You are on page 1of 51

NORTH-WESTERN RAILWAY

Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 203

TECHNICAL
SPECIAL CONDITIONS REGARDING SITE DATA AND SPECIFICATIONS FOR USSOR
– 2010 & NS ITEMS

1.0 SCOPE OF THE WORK .


Name of work: - T.No.JU/Const./T-18/13-14/ROB/C-21/NAC – Construction of complete
Road Over Bridges (2 lane) including approaches in lieu of existing Level Crossing No.C-21
at Km.34/9-35/0 on Merta Road – Phulera section at Nawa City station.
1.0 Schedule – A, B & C of USSR-2010 (North Western Railway’s) Items.
1.1 There is four schedules of items i.e. Schedule 'A', 'B' & 'C' (USSOR-2010 items) and
Schedule – 'D' (Non-Schedule items) in this present tender.
1.2 Measurements and rates shall be applicable as described in North Western Railway USSR-
2010, Indian Railways Unified Standard Specifications (Works & Material) Volume – I & II.
1.3 Payment for the item covered by North Western Railway USSR-2010, required to operate
for successful completion of the work, shall be made under schedule “A” by multiplying the
base rate of the item as shown in schedule/ USSR-2010 with % quoted by the tenderer.
1.4 Cement used should be of make such as L & T/ Ambuja/ ACC/ Birla/J K Laxmi, Ultratech.
1.5 Steel reinforcement used should be of make such as SAIL/Tata TISCON/RINL.
1.6 For successfully completion of the work, any item from the schedule ‘A’ shall be operated as
per specifications mentioned in the Indian Railway Unified Standard Specifications (Works
& materials) Volume-I & II.
1.7 The payment of steel/cement shall be as per quantity calculated and actually used by the
Railway accordingly to prescribed specification and approved drawings. If any extra
quantity of steel/cement over and above shown in the drawing and standard laid down has
been used by the contractor, in the opinion of Engineer or his representative for any other
reasons such as wastage or bad workmanship or any reasons if any in the opinion of
Engineer or his representative, the cost of such material steel/cement shall not be paid by the
Railway. All excess consumption shall be borne by the contractor.
1.8 The contractor shall have to submit the cash memo and challans along with the lot of
steel/cement purchased from various retail factories to Sr.Section Engineer (W) C in token
of proof of purchases of steel or cement from reputed dealers; steel/cement shall not be
allowed to be used by Sr.Section Engineer/W/C without these documents. The test certificate
from Govt. or Govt. approved laboratory shall be produced at the beginning and
subsequently at intervals as decided by the Engineer.
2.0 GENERAL:
2.1 The rates quoted by the tenderer/s for the items of schedule of rates and quantities shall be
all inclusive through rates i.e. rates for the material delivered at site including all leads, lifts,
ascents, descents, crossing of nallahs, streams, tracks, and any other obstructions etc.
Leading, unloading, handling, re-handling, sales taxes, Octroi, royalty or any other taxes
levied by the State Govt/Local bodies. He/they will also himself/themselves arrange and pay
for suchworking facilities as he/they need for labor camps, contractor/s office, asses road to
the site of work etc. The contractor will be deemed to have included the element of cost
Royalty or compensation in his/their through tender rates and will not be entitled to any extra
payment. He/They are advised to visit the site of works before tendering.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 204

2.2 The contractor will have no claim for compensation in case of delay in handing over the
stacking area that may take place during the progress of the work.
2.3 The Railway shall not be responsible for any loss or damages to the contractor/s materials
equipment’s tools, and plants etc. from any cause, whatsoever.
2.4 The contractor/s shall be responsible for observance of Rules and regulations under the
Mines and Minerals Rules, Indian Metrology Rules and Regulations of the State concerned.
2.5 The contractor/s shall at all times keep the Railway Administration indemnified against all
penalties that may be imposed by the Govt. of India or State Govt. for infringement of any
of the clause of the Mines Act and Rules made there under in respect of quarries from which
the ballast is procured.
2.6 The contractor/s shall be responsible for observing the stipulation of the Mines Act inverse
and if any facility is provided by the Railway in case of Railway ballast quarries, the
contractor/s shall be required to pay rent for the same which shall be deducted from his/their
dues.
2.7 The contractor/s shall comply with all the instructions issued by the Chief Inspector of
Mines in respect to the safety of the workmen and the working of quarries and maintain
register in which shall be recorded, such information/s for supply annually to Chief Inspector
of Mines of the Government of India, as required by him. Final payment will be released
after producing the no dues certificate from Mining department or any other concerned
office of the area.
2.8 The contractor/s shall carry out the provisions/s of any Laws, Rules and Regulations that
may be enforced in the areas in which work/s is/are to be done at his/their own cost.
2.9 The contractor/s shall make all necessary arrangements for the provision of sanitary, medical
and water supply facilities and food stuff according to the site, nature, importance and
locations of the labor camp. If the contractor/s fails/fail to provide the requisites medical
food, stuff, sanitary and water supply arrangements, these will be provided at the
contractor/s expenses by Railway.
2.10 The tenderer/s should thoroughly inspect the site of work before quoting rates. All the sites
are not approachable by road. The tenderer/s shall have to make his/their own arrangements
for leading, rehandling and stacking the ballast at the stipulated sites.
2.11 The contractors shall be required to nominate and arrange continuous attendance of his /
their authorized agent for various operations of the work.
2.12 Administration will be at liberty to terminate the contract whenever any accident takes place
because of carelessness on the part of the contractor.
2.13 In case of any dispute regarding interpretation of any of the above clauses, decision of the
Chief Engineer/Const-III/NW Railway, Jaipur shall be final and binding on the contractors
2.14 Engineer in charge may impose any other conditions necessary for a particular work or site.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 205

SPECIAL CONDITIONS / SPECIFICATION FOR NON - SCHEDULE ITEMS


SCHEDULE - 'D'
.
1.0 NS-1 - Providing reinforcement cement concrete of mix design M-35 M-40 Grade with
clean well graded 6mm to 20mm size broken stone aggregate cast-in-situ complete..
1.1 This item includes providing reinforcement, cement concrete of mix design M-35/40 grade
in foundation, sub-structure-pier, pier cap, pedestal, abutment etc. and in super-structure-
deck slab, parapet wall, crash barrier, wearing coat etc.
1.2 In no case hand mixing is allowed. Only automatic electronically controlled machined
batched concrete shall be used during entire work. Concreting shall be placed by suitable
capacity of pump.
1.3 The concrete work under this item shall be cast in situ or precast units to be casted as per
drawings and as directed by Engineer-in-charge. Nothing extra shall be paid for placing
precast member in position as rate includes cost of casting and placing both.
1.4 Cement and steel reinforcement shall be provided as per approved design and drawing and
shall be paid under separate relevant item of the schedule.
1.5 The rate quoted shall be inclusive of the following: -
(i) Cost of all Labour, plants & equipment, centering, shuttering, scaffolding, mechanical
vibration, curing etc. for successful completion of the item in all respect.
(ii) Cost of all materials, such as sand, stone aggregates, admixtures and water. Size of stone
aggregate will be 6mm to 20mm.
(iii) Cost of carrying out design Mix from Government Engg. College/ Institution or Government
approved laboratories.
(iv) Cost of formwork including shuttering, propping, wedging, easing, striking, removal etc.
complete. Allow for forming groves, drops, throats, chamfers, cut-outs, openings etc where
called for and for coating with approved shuttering oil to prevent adhesion.
1.6 Only machine crushed hard broken stone aggregate shall be used.
1.7 No concrete will be allowed till reinforcement and shuttering work are properly checked and
approved by Engineer or his representative.
1.8 Removal or de-shuttering of form work shall be done as IRS / IS: 456 – 2000 and in the
presence of site Engineer and no patch repair and finishing of surface should be done
without the approval of Engineer-in-charge. Any such rectification will be done by the
contractor at his own risk and expenses.
1.9 Contractor has to ensure proper vibration at the time of placement of concrete.
1.10 Measurement: Dimensions of length, breadth and thickness shall be measured correct to
nearest cm. Areas shall be worked out to nearest 0.01sq.m. and the cubic contents of
consolidated concrete shall be worked out to nearest 0.001 cum. Any work done in excess
over the specified dimensions or sections shown in the drawing shall be ignored.
1.11 Rate: The rate inclusive of the cost of materials, plant & machineries and labour involved
in all the operations described above except cost of cement and steel which will be paid
separately as per consumption required according to mix design approved by Railway for
M-35 / M-40 grade of concrete under relevant USSOR items. Payment of reinforcement
shall also be paid separately under relevant USSOR item.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 206

2.0 NS-2 - Supply, fabrication, (with MS IS 2062:2006 Gr.B killed & Normalized
structural steel) transportation of steel Girders to sites, including testing of welded,
revitted steel girder..

2.1 This item includes supply, fabrication, (with MS IS 2062:2006 Gr. B killed & normalised
structural steel ) transportation of steel Girders to sites, including testing of wielded,
revitted steel girder as per Indian Railway standard specification for Steel Bridge Girders
SI.No. B1-2001 and as per RDSO Drawing No11755 (as corrected upto date) to IRC loading
standard.
2.2 The fabrication should be done as per IRS B 1 – 2001 as per approved drawing in the RDSO
approved workshop. The contractor shall submit the list of RDSO approved firms with
documentary evidence before placing the order for fabrication of steel girders.
2.3 The fabricated steel girders should be inspected in stages by authorized representative of
railway. No material should be dispatched from workshop to site before final inspection &
passed by Railway .
2.4 The item includes the cutting, hoisting, fixing in position and applying a one priming coat
and 02 finishing coat of approved sample.
2.5 The Steel shall be SAIL/JINDAL/Bharti ispat conforming to IS:2062-2006 & other codes
to followed are IS:226-1975, IS:800-1984, IS:812-1978, IS:813-1986, IS:815-1969, IS:818-
1968, IS:1200-1993 & IS:2074-1992.
2.6 The item includes the cost of inspection & passing of fabricated steel girders by Railway.
2.7 The measurement shall be done by weight of the finished product as per standard sectional
weight mentioned in steel table before fixing in MT. Weight shall be worked out to nearest
0.01 MT. Any work done in excess over the specified dimensions or sections shown in the
drawing shall be ignored.
2.8 The rate inclusive of, fabrication, supply and fixing in position of all structural steel sections
shop rivets, bolts, nuts, washer, welds, electrodes etc. required for complete fabrication of
girders and transportation of fabricated Girders to the construction site as per direction of
engineer in charge including loading & unloading at site and stacking of same at place(s) as
directed by Engineer incharge including applying shop paint of approved quality over the
structural members complete in all respect and including cost of material, labour, MS bolts
nuts, rivets, welds all consumables, tools and plants etc. and all taxes.

