by him on account of such decision which shall be kept to the minimum possible. Such costs shall be paid after verification of vouchers, relevant records. The decision of Engineer-in charge on the admissibility of such documents shall be final and binding.

24.2 If at any time during the continuance of this contract, the performance in whole or in part is required to be prevented due to the constraints and compulsions faced in the interest of National Security, Safety, public interest, such prevention shall be understood and accepted as beyond the control of the Corporation and a Force Majeure. Provided notice of the happening of such event is given by KRCL to the Contractor, within seven days from the occurrence of such eventuality the contractor shall not be by reason of such event be entitled to terminate this Contract, nor shall he be entitled to claim any damages in respect

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 36 Signature of Tenderer

of non-performance. The works under the Contract shall be resumed as soon as possible. The decision of the Chief Engineer as to whether the work has commenced or not shall be final. Provided that if the performance of this Contract is prevented for more than ninety days, either party may terminate the Contract by giving notice to the other party.

24.3 In clause 17 of GCC of Northern Railway blank space in 5th line to be read as “7” and blank space in line 12 to be read as “90”.

24.4 In case of Force Majeure, price variation is payable as per price variation clause.

24.5 Competent Authority of KRCL while granting extension to the currency of contract under clause 17 (B) of GCC of Northern Railway -1999 may also levy liquidated damages including token liquidated damages as deemed fit based on the facts of the case.

25.0 Maintenance/Defects Liability Period

25.1 The “maintenance period ” and “defect liability period ” as and where referred to in this tender document shall mean the same. The maintenance period shall be 12 months from the date of issue of completion certificate by the Engineer-in-charge to the contractor after satisfying himself that the works have been carried out by the contractor fully according to specifications and quality requirements and are suitable for the intended purpose.

(D) INSURANCE

26.0 Insurance

26.1 Before commencement of works, it shall be obligatory for the Contractor to obtain, at his own cost, third party liability insurance cover in the joint name of the contractor and employer from reputed companies.

26.2 The Contractor shall provide documentary evidence to the Employer/Engineer-in-charge before commencement of work at site that the third party liability insurance have been effected and shall within 30 days of the commencement date, provide the insurance policy to the Employer/Engineer-in-charge. The Contractor shall, whenever, called upon, produce to the Engineer-in-charge or his representative the evidence of payment of premiums paid by him to ensure that the policy indeed continue to be in force.

On the event of any damage to the property/life of third party, the contractor has to make immediate payment and relief measures as per the directions of the Engineer-in charge. The decision of Engineer-in-charge is final and finding.

26.3 If the Contractor fails to effect or keep in force or provide adequate cover as acceptable to the Engineer-in-charge in the third party liability insurance policy mentioned above, then in such cases, the Engineer-in-charge may effect and keep in force any such insurance or further insurance on behalf of the Contractor. The recovery shall be made at the rate of 1.5 times the premium / premiums paid by the Engineer-in-charge in this regard from the payment due to the Contractor or from the Contractor’s Security Deposit / Performance Security. However, the Contractor shall not be absolved from his responsibility and / or liability in this regard.

26.4 Contractor at his own cost and without involving any obligations on part of Corporation, shall take necessary insurance policies for his men, materials, construction plants, machineries, equipments or any other insurance cover as may be required by the law of land.

26.5 The Employer / Engineer-in-charge shall not be liable for or in respect of any damages to construction Plant, Machinery and Equipment brought to site by the contractor or compensations payable to any workman or other person in the employment of the Contractor or his sub-contractor or petty contractor. The Contractor shall indemnify and keep indemnified the Employer / Engineer-in-charge against all such damages and compensation for which the Contractor is liable.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 37 Signature of Tenderer

(E) PRICE VARIATION

27.0 Price Variation: Adjustment for variation in prices of several components like material, labour, fuel etc. shall be determined in the manner prescribed below.

27.1 Index numbers for base period : The index number for the base period will be the index number as obtained for the month of opening of the tender and the quarter will commence from the month following the month of opening of tender (Technical bid). The month of opening of tender referred in the previous sentence shall be replaced by the ‘month of opening of the concerned negotiated offer’ in the event of accepting the tender by the Corporation is on the basis of negotiated offer. The price variation will be based on the average price index of the 3 months of the quarter under consideration.

27.2 Price variation Bills: The bills for variation in prices shall be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any further adjustments needed to be done based on the finally published indices shall be made as and when they become available or in the final bills.

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

27.4 Price variation during extended period of contract

27.4.1 The price adjustments as worked out above, i.e. either increase or decrease will be applicable up to the stipulated date of completion of the work including the extended periods of completion where such extension have been granted under clause 17A of the General Conditions of Contract.

27.4.2 However, where extension of time has been granted due to contractors failure and/ or under clause 17 B of the General Conditions of Contract of Northern Railway, read with clause 24.5 herein above, price adjustment will be done as follows:

27.4.2.1 In case the indices increase above the indices applicable to the last month of original completion period or the extended periods without penalty under relevant clauses of the General Conditions of Contract, the price adjustment for the period of extension granted under clause 17B of GCC of Northern Railway read with Clause 24.5 hereof will be limited to the amount payable as per the indices applicable to the last month of the original completion period or the extended periods under clause 17A of the General Conditions of Contract of Northern Railway, as the case may be.

27.4.2.2 In case the indices fall below the indices applicable to the last month of the original/extended period of completion under 17B of GCC of Northern Railway read with Clause 24.5 hereof, as the case may be, then the lower indices will be adopted for price adjustment for the period of extension under liquidated damages of the General Conditions of -Contract.

27.5 General Price Variation (Other than Cement, Reinfor cement steel and Structural steel items which are dealt separately)

27.5.1 The percentage component: The percentage component of various items in a Contract (Common for all the Schedules excluding the cost of Cement, Reinforcement steel and Structural Steel) on which variation in prices shall be admissible is as given below:

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 38 Signature of Tenderer

Description of Component Percentage Component

Labour 30

Fuel 15

Materials 25

Fixed 30*

*Fixed component will not be considered for any price variation.

27.5.2 Materials supplied by Corporation: If, in any case, the accepted offer includes some specific payment to be made to consultants or some materials supplied by Corporation at fixed rate, such payments should be excluded from the gross value of the work for purpose of payment/recovery for variations.

27.5.3 The General Price Variation is applicable for all Schedule Items which are not covered in Clause 27.6.1.1 & 27.6.2.1.

27.5.4 Price variation for schedule items in which rates are inclusive of cost of cement and/or steel shall be payable under General Price Variation . Such items will not be considered again for payment of Price variation under Cement and Steel category.

27.5.5 The amount of variation in prices payable/recoverable for the components of Labour, Material (other than steel and cement) and Fuel shall be worked out by the following formulae:-

i) L = R x (I-Io) x P Io 100 ii) M = R x (W-Wo) x Q Wo 100 iii) U = R x (F-Fo) x Z Fo 100

L = Amount of Price variation in labour

M = Amount of Price variation in materials (Other than Structural Steel, reinforcement Steel and Cement)

U = Amount of Price variation in fuel

R = Gross value of the work done by the contractor for BOQ Schedules A, B C, D, E, F, G, H, & J as per on account bill(s) excluding cost of materials supplied by the Corporation at fixed rate. The weightage would be applied on the value arrived at after deducting the cost of cement, reinforcement and structural steel from the total contract value. This will also exclude any specific payment is any to be made to the consultants engaged by the contractor.

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

I = Average consumer price index No. for industrial workers - All India - published in R.B.I. Bulletin for the average of the quarter under consideration.

Wo = Index number of whole-sale prices - By groups and sub-group - All commodities - as published in the R.B.I. Bulletin for the base period

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 39 Signature of Tenderer

W = Average Index number of whole sale prices - By groups and sub-groups - All

commodities as published in the R.B.I. Bulletin for the average of the quarter under consideration.

Fo = Index number of whole sale prices - By groups and sub-groups for Fuel &

Power as published in the R.B.I. Bulletin for the base period.

F = Average Index number of whole sale prices - By groups and sub-groups for Fuel & Power as Published in the R.B.I. bulletin for the average of the quarter under consideration

P = % of labour component

Q = % of material component (Other than Cement, Reinforcing steel and Structural steel)

Z = % of fuel component

27.6 Price Variation for Cement and Steel

27.6.1 Price Variation for Cement

27.6.1.1 The Cement Price Variation is applicable only for Items No. J101 of Schedule J.

27.6.1.2 Price of Cement is linked with the Wholesale Price Index (WPI) of the respective sub-group as per RBI index numbers. The formula for calculating the amount of variation on account of variation in price of cement is as given below:

Mc = Rc x (Wc-Wco)/Wco

Mc = Amount of price variation in Cement payable /recoverable.

Rc = Value of Cement supplied and consumed by Contractor as per on account bill in the quarter under consideration.

Wco = Index No. of Wholesale price of subgroup Cement & Lime, as published in RBI Bulletin for the base period (Table no. 38, Sr. No. (I) (c) - Non metallic Mineral Products)

Wc = Index No. of Wholesale price of subgroup Cement & Lime, as published in RBI Bulletin for the average of the quarter under consideration (Table no. 38, Sr. No. (I) (c) - Non metallic Mineral Products)

27.6.2 Price Variation for Steel

27.6.2.1 The Steel Price Variation is applicable only for Items No. J102 & J103 of Schedule J.

27.6.2.2 The Price variation for of steel shall be governed by the following formula.

Ms = Q (Bs - Bso)

Where,

Ms = Amount of price variation in steel payable/recoverable.

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

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 40 Signature of Tenderer

Bs = SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purch ased by the contractor (or) as prevailing on the first day of the month in which the steel was brought to the site by the contractor whichever is lower.

Bso = SAIL’s ex-works price plus Excise Duty thereof (in rupees per tonne ) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

Note:

(i) Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL’s ex-works price plus Excise Duty thereof are as under:

Sl No.

Category of steel supplied in the KRCL work.

Category of steel produced by SAIL whose ex-works price plus Excise Duty thereof would be adopted to determine

price variation

1. Reinforcement bars and other rounds

TMT 8mm IS 1786 Fe 415/Fe 500

2. All types and sizes of angles. Angle 65 x 65 x 6 mm IS 2062 E250A SK

3. All types and sizes of plates PM Plates above 10-20 mm IS 2062 E250A SK

4. All types and sizes of channels and joists.

Channels 200 x 75 mm IS 2062 E250A SK

5.

Any other section of steel not covered in the above categories and excluding HTS including steel fibre as mentioned in item No. D104 of Schedule D.

Average of price for the 3 categories covered under sl no. 2, 3 & 4 above.

(i) The prevailing ex-works/ex plants base price of steel per tonne as on 1st of every month for the above categories of steel to be taken as available on SAIL’s website www.sail.co.in” for that month.

27.7 Price Variation for New Non Schedule Items shall be payable as per the relevant clauses of Price variation with effect from the date of sanction of the New Non-Schedule item by the Competent Authority.

(F) PAYMENTS

28.0 Stage Payment on Supply of Steel:

28.1 Stage payment shall be paid for the Steel brought to site subject to the following conditions:

28.1.1 The materials shall be strictly in accordance with the specifications for Works.

28.1.2 The materials shall be delivered at site and properly stored under covered sheds in measurable stacks.

28.1.3 The quantities of the material shall be brought to the site only in such installments that would facilitate smooth progress of work and consumed in reasonable time.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 41 Signature of Tenderer

28.1.4 Proper accountal in the material register to be maintained in the prescribed format at the site for the receipt and use of the material.

28.1.5 Ownership of such material shall be deemed to vest with KRCL for which the contractor should submit an indemnity bond in prescribed format.

28.1.6 Before releasing the stage payment, the contractor shall insure the material at his own cost in favour of KRCL against theft, damages, fire, flood earthquake, landslide etc.

28.1.7 Stage payment in all such cases shall not be more than 75% of the rate of steel awarded in the contract. The balance payment shall be released only after the material is actually consumed in the work.

28.2 The price variation claim for steel would continue to be governed as per extant PV clause and with reference to delivery at site.

28.3 The stage payment shall be adjusted in the on-account bills commensurate with physical progress achieved.

29.0 Payment of Bills

29.1 The measurements for payment of `on account', `pre-final' and `final' bills have to be taken by the contractor's Engineer in the presence of the Engineer-in-charge or his representative. Joint measurements shall be taken continuously and need not be connected with billing stage. Based on the above measurements, the contractor has to submit his `on-account' / `pre-final' / `final' bills along with the details of measurement and calculation of quantities in proforma approved by the Engineer-in-charge duly certified by the qualified Engineer or quantity surveyor of the contractor authorized in this behalf.

29.2 The "on account bills" should be submitted monthly . In case, of insufficient progress, contractor shall submit "Nil" bill.

29.3 The payment of “on account” bills will be regulated as under:

i) On submission of “on account” bills by the contractor, the Corporation shall arrange for 75% payment of such “ on account” bills within 5 days, and

ii) The balance due will be paid after scrutiny (technical check) and acceptance of the bill within 14 days from date of submission of the bill.

iii) If it is found that the Contractor has at any point of time submitted bills of exaggerated or wrong amounts without prejudice to any other right or remedy available to KRCL, the facility of such ad-hoc payment shall be discontinued and subsequent payments towards the Bills shall be made only after scrutiny and technical check. .

29.4 The payment of pre-final and final bills will be made only after scrutiny (technical check) of the bills and after obtaining a certificate from the Engineer-in-charge for satisfactory completion of work. Final bill will be paid after submission of unconditional and unequivocal No Claim Certificate by the Contractor.

30.0 Performance Guarantee

30.1 The Performance Guarantee shall be furnished by the successful contractor after the letter of acceptance has been issued, but before signing of the agreement. The agreement shall normally be signed within thirty days after the issue of Letter of Acceptance.

30.2 The contractor shall give a Performance Bank Guarantee in the form of an irrevocable bank guarantee amounting to 5% of the Contract value. Performance Guarantee shall be acceptable in the form of Deposit receipts, pay orders, demand drafts also. This Guarantee shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion for work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 42 Signature of Tenderer

30.3 The Performance Bank Guarantee (PBG) shall be submitted within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PBG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, the penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PBG even after 60 (sixty) days from the d ate of issue of LOA , the contract shall be terminated by issuing notice under relevant provisions of General Conditions of Contract duly forfeiting EMD and other dues, if any, payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

30.4 The value of PBG to be submitted by the contractor will not change for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Bank Guarantee amounting to 5% (five percent) for the excess value over

the original contract value shall be deposited by the contractor.

30.5 Performance Guarantee shall be released after the physical completion of the work based on the ‘Completion Certificate’ issued by the Competent Authority stating that the contractor has completed the works in all respects satisfactorily.

30.6 Wherever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed and the balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work.

30.7 Performance Guarantee shall be from amongst the Banks mentioned in Clause 17.3.1 of Instruction to Tenderers.

30.8 Performance Guarantee from International Banks will not be accepted.

31.0 Security Deposit

31.1 Security Deposit shall be 5% of the contract value.

31.2 Security Deposit shall be recovered at 10% from Running Bills till it reaches 5% of the contract value. In case of contracts of value Rs. 50 crore and above, irrevocable Bank guarantee from banks mentioned in Clause 17.3.1 of Instruction to Tenderers, can also be accepted as a mode of obtaining Security Deposit.

31.3 Save and except as provided above in clause 31.2 for contracts less than Rs. 50 crore, security Deposit will be recovered only from the running bills of the contract and no other mode of collecting Security Deposit shall be accepted,.

31.4 Security Deposit shall be released to the contractor after the maintenance period and passing the final bill based on ‘no claim certificate’, as certified by the Competent Authority of KRCL. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Corporation against the contract concerned. Before releasing Security Deposit, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

31.5 The Contractor will be entitled to release of the Security deposit only after the Maintenance Period stipulated under clause 25 hereof is over, the Final Bill has been passed, the Contractor has given a ‘No Claim Certificate’ and the contractor procures a Certificate from the Competent Authority inter alia certifying that the work has been completed in all respects and all the contractual obligations have been fulfilled by the Contractor and that there are no dues from the Contractor to the Corporation in respect of the Contract. After the work is physically completed, security deposit recovered from the running bills of contractor can be returned to him if he desires so, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 43 Signature of Tenderer

32.0 Taxes and Duties

32.1 Works Contract Tax (WCT), as applicable 15 days prior to the date of opening of tender /negotiated offer whichever is later shall be considered to have been included in the percentage rates quoted by tenderer/s in the Schedule of Items, Rates & Quantities. In case of any increase /decrease in the WCT during the later period upto the completion of the work, the net increase/decrease for the balance portion of the work shall be reimbursable / recovered by the Corporation.

32.2 Corporation shall deduct the Sales Tax / Turn Over Tax or any other tax from the Contractor's bill at the rate as applicable as per rules framed by concerned Govt./ Local bodies from time to time and remit it to concerned department and shall issue a certificate regarding Tax/Duties/Levies so deducted on demand by the Contractor.

32.3 Implementation of – The Building and Other Construction Workers (RECS) Act, 1996 and The Building and Other Construction Workers Welfare Cess Act, 1996 in Railway Contracts:

“The tenderer for carrying out any construction work in Jammu & Kashmir (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 Jammu & Kashmir (name of the State) Govt and submit certificate of Registration issued from the Registering Officer of the Jammu & Kashmir (name of the State) Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall be re quired to pay cess at the rate of 1% of the cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied by Railway.”

In case of any increase /decrease in the Cess during the later period upto the completion of the work, the net increase/decrease for the balance portion of the work shall be reimbursable / recovered by the Corporation.

32.4 In terms of new section 194 C inserted by the Finance Act 1972 in the Income Tax Act 1961, KRCL shall at the time of arranging payments to the contractor, be entitled to deduct income tax at source. The deductions towards income tax to be made at source from the payments due to the non-residents shall continue to be governed by Section 195 of the Income Tax Act, 1961.

(G) VARIATION & MISCELLANEOUS

33.0 Variation in Quantities

33.1 The quantities of item(s) including foundations in the Schedule of Items, Rates & Quantities for the work to be executed are only approximate. The quantities have been as far as -possible assessed correctly, but the same are likely to vary during the execution of work.

33.2 The Contractor shall not be entitled for any compensation whatsoever on this account for increase in agreemental value up to (+) 25% and the contract schedule rate shall remain same. In case the above agreemental value excluding foundation items goes beyond (+) 25%, following clauses will be applicable:

33.2.1 For the first 15% increase in the agreemental value (excluding foundation items) beyond 25% of the agreemental value (excluding foundation items), the rates will have a reduction of 2% in the incremental value of the agreement and for the next 10% increase in the value; rates will have an additional reduction of 2% in the further incremental value of the agreement.

i.e. for increase from 125 % - 140% of agreemental value, the rates for incremental quantity of 15 % will be paid at 98% of accepted rate. Similarly for increase from 140 % - 150% of agreemental value (excluding foundation items), the rates for incremental quantity of this 10 % will be paid at 96% of accepted rate.

33.2.2 For variation beyond (+) 50% of the overall agreemental value excluding foundation items, the rates will be mutually agreed through negotiation.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 44 Signature of Tenderer

33.2.3 For minus variation of agreemental value, the contractor shall not be entitled to any compensation but shall be paid only for the actual quantity of work at accepted rate.

33.2.4 For non-operation of any item/items in the Schedule, the contractor shall not be entitled to any compensation.

33.2.5 For the purpose of calculating agreemental value excluding foundation items, the following items of schedule shall be considered as foundation items. The total value of such items as per accepted rates shall be deducted from total agreemental value arrived at agreemental value excluding foundation items.

Foundation items: Schedule item no. A1011, A1021, A1022, A103, A1051, A1052, A1053, A1091, A1101, A113, F1031, F 1041, F105, F106, F1081, F1101, & F111.

(H) MATERIALS, TOOLS, PLANTS & MACHINERY, & POWER S UPPLY

34.0 Transport, Custody and Storage of Material

34.1 The contractor shall be responsible for the safe transport custody and storage of all materials issued to/arranged by him and he will be liable to make good the loss due to any cause whatsoever that may be suffered by the Corporation on this account. Special precautions should be taken in respect of cement while transporting cement, steps should be taken to safeguard against cement becoming damp or wet due to moisture or rain. The contractor will also be responsible for storing cement in damp proof conditions at site of work at his own cost in accordance with the standard specifications. The Engineer-in-charge shall decide whether the cement stored in the godowns is fit for the work and his decision shall be final and binding on the contractor/s.

34.2 No petroleum spirit within the meaning of the Indian Petroleum Spirit (Motor-Vehicles etc.) Regulation 1929 shall be stored at site or adjacent to it, until the approval of the KRCL and necessary license under the Act has been obtained by the contractor.

35.0 Material Procurement and Reconciliation State ment

35.1 The contractor shall procure the materials from any source authorized/approved by the Corporation and shall furnish requisite test certificates as per approved Quality Assurance Plan / Inspection and Testing Plan (QAP / ITP. The contractor shall submit a list of intended source/manufacturer with their credentials, for supply of respective materials. Corporation will authorize/approve such sources/manufacturers in accordance with Quality Assurance Plan (QAP).

35.2 The contractor shall submit material reconciliation statement duly verified by representative of Engineer-in-charge, with every "on account bills" duly showing consumption & balance of all materials either purchased by contractor or issued by Corporation (if any) and used during construction.

36.0 Materials used or issued in excess of requirem ent

36.1 The contractor shall be responsible for using the correct quantity of materials required for the work and return the balance, if any issued by the Corporation, after the completion of the work.

36.2 In case of materials, under relevant clause are issued to the contractor for the work under terms of contract, the supply thereof shall be made in stages limited to the quantity/quantities computed by the Corporation according to the prescribed specification and approved drawings as per the agreement.

36.3 Any materials, if issued by the Corporation, used in excess over the correct quantity arrived at as per specification will be debited against the contractor at twice the market rate or twice the book value whichever is higher.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 45 Signature of Tenderer

36.4 The materials issued in excess of the requirement(s) as above shall be returned perfectly in good condition by the contractor to the Corporation immediately after completion or determination of the contract. If the contractor fails to return the said stores, then the cost of the materials issued in excess of the requirement computed by the Corporation according to the specification and approved drawings will be recovered from the contractor at twice the market rate or twice the book rate whichever is higher.

36.5 The recovery is stipulated in clause 36.3 and 36.4 will be without prejudice to the rights of the Corporation to take action against the contractor under the conditions of the contract for not doing/completing the work according to the prescribed specification and approved drawing.

37.0 Materials used less than the requirement

37.1 Any material either issued by the Corporation or arranged by contractor at his own cost and used in less than the correct quantity arrived at as per specification and approved drawings will be viewed as improper work and dealt in accordance clause 27(2) of GCC of Northern Railway. In addition, the cost of material issued by Corporation and used in improper work may be recovered from the contractor at twice the market rate or twice the book rate whichever is higher. Decision of the Engineer-in-charge in this regard will be final and binding on the contractor.

38.0 Tools, Plants and Machinery

38.1 The contractor will be entirely responsible to arrange all necessary machinery, tools and plants and their spare parts required for efficient and methodical execution of the work and transport them to the site of work. Delay in procurement of such items due to their non-availability on account of import difficulties or any other cause whatsoever will not be entertained for slow or non-performance of the work.

39.0 Deployment of Plant and Machinery

39.1 The deployment of all plant and machinery including moving machines shall be such as not to infringe or cause damage to Railway track or any other Government or private properties. Operation of such equipment involving infringement to moving dimensions prescribed in the handbook of the Schedule of Dimensions of the Railway shall not be undertaken without the prior approval of the Engineer-in-charge. For any loss or damage resulting from violation of this clause, the contractor(s) shall be wholly responsible.

40.0 Workmanship and Testing

40.1 The whole of the works and/or supply of materials specified and provided in the contract or that may be necessary to be done in order to form and complete any part thereof shall be executed in the best and most substantial workman like manner with materials of the best and most approved quality of their respective kinds, agreeable to the particulars contained in or implied by the specifications and as referred to in and represented by the drawings or in such other additional particulars, instructions and drawings may be found requisite to be given during the carrying on of the works and to the entire satisfaction of engineer according to the instructions and directions which the Contractors may from time to time receive from the engineer. The materials may be subjected to tests by means of such machines, instruments and appliances as the engineer may direct and wholly at the expense of the contractor.

41.0 Removal of Improper Works, Materials and plant & Machinery:

41.1 The Engineer or Engineer’s Representative shall be entitled to order from time to time:

(a) the removal from the site within the time specified in the order of any materials which in his opinion or not in accordance with the specifications or drawings.

(b) the substitution of proper and suitable materials, and

(c) the removal and proper re-execution, notwithstanding any previous tests thereof or “on account” payments therefor, of any work which in respect of materials or

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 46 Signature of Tenderer

workmanship is not in his opinion in accordance with the specifications and in case of default on the part of the Contractor in carrying out such order the Railway shall be entitled to rescind the contract under the clause 62 of GCC, Northern Railway.

(d) the removal from the site of any plant and machinery which in his opinion or not in accordance with the specifications and site requirements.

42.0 Sufficiency of Construction Plants and Equipme nts

42.1 It will entirely be the responsibility of the contractor to mobilize sufficient plant and machinery in very good working condition and to the satisfaction of Engineer-in-charge from his own possession and if not, procure all the machinery, tools and plant including spare parts, fuel, consumable stores and labour that are required for the efficient and methodical execution of the works.

42.2 If during the course of execution of works, it is found that the plant and equipment mobilized by the contractor are inadequate for the timely completion of works, the contractor shall undertake to augment the plant and equipment to the satisfaction of Engineer- in- charge.

42.3 The contractor should also make sure that he has ready access to expert manpower to operate the plant and machinery efficiently and effectively.

43.0 Power Supply

43.1 The responsibility to procure adequate power supply is that of the Contractor. Corporation may only assist contractor to get grid power for their bonafide use at works from State Government but without any liability or responsibility on Corporation. The requirement of power shall be substantial to operate all electrical equipments. Standby D.G. Sets will also be provided by the contractor at his own cost to have uninterrupted power for 24 hours a day for 100% connected load and contractors facilities.

43.2 Contractor shall provide adequate lighting facilities during execution of work and special lighting for inspection.

44.0 Site Office for KRCL :

44.1 The contractor shall provide temporary site office for use of KRCL officials. The other logistic shall be arranged by KRCL.

(I) TELECOMMUNICATION

45.0 Telecommunication Facilities

45.1 The telecommunication facilities are not required.

(J) PROTECTION OF ENVIRONMENT

46.0 Protection of Environment

46.1 General

All the provisions of environmental protection law of State & Central Govt. shall be followed.

During execution of works, the Contractor and his sub-contractors, petty contractors shall abide at all times by all existing enactment on environmental protections and rules made thereunder, regulations, notifications and bye-laws of the State or Central Government or local authorities and any other law, bye-law, regulation that may be issued in this respect in future by the State or Central Government or local authority. Salient features of some of the laws that are applicable are given below:

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 47 Signature of Tenderer

46.1.1 The Water (Prevention and Control of Pollution) Act , 1974

This provides for the prevention and control of water pollution and maintaining and restoring of wholesomeness of water. “Pollution” means such contamination of water or such alteration of the physical, chemical or biological properties of water or such discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life and health of animals or plants or of aquatic organisms.

46.1.2 The Air (Prevention and Control of Pollution) Act, 1981

This provides for prevention, control and abatement of air pollution. “Air Pollution” means the presence in the atmosphere of any “air pollutant”, which means any solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend to be injurious to human beings or other living creatures or plants or property or environment.

46.1.3 The Environment (Protection) Act, 1986

This provides for the protection and improvement of environment and for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants and property. Environment includes water, air and land and the inter-relationship which exists among and between water, air and land, other living creatures, plants, micro-organism and property.

46.1.4 The Public Liability Insurance Act, 1991

This provides for public liability insurance for the purpose of providing immediate relief to the persons affected by accident occurring while handling hazardous substances and for matters connected herewith or incidental thereto. Hazardous substance means any substance or preparation, which is defined as hazardous substance under the Environment (Protection) Act, 1986, and exceeding such quantity as may be specified by notification by the Central Government.

46.1.5 Environmental & Forest clearances

Environmental & Forest clearances for the project will be obtained by the Railways. The contractor must organize his work in such a way that the ecology of the area is least affected adversely. The instructions issued in this regard will have to be carefully followed. Particular attention is required in case of making the pits for taking out the earth from the quarries and also in the dumping of cut spoils, etc.

46.2 Environmental Management Plan during construction: Contractor shall take adequate care at his own cost for the following measures:

46.2.1 Avoid generation of dust due to construction activities. Construction site should be watered adequately and periodically to minimize fugitive dust generation.

46.2.2 All possible and practicable measures to control dust emission during drilling operations.

46.2.3 Exhaust emissions from all construction equipments shall adhere to vehicle emission norms laid out by Central Pollution Control Board.