2.9 Mode of payment -


(i) On receiving of fabricated material at site. - 60%
(ii) After erection & launching of fabricated material with all respect - 40%

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 207

3.0 NS-3 - Assembling, erection and launching of fabricated steel girders (with MS IS
2062:2006Gr.B killed & normalized structural steel) in proper position, line, Level,
alignment including erection of staging and scaffolding, dismantling.
3.1 This item includes assembling erection and launching of fabricated steel girders (with
MS IS 2062:2006 Gr. B killed & normalised) in proper position, line, Level,
alignment.
3.2 The rate inclusive of Assembling erection and launching of fabricated steel girders
(with MS IS 2062:2006 Gr. B killed & normalised) in proper position, line, Level,
alignment including erection of staging and scaffolding, dismantling the same after
completion of work
3.3 The rate shall be inclusive grouting of sleeve bolts on the bed block complete in all
respect with all materials, labour, tools and plant lead and lift.
3.4 The measurement shall be done by weight of the finished product as per standard
sectional weight mentioned in steel table before fixing in MT. Weight shall be worked
out to nearest 0.01 MT. Any work done in excess over the specified dimensions or
sections shown in the drawing shall be ignored.
3.5 Provision of all accessories such as inspection ladder, trolley refuge, pipe line, fixing
arrangements, cable fixing arrangement and railings etc. of steel is also covered under
this item which shall be paid as per actual weight.

4.0 NS-4 - Providing controlled reinforcement concrete in M-45 grade with clean well
graded 6mm to 20mm size broken stone aggregate cast-in-situ in PSC I/Box Girder
with diaphragm & deck slab super-structure.
4.1 Main girders with deck slab/:
The pre-stressed concrete girder deck slab shall be constructed as Single section over track
as per approved design & drawings. The cement concrete shall conform to the specifications
laid down elsewhere and shall not be of a strength less than M-45. Contractor will submit the
mix design for grade M-45 done by reputed Engineering College/Institution and this will be
checked by Engineer-in-charge, then it will be checked by trial mix at site. Construction
work will be allowed as per approved design Mix by railway. The form work shall be
accurate and fine to give proper and neat finished surface without any honey-combing, void,
gaps, projections and such other deleterious effects. The form work shall also be rigid and
shall be true during the most severe operations in the manufacture of the girders. The
vibration of the concreting shall be carried out with adequate suitable capacity form vibrators
at various levels aided by needle vibrators to be handled from top and for internal vibration.
Inspection windows shall be provided in the form work of suitable levels to ensure
inspection of the quality of the concrete work as well as the vibration which is going inside
the girders deck slabs. The concreting shall be continued in one single operation in one layer
for the entire manufacture of the girder/voided deck slab and no construction joint will be
allowed.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 208

The various levels at which concreting shall be done in each shift on each day, shall be
indicated, for the purpose of acceptance and the work shall be carried out as approved. The
girder deck slab span shall be cast as one single item. Tender shall specify the method of
casting of the girders and subsequent fabrication, erection and launching, provision shall be
made for visual inspection of all parts of the girder whether inside or outside and accesses
shall be provided accordingly for this purpose. There shall be adequate drainage of the
surface as well as the inside, so that no water can accumulate and stagnate on the surface of
the girder or inside the girder. Plasticizers /super-plasticizers of approved quality to enable to
obtain required workability for the concrete to be placed shall be permitted with the
approval. Arrangements in the girder deck slab for holding sheathing getting damaged
during placement of concrete or vibration shall be envisaged and adequate protective
measures taken.
I section type girders have to be cast in one piece so as to have monolithic construction, and
no segmental construction will be allowed.
It is reiterated that the tenderer/s must spell out and submit the details of his/their scheme for
construction and launching of PSC Girder/superstructures. The scheme for construction and
launching shall be adopted only after obtaining the Railways approval.
4.2 Service ducts and facilities:
Service ducts and facilities to carry telephones/ electrical cables, small diameter Pipe lines
and such other service facilities have to be provided in the foot-path area as indicated in the
drawing. The recess below the foot-path slabs shall be utilized for this purpose.
Support facilities for inspection during maintenance. Suitable supporting studs/ capstans
(non-corrosive) shall be provided at suitable intervals so that a platform can be hung from
these for facilitating inspection of the inside and the outsides of the main girder.
A manual entry with a steel ladder shall also be provided as indicated in the plan to enable
approach to the top of the pier and carry out inspection of the ends of the girders as well as
facilitate inspection of inside of the main girders boxes and outside of the main girders.
Contractor shall make sufficient lighting arrangements inside each girder during progress of
work to enable inspection of girder from inside. After completion of work, the contractor
shall provide permanent electrical fixtures, fittings and appliances etc. inside each girder to
enable routine inspection of girders.
4.3 Wearing coat:
The wearing coat shall comprise over-lay concrete of same grade as that of main prestressed
concrete girders of thickness as shown in girder drawing with MS weld mesh 150x150x6mm
provided for reinforcement. This concrete over lay shall be laid over 6mm thick layer of
mastic asphalt laid uniformly over the entire top deck surface.
4.4 Bleeding shall not exceed 2% of volume, three hrs after mixing, with a final maximum
volume of 4%. In addition, separated water should be reabsorbed after 24 Hrs. Typically
bleeding should be measured in covered cylinder of 100mm internal diameter and a grout
depth of 100mm.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 209

4.5 For supporting inspection platform or mobile inspection units for inspection of PSC Girders
it is mandatory to provide (i) suitable openings in the deck slab by means of providing
suitable diameter stainless steel pipes and (ii) embedment of fixtures and or rail sections in
deck slab for suspending mobile inspection units. The provision of openings and
embedment of fixtures/rails sections shall be subject to railways prior approval. Thickness
of galvanizing to all steel fixtures shall be 100microns. The embedment should be such that
metal parts on the outside of structure do not make electrical contact with the internal
reinforcement. The metal inserts shall be electrically isolated by means of a plastic layer and
grouting with the epoxy mortar of the surrounding area.
NOTE:-
The cost of all the above maintenance and inspection facilities shall be included in the rate to
be quoted for PSC Girder/Voided slab and nothing extra shall be paid for this.
The scheme of jacking up of super structure shall be spelt out in detail by the tenderer/s.
Adequate number of jacks of required lifting capacity and approved quality to lift two girder
ends independently at a time shall be provided. Suitable provision shall be made for jacking
points in the end diaphragms as per the approved design.
4.6 Prestressed concrete work or other highly technical work - quality assurance:
i) The contractors shall have to engage and get the service of the reputed specialists in the line
for supervision and quality control so as to ensure proper quality of materials use of proper
equipment methods of construction, checks of quality control, quality of finished job and its
workmanship.
ii) The contractor/s shall have to obtain prior approval of department before engaging such
agencies.
4.7 Facilities for maintenance and inspection:
i) End diaphragms of all PSC girders shall be provided with openings for internal inspection of
PSC girders pier caps shall facilitate easy access to the same. A sturdy GI steel ladder of
approved design shall be provided from top of deck slab to the top of pier-cap to provide
easy access to the top of each pier cap from the deck slab and vice versa. The thickness of
galvanising shall not be less than 100 microns. All openings for inspection in the end
diaphragms of the PSC ‘I’ Girders shall be provided with watertight covers of approved
make with suitable locking arrangements. Steel components of the cover and fittings should
be galvanised with 100 microns thickness.
ii) For supporting inspection platform of mobile inspection units for inspection of PSC girders
it is mandatory to provide (a) openings at 3 metres interval in the deck slab and provided
with 50mm. Dia (internal) Stain-less steel pipes on one side only of each girder i.e. on the
cantilever end of the foot-path. (b) embedment of fixtures and or rail sections in deck slab
for suspending module inspection units. The provision of openings and embedment of
fixtures/rail sections shall be subject to Railway’s prior approval. The embedment should be
such that metal parts on the outside of structure do not make electrical contract with the
internal reinforcement. The metal inserts shall be electrically isolated by means of a plastic
layer and grouting with the epoxy-mortar of the surrounding area.
iii) The scheme of jacking up of superstructure shall be spelt out in detail by the tenderer/s.
Adequate numbers of jacks of required lifting capacity and approved quality to lift two
girder ends independently at a time shall be provided. Suitable provision shall be made for
jacking points in the end diaphragms as per the approved design.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 210

4.8 Quality control:


i) Tenderer/s should establish quality assurance system having following essential features
among others needed for quality control during the execution of the work.
ii) A separation within the tenderer/s organisation of the responsibility for execution and
quality.
iii) The system must be operated by appropriately qualified and trained staff who are familiar
not only with the tasks that they are carrying out but also the whole concept of quality
assurance.
iv) There must be a quality manual defining procedures of material acceptance and testing,
method of execution and testing finished product. This manual shall name individually who
are trained and authorized to carry out specific tasks, for example stressing, testing etc.
v) The system must ensure tractability of materials from acceptance to delivery and be a system
of self certification ensuring that the work described in the manual is carried out correctly.
vi) There must be a system of audit carried out in house to ensure procedure as being adhered to
paper work is up-to-date and changes in the execution procedures are being recognized with
the system being modified to accommodate them.
vii) The system must ensure that if performance does not meet pre-determined quality levels
there is an automatic and progressive increase of inspection which is only released when the
target is met.
viii) Tenderer/s shall submit full details of the quality assurance system to the Railways and shall
obtain the Railway’s approval prior to its introduction.
ix) Ensuring the required standard of quality for this work is a must. The important factors to be
ensured by the contractor in this connection are:
a) Deputing qualified personnel for /at all stage construction.
b) Testing and inspection of the various materials selected for use.
c) Proper centering, staging and form work.
d) Accurate stressing procedures.
e) Proper location of anchors.
f) Proper control of dimensions and tolerance.
g) Proper proportioning and adequate mixing of concrete.
h) Proper handling, placing and consolidation of concrete.
i) Proper curing.
j) Proper handling, storing, transporting and erection of members.
k) Through documentation.
4.9 Cambers:
i) Camber is the upward deflection which occurs in prestressed concrete flexural members due
to eccentricity of prestressing forces. It does not include dimensional inaccuracies due to
errors in manufacture, improper bearing or other deficiencies of construction.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 211

ii) The anticipated camber due to prestressing has been shown in the detailed working
drawings. Actual camber shall be measured and compared with the values shown. The
variation in camber shall be within the permissible value.
4.10 Cracks:
The principal objective of prestressing is the application of sufficient forces to concrete so
that member can be cast and placed in service without cracks.
i) The principal objective of prestressing is the applications of sufficient forces to concrete so
that members can be cast and placed in service without cracks, some hair line cracks which
may form during casting or curing if superficial and not detrimental and have no effect on
the structural capacity of the members may be permitted by the Engineer after detailed
examination and study. Cracks occurring in members should be sealed with an effective
sealer.
ii) The following precautions shall be taken by contractor/s to avoid cracking:
a) Ensure proper curing.
b) Release side forms as soon as practicable.
c) Use hoop steel around tendons near ends of beams.
d) Handle only from designated pickup points.
e) Take adequate care during storage, transporting and erections.
4.11 Inspection & Records:
In general, the scope of inspection to be performed in prestressing work shall include the
following.
i) Identification, examination, acceptance and laboratory testing of materials.
ii) Inspecting and recording of tensioning.
iii) Inspection of beds and forms prior to concreting.
iv) Checking of dimension of members, position of tendons, reinforcing steel, other
incorporated materials, openings, blackout etc.
v) Continual inspection of batching, mixing, conveying, placing, compacting, finishing, and
curing of concrete.
vi) Preparation of concrete specimens for tests and performing of tests for slumps, cube,
strength etc.
vii) General observation of casting site, equipments, working conditions, weather and other
items affecting product.
viii) Final inspection of finished members.
ix) Any other items receiving direction for ensuring quality of work.
4.12 Record keeping:
In order to establish evidence of proper manufacture and quality of prestressed concrete
members, a system of records as mentioned below shall be maintained by the contractor /s
besides such records as may be directed by the Engineer during the progress of work.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 212

Two copies of the records shall be made and one copy duly signed by the contractor and site
Engineer shall be handed over to the Engineer.
i) Each prestressed concrete member shall be identified by bed and date case and an
identification number which is in reference to design calculation drawings, tensioning
records, concreting record, cube strength, keeping these records shall be the responsibility of
the contractor/s.
ii) Submission of certified test reports, for materials, such as HYSD bars, M.S. rounds, high
tensile steel brought by the contractor/s is the responsibility of the contractor/s. These shall
show that the materials comply with the applicable specifications.
iii) An accurate record of tensioning operation shall be kept. This record shall include, but not
be limited to the following:-
(a) Date of tensioning.
(b) Casting bed identification.
(c) Description and Number of members.
(d) Manufacturer, size and class of tendon.
(e) Identification of jacking equipment.
(f) The actual net elongation of each tendon with allowance made for elastic shortening of
member.
(g) Date of testing and date of grouting.
(h) Any unanticipated problems encountered during tensioning such as wire breakage, excessive
slippage or other factors having an influence of the net stress.
iv) Records of concrete operation and test shall be kept so that the following date will be
recorded for each member of each group of members cast on one bed:-
(a) Date time and duration of casting.
(b) Mix proportion.
(c) Mixing water corrections. .
(d) Identification of casting bed and members.
(e) Cube identification.
(f) Ambient temperature, weather condition and concrete temperatures.
(g) Slumps.
(h) Strength of concrete at each stage of prestressing.
(i) 28 days cube strength.
v) All jacking and load measuring equipment shall be calibrated to the satisfaction of Engineer.
Calibration date shall show the following:-
(a) Date of calibration.
(b) Agency or laboratory performing calibration.
(c) Method of calibration with gauge readings plotted against actual lead.
(d) A curve showing the full range of calibration

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 213

5.0 NS - 5 - Designing, providing and erection of specified grade precast RCC facia
panels of thickness 180 mm made with M:35 Grade concrete batching plant, transit
mixer, concrete pump and vibrator for retaining earth with all element Assembling,
erection and launching of fabricated steels.
The work of reinforced Earth retaining walls proposed in approaches to ROB as per
drawings shall be carried out as per Clause 3100 of Ministry of Road Transport and
Highways "Specifications for Road & Bridge Works" (Fourth Revision).
Specific requirement of 'fill material' as stipulated under clause 3103, which shall be strictly
met with. The design and drawings of reinforced Earth Retaining wall shall be submitted by
the contracting agency for approval of Engineer-in-Charge.
1.1 Scope of works:
The work includes detailed design for the entire reinforced earth structure for different
sectional heights, supply and erection of reinforcing elements, supply & placement of facia
panels/blocks and all associated components as per the requirement of the proposed
technology and approved design and supervision including supervision of earthwork and
pavement works for effectiveness of RET. The design shall take into account the
Earthquake/seismic factor for relevant Zone. The work also includes preparing, submitting &
getting approval to all the designs & method statement along with programme to match with
over all completion of the work.
The reinforced Earth retaining walls shall be designed to cater for all the design loads of
National Highway traffic and other design criteria specified in IRC codes. The design of
reinforced earth retaining wall shall be based on the actual site conditions and shall match
with the approved construction drawings of flyovers/ROB.
Interested bidders are requested to visit the project site and carryout necessary geotechnical
investigation and submit a realistic design for approval.
1.2 Technology for the reinforced soil structure:
The RE wall proposed is of M-35 concrete panel/blocks with minimum thickness 180mm.
Reinforcing materials such as knitted and PVC Coated Polyester Geogrids (LDPE Coated,
Latex coated, Extruded PP/ HDPE geogrids) may be used for reinforcing the select fill. The
source from which the geogrids are procured must have ISO 9002. The reinforcement has to
be in the form geogrids in case of polymeric geosynthetic reinforcement. The selection of
suitable reinforcing element shall be as per specifications of relevant Indian code and
relevant BS code (in case of non existence of IS code) and shall be approved by the
Engineer. The Engineer – In Charge reserves the right to inspect and verify the
manufacturing facility of geogrids before approving the source.
The proposed material must have been used and the structure performed successfully in
India for at least one project with height over 10 mtrs.
The detailed design has to be got approved from the MNIT/IIT before the execution of this
work. In absence of the relevant Indian standards, the design shall confirm to relevant British
Standards. The design shall take into account the Earthquake/seismic factor. The design and
execution of RE work shall generally confirm to specifications and criteria laid down in
Ministry of Surface Transport, specifications for road and bridge works (4th revision, 2001)
and special report No. 15, state of the Art: Reinforced soil structures applicable to road
design and construction published by IRC in 1996.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 214

1.3 Material Specifications:


The material proposed to be used in this work shall meet the requirement of the patented
reinforced soil technology to be adopted by the agency for this work. However the material
shall also meet the following broad specifications:
1.3.1 Reinforcing Element:
Soil reinforcing element in structure, shall be manufactured from select grades of high
tenacity polyester yarn to ensure high strengths, low creep and excellent durability. The
yarns shall be formed into a dimensionally stable grid structure with uniform apertures,
using an advanced weft insertion warp knitting process and shall be then given a tough and
durable polymeric coating to enhance dimensional stability, resistance to installation damage
and durability.
1.3.2 Facia Material:
The facing shall be precast reinforced concrete panels/blocks M-35 grade with aesthetic
finish as per approved drawing. The panels shall be machine finished. The facing should be
designed to cater to maximum transversal, vertical and longitudinal flexibility to cater to
seismic and ground movements Clause 3100.4.
The fascia units, which help maintain a vertical face of the reinforced soil/ earth structure,
control erosion of the fill and provide aesthetic appearance to the reinforced soil/ earth
structure, shall be of the pre-cast reinforced concrete blocks/panels as indicated in the
drawings.
1.4 Pre-cast Reinforced Concrete Panels/Slabs:
Pre-cast concrete facing elements shall conform to the details and dimensions shown on the
approved drawing. Concrete shall be of grade M-35 (minimum) shown on the drawings and
shall conform to the requirements as specified in section 1700 "Structural Concrete" of
MoRT&H Specifications. The joints of the segmental panels / discrete panels shall be sealed
by using geotextile the joints and pasted on the fill side before placing the filter media.
1.5 Casting:
The elements shall be cast on a flat area. Tie-strips connecting pins, PVC pipes (as and
where applicable) and lifting anchors shall be set in place to the dimensions and tolerances
shown on the drawing and reinforcing elements guides shall be set on the rear face, prior to
casting. The concrete in each unit shall be placed without interruption and shall be
compacted by the use of an approved vibrator supplemented by such hand-tamping as may
be necessary to ensure that the concrete reaches into the corners of the forms and prevent
formation of stone pockets or cleavage plans. Clear form oil shall be used throughout the
casting operations
1.6 Curing:
The precast elements shall be cured for a sufficient length of time as approved by Engineer
so that the concrete develops the required compressive strength. Only fresh potable water
shall be used for curing. After removal of shutter from the moulds, they shall be stacked in
position in accordance to approved Agency’s construction manual. The facia units shall be
covered with hessian cloth for 14 days and sprinkled with running water at least 06 times a
day. The frequency of wetting the hessian cloth may be increased when the ambient
temperature is high at the discretion of Engineer Incharge.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 215

1.7 Removal of Forms:


The forms shall remain in place until they can be removed without damaging the elements.
The scheme of removal of formwork shall be as per relevant MoRT&H Specifications.
1.8 Scribing:
The date of manufacture and unit designation shall be clearly scribed on the rear face of each
unit.
1.9 Concrete Finish:
The front (exposed) face of the elements shall have the finish approved by the Engineer and
painted with cement based waterproof paint or as decided by the Engineer. The rear face
shall have the finish of unformed surface and shall be roughly screened to eliminate open
pockets of aggregates.
1.10 Tolerences:
All elements shall be manufactured within the following tolerances:
All dimensions within: 5mm
Evenness of the front face: ± 5 mm over 1500mm
Difference between lengths of two diagonals: maximum 5 mm
Thickness: ± 05 mm
1.11 Handling Storage and Transporting:
All elements shall be handled, stored and transported in such manner as to eliminate the
danger of chipping, cracks, fracture and excessive bending stresses. Elements in storage shall
be supported on firm blocks to be located adjacent to the reinforcing elements to avoid
bending.
1.12 Acceptability:
Acceptability of the precast elements shall be determined on the basis of compression tests,
as per MoRT&H Specifications.
1.13 Rejection:
Elements shall be subject to rejection in case of failure to meet any of therequirements
specified above. In addition, defects, which indicate imperfect molding, or defects indicating
honeycombed or open textured concrete, shall be sufficient cause for rejection.
1.14 Cap Block placement/Caping Beam:
The cap block and or top concrete block unit shall be bonded to the facia units below using
cap adhesive.
1.15 Design, Working Drawings, Detailing and Supervision:
The scope of work will also cover the supply of detailed design, engineering submission of
working drawings by the specialized agency for reinforced soil/ earth works. The designs
and drawings shall be got approved from the Engineer and/or its representative before
execution of work.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 216