46.2.4 Chasis, engine and body of all vehicles used at site shall be clean, free from surplus oil and grease. Regular maintenance of all vehicles shall be ensured. Fuel tank, feed lines, lights, brakes, steering mechanism, other parts shall be in good working order. Damaged silencers of construction vehicles shall be promptly replaced. Vehicles shall be in proper maintained condition in all respects for the safe driving, transportation and working.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 48 Signature of Tenderer

46.2.5 No lubricants, oil, solvents or paint products should be allowed to discharge into water courses, either by direct discharge, or as contaminants carried in surface water runoff from construction site.

46.2.6 Domestic sewage generated from site toilets and washing facilities provided for construction workers should be collected separately and disposed off or appropriately treated to comply with statutory requirements and as per instructions of Engineer-In-Charge.

46.2.7 Labour force in the labour camps should use LPG cylinders to avoid encroachment on forest area during construction phase.

46.2.8 The contractor is required to comply with all precautions as required for the safety of workmen as per the applicable labour law.

46.2.9 Adequate precautions shall be taken to prevent danger from electrical equipments.

46.2.10 All machines/equipments used shall conform to the standards/codal provisions and shall be regularly inspected and calibrated.

46.2.11 The electric wirings shall be well insulated and firmly secured.

46.2.12 A readily available first aid unit including an adequate supply of sterilized dressing material and appliances shall be provided as per the requirements under the Factory Act. Depending upon the number, the health facilities shall be arranged as WHO Norms.

46.2.13 Anti-malarial measures shall be complied. Regular cleaning of drains carrying waste water shall be ensured.

(K) MANPOWER

47.0 Employment of Qualified Engineers

47.1 The contractor shall employ sufficient number of technical staff who shall be qualified Project Manager, Qualified Site Engineers (Civil / Electrical) and Civil Diploma holders as required. The minimum number required to be deployed is stated in Special Conditions of Contract Part -B (Clause 5.2).

47.2 In case the contractor fails to employ the technical staff as aforesaid to the satisfaction of the Engineer-in-charge, he shall be liable to pay in case of each month of default, a reasonable amount not exceeding a sum of Rs. 2,50,000/- (Rs. Two Lacs Fifty Thousand only) for Project Manager and Rs.1,00,000/- (Rs. One Lacs only) for each Diploma supervisor (Civil/ Electrical). In addition to above, KRCL reserves the right to take any other remedial action as per provision of contract.

47.3 The Contractor's technical staff should be available at site to take instructions from the Engineer-in-charge.

47.4 The list of names, qualification and experience of these personnel should be furnished along with the tender documents. The contractor should also submit a list of names of Project Manager, Site Engineers (Civil / Electrical) and Diploma holders (Civil / Electrical) with their bio-data and proof of qualification to the Corporation within 15 days from the date of issue of letter of acceptance for approval by the Engineer. Any further changes should be advised and got approved by KRCL. The contractor shall submit the list of graduate Civil / Electrical Engineers and Civil / Electrical Diploma holders available at site with every monthly on account bills.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 49 Signature of Tenderer

(L) LABOUR

48.0 Contractor to indemnify Corporation

48.1 The Contractor shall keep the Corporation indemnified in case any action is taken against the Corporation by the competent authority on account of contravention of any of the provisions of any Act or rules made thereunder, regulations or notifications including amendments. If the Corporation is caused to pay or reimburse such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer-in-charge or his representative/Corporation shall have the right to deduct any money due to the Contractor including his amount of performance security. The corporation/Engineer-in-charge or his representative shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the corporation.

49.0 Claims on account of violation of labour laws

49.1 If any money shall as a result of any instructions, directions or decisions from the authorities or claim or application made under any of the labour laws or regulations be directed to be paid by the Engineer-in-charge because of any failure of the Contractor, such money shall be deemed to be money payable to the Engineer-in-charge by the Contractor and on failure of the Contractor to repay the Engineer-in-charge any money paid or to be paid as aforesaid within seven days after the same shall have been demanded, the Engineer-in-charge shall be entitled to recover the amount from any money due or becoming due to the Contractor under this or any other contract with the Employer. The Engineer-in-charge shall not be bound to contest any such claim or demand unless the Contractor makes a written request for it, and Contractor’s reasons for contesting are considered reasonable by the Engineer-in-charge and the Contractor deposits the full cost that the Engineer-in-charge may have to incur in contesting the case.

49.1.1 The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the Corporation at any point of time.

49.1.2 Some major laws applicable to establishments engaged in building and other construction work are given hereunder for reference :

i) Workmen Compensation Act 1923

ii) Payment of Gratuity Act 1972

iii) Employees P.F and Miscellaneous Provision Act 1952

iv) Maternity Benefit Act 1951

v) Provision of Contract Labour (Regulation & Abolition) Act 1970.

vi) The Building & other Construction workers welfare cess Act, 1996.

vii) Minimum Wages Act 1948

viii) Payment of Wages Act 1936

ix) Equal Remuneration Act 1979

x) Payment of Bonus Act 1965

xi) Industrial Disputes Act 1947

xii) Industrial Employment's (Standing Orders) Act 1946

xiii) Trade Unions Act 1926

xiv) Child Labour (Prohibition & Regulation) Act 1986

xv) Inter-State Migrant workmen's (Regulation of Employment and Conditions of service) Act 1979

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 50 Signature of Tenderer

50.0 Employees Provident Fund

50.1 As Per Section 36(b) of the Employee Provident Fund Scheme 1952, every contractor shall within seven days of the close of every month, submit to the principal employer a statement showing the recoveries of contributions in respect of employees employed by or through him and shall also furnish to him such information as the principal employer is required to furnish under the provisions of the scheme to the Provident Fund Commissioner.

50.2 The Contractor shall be liable to pay before the due date his contribution, employee’s contribution and other administrative charges as per provisions of the Employees Provident Fund Act as amended from time to time, in respect of all the staff and labour employed by him for the execution of the contract. In the event of his failure to follow the above provisions, the Corporation has to pay the said amount of contribution as assessed to the Provident Fund Commissioner and the Corporation will recover from the Contractor the amount paid to the Provident Fund Commissioner, out of the sums due and payable to the Contractor.

50.3 In such case of failure on the part of Contractor, Contractor shall indemnify and save harmless the Corporation from and against all actions, suits, proceedings, losses, costs, damages, charges, claims and demands of every nature and description brought or recovered against the Corporation by reasons of any act or omission of the Contractor, his agents or employees in connection with complying the provisions of the Employees Provident Fund & Miscellaneous Provisions Act, 1952 as amended from time to time. All sums payable by way of compensation / penalty / damages / interest on the outstanding amounts payable by the Contractor shall be considered as reasonable and be payable by the Contractor to the Corporation immediately and if the Contractor does not pay the amount immediately the same will be deducted from the security deposit or earnest money or any other amount available with the Corporation or any money payable to the Contractor by the Corporation.

50.4 Contractor should submit a Compliance Certificate along with the details of employees and recoveries made to the Konkan Railway Corporation as per the proforma [Appendix-6 (D) ] mentioned every month within seven days of the close of every month as per the provisions of the Employees Provident Fund and Miscellaneous Provisions Act, 1952 as amended from time to time.

51.0 Employees Pension Scheme

51.1 As per section 22 of the Employees Pension Scheme,1995, every contractor shall submit to the principal employer within seven days of the close of every month a statement showing the particulars in respect of employees employed by or through him in respect of whom contributions to the Employees Pension Fund are payable and shall also furnish to him such information as the principal employer is required to furnish under the provisions of this scheme to the Commissioner.

52.0 Engagement of local labour, land oustees, tran sporter and other service facilitators

52.1 As far as possible, local vehicles to be hired. As far as possible, employment shall be given to local youths of J&K state and skilled, unskilled categories of workmen like drivers, cooks, computer operators, labours etc. shall be locally deployed. Contractor shall regularly clear the payment of employees, transporters, sub-contractors etc.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 51 Signature of Tenderer

(M) ARBITRATION AGREEMENT

53.0 Settlement of Disputes

53.1 For settlement of disputes with central PSUs, the procedure as per extant orders of Permanent Machinery for Arbitration (PMA), Bureau of Public Enterprises, Government of India shall be followed.

53.2 In addition to list of excepted matters provided in clause No. 63 of GCC of Northern Railway the following clauses of Special Conditions shall also be treated as “excepted matters”.

a) Special Conditions of Contract Part A

1. Clause 19.1

2. Clause 21.2

3. Clause 24.1

4. Clause 24.2

5. Clause 26.2

6. Clause 34.1

7. Clause 37.1

b) Special Conditions of Contract Part B

1. Clause 6.0

2. Clause 6.4

c) Special Conditions of Contract Part C

1. Clause 3.2.1

2. Clause 3.2.2

3. Clause 15.0

54.0 Standing Arbitral Tribunal

54.1 The Arbitral Tribunal shall consist of a panel of three Gazetted Railway Officers not below JA grade, or 2 Railway Gazetted Officers not below JA Grade and a retired Railway Officer, retired not below the rank of SAG Officer as the Arbitrators. The SAT shall be formed within three months from the date of the execution of the Contract. For this purpose, the Corporation will send a panel of more than 3 (Three) names of Gazetted Railway Officers of one or more departments of the Railway, which may also include the name(s) of retired Railway Officers empanelled to work as Railway Arbitrator to the contractor. Within two weeks from the receipt of the list, the contractor shall intimate in writing two names from the said list to the Managing Director, KRCL. The Managing Director, KRCL shall appoint at least one out of them as the contractor’s nominee and will, also simultaneously appoint one more person from the said list as Corporation’s nominee and also appoint the third member, duly indicating the presiding Arbitrator from amongst the 3 (Three) Arbitrators so appointed. While nominating the Arbitrators, it will be necessary to ensure that one out of them is from the Accounts department.

54.2 If the contractor fails to select the members from the approved panel within 14 (Fourteen) days of the date of the receipt of the said approved panel, the Corporation shall immediately in writing inform this fact to the Managing Director, KRCL. On receipt of this information, the Managing Director, KRCL shall within two weeks, appoint one Arbitrator from the list of arbitrators given to the contractor.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 52 Signature of Tenderer

54.3 If one or more of the Arbitrators appointed refuses to act as Arbitrator, withdraws from his office as Arbitrator, or vacates his office or is unable or unwilling to perform his functions as Arbitrator for any reason whatsoever or dies or in the opinion of the Managing director of KRCL, fails to act without undue delay, the Managing Director shall terminate the mandate of such Arbitrator and thereupon new Arbitrator shall be appointed in the same manner, as the outgoing Arbitrator had been appointed.

54.4 In the specific cases of any misconduct by any of the members of the TRIBUNAL, the parties shall have the right to specifically bring it to the notice of the TRIBUNAL such conduct, through a statement filed with necessary documents in proof of such misconduct and the TRIBUNAL, after taking NOTICE of such conduct initiate the replacement of the member concerned, in the same manner the member to be replaced was appointed.

54.5 Reference to Arbitration :

54.5.1 Under Clause 43 of the Standard General Conditions of Contract of Northern Railway, the Contractor has to prepare and furnish to the Engineer-in-charge and to Chief Engineer of Project, once in every six months an account giving full and detailed particulars of all the claims for any additional expenses, to which the Contractor may consider himself entitled to and all extra or additional works ordered by the engineer which he has executed during the preceding six months. If any dispute has arisen as regards execution of the works under the contract, while submitting the said half yearly claims, the contractor shall give full particulars of such dispute in the said submission. After signing Arbitration Agreement, in the first submission of claims, contractor shall submit all the claims from the date of award of contract to the date of first submission.

54.5.2 The Contractor will submit a copy of the half yearly claims under Clause 43 of General Conditions of Contract of Northern Railway, to Chief Engineer, along with particulars of any other disputes which may have arisen between the parties in respect of the execution of the Contract to the Arbitral Tribunal.

54.5.3 The parties shall submit all the relevant documents in support of their claims and the reasons for raising the dispute to the TRIBUNAL.

54.5.4 If the claims made by the Contractor in the said submission to Chief Engineer, is refuted or the payment is not made within one month from the date of the submission of the said half yearly claims, a dispute would be deemed to have arisen between the parties. The contractor, within one month from the date when the dispute arises or is deemed to have arisen, will communicate to the Arbitral Tribunal on a half yearly basis of the said refusal/non payment. The said communication will be the reference of the dispute to the ARBITRAL TRIBUNAL appointed under the present agreement.

54.5.5 The said claims of the contractor so referred to ARBITRAL TRIBUNAL so far it relates to the disputed claims, shall be treated as Statement of Claims of the Contractor and the ARBITRAL TRIBUNAL shall call upon the KRCL to submit its reply. The ARBITRAL TRIBUNAL after giving an opportunity of being heard to both the parties, decide the dispute within a period of two months from the date of communication of the dispute under clause 54.5.3 above. The Arbitral Tribunal will pass a reasoned award in writing, while deciding the Dispute. Once the award is declared, the Arbitral Tribunal cannot review the same except what is permissible in terms of provisions contained in Arbitration and Conciliation Act, 1996. The parties shall be entitled to the remedies under the Arbitration and Conciliation Act 1996 or any amendment thereof

54.5.6 The parties agree that all the claims of any nature whatsoever, which the contractor may have in respect of the work of the preceding six months, should be made in the said Statements of half yearly claims. If the Contractor does not raise the claim, if any, arising from the work done in the preceding six months in the statement of half yearly claim, to Engineer in Charge and Chief Engineer, the Contractor shall be deemed to have waived and given up the claims. The ARBITRAL TRIBUNAL shall not entertain such disputes, which have not been

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 53 Signature of Tenderer

raised in the statement of half yearly Claim before the Chief Engineer/Engineer-in-Charge and such claims will stand excluded from the scope of arbitration and beyond the terms of reference to the ARBITRAL TRIBUNAL.

54.5.7 The parties agree that where the Arbitral award is for payment of money, no interest shall be payable on the whole or any part of the money for any period till the date on which the award is made.

54.5.8 After receiving the intimation from the KRCL that the final bill is ready for payment, the Contractor shall within 60 (sixty) days of such intimation make a detailed statement of claims if any arising after the submission of the last half yearly statement mentioned in clause 54.5.1 above, to the KRCL. If the claim is refuted or the payment is not made within 3 (three) months from the receipt of the said statement, a dispute would be deemed to have arisen in respect of such claims, which will be decided by the ARBITRAL TRIBUNAL in the same manner as clause 54.5.4, 54.5.5 and 54.5.6 above . If no such claims are raised, the contractor would be deemed to have no claims.

54.6 General Terms

54.6.1 The Arbitral Awards shall be implemented by both the parties unless challenged under the provisions of the Arbitration Act 1996.

54.6.2 The Obligations of the Employer, the Engineer-in-charge and the Contractor shall not be altered by reasons of arbitration being conducted during the progress of works. Neither party shall be entitled to suspend the work on account of arbitration and payments to the Contractor shall continue to be made in terms of the contract and /or as awarded (except when Award is challenged in the Court in which case the payments would be as per the court’s orders )

54.6.3 The provisions of the Arbitration and Conciliation Act 1996, with statutory modifications thereto will apply to the Arbitration proceedings under this agreement.

54.6.4 Subject to the contents of the foregoing clauses, all the disputes which may arise between the parties in connection with or arising out of the Contract or the execution of the Works, whether during the execution of works or after their completion and whether before or after the repudiation or after termination of contract, shall be referred to the ARBITRAL TRIBUNAL appointed under this agreement. The ARBITRAL TRIBUNAL shall decide the disputes in accordance with the terms of the PRINCIPAL CONTRACT excluding excepted matters defined in General Conditions of Northern Railway and/or in Principal Contract Agreement, which fall beyond the jurisdiction of Arbitrators and matters which under the terms of the Contract attain finality.

54.6.5 The ARBITRAL TRIBUNAL shall remain in force during the entire period the PRINCIPAL CONTRACT is in force and until the closure of the PRINCIPAL CONTRACT with the final no claim certificate, which will be filed with ARBITRAL TRIBUNAL . However, the time limitation for filing final list of claims is governed by clause 54.5.8 above. The agency shall submit no claim certificate except for the claims raised during earlier half yearly claims.

54.6.6 The Arbitral Tribunal shall conduct the Arbitration proceedings at Mumbai/Delhi or any other convenient venue which shall be decided by KRCL.

54.6.7 The cost of arbitration shall be borne equally by the respective parties. The cost shall inter-alia include fee of the arbitrators as per the rates fixed by the Konkan Railway Corporation Limited from time to time.

Special Conditions of Contract Part – A Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 54 Signature of Tenderer

55.0 Settlement through Court

55.1 It is a term of this contract that the Contractor shall not approach any Court of Law for settlement of such disputes or differences unless an attempt has first been made by the parties to settle such disputes or differences through clauses 54.0 above.

55.2 The contract shall be governed by the law for the time being in force in the Republic of India. In case of any disputes/differences resulting in court case/s between contractor & KRCL, the jurisdiction shall be of Courts at Mumbai only.

**********

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 55 Signature of Tenderer

SPECIAL CONDITIONS OF CONTRACT – PART B

(Construction of Higher Secondary School Building and its Ancillary Works)

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 56 Signature of Tenderer

Construction of Higher Secondary School Building an d its Ancillary Works

1.0 Salient features

1.1 Higher Secondary School Building is proposed to be constructed in the vicinity of Sangaldan Railway Station in District Ramban, situated on the alignment of Katra – Dharam Section of USBRL Project in J&K State.

1.2 The plan, section & elevation details as indicated in the relevant drawings are tentative. The finalized drawings and the exact locations of the buildings will be furnished to the Contractor by the Engineer at the appropriate time.

2.0 Geological Condition

2.1 The regional geology and tectonic framework of the area indicates that the region is capable of generating earthquake. The area falls in seismic zone – V of Indian standard seismic zoning map of India.

2.2 The geology of the location consists of scree / debris / hill wash out / slide debris with large lateral as also vertical variation.

3.0 Scope of work

3.1 The scope of work shall be construction of higher secondary school building at Sangaldan.

3.2 The works mainly involves building of ground floor and 1st floor, RCC Raft / strip / isolated foundation, RCC Column-Beams framed structures, RCC Slab and RCC sloped roof, concrete and brick works, stone work, woodwork, steel work, wood & glass work, sunshades, water supply, sanitary & drainage and other allied miscellaneous works.

3.3 The scope also envisages site office for railway.

3.4 The work also includes electrical works for buildings.

3.5 The works shall be carried out as per approved design and drawings and as per the instruction of the Engineer-in-Charge.

4.0 Drawings

4.1 The drawings are given in the Vol. II/III of the tender document. The construction shall be as per Corporation’s approved drawings. The drawings attached are for guidance only and Corporation may modify the drawings to suit site conditions and contractor shall have no claim on this account.

5.0 Organization

5.1 The contractor shall submit to the Engineer in charge, not later than 15 days of the award of contract, the organization chart showing key positions, and CV’s of the incumbents and the brief job descriptions. The Engineer shall issue Notice of “No-objection” or otherwise to the appointment of key positions within one week. KRCL shall have the right to reject, at any time, and ask for replacements to incumbents, due to their lack of requisite competence.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 57 Signature of Tenderer

5.2 The following positions shall be considered as key positions. The deployment of these key positions shall be made as per the directions of Chief Engineer.

Sl. No. Post and Minimum Eligibility Requirements

1 Construction Leader/Project Manager - Civil Engineering Graduate with 5 or more years of experience.

1

2 Diploma Civil Supervisors with Diploma in Civil Engineer from Govt. recognized polytechnic and 3 or more years of experience.

1

3 Diploma Electrical Engineer with Electrical Diploma from Govt. recognized polytechnic and 3 or more years of experience.

1

5.3 The staff appointed at site shall have adequate experience with proven capability. Construction Leader / Project Manager (in-charge of work), Site Engineer must be a Graduate Engineer with relevant years of experience as indicated above with proven track record preferably in construction of RCC framed buildings and development of townships.

5.4 Diploma Engineers must be with relevant years of experience as indicated above with proven track record preferably in construction of RCC framed buildings and development of townships.

5.5 No objection by Engineer to the Contractor’s organization, shall not absolve the contractor of his responsibility, in any way, under the contract.

6.0 CODES AND SPECIFICATION

6.1 Construction shall be as per various Codes of practice of BIS, IRS and IRC, some of them are mentioned below for guidance. The list is for guidance and is by no means exhaustive and provisions of relevant codes even not mentioned therein shall be binding on the contractor. In case of contradictions between provisions of various Codes or between Codes and clauses mentioned in these documents, the decision of Engineer-in-charge shall be final and binding on the contractor. Contractor(s) shall keep at his own cost a copy of latest edition of all relevant codes and specifications in his/their field office or site laboratory.

6.2 Following Specifications shall be applicable.

• N. Railway specifications for materials and work 1987.

• CPWD Specification 2009 for material and works

• CPWD General Specifications for Electrical Works Part-1(Internal) 2005

• Any other relevant IRS / IS / Other Code as per the Engineer-in-charge.

6.3 Codes of practice to be followed:

6.3.1 The following codes of Practice as amended from time to time shall be followed generally unless otherwise specified in the Special Conditions of Contract or Schedules.

• IS: 5878 (Part 1) 1971 Precision Survey and setting out.

• IS: 4081-1967 - Safety Code for Blasting and Related drilling operations.

• IS: 9103-1979 - Admixtures for Concrete.

• IS: 3764-1966 - Safety Code for Excavation work.

• IS: 4138-1977 - Safety Code for Working on Compressed Air.

• IS: 7293-1974 - Safety Code for Working with construction Machinery.

• IS: 823-1964 - Code of procedure for manual metal Arc welding of mild steel.

• IS: 816-1969 - Code of practice for use of Metal Arc welding for General Construction in Mild steel.

• IS: 1566-1967 - Hard Drawn steel wire fabric for Concrete reinforcement.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 58 Signature of Tenderer

• IS: 456-2000 - Code of Practice for Plain and Reinforced Concrete.

• IS: 1893-1975 - Criteria for Earth quake resistant design of structures.

• IS: 1200 (Part - XXV) 1971 - Methods of Measurement of Building and Civil Engineering works.

• IS: 1905-1980 - Code of Practice for Structural safety of Buildings, Masonry walls.

• IS: 1256-1967 - Codes of Practice for Building Byelaws (First Revision)

• IS: 800-1962 - Code of Practice for use of Structural steel in General Building Construction.

• IS: 2339 for Aluminium Paint ready mix;

• IS: 2062-1975 for Structural Steel fusion welding quality;

• IS: 961-1975 Indian Standard Specification for structural Steel (High tensile) revised SR-58-HTC grade with copper content of 0.2 to 0.35 per cent shall be used for the High Tensile steel items.

• IS: 1149-1973 for High tensile steel rivet bars for structural purpose, with copper content of 0.2 to 0.35 per cent;

• IS: 1148-1964 - Rivet bars (Mild Steel) for structural purpose,

• IS: 1929-1961 and IS 2155-1962 - General Dimensions of rivets;

• IS: 102-1962 for Paint ready mixed red lead, non-setting,

• IS: 123-1962 - Paint ready mixed red oxide genuine;

• IS: 1367-1967 for Mild Steel bolts and nuts.

• IS: 4082-1996 - Carriage of materials, recommendations of stacking & storage of construction material at site.

• IS: 1200 (Part I) – 1992 Earthwork, methods of measurement.

• IS: 11134-1984 – Code of practice for setting out of works.

• IS: 1904-1978 – Code of practice for structural safety of building foundations.

• IS: 3696 (Part I) 1987 – Safety code for scaffoldings and ladders (scaffoldings).

• IS: 3696 (Part II) 1987 – Safety code for scaffoldings and ladders (ladders).

• IS: 8112-1989 – Specification for 43 grade Ordinary Portland Cement.

• IS: 1727 – Specification for sand for plaster.

• IS: 2250 – Specification for sand for masonry.

• IS: 383-1970 – Specification for fine & coarse aggregates.

• IS: 7861 (Part I & II) – Code of practice for hot weather and cold weather concreting.

• IS: 516 - Method of test for strength of concrete.

• IS: 432 (Part I & II) – Specification for mild steel, medium tensile steel and hard drawn steel wire for concrete reinforcement.

• IS: 1786-Specification for T.M.T. bars for concrete reinforcement.

• IS: 12502-Code of practice for bending and fixing of bars for concrete reinforcement.

• IS: 1077-1992-Specifications of common burnt clay building bricks (5th revision).

• IS: 1123-1975 – Method of identification of natural stones.

• IS: 1126-1976 – Method of tests or determination of durability of natural building stones (reaffirmed 1990).

• IS: 1003 (Part I) 1991 – Specification for timber panelled and glazed shutters (door shutters).

• IS: 1003 (Part II) 1993 – Specification for timber panelled and glazed shutters (window & ventilator shutters).

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 59 Signature of Tenderer

• IS: 1200 (Part XII) – 1973 – Wood work Joinery (reaffirmed 1992).

• IS: 1038-1983 – Steel doors, windows and ventilators (reaffirmed 1991).

• IS: 2571-1990 – Code of practice for laying cast in situ cement concrete flooring.

• IS: 277-1992 – Galvanised steel sheets (plain & corrugated).

• IS: 1540.00-1979 – Cast iron Rain Water Pipes & fittings (reaffirmed 1991).

• IS: 427-1965 – Distemper dry, colour as required.

• IS: 428-1969 – Distemper oil emulsion, colour as required.

• IS: 2932-1994 – Synthetic enamel paints exterior.

• IS: 5410-1992 – Cement paints.

• IS: 5411-1974 – Plastic emulsion paints.

• IS: 1729-1979 – Sand cast iron spigot and socket soil waste and ventilating pipes and fittings.

• IS: 771 (Part I & II)-1985- Glazed fire clay sanitary appliances.

• IS: 458-1988 – Precast concrete pipes (with and without reinforcement).

• IS: 651-1992 – Specification for salt glazed stone ware pipes and fittings.

• IS: 1726-1991 – Specification for cast iron manhole covers and frames.

• IS : 226-1975 - Structural steel (Standard Quality)

• IS: 1868, IS: 2095, IS: 4456, IS: 12200,

• Indian Railway's Schedule of Dimensions of Broad Gauge-2004.

• Indian Explosive Act-1988.

• Indian Explosive Rules-1983.

• All other relevant IS codes as applicable for completion of work.

• All other approved plans & drawings for building work, water supply, sewerage and drainage works.

6.3.2 Wherever any Code / Specification etc. has been mentioned at any place in these tender documents, latest amendments/latest codes/latest specification etc. shall be followed.

6.4 KRCL reserves the right to reject or alter any part of the work executed by the Contractor which in the judgment of KRCL does not comply with the requirements of the above specifications. The decision of KRCL shall be final and conclusive for all purpose and contractor shall have no claim on this account whatsoever.

7.0 SETTING OUT OF WORKS

7.1 Coordinates of Land Boundary at 4 or more points as required at corners will initially be provided by the Engineer or his representative to the contractor. The contractor shall thereafter, set out the scope of work and every part thereof. The contractor shall be responsible for the accuracy of the lines, levels and dimensions of the work in accordance with the drawings. The contractor shall also alter or amend any error in the dimensions, lines or levels or work set out or constructed by him to the satisfaction of the Engineer.

7.2 For this purpose, the contractor will, establish permanent benchmarks and stationery points as directed by engineer-in- charge. With reference to these, the alignment / layout shall be set out and controlled by the contractor. The contractor should also establish at suitable points, as directed by the Engineer, permanent reference marks inscribed on steel pegs set in concrete blocks at locations, which are free from disturbances. The contractor will not be paid for making these permanent benchmarks / stationary points / permanent reference marks and cost of these works will be deemed to be included in the tendered cost. The alignment, level and grade shall be checked and controlled by the contractor from time to time with reference to these points as directed by the Engineer.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 60 Signature of Tenderer

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

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

8.0 EXCAVATION FOR OPEN FOUNDATIONS

8.1 Clearance of Site: The contractor will at his own expense, clear the site of all obstructions to enable the setting out to be done and will also provide all necessary labour, pegs, string etc. required for the proper setting out of the work.

8.2 Setting out: The center, longitudinal or face line and at least one main cross line shall be marked by means of small masonry pillars built clear of the point to which the slopes for the excavation will extend. On each pillar, there shall be an accurate mark to enable a Theodolite / Total station being set up over it for setting out purposes. These pillars shall be adequately protected from any possibility of damage during the course of work. The provision and protection of the pillars shall be at the expense of the contractor, for which nothing extra shall be paid.

8.3 Excavation and Disposal: The Excavation for the foundations shall be executed to the depths shown on the drawings, or such greater or lesser depths as the character of the ground necessitates to ensure a stable and solid foundation, and as directed by Engineer. Should the excavation by the contractor either by negligence or mistake be of greater dimensions than area necessary, no payment shall be made for this extra excavation and the contractor will bear the cost of the concrete required to fill up the excess excavation.

8.4 Shuttering and shoring: Excavations for foundations shall be executed with proper shoring and struting as may be necessary and as directed by the engineer. Whatever the method adopted for the excavation it shall be efficiently carried out to ensure its stability and safety of adjoining lands, pipes and other structures, as also the safety of the labourer employed on excavation work. No extra payment shall be payable to contractor on this account. The rates of excavation shall be inclusive of this activity.