1.16 Inspection:
Engineer and/or the representative shall verify the materials supplied by the contractor to
ensure that all the requirements of the specifications are satisfactorily met with. This
includes all submittals and proper installation of the system. The reinforced soil/ earth
structure system supplier shall provide one qualified and experienced representative at site
on full time basis during the entire working phase to ensure that the quality of the works
performed by the Contractor is in accordance with the specifications and to assist the
Contractor regarding proper wall installation. The Contractor’s field construction supervisor
shall have demonstrated experience and should be qualified to direct all work at the site. All
expenses relating to this presence on site shall be deemed to have been included in the rate
and no extra claim on this account shall be admissible.
1.17 Testing of Materials:
Testing shall be done as stated elsewhere in this specification on all materials required for
reinforced soil/ earth structure construction. The tests shall be done from a reputed
independent agency as approved by Engineer as and when required. Tests on materials and
during construction shall not be limited to the following types:
Testing of soils for evaluating their index and engineering properties. Soil report may be
consulted with regard to this requirement. Testing of friction angle between the
reinforcement and soil using direct shear test
Testing of Reinforcements For design of reinforced soil/ earth structure, tensile strength,
yield stress, elongation and modulus of elasticity of the reinforcement material are required.
All these properties for the steel reinforcement can be obtained from standard tensile test.
For connection strength between geogrid and facing where connection strength should have
appropriate factor of safety against the connection load from reputed institutions like
IIT’s/MNIT.
Testing of Geotextile/ Geogrid shall be done as per ASTM Specification satisfying the
criterion laid by IRC or MoRTH.
1.18 Construction Requirement:
The construction of Reinforced Soil/ Earth Structures shall be carried out in accordance with
the specifications and in conformity with the lines, grades, design and dimensions shown on
the approved drawings.
1.18.1 Excavation:
The Plan area of Reinforced Soil/ Earth Structures shall be excavated in accordance with the
requirements of General and Special Specifications and in reasonably close conformity to
the limits and to the lines and grades during construction stages as shown on the approved
drawings. The contractor shall take precautions to minimise over- excavation. Excavation
support, if required shall be designed by the Contractor.
1.18.2 Foundation Preparation:
The foundation for Reinforced Soil/ Earth Structures shall be graded level for width equal to
or exceeding the length of reinforcing geosynthetics. Prior to wall construction, if required
by the Engineer, the foundation shall be compacted with a smooth wheeled roller.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 217

1.18.3 Ground Improvement:


Where foundation soil is found to be unsuitable, either removal and replacement technique
or ground improvement is required to be carried out, as required by the Engineer. The need
for ground improvement, design and ground improvement methodology shall be verified and
approved by the Engineer prior to construction.
Suitable ground improvement technique shall be identified and submitted to the Engineer –
In – charge. The Engineer – In charge shall approve the methodology as per his discretion.
Foundation preparatory works and foundation treatment/ improvement shall be treated as
integral part of the reinforced soil /earth structure and accordingly Contractor shall arrange
for detailed sub-soil investigation works and employ his resources to design and construct
the foundation/ ground improvement treatment, wherever necessary to satisfy the
requirements of reinforced soil structure. The design check and validation for foundation
treatment/ ground improvement and the methodology shall be verified and approved by the
Engineer prior to construction.
1.18.4 Levelling Concrete:
A leveling concrete pad shall be provided under the walls and seat beams (for – Bridges
/Flyover/ROB abutments). Concrete shall have a minimum grade M-15.
Maximum size of aggregates shall be 20mm and the pad shall be cured for at least 48 hours
before placement of panels.
1.18.5 Batter:
The reinforced earth/ soil wall face may be provided with an initial inward batter pecified by
the system supplier or as given in the drawings. Initial inward batter is equired to counter the
outerward tilt that will occur as the wall height is built up and lso due to construction
process. As a guideline the initial batter is generally in the ange of 40 to 60.
1.18.6 Erection:
All reinforcements shall be installed at the proper elevation and orientation as shown n the
wall details of approved drawings or as directed by the Engineer. The einforcement strips
shall be placed normal to the face of the wall unless otherwise hown on the drawings.
1.18.7 Precast Concrete Fecia Panels:
Pre-cast concrete blocks/ panels shall be placed vertically with the aid of a light crane. For
erection, panels are handled by means of lifting devices set into the upper edge of the panels.
Panels shall be placed in successive horizontal lifts in the sequence shown on the drawings
as backfill placement proceeds. As fill materials is placed behind a panel, the panels shall be
maintained in vertical positions by means of temporary wooden wedges placed in the joint at
the junction of the two adjacent top rows of panels during construction. As construction
proceeds and a fourth row is erected, the lowest row of wedges can be removed and so on.
External bracing may also be needed for the initial lift. However, bracings shall be placed in
an area not more than 1.5m wide beyond the outer face of panels. Vertical tolerances
(plumbness) and horizontal alignment tolerance shall not exceed 25mm when measured
along a 3 m straight edge. The maximum allowable offset in any panel joint shall be 25mm.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 218

1.18.8 Joint Fillers:


Fillers of vertical joints between panels shall be flexible open / close cell polyurethane foam
strips or nonwoven fabric strips (the latter used as joint cover instead of filter) as approved
by Engineer. Bearing pads for horizontal joints between panels shall be made of elastomer
with vulcanised EPDM.
1.19 Measurement and mode of payment:
Measurement for facia material (Panel or Blocks) shall be in vertical Sq. meters. This shall
be measured on each face of the ramp and closing wall from top of the levelling concrete to
bottom of the crash barrier.
The payment for excavation, foundation concrete, reinforcing element, fastners, drainage
layer, drainpipe, coping beam and other accessories shall not be measured separately.It is
deemed to have been included in the facia material rates for the project.
The mode of payment will be as under:
Casting of RE Panels/Blocks: 60%
Erection and Fixing 35%
Final bill 05%
Besides this provision in technical specification of RUIDP to be followed.
6.0 NS - 6 – Providing, laying, spreading (with paver finisher only) and compacting at mix
macadam (WMM) base course comprising of graded stone aggregate and granular
material conforming to MORT&H specification (Table 400-II)l.
WET MIX MACADAM SUB-BASE/BASE
Scope
This work shall consist of laying and compacting clean, crushed, graded aggregate and
granular material, premixed with water, to a dense mass on a prepared subgrade/sub-
base/base or existing pavement as the case may be in accordance with the requirements of
these Specifications. The material shall be laid in one or more layers as necessary to lines,
grades and cross-sections shown on the approved drawings or as direction by the Engineer.
The thickness of a single compacted Wet Mix Macadam layer shall not be less than 75 mm.
When vibrating or other approved types of compacting equipment are used, the compacted
depth of a single layer of the sub-base course may be increased to 200 mm upon approval of
the Engineer.
Materials
Aggregates
Physical requirements: Coarse aggregates shall be crushed stone. The aggregates shall
conform to the physical requirements set forth in Table 400-10 below. Sevaliya special
aggregate is only acceptable.
TABLE 400-10. PHYSICAL REQUIREMENTS OF COARSE AGGREGATES FOR
WET MIX

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 219

MACADAM FOR SUB-BASE/BASE COURSES


Test Method Requirements
1. * Los Angeles abrasion value
or
IS : 2386 (Part-4) 40 per cent (Max.)
* Aggregate Impact value IS : 2386 (Part-4) or IS : 5640 30 per cent (Max.)
2. Combined Flakiness and Elongation indices (Total) IS : 2386 (Part-1) 30 per cent
(Max.)**
* Aggregate may satisfy requirements of either of the two tests.
** To determine this combined proportion, the flaky stone from a representative sample
should first be separated out. Flakiness index is weight of flaky stone metal divided by
weight of stone sample.
Only the elongated particles be separated out from the remaining (non-flaky) stone metal.
Elongation index is weight of elongated particles divided by total non-flaky particles. The
value of flakiness index and elongation index so found are added up.
If the water adsorption value of the coarse aggregate is greater than 2 per cent, the soundness
test shall be carried out on the material delivered to site as per IS : 2386 (Part- 5).
Grading requirements: The aggregates shall conform to the grading given in Table 400-11.
TABLE 400-11. GRADING REQUIREMENTS OF AGGREGATES FOR WET MIX
MACADAM
IS Sieve Designation Per cent by weight passing the IS sieve
53.00 mm 100
45.00 mm 95-100
26.50 mm -
22.40 mm 60-80
11.20 mm 40-60
4.75 mm 25-40
2.36 mm 15-30
600.00 micron 8-22
75.00 micron 0-8
Materials finer than 425 micron shall have Plasticity Index (PI) not exceeding 6.
The final gradation approved within these limits shall be well graded from coarse to fine and
shall not vary from the low limit on one sieve to the high limit on the adjacent sieve or vice
versa.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 220

Construction Operations
Preparation of base: Clause 404.3.1. shall apply.
Provision of lateral confinement of aggregates: While constructing wet mix macadam,
arrangement shall be made for the lateral confinement of wet mix. This shall be done by
laying materials in adjoining shoulders along with that of wet mix macadam layer and
following the sequence of operations described in Clause 407.4.1.
Preparation of mix: Wet Mix Macadam shall be prepared in an approved mixing plant of
suitable capacity having provision for controlled addition of water and forced/positive
mixing arrangement like pugmill or pan type mixer of concrete batching plant. For small
quantity of wet mix work, the Engineer may permit the mixing to be done in concrete
mixers.
Optimum moisture for mixing shall be determined in accordance with IS : 2720 (Part-8)
after replacing the aggregate fraction retained on 22.4 mm sieve with material of 4.75 mm to
22.4 mm size. While adding water, due allowance should be made for evaporation losses.
However, at the time of compaction, water in the wet mix should not vary from the optimum
value by more than agreed limits. The mixed material should be uniformly wet and no
segregation should be permitted.
Spreading of mix: Immediately after mixing, the aggregates shall be spread uniformly and
evenly upon the prepared subgrade/sub-base/base in required quantities. In no case should
these be dumped in heaps directly on the area where these are to be laid nor shall their
hauling over a partly completed stretch be permitted.
The mix may be spread either by a paver finisher or motor grader. For portions where
mechanical means cannot be used, manual means as approved by the Engineer shall be used.
The motor grader shall be capable of spreading the material uniformly all over the surface.
Its blade shall have hydraulic control suitable for initial adjustments and maintaining the
same so as to achieve the specified slope and grade.
The paver finisher shall be self-propelled, having the following features:
(i) Loading hoppers and suitable distribution mechanism
(ii)The screed shall have tamping and vibrating arrangement for initial compaction to the
layer as it is spread without rutting or otherwise marring the surface profile.
(iii)The paver shall be equipped with necessary control mechanism so as to ensure that the
finished surface is free from surface blemishes.
The surface of the aggregate shall be carefully checked with templates and all high or low
sports remedied by removing or adding aggregate as may be required. The layer may be
tested by depth blocks during construction. No segregation of layer and fine particles should
be allowed. The aggregates as spread should be of uniform gradation with no pockets of fine
materials.
Compaction: After the mix has been laid to the required thickness, grade and cross
fall/camber the same shall be uniformly compacted, to the full depth with suitable roller. If
the thickness of single compacted layer does not exceed 100 mm, smooth wheel roller of 80
to 100 kN weight may be used. For a compacted single layer upto 200 mm, the compaction
shall be done with the help of vibratory roller of minimum static weight of 80 to 100 kN or
equivalent capacity roller. The speed of the roller shall not exceed 5 km/h.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 221