8.5 Bottom of foundations: The bottom of foundations shall be accurately excavated to the form of the permanent work and carefully leveled and cleaned, and if dry, shall be well watered and thoroughly rammed, and all loose or soft material of every kind shall be entirely removed before the work is started. Where the excavation is in rock, the sides of the trenches shall be properly sheared and cut, and the bottom shall be dressed and stepped for proper bearing as per plans or as directed by Engineer, all without any extra payment.

8.6 Disposal of spoils: All cut spoil from excavation of foundations shall be neatly spread to make up the adjacent ground or otherwise disposed off at designated dumping locations in manner and method as approved by KRCL.

8.7 Inspection: Foundation excavation work shall be approved by the Engineer-in-charge before laying the concrete. The bottom of the excavation shall be carefully examined for any soft spots. Should any such places be found all the soft earth must be removed and the holes filled with concrete with the same mix as that of foundation concrete or as directed by the Engineer. If differences of level have to be provided for, it shall be done by means of vertical steps.

8.8 Measurements: All payment of earthwork in excavation shall be made based on plan area of foundation as shown in approved drawing. The quantity will be the product of the area of the foundation and the average depth to which the trench is to be cut, and is not to include slopes and slips due to the falling of the sides or due to undermining, or any other cause whatsoever.

8.9 Back Filling in Foundation: Back filling around foundation is to be done with released earth in layers with minimum voids and inter-spaces are to be filled with smaller size rock pieces / gravel. Back fill shall be well rammed in layers not exceeding 15 cm, each layer being

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 61 Signature of Tenderer

watered, rammed and consolidated before the succeeding one is laid. Earth shall be rammed with iron rammers where feasible, and with the butt ends of crow-bars where rammers cannot be used. Earth used for filling shall be free from salts, organic or other foreign matter. All clods of earth shall be broken or removed. Rates for the back filling are deemed to be included in the Earthwork in excavation and no extra payment for this shall be made.

8.10 Dressing of surrounding ground : On the completion of work the ground all round up to a distance of 5 m is to be carefully dressed.

9.0 CONCRETE WORKS

9.1 Aggregates for Concreting

9.1.1 Coarse Aggregates

9.1.1.1 Coarse aggregate shall conform to requirements of IS 383 & IS 456.

9.1.1.2 All coarse aggregate material shall be chemically inert, strong, hard, of limited porosity and free from adhering coatings, clay and organic or other impurities that may cause corrosion of the reinforcement or affect the strength and durability of the concrete.

9.1.2 Fine Aggregates

9.1.2.1 Fine aggregate shall be of approved quality and grading conforming to IS: 383 & IS: 456. It shall be free from impurities and deleterious substances.

9.1.2.2 The decision of Engineer-in-charge shall be final regarding approval of the coarse and fine aggregates for the concreting works. The contractor shall be required to carry out washing and sieving of aggregates if directed by Engineer-in-charge and all costs for the same shall be borne by the contractor.

9.2 Storage of Aggregates

9.2.1 Aggregates shall be delivered at site and stored in separate sizes as ordered by the Engineer-in- charge. The Engineer-in-charge shall decide and direct the contractor to bring, stack and store aggregates in different sizes as he deems necessary for the proper quality control. Aggregates shall be stored or stock piled in such a manner that segregation of fine and coarse sizes will be avoided and also that the various sizes will not become intermixed before proportioning. These shall be stored, stock piled and handled in such a manner that will prevent contamination by foreign/ deleterious materials. In the case of fine aggregates they shall be deposited at the mixing site for not less than 8 hours before use and should be got tested and approved by the Engineer.

9.3 Water

9.3.1 The contractor has to arrange good quality water for construction indicating the source. The physical and chemical properties of water shall be conforming to the requirements of IS 456-2000.

9.3.2 Water used for mixing and curing shall be clean and free from injurious quantities of alkalies, acids, oils, salts, sugar, organic materials, vegetable growth or other substance that may be deleterious to bricks, stone, concrete or steel. Potable water is generally considered satisfactory for mixing. The Ph value of water shall be not less than 6.

9.3.3 Water found satisfactory for mixing is also suitable for curing. However, water used for curing shall not produce any objectionable stain or unsightly deposit on the surface.

9.3.4 Water from each source shall be tested before the commencement of the work and thereafter once in every three months till the completion of the work. In case of ground water, testing shall also be done for different points of drawdown. Water from each source shall be got tested during the dry season before monsoon and again after monsoon.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 62 Signature of Tenderer

9.4 Cement

9.4.1 Contractor will use 43 Grade ordinary Portland cement conforming to IS: 8112. Any other grade of cement, if required for the work, shall be used with the prior approval of Engineer-in-charge. The cement shall be tested as per specification and got approved from Engineer-in-charge before use. In case the contractor desires to use higher grade cement the same can be done with the approval of Engineer-in-charge at no extra cost.

9.4.2 Different types of cement shall not be mixed together. In case more than one type of cement is used in any work, a record shall be kept showing the location and the types of cement used.

9.4.3 Storage of Cement:

9.4.3.1 Cement in bags shall be stored and stacked in a shed which is dry, leak proof and as moisture-proof as possible. Flooring of the shed shall consists of the two layers of dry bricks laid on well consolidated earth to avoid contact of cement bags with the floor. Stacking shall be done about 150 to 200 mm clear above the floor using wooden planks. Cement bags shall be stacked at least 450 mm clear off the walls and in rows of two bags leaving in a space of atleast 600 mm between two consecutive rows. In each row the cement bags shall be kept close together so as to reduce air circulation. Stacking shall not be more than 10 bags high to avoid lumping under pressure. In stacks more than 8 bags high, the cement bags shall be arranged in header and stretcher fashion i.e. alternately lengthwise and crosswise so as to tie the stacks together and minimize the danger of toppling over.

9.4.3.2 Different types of cement shall be stacked and stored separately.

9.4.3.3 Cement bags shall be stacked in a manner to facilitate their removal and use in the order in which they are received.

9.4.3.4 For extra safety during monsoon, or when cement is expected to be stored for an unusually long period, each stack shall be completely enclosed by a water proofing membrane, such as polyethylene, which shall cover the top of the stack. Care shall be taken to see that the water proofing membrane is not damaged at any time during use.

9.4.3.5 Storage of cement at the work site shall be at the contractor’s expense and risk. Any damage occurring to cement due to faulty storage in contractor’s shed or on account of negligence on his part shall be the liability of the contractor.

9.4.3.6 Additional details for storage shall be as per IS-4082.

9.4.4 Admixtures/ Plasticizers

9.4.4.1 Use of Admixtures/ Plasticizers is not normally permitted. Where it is considered absolutely essential, prior approval of the Engineer is necessary. This should be indicated by the contractor in mix design. However, the contractor should furnish mix design/ test cubes with/without additives. Nothing shall be paid for use of approved admixtures / plasticizers and rates of cement concrete RCC are deemed to be inclusive of this.

9.4.4.2 Before using the admixtures, the contractor shall carry out experiments and tests in advance of using these admixtures, to ascertain if results obtained comply with relevant specifications and are suited to his method of working and the equipment used by him. The Concrete made with admixtures shall fulfill the physical requirements in regard to setting time, workability, compressive strength etc. The rate for concrete work shall include the cost of carrying out such tests, all lead, lift and handling involved, the equipment for use of these admixtures, mixing the admixtures, in specified proportions etc., complete. Admixtures containing calcium chloride, & SO3 ions and nitrates shall not be used. Admixtures based on thiocynate may promote corrosion and therefore shall not be used.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 63 Signature of Tenderer

9.5 Steel

9.5.1 The contractor is required to arrange steel at his own cost required for works as per approved drawings and conforming to specifications.

9.5.2 Thermo- Mechanically Treated (TMT) bars of Fe 500/ Fe 550 satisfying requirement of IS:1786 shall be used for all RCC work.

9.5.3 Payment for reinforcement steel shall be made as per total weight calculated based on total length of different dia. steel bars used as per approved drawings or as directed by Engineer-in-Charge considering standard weights of steel bars as per codes.

9.5.4 Payment shall be made for actual quantity of steel used as per approved drawings and nothing extra shall be paid for wastages.

9.5.5 Steel shall be free from loose mill scale, rust, oil, grease, dirt, paint or other deleterious matter, when examined immediately before concrete is being placed.

9.5.6 Reinforcement steel shall be stored off the ground in separate groups according to size and length.

9.6 Reinforcement Placement

9.6.1 The contractor will furnish a bar-bending schedule on the basis of approved drawing and actual length of bar available indicating the positions of laps and splices and will get the same approved by the Engineer before commencing placement of reinforcement.

9.6.2 All reinforcing bars shall be accurately placed in exact position shown on the drawings and shall be securely held in position during placing of concrete by galvanised steel binding wire not less than 18 SWG in diameter and conforming to IS 280 and by using stays, blocks or metal chairs, spacers, metal hangers, supporting wires or other approved devices at sufficiently close intervals. No extra payment shall be made for providing these. Bars will not be allowed to sag between supports nor displaced during concreting or any other operation over the work. All devices used for positioning shall be of non-corrodible material. Metal supports will not extend to the surface of concrete, except where shown on the drawings. Placing bars on layers of freshly laid concrete as the work progress, for adjusting bar spacing will not be allowed. Pieces of broken stone, stone or brick and wooden block shall not be used as spacers. Layers of bars shall be separated by spacer bars, precast mortar blocks or other approved devices.

9.6.3 Reinforcement after being placed in position shall be maintained in a clean condition until completely embedded in concrete. Special care shall be exercised to prevent any displacement of reinforcement in concrete already placed.

9.6.4 In case of walls, vertical bars shall be kept in normal position with timber templates, having slots accurately cut in for bearing position. Such templates shall be removed after the concreting has progressed up to a level just below them.

9.6.5 As far as possible, bars of full length shall be used. In case this is not possible, overlapping of bars shall be done as directed by the Engineer. When practicable over lapping bars shall not touch each other, but be kept apart by 25 mm or 1.25 times the maximum size of the coarse aggregates whichever is greater. Where not feasible, overlapping bars shall be bound with annealed steel binding wire (galvanised), not less than 18SWG diameter twisted tight. The binding wires shall be galvanised as per the specifications. The overlaps shall be staggered for different bars and located at points along the span where neither shear nor bending moment is maximum.

9.6.6 Splicing of reinforcing bars shall be by lapping only or approved type of couplings or as directed by Engineer-in-charge which shall be arranged by contractor at his own cost.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 64 Signature of Tenderer

9.6.7 Concrete Spacers for Concrete Covers: Sufficient precast concrete spacers shall be provided as shall, in the opinion of the engineer, be necessary to maintain specified concrete cover to the reinforcement and preventing displacement before and during the placement of the concrete. These spacers shall be accurately fixed to the reinforcement to ensure that they will not be displaced during placement, tamping or vibrating of concrete. The composition of concrete of spacers blocks /cover blocks shall be of same strength and density as that of surrounding concrete

9.6.8 Binding wires: Binding wires, used for binding / fixing reinforcement bars shall be “Galvanized steel wires”

9.6.9 Welding of reinforcement will not generally be permitted except in special circumstances under the written approval of Engineer in accordance with the relevant IS codes.

9.6.10 Payment for overlaps shall be made only if given in approved drawing or approved by Engineer-in- charge

9.6.11 Reinforcement temporarily left projecting from the concrete at construction joints or other joints shall not be bent during the period in which concreting is suspended except with the approval of the engineer. Where reinforcement bars are bent aside at construction joints and afterwards bent back to their original positions, care should be taken to ensure that at no time is the radius of the bend less than 4 bar diameters for plain mild steel or 6 bar diameters for the deformed bars. Care shall also be taken when bending back bars to ensure that the concrete around the bar is not damaged.

9.6.12 No concreting shall be done until the reinforcement has been inspected and approved by the engineer.

9.7 Manufacture, Transportation, Placement, Compaction and Curing of Concrete

9.7.1 Manufacture

9.7.1.1 All concrete design mixes shall be weigh batched, mixing of concrete shall be done using centralized batching and mixing plant or concrete mixers at site as approved by Engineer-in- charge. For controlled concrete mixing of concrete using concrete, mixers shall be done with weigh batchers.

9.7.1.2 All concrete shall be controlled concrete unless otherwise stated. Concrete mix design proposed to be used by contractor shall be submitted for approval of Engineer-in-charge. No concrete mix shall be used until and unless approved by Engineer-in-charge. The water cement ratio, minimum contents of cementations materials for severe environmental conditions shall be as per IS Code.

9.7.1.3 All concrete works whether plain or RCC should conform to IS Code and the relevant Indian Standards Specifications and/or as directed by the Engineer.

9.7.2 Transportation

9.7.2.1 Mixed concrete shall be transported from the place of mixing to the place of final deposit as rapidly as practicable by methods which will prevent the segregation or loss of the ingredients. Concrete shall be deposited as near as practicable to its final position to avoid re-handling.

9.7.2.2 When concrete is conveyed by chute, the plant shall be of such size and design as to ensure practically continuous flow in the chute. The slope of the chute shall be such as to allow the concrete to flow without the use of excessive quantity of water and without segregation of the ingredients. The delivery end of the chute shall be as close as possible to the point of deposit. When the operation is intermittent, the spout shall discharge into a hopper. The chute shall be thoroughly flushed with water before and after each working period; the water used for this purpose shall be discharged outside the formwork.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 65 Signature of Tenderer

9.7.2.3 During hot or cold weather, concrete shall be transported in deep containers. Other suitable methods to reduce the loss of water by evaporation in hot weather and heat loss in cold weather may also be adopted.

9.7.3 Placing

9.7.3.1 The concrete shall be placed before setting has commenced and shall not be subsequently disturbed. Concrete shall be so placed as to avoid segregation of the materials and displacement of reinforcement. To achieve this, concrete should be lowered vertically in the forms and horizontal movement of concrete inside the forms should as far as practicable be brought to a minimum. In wall forms, drop chutes attached to hoppers at the top should preferably be used to lower concrete to the bottom of the form. Under no circumstances concrete shall be dropped freely from a height of more than 1.5 metre.

9.7.3.2 A record shall be kept of the time and date of placing the concrete in position.

9.7.4 Compaction

9.7.4.1 No concrete shall be allowed without vibration except under water concreting or tremie concreting or in specific cases with prior approval where access is not available. Concrete shallbe thoroughly compacted and fully worked around the reinforcement, around embedded fixtures and into corners of the formwork. To achieve proper compaction, mechanical vibrators shall be used. The vibrator can be internal or external type and depending on the shape and size of the member both the types may be used in combination. When internal vibrators are used they shall be used vertically to the full depth of the layer being placed and shall penetrate into the layer below while it is still plastic to the extent of 100mm. The vibrator shall be kept in place until air bubbles cease to escape from the surface and then withdrawn slowly to ensure that no hole is left in the concrete, care being taken to see that it remains in continued operation while being withdrawn. Vibrator should not be used to move the concrete as it can cause honey - combing.

9.7.4.2 The internal vibrators shall be inserted in an orderly manner and the distance between insertions should be about 1.5 times the radius of the area visibly affected by vibration.

9.7.4.3 Form vibrators shall be used in addition to internal vibrators as per the instruction of Engineer-in-charge. Whenever vibration has to be applied externally, the design of formwork and the disposition of vibrators should receive special consideration to ensure efficient compaction and to avoid surface blemishes.

9.7.4.4 The use of vibrators complying with IS: 2505, IS: 2506, IS: 2514 and IS: 4656 for compacting concrete is recommended. Over-vibration and under vibration of concrete are harmful and should be avoided.

9.7.5 Curing of Concrete

9.7.5.1 Moist Curing: The concrete should be kept constantly wet for a minimum period of 14 (fourteen) days. Water should be applied on unformed surfaces as soon as it can be done without marring the surface and on formed surfaces immediately after the forms are skipped. The concrete shall be kept constantly wet by ponding or covered with a layer of sacking, canvas, hessian or a similar absorbent material. When air temperature is expected to drop below 5° C during the curing period, additional covering of cotton/gunny bags, straw or other suitable blanketing material shall be provided so that concrete temperature at surface does not fall below 10° C.

9.7.5.2 Curing compounds: Approved curing compounds may be used in lieu of moist curing with the permission of the engineer. Such compounds shall be applied to all exposed surfaces of the concrete along with stripping of form work. Tests shall be done to ascertain:

• Loss of moisture in concrete with and without curing compounds. • Cube strength of concrete with moist curing and curing compounds. • Permeability of concrete.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 66 Signature of Tenderer

9.8 Concreting Under Special Conditions

9.8.1 Work in Extreme Weather Conditions: During hot or cold weather, the concreting should be done as per the procedure set out in IS: 7861 (Part I) or IS:7861 (Part II) with the approval of the engineer. However, calcium chloride or admixtures containing calcium chloride shall not be used.

9.9 Construction Joints

9.9.1 Concreting shall be carried out continuously up to the construction joints, the position and details of which shall be as shown in structural drawing or as directed by Engineer-in-Charge. Number of such joints shall be kept to minimum. The joints shall be kept at places where the shear force is the minimum. These shall be straight and shall be at right angles to the direction of main reinforcement. Construction joints should comply with IS 11817.

9.9.2 In case of columns the joints shall be horizontal and 10 to 15 cm below the bottom of the beam running into the column head. The portion of the column between the stepping off level and the top of the slab shall be concreted with the beam.

9.9.3 When stopping the concrete on a vertical plane in slabs and beams, and approved stop board shall be placed with necessary slots for reinforcement bars or any other obstruction to pass the bars freely without bending. The construction joints shall be keyed by providing a triangular or trapezoidal fillet nailed on the stopboard. Inclined or feather joints shall not be permitted. Any concrete flowing through the joints of stopboard shall be removed soon after the initial set. When concrete is stopped on a horizontal plane, the surface shall be roughened and cleaned after the initial set.

9.9.4 When the work has to be resumed, the joint shall be thoroughly cleaned with wire brush and loose particles removed. A coat of neat cement slurry at the rate of 2.75 kg of cement per square metre shall then be applied on the roughened surface before fresh concrete is laid.

9.10 Expansion Joints

9.10.1 Expansion joints shall be provided as shown in the structural drawings or as per CPWD specification or as directed by Engineer-in-Charge. The filling of these joints with bitumen filler, bitumen felt or any such material and provision of copper plate, etc.

9.11 Ready Mixed Concrete

9.11.1 Use of ready Mixed Concrete: Ready Mixed Concrete may be used, wherever required. It shall conform to the specifications of concrete, as laid down in IS Code. For other aspects, which are not covered in this Codes, IS: 4926 (Specification for Ready Mixed Concrete) may be referred.

9.11.2 Effect of transit (transportation) time on Ready Mixed Concrete: As Ready Mixed Concrete is available for placement after lapse of transit time, reduction in workability occurs, which may lead to difficulty in placement of concrete. In addition, in case of longer transit time, initial setting of concrete may also takes place, which may render it unusable. Thus, while planning for using of Ready Mixed Concrete, these aspects should be kept in view.

9.11.3 Checking suitability of Admixtures: Generally admixtures, like water reducing agents, retarder etc. are used in Ready Mixed Concrete for retention of desired workability and to avoid setting of concrete. In such cases, admixtures should be tested for their suitability as per IS: 9103 at the time of finalizing mix design.

9.11.4 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.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 67 Signature of Tenderer

9.11.5 Time period for delivery of concrete: The concrete shall be delivered completely to the site of work within 1 1/2 hours (when the atmospheric temperature is above 20º C) and within 2 hours (when the atmospheric temperature is at or below 20º 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 considered inadequate, increased time period may be specified provided that properties of concrete have been tested after lapse of the proposed delivery period at time of finalizing mix design.

9.11.6 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 revolutions per minute nor more than 6 revolutions per minute.

9.12 Pumpable Concrete

9.12.1 General: Pumpable concrete is the concrete, which is conveyed by pressure through either rigid pipe or flexible hose and discharged directly into the desired area, it is especially used where space for construction equipment is very limited.

9.12.2 Pumping Rate and Range: Depending on the equipment, pumping rate should be 10 to 70 m3 per hour. Effective pumping range is up to 300 m horizontally and 90 m vertically.

9.12.3 Proportioning Pumping concrete

• Basic Consideration: - More emphasis on quality control is essential to the proportioning and use of a dependable pum p mix. Concrete mixes for pumping must be plastic. Particular attention must be given to the mortar and to the amounts and sizes of coarse aggregates.

• The maximum size of angular coarse aggregate is limited to one-third of smallest inside diameter of the hose or pipe. Provisions should be made for elimination of oversized particles in the concrete by finish screening or by careful selection of aggregates.

9.12.4 Pumping Concrete

• Proper planning of concrete supply, pump locations, line layout, placing sequences and the entire pumping operation will result in saving of cost and time. The pump should be placed as near the placing area as practicable and the entire surrounding area must have adequate bearing strength. Lines from the pump to the placing area should be laid out with a minimum of bends. The pipeline shall be rigidly supported.

• While pumping downward 15 m or more, it is desirable to provide an air release valve at the middle of the top bend to prevent vacuum or air build-up. When pumping upward, it is desirable to have a valve near the pump to prevent reverse flow.

9.13 Preliminary Site Testing:

9.13.1 After the materials and mixes have been approved and at least 30 days before any concrete is placed in the works, the contractor shall make preliminary sets of test cubes. Each set shall comprise nine 150 mm cubes, three at a time made from a single sample of concrete made from the same constituents in the same proportions and in the same manner as that to be placed in the work.

9.13.2 Each cube shall be made and tested under the Engineer’s supervision in accordance with the procedure in IS: 516. Three cubes shall be tested 7-days after and three cubes 28 days after the date of manufacture. The balance cubes shall be preserved by the contractor until the end of the maintenance period unless otherwise required

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 68 Signature of Tenderer

to be tested by the Engineer. Preliminary works test cubes shall be made and tested for all classes of concrete to be used and for all proposed variations of quality, quantity or sources of the aggregates or cement. Should either the 7 days or 28-days test cubes fall below the specified strength and the failure is confirmed by testing the balance cubes, the contractor shall make such changes to the mix design, aggregate source, aggregate grading, cement, water, method of mixing or type of mixer as shall produce a satisfactory concrete.

9.13.3 All cubes shall be properly marked so that they can be easily identified.

9.13.4 Sampling, Strength Tests and Acceptance Criteria: Samples from fresh concrete shall be taken as per IS: 1199 and cubes shall be made, cured and tested at 28 days in accordance with IS: 516.

9.13.5 Frequency of sampling

• Sampling Procedure: A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable chance of being tested that is, the sampling should be spread over the entire period of concreting and cover all mixing units.

• Frequency: The minimum frequency of sampling of concrete of each grade shall be in accordance with the following:-

• Note - At least one sample comprising of 3 cubes shall be taken from each shift.

9.13.5.1 Test Specimen: Three test specimens shall be made from each sample for testing at 28 days. Additional cubes may be required for various purposes such as to determine the strength of concrete at 7 days or the time of striking the formwork, or to check the testing error. Additional cubes may also be required for testing cubes cured by accelerated methods as described in IS: 9013. The specimen shall be tested as described in IS: 516.

9.13.5.2 Test Results of Sample: The test strength of the sample shall be the average of the strength of three specimens. The individual variation should not be more than +15 percent of the average. If more, the test results of the sample are invalid.

9.13.5.3 Standard Deviation : Standard deviation calculations of test results based on tests conducted on the same mix design for a particular grade designation shall be done in accordance with IS 456.

Quantity of concrete in the work, m3

Number of samples*

1-5 1

6-15 2

16-30 3

31-50 4

51 and above 4 plus one additional samples for each additional 50 m3 or part thereof

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 69 Signature of Tenderer

9.14 Acceptance Criteria:

9.14.1 Compressive Strength: The concrete shall be deemed to comply with the strength requirements when both the following condition are met:

(a) The mean strength determined from any group of four consecutive test results complies with the appropriate limits in col 2 of Table of 11 IS-456:2000.

(b) Any individual test result complies with the appropriate limits in col 3 of Table of IS-456:2000.

9.14.2 Flexural Strength: When both the following conditions are met, the concrete complies with the specified flexural strength.

(a) The mean strength determined from any group of four consecutive test results exceeds the specified characteristic strength by at least 0.3 N/mm2.

(b) The strength determined from any test result is not less than the specified characteristic strength less 0.3 N/mm2.

9.14.3 Quantity of Concrete Represented by Strength Test Results: The quantity of concrete represented by a group of four consecutive test results shall include the batches from which the first and last samples were taken together with all intervening batches.

9.14.3.1 For the individual test result requirements given in col 2 of Table 11 of IS-456:2000 or in item (b) of clause 9.14.2 only the particular batch from which the sample was taken shall be at risk.

9.14.3.2 Where the mean rate of sampling is not specified the maximum quantity of concrete that four consecutive test results represent shall be limited to 60 m3.

9.14.4 If the concrete is deemed not to comply pursuant to clause 9.14.3, the structural adequacy of the parts affected shall be investigated and any consequential action as needed shall be taken.

9.14.5 Concrete of each grade shall be assessed separately.

9.14.6 Concrete is liable to be rejected if it is porous or honey-combed, its placing has been interrupted without providing a proper construction joint, the reinforcement has been displaced beyond the tolerances specified, or construction tolerances have not been met. However, the hardened concrete may be accepted after carrying out suitable remedial measured to the satisfaction of the Engineer-in-Charge.

10.0 FORMWORK

10.1 General

10.1.1 Form work shall include all temporary or permanent forms or moulds required for forming the concrete which is cast-in-situ, together with all temporary construction required for their support.

10.1.2 The formwork shall conform to the shapes, lines and dimensions shown on the drawings such that the relevant tolerances of finished concrete as specified in CPWD Guidelines.

10.1.3 It shall be strong enough to withstand the dead and live loads and forces caused by ramming and vibrations of concrete and other incidental loads, imposed upon it during and after casting of concrete. It shall be made sufficiently rigid by using adequate number of ties and braces, screw jacks or hard board wedges where required shall be provided to make up any settlement in the form work either before or during the placing of concrete.

10.1.4 Form shall be so constructed as to be removable in sections in the desired sequence, without damaging the surface of concrete or disturbing other sections, care shall be taken to see that no piece is keyed into the concrete.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 70 Signature of Tenderer

10.1.5 Form work shall be properly designed for self weight, weight of reinforcement, weight of fresh concrete, and in addition, the various live loads likely to be imposed during the construction process (such as workmen, materials and equipment). In case the height of centering exceeds 3.50 metres, the prop may be provided in multi-stages.

10.1.6 The design of form work shall conform to sound Engineering practices and relevant IS codes.

10.1.7 Provision shall be made in the shuttering for inserting fan hooks clamps, provision for conduit etc. for concealed wiring and providing architectural finish in grooves, if any, at the junction of slab with beams of wall columns wherever required for architectural consideration or concealed sanitary and water connection with the provision of various services in the building for service or architectural reasons. It may also be necessary to make holes in the shuttering of RCC columns for projecting bars. The tendered rates shall include cost of providing above-mentioned services etc. and no extra payment shall be made to the contractor for making these provisions nor any deduction shall be on account of any saving in the RCC work due to these.

10.1.8 The formwork for the RCC Chajjas will be so made that the drip coarse and (including the putti and the drip) the cast alongwith the chajjs. No extra payment shall be made for this drip coarse.

10.2 Design & Tolerance in Construction

10.2.1 Form work shall be designed and constructed to the shapes, lines and dimensions shown on the drawings with the tolerance given below.

Item Description Tolerance

(a) Deviation from specified dimension of cross section of columns and beams

+ 12 mm - 6 mm

(b) Deviation from dimensions of footings

(i) Dimension in Plan + 50 mm - 12 mm

(ii) Eccentricity in plan 0.02 times the width of the footing in the direction of deviation but not more than 50 mm.

(iii) Thickness + 0.05 times the specified thickness

(Note: These tolerances apply to concrete dimensions only, and not to positioning of vertical reinforcing steel or dowels).

10.3 Material for Form Work

10.3.1 Propping and Centering : All propping and centering should be either of steel tubes with extension pieces or built up sections of rolled steel.

10.4 Centering / Staging:

10.4.1 Staging should be as designed with required extension pieces as approved by Engineer-in-Charge to ensure proper slopes, as per design for slabs/ beams etc. and as per levels as shown in drawing. All the staging to be either of Tubular steel structure with adequate bracings as approved or made of built up structural sections made form rolled structural steel sections.

10.4.2 In case of structures with two or more floors, the weight of concrete, centering and shuttering of any upper floor being cast shall be suitably supported on one floor below the top most floor already cast.

10.4.3 Form work and concreting of upper floor shall not be done until concrete of lower floor has set at least for 14 days.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 71 Signature of Tenderer

10.5 Shuttering:

10.5.1 Shuttering used shall be of sufficient stiffness to avoid excessive deflection and joints shall be tightly butted to avoid leakage of slurry. If required, rubberized lining of material as approved by the Engineer-in-Charge shall be provided in the joints. Steel shuttering used or concreting should be sufficiently stiffened. The steel shuttering should also be properly repaired before use and properly cleaned to avoid stains, honey combing, seepage of slurry through joints etc.

10.5.2 Runner Joists: RSJ, MS Channel or any other suitable section of the required size shall be used as runners.

10.5.3 Assembly of beam head over props. Beam head is an adopter that fits snugly on the head plates of props to provide wider support under beam bottoms.

10.5.4 Only steel shuttering shall be used, except for unavoidable portions and very small works for which 12 mm thick water proofing ply of approved quality may be used.

10.6 Camber: Suitable camber shall be provided in horizontal members of structure, especially in cantilever spans to counteract the effect of deflection. The form work shall be so assembled as to provide for camber. The camber for beams and slabs shall be 4 mm per metre (1 to 250 ) or as directed by the Engineer-in-Charge, so as to offset the subsequent deflection, For cantilevers the camber at free end shall be 1/50th of the projected length or as directed by the Engineer-in-Charge.

10.7 Walls: The form faces have to be kept at fixed distance apart and an arrangement of wall ties with spacer tubes or bolts is considered best. The two shutters of the wall are to be kept in place by appropriate ties, braces and studs.

10.8 Removal of Form work (Stripping Time): In normal circumstance and where various types of cements are used, forms, may generally be removed after the expiry of the following periods:

Type of Form work

Minimum period Before Striking

Form work (a) Vertical form work to columns, walls,

beams 16-24 h

(b) Soffit form work to slabs (Props to be refixed immediately after removal of formwork)

3 days

(c) Soffit form work to beams (Props to be refixed immediately after removal of formwork

7 days

(d) Props to slabs: (1) Spanning upto 4.5m (2) Spanning over 4.5m

7 days 14 days

(e) Props to beams and arches: (1) Spanning upto 6m (2) Spanning over 6m

14 days 21 days

Note 1: For other types of cement, the stripping time recommended for ordinary Portland cement may be suitably modified. Generally If Portland pozzolana or low heat cement or OPC with direct addition of fly ash has been used for concrete, the stripping time will be 10/7 of the period stated for OPC with 43 grade cement above.

Note 2: The number of props left under, their sizes and disposition shall be such as to be able to safely carry the full dead load of the slabs, beam or arch as the case may be together with any live load likely to occur during curing or further construction.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 72 Signature of Tenderer

Note 3: In case of cantilever slabs and beams, the centering shall remain till structures for counter acting or bearing down have been erected and have attained sufficient strength.

Note 4: Proper precautions should be taken to allow for the decrease in the rate of hardening that occurs with all types of cement in cold weather and accordingly stripping time shall be increased.

Note 5: Work damaged through premature or careless removal of forms shall be reconstructed within 24 hrs.

10.9 Surface Treatment

10.9.1 Oiling the Surface: Shuttering gives much longer service life if the surfaces are coated with suitable mould oil which acts both as a parting agent and also gives surface protections.

10.9.2 A typical mould oil is heavy mineral oil or purified cylinder oil containing not less than 5% pentachlorophenol conforming to IS 716 well mixed to a viscosity of 70-80 centipoises.

10.9.3 After 3-4 uses and also in cases when shuttering has been stored for a long time, it should be recoated with mould oil before the next use.

10.9.4 The second categories of shuttering oils / leavening agents are Polymer based water soluble Compounds. They are available as concentrates and when used diluted with water in the ratio of 1:20 or as per manufacturer specifications. The diluted solution is applied by brush applications on the shuttering both of steel as well as ply wood. The solution is applied after every use.

10.10 Inspection of Form Work

10.10.1 The completed form work shall be inspected and approved by the Engineer-in-Charge before the reinforcement bars are placed in position.

10.10.2 Proper form work should be adopted for concreting so as to avoid honey combing, blow holes, grout loss, stains or discoloration of concrete etc. Proper and accurate alignment and profile of finished concrete surface will be ensured by proper designing and erection of form work which will be approved by Engineer-in-Charge.

10.10.3 Shuttering surface before concreting should be free from any defect/ deposits and full cleaned so as to give perfectly straight smooth concrete surface. Shuttering surface should be therefore checked for any damage to its surface and excessive roughness before use.

11.0 BRICK WORK

11.1 All brickwork shall be done in well-burnt bricks of class designation-75, as per CPWD 2009 Specifications in cement mortar in proportions as may be specified in the drawings or as instructed by the Engineer-in-Charge.

11.2 The contractor will get the samples of bricks, which he intends to use and the source of supply approved from the Engineer-in-charge. However, this will not absolve the contractor from his liability to ensure the quality of bricks.

11.3 After bringing the bricks at site, the contractor will stack and offer to the Engineer-in-charge for inspection. After inspecting the stacks, the Engineer-in-charge will either reject or pass the bricks in writing. The stacks passed by the Engineer-in-charge shall be used at site and rejected stacks shall be removed from the site within 7 days of the rejection. In case, the rejected bricks are not removed from site, within the prescribed period, the Engineer-in-charge may order the removal of such stacks from the site at the cost of the contractor.

11.4 All pipes, clamps or other fittings as may be required, shall be fixed in position as the work proceeds in the brick wall before housing the fittings.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 73 Signature of Tenderer

11.5 No claim for any additional labour involved in doing masonry work around switchboard, junction boxes etc. shall be entertained.

11.6 Curing: The brick work shall be constantly kept moist on all faces for a minimum period of seven days. Brick work done during the day shall be suitably marked indicating the date on which the work is done so as to keep a watch on the curing period.

12.0 RANDOM RUBBLE STONE MASONRY

12.1 All random rubble stone masonry shall be done as per CPWD 2009 Specifications in cement mortar in proportions as may be specified in the drawings or as instructed by the Engineer-in-Charge.

12.2 The stone shall be of the type specified such as granite, trap, limestone, sand stone, quartzite, etc. and shall be obtained from the quarries, approved by the Engineer-in-Charge. Stone shall be hard, sound, durable and free from weathering decay and defects like cavities, cracks, flaws, sand holes, injurious veins, patches of loose or soft materials and other similar defects that may adversely affect its strength and appearance. As far as possible stones shall be of uniform colour, quality or texture. Generally stone shall not contain crypst crystalline silica or chart, mica and other deleterious materials like iron-oxide organic impurities etc.

12.3 Stones with round surface shall not be used. The compressive strength of common types of stones and the percentage of water absorption shall be conforming to CPWD 2009 specification.

12.4 Size of Stones: Normally stones used should be small enough to be lifted and placed by hand. Unless otherwise indicated, the length of stones for stone masonry shall not exceed three times the height and the breadth on base shall not be greater than three-fourth of the thickness of wall, or not less than 150 mm. The height of stone for rubble masonry may be upto 300 mm. The selection and grading of stones for rubble masonry is largely done at site and the smaller stones are used in the hearting of wall.

12.5 Dressing: Each stone shall be hammer dressed on the face, the sides and the beds. Hammer dressing shall enable the stones to be laid close to neighbouring stones such that the bushing in the face shall not project more than 40 mm on the exposed face.

12.6 Courses: The masonry shall be carried out in regular courses of height not exceeding 50 cm and masonry on any day will not be raised more than 60 cm in height when using mortars having compressive strength less than 20 kg./sq. cm at 28 days and 100 cm when using mortars exceeding this strength.

12.7 Thickness of Joints: The joint thickness shall not exceed 30 mm at any point on the face. Chips of the stone and spalls shall be wedged into seating bed of face stones to avoid excessive bed thickness. No pinning shall be allowed to avoid excessive joint thickness.

12.8 Laying: Stone shall be laid on their natural bed and shall be solidly bedded full in mortar with close joints, chips of stone spalls be wedged into the work wherever necessary. No dry work or hollow spaces shall be allowed and every stone whether large or small shall be carefully selected to fit snugly the interstices between the large stones. Masonry shall be built breaking joints in all the three directions. Bond stone and headers shall be properly laid into the work and shall be marked by the contractor with white lead paint.

12.9 The masonry work in wall shall be carried up true to plumb or to specified batter. Random rubble masonry shall be brought to the level courses at plinth, window sills, lintel and roof levels. Levelling shall be done with concrete comprising of one part of the mortar as used for masonry and two parts of graded stone aggregate of 20 mm nominal size. The masonry in structure shall be carried uniformly. Where the masonry of one part is to be delayed, the work shall be raked back at an angle not steeper than 45°.

12.10 Raking out joints: All the joints on the faces to be pointed or plastered shall be racked out with racking tool to a depth of 20mm while the mortar is still green.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 74 Signature of Tenderer

12.11 Bond Stones: Though bond stones shall be provided in walls upto 600 mm thickness, a set of two or more bond stones overlapping each other by at least 150 mm shall be provided in a line from face to back. In case of highly absorbent types of stones (porous lime stone and sand stone etc.) the bond stone shall extend about two-third into the wall, as through stones in such walls a set of two or more bond stones overlapping each other by at least 150 mm shall be provided. Each bond stone or a set of bond stones shall be provided for every 0.5 m2 of the wall surface and shall be provided at 1.5 m to 1.8 m apart clear in every course. If the bond stone of specified size is not available then precast bond stone 100X100X450mm in cement concrete 1:2:4 (1 cement : 2 fine sand : 6 coarse aggregate) shall be used as per specification of CPWD 2009 and nothing extra shall be paid to the contractor.

12.12 In case of highly absorbent types of stones (porous lime stone and sand stone etc.) single piece bond stones may give rise to dampness. For all thicknesses of such walls a set of two or more bond stones overlapping each other by at least 15 cm shall be provided. Length of each such bond stone shall not be less than two-third of the thickness of the wall.

12.13 Curing: Masonry work in cement or composite mortar shall be kept constantly moist on all faces for a minimum period of seven days. In case of masonry with fat lime mortar curing shall commence two days after laying of masonry and shall continue for at least seven days thereafter.

13.0 ROUGH CAST/SAND FACED CEMENT PLASTER

13.1 All Brick work, RCC & stone work wherever required shall be thoroughly wetted and joints raked cut to a depth of at least thickness of plaster as specified in item shall be well washed with clean fresh water, thoroughly wetted well before plastering is done.

13.2 Samples of rough cast/sand faced shall be got approved from Engineer-in-Charge before commencement of work and work shall be done strictly according to approved samples.

14.0 WOOD WORK

14.1 General

14.1.1 All wood work shall be done as per CPWD 2009 Specifications or as specified in the drawings / specifications or as instructed by the Engineer-in-Charge.

14.1.2 All joinery work shall be taken in hand by the contractor as per detailed drawings or as directed by the Engineer-in-charge immediately after the award of work.

14.2 Second Class Wood

14.2.1 Individual hard and sound knot shall not be more than 40 mm in diameter and aggregate of all the knots shall not exceed one and half per cent of the area of the piece. Wood shall be generally free from sapwood, but traces of sapwood may be allowed.

14.3 Door, window and ventilator frames

14.3.1 Timber for door, window and ventilators frames shall be as specified. Timber shall be sawn in the direction of the grains. All members of a frame shall be of the same species of timber and shall be straight without any warp or bow. Frames shall have smooth, well-planed (wrought) surfaces except the surfaces touching the walls, lintels, sill etc., which may be left clean sawn. Rebates, rounding or moulding shall be done before the members are jointed into frames. The depth of the rebate for housing the shutters shall be 15 mm, and the width of the rebates shall be equal to the thickness of the shutters. A tolerance of ± 2 mm shall be permitted in the specified finished dimensions of timber sections in frames.

14.3.2 Joints: The Jamb posts shall be through tenoned in to the mortise of the transoms to the full thickness of the transoms and the thickness of the tenon shall be not less than 2.5 cm. The tenons shall closely fit into the mortise without any wedging or filling. The contact surface of tenon and mortise before putting together shall be

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 75 Signature of Tenderer

glued with polyvinyl acetate dispersion based adhesive conforming to IS 4835 or adhesive conforming IS 851 and pinned with 10 mm dia hard wood dowels, or bamboo pins or star shaped metal pins. The joints shall be at right angles when checked from the inside surfaces of the respective members. The joints shall be pressed in position. Each assembled door frame shall be fitted with a temporary stretcher and a temporary diagonal brace on the rebated faces.

14.3.3 Fixing of Frames: The frames shall be got approved by the Engineer-in-Charge before being painted, oiled or otherwise treated and before fixing in position. The surface of the frames abutting masonry or concrete and the portions of the frames embedded in floors shall be given a coating of coal tar. Frames shall be fixed to the abutting masonry or concrete with holdfasts or metallic fasteners as specified. After fixing, the jamb posts of the frames shall be plugged suitably and finished neat. Vertical members of the door frames shall be embedded in the floor for the full thickness of the floor finish and shall be suitably strutted and wedged in order to prevent warping during construction. A minimum of three hold fasts shall be fixed on each side of door and window frames one at centre point and other two at 30 cm from the top and bottom of the frames. In case of window and ventilator frames of less than 1 m in height two hold fasts shall be fixed on each side at quarter point of the frames. Hold fasts and metallic fasteners shall be measured and paid for separately.

14.3.4 Hold Fasts: These shall be made from mild steel flat 40 × 5 mm size conforming to IS 7196 without any burns or dents. 5 cm length of M.S. flat at one end shall be bent at right angle and one hole 11 mm dia shall be made in it for fixing to wooden frame with 10 mm dia nut bolt. The bolt head shall be sunk into the wooden frame, 10 mm deep and pluged with wooden plug. At the other end 10 cm length of the hold fast flat shall be forked and bent of length as specified at right angle in opposite direction and embedded in cement concrete block of size 30 x 10 x 15 cm of mix 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate, 20 mm nominal size) or as specified.

14.4 Flush Door Shutters

14.4.1 Flush door shutters shall have a solid core and may be of the decorative or non-decorative (Paintable type as per IS 2202 (Part I). Thickness and type of shutters shall be as specified.

14.4.2 Width and height of the shutters shall be as shown in the drawings or as indicated by the Engineer-in- Charge. All four edges of the shutters shall be square. The shutter shall be free from twist or warp in its plane. The moisture content in timbers used in the manufacture of flush door shutters shall be not more than 12 per cent when tested according to IS 1708.

14.4.3 Core: The core of the flush door shutters shall be a block board having wooden strips held in a frame constructed of stiles and rails. Each stile and rail shall be a single piece without any joint. The width of the stiles and rails including lipping, where provided shall not be less than 45 mm and not more than 75 mm. The width of each wooden strip shall not exceed 30 mm. Stiles, rails and wooden strips forming the core of a shutter shall be of equal and uniform thickness. Wooden strips shall be parallel to the stiles.

14.4.4 End joints of the pieces of wooden strips of small lengths shall be staggered. In a shutter, stiles and rails shall be of one species of timber. Wooden strips shall also be of one species only but it may or may not be of the same species as that of the stiles and rails. Any species of timber may be used for core of flush door. However, any non-coniferous (Hard wood) timber shall be used for stiles, rails and lipping.

14.4.5 Face Panel: The face panel shall be formed by gluing, by the hot-press process on both faces of the core, either plywood or cross-bands and face veneers. The thickness of the cross bands as such or in the plywood shall be between 1.0 mm and 3.0 mm. The thickness of the face veneers as such or in the plywood shall be between 0.5 mm and 1.5 mm for commercial veneers and between 0.4 mm and 1.0 mm for decorative veneers, provided that the combined thickness of both is not less than 2.2 mm. The direction of the veneers adjacent to the core shall be at right

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 76 Signature of Tenderer

angles to the direction of the wooden strips. Finished faces shall be sanded to smooth even texture. Commercial face veneers shall conform to marine grade plywood and decorative face veneers shall conform to type I decorative plywood in IS 1328.

14.4.6 Lipping: Lipping, where specified, shall be provided internally on all edges of the shutters. Lipping shall be done with battens of first class hardwood or as specified of depth not less than 25 mm. For double leaved shutters, depth of the lipping at meeting of stiles shall be not less than 35 mm. Joints shall not be permitted in the lipping.

14.4.7 Rebating: In the case of double leaves shutters the meeting of stiles shall be rebated by 8 mm to 10 mm. The rebating shall be either splayed or square type as shown in drawing where lipping is provided. The depth of lipping at the meeting of stiles shall not be less than 30 mm.

14.4.8 Opening for Glazing: When required by the purchaser opening for glazing shall be provided and unless otherwise specified the opening for glazing shall be 250 mm in height and 150 mm or 200 mm in width unless directed otherwise. The bottom of the opening shall be at a height of 1.4 m from the bottom of the shutter. Opening for glazing shall be lipped internally with wooden batten of width not less than 25 mm. Opening for glazing shall be provided where specified or shown in the drawing.

14.4.9 Venetian Opening: Where specified the height of the venetian opening shall be 350 mm from the bottom of the shutter. The width of the opening shall be as directed but shall provide for a clear space of 75 mm between the edge of the door and venetian opening but in no case the opening shall extend beyond the stiles of the shutter. The top edge of the opening shall be lipped internally with wooden battens of width not less than 25 mm. Venetian opening shall be provided where specified or shown in the drawing.

14.4.10 Tolerance: Tolerance on width and height shall be + 3 mm and tolerance on nominal thickness shall be ± 1.2 mm. The thickness of the door shutter shall be uniform throughout with a permissible variation of not more than 0.8 mm when measured at any two points.

14.4.11 Adhesive: Adhesive used for bonding various components of flush door shutters namely, core, core frame, lipping, cross-bands, face veneers, plywood etc. and for bonding plywood shall conform to BWP type, phenol formaldehyde synthetic resin adhesive conforming to IS 848.

14.5 Panelled Glazed or Panelled and Glazed shutters

14.5.1 Panelled or glazed shutters for doors, windows, ventilators and cupboards shall be constructed in the form of timber frame work of stiles and rails with panel inserts of timber, plywood, block board, veneered particle board, fibre board wire gauze or float glass. The shutters may be single or multipanelled, as shown in the drawings or as directed by the Engineer-in-Charge. Timber for frame work, material for panel inserts and thickness of shutters shall be as specified. All members of the shutters shall be straight without any warp or bow and shall have smooth well planed face at right angles to each other.

14.5.2 Any warp or bow shall not exceed 1.5 mm for door shutter and 1 mm for window and ventilator shutters The right angle for the shutter shall be checked by measuring the diagonals and the difference between the two diagonals should not be more than 3 mm.

14.5.3 Panelled glazed or panelled and glazed shutter shall conform to IS 1003 (Pt. 1 & 2) and CPWD 2009 specification.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 77 Signature of Tenderer

14.6 Panelling

14.6.1 The panel inserts shall be either framed into the grooves or housed in the rebate of stiles and rails. Timber, plywood, and particle board panels as given in para 9.2 of this sub head and shall be fixed only with grooves. The depth of the groove shall be 12 mm and its width shall accommodate the panel inserts such that the faces are closely fitted to the sides of the groove. Panel inserts shall be framed into the grooves of stiles and rails to the full depth of the groove leaving space of 1.5 mm. Width and depth of the rebate shall be equal to half the thickness of stiles and rails. Glass panels, asbestos panels wire gauze panels and panel inserts of cupboard shutters shall be housed in the rebates of stiles and rails.

14.6.2 Timber Panels: Timber panels shall be preferably made of timber of large width; the minimum width and thickness of the panel shall be 100 mm, and 15 mm respectively. When made from more than one piece, the pieces shall be jointed with a continuous tongued and grooved joint glued together and reinforced with headless nails at regular intervals not exceeding 100 mm. Depth and thickness of such joint shall be equal to one-third of thickness of panel. The panels shall be designed such that no single panel exceeds 0.5 square metre in area. The grains of timber panels shall run along the longer dimensions of the panels. All panels shall be of the same species of timber unless otherwise specified.

14.6.3 Glass Panels: Glass panelling (Glazing) shall be done as specified in CPWD 2009 Specification. Glazing in the shutters of doors, windows and ventilators of bath, WC and Lavatories shall be provided with frosted glass the weight of which shall be not less than 10 kg/sqm. Frosted glass panes shall be fixed with frosted face on the inside. Glass panels shall be fixed by providing a thin layer of putty conforming to IS 419 applied between glass pane and all along the length of the rebate and also between glass panes and wooden beading.

14.6.4 Putty can be prepared by mixing one part of white lead with three parts of finely powdered chalk and then adding boiled linseed oil to the mixture to form a stiff paste and adding varnish to the paste at the rate of 1 litre of varnish to 18 kg of paste. Fixing of glass panes without beading shall not be permitted. Glazing shall be done after the shutters have been primed and prepared for painting, so that wood may not draw oil out of putty.

14.6.5 Finish: Panels of shutters shall be flat and well sanded to a smooth and level surface.

14.7 PVC Door Frame

14.7.1 The Solid PVC Door frames shall be fabricated at factory as per nomenclature of the item, specification and directions of Engineer-in-Charge. PVC Door frames shall be made of PVC material conforming to IS 10151.

14.7.2 Solid PVC Door Frames consisting of section 50 x 47 mm shall be fabricated from 5 mm PVC sheet having density of 600 kg./cum. The sheet used may be in plain colour, printed design or prelam veneer shade as approved by the Engineer-in-Charge. The weight per running metre of the door frame including reinforcement should be a minimum of 1.5 kg./sq. mtr. The depth of the rebate of door frame shall be 10 mm. Frames shall have smooth surface, without any warping or bending in any member. All the parts of the door frame are to be joined to each other using solvent adhesive conforming to IS 14182. A tolerance of + 3 mm shall be permitted in the specified dimension of PVC section in the door frames.

14.8 PVC Door Shutters

14.8.1 The shutters shall be fabricated at factory as per nomenclature of the item, specification and directions of Engineer-in-Charge. Shutter shall be made of PVC material conforming to IS 10151.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 78 Signature of Tenderer

14.8.2 Fixing of Shutters: PVC door shutter shall be side hung on three bolt hinges of size 100 mm, one at the centre and the other two at 200 mm from the top and bottom of the shutter. The flat of the hinges shall be neatly counter sunk in to the recesses cut out to the exact dimensions of the hinge flap. The door shall be drilled on the thickness to fit hinges. Screws for fixing the hinges shall be screwed in with screwdrivers and not hammered. The length of the screws should be 8 mm/30 mm. The hinges used should be of stainless steel.

14.8.3 Tolerance: The tolerance on the width and the height of the door shall be + 5 mm and the tolerance on the nominal thickness of the door shall be + 2 mm.

14.8.4 Fittings: Fittings shall be provided as per schedule of fittings decided by Engineer-in-Charge. In moisture prone areas M.S. fittings and screws should not be used. Hardware such as handles, tower bolt, stopper, buffer etc. should be directly screwed (not pre-drilled) and fitted on the door.

14.9 All fixtures and fittings shall conform to CPWD 2009 Specifications / as specified in the approved drawings / specifications and as instructed by the Engineer-in-Charge. All fixtures and fittings shall be got approved from the Engineer-in-charge before fixing.

15.0 Flooring

15.1 Terrazo (marble chips) Flooring laid in situ:

15.1.1 Under Layer: Cement concrete of specified mix and thickness shall be used as under layer. The panels shall be of uniform size, not exceeding 2 sqm in area or 2 m in length for inside situations. In exposed situations, the length of any side of the panel shall not be more than 1.25 metre. Cement slurry @ 2.00 kg per sqm shall be applied before laying of under layer over the base cement concrete/RCC base.

15.1.2 Fixing of Strips 4 mm thick glass strips or 2 mm thick PVC strips / aluminium strips/ brass strips / stainless steel strips / copper strips unless otherwise specified shall be fixed with their top at proper level to required slope. Strips of stone or marble or of any other material of specified thickness can also be used if specifically required. Use of glass and metallic strips shall be avoided in areas exposed to sun.

15.1.3 Top Layer: The mix for terrazo shall consist of cement with or without pigment, marble powder, marble aggregate (marble chips) and water. The cement and marble powder shall be mixed in the proportion of three parts of cement to one part marble powder by weight. For every part of cement marble powder mix, the proportion of aggregate by volume shall be as specified in CPWD 2009 Specifications. The marble chips shall be white or pink Makrana, black Bhainslana, Chittoor black, Jaisalmer Yellow, Baroda green, Dehradun white, Chittoor pink, yellow Patam cherala (Madras), grey Gadu (Surat), Chittoor green and yellow and Alwar black or as specified. It shall be hard, sound, dense and homogenous in texture with crystaline and coarse grains. It shall be uniform in colour and free from stains, cracks, decay and weathering.

15.1.4 Curing, Polishing and Finishing: The surface shall be left dry for air-curing for a duration of 12 to 18 hours depending on atmospheric temperature conditions. It shall then be cured by allowing water to stand in pools over it for a period of not less than 4 days.

15.1.5 The grinding and polishing may be commenced not before 2 days from the time of completion of laying for manual grinding and not before 7 days for maching grinding. For polishing by machines, the surface shall be watered and ground evenly with machine fitted with special rapid cutting grit blocks(carborundum stone) of coarse grade (No. 60) till the marble chips are evenly exposed and the floor is smooth. After the first grinding, the surface shall be thoroughly washed to remove all grinding mud and covered with a grout of cement and colouring matter in same mix and proportion as the topping in order to fill any pin holes that appear. The surface shall be allowed to dry for 24 hours and wet cured for 4 days and then rubbed with machine fitted with

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 79 Signature of Tenderer

fine grit blocks (No. 120). Curing shall be done by ponding of water between panels formed with fine sand. The surface is cleaned and repaired as before and allowed to cure again for 3 to 5 days. Finally the third grinding shall be done with machine fitted with mere fine grade grit blocks (No. 320) to get even and smooth surface without pin holes. The finished surface should show the marble chips evenly exposed.

15.1.6 Where use of machine for polishing is not feasible or possible, rubbing and polishing shall be done by hand, in the same manner as specified for machine polishing except that carborundum stone of coarse grade (No. 60) shall be used for the 1st rubbing, stone of medium grade (No. 80) for second rubbing and stone of fine grade (No. 120) for final rubbing polishing.

15.1.7 After the final polish either by machine or by hand, oxalic acid shall be dusted over the surface @ 33 gm per square metre sprinkled with water and rubbed hard with a nemdah block (Pad of Woolen rags).

15.1.8 The following day, the floor shall be wiped with a moist rag and dried with a soft cloth and finished clean. Curing shall be done by suitable means such as laying moist sawdust or ponding water.

15.2 Terrazo (marble chips) skirting in situ

15.2.1 Under Coat: The under coat of skirting shall be of cement plaster of the thickness and mix described in the item and conforming to CPWD 2009 Specification.

15.2.2 Top Coat: The specifications as indicated for Terrazo flooring shall hold good as far as applicable and shall include cutting to line and fair finish to top edges of terrazo and polishing.

15.2.3 Thickness: The thickness of the bottom and top coats shall be as specified. The total thickness of skirting specified is of the total thickness of plaster including top coat as measured from the unplastered face of the masonry. Average thickness of the under coat shall not be less than 6 mm and minimum thickness over any portion of the surface shall not be less than 4 mm. The thickness of top coat shall not be less than the thickness specified.

15.3 Pressed Ceramic Tile Flooring

15.3.1 Pressed Ceramic Tiles: The tiles shall be of approved make and shall generally conform to IS 15622. They shall be flat, and true to shape and free from blisters crazing, chips, welts, crawling or other imperfections detracting from their appearance. The tiles shall be tested as per IS 13630. Classification and Characteristics of pressed ceramic tiles shall be as per IS 13712. The top surface of the tiles shall be glazed. Glaze shall be either glossy or matt as specified. The underside of the tiles shall not have glaze on more than 5% of the area in order that the tile may adhere properly to the base. The edges of the tiles shall be preferably free from glaze. However, any glaze if unavoidable, shall be permissible on only upto 50 per cent of the surface area of the edges.

15.3.2 Preparation of Surface and Laying:

15.3.2.1 Base concrete or the RCC slab on which the tiles are to be laid shall be cleaned, wetted and mopped. The bedding for the tile shall be with cement mortar 1:4 (1 cement : 4 coarse sand) or as specified. The average thickness of the bedding shall be 20 mm or as specified while the thickness under any portion of the tiles shall not be less than 10 mm.

15.3.2.2 Mortar shall be spread, tamped and corrected to proper levels and allowed to harden sufficiently to offer a fairly rigid cushion for the tiles to be set and to enable the mason to place wooden plank across and squat on it.

15.3.2.3 Over this mortar bedding neat grey cement slurry of honey like consistency shall be spread at the rate of 3.3 kg of cement per square metre over an area upto one square metre. Tiles shall be soaked in water washed clean and shall be fixed in this grout one after another, each tile gently being tapped with a wooden mallet till it

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 80 Signature of Tenderer

is properly bedded and in level with the adjoining tiles. The joints shall be kept as thin as possible and in straight lines or to suit the required pattern.

15.3.2.4 The surface of the flooring during laying shall be frequently checked with a straight edge about 2 m long, so as to obtain a true surface with the required slope. In bath, toilet W.C. kitchen and balcony/verandah flooring, suitable tile drop or as shown in drawing will be given in addition to required slope to avoid spread of water. Further tile drop will also be provided near floor trap.

15.3.2.5 Where full size tiles cannot be fixed these shall be cut (sawn) to the required size, and their edge rubbed smooth to ensure straight and true joints. Tiles which are fixed in the floor adjoining the wall shall enter not less than 10 mm under the plaster, skirting or dado.