In portions having unidirectional cross fall/superelevation, rolling shall commence from the
lower edge and progress gradually towards the upper edge. Thereafter, roller should progress
parallel to the centre line of the road, uniformly over-lapping each preceding track by at least
one third width until the entire surface has been rolled. Alternate trips of the roller shall be
terminated in stops at least 1 m away from any preceding stop.
In portions in camber, rolling should begin at the edge with the roller running forward and
backward until the edges have been firmly compacted. The roller shall then progress
gradually towards the centre parallel to the centre line of the road uniformly overlapping
each of the preceding track by at least one-third width until the entire surface has been
rolled.
Any displacement occurring as a result of reversing of the direction of a roller or from any
other cause shall be corrected at once as specified and/or removed and made good.
Along forms, kerbs, walls or other places not accessible to the roller, the mixture shall be
thoroughly compacted with mechanical tampers or a plate compactor. Skin patching of an
area without scarifying the surface to permit proper bonding of the added material shall not
be permitted.
Rolling should not be done when the subgrade is soft or yielding or when it causes a wave-
like motion in the sub-base/base course or subgrade. If irregularities develop during rolling
which exceed 12 mm when tested with a 3 metre straight edge, the surface should be
loosened and premixed material added or removed as required before rolling again so as to
achieve a uniform surface conforming to the desired grade and cross fall. In no case should
the use of unmixed material be permitted to make up the depressions.
Rolling shall be continued till the density achieved is at least 98 per cent of the maximum
dry density for the material as determined by the method outlined in IS : 2720 (Part-8).
After completion, the surface of any finished layer shall be well-closed, free from movement
under compaction equipment or any compaction planes, ridges, cracks and loose
All loose, segregated or otherwise defective areas shall be made good to the full thickness of
the layer and recompacted.
Setting and drying: After final compaction of wet mix macadam course, the road shall be
allowed to dry for 24 hours.
Opening to Traffic
Preferably no vehicular traffic of any kind should be allowed on the finished wet mix
macadam surface till it has dried and the wearing course laid.
Surface Finish and Quality Control of Work
Surface evenness: The surface finish of construction shall conform to the requirements of
Clause 902.
Quality control: Control on the quality of materials and works shall exercised by the
Engineer in accordance with Section 900.
Rectification of Surface Irregularity
Where the surface irregularity of the wet mix macadam course exceeds the permissible
tolerances or where the course is otherwise defective due to subgrade soil getting mixed with
the aggregates, the full thickness of the layer shall be scarified over the affected area,

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 222

reshaped with added premixed material or removed and replaced with fresh premixed
material as applicable and recompacted in accordance with Clause 406.3. The area treated in
the aforesaid manner shall not be less than 5 m long and 2 m wide. In no case shall
depressions be filled up with unmixed and ungraded material or fines.
Arrangement for Traffic
During the period of construction, arrangement of traffic shall be done as per Clause 112.
Measurements for Payment
Wet mix macadam shall be measured as finished work in position in cubic metres.
Rates
The Contract unit rate for wet mix macadam shall be payment in full for carrying out the
required operations including full compensation for all components listed in Clause 401.8.
Besides this provision in technical specification of RUIDP to be followed.
7.0 NS-7 - Providing and laying precast 100mm thick inter locking pavers rubber
moulded on M:30 concrete with top layer of 8 mm thick.
(i) This item includes casting, supplying, transporting and fixing of precast 100mm
thick interlocking pavers rubber moulded of M:30 concrete with top layer of 8mm
thick in ordinary Portland cement in colour red & grey, with hardener etc. on 40mm
thick base of sand as a complete job
(ii) The Precast concrete blocks should be workshop / factory made under controlled
conditions using steel moulds, table vibrator etc. complete.
(iii) The curing of the blocks shall be done by submerging the blocks in water tank in
any case.
(iv) Measurement shall be done in sqm. and be measured correct to nearest cm. Areas
shall be worked out to nearest 0.01sq.m. Any work done in excess over the specified
dimensions or sections shown in the drawing shall be ignored.
(v) Rates includes cost of all materials such as cement, stone aggregate, sand, water,
shuttering and centering, labour, equipment and machinery such as mechanical
mixture, vibrator etc. Rates also include transportation of blocks by contractor’s
own means, cost of coarse sand & gravel/stone aggregate under layer.
Besides this provision in technical specification of RUIDP to be followed.
8.0 NS-8 - Providing and laying structural reinforced cement concrete (design mix) of
specified grade using batching plant, transit mixer, concrete pump.
8.1 This item includes Providing and laying in position precast machine batched,
machine mixed and machine vibrated design mix M-30/35 Reinforced Cement
Concrete in RCC Kerb.
8.2 North Western Railway Standard specification/Special condition of the contract
(Technical) shall be applicable except those modified under this specifications / NS
Item.
8.3 Detailed drawings for the RCC kerb may be seen in the office of Dy.Chief Engineer
(C), Jodhpur/CE (C)-III, Jaipur during office working hours. However, Railway
reserved the right to revised the drawing at any stage and it is binding to the

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 223

contractor to executive the work as per revised drawing. Any loss and delay on this
account shall not be entertained by the Railway.
8.4 Rates are inclusive of cost of sand, water , admixture (if required, in recommended
proportion as per IS Code without impairing strength and durability) well graded
machine crushed stone aggregate etc of 6 mm to 20 mm size including supply, fixing
& removing shuttering, scaffolding, centering & staging, cutting, vibrating &
transportation of all material with all lead and lift, labours, tools and plants,
equipments, machinery, vibrator, taxes and royalties or any other component required
in the item etc. except cost of Cement & reinforcement steel complete as per approved
drawings, design, specifications and special condition of contract. The cost of cement
& reinforcement steel shall be paid separately under relevant USSOR items
8.5 All reinforcement steel to be used shall be of SAIL/ Tata TISCON / RINL make.
Testing of steel shall be carried out from Govt. Engg. Collage / Govt. approved
labs at contractor's cost, well before commencing of work, for each lost as per IS
specifications. Relevant bills for steel & Cement procured for the work shall be
submitted.
8.6 All reinforcement shall be free from loose mill, scales, loose rust and coats of paints,
oil, mud and other coating, which may reduced or destroy bond.
8.7 The contractor shall get the mix design approved before starting the work. The
concrete shall be weigh batched only. Test results of trial cubes as per mix design
shall be made and got tested. The result of these tests should be produced at the time
of submission of mix design.
8.8 Moisture content of the aggregate should be checked daily and allowance for its
bulking and water content should be made in the mix proportions.
8.9 40mm/60mm needle vibrator shall be used for compaction.
8.10 Form work shall be designed for vibration.
8.11 Date of casting and name of casting depot shall be engraved on each unit.
8.12 Casting shall be done after passing reinforcement steel bending & binding and
shuttering, scaffolding, centering & staging by the engineer’s at site or his
representative.

1.1 Mode of Payment:


The mode of payment for this item shall be as under:
1. After casting RCC kerb. : 60% of the accepted rates.
2. After launching RCC kerb. : 25% of the accepted rates
3. After completion of all work in all respect at each LC. : 15% of the accepted rates
Besides this provision in technical specification of RUIDP to be followed.
9.0 NS – 9 - Providing, laying, spreading and compacting of granular sub-base by
providing close graded material, mixing in al mechanical mix plant at OMC,
GRANULAR SUB–BASE
Scope
This work shall consist of laying and compacting well-graded material on prepared subgrade
in accordance with the requirements of these Specifications. The material shall be laid in one
or more layers as sub-base or lower sub-base and upper sub-base (termed as sub-base

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 224

hereinafter) as necessary according to lines, grades and cross-sections shown on the


drawings or as directed by the Engineer.
Materials
The material to be used for the work shall be natural sand, moorum, 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.
While the gradings in Table 400-1 are in respect of close-graded granular sub-base materials,
one each for maximum particle size of 75 mm, 53 mm and 26.5 mm, the corresponding
gradings for the coarse-graded materials for each of the three maximum particle sizes are
given at Table 400-2. The grading to be adopted for a project shall be as specified in the
Contract.
Physical requirements: The material shall have a 10 per cent fines value of 50 kN or more
(for sample in soaked condition) when tested in compliance with BS :812 (Part III) . The
water absorption value of the coarse aggregate shall be determined as per IS : 2386 (Part 3);
if this value is greater than 2 per cent, the soundness test shall be carried out on the material
delivered to site as per IS : 383. For Grading II and III materials, the CBR shall be
determined at the density and moisture content likely to be developed in equilibrium
conditions which be taken as being the density relating to a uniform air voids content of 5
percent.
TABLE 400-1. GRADING FOR CLOSE-GRADED GRANULAR SUB-BASE
MATERIALS - IS Sieve Per cent by weight passing the IS sieve
Designation 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
TABLE 400-2. GRADING FOR COARSE GRADED GRANULAR SUB-BASE
MATERIALS
IS Sieve Per cent by weight passing the IS Sieve
______________________________________________________
Designation Grading I Grading II Grading III
75.0 mm 100 - -
53.0 mm 100

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 225

26.5 mm 55-75 50-80 100


9.50 mm
4.75 mm 10-30 15-35 25-45
2.36 mm
0.425 mm
0.075 mm <10 <10 <10
CBR Value (Minimum) 30 25 20
Note : The material passing 425 micron (0.425 mm) sieve for all the three gradings when
tested according to IS : 2720 (Part 5) shall have liquid limit and plasticity index not more
than 25 and 6 percent respectively.
Strength of sub-base
It shall be ensured prior to actual execution that the material to be used in the sub–base
satisfies the requirements of CBR and other physical requirements when compacted and
finished.
When directed by the Engineer, this shall be verified by performing CBR tests in the
laboratory as required on specimens remoulded at field dry density and moisture content and
any other tests for the “quality” of materials, as may be necessary.
Construction Operations
Preparation of subgrade: Immediately prior to the laying of sub-base, the subgrade already
finished to Clause 301 or 305 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.
Spreading and compacting: The sub-base material of grading specified in the Contract
shall be spread on the prepared subgrade with the help of a motor grader 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. When the sub-base material consists of combination of materials mentioned in
Clause
Mixing shall be done mechanically by the mix-in-place method. Manual mixing shall be
permitted only where the width of laying is not adequate for mechanical operations, as in
small-sized jobs. The equipment used for mix-in-place construction shall be a rotavator or
similar approved equipment capable of mixing the material to the desired degree. If so
desired by the Engineer, trial runs with the equipment shall be carried out to establish its
suitability for the work. Moisture content of the loose material shall be checked in
accordance with IS : 2720 (Part 2) and suitably 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 percent above to 2 percent below the optimum
moisture content corresponding to IS : 2720 (Part 8). While adding water, due allowance
shall be made for evaporation losses. 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. Immediately thereafter, rolling shall start. If the thickness of the