15.3.2.6 After tiles have been laid surplus cement slurry shall be cleaned off.

15.3.3 Pointing and Finishing: The joints shall be cleaned off the grey cement slurry with wire/coir brush or trowel to a depth of 2 mm to 3 mm and all dust and loose mortar removed. Joints shall then be flush pointed with white cement added with pigment if required to match the colour of tiles. Where spacer lug tiles are provided, the half the depth of joint shall be filled with polysulphide or as specified on top with under filling with cement grout without the lugs remaining exposed. The floor shall then be kept wet for 7 days. After curing, the surface shall be washed and finished clean. The finished floor shall not sound hollow when tapped with a wooden mallet.

15.4 Pressed Ceramic Tiles in skirting and dado:

15.4.1 The tiles shall be of approved make and shall generally conform to IS 15622. The tiles shall be pressed ceramic covered by a glaze thoroughly matured and fitted to the body. The tiles shall be sound, true to shape, flat and free from flaws and other manufacturing defects affecting their utility. The top surface of the tiles shall be glazed. The underside of the tiles shall not have glaze on more than 5% of the area in order that the tile may adhere properly to the base. The edges of the tiles shall be free from glaze, however, any glaze if unavoidable shall be permissible on only upto 50 per cent of the surface area of edges.

15.4.2 The glaze shall be free from welts, chips, craze, specks, crawlings or other imperfections detracting from the appearance when viewed from a distance of one metre. The glaze shall be either glossy or matt as specified. The glaze shall be white in colour except in the case of coloured tiles when colours shall be specified by the Engineer-in-Charge. There may be more than one colour on a tile.

15.4.3 Preparation of Surfaces: The joints shall be raked out to a depth of at least 15 mm in masonry walls. In case of concrete walls, the surface shall be hacked and roughened with wire brushes. The surface shall be cleaned thoroughly, washed with water and kept wet before skirting is commenced.

15.4.4 Laying: 12 mm thick plaster of cement mortar 1:3 (1 cement : 3 coarse sand) mix of as specified shall be applied and allowed to harden. The plaster shall be roughened with wire brushes or by scratching diagonal at closed intervals.

15.4.5 The tiles should be soaked in water, washed clean, and a coat of cement slurry applied liberally at the back of tiles and set in the bedding mortar. The tiles shall be tamped and corrected to proper plane and lines. The tiles shall be set in the required pattern and jointed. The joints shall be as fine as possible. Top of skirting or dado shall be truly horizontal and joints truly vertical except where otherwise indicated. Odd size/cut size of tile shall be adjusted at bottom to take care of slope of the flooring.

15.4.6 Skirting and dado shall rest on the top of the flooring. Where full size tiles cannot be fixed these shall be cut (sawn) to the required size and their edges rubbed smooth. Skirting /dado shall not project from the finished “surface of wall” by more than the tile thickness, undulations if any shall be adjusted in wall.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 81 Signature of Tenderer

15.4.7 Curing and Finishing: The joints shall be cleaned off the grey cement grout with wire/coir brush or trowel to a depth of 2 mm to 3 mm and all dust and loose mortar removed. Joints shall then be flush pointed with white cement added with pigments if required to match the colour of tiles. The work shall then be kept wet for 7 days. After curing, the surface shall be washed and finished clean. The finished work shall not sound hollow when tapped with a wooden mallet.

16.0 Cement Mortar

16.1 This shall be prepared by mixing cement and sand in specified proportions.

16.2 Proportioning: Proportioning on weight basis shall be preferred taking into account specific gravity of sand and moisture content. Boxes of suitable size shall be prepared to facilitate proportioning on weight basis. Cement bag weighting 50 kg shall be taken as 0.035 cubic metre. Other ingredients in specified proportion shall be measured using boxes of size 40 x 35 x 25 cm. Sand shall be measured on the basis of its dry volume in the case of volumetric proportioning.

16.3 Mixing: The mixing of mortar shall be done in mechanical mixers operated manually or by power as decided by Engineer-in-Charge. The Engineer-in-Charge may, however, permit hand mixing at his discretion taking into account the nature, magnitude and location of the work and practicability of the use of mechanical mixers or where item involving small quantities are to be done or if in his opinion the use of mechanical mixer is not feasible. In cases, where mechanical mixers are not to be used, The contractor shall take permission of the Engineer-in-Charge in writing before the commencement of the work.

16.3.1 (a) Mechanical Mixing: Cement and sand in the specified proportions shall be mixed dry thoroughly in a mixer. Water shall then be added gradually and wet mixing continued for at least three minutes. Only the required quantity of water shall be added which will produce mortar of workable consistency but not stiff paste. Only the quantity of mortar, which can be used within 30 minutes of its mixing shall be prepared at a time. Mixer shall be cleaned with water each time before suspending the work.

16.3.2 (b) Hand Mixing: The measured quantity of sand shall be leveled on a clean masonry platform and cement bags emptied on top. The cement and sand shall be thoroughly mixed dry by being turned over and over, backwards and forwards, several times till the mixture is of a uniform colour. The quantity of dry mix which can be used within 30 minutes shall then be mixed in a masonry trough with just sufficient quantity of water to bring the mortar to a stiff paste of necessary working consistency.

16.4 Mortar shall be used as soon as possible after mixing and before it begins to set, and in any case within half hour, after the water is added to the dry mixture.

17.0 FINISHING

17.1 Cement Plaster: The cement plaster thickness shall be 12 mm, 15 mm or 20 mm thick as specified in the item.

17.1.1 Scaffolding:

17.1.1.1 For all exposed brick work or tile work double scaffolding independent of the work having two sets of vertical supports shall be provided. The supports shall be sound and strong, tied together with horizontal pieces over which scaffolding planks shall be fixed.

17.1.1.2 For all other work in buildings, single scaffolding shall be permitted. In such cases the inner end of the horizontal scaffolding pole shall rest in a hole provided only in the header course for the purpose.

17.1.1.3 Only one header for each pole shall be left out. Such holes for scaffolding shall, however, not be allowed in pillars/columns less than one metre in width or immediately near the skew backs of arches. The holes left in masonry works for scaffolding purposes shall be filled and made good before plastering.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 82 Signature of Tenderer

17.1.1.4 In case of special type of brick work, scaffolding shall be got approved from Engineer-in-charge in advance.

17.1.2 Preparation of Surface:

17.1.2.1 The joints shall be raked out properly. Dust and loose mortar shall be brushed out. Efflorescence if any shall be removed by brushing and scrapping. The surface shall then be thoroughly washed with water, cleaned and kept wet before plastering is commenced.

17.1.2.2 In case of concrete surface if a chemical retarder has been applied to the form work, the surface shall be roughened by wire brushing and all the resulting dust and loose particles cleaned off and care shall be taken that none of the retarders is left on the surface.

17.1.3 Mortar: The mortar of the specified mix using the type of sand described in the item shall be used. It shall be as specified in clause 16. For external work and under coat work, the fine aggregate shall conform to grading IV. For finishing coat work the fine aggregate conforming to grading zone V shall be used.

17.1.4 Application of Plaster:

17.1.4.1 Ceiling plaster shall be completed before commencement of wall plaster.

17.1.4.2 Plastering shall be started from the top and worked down towards the floor. All putlog holes shall be properly filled in advance of the plastering as the scaffolding is being taken down. To ensure even thickness and a true surface, plaster about 15 × 15 cm shall be first applied, horizontally and vertically, at not more than 2 metres intervals over the entire surface to serve as gauges. The surfaces of these gauged areas shall be truly in the plane of the finished plaster surface. The mortar shall then be laid on the wall, between the gauges with trowel. The mortar shall be applied in a uniform surface slightly more than the specified thickness. This shall be brought to a true surface, by working a wooden straight edge reaching across the gauges, with small upward and side ways movements at a time. Finally the surface shall be finished off true with trowel or wooden float according as a smooth or a sandy granular texture is required. Excessive troweling or over working the float shall be avoided.

17.1.4.3 All corners, arrises, angles and junctions shall be truly vertical or horizontal as the case may be and shall be carefully finished. Rounding or chamfering corners, arrises, provision of grooves at junctions etc. where required shall be done without any extra payment. Such rounding, chamfering or grooving shall be carried out with proper templates or battens to the sizes required.

17.1.4.4 When suspending work at the end of the day, the plaster shall be left, cut clean to line both horizontally and vertically. When recommencing the plastering, the edge of the old work shall be scrapped cleaned and wetted with cement slurry before plaster is applied to the adjacent areas, to enable the two to properly join together. Plastering work shall be closed at the end of the day on the body of wall and not nearer than 15 cm to any corners or arrises. It shall not be closed on the body of the features such as plasters, bands and cornices, nor at the corners of arrises. Horizontal joints in plaster work shall not also occur on parapet tops and copings as these invariably lead to leakages. The plastering and finishing shall be completed within half an hour of adding water to the dry mortar. No portion of the surface shall be left out initially to be patched up later on. The plastering and finishing shall be completed within half an hour of adding water to the dry mortar.

17.1.5 Curing: Curing shall be started as soon as the plaster has hardened sufficiently not to be damaged when watered. The plaster shall be kept wet for a period of at least 7 days. During this period, it shall be suitably protected from all damages at the contractor’s expense by such means as the Engineer-in-Charge may approve. The dates on which the plastering is done shall be legibly marked on the various sections plastered so that curing for the specified period thereafter can be watched.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 83 Signature of Tenderer

17.1.6 Finish: The plaster shall be finished to a true and plumb surface and to the proper degree of smoothness as required. The work shall be tested frequently as the work proceeds with a true straight edge not less than 2.5 m long and with plumb bobs. All horizontal lines and surfaces shall be tested with a level and all jambs and corners with a plumb bob as the work proceeds.

17.1.7 Precautions:

17.1.7.1 Any cracks which appear in the surface and all portions which sound hollow when tapped, or are found to be soft or otherwise defective, shall be cut out in rectangular shape and redone as directed by the Engineer-in-Charge.

17.1.7.2 When ceiling plaster is done, it shall be finished to chamfered edge at an angle at its junction with a suitable tool when plaster is being done. Similarly when the wall plaster is being done, it shall be kept separate from the ceiling plaster by a thin straight groove not deeper than 6 mm drawn with any suitable method with the wall while the plaster is green.

17.1.7.3 To prevent surface cracks appearing between junctions of column/beam and walls, 150 mm wide chicken wire mesh should be fixed with U nails 150 mm centre to centre before plastering the junction. The plastering of walls and beam/column in one vertical plane should be carried out in one go. For providing and fixing chicken wire mesh with U nails payment shall be made separately.

17.2 18 MM Cement Plaster (Two Coat Work)

17.2.1 Application: The plaster shall be applied in two coats i.e. 12 mm under coat and then 6 mm finishing coat and shall have an average total thickness of not less than 18 mm.

17.2.1.1 12 mm Under Coat: This shall be applied as specified in 17.1.4 except that when the plaster has been brought to a true surface a wooden straight edge and the surface shall be left rough and furrowed 2 mm deep with a scratching tool diagonally both ways, to form key for the finishing coat. The surface shall be kept wet till the finishing coat is applied.

17.2.1.2 6 mm Finishing Coat: The finishing coat shall be applied after the under coat has sufficiently set but not dried and in any case within 48 hours and finished in the manner specified in 17.1.4.

17.2.2 Mortar:

17.2.2.1 The mix and type of fine aggregate specified in the description of the item shall be used for the respective coats. The mix of the finishing coat shall not be richer than the under coat unless otherwise described in item.

17.2.2.2 Coarse sand shall be used for the under coat and fine sand for the finishing coat.

17.2.3 Specifications for Curing, Finishing & precautions shall be as described under 17.1.

17.3 6 MM Cement Plaster on Cement Concrete and Reinforc ed Cement Concrete Work

17.3.1 Scaffolding: Stage scaffolding shall be provided for the work. This shall be independent of the walls.

17.3.2 Preparation of Surface: Projecting burrs of mortar formed due to the gaps at joints in shuttering shall be removed. The surface shall be scrubbed clean with wire brushes. In addition concrete surfaces to be plastered shall be pock marked with a pointed tool, at spacings of not more than 5 cm. Centres, the pock being made not less than 3 mm deep. This is to ensure a proper key for the plaster. The mortar shall be washed off and surface, cleaned off all oil, grease etc. and well wetted before the plaster is applied.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 84 Signature of Tenderer

17.3.3 Application: To ensure even thickness and a true surface, gauges of plaster 15 x 15 cm. shall be first applied at not more than 1.5 m intervals in both directions to serve as guides for the plastering. Surface of these gauged areas shall be truly in the plane of the finished plaster surface. The plaster shall be then applied in a uniform surface to a thickness slightly more than the specified thickness and shall then be brought to true and even surface by working a wooden straight edge reaching across the gauges. Finally the surface shall be finished true with a trowel or with wooden float to give a smooth or sandy granular texture as required. Excess troweling or over working of the floats shall be avoided. The plastering and finishing shall be completed within half an hour of adding water to the dry mortar.

17.3.4 Plastering of ceiling shall not be commenced until the slab above has been finished and centring has been removed. In the case of ceiling of roof slabs, plaster shall not be commenced until the terrace work has been completed. These precautions are necessary in order that the ceiling plaster is not disturbed by the vibrations set up in the above operations.

17.3.5 Finish: The plaster shall be finished to a true and plumb surface and to the proper degree of smoothness as required. The work shall be tested frequently as the work proceeds with a true straight edge not less than 2.5 m long and with plumb bobs. All horizontal lines and surfaces shall be tested with a level and all jambs and corners with a plumb bob as the work proceeds.

17.3.6 Specifications for Curing & precautions shall be as described under 17.1.

18.0 WHITE WASHING, DISTEMPERING & PAINTING

18.1 General

18.1.1 Standard brand of lime, distempers, primers, cement paints and enamel paints as per relevant IS specifications and as approved by Engineer-in-charge shall be used for white washing, distempering and painting of wood work, steel works and exteriors. The rates cover the cost of all labours and materials, cleaning materials, ladders, scaffolding, tools, plants and equipments including brushes of approved pattern at the contractor’s cost.

18.2 White Washing With Lime

18.2.1 Preparation of Surface: Before new work is white washed, the surface shall be thoroughly brushed free from mortar droppings an foreign matter.

18.2.2 Preparation of Lime Wash

18.2.2.1 The lime wash shall be prepared from fresh stone white lime (Narnaul or Dehradun quality). The lime shall be thoroughly slaked on the spot, mixed and stirred with sufficient water to make a thin cream. This shall be allowed to stand for a period of 24 hours and then shall be screened through a clean coarse cloth. 40 gm of gum dissolved in hot water, shall be added to each 10 cubic dicimetre of the cream. The approximate quantity of water to be added in making the cream will be 5 litres of water to one kg of lime.

18.2.2.2 Indigo (Neel) upto 3 gm per kg of lime dissolved in water, shall then be added and stirred well. Water shall then be added at the rate of about 5 litres per kg. of lime to produce a milky solution.

18.2.3 Application

18.2.3.1 The white wash shall be applied with moonj brushes to the specified number of coats. The operation for each coat shall consist of a stroke of the brush given from the top downwards, another from the bottom upwards over the first stroke, and similarly one stroke horizontally from the right and another from the left before it dries.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 85 Signature of Tenderer

18.2.3.2 Each coat shall be allowed to dry before the next one is applied. Further each coat shall be inspected and approved by the Engineer-in-Charge before the subsequent coat is applied. No portion of the surface shall be left out initially to be patched up later on.

18.2.3.3 For new work, three or more coats shall be applied till the surface presents a smooth and uniform finish through which the plaster does not show. The finished dry surface shall not show any signs of cracking and peeling nor shall it come off readily on the hand when rubbed.

18.2.4 Protective Measures: Doors, windows, floors, articles of furniture etc. and such other parts of the building not to be white washed, shall be protected from being splashed upon. Splashings and droppings, if any shall be removed by the contractor at his own cost and the surfaces cleaned. Damages if any to furniture or fittings and fixtures shall be recoverable from the contractor.

18.3 White Washing with Whiting

18.3.1 Preparation of Mix: Whiting (ground white chalk) shall be dissolved in sufficient quantity of warm water and thoroughly stirred to form a thin slurry which shall then be screened through a clean coarse cloth. Two kg of gum and 0.4 kg of copper sulphate dissolved separately in hot water shall be added for every cum of the slurry which shall then be diluted with water to the consistency of milk so as to make a wash ready for use.

18.3.2 Other specifications described for white washing with lime shall apply in this case also.

18.4 Dry Distempering

18.4.1 Materials: Dry distemper of required colour (IS 427) and of approved brand and manufacture shall be used. The shade shall be got approved from the Engineer-in-Charge before application of the distemper. The dry distemper colour as required shall be stirred slowly in clean water using 6 decilitres (0.6 litre) of water per kg of distemper or as specified by the makers. Warm water shall preferably be used. It shall be allowed to stand for at least 30 minutes (or if practicable over night) before use. The mixture shall be well stirred before and during use to maintain an even consistency. Distemper shall not be mixed in larger quantity than is actually required for one day’s work.

18.4.2 Preparation of Surface

18.4.2.1 Before new work is distempered, the surface shall be thoroughly brushed free from mortar droppings and other foreign matter and sand papered smooth.

18.4.2.2 New plastered surfaces shall be allowed to dry completely, before applying, distemper.

18.4.2.3 In the case of old work, all loose pieces and scales shall be removed by sand papering. The surface shall be cleaned of all grease, dirt, etc.

18.4.2.4 Pitting in plaster shall be made good with plaster of paris mixed with the colour to be used.

18.4.2.5 The surface shall then be rubbed down again with a fine grade sand paper and made smooth. A coat of the distemper shall be applied over the patches. The patched surface shall be allowed to dry thoroughly before the regular coat of distemper is applied.

18.4.3 Priming Coat: A priming coat of whiting (see 13.16) shall be applied over the prepared surface in case of new work, if so stipulated in the description of the item. No white washing coat shall be used as a priming coat for distemper. The treated surface be allowed to dry before distemper coat is given.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 86 Signature of Tenderer

18.4.4 Application: In the case of new work, the treatment shall consist of a priming coat of whiting followed by the application of two or more coats of distemper till the surface shows an even colour.

18.4.4.1 The application of each coat shall be as follows:

18.4.4.2 The entire surface shall be coated with the mixture uniformly, with proper distemper brushes (ordinary white wash brushed shall not be allowed) in horizontal strokes followed immediately by vertical ones which together shall constitute one coat.

18.4.4.3 The subsequent coats shall be applied only after the previous coat has dried.

18.4.4.4 The finished surface shall be even and uniform and shall show no brush marks.

18.4.4.5 Enough distemper shall be mixed to finish one room at a time. The application of a coat in each room shall be finished in one operation and no work shall be started in any room, which cannot be completed the same day.

18.4.4.6 After each day’s work, the brushes shall be washed in hot water and hung down to dry. Old brushes which are dirty or caked with distemper shall not be used.

18.5 Oil Emulsion (Oil Bound) Washable Distempering

18.5.1 Materials : Oil emulsion (Oil Bound) washable distemper (IS 428) of approved brand and manufacture shall be used. The primer where used as on new work shall be cement primer or distemper primer as described in the item. These shall be of the same manufacture as distemper. The distemper shall be diluted with water or any other prescribed thinner in a manner recommended by the manufacturer. Only sufficient quantity of distemper required for day’s work shall be prepared.

18.5.2 The distemper and primer shall be brought by the contractor in sealed tins in sufficient quantities at a time to suffice for a fortnight’s work, and the same shall be kept in the joint custody of the contractor and the Engineer-in-Charge. The empty tins shall not be removed from the site of work, till this item of work has been completed and passed by the Engineer-in-Charge.

18.5.3 Preparation of the Surface: For new work the surface shall be thoroughly cleaned of dust, old white or colour wash by washing and scrubbing. The surface shall then be allowed to dry for at least 48 hours. It shall then be sand papered to give a smooth and even surface. Any unevenness shall be made good by applying putty, made of plaster of paris mixed with water on the entire surface including filling up the undulations and then sand papering the same after it is dry.

18.5.4 Application

18.5.4.1 Priming Coat: The priming coat shall be with distemper primer or cement primer, as required in the description of the item. If the wall surface plaster has not dried completely, cement primer shall be applied before distempering the walls. But if distempering is done after the wall surface is dried completely, distemper primer shall be applied.

18.5.4.2 Distemper Coat: For new work, after the primer coat has dried for at least 48 hours, the surface shall be lightly sand papered to make it smooth for receiving the distemper, taking care not to rub out the priming coat. All loose particles shall be dusted off after rubbing. One coat of distemper properly diluted with thinner (water or other liquid as stipulated by the manufacturer) shall be applied with brushes in horizontal strokes followed immediately by vertical ones which together constitutes one coat. The subsequent coats shall be applied in the same way. Two or more coats of distemper as are found necessary shall be applied over the primer coat to obtain an even shade. A time interval of at least 24 hours shall be allowed between successive coats to permit proper drying of the preceding coat.

18.5.4.3 15 cm double bristled distemper brushes shall be used. After each days work, brushes shall be thoroughly washed in hot water with soap solution and hung down to dry. Old brushes which are dirty and caked with distemper shall not be used on the work.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 87 Signature of Tenderer

18.6 Cement Paint

18.6.1 The cement Paint shall be (conforming to IS 5410) of approved brand and manufacture. For New Work, the surface shall be thoroughly cleaned of all mortar dropping, dirt dust, algae, grease and other foreign matter by brushing and washing. Pitting in plaster shall be made good and a coat of water proof cement Paint shall be applied over patches after wetting them thoroughly.

18.6.2 Preparation of Mix : Cement Paint shall be mixed in such quantities as can be used up within an hour of its mixing as otherwise the mixture will set and thicken, affecting flow and finish. Cement Paint shall be mixed with water in two stages. The first stage shall comprise of 2 parts of cement Paint and one part of water stirred thoroughly and allowed to stand for 5 minutes. Care shall be taken to add the cement Paint gradually to the water and not vice versa. The second stage shall comprise of adding further one part of water to the mix and stirring thoroughly to obtain a liquid of workable and uniform consistency. In all cases the manufacturer’s instructions shall be followed meticulously. The lids of cement Paint drums shall be kept tightly closed when not in use, as by exposure to atmosphere the cement Paint rapidly becomes air set due to its hygroscopic qualities. In case of cement Paint brought in gunny bags, once the bag is opened, the contents should be consumed in full on the day of its opening. If the same is not likely to be consumed in full, the balance quantity should be transferred and preserved in an airtight container to avoid its exposure to atmosphere.

18.6.3 Application: The solution shall be applied on the clean and wetted surface with brushes or spraying machine. The solution shall be kept well stirred during the period of application. It shall be applied on the surface which is on the shady side of the building so that the direct heat of the sun on the surface is avoided. The method of application of cement Paint shall be as per manufacturer’s specification. The completed surface shall be watered after the day’s work. The second coat shall be applied after the first coat has been set for at least 24 hours. Before application of the second or subsequent coats, the surface of the previous coat shall not be wetted. For new work, the surface shall be treated with three or more coats of water proof cement Paint as found necessary to get a uniform shade.

18.7 Primer

18.7.1 Painting Priming Coat on Wood, Iron or Plastered Surfaces: The primer shall be ready mixed primer of approved brand and manufacture.

18.7.2 Primer for plaster/wood work/Iron & Steel / Aluminium surfaces shall be as specified below:

S.No. Surfaces Primer to be used 1 Wood work (hard and soft

wood Pink conforming to IS 3536

2 Resinour wood and plywood Aluminium primer conforming to IS 3585 3 A) Aluminium and light alloys Zinc chromate primer conforming to IS 104

B) Iron, Steel and Galvanized steel

Red Oxide Zinc chromate Primer conforming IS 2074

4 Cement / Conc / RCC / brickwork, Plastered surfaces, non-asbestos surfaces to receive Oil bound distemper or Paint finish

Cement primer conforming to IS 109

18.8 Painting

18.8.1 Paints, oils, varnishes etc. of approved brand and manufacture shall be used. Only ready mixed Paint (Exterior grade) as received from the manufacturer without any admixture shall be used. If for any reason, thinning is necessary in case of ready mixed Paint, the brand of thinner recommended by the manufacturer or as instructed by the Engineer-in-Charge shall be used.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 88 Signature of Tenderer

18.8.2 Synthetic Enamel Paint (conforming to IS 2933) of approved brand and manufacture and of the required colour shall be used for the top coat and an undercoat of ordinary Paint of shade to match the top coat as recommended by the same manufacturer as far the top coat shall be used.

18.8.3 Application: The number of coats including the undercoat shall be as stipulated in the item.

18.8.3.1 Under Coat: One coat of the specified ordinary Paint of shade suited to the shade of the top coat, shall be applied and allowed to dry overnight. It shall be rubbed next day with the finest grade of wet abrasive paper to ensure a smooth and even surface, free from brush marks and all loose particles dusted off.

18.8.3.2 Top Coat: Top coats of synthetic enamel Paint of desired shade shall be applied after the undercoat is thoroughly dry. Additional finishing coats shall be applied if found necessary to ensure properly uniform glossy surface.

19.0 STEEL WORK WELDED IN BUILT UP SECTIONS

19.1 The IS Code of practice for electric welding of mild steel structures shall be followed wherever welding is required to be carried out.

19.2 As far as possible effort shall be made to limit the welding when the structure is erected to rectify the defects only so as to avoid improper welding and damage to structure.

20.0 WATER SUPPLY AND SANITARY INSTALLATIONS

20.1 For execution of sanitary installation and water supply work the contractor shall arrange a licensed plumber and specifically skilled artisan shall be employed by the contractor for sanitary installation work. The work shall be executed as per CPWD 2009 and IS specifications.

20.2 The work of providing GI and/or SCI pipe required hall proceed along with the construction of building to avoid demolition if breaking up of masonry at later stage.

20.3 Size of MS clamps for fixing of pipes of different dia shall be as per size of the pipes.

20.4 Samples of sanitary installation and fittings such as W.C. pan wash wash basin, sinks etc. shall be submitted to the Engineer-in-charge for approval before supplying and fixing the same and the contractor shall ensure that all fittings provided by him are strictly accordance with the approved samples.

20.5 Salt glazed stoneware pipes as per relevant IS specifications shall be used for disposal of sewerage. Pipes brought shall be supported by requisite test certificates and approved by the Engineer-in-charge before use.

21.0 CORPORATION'S RUBBLES RECOVERY

21.1 6% deduction in the rates for the respective item of concreting will be made if the contractor makes use of Corporation's rubbles of approved quality for breaking into aggregate and uses the same in the concrete work. If contractor use the Corporation’s rubbles for any other schedule item, the recovery at the rate of Rs. 75 per cum of the Bulk volume of rubble used shall be made.

22.0 ANCILLARY WORKS

22.1 All other ancillary works and works incidental to main works shall be carried out as per codes of practices and manual of instructions of KRCL / Railways and as per the instructions of Engineer-in- charge.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 89 Signature of Tenderer

23.0 GENERAL ELECTRICAL WORKS (INTERNAL WIRING SYST EM OF BUILDINGS)

23.1 General

23.1.1 The electrical works shall be carried out as per Railway technical specifications & in conformity with the requirement of the Indian Electricity Rule 1956 framed there under and also the relevant regulation of the Electric supply authority concerned, general condition of contract, special condition of contract.

23.1.2 To ensure satisfactory and reliable service, safety from all possible hazards from the use of Electricity to meet essential requirements and precautions regarding wiring of installations, code of practice enumerated in IS-732/1989 shall be complied with.

23.1.3 All equipments, fittings and accessories, material selected for wiring installation shall confirm to the relevant and latest ISS.

23.1.4 On completion of the work the contractor shall submit a wiring diagram indicating main switch board, size of various mains and sub mains and the position of all the points and their controls.

23.1.5 All electrical works shall be carried out only by valid Electrical Contractor’s license holder issued by J&K Govt. /Central Govt. All work on Electrical installation shall be done under the direct supervision of persons holding valid certificate of competency issued by the State Gov. /Central Gov.

23.1.6 Conduit Wiring System : Type and size of Conduit :32 mm M.S. concealed conduits with all its accessories shall be used for all lights / fans / exhaust fans / plug points wiring. All conduit pipes of Mild Steel shall be of reputed make and confirm to BIS standards and of gauge not less than 16 SWG for conduits of sizes up to 32 mm diameter and 14 SWG for conduit of sizes above 32 mm diameter solid dawn or seamed welding finish with white stove enameled surface. All conduit accessories shall be of threaded type and under no circumstances pin grip type accessories shall be used.