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 226

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 100 kN static weight with plain drum or pad
foot-drum or heavy pneumatic tyred roller of minimum 200 to 300 kN weight having a
minimum tyre pressure of 0.7 MN/m2 or equivalent capacity roller capable of achieving the
required compaction. Rolling shall commence at the lower edge and proceed towards the
upper edge longitudinally for portions having unidirectional cross fall and super elevation
and shall commence at the edges and progress towards the centre for portions having cross
fall on both sides.
Each pass of the roller shall uniformly overlap not less than one third of the track made in
the preceding pass. During rolling, the grade and cross fall (camber) shall be checked and
any high spots or depressions, which become apparent, corrected by removing or adding
fresh material. The speed of the roller shall not exceed 5 km per hour. Rolling shall be
continued till the density achieved is at least 98 percent of the maximum dry density for the
material determined as per IS : 2720 (Part 8). The surface of any layer of material on
completion of compaction shall be well closed, free from movement under compaction
equipment and from compaction planes, ridges, cracks or loose material. All loose,
segregated or otherwise defective areas shall be made good to the full thickness of layer and
re-compacted.
Surface Finish and Quality Control of Work
The surface finish of construction shall conform to the requirements of Clause 902. Control
on the quality of materials and works shall be exercised by the Engineer in accordance with
Section 900.
Arrangements for Traffic
During the period of construction, arrangement of traffic shall be maintained in accordance
with Clause 112.
Measurements for Payment
Granular sub-base shall be measured as finished work in position in cubic metres. The
protection of edges of granular sub-base extended over the full formation as shown in the
drawing shall be considered incidental to the work of providing granular sub-base and as
such no extra payment shall be made for the same.
Rate
The Contract unit rate for granular sub-base shall be payment in full for carrying out the
required operations including full compensation for:
(i) making arrangements for traffic to Clause 112 except for initial treatment to verges,
shoulders and construction of diversions;
(ii) furnishing all materials to be incorporated in the work including all royalties, fees,
rents where necessary and all leads and lifts;
(iii) all labour, tools, equipment and incidentals to complete the work to the
Specifications;:
(iv) carrying out the work in part widths of road where directed; and
(v) carrying out the required tests for quality control.
Besides this provision in technical specification of RUIDP to be followed.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 227

10.0 NS-10 - Providing, placing and compacting to desired density approved backfill
material in layers as per approved methodology including testing of reinforced fill
portion in approaches.
The fill material for reinforced earth structures shall have an angle of interface friction
between the compacted fill and the reinforcing element of not less than 300, measured in
accordance with IS : 13326 (Part 1). The soil should be predominantly coarse grained; not
more than 10 percent of the particles shall pass 75-micron sieve. The soil should have
properties such that the salts in the soil should not react chemically or electrically with the
reinforcing elements in adverse manner Clause 3100.5.
(i) Main fill material to build up the geogrid reinforced gravity body.
(ii) Fill material at the slope front as a basis for successful long term vegetation.
3.1 Main Fill Material:
The properties of structure fill, subsoil and the retained fill and their interface media shall be
based on assumed representative soil data at the design stage, but the values shall be verified
at the time of the construction.
Fill in structure or slope shall either be wholly frictional or cohesive-frictional. Stratified
layers of combined frictional and cohesive-frictional fill shall not be used without specific
design check. The use of soft chalk, un-burnt colliery shale and unsuitable material shall not
be permitted and got removed from the site.
Fill for reinforced soil structure shall be site-own granular fill, allowing dissipation of pore
pressure by designing the same with free draining characteristics or by providing vertical &
horizontal drainage provisions in the reinforced soil volume. The association of drainage bay
or interface drains shall be connected properly to the gradient required and shall be
maintained during compaction in layers.
Backfill material used in reinforced soil volume shall be free from organic or otherwise
deleterious materials and shall conform to the following mechanical & physico-chemical
requirements:

Sieve Size % Passing

1.00mm 100%

0.425 mm 0 to 60%

0.075 mm < 15%

Coefficient of uniformity Cu = (D60 / D10) > 2

Acceptance limits for materials with more than 15% passing 75 micron are related to the
percentage of particles smaller than 15 microns as follows:

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 228

 Materials with more than 15% passing 75 microns sieve but less than 10% of
particles smaller than 15 microns are acceptable
 Materials with more than 15% passing 75 microns sieve and more then 20% of
particles smaller than 15 microns are inadequate and shall not be used except as
specified below.
 Materials with more than 15% passing 75 microns sieve and 10 to 20 % of particles
smaller than 15 microns are acceptable provided that the internal friction angle is not
smaller than 30°.
Initially at approval of source and subsequent at each change of source, backfill is to be
checked for sieve analysis, a/m above; pH for range of 5 to 10; and angle of internal friction
for minimum 30°.
Materials not conforming to above requirements may be used with the written consent of
engineer in charge after carrying out test. Such materials shall be tested for their functional
properties to assure that they are consistent with the parameters used in the design
calculations.
The density of the compacted Earth fill material should be at least 95% of the MDD.
3.2 Reinforced Earth Backfill Placement:
The reinforcing elements shall be laid free from all kinks, damage and displacement during
deposition, spreading, leveling and compaction of the fill. The programme of filling shall be
such that no construction plant runs directly on the reinforcement. It shall be ensured that the
exposure of soil reinforcement to ultraviolet rays is minimal and should be covered with
earth within one day of placement.
All construction plant having a mass exceeding 1000 kg shall be kept at least 1.5m away
from the face of slope or wall. In this area (upto 1.5m from the face of slope or wall), the
following compaction plant shall be used.
Vibratory roller having a weight per meter width of roll not exceeding 1300 kg with total
weight not exceeding 1000 kg.
Vibratory plate compactor of maximum weight 1000 kg.
Vibro tamper having a weight not exceeding 75 kg.
During construction of reinforced backfill, the retained material beyond the reinforcement at
the rear of the structure shall be maintained at the same level as reinforced fill. The entire
works relating to compaction should be carried out generally in a direction parallel to the
facing. Fill placement methods near the facing shall ensure that no voids exist below the
reinforcing elements.
In case of Discrete Panels, temporary formwork shall be used to support the construction as
per specified details given in the drawing. The forms, scaffolding and props shall be
sufficient in numbers to allow taking up of a sectoral construction schedule as specified in
the design.
At the end of each day’s operations, the contractor shall shape the last level of backfill as to
permit run-off rainwater away from the wall face.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 229

3.3 Measurement:
Measurement of backfill placement and compacting for the reinforced soil/ earth wall shall
be in cubic meters for compacted soil. This shall be measured separately by taking cross
sections at intervals in the original position before the work starts and after its completion.
Besides this provision in technical specification of RUIDP to be followed.
11.0 NS-11 - Provision of barricating with contractors bamboos casurina vertical post of
minimum 100mm dia plated.
The contractor before starting the construction work along the running line as well as
approach portion on either side shall have to barricade the entire length along which the
work has to be carried out for restricting unnecessary crossing of track, execution portion
and mishaps. Barricading will also be done at all location where contractor’s vehicle will ply
along the track. Barricading has to be done as per approved plan and to the entire
satisfaction of the Engineer-in-charge. Contractor has to take precautions that the barricading
should not fall towards the railway running line, for which all responsibilities shall be of the
contractor for any such happening. Payment for barricading will be made under relevant NS-
item. Released material after removing barricading shall be property of the contractor. 80%
payment of this item shall be made after providing barricading and balance 20% payment
shall be released only after barricading is removed after the work is over. The barricading
shall only be removed as per instructions of Engineer in charge. If part of barricading is
lost/theft during the work contractor has to make it good, for which no extra payment shall
be made maintaining barricading shall be responsibility of the contractor.
4.0 In case of any dispute regarding interpretation of any of the above clauses, decision of the
Chief Engineer/Const-III/NW Railway, Jaipur shall be final and binding on the contractors.
Besides this provision in technical specification of RUIDP to be followed.

Dy.Chief Engineer (Const.),


North- Western Railway, Jodhpur.
FOR & ON BEHALF OF THE PRESIDENT OF INDIA.

I/ We agree to abide by the terms and conditions mentioned at page 01 TO 229 in all as well
as General conditions of contract 1999, Standard Specifications for materials and works, 1987 and
Standard Schedule of Rates, 1996, Schedule of dimension, Indian Railway P.Way Manual, Indian
Railway Works Manual of the Northern Railway to the extent the later these books are applicable
and corrected upto date.

Signature of the Tenderer/s

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 230

APPROXIMATE SCHEDULE OF QUANTITIES

Name of work T.No.JU/Const./T-18/13-14/ROB/C-21/NAC – Construction of complete Road Over Bridges


(2 lane) including approaches in lieu of existing Level Crossing No.C-21 at Km.34/9-35/0 on
Merta Road – Phulera section at Nawa City station.

SCHEDULE – 'A' - USSOR – 2010 ITEMS


S.No. Item No. Description of items Unit Qty Ra t e Amount
SCHEDULE - 'A' - CEMENT
1 033060 Supply and using cement at worksite
:
033061 OPC 43 grade Tonne 2515.00 5060.00 12725900.00
2 033062 OPC 53 grade Tonne 180.00 5060.00 910800.00
Total Cost of schedule A (Cost of 13636700.00
Cement)
Add Escalation on USSOR 2010 (30% 13636700 30.00% ABOVE 4091010.00
As per HQ Letter)
Total 'A' 17727710.00
Add - Average LAR of similar nature 17727710 7.27% 1288804.52
o f w o rk
TOTAL 'A' (33060 & 33061 Cement) 19016514.52

SCHEDULE - 'B' - STEEL


3 045010 Supplying Reinforcement for R.C.C.
work including straightening, cutting,
bending, placing in position and
binding all complete.
045014 High yield strength deformed bars Kg 272500.0 45.54 12409650.00
0
Total Cost of schedule B (Cost of 12409650.00
Steel)
Add Escalation on USSOR 2010 (57% 12409650.00 57.00% ABOVE 7073500.50
As per HQ Letter)
Total 'B' 19483150.50
Add - Average LAR of similar nature 19483150.50 7.27% 1416425.04
o f w o rk
TOTAL 'B' (44010 & 45014 Steel) 20899575.54
SCH-'C' -EXCEPT CEMENT & STEEL

1 011010 Earth work in excavation as per


approved drawings and dumping at
embankment site or spoil heap, within
railway land, including 50m lead and
1.5m lift, the lead to be measured fro m
the centre of gravity of excavation to