23.1.7 Limitations: The maximum number of PVC insulated 1100 volts grade copper conductor Cable that can be drawn in conduit of various sizes shall be as per IS Code and as per table No. 1 given below

Table 1

Table indicating Maximum number of PVC insulated 1100 V grade copper conductor cables that can be used in conduit pipes confirming to IS : 694 – 1990 (Clause 4.2.1 (ii). In long distance straight run of MS/ PVC conduits, inspection type couplers at reasonable intervals shall be provided. Rubber bushes should be fitted to the conduit before drawing wires to avoid damage to the insulation of conductor.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 90 Signature of Tenderer

Nominal Dia Of conduit 25 mm 32 mm 38 mm 51 mm 64 mm Cross – Sectional Area of Conductor In Sq. mm

1 S4 B5 S6 B7 S8 B9 S10 B11 S12

1.50 10 8 18 12 - - - - - - 2.50 8 6 12 10 - - - - - - 4 6 5 10 8 - - - - - - 6 5 4 8 7 - - - - - - 10 4 3 6 5 8 6 - - - - 16 2 2 3 3 6 5 10 7 12

25 - - 3 2 5 3 8 6 9

35 - - - - 3 2 6 5 8

50 - - - - - - 5 3 6

70 - - - - - - 4 3 5

Note :

(i) The above table shows the maximum capacity of conduits for simultaneous drawing in of cables.

(ii) The colums headed ‘S’ apply to runs of conduits which have distance not exceeding 4.25 m between draw in boxes and which do not deflect from the straight by an angle of more than 15 degrees. The columns headed ‘B’ apply to runs of conduit, which deflect from the straight by an angle of more than 15 degrees.

(iii) Conduit sizes are the nominal external diameters.

23.2 Conduit Joints: (M S)

MS conduit pipes having running threads with couplers and jam nuts shall be provided. In the later case the bare threaded portion shall be treated with anticorrosive preservative. Threads on conduit pipes in all cases shall be between 13 mm to 19 mm long sufficient to accommodate pipes to full threaded portion of couplers or accessories. Cut ends of conduit pipe shall have neither sharp edges nor any burrs left to avoid damage to the insulation of conductor while pulling them through such pipes.

23.3 Protection of MS conduits against condensation & rust.

• The layout of conduit should be such that any condensation or sweating inside the conduit is drained out.

• Suitable precaution should also be taken to prevent entry of insects inside the conduit.

• The outer surface of conduit including all bends, tees, junction boxes etc. forming part of conduit system shall be adequately protected against rust by painting with two coats of oxide paint before they are fixed.

• In all cases, no bare threaded portion of conduit pipe shall be allowed, unless such bare thread portion of conduit is treated with anti-corrosive preservative or covered with approved plastic compound.

• After installation, all accessible surface and exposed surface of conduit pipes, fittings, switch and regulator boxes etc. shall be painted with red oxide over which

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 91 Signature of Tenderer

two coats of approved enameled paint or aluminum paint as required to match the finish of surrounding wall, trusses etc.

23.4 Recess and Concealed Conduits

The chase in the wall shall be made neatly and of ample dimensions to permit the conduit to be fixed in the manner desired. In case of building under construction, conduit shall be buried in the wall before plastering and shall be finished neatly after erection of conduit. It case of exposed brick / rubble masonry work, special care shall be taken to fix the conduit and accessories in position along with the building work. Entire work of chasing the wall, fixing the conduit in chases, and burying the conduit in mortar before plastering shall form part of point wiring work.

Fixing of standard bends and elbows shall be avoided as far as practicable and all curves maintained by bending the conduit pipe itself with long radius, which shall permit easy drawing in of conductors. Suitable inspection boxes to the barest minimum requirements shall be provided to permit periodical inspection and to facilitate replacement of wires, if necessary. These shall be mounted flush with the wall. Suitable ventilation holes shall be provided in the inspection box covers. Wherever the length of conduit run is more than 10 meters, circular junction box shall be provided.

23.5 Erection and Earthing of Conduits

The conduit of each circuit or section shall be completed before conductors are drawn in. The entire system of conduit after erection shall be tested for mechanical and electrical continuity throughout and permanently connected to earth conforming to the requirement by means of special approved type of earthing clamp effectively fastened to conduit pipe in a workmen like manner for a perfect continuity between the earth and conduit. The earthing clamps shall be free from cuts and burrs. Note: Gas, Water pipe etc., shall not be used as a medium for earthing the wiring system.

23.6 Outlet Boxes and Covers

The switch box shall make of metal on sides except on the front. Boxes shall be hot dip galvanized mild steel and thickness shall be of 16 SWG with decolam / hylam sheet top of not less than 2mm. The boxes shall be presented to the Engineer for approval before they are used for wiring.

23.7 Control Switches for lights / fans etc.

All 5 and 15 Amp switches shall be flush modular type, robust, elegant, ISI marked and suitable for use on 220 / 240 Volts A.C. similar to that of Anchor make (catalogue No 21011 Roma) Switch plate shall be made of polycarbonate to have desired insulation, strength, flexibility, finish and heat resistant properties. Similarly 5 / 6 and 15/6 Amps modular socket shall be of flush type similar to Anchor make. All switches, sockets, telephone outlets, TV outlet etc., shall be of white finish. All 5/15 Amp socket shall be of 5 pin type with the fifth terminal connected to the earth. The modular switches controlling the lights of fans shall be connected to the phase wire of the circuit. Switches for lights and 5/6 Amp & 15/16 amp outlets shall be located at 1250 mm above finished floor level. The DB’s shall be fixed at 1500mm above finished floor level unless otherwise indicated on drawings.

23.8 Wiring: All PVC multi stranded flexible copper conductor wires shall be of ISI marked as per the size and material specified in BOQ.

23.8.1 All wiring shall be of multi - stranded electrolytic copper 1.1 KV grade, flame retardant as per IS : 694, 1990, Clause 15.2 J and insulation shall have FRLS properties and added with lead nepthonate in adequate in adequate measure to achieve rodent resistance property. Inner layer of PVC insulation used shall be of virgin quality without any color additives surrounding the conductors.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 92 Signature of Tenderer

23.8.2 The circuit wiring for points shall be carried out in looping system in the switch control boards. Circuit wiring shall be laid in separate conduit originating from distribution board to switch board for light / fan. A light / fan switch board may have more than one circuit but shall be of same phase. Looping circuit wiring shall be drawn in same conduit as for point wiring. Each circuit shall have a separate neutral wire and shall be of the same size as the phase wire. Neutral looping shall be carried out form point to point or in light / fan switch boards only. A separate earth wire shall be provided along with each circuit wiring. For point wiring, similar colour code i.e. Red, Yellow and Blue colour wire shall be used for phase and black colour wire for neutral. Circuit wiring shall be carried out with PVC insulated wires. Bare copper wire or Flexible multi-stranded wire shall be used as earth continuity conductor and shall be drawn along with other wires. No wire shall be drawn into any conduit until all works of any nature such as cleaning inside the conduit; removal of burrs at the mouth openings of conduit etc is completed as it may cause injury to wire.

Note: i) Care shall be taken in pulling the wires so that no damage occurs to the insulation

of the wire. ii) Before the wires are drawn into the conduit, the conduits shall be thoroughly

cleaned of moisture and shall be free from dust and dirt.

23.8.3 Joints to the Wiring: All joints in the wiring shall be made at main switch boards, distribution boards only. No joint shall be made in conduits and junction boxes or in the length of conductors. Conductors shall be continuous from outlet to inlet.

23.8.4 Wiring for power circuits: Wiring along with earth wire for each power circuit is carried out independent from SDB to each individual power plug point. An individual circuit fuse of proper capacity is provided for protection.

23.9 Mains and Sub Mains

23.9.1 Mains and sub main cable where called for shall be of the rated capacity ISI branded and approved make. Every main and sub main shall be drawn into an independent adequate size conduit. Adequate size draw boxes shall be provided at convenient locations to facilitate easy drawing s of the sub main and main cables. Cost of junction box / draw is deemed to be included in the rates of sub main wiring. Independent earth wire of proper rating shall be provided for every sub main. Single phase sub-main shall have single earth wire whereas three-phase sub main shall be provided with two earth wires. The earth wire of proper rating shall be fixed to conduits by means of suitable M.S. clips at not more than 100 mm distance.

23.9.2 Where main and sub-main cables are connected to the Switchgear, sufficient extra length cables shall be provided to facilitate easy connection and maintenance. For termination of cables, crimping type cable socket / lugs shall be provided. Same color code as for circuit wiring shall be followed for Mains and Sub-mains also.

23.9.3 Reception and distribution of supply shall have a linked switch with fuse of adequate capacity at the point of entry of supply mains. The wiring shall be such that there is no break in the neutral wire in the form of a switch or a fuse unit. The power circuit should be provided with fuse of adequate capacity. The light and fan sub circuits should be controlled through metal clad fuse distribution board / Teak wood with Hylam / Decolam top distribution board with fuse cut outs. The fuse distribution board shall have fuse on the line / phase conductor of each sub circuit and the earthed neutral conductor shall be connected to a common link and be capable of disconnected individually for testing purpose. In the wiring of distribution board total load of consuming devices shall be divided as far as possible evenly between the load and the number of ways of the boards. The wiring in the distribution board shall be arranged in a definite sequence avoiding unnecessary crossing of wires.

23.9.4 The distribution board / MCB / Fuse cut outs shall be suitably marked to identify the circuit to which it is connected. The distribution should have circuit list giving the details of each circuit with its control.

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 93 Signature of Tenderer

23.10 Load Balancing:

Balancing of circuits in three-phase installation shall be planned before the commencement of wiring and shall be strictly adhered to.

23.11 Color code for Circuit & Sub Main Wiring:

Color code for Main circuit and sub main wiring installation shall be maintained as Red, Yellow, and Blue for three phases, Black for neutral and green only for earth in case of insulated earth wire.

23.12 Conductor Size:

Wiring shall be carried out with following sizes of PVC insulated, FRLS, and 1100 V grade multi-strand flexible copper conductor wires.

• Light point – 1.5 Sq.mm • Ceiling / Cabin / Exhaust Fan point – 1.5 sq. mm • Call Bell point – 1.5 Sq. mm • Plug point (5A S/S outlet) – 2.5 mm • Circuit Wiring – 2.5 Sq. mm • General Power Point – 4 Sq.mm • Circuit mains – 6 Sqmm ( Meter Board to SDB for independent meter boards)

23.13 Earthing of Non-current Carrying Part:

All the non-current metal part of electrical installation shall be earthed properly. All metal conduits trenching, cable armour, switchgear, distribution fuse boards, lighting fittings an all other parts made of metal shall be bonded together and connected by means of specified earthing conductors to an efficient earthing system with two separate earths distinctly.

23.14 Earth Conductor:

Every conductor shall be of high conductivity copper / GI and shall be protected against mechanical injury or corrosion. Bare copper multi-stranded or PVC insulated multi-stranded wire of 2.44 sq mm shall invariably be used along with wiring in the quarters. GI wire not less than 6 SWG shall be used for earthing of MDB manufactured in MS sheet etc.

23.15 Testing: At the completion of the work, the entire installation shall be subjected to the following tests:

• Continuity Test • Insulation Resistance Test • Earth Continuity Test • Earth Resistance Test

Besides the above, any other test specified in IS Specifications and as required by the local Authority / Engineer shall also be carried out.

23.16 Testing of Wiring:

Wiring system shall be tested for continuity of (i) all circuits, (ii) short circuits and (iii) earthing after the wiring is completed and before energizing.

(a) Insulation Resistance Test :

The insulation resistance shall be measured by applying between earth and the whole system of conductors, or any section thereof, with all fuses in place and all switches closed and except in concentric wiring all lamps in position of both poles of the installation otherwise electrically connected together. A direct current pressure is applied so that it does not exceed 600 Volts for medium voltage circuits. Where

Special Conditions of Contract Part – B Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 94 Signature of Tenderer

the supply is derived from AC three phase system, the neutral pole of which is connected to earth, either direct or through added resistance measured as above shall not be less than 50 divided by the number of points on the circuit provided that the whole installation shall be required to have an insulation greater than one mega ohm. A DC 500 Volt megger (calibrated) shall be used for this purpose. The entire installation shall be tested and should comply with the requirement of specifications, IS code and IE norms.

(b) Testing of Earth Continuity Path:

The earth continuity test of metallic envelopes of cables shall be done for electric continuity. Electrical resistance of the same along with the earthing lead excluding any added resistance of earth leakage circuit breaker measured from the connection with the earth electrode to any point in the earth conductor in the completed installation shall not exceed one ohm.

(c) Testing of polarity of non-linked single pole S witches

In a two-wire installation, a test shall be made to verify that all non-linked single pole switches have been fitted in the same conductor throughout and such conductor shall be labeled or marked for connections, to an outer or phase conductor or to the non-earthed conductor of the supply. In the three of four wire installation a test shall be made to verify that every non-linked single pole switch is fitted in a conductor to one of the outer or phase conductor or to non-earthed conductor of supply.

(d) Earth Resistivity Test

Earth Resistivity Test shall be carried out in accordance with Indian Standard Code of Practice for earthing IS 3043 – 1966. All tests shall be carried out in the presence of the Engineer – in – charge or his authorized representative.

********

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 95 Signature of Tenderer

SPECIAL CONDITIONS OF CONTRACT – PART C (Road, Protection & Ancillary Works)

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 96 Signature of Tenderer

Road, Protection & Ancillary Works

1.0 Introduction

1.1 This section deals with the technical specifications of the work. All the works shall conform to drawings/specifications and shall be carried out to the satisfaction of the Engineer-in-charge. The workmanship, quality of materials and finished work shall comply with the requirements set forth in special conditions and the general conditions. Where the drawings and specifications describe a portion of the work in only general terms, and not in complete detail, it shall be understood that only the best general engineering principle is to prevail

2.0 Scope of Work

2.1 The scope of work includes the following:

2.1.1 Construction of road for School Building involving Earthwork in cutting and filling, construction of culverts, construction of Water Bound Macadam (WBM) Road.

2.1.2 Construction of RCC/ Masonry retaining structures, protection works.

2.1.3 Construction of RR/Brick Masonry compound wall with barbed & concertina wire fencing.

2.1.4 Construction of culverts including approaches in banks & cuttings.

3.0 General safety requirements and risks

3.1 The work site is located at Sangaldan village adjacent to Sangaldan - Barala Road and excavation needs to be done on the slopes. There are habitations and agricultural fields on the upper and lower contours of the hill slope. The tenderer has to visit the site and assess the situation before quoting for the tender.

3.2 All safety precautions have to be taken by the contractor to avoid damage by rock fall debris to adjacent land, structures, trees etc. However in unavoidable circumstances in spite of all safety precautions if any damage occurs the cost of damage shall be borne as follows.

3.2.1 Any damage to private land, structure, trees etc. shall be assessed by revenue authorities and the compensation so determined shall be paid and borne by the contractor. Documents of settlement of such compensation shall be submitted to KRCL, for record. In case of any dispute regarding compensation, the decision of Chief Engineer shall be final and binding.

3.2.2 For any damage to Government/revenue/forest land, structures, trees etc. due to dumping of cut spoil, the compensation shall be paid and borne by KRCL and charged to the project for only those cases where the cause is wholly beyond the control of contractor in spite of adopting all safety precautions. Else the compensation shall be paid and borne by the contractor. In case of any dispute the decision of Chief Engineer shall be final and binding.

3.2.3 The hill slopes are subject to slip and slides especially during monsoon and winter rains, and the road may get blocked/ breached for Vehicular traffic. Corporation shall not be responsible for any damage or loss whatsoever suffered by Contractor due to such slip and slides of the hill slopes. Contractor shall perform at his own cost all remedial work as required by Engineer-in-charge in the event of damage or peril resulting from inadequate protective measures.

4.0 Survey and Setting out works

4.1 Immediately after award of the work, the contractor shall engage his engineers/ survey & set out works.

4.2 Contractor shall be responsible for correct setting out of all works in terms of clause 19(4) of GCC Northern Railway.

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 97 Signature of Tenderer

4.3 Based on approved alignment contractor shall prepare longitudinal-section, cross-sections, bill of quantity of earthwork, minor bridges, culverts, cause ways, retaining walls, breast walls etc and submit the same to KRCL for approval. Contractor will get soil testing done, at his own cost to assess soil properties, CBR values and submit the report duly authenticated by KRCL official in triplicate to KRCL.

5.0 Earthwork in cutting and filling for formation of road

5.1 General

5.1.1 The work involves open excavation in all types of soils and rocks including rock requiring use of blasting / controlled blasting / chiseling to proper line, level, grade and dimensions as required, providing berms and dressing as per approved drawings, and as directed by Engineer-in-charge including maintenance as per clause 47 of GCC of Northern Railway for the specified maintenance period.

5.1.2 Earthwork to be executed as per section 300 of Specification for Road and Bridge Works Indian Road Congress (IRC), Ministry of Shipping, Road Transport and Highways (MoRTH), Government of India, as modified by the tender conditions.

5.1.3 The reference formation level shall be reckoned as the level at the centre line of the bank/cutting.

5.1.4 Earthwork in formation, and cutting on both sides of the centre line should be demarcated by the contractor as shown on the drawings or as directed by the Engineer-in-charge. This is to be considered as part of the setting out of the work and preliminary to being allowed to break ground. This is to be executed, maintained and renewed by him without any extra payment whenever necessary and when ordered by the Engineer.

5.1.5 The widths, side slopes of embankment and cutting may be changed by the Engineer-in-charge, if so found necessary for stability of the bank/cutting. The contractor shall have no claim whatsoever on account of change in design of side slopes or formation widths.

5.1.6 The berms, where the height of bank or depth of cutting is more, shall have to be provided as per the direction of the Engineer-in-charge.

5.1.7 All blasted cut spoils shall be removed from the bench, toe before undertaking further work.

5.1.8 The spoils excavated from the cutting including side and catch water drains, diversion and training works , after separating boulders more than 15 kgs in weight and more than 15 cm in any direction, will have to be lead and utilized for filling in embankments within the jurisdiction, irrespective of the lead involved.

5.1.9 The cut spoil found to be surplus after making use of the same in filling throughout the contract jurisdiction and excavated materials which are not suitable for construction shall be dumped at designated dumping locations in manner and method as approved by KRCL. Such spoils will have to be transported to the dumping site by the contractor. The lead is up to 6 km. No extra payment on this account shall be paid.

5.1.10 Disposal of all material shall be such that it will not roll/fall at lower slopes and interfere with natural drainage through rain water or its own and is as per the regulations of environmental protection.

5.1.11 The excavated materials suitable for construction shall be stockpiled at locations approved by Engineer-in-charge, if the immediate placement at the final location is not possible.

5.1.12 In case of loose excavation, where the surface is left as excavated or is to be covered by pitching, formation of rain cuts and gullies shall be avoided by proper drainages. Any gullies formed shall be made good by properly packing excavated rock spoil in them. All holes left by removing boulders shall also be filled with rock spoil. No extra payment shall be made for the same.

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 98 Signature of Tenderer

5.1.13 Earthwork in filling for formation at any level shall be required to be executed sufficiently wider than the designed dimensions, so that this extra width shall be trimmed and finished suitably after compacting the slopes. The rate for earthwork shall be deemed to be inclusive of this work and trimming to the profile as per approved drawing.

5.1.14 The contractor shall break all clods for all earthworks in embankment.

5.1.15 Every precaution shall be taken to prevent slips. In case slips occur, the slipped material shall be removed to the designed/modified slope.

5.1.16 Where road roller is not possible to operate due to less width, in such case plate compactor shall be used for compaction.

5.2 Materials and General Requirements

5.2.1 The materials used in embankments, subgrades, earthen shoulders and miscellaneous backfills shall be soil, murum, gravel, a mixture of these or any other material approved by the Engineer-in-charge. Such materials shall be free of logs, stumps, roots, rubbish or any other ingredient likely to deteriorate or affect the stability of the embankment/subgrade.

5.2.2 The size of the coarse material in the mixture of earth shall ordinarily not exceed 75 mm when being placed in the subgrade. However, the engineer may at his discretion permit the use of material coarser than this also if he is satisfied that the same will not present any difficulty as regards the placement of fill material and its compaction to the requirements of these specifications. The maximum particle size shall not be more than two-thirds of the compacted layer thickness.

5.2.3 Ordinarily, only the materials satisfying the density requirements given in Table 300-1 of MoRTH shall be employed for the construction of the embankment and the subgrade.

5.2.4 TABLE 300-1 Density Requirements of Embankment and Subgrade Materials

5.2.5 The engineer may relax these requirements at his discretion taking in to account the availability of materials for construction and other relevant factors.

5.2.6 Haulage of material to embankments or other areas of fill shall proceed only when sufficient spreading and compaction plant is operating at the place of deposition.

5.3 Specifications and conditions regarding Mechanical Compaction of Earthwork

5.3.1 Mechanical compaction shall be as per para 305 of Section 300, of Specification for Road and Bridge Works, MoRTH, Government of India,IRC.

5.4 Construction Operations

5.4.1 The embankment / subgrade shall be built sufficiently wider than the design dimension so that surplus material may be trimmed, ensuring that the remaining material is to the desired density and in position specified and conforms to the specified side slopes.

Sl.No Type of Work Maximum laboratory dry unit weig ht when tested as per IS: 2720 (Part 8)

1 Embankments up to 3 meters height, not subjected to extensive flooding

Not less than 15.2 KN/cum

2 Embankments up to 3 meters height or embankments of any height subject to long periods of inundation

Not less than 16.0 KN/cum

3 Subgrade and earthen shoulders/ verges/backfill

Not less than 17.5 KN/cum

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 99 Signature of Tenderer

5.5 Compacting ground supporting embankment/subgrade

5.5.1 Where necessary, the original ground shall be levelled to facilitate placement of first layer of embankment, scarified, mixed with water and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2. No extra payment on this account shall be paid.

5.5.2 In case where the difference between the subgrade level (top of the subgrade on which pavement rests) and ground level is less than 0.5m and the ground does not have 97 per cent relative compaction with respect to the dry density as given in table 300-2, the ground shall be loosened up to a level 0.5m below the subgrade level, watered and compacted in layers in accordance with clauses 305.3.5 and 305.3.6 of MoRTH to not less than 97 percent of dry density as given in Table 300-2.

TABLE 300-2 Compaction Requirement for Embankment and Subgrade

Sl.No

Type of Work/Material Relative compaction as percentage of max. laboratory dry density as per IS:2720 (Part 8)

1 Subgrade and earthen shoulders Not less than 97

2 Embankment Not less than 95

3 Expansive clays Subgrade and 500 mm portion just below the subgrade.

Not allowed

Remaining portion of embankment Not less than 90

5.5.3 The embankment and subgrade material shall be spread in layers of uniform thickness not exceeding 200 mm compacted thickness over the entire width of embankment by mechanical means and compacted as per clause 305.3.6 of MoRTH.

5.5.4 Only the compaction equipment approved by the engineer shall be employed to compact the different material types encountered during construction. The compaction shall be done with the help of vibratory roller of 80 to 100kN static weight with plain or pad foot drum or heavy pneumatic tyred roller of adequate capacity capable of achieving required compaction.

5.5.5 The contractor shall be allowed to lay a further layer of soil only after the compaction of a particular layer has been found satisfactory.

5.5.6 The top of the formation shall be finished to a slope of 1 in 30 away from the centre.

5.5.7 Earthwork for embankment and subgrade to be placed against slopping ground shall be as per clause 305.4.2 of MoRTH.

5.6 Testing of Compaction

5.6.1 For testing, Proctor Density as per the requirement of quality plan (Special Conditions of Contract Part-A, Clause 3.0) samples at field shall be obtained after Contractor notifying that compaction to the requirement has been achieved in respect of a particular layer of fill. The Contractor shall also provide the necessary labour, materials, transport etc., for obtaining field samples, carrying them to Field laboratory and testing of such samples later at the Laboratory established by the Contractor. The field samples shall be obtained in the presence of KRCL and Contractors representative.

5.7 Measurements & Payments

5.7.1 The payment for the quantity of earthwork in cutting and bank (embankment) will be made as per schedule of items, rates and quantities based on cross-sectional measurements. The existing ground measurements will be taken by Contractor in presence of Engineer-in-charge or his authorized representative before commencement of the work. The profile of the cutting/bank, as required to be

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 100 Signature of Tenderer

provided, will also be plotted on the same sheets. Both the Engineer’s representative and the contractor or his authorized representative shall sign the levels and cross-sections. The cross sectional area of cutting / banking will be calculated by AutoCAD as well as manually and area whichever is lower shall be considered for payment purpose.

5.7.2 The profiles of the executed cutting/bank shall be taken in the presence of the contractor or his authorized representative and representative of Engineer-in-charge and super-imposed on the original ground profiles.

5.7.3 For purpose of plotting profile, cross-sections shall be taken at close intervals as necessary and as decided by Engineer in charge. Based on original ground levels and final cross-sections, quantities of earthwork shall be calculated by contractor and along with L-section and cross-section, data and plots, will be submitted to KRCL for verification. The plots of initial and final L-section and cross-section shall be generated using AUTOCAD or similar software.

5.7.4 Final measurements will be taken only after the cutting/bank has been completed to the required profile. For on-account bills, work done up to that stage shall be taken.

5.7.5 All cutting and banks are to be executed and made up neatly to the lines, shown in the approved drawings. No payment will be made for excess work done outside these lines except when such work are so ordered in writing by the Engineer-in-charge or his authorized representative.

6.0 Road Work

6.1 Granular Sub Base

6.1.1 General

6.1.1.1 This work shall consist of laying and compacting well graded material on prepared formation in accordance with the requirements as per IRC 37:-2001 code and section 401 of MoRTH, Government of India, IRC as modified by the tender conditions.

6.1.1.2 Total compacted thickness shall be at least 150 mm. Engineer-in-Charge may increase the thickness depending upon formation condition as per IRC guide lines.

6.1.2 Materials

6.1.2.1 The material to be used for the work shall be natural sand, murum , gravel, crushed stone, or combination thereof depending upon the grading required. The material shall be free from organic or other deleterious constituents and conform to one of the three gradings given in Table 400-1.

Table 400-1 Grading for Close-Graded Granular Sub-Base Materials

IS Sieve

Designation Per cent by weight passing the IS sieve

Grading I Grading II Grading III

75.0 mm 100 --- ---

53.0 mm 80- 100 100 ---

26.5 mm 55 – 90 70- 100 100

9.50 mm 35 – 65 50 - 80 65 – 95

4.75 mm 25 – 55 40 – 65 50 – 80

2.36 mm 20- 40 30 - 50 40 – 65

0.425 mm 10- 25 15 - 25 20 – 35

0.075 mm 3 – 10 3 - 10 3 – 10

CBR Value (Minimum) 30 25 20

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 101 Signature of Tenderer

Note : The material passing 425 micron (0.425 mm) sieve for all the three grading when tested according to IS : 2720 (Part-5) shall have liquid limit and plasticity index not more than 25 and 6 per cent respectively.

6.1.3 Construction Operations

6.1.3.1 Preparation of subgrade

Immediately prior to the laying of sub-base, the subgrade already finished to Clause 301 or 305 of MoRTH , as applicable shall be prepared by removing all vegetation and other extraneous matter, lightly sprinkled with water if necessary and rolled with two passes of 80 – 100 kN smooth wheeled roller.

6.1.4 Spreading and compacting

The sub-base material of grading specified in 400-1 of MoRTH, shall be spread on the prepared formation with the help of a Template and leveler attached to tractor of adequate capacity, its blade having hydraulic controls suitable for initial adjustment and for maintaining the required slope and grade during the operation or other means as approved by the Engineer.

6.1.4.1 Moisture content of the loose material shall be checked in accordance with IS:2720 (Part 2) and suitably adjusted by sprinkling additional water from a truck mounted or trailer mounted water tank and suitable for applying water uniformly and at controlled quantities to variable widths of surface or other means approved by the Engineer so that, at the time of compaction, it is from 1 per cent above to 2 per cent below the optimum moisture content corresponding to IS:2720 (part 8 ). After water has been added, the material shall be processed by mechanical or other approved means like disc harrows, rotavators until the layer is uniformly wet.

6.1.4.2 Immediately thereafter, rolling shall start. If the thickness of the compacted layer does not exceed 100 mm, a smooth wheeled roller of 80 to 100 kN weight may be used. For a compacted single layer upto 225 mm the compaction shall be done with the help of a vibratory roller of minimum 80 to 100kN static weight with plain drum or pad foot-drum or heavy pneumatic tyred roller of minimum 200 to 300kN weight having minimum tyre pressure of 0.7 MN/m2 or equivalent capacity roller capable of achieving the required compaction. The speed of the roller shall not exceed 5 km per hour. Rolling shall be continued till the density achieved is at least 98 per cent of the maximum dry density for the material determined as per IS: 2720 (Part 8).

6.1.5 Surface Finish

6.1.5.1 The surface finish of construction shall conform to the requirements of Clause 902 of MoRTH.

6.2 WBM Base

6.2.1 General

6.2.1.1 WBM base construction shall be as per IRC 37:-2001 code and section 404 of IRC, MoRTH, and Government of India.

6.2.1.2 Total compacted thickness shall be at least 225 mm. Engineer-in-Charge may increase the thickness depending subgrade condition as per IRC guide lines.

6.2.2 Preparation of base:

6.2.2.1 WBM base course shall be laid over granular sub base. The surface shall be prepared to the specified lines, grades, cross-sections and thickness, cross-fall camber in case of straight and outer edge elevated in case of curve. The surface should be free of dust, dirt and other extraneous matter. Any ruts or soft yielding places that have appeared due to improper drainage, service under traffic or other reasons shall be corrected and rolled until firm.

6.2.3 Materials

6.2.3.1 Coarse Aggregates

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 102 Signature of Tenderer

6.2.3.2 Coarse Aggregates shall consist of clean crushed or broken stone or naturally occurring aggregate such as kankar. The aggregates shall conform to the physical requirement set forth in table 400-6 of MoRTH.

Table 400-6: Physical requirements of Coarse Aggreg ates for WBM

Sl.No Test + Test Method Requirements

1.

2.

Los Angeles Abrasion Value* or

IS 2386 (Part 4) Max 40%

Aggregate Impact Value

IS 2386 (Part 4) or IS 5640**

Max 30%

Combined Flakiness and elongation indices (Total) ***

IS 2386 (Part 1) Max 30%

6.2.3.3 The coarse aggregates shall confirm either Grading no.1or 2 or 3 of Table 400-7 of MoRTH as per the direction of Engineer-in-charge.

Table 400-7: Size and Grading Requirement of Coarse Aggregate for WBM

Grading No.

Size Range and compacted thickness for layer

Sieve Designation (IS 460)

Per cent by Weight Passing the Sieve

1 90 mm to 45 mm (100 mm)

125 mm 90 mm 63 mm 45 mm 22.4mm

100 90-100 25-60 0-15 0-5

2 63 mm to 45 mm (100 mm)

90 mm 63 mm 53 mm 45 mm 22.4mm

100 90-100 25-75 0-15 0-5

3 53 mm to 22.4 mm (75 mm)

63 mm 53 mm 45 mm 22.4 mm 11.2 mm

100 90-100 65-90 0-10 0-5

6.2.4 Screenings

6.2.4.1 Screenings to fill voids in the coarse aggregates shall generally be of the same material as the coarse aggregates. Non-plastic material such as kankar, murum or gravel (other than river-borne rounded aggregate) may also be used for this purpose provided that the liquid limit and plasticity index of such material are below 20 and 6 respectively and the fraction passing 75 micron sieve does not exceed 10 per cent.

6.2.4.2 Screenings shall conform to the grading shown in Table 400-8 of MoRTH. Screenings of type A shall be used in conjunction with coarse aggregates of grading 1, and of type B with coarse aggregates of grading 3. With coarse aggregates of grading 2, either type A or type B screenings may be used.

Table 400-8: Grading Requirements of Screenings for WBM

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 103 Signature of Tenderer

Grading Classification

Size of Screenings (IS 460)

Sieve Designation Passing the Sieve

Percent by Weight

A 13.2 mm 13.2 mm 11.2 mm 5.6 mm 180 micron

100 95-100 15-35 0-10

B 11.2 mm 11.2 mm 5.6 mm 180 micron

100 90-100 15-35

6.2.5 Binding Material

6.2.5.1 Binding material to be used for WBM as filler shall consist of a fine grained material passing 100 per cent through 425 micron sieve and possessing PI value of 4-8.

6.3 WBM Construction

6.3.1 Spreading of Coarse Aggregates

6.3.1.1 The coarse aggregates shall be spread uniformly and evenly upon the prepared base in required quantities from stockpiles along the side of the road or directly from vehicles. In no case shall these be dumped in heaps directly on the area where these are to be laid nor shall their hauling over a partly completed base be permitted.

6.3.1.2 The aggregates shall be spread to proper profile by using templates placed across the road about 6 m apart.

6.3.1.3 The WBM Course shall be constructed in layers such that thickness of each compacted layer is not more than 100 mm for grading 1 (Table 400-7) and 75 mm for grading 2 / 3. Each layer shall be tested by depth blocks.

6.3.2 Rolling

6.3.2.1 After the laying of coarse aggregates, these shall be compacted to full width by rolling with either three wheel-power roller of 80 to100 kN capacity or an equivalent vibratory roller.

6.3.2.2 The rolling shall begin from edges with roller running forward and backward until the edges have been firmly compacted. The roller shall then progress gradually from edges to the centre, parallel to the centre line of the road and overlapping uniformly each preceding rear wheel track by one half width and shall continue until the entire area of the course has been rolled by the rear wheel. Rolling shall continue until the road metal is thoroughly keyed and the creeping of stone ahead of the roller is no longer visible. Slight sprinkling of water may be done, if required.

6.3.2.3 On super elevated portions of the road, rolling shall commence from the lower edge and progress gradually towards the upper edge of the pavement.

6.3.2.4 Rolling shall not be done when the subgrade is soft or yielding or when it causes a wave like motion in the base course or subgrade. If irregularities develop during rolling, which exceed 12 mm when tested with a 3m straight edge, the surface shall be loosened and aggregates added or removed as required before rolling again so as to achieve all uniform surface conforming to the desired cross-section and grade.

6.3.2.5 The surface shall also be checked transversely by template for camber, and any irregularities corrected in the manner described above. In no case shall the use of screenings to make up depressions be permitted. Material, which gets crushed excessively during compaction or become segregated shall be removed and replaced with suitable aggregates.

6.3.3 Application of Screenings

6.3.3.1 After coarse aggregates have been rolled, screenings to fill interstices shall be applied gradually over the surface.

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 104 Signature of Tenderer

6.3.3.2 Dry rolling shall be done when the screenings are being spread so that the jarring effect of roller causes them to settle in to the voids of the coarse aggregate.

6.3.3.3 The screenings shall not be dumped in piles but applied uniformly in successive thin layers either by the spreading motion of hand shovels, mechanical spreaders, or directly from trucks.

6.3.3.4 Trucks plying over the base course to spread screenings shall be equipped with pneumatic tyres and operated such as not to disturb the coarse aggregates.

6.3.3.5 The screenings shall be applied at a slow rate in three or more applications as necessary. This shall be accompanied by rolling and brooming. Mechanical brooms / hand brooms or both may be used. In no case shall the screenings be applied as fast and thick as to form cakes or ridges on the surface making the filling of voids difficult or preventing the direct bearing of roller on the coarse aggregates.

6.3.3.6 The spreading, rolling and brooming of screenings shall be taken up on sections, which can be completed within one day’s operation. Damp and wet screenings shall not be used in any circumstances.

6.3.4 Sprinkling of Water and Grouting

6.3.4.1 After application of screenings, the surface shall be copiously sprinkled with water, swept and rolled. Hand brooms shall be used to sweep the wet screenings into the voids, and to distribute them evenly.

6.3.4.2 The sprinkling, sweeping and rolling operations shall be continued and additional screenings applied, where necessary until the coarse aggregates are bonded and firmly set and a grout of screenings and water forms ahead of the wheels of the roller.

6.3.4.3 Care shall be taken that the base or subgrade does not get damaged due to addition of excessive quantities of water during the construction.

6.3.5 Application of Binding Material

6.3.5.1 After the application of screenings binding material shall be applied at an uniform and slow rate in two or more successive thin layers.

6.3.5.2 After each application of binding material, the surface shall be copiously sprinkled with water and the resulting slurry swept in with hand brooms/mechanical brooms or both so as to fill the voids properly. This shall be followed by rolling with 80-100kN roller during which water shall be applied to the wheels to wash down the binding material that may get stuck to them.

6.3.5.3 The spreading of binding material, sprinkling of water, sweeping with brooms and rolling shall continue until the slurry of binding material and water forms a wave ahead of the wheels of moving roller.

6.3.6 Setting and Drying

6.3.6.1 After final compaction of the course, the layer shall be allowed to dry overnight.

6.3.6.2 Next morning, hungry spots shall be filled with screenings or binding material, lightly sprinkled with water if necessary, and rolled. No traffic shall be allowed till the macadam sets.

6.3.7 Provision of Lateral Confinement of Aggregates

6.3.7.1 For construction of WBM, arrangement should be made for the lateral confinement of aggregates. This shall be done by building adjoining shoulders along with WBM layers. The practice of constructing WBM in a trench section excavated in the finished formation must be completely avoided.

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 105 Signature of Tenderer

7.0 Excavation for open foundation for Culvert and protection works etc.

7.1 Excavation : The Excavation for the foundations shall be executed to the depths shown on the drawings, or such greater or lesser depths as the character of the ground necessitates to ensure a stable and solid foundation and as directed by Engineer. Should the excavation by the contractor either by negligence or mistake be of greater dimensions than area necessary, no payment shall be made for this extra excavation and the contractor will bear the cost of the concrete required to fill up the excess excavation.

7.2 Shuttering and shoring: Excavations for foundations shall be executed with proper shoring and strutting as may be necessary and as directed by the engineer. Whatever the method adopted for the excavation, it shall be efficiently carried out to ensure its stability and safety of adjoining lands, pipes and other structures, as also the safety of the labourer employed on excavation work. No extra payment shall be payable to contractor on this account. The rates of excavation shall be inclusive of this activity.

7.3 Bottom of foundations: - The bottom of foundations shall be accurately excavated to the form of the permanent work and carefully levelled and cleaned, and if dry, shall be well watered and thoroughly rammed, and all loose or soft material of every kind shall be entirely removed before bridge work is started. Where the excavation is in rock, the sides of the trenches shall be properly sheared and cut and the bottom shall be dressed and stepped for proper bearing as per plans or as directed by Engineer. No extra payment on this account shall be paid.

7.4 Disposal of spoils:- All cut spoil from excavation of foundations shall be neatly spread to make up the adjacent ground or otherwise disposed off at designated dumping locations in manner and method as approved by KRCL.

7.5 Inspection: - Foundation excavation work shall be approved by the Engineer-in-charge before laying the concrete. The bottom of the excavation shall be carefully examined for any soft spots. Should any such places be found all the soft earth must be removed and the holes filled with concrete with the same mix as that of foundation concrete or as directed by the Engineer –in-Charge. If differences of level have to be provided for, it shall be done by means of vertical steps.

7.6 Measurements for excavation in foundation: - All payment of earthwork in excavation shall be made based on plan area of foundation as shown in approved drawing. The quantity will be the product of the area of the foundation and the average depth to which the trench is to be cut and is not to include slopes and slips due to the failing of the sides or due to undermining or any other cause whatsoever.

7.7 Back Filling in Foundation: Back filling around foundation is to be done with released earth in layers with minimum voids and inter-spaces are to be filled with smaller size rock pieces/gravel. Back fill shall be well rammed in layers not exceeding 15 cm, each layer being watered, rammed and compacted before the succeeding one is laid. Earth shall be rammed with iron rammers /plate compactors where feasible and with the butt ends of crowbars where rammers cannot be used. Earth used for filling shall be free from salts, organic or other foreign matter. All clods of earth shall be broken or removed. Rates for the back filling are deemed to be included in the Earthwork in excavation and no extra payment for this shall be made.

7.8 Dressing of surrounding ground: On the completion of work, the ground all around up, to a distance of 15 m, is to be carefully dressed.

8.0 Concrete Works & Form Works

8.1 The concrete works shall be as per clause 9.0 (Concrete Works) of Special Conditions of Contract Part –B.

8.2 The form works shall be as per clause 10.0 (Form Works) of Special Conditions of Contract Part –B.

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 106 Signature of Tenderer

9.0 Pipe Culverts

9.1 This work consists of furnishing and installing reinforced cement concrete pipes, of the type, diameter and length required at the locations shown on the drawings or as ordered by the Engineer-in-charge (Single, double or multiple rows) and in accordance with the requirements of the specifications.

9.2 Work involves supply of pipes, excavation for pipe culverts, bedding, leveling course, cradle concrete, laying of pipe, jointing, back filling etc.

9.3 Further head walls, wing walls, aprons, and other ancillary works shall be constructed in accordance with the details shown on the drawings or as directed by the Engineer-in-charge.

9.4 All materials used in the construction of pipe culverts shall conform to the requirements of IRC code.

9.5 Work to be executed as per approved drawings and specifications. Further section 2900 of IRC, Ministry of shipping, road transport and highways, Government of India 4th revision or later and IS: 458-1971 - Concrete Pipes (with and without reinforcement) is to be referred.

10.0 Side drains

10.1 Side drains are to be provided as shown in the approved drawings. The reinforcement bars, if any required in the side drains shall be fixed by drilling holes in the bed rock or the levelling course of concrete laid in the floor as the case may be prior to the finishing the concrete of the floor.

10.2 Concrete in the side walls of the drain shall be laid using forms of approved type. The form shall be erected carefully to ensure perfect line and level for the alignment of the drain wall and smooth finish.

11.0 Protection works

11.1 For protection and training works, the specifications as mentioned in the CPWD Specification 2009 and / or Northern Railway Standard Specifications, 1987 shall be followed.

11.2 Retaining wall and breast Wall

11.2.1 IS: 14458 (Part 1):1998, IS: 14458 (Part 2):1997, IS:14458 (Part 3):1998 to be referred for construction of Retaining wall and breast Wall.

11.3 Dry Rubble Masonry

11.3.1 The masonry shall be provided as per relevant chapter of CPWD Specification 2009 and / or Northern Railway Standard Specifications, 1987.

11.3.2 Through bond from front to back, consisting of a single stone or several stones put together, shall be given in every course at an interval of about 1.5 metres. Single through stones shall be preferred. If the bond stone is not available then precast PCC bond stone of size 10 cm x 10cm x 45 cm shall be provided.

11.3.3 The filling immediately behind a dry stone retaining wall shall consist of stone refuse and chips. Earth shall not be used unless avoidable. Suitable arrangements for drainage shall be made.

11.4 Random Rubble Stone Masonry

11.4.1 The masonry shall be provided as per clause 12.0 (Random Rubble Stone Masonry) of Special Conditions of Contract Part –B.

11.5 Pitching

11.5.1 The pitching shall be provided as per relevant chapter of CPWD Specification 2009 and / or Northern Railway Standard Specifications, 1987.

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 107 Signature of Tenderer

11.5.2 The slopes of the guide bunds and embankments wherever required shall be protected by providing hand packed dry rough stone pitching, boulders stone pitching with/without grouting as specified in the approved drawings or as instructed by the Engineer. The payment shall be made as per relevant item of the schedule of items, rates and quantities.

11.5.3 The dry pitching shall be done either in continuous stretches or in panels as per approved drawings. It shall be sufficiently and closely hand packed by filling voids.

11.5.4 The stone for pitching in the slopes of the bank and guide bunds shall not weigh less than 30 kg each, the stone in the slopes of the guide bunds should be carefully hand packed. It is only in the incidental filling of the voids and hollows that smaller size stones may be allowed to be used.

11.5.5 Cement grouted stone pitching with boulders hand packed (30 cm) with cement mortar 1:3 shall be done as per approved drawings & specifications. The surface shall be leveled off to the correct section, over the banks previously dressed to section complete (boulder shall not weigh less than 30 kg. each).

11.5.6 PVC pipes for weep holes shall be provided as per appendix – 6 of IRC 78:2000 code.

11.6 Back filling

11.6.1 Filter media and backfill behind the abutments, return walls, face walls etc. shall be provided as per 6 of IRC 78:2000 code.

11.6.2 Supplying & filling of granular material where required as per approved drawings shall be of GW, GP, SW groups as per IS 1498-1970.

12.0 Quality Control in Earthwork, Road work, Bridg es / Culverts & Protection works shall be as per Clause 3.0 of SCC Part- A

12.1 Laboratory Testing

12.1.1 Contractor will be required to establish a fully equipped field laboratory at work site to carry out all requisite tests at his own cost. If so desired by Engineer-in-Charge the tests may also be carried out in Govt. approved labs at a place chosen by the Engineer-in-charge. The tests shall be conducted in the presence of KRCL and contractor's representative. No additional payment shall be made to the Contractor for any testing and rate quoted shall be deemed to include all testing and other incidental expenses. Required test reports of all materials, shall be submitted as and when required.

13.0 Codes and Specification:

13.1 Apart from the basic data, specifications etc. all items of works shall be governed by the following codes as revised/corrected/amended up to the time of submission of the tender/negotiated rates for acceptance.

13.1.1 Indian Railway Standard Codes and Specifications

13.1.2 Northern Railway Engg. Dept General conditions of contract and Instructions to tenderers and Standard Form of Contract, 1999.

13.1.3 Northern Railway Engg. Dept Standard Schedule of Rates, 1996 with errata and corrections slip up to date.

13.1.4 Northern Railway Engg. Deptt. Standard Specifications for material and works, 1987 with errata and correction slip up to date.

13.1.5 Guidelines for Earthwork in Railway Projects issued by RDSO.

13.1.6 CPWD Specification 2009 for material and works.

13.1.7 CPWD General Specifications for Electrical Works Part-1(Internal) 2005

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 108 Signature of Tenderer

13.1.8 Any other relevant IRS / IS / Other Code as per the Engineer-in-charge. 13.1.9 Indian Roads Congress codes and specification

1. Specifications for road and bridge works - 4th revision by Ministry of Shipping, Road Transport & Highways.

2. IRC–05: 1970 Type Design For KM Stone

3. IRC–21: Standard specifications and Code of practice for Road Bridges - Section-III - Cement concrete (Plain & reinforced)

4. IRC–24: Standard specifications and Code of practice for Road Bridges - Section-V- Steel Road Bridges.

5. IRC–25: 1967 Type Design For Boundary Stone

6. IRC–67: 2001 Code of Practice for Road Signs

7. IRC–83: Bearings for bridges.

8. IRC-78: Road Bridges.

9. IRC–87: Design and erection of false work for road bridges.

10. IRC-19-2005 : Standard Specification and Code of Practice for Water Bound Macadam (Third Revision)

11. IRC-SP-59-2002: Guidelines for Use of Geotextiles in Road Pavements and Associated Works.

13.1.10 Indian Standards Codes & Specifications

1. IS: 73- : 1992 -Specification for paving bitumen

2. IS 280 : 2006 -Mild Steel Wire for General Engineering Purposes

3. IS: 383 – Coarse and fine aggregates from natural sources for concrete

4. IS: 456 – Plain and reinforced concrete

5. IS: 458-1971 - Concrete Pipes (with and without reinforcement)

6. IS: 516 – Method of test for strength of concrete

7. IS: 1200 (all relevant parts) – Method of measurement of building and civil engineering works

8. IS: 1498-1970 Classification and Identification of Soils

9. IS: 2720-(part VIII) 1983 Methods of Test for Soils -: Determination of Water Content-Dry Density Relation

10. IS: 2720-(part XIV) 1983 Determination Density Index

11. IS: 3025- 1964 Methods of water sampling

12. IS: 2386-1963 Methods of tests for aggregates for concrete

13. IS: 4634- 1991Batch Type Concrete Mixer

14. IS 4826 : 1979. :-Specification for Hot-Dipped Galvanized Coatings on Round Steel Wires

15. IS: 5624 – 1993 Foundation bolts Specification

16. IS: 5878 (Part IV) 1971 Rock Bolts

17. IS: 5878 (Part 1) 1971 Precision Survey and setting out.

18. IS: 7320 – Concrete slump test apparatus

19. IS: 8112 – 43 Grade OPC

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 109 Signature of Tenderer

20. IS:8887-: 2004. Grades of Emulsion

21. IS: 9012-1978 Recommended Practice for Shotcreting

22. IS: 9103 – Admixtures for concrete

23. IS: 10262 – Concrete mix design

24. IS: 12269 – 1987 Specification for 53 grade ordinary Portland cement.

25. IS: 13920 – Ductile detailing of reinforced concrete structures subjected to seismic forces

26. Indian Explosive Act- 1988.

27. Indian Explosive Rules-1983.

28. IS 800 - 1962 Code of practice for use of steel in General Building Construction

29. IS 5878 (Part V) - 1976 Concrete Lining

30. IS 5878 (Part VII) - 1972 Grouting

31. IS 4081 - 1967 Safety Code for Blasting and related Drilling operations

32. IS 3764 - 1992 Safety Code for excavation work

33. IS 4138 - 1977 Safety Code for Working in Compressed air

34. IS 7293 - 1974 Safety Code working with Construction Machinery

35. IS 823 - 1964 Code of Procedure for Manual Metal Arc welding of mild steel

36. IS 816 - 1969 Code of Practice for use of metal arc welding for general construction in mild steel

37. IS 1566 - 1967 Hard drawn steel wire fabric for concrete reinforcement

38. IS 817 - 1966 Code of practice for training and testing of metal arc welder (Revised)

39. IS 226 - 1975 Structural steel (Standard quality)

40. IS 4086 - 1983 Methods of test for distributors.

41. IS 1893 - 1984 Criteria for earthquake resistant design of structures

42. IS 1905 - 1980 Code of practice for structural safety of Buildings; Masonry walls

43. IS 1256 - 1967 Code of practice for building by-laws (First Revision)

44. IS 2062 - 1992 Steel for general structural purposes

Steel for pipes

45. IS:6286-1971

46. IS:3589-1991

47. IS:1536-1989 (Reaffirmed 1993)

48. IS:6631-1972 (Reaffirmed 1988)

Welding Electrodes

49. IS:814-1991

50. IS:816-1969 (Reaffirmed 1992

Special Conditions of Contract Part – C Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 110 Signature of Tenderer

NOTE:

a. Latest edition including correction slips up to the time of submission of the tender/ negotiated rates for acceptance, shall govern.

b. Where the drawings and specifications describe a portion of the work in only general terms and not in complete details, it shall be understood that only the best Engineering principles is to prevail. Materials and workmanship of the best quality are to be employed & the instructions of the Engineer are to be complied with.

c. The list of codes above is indicative and not exhaustive. Omissions, errors if any shall be exempted.

13.2 All relevant codes as listed above and as directed by Engineer-in-charge shall be made available by the contractor at site at his own cost. Authorized representative of Corporation shall have free use of any of the codes.

13.3 Where there is conflict between IRS, IRC & IS Specifications, IRC specifications shall prevail.

13.4 The decision of Chief Engineer of the project shall be final and binding in the interpretation of the clause of the codes of practice and specifications and no claim whatsoever shall be entertained on this account by Corporation. Any difference of opinion between Engineer and contractor shall be first referred to Engineer-in-charge.

13.5 The appeal against decision of Engineer-in-charge shall lie with Chief Engineer whose decision shall be final and binding. Items under this scope shall be deemed to be “Excepted Matters”.

13.6 Apart from the basic data, specifications etc. all items of works shall be governed by the codes given in relevant clause above, as revised/corrected/amended up to the time of submission of the tender/negotiated rates for acceptance.

13.7 KRCL reserves the right to reject or alter any part of the work executed by the Contractor, which in the judgment of KRCL does not comply with the requirements of the specifications. The decision of KRCL shall be final and conclusive for all-purpose and contractor shall have no claim on this account whatsoever.

14.0 Dewatering by pumping

14.1 In the opinion of the Engineer-in-charge, if any pumping is required to be resorted in connection with execution of any item in the schedule, the contractor shall make all arrangements for procurement and operation of necessary pump(s) to ensure uninterrupted work. The rates indicated in the schedule include cost of dewatering and no extra payment is permissible on this account.

15.0 Ancillary Works

15.1 All other ancillary works and works incidental to main works shall be carried out as per codes of practices and as per the instructions of Engineer-in-charge.

16.0 Corporation's rubbles Recovery

16.1 6% deduction in the rates for the respective item of concreting will be made if the contractor makes use of Corporation's rubbles of approved quality for breaking into aggregate and uses the same in the concrete work. If contractor use the Corporation’s rubbles for any other schedule item, the recovery at the rate of Rs. 75 per cum of the Bulk volume of rubble used shall be made.

**********

Appendices Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 111 Signature of Tenderer

APPENDICES

Appendices Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. 112 Signature of Tenderer

Appendix 1

Tenderer’s Information All individual firms and each partner of a joint venture are requested to complete the information in this proforma. 1. Name of Tenderer : 2. Head office Address : 3. Address on which correspondence should be done with Tel. Nos., Fax No. & E-mail address 4. Place of incorporation / registration :

Year of incorporation / registration : 5. Constitution of Tenderer I) Specify, if the Tenderer is

a. An individual

b. A proprietary firm

c. A firm in partnership

d. A Limited Company or Corporation

II) Attach a copy of Proprietorship or Partnership Deed

or Article of Association or Incorporation of Company as the case may be. 6. Give particulars of registration with Govt./Semi Govt./Public Sector Undertakings/Local

Bodies 7. PAN No.: 8. PF No.:

Appendices Higher Secondary School Building & its Ancillary Structures at Sangaldan

Konkan Railway Corporation Ltd. 113 Signature of Tenderer

Appendix - 2

Clause 5.2 of the Ins tructions of Tenderer

Statement of Similar Works (as defined clause 5.2.2 of Instruction to Tenderer) executed / completed d uring the last 3 financial years and current financ ial year upto the date of opening of tender.

Name of Work Contract No. & Date

Name & Address of

client (Including Tel./Fax No.)

Contract Value in Rs.

Original/ Revised

Date of Award of

work

Date of actual start

of work

Date of scheduled completion

Actual date of

completion

Completion cost including cost of cement and steel

Remarks explaining

reasons for delay in work

completion, if any

Reference to Certificate

supporting the information

1 2 3 4 5 6 7 8 9 10 11

Note :-

1) Tenderer should provide information as per this proforma for the firm/company for all completed Similar Works (as defined clause 5.2.2 of Instruction to Tenderer)

2) Certificate from principal client for the above information should be attached with the offer, for work to be considered for fulfillment of clause 5.2 of Instructions to Tenderer/s. The client’s certificate should inter-alia indicate the date of award, scheduled date of completion, actual date of start and completion, details of work executed.

Appendices Higher Secondary School Building & its Ancillary Structures at Sangaldan

Konkan Railway Corporation Ltd. 114 Signature of Tenderer

Appendix -3

Clause 5.4 of the Instructions of Tenderer

STATEMENT OF WORKS IN PROGRESS

Tenderer should provide information as per this proforma for the firm/company on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate is yet to be issued.

Sr. No. Name of the work Date of Award Contract No. & Date

Name & Address of

Client (including

Tel./Fax No.)

Contract value

(Rupees) Original/ Revised

Date of completion

Original /Revised

Total payment received upto

31.03.2012.

Reference to Certificate

supporting the information

1 2 3 4 5 6 7 8 9

Note :

1) Certificate from principal client for the above information should be attached with the offer, for work to be considered for fulfillment of clause 5.2 of Instructions to Tenderer/s.

2) Tenderer/s shall submit attested copies of audited certificates issued by the Chartered Accountants indicating ‘B’ Value i.e Value of existing commitments and ongoing works to be completed in the next ‘N’ years (Number of years prescribed for completion of the subject contract) as on 31.03.2012. 3) The details furnished above are “full, true correct and complete”.

Appendices Higher Secondary School Building & its Ancillary Structures at Sangaldan

Konkan Railway Corporation Ltd. 115 Signature of Tenderer

Appendix - 4

Statement of Works Abandoned/left Incomplete

Tenderer should provide information as per this proforma for the firm/company for last five financial years ending 31.03.2012 and for the current financial year upto date of submission of tender.

Sr. No. Name of the work

Date of Award of

work

Contract No. & Date

Name & Address of

Client (including

Tel./Fax No.)

Contract value (Rupees) Original

/Revised

Percentage of work executed

Month & Year since

abandoned

Reason for abandoning the

work

1 2 3 4 5 6 7 8 9

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 116 Signature of Tenderer

Appendix - 5

Ref. Clause 5.3 of the Instructions of Tenderer

Total contract amount received

Tenderer should provide information as per this proforma for the firm/company for the total contract amount received in terms of gross payment received through various contracts during the last 3 financial years & current financial year.

Sr. No. Financial Year Contract amount received (in Rs.)

1 2009 - 2010

2 2010 - 2011

3 2011-12

4 2012 – 2013

(upto date of submission of tender)

Please attach

i. Attested copy of Annual Income Tax Returns filed with Income Tax Department,

ii. Attested copy of Tax deducted at Source (TDS) certificate,

iii. Attested copy of Audited Balance Sheet duly certified by Chartered Accountant,

iv. Attested Certificates from Employers/Clients about contractual payment received for

the work done.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 117 Signature of Tenderer

Appendix - 6 A

List of Key Personnel / Engineers available

Details of Key Personnel/Engineers already availabl e with the firm

Sr. No. Name Designation Qualification

Professional Experience in Similar Works (as defined

clause 5.2.2 of Instruction to Tenderer)

Name of Work and location where

working

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 118 Signature of Tenderer

Appendix - 6 B

List of Key Personnel / Engineers proposed to be de ployed on this project

Sr. No. Name Designation Qualification

Professional Experience in

Similar Works (as defined clause

5.2.2 of Instruction to Tenderer)

Name of Work and location where

working

Note: Tenderer/s shall submit curriculum vitae of above personnel

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 119 Signature of Tenderer

Appendix - 6 C FORMAT OF CURRICULUM VITAE (CV)

FOR PROPOSED KEY PERSONNEL / ENGINEERS

Proposed Position:_______________________________________________________________ Name Firm: ____________________________________________________________________ Name of Staff: __________________________________________________________________ Profession:_______________________________________________________ Date of Birth: _____________________________________________________ Years with Firm / Entity: __________________ Nationality: _______________ Membership in Professional Societies: __________________________________ Detailed Tasks Assigned: ____________________________________________ Key Qualifications: [Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use about half a page.]