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 231

S.No. Item No. Description of items Unit Qty Ra t e Amount


centre of gravity of spoil heap: the lift
to be measured from natural ground
level and paid for in layers of 1.5m
each, including incidental work, as per
specifications-in
011011 All kinds of soils Cum 3970.00 95.85 380524.50
2 013120 Earthwork in filling in embankment, Cum 1800.00 114.25 205650.00
guide bunds, around buried type
abutments, bridge gaps, trolley refuges,
rain bunds if provided, platforms etc.
with earth excavated from outside
railway boundary entirely arranged b y
the contractor at his own cost as per
RDSO's latest guidelines and
specifications and special condition of
contract including all leads, royalty,
lifts, ascents, descents, crossing of
nallahs or any other obstructions. The
rates shall include all dressing of bank
to final profile, demarcation and setting
out of profile, site clearance, removing
of shrubs, roots of vegetations growth,
heavy grass, benching of existing slope
of old bank, all handling/re-handling.
taxes, octroi and royalty etc. as a
complete job. Cut trees shall be
property of railways and to be deposited
in the railway godown unless specified
otherwise in the Special conditions of
contract
3 013130 Extra for mechanical compaction of Cum 1800.00 11.46 20628.00
earth/blanketing material filled in
embankment with contractor’s rollers of
suitable capacity, type and size to
achieve specified density as per
specification, testing as per IS codes
incl. cost of water, T&P consumable
material and all labour as a complete
job. The work is to be executed as per
Latest edition of "Guidelines for
Earthwork in Railway Projects" issued
by RDSO, Lucknow
4 031010 Providing and laying in position cement
concrete of specified proportion
excluding cost of cement, centering and
shuttering - All works upto Plinth level
:
031012 1:3:6 (1 cement : 3 sand : 6 graded Cum 1587.00 1445.87 2294595.69
stone aggregate 40mm nominal size)

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 232

S.No. Item No. Description of items Unit Qty Ra t e Amount


5 031020 Providing and laying cement concrete,
up to plinth in retaining walls, walls
(any thickness) including attached
plasters, columns, pillars, posts, struts,
buttresses, string or lacing courses,
parapets, coping, bed blocks, anchor
blocks, plain window sills, fillets etc,
excluding the cost of cement and of
shuttering, centering.
031023 1:2:4 ( 1 cement : 2 sand : 4 graded cum 188.00 1682.52 316313.76
stone aggregate 20mm nominal size)
6 031024 1:1. 5:3 (1 cement :1.5 sand : 3 graded Cum 138.00 1682.52 232187.76
stone aggregate 20 mm nominal size)
7 031050 Providing and laying in position cement
concrete of M 20 grade, excluding the
cost of cement and of centering and
shuttering, as per direction of the
Engineer in charge :
031052 All works above plinth level in Cum 90.00 1785.69 160712.10
retaining walls, walls (of any thickness)
including attached pilasters, columns,
pillars, posts, struts, buttresses, anchor
blocks, parapets, copings, bed blocks,
string or lacing courses, window sills,
fillets, kerbs, steps etc.
8 031060 Centering and shuttering including
strutting, propping etc. and removal of
form work for :
031062 Retaining walls, return walls, walls Sqm 815.00 232.54 189520.10
(any thickness) including attached
plasters, buttresses, plinth and string
courses fillets etc.
9 032030 Providing and fixing at or near ground
level, Precast M 20 grade cement
concrete as per approved design and
setting in position with cement mortar
1:3 (1 cement : 3 coarse sand),
including the cost of required centering
and shuttering complete but excluding
the cost of cement.(cast at site)
032031 in kerbs, edging etc. Cum 240.00 1798.90 431736.00
10 043010 Providing, hoisting and fixing in
position upto floor two level M20
Grade precast RCC work including
setting in cement mortar 1:3 (1 cement :
3 coarse sand) and finishing smooth
with 6mm thick cement plaster 1:3 (1
cement : 3 fine sand) on exposed

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 233

S.No. Item No. Description of items Unit Qty Ra t e Amount


surfaces complete including cost of
centering, shuttering, finishing,
Admixtures in recommended
proportion (as per IS:9103) to
accelerate, retard setting of concrete,
improve workability without impairing
strength and durability, excluding cost
of cement and steel reinforcement, as
per approved plan & direction of
Engineer incharge.
043015 In slabs for drain covers, manhole Cum 307.00 2373.26 728590.82
covers, flue tops etc.
11 061010 Random rubble masonry with hard
stone in foundation and plinth including
levelling up with concrete as per
specifications, upto plinth level with :
061012 Cement mortar 1:4 (1cement:4 fine cum 1650.00 1475.10 2433915.00
sand)
12 061020 Extra for random rubble masonry with cum 1150.00 446.93 513969.50
hard stone in superstructure above
plinth level up to floor two level,
including levelling up with concrete as
per specifications, at window sills,
ceiling level and the like
13 081030 Structural steel work welded in built up
sections, trusses and framed work,
girders, stagings, racks, etc including
cutting, bending, straightening,
hoisting, fixing in position, including
applying a priming coat of approved
steel primer, complete - upto 6m height
above GL
081031 In RSJ, tees, angles and channels Kg 93000.00 70.41 6548130.00
Note for Item 081030 : Purlins and
wind bracings shall be paid separately
under item 81010.
Note for Items 081011, 081021 &
081022 : These rates are not to be paid
for iron work with rails, which should
be paid under each item separately.
14 092010 Cement concrete flooring 1:2:4
(1cement: 2coarse sand: 4graded stone
aggregate) finished with a floating coat
of neat cement including cement slurry,
but excluding the cost of nosing of
steps etc. complete
092012 40mm thick with 20mm nominal size Sqm 2134.00 115.08 245580.72
stone aggregate

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 234

S.No. Item No. Description of items Unit Qty Ra t e Amount


15 108160 Providing and fixing on wall face
unplasticised - Rigid PVC single
socketed rain water pipes conforming to
IS: 13592 Type A including jointing
with seal ring conforming to IS: 5382
leaving 10mm gap for thermal
expansion.
108162 110mm dia. Metre 275.00 182.18 50099.50
16 108170 Providing and fixing on wall face
unplasticised - PVC moulded fittings/
accessories for unplasticised- Rigid
PVC rain water pipes conforming to IS:
13592 Type A including jointing with
seal ring conforming to IS: 5382
leaving 10mm gap for thermal
expansion.
108171 Coupler, 75mm. Each 8.00 104.88 839.04
17 108172 Coupler, 110mm Each 16.00 139.90 2238.40
18 108180 Providing and fixing on wall face
unplasticised - PVC moulded bend and
shoe for unplasticised- Rigid PVC rain
water pipes conforming to IS: 13592
Type A including jointing with seal ring
conforming to IS: 5382 leaving 10mm
gap for thermal expansion
108182 Bend 87.5o, 110mm dia bend Each 16.00 160.41 2566.56
19 108184 Shoe (Plain), 110mm dia shoe Each 16.00 261.76 4188.16
CEMENT PLASTER (IN FINE
SAND)
20 111030 20 mm cement plaster of mix -
111031 1:4 (1cement: 4 fine sand) Sqm 5450.00 83.30 453985.00
21 116070 Finishing with Epoxy paint (two or Sqm 10970.00 94.47 1036335.90
more coats) at all locations prepared
and applied as per manufacturer's
specifications including appropriate
priming coat, preparation of surface,
etc. complete on concrete work
22 131150 Providing and fixing medium grade G.I.
pipes complete with G.I. fittings
including trenching and refilling etc.
External Work
131151 15 mm dia. nominal bore Metre 200.00 127.64 25528.00
23 131152 20 mm dia. nominal bore Metre 150.00 168.20 25230.00
24 131153 25 mm dia. nominal bore Metre 200.00 215.80 43160.00

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 235

S.No. Item No. Description of items Unit Qty Ra t e Amount


25 131155 40 mm dia. nominal bore Metre 100.00 288.38 28838.00
26 131156 50 mm dia. nominal bore Metre 80.00 372.53 29802.40
27 131159 100 mm dia. nominal bore Metre 100.00 725.03 72503.00
28 131160 Making connection of medium grade
G.I. distribution branch with G.I. main
of following sizes by providing and
fixing tee, including cutting and
threading the pipe etc. complete
131161 25 to 40 mm nominal bore Each 10.00 261.77 2617.70
29 131162 50 to 80 mm nominal bore Each 10.00 466.55 4665.50
30 131163 100 mm to 150 mm dia. Each 5.00 1043.23 5216.15
31 131180 Providing and fixing PP-R Gate Valve
fusion welded, having thermal stability
for hot & cold water supply and testing
of joints complete as per direction of
engineer in charge
131181 25 mm Gate Valve Each 5.00 759.33 3796.65
32 131184 50 mm Gate Valve Each 3.00 1112.14 3336.42
33 131190 Providing and fixing PP-R Brass Ball
Valve fusion welded, having thermal
stability for hot & cold water supply
and testing of joints complete as per
direction of engineer in charge
131191 20mm Ball Valve Each 3 753.52 2260.56
34 131192 25mm Ball Valve Each 3.00 834.10 2502.30
35 131194 40mm Ball Valve Each 2.00 1186.91 2373.82
36 181010 Demolishing lime concrete and disposal Cum 135.00 170.09 22962.15
of material within 50m lead
37 181020 Demolishing plain cement concrete
including disposal of material within
5 0 m lead
181021 1:2:4 or richer mix with max. 20 mm Cum 200.00 494.03 98806.00
coarse aggregate
38 181022 Mix leaner than 1:2:4 with coarse Cum 150.00 302.51 45376.50
aggregate larger than 20mm
39 182030 Demolishing stone rubble masonry
including stacking of serviceable
material and disposal of unserviceable
material within 50m lead
182032 In lime mortar Cum 135.00 231.86 31301.10
40 182033 In cement mortar Cum 180 491.64 88495.20
41 183010 Dismantling cement concrete / terrazzo Sqm 200.00 18.15 3630.00

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 236

S.No. Item No. Description of items Unit Qty Ra t e Amount


flooring and/or underlayer excluding
base concrete
42 183060 Dismantling including stacking of
serviceable material and disposal of
unserviceable material within 50m lead
183061 Under layer of road of water bound Sqm 80 45.10 3608.00
macadam/ stone soling etc.
43 183062 Bituminous top layer of road Sqm 620 87.88 54485.60
44 184030 Dismantling stone slab roofing Cum 510 723.90 369189.00
including all coverings over wooden
karries or R.C.C. battens (dismantling
karries and battens to be paid
separately) including stacking of
serviceable material and disposal of
unserviceable material within 50m lead
45 187010 Dismantling and stacking within 50m
lead, fencing posts or struts/ rails
including all earth work and
dismantling of concrete etc. in base
187011 ‘T” or ‘L’ iron or pipe, rail or RSJs Each 20.00 54.05 1081.00
46 187012 R.C.C. / Stone Each 25 64.08 1602.00
47 192010 Earth work in excavation for
foundations and floors of the bridges,
retaining walls etc., including setting
out, dressing of sides, ramming of
bottom, getting out the excavated
material, back filling in layers with
approved material and consolidation of
the layers by ramming and watering etc.
incl. all lift, disposal of surplus soil
upto a lead of 300 M, all types of
shoring and strutting with all labour and
material complete as per drawing and
technical specification as directed by
Engineer in charge
192011 All kinds of soils Cum 8500 233.79 1987215.00
48 192050 Providing and laying in position Cum 1600 1373.85 2198160.00
machine mixed, machine vibrated and
machine batched Design Mix Cement
Concrete M20 grade (Cast - in Situ)
using 20 mm graded crushed stone
aggregate and coarse sand of approved
quality in Abutment, pier, wing walls
and return walls of Mass cement
concrete above RCC raft Including
finishing complete as per specifications
and direction of the Engineer in charge.
Payment for cement, reinforcement and