Education: [Summarize college / university and other specialized education of staff member, giving names of schools, dates attended and degrees obtained. Use about one quarter of a page.]

Employment Record: [Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held and locations of assignments. For experience in last ten years, also give type of activities performed and client references, where appropriate. Use about three quarters of a page.]

Languages: [For each language indicate proficiency: excellent, good, fair or poor; in speaking, reading and writing.]

Certification: I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualification and my experience.

Date:______________ [Signature of staff member and authorized represent ative of the Firm] Day/Month/Year Full name of staff member: _____________________________________ Full name of authorized representative: __________________________

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 120 Signature of Tenderer

Appendix - 6 D

COMPLIANCE CERTIFICATE

We ____________________________________________________, Contractors of Konkan

Railway Corporation Limited do hereby certify that we have complied all the provisions of the

Employees Provident Fund & Miscellaneous Provisions Act, 1952 in respect of employees

employed by or through us. We are enclosing herewith statement showing the recoveries of

contributions in respect of employees employed by us u/s 36(b) of the Employees Provident Fund

Scheme, 1952 towards Provident Fund and section 22 of the Employees Pension Scheme, 1995

towards Pension Fund for the month of ____________ and deposited the same with PF authorities.

Our Provident Fund Account Number is __________________________.

Place: Signature of the Contractor

Date: Seal

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 121 Signature of Tenderer

Appendix - 7 A

List of Plant & Machinery

Details of Plant and Machinery already available wi th the firm

Sr. No. Type & Make

of Plant / Equipment

Number Age Capacity Work on which it is being used

Date by which machinery /

equipment will be spared for use on

this work

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 122 Signature of Tenderer

Appendix - 7 B

Details of Plant and Machinery proposed to be deplo yed for the work

Sr. No. Type & Make of Plant /Equipment Number Age Capacity

Work on which it is being used

Date by which machinery /

equipment will be spared for use on

this work

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 123 Signature of Tenderer

Appendix - 8

List of Survey / Measuring Equipment proposed to be deployed for the work

Sr. No. Type of Survey Instrument / Measuring Equipment Num ber

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 124 Signature of Tenderer

Appendix – 9

List of Laboratory Equipment proposed to be install ed /placed for the work

Sr. No. Type of Equipment Number

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 125 Signature of Tenderer

Appendix - 10

Page 1/2

Litigation History

Tenderer should provide information as per this Performa for the firm/company on any history of litigation or arbitration resulting from contracts executed in the last 5 financial years ending 31.03.2012 or currently in execution.

A) ARBITRATION CASES

Year Name of Work Name & address of client

Cause of litigation and matter in

dispute

Disputed amount in Rs.

Actual Awarded Amount (in Rs.)

B) COURT CASES

Year Name of Work Name & address of client

Cause of litigation and matter in

dispute Name of Court

If judgment given whether for or

against the Tenderer

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 126 Signature of Tenderer

Appendix – 10 (Page 2/2)

C) INFORMATION REGARDING CURRENT LITIGATION, DEBARR ING/EXPELLING OF

TENDERER OR ABANDONMENT OF WORK BY TENDERER

1 (a)

Has the Applicant or its constituent partners consistent history of litigation?

Yes / No

(b) If yes, give details

2 (a)

Has the Applicant been debarred/expelled by any Agency in India, during the last 5 financial years ending 31.03.2012 and upto the date of application except on account of reasons other than non-performance?

Yes / No

(b) If yes, give details

3 (a)

Has the Applicant or any of its constituent partners abandoned any contract work in India during the last 5 financial years and upto the date of application?

Yes/No

(b) If yes, give details

4 (a)

Has the Applicant or any of its constituent partner been declared bankrupt during the last 5 financial years ending 31.03.2012 and upto the date of application?

Yes/No

(b) If yes, give details, including present status

5 (a)

Has the Applicant or any of its constituent partner been debarred by any employer/client, KRCL or by any Railway?

Yes/No

(b) If yes, give details NOTE: i) Separate sheet may be used for giving detailed information.

ii) If it is found at any time before finalization of tender, that any tenderer/s has/have furnished misleading/wrong or fraudulent information/documents, his/their tender shall not be considered and the EMD of the tenderer/s will be forfeited. If it is found at any time after finalization of tender, that any tenderer/s has have furnished misleading/wrong or fraudulent information/documents, such case will attract criminal proceedings and work will be terminated and balance work carried out independently and Security deposit shall be forfeited and the Performance Guarantee shall be encashed.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 127 Signature of Tenderer

Appendix – 11

UNDERTAKING BY TENDERER

1. Being duly authorized to represent and act on behalf of ………………………………………………………………………………… and having reviewed and fully understood all the eligibility requirements and information provided, the undersigned hereby declare that:

i) the statement made and information provided in the bid application are completely

full, true, correct and complete in every detail.

ii) this application is made in the full understanding that:

(a) bids by Applicants will be subject to verification of all information submitted at the time of bidding & Konkan Railway Corporation Limited (KRCL) or any authorized representative of KRCL is hereby authorized to conduct any inquiries or investigations to verify the statements, documents and information submitted in connection with the application and to seek clarification from our bankers, clients regarding any financial & technical aspects.

(b) in the event that the information/document submitted are found to be false or

misleading, this bid application will be disqualified.

iii) Konkan Railway Corporation Limited reserves the right to:

(a) modify the scope of work including methodology of construction and the Tenderer/s shall have no claim on this account.

(b) reject or accept any application, cancel the tender process, and reject all

applications without assigning any reason therefor.

---------------------------------------------------- Signed

----------------------------------------------------

Name

---------------------------------------------------- For & on behalf of

---------------------------------------------------

Name of Applicant

--------------------------------------------------- Firm/Company

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 128 Signature of Tenderer

Appendix – 12

AFFIDAVIT*

1. I, the undersigned, do hereby certify that all the statements made in the accompanying attachments are full, true correct and complete.

2. The undersigned also hereby certifies that neither our concern M/s

………………………………………………………………………………… nor any of its constituent partners / Directors have abandoned any work on Konkan Railway Corporation Limited nor any contracts awarded to us for such works have been rescinded, during the last five financial years ending 31.03.2012 and upto date of this application.

3. The undersigned hereby authorize(s) and request(s) our bank(s), our concerns and all of

its partners / Directors / officers to furnish such information as may be necessary or required by Konkan Railway Corporation Limited to verify the truth of this statement contained in this affidavit and the accompanying attachments or regarding my (our) competence and general reputation.

4. The undersigned understands that further qualifying information may be required by

Konkan Railway Corporation Limited and hereby agrees to furnish any such information at the request of the Konkan Railway Corporation Limited.

---------------------------------------------------- Signed by an Authorized Officer of the Firm

----------------------------------------------------

Title of Officer

---------------------------------------------------- Name of Firm

----------------------------------------------------

Date

_____________________________________________________________ *To be given on Non-judicial stamp paper duly signe d by authorized notary.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 129 Signature of Tenderer

Appendix –13

The minimum equipments prescribed for the work

1. Hydraulic Excavator 2. Tippers 3. Road roller 4. Water tankers 5. Concrete Mixers 6. Shuttering Material 7. Generators 8. Auto levels 9. Theodolites 10. Water supply & dewatering pump 11. Needle vibrator, Plate Vibrator 12. Power Distribution System 13. General equipment like pavement brakers, jackhammers 14. J.C.B or equipment for general purpose work 15. Laboratory instruments and equipments for quality assurance. 16. Water sprinkler

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 130 Signature of Tenderer

Appendix – 14

DETAILS TO BE SUBMITTED BY TENDERER ALONG WITH TECH NICAL BID AS PART OF

THEIR METHOD STATEMENT

i) Overall construction programme as per latest scheduling programme (Primavera) and/or as path time diagram including all main activities within the specified construction time and milestone dates. Construction programme shall be submitted to comple te all works within the completion period as specified in tender document.

ii) List of specification of survey and measuring equipment and description of survey, setting out of work and calculation methods to achieve required accuracy as per specifications.

iii) Preliminary plan of site installations (roads, workshops, plants, offices, housing etc.)

iv) Power supply including stand by equipment.

v) Safety and emergency plan-outline.

vi) Outline organization chart to perform works as specified.

vii) CVs of key personnel.

All information of the Method Statement has to be c omplete along with calculations and supporting data, so that comprehensive information as given indicate how the Tenderer intends to perform the works within the time schedu le and sequence of operations.

The bid with unsatisfactory and unacceptable method statement is liable to be rejected.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 131 Signature of Tenderer

Appendix 15

PROFORMA FOR EXTENSION OF TIME IN TERMS OF LIQUIDAT ED DAMAGES

BY REGISTERED POST WITH ACKNOWLEDGEMENT DUE

---------------------- Dated ------- ---------------------- ---------------------- Sub : (i) ----------------------------------------------------------- (Name of work) (ii) Acceptance letter No. --------------------------------------------------- (iii) Understanding/Agreement No. --------------------------------------- Ref :- -------------------------- (Quote specific application of Contractor for extension to the date, if

received) Dear Sir, 1. The stipulated date for completion of the work mentioned above is ------------------. From the

progress made so far and the present rate of progress, it is unlikely that the work will be completed by the above date (or However, the work was not completed on this date).

2. Expecting that you may be able to complete the work, if some more time is given, the

competent authority, although not bound to do so, hereby extends the time for completion from -------------------- to -------------------------------------------------------------------------------------------------------------------------

3. Please note that an amount equal to the liquidated damages for delay in the completion of

the work after the expiry of ------------------------------ (give here the stipulated date for completion with/without and penalty fixed earlier) will be recovered from you as mentioned in Clause 17(B) of the General Conditions of Contract of Northern Railway for the extended period, notwithstanding the grant of extension. You may proceed with the work accordingly.

4. The above extension of the completion date will also be subject to the further condition that

no increase in rates on any account will be payable to you. 5. Please intimate within a week of the receipt of this letter, your acceptance of the extension

of the conditions stated above. 6. Please note that, in the event of your declining to accept the extension on the above said

conditions or in the event of your failure after accepting or acting up this extension to complete the work by --------------------- (here mention the extended date), further action will be taken in terms of Clause 62 of the General Conditions of Contract of Northern Railway.

Yours Faithfully,

For and on behalf of Konkan Railway Corporation Limited

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 132 Signature of Tenderer

Appendix - 16

CERTIFICATE OF FAMILIARISATION

(Tenderer should fill the blank spaces) A) I/We hereby solemnly declare and certify that I/We have actually inspected/investigated the

site(s) of work on ------------------------------- by our representative Shri. ------------------------------------------------------------------------ and have fully familiarized myself/ourselves with all aspects of constructional features such as accessibility, working conditions, geo-physical / terrain conditions, security related issues, transhipment problems of machinery, sources and availability of construction materials, rates for construction materials, availability of water and electricity including all local taxes, royalties, octrois, availability of local labour (both skilled and unskilled), relevant labour rates and labour laws, availability and rates of private land required for various purposes, land for dumping ground, climatic conditions, availability of working space, main approach roads and feeder roads (if any) including their approximate lengths required to be constructed, whereupon only percentage rate have been quoted by me/us.

B) I/we have kept myself/ourselves fully informed of the provisions of this tender document

comprising NIT, General Information, Tender Form (Form of Bid), Instructions to Tenderer/s and Appendices, General Conditions of Contract of Northern Railway, Special Conditions of Contract, Annexures, Schedule of Items, Rates and Quantities (Bill of Quantities), Addendum(s), Corrigendum(s), Drawings, Northern Railway Standard Specifications for works, Northern Railway Standard Schedule of Rates, CPWD Specification 2009 for materials and works, CPWD General Specifications for Electrical Works Part-1(Internal) 2005, apart from information conveyed to me/us through various other provisions in this tender document.

C) I/We have quoted my/our percentage rate for the items in Schedule of Items, Rates and

Quantities (Bill of Quantities) taking into account all the factors given above and else where in the tender document.

Signature of Tenderer(s)

Date:

Seal:

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 133 Signature of Tenderer

Appendix – 17 Page 1/3

(TO BE EXECUTED ON A STAMP PAPER OF RS. 100/-)

KONKAN RAILWAY CORPORATION LIMITED

AGREEMENT FOR THE WORK

CONTRACT AGREEMENT NO. KR/PD/J&K/CONT/------------- ------------------- made this -------

day of ---------------, 2012 between KONKAN RAILWAY CORPORATION LIMITED

(PROJECTS) acting through the Executive Director (Projects) , head quartered at Jammu,

hereinafter called the Corporation (which expression shall unless repugnant to the context

shall include the successors, heirs, administrators and permitted assigns of the Corporation) of

the one part

AND M/s ---------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------- [Name of

Contractor with Address] (Represented by Shri. ------------------------------ ---------------------

(having been authorized to sign the contract) hereinafter called the Contractor (which

expression shall unless repugnant to the context shall include the successors, heirs,

administrators and permitted assigns of the Contractor) of the other part

WHEREAS the Contractor has submitted his tender for the performance of the work i.e.

Construction of ------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------------------

---------------------------------------------------------------------------------------------------------------------------------

---------------------- on the Katra - Dharam Section of the Udhampur - Srinagar -Baramulla Rail Link

Project vide their offer for Tender No. KR/PD/J&K/HO/Tender/School Bldg/Sangaldan/8/2012 dated

29.06.2012 at the rate of -------% above/below/at par [strike out whichever is not applicable] (-------

-------------------------------------------- [in words] Percent above/below/at par) the Schedule of Items,

Rates & Quantities (Annexure ----).

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 134 Signature of Tenderer

Appendix – 17 Page 2/3

WHEREAS the Corporation has held negotiations for the above work vide their letter No. -----------

----------------- dtd. -------------------- (Annexure -------) and the firm has quoted their negotiated

percentage at the rate of ---------% (------------------------------------------------------ [in words]) above

the Schedule of Items, Rates and Quantities at total cost of Rs. ----------------------------------------/-

(Rs. ----------------------------------------------------------------------------------------------------------- Only [in

words]). {This is applicable in case negotiations held with Contractor}.

WHEREAS the Corporation has issued their acceptance to Contractor's offer / negotiated

offer [Strike out whichever is not applicable] for schedule vide their letter No. ---------------------------

------------------------------------ dtd. --------------------at the rate of ----------% (----------------------------------

-------- Percent) above the basic cost of Schedule at the total cost of Rs. ---------------------------------

----------(Rs. ---------------------------------------------------------------------------------------- Only) annexed

hereto and marked as Annexure – ------- and the Contractor has agreed & confirmed his

unconditional acceptance to the Corporation's said letter of acceptance referred above and

marked as Annexure - ------- .

NOW THIS INDENTURE WITNESSETH that in consideration of the payment to be made

by the Corporation to the Contractor's aforesaid letter of acceptance the Contractor will duly

perform the said work and shall execute the same with great promptness care and accuracy in

workman like manner to the satisfaction of the Corporation and will complete the same in

accordance with the said specifications, drawings, site instructions and conditions of contract and

complete the same within ----------- (-------------- [in words]) months from the date of issue of

acceptance letter and further will observe to fulfill and keep all the conditions contained in the

Corporation's letter of acceptance (which shall be deemed and taken as to be integral part of

the agreement) AND THE Corporation does hereby agree that if the Contractor shall duly perform the said

work in the manner aforesaid and observe to keep the said terms and conditions, the Corporation

will pay, or cause to be paid to the Contractor, for the said work, at the rates given for various

items in the Schedule of Items, Rates and Quantities and percentage rate/negotiated percentage

rate tendered by Contractor and as accepted by Corporation as set forth in the Annexure ------- -

Schedule of Items, Rates and Quantities (Bill of Quantities).

It is hereby agreed that all the provisions of the said conditions, specification which have

been carefully read and understood by the Contractor and bill of quantities shall be as binding

upon the Contractor and upon the Corporation and if the same has been repeated herewith shall

be read as part of these presents.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 135 Signature of Tenderer

Appendix –17 Page 3/3

The entire document including Annexures (from Page No. _____ to ______) annexed to

This Agreement shall form and construed as part of this Agreement.

Executive Director (Projects) Signature of the Contractor KRCL, Jammu M/s ------------------------------- ------------------------------ ------------------------------ ------------------------------ [Name and Address of Contractor] 1. WITNESS: 1. WITNESS: 2. WITNESS: 2. WITNESS:

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 136 Signature of Tenderer

Appendix 18

Page 1/3

(TO BE EXECUTED ON A STAMP PAPER OF RS. 100/-)

GUARANTEE BOND

(FOR PERFORMANCE BANK GUARANTEE)

In consideration of the KONKAN RAILWAY CORPORATION LTD., Head Office USBRL Project, Satyam Complex, Marble Market, Greater Kailash, P.O. Sainik Colony, Jammu -180 011, Jammu & Kashmir (hereinafter called “M/s KRCL”) having agreed to exempt M/s -------------------------------------------------------------------------- [Name and full Address of work awarded contractor] , [hereinafter called “the said Contractor(s)”] from the demand, under the terms and conditions of Letter of Acceptance No. KR/PD/J&K/Cont/------------------------------ Dated ----------- made between KONKAN RAILWAY CORPORATION LTD., and M/s -----------------------------------------------------------------[Name of wo rk awarded contractor] , for “Construction of -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- [Name of work] (hereinafter called “the said Agreement”) of Performance Guarantee for the due fulfillment of

the work by the said contractor(s) as per the terms and conditions contained in the said

Agreement, on production of Bank Guarantee for Rs. ----------------------------------- (Rupees -----

--------------------------------------------------------------------------------------------------------------[in

words]), We, ----------------------------------------------------------------------------------------------[Name

of Bank with full Address] (hereinafter referred to as “the Bank”) at the request of M/s --------

------------------------------------------------------- [Name of work awarded contractor] Contractor(s)

do hereby undertake to pay to M/s KRCL amount not exceeding Rs. ----------------------

(Rupees ------------------------------------------------------------ [in words] ), against any loss or

damage caused to or suffered or would be caused to or suffered by M/s KRCL by reasons of

any breach of the said contractor(s) of any of the terms or conditions contained in the said

Agreement.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 137 Signature of Tenderer

Appendix 18

Page 2/3

We, ------------------------------------------ [Name of Bank] do hereby undertake to pay the

amounts due and payable under this guarantee without any demur, merely on a demand from

M/s KRCL stating that the amount claimed is due by way of loss or damage caused to or

would be caused to or suffered by M/s KRCL by reason of breach by the said contractor(s) of

any terms or conditions contained in the said Agreement or by reason of the said

contractor(s) failure to perform the said Agreement. Any such demand made on the bank

shall be conclusive as regards the amount due and payable by the Bank under this

guarantee. However, our liability under this guarantee shall be restricted to an amount not

exceeding Rs. ------------------------------------------------------- (Rupees ------------------------------------

-------------------------------------------------- [in words] ). We undertake to pay to M/s KRCL any

money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in

any suit or proceeding before any Court or Tribunal relating thereto our liability under this

present being absolute and unequivocal. The payment so made by us under this bond shall

be a valid discharge of our liability for payment there under and the contractor(s) shall have

no claim against us for making such payment.

We, ------------------------------------- [Name of Bank] , further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for the

performance of the Said Agreement and that it shall continue to be enforceable till all the dues

of M/s KRCL under or by virtue of the said Agreement have been fully paid and its claims

satisfied or discharged or till M/s KRCL certifies that the terms and conditions of the said

Agreement have been fully and properly carried out by the said contractor(s) and accordingly

discharged this guarantee. Unless a demand or claim under this guarantee is made on us in

writing on or before ----------- [Date up to which the Bank Guarantee is valid] , we shall be

discharged from all liability under this guarantee thereafter.

We, ------------------------------------------------- [Name of Bank] , further agree with M/s KRCL that

M/s KRCL shall have the fullest liberty without our consent and without affecting in any

manner our obligations hereunder, to vary any of the terms and conditions of the said

Agreement or to extend time of performance by the said contractor(s) from time to time or to

postpone for any time or from time to time any of the powers exercisable by M/s KRCL

against said contractor(s) and to forbear or enforce any of the terms and conditions relating to

the said Agreement and we shall not be relieved from our liability by reason of any such

variation or extension being granted to the said contractor(s) or for any forbearance, act or

omission on the part of M/s KRCL or any indulgence by M/s KRCL to the said contractor(s) or

by any such matter or thing whatsoever which under the law relating to sureties would but for

this provision, have effect of so relieving us.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 138 Signature of Tenderer

Appendix 18

Page 3/3

This guarantee will not be discharged due to the change in the constitution of the Bank or the

Contractor(s).

We, ------------------------------------------ [Name of Bank] , lastly undertake not to revoke this

guarantee during its currency except with the previous consent of M/s KRCL, in writing.

Notwithstanding anything contained hereinabove:-

1. Our liability under this Bank Guarantee shall not exceed Rs. ----------------------------

---- (Rupees ------------------------------------------------------------------------- [in words] ).

2. This Bank Guarantee shall be valid upto -------------------- [Date which shall be equal to currency of contract plus 60 days beyond that).

3. We are liable to pay the guarantee amount or any part thereof under this Bank

Guarantee only and only if KRCL serve upon us a written claim or demand on or

before --------------- [Date up to which Bank Guarantee is valid] .

SIGNATURE AND SEAL OF THE BANK

Date:

Place:

Note: - The authorized signatory of the Bank shall sign with stamp on each page of the

Bank Guarantee.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 139 Signature of Tenderer

Appendix - 19

AFFIDAVIT*

(Applicable for tender documents downloaded from KR CL website)

A) I/We hereby solemnly declare and certify that I/We are fully responsible for the

errors/omissions in the tender documents downloaded from the KRCL web site

www.konkanrailway.com.

B) I/We hereby agree that in case of errors/omissions in the tender documents

downloaded from the web site, the master copy (along with the corrigendums, if any

issued) available with the Office of the Executive Director (Projects), Konkan Railway

Corporation Ltd., Head Office USBRL Project , Satyam Complex, Marble Market,

Greater Kailash, P.O. Sainik Colony, Jammu -180 011, Jammu & Kashmir, Tel: +91-

191 – 2100165, Tele Fax: +91-191 – 2484859 shall prevail.

C) In case, the tender documents downloaded from web site and submitted found

incomplete, I/We hereby accept that tender shall be liable for rejection.

D) I/We hereby agree that the agreement shall be prepared based on the master copy

available in the office of Executive Director (Projects) and not based on the tender

documents downloaded from the KRCL web site and submitted by me/us.

Signature of Tenderer(s)

Date:

Seal: --------------------------------------------------------------------------------- *To be given on Non-judicial stamp paper duly signe d by authorized notary.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 140 Signature of Tenderer

Appendix – 20

SELF EVALUATION SHEET

Sr. Eligibility Criteria

Supporting Documents and page references Remarks/

Eligible/ Not Eligible Name of specific

Work Page No.

1) Technical Eligibility: Cl. 5.2.1 The Tenderer should have

completed at least one similar single work (as defined in cl 5.2.2 of Instruction to Tenderer/s) for a minimum value of 35% of advertised tender value, in the last 3 financial years immediately preceding the current financial year plus the current financial year up to the date of opening of tender.

2. Financial Capability

Name of Document & Value

Page No

a)

Cl. 5.3.1 Total contract amount received by the Tenderer in the last 3 financial years immediately preceding the current financial year plus the current financial year” i.e., upto date of opening of tender (hereinafter referred as “financial capacity”) should be atleast 150 % of advertised cost of tender i.e Rs 5.38 cr. The advertised cost of tender is Rs. 3.59 cr.

3. Bid Capacity (Minimum advertised cost of work)

Assessed available bid capacity = AxNx2-B, where ‘N’ = Number of years prescribed for completion of the subject contract ‘A’ = maximum value of works executed in any one financial year during last three financial years ‘B’ = Value of existing commitments and on going works to be completed in the next ‘N’ years

Note: If above proforma is not submitted duly filled in, tender is liable for rejection.

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 141 Signature of Tenderer

Appendix - 21

(PROGRAMME OF CONSTRUCTION)

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 142 Signature of Tenderer

Appendix 21

CONSTRUCTION PROGRAMME

Name of Work: Construction of Higher Secondary School Building and its Ancillary works at Sangaldan on Katra – Dharam section of Udhampur- Srinagar- Baramulla Rail Link Project in the State of Jammu & Kashmir

Sr. No. Description Total Duration

in Months

Duration in Months

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18

1 Mobilization & Site Office 2

2 Landscaping and Earthwork 3

3 Retaining Wall, Boundary Wall and Retaining cum Boundary Wall

6

4 Construction of Higher Secondary School Building:

a @ Level 1315.1 M 4

b @ Level 1318.7 M 8

c @ Level 1322.3 M 6

5 Ramp and Road 2

6 Steps and Pavement 2

7 Play Ground and Green Lawn for Assembly

1

8 Demobilization 1

Appendices Higher Secondary School Building & its Ancillary Work at Sangaldan

Konkan Railway Corporation Ltd. 143 Signature of Tenderer

Appendix - 22

GEOLOGY OF PROPOSED SANGALDAN SCHOOL BUILDING AREA

A school building is to be constructed at Sangaldan. The school has required water supply

and sanitary installation. The school area is located uphill side in slope and terries just away

from Sangaldan station yard on Sangaldan Baralla road.

The Geology of Sangaldan area is Murree Formation. The Murree formation is separated

overlain by Ramban formation which is separated by a thrust known as Murree thrust. The

Murree formation consists of alternate bands of siltstone, sandstone and claystone. The area

is disturbed due to tectonic activities and is highly folded, faulted and thrusted.

The lithology exposed at school area is overburden which is composed of debris /scree/hill

wash material and slided material. The strata is consists of matrix of soil, gravel, cobble,

pebble and boulders which are formed by the weathered and fractured parent rock i.e.

claystone siltstone and sandstone of Murree Formation.

*******

Higher Secondary School Building its Ancillary Works at Sangaldan

Clause in Tender Document Page No. Clause No.

Agreement for Work 133 Appndx. – 17Appendices 111 ---Award of Contarct 23 35.0BG Format for PBG 136 Appndx - 18Bid Capacity 12 5.4Bid Prices 15 14.0Cost of Bidding 14 8.0Definitions 28 1.0Extension of Contract Period 35 24.0Disqualification 23 32.0Documents to be submitted 19 24.0Earnest Money Deposit 16 17.0Eligibity Criteria 12 5.0Financial Eligibity 12 5.3Forefeiture of EMD 17 18.0GCC, 1999 of Northern Railway 25 ---General Information 6 ---Instructions to Tenderers 11 ---Insurance 36 26.0Issue Sheet 2 ---Joint Venture (JV) 17 21.0Land 33 13.0Language of Bid 15 13.0Location, Local Geology - work site 32 10.0Maintanance/Defects Liability Period 36 25.0Negotiations 22 31.0Notice Inviting Tender 4 ---Opening of Tender 21 27.0Payment of Bills 41 29.0Performance Guarantee 41 30.0Price Variation (PVC) 37 27.0Priority of Documents and Specifications. 34 21.0Programme of Construction 35 22.0Programme of Const. Format. 141 Appndx - 21Quality Assurance Plan 31 3.0Queries 15 11.0Return of EMD 17 19.0Scope of Work 11 3.0Security Deposit (SD) 42 31.0Self Evaluation Sheet 140 Appndx – 20Special Condition of Contract 27 ---Stage Payment on Supply of Steel 40 28.0Submission of Tender 20 25.0Survey 33 16.0Taxes & Duties 43 32.0Technical Eligibity 12 5.2Tender Form 8 ---Variation in Quantities 43 33.0

Limited Alphabetical Index

Konkan Railway Corporation Ltd. Signature of Tenderer

Check List Higher Secondary School Building & its Ancillary Works at Sangaldan

Konkan Railway Corporation Ltd. Signature of Tenderer

CHECK LIST

Sl. No. Particulars Clause No.

Mandatory

Summarily rejected

Liable for rejection

Instructions to tenderer/s

1 Technical eligibility Criteria 5.2 √

2 Financial Eligibility Criteria 5.3 √

3 Bid capacity 5.4 √

4

Tenderer/s against whom there is adjudication/declaration of having indulged into corrupt/fraudulent practices in a Government enquiry/Court/Tribunal/quasi Judicial proceedings etc

5.5.2 √

5 Tenderer/s who are not eligible as per Govt. of India directives/ policies/circulars/guidelines etc

5.5.3 √

6 Tender is not accompanied with the cost of the tender documents

6.2 √

7 Participation in more than one bid 7.2 √

8 Failure to quote percentage rate 14.4 √

9 Tender without Earnest Money Deposit

17.2 √

10 Conditional offers 22.3 √

11 Late and delayed tenders 26.1 √

12 Corrections, additions or alterations in the original tender documents without initial & stamp.

22.2 √

13 Failure to furnish all information required by bidding documents or submission of bid in one go.

23.6 √

14 Negotiations 31.2 √

15 Disqualification 32.0 √

16 Canvassing 33.1 √

17 Self Evaluation Sheet Appendix

20 √