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 237

S.No. Item No. Description of items Unit Qty Ra t e Amount


shuttering shall be paid extra
49 192070 Providing, Driving and installing Bored
cast in situ Reinforced Cement
Concrete piles of specified diameter
and length below pile cap in M- 35
grade Design Mix Cement Concrete ,
using 20 mm graded crushed stone
aggregate and coarse sand of approved
quality, to carry a safe working load not
less than specified, excluding the cost
of casing pipe but including the cost of
shoe and length of pile to be embedded
in pile cap etc complete, concreting b y
machine batching, machine mixing,
scaffolding, using Admixture in
recommended proportion(as per IS
9103), if approved in design Mix,
placing with tremie pipe, chipping off
of pile top to remove laitance concrete
above cut off level etc, pumping &
bailing out water, with all labour
material complete including crossing of
tracks if required, as per approved
drawing, specification & direction of
the Engineer in charge. Length of the
pile for payment shall be measured Up
to the bottom of pile cap excluding the
mud mat. Payment for cement, casing
pipe & reinforcement shall be paid
extra.
192073 1000mm diameter Metre 360 7033.95 2532222.00
50 192080 Providing, fabricating and installing of MT 9 54837.56 493538.04
casing pipe for bored piles for all
diameters with specified thickness of
steel plate including all labour,
materials, pumping and bailing out
water where ever required, complete as
per technical specifications as directed
by Engineer in charge. This will include
the weight of plate only and no
cognizance will be given for the fittings
i.e. rivets and welding etc.
51 192100 Conducting load testing of a single pile
Up to following capacity in accordance
with IS 2911(Part IV) including
installation of loading platform and
preparation of pile head or construction
of test cap & dismantling of test cap
after test etc with all labour, material,
tool & plants, equipment, machinery,

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 238

S.No. Item No. Description of items Unit Qty Ra t e Amount


etc complete as per drawing and
specification, as directed by the
Engineer
192103 Initial load test above 100 ton capacity Each 1 85951.00 85951.00
Up to 250 ton capacity pile
52 192104 Extra for every increase of 50 T in pile Each 10 17683.84 176838.40
capacity or part thereof over 250 T
53 192107 Routine Load Test above 100 ton Each 1.00 76908.72 76908.72
capacity Up to 250 ton capacity pile
54 192110 Lateral load testing of single pile in
accordance with “IS Code of practice
IS: 2911 (Part IV) for determining safe
allowable lateral load of pile” with all
labour, material, tool & plants,
equipment, machinery, etc complete as
per drawing and specification as
directed by the Engineer
192113 Piles with lateral load capacity of above Each 1.00 46917.29 46917.29
20 ton
55 192120 Pulse Echo Test (PET) for integrity Each 12.00 29037.50 348450.00
testing of piles with contractor’s men,
materials and machines. The rate
includes cost of Inspection of site,
preparation of pile head and any other
unforeseen cost required for the test,
submission of reports in triplicate as per
satisfaction of the Engineer in Charge at
site
56 194010 Providing and laying in position Cum 500.00 1373.85 686925.00
machine mixed, machine vibrated and
machine batched Design Mix Cement
Concrete M35 grade (Cast - in Situ) In
Bottom/top slab, side walls, toe wall
and sumps haunch filling head walls or
any other component using 20 mm
graded crushed stone aggregate and
coarse sand of approved quality of cast-
in-situ RCC box of size upto 5 M
(bigger inside dimension) including
finishing, Admixtures in recommended
proportions (as per IS 9103), if
approved in Mix design, to accelerate,
retard setting of concrete, improve
workability without impairing strength
and durability, complete as per
drawings and technical specifications as
directed by Engineer in charge.
Payment for cement, reinforcement and
shuttering shall be paid extra

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 239

S.No. Item No. Description of items Unit Qty Ra t e Amount


57 195030 Centering and shuttering including
strutting, propping etc. and removal of
form for :
195032 Abutment, pier, wing walls and return Sqm 1900.00 232.60 441940.00
walls
58 201040 Design, manufacturing, Supplying and Cu.cm. 209664 1.76 369008.64
fixing in position elastomeric bearing
pads under prestressed concrete girder,
for Pre-cast as well as cast-in-situ
girders as per approved drawing. The
rate shall include cost of load test of
one No. bearing from Railway
approved firms and all fixing materials,
equipments, machineries, labour, taxes,
loading, unloading, leading, lifting etc.
complete. Rates include getting the
drawing approved from Railway and
cost of inspection during manufacturing
from railway approved organization.
(Note : 1. The rate is for finished item
complete and paid only after fixing in
position below the girder. 2. The
volume shall be given in the drawing
and no deduction shall be made for
inserted steel plates etc.)
59 201050 Providing and fixing in position of
standard preformed sealed and slab type
or strip seal elastomeric type expansion
joints for Railway bridge or Road Over
Bridges as per approved drawings and
latest MOST/IRC specifications. The
rates are inclusive of supplying, fixing
with contractor’s own materials e.g.
inserts, bolts, socket tubes, Neoprene
sheet/cap etc, equipments, machineries,
labour, all taxes, royalty, all lead &
lifts, transport, testing, surface
preparations, Complete
201051 For 80 mm expansion Metre 40 22535.29 901411.60
60 201060 Load testing of one or more spans of
bridge as selected by the Engineer as
per approved load test procedure
following relevant IS/IRC/Railway
codes with contractor’s labour,
deflection measuring instruments,
loading materials, recoding and
analyzing the load testing results
including all lead & lift, etc. complete
as required. The rates are all inclusive
and will be paid after load test is

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 240

S.No. Item No. Description of items Unit Qty Ra t e Amount


finished and girder is cleared of the
kentledges /loading material etc. The
load shall be 1.25 times the stipulated
design load Based on Design load &
not span
201061 For Span design load upto 100 MT Each 1.00 89674.17 89674.17
61 201062 Extra for every increase of 100 MT or Each 7.00 87487.54 612412.78
part thereof in the span load capacity 100 MT
upto 800 MT
62 201070 Providing, fabricating & fixing in MT 8.00 133930.24 1071441.92
position to exact design profiles,
prestressing H.T.S. cables of all
classification made from Lo w
Relaxation strands conforming to IS
14268 – 1995 in Prestressed Concrete
girders/slabs etc. including supplying,
cutting, making into cables with
necessary spacers, colour coding,
protecting with water soluble oil at all
time, anchoring of cables, supplying
and placing spiral corrugated type
galvanized metal steel ducts sheathing
made up of Cold Rolled Cold
Annealed (CRCA) mild steel
conforming to IS 513 of required
diameter/thickness, vent pipe, placing,
bending, routing, fixing, stressing &
grouting of cable ducts with cement
grout, Anchorage sets in required
number with provision for future
prestressing, if any, including all lead
and lift with contractor’s own materials,
labour, equipments, etc. complete as per
drawings & specifications. Rate also
includes covering anchorage pads with
epoxy mortar of approved quality to
avoid corrosion. Cement for grouting to
be paid separately.
63 211060 Providing and fixing 65/50 mm Kg 7425 59.31 440376.75
nominal dia B class G.I. pipe railing
used in rows for footpath or anti-crash
barrier railing incl. cost of M.S. angle
and channels in vertical posts, riveting,
welding / rivetting, priming painting
two coats, at all heights labour and
material as a complete job
64 211090 Providing, cutting, fabricating, treating, MT 6 52941.57 317649.42
fixing & painting structural steel
conforming to IS:2062 in access
ladders, inspection platforms, Trolley

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 241

S.No. Item No. Description of items Unit Qty Ra t e Amount


refugee, railing, etc. joints welded to
neat finish including one coat of primer
& two coats of synthetic enamel paints
65 211140 Supplying, fitting and fixing in position
true to line and level POT-PTFE
bearing consisting of a metal piston
supported by a disc or un reinforced
elastomer confined within a metal
cylinder, sealing rings, dust seals, PTFE
surface sliding against stainless steel
mating surface, complete assembly to
be of cast steel / fabricated structural
steel, metal and elastomer elements
complete as per IS 2062, IS:1030,
AISI:304, AISI:316, IS:6911, BS:3784,
IS:3400, IS:226, BS-5400, Bridge code
and as per drawing and approved
Technical Specifications. The design of
the bearings shall be submitted by the
manufacturers/contractor and got
approved from Railway before fixing.
Test report of the bearings should be
got approved before the materials are
lifted from the manufacturer premises.
Payment is based on 250 MT capacity
of Bearing
211141 POT-PTFE Bearing MT 750 210.45 157837.50
Bearing
Capacity
66 211142 POT Bearing MT 500 210.24 105120.00
Bearing
Capacity
67 211150 Providing vertical guide bearings as MT 750 363.96 272970.00
per approved drawings and fixing Bearing
them with transversal a nd Capacity
longitudinal stoppers using
reinforced neoprene pads and PTFE-
SS sliding system as per approved
drawings and specifications. Payment
is based on 180 MT capacity of
Bearing
68 211151 Longitudinal stopper bearings MT 500.00 243.02 121510.00
Bearing
Capacity
69 222170 Providing and fixing of Drainage Metre 165.00 235.70 38890.50
Spouts of 100 mm UPVC complete as
per drawing and Technical specification
222180 Providing and laying of filter media Cum 4500.00 1439.19 6476355.00
consisting of granular materials of
GW,GP,SW groups as per IS 1498-

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 242

S.No. Item No. Description of items Unit Qty Ra t e Amount


1970 in required profile behind boulder
filling of abutment, wingwall/
returnwalls etc.
70 231010 Preparation of sub grade by excavating Sqm 7160 42.01 300791.60
earth upto 22.5cm depth, dressing to
camber and consolidating the power
road roller of 8 to 12 tonne capacity
including making good the undulations
etc. and disposal of surplus earth with
lead upto 50metres.
72 231020 Consolidation of sub grade with power Sqm 7160 1.24 8878.40
road roller of 8 to 12 tonne capacity
including making good the undulations
etc. with earth or quarry spoils etc. and
re-relling the subgrade.
73 231040 Providing and laying water bound
macadam with specified stone
aggregate, stone screening and binding
material including screening, sorting,
spreading to template and consolidation
with power road roller of 8 to 10 tonne
capacity etc. complete.
231041 Sub-base with stone aggregate 90mm to cum 470.00 949.62 446321.40
45mm including stone screening
13.2mm size
74 231042 Base course with 63mm to 45mm size cum 410.00 934.29 383058.90
including stone screening 13.2mm size
75 231043 Base course with 53mm to 22.4mm size cum 410 902.34 369959.40
including stone screening 11.2mm size
76 233010 Providing and applying tack coat using
bitumen emulsion (Rapid setting)
complying with IS:8887-1995,spraying
the bitumen emulsion with
mechanically operated spray unit,
cleaning and preparing the existing road
surface as per specification
233011 On W.B.M @ 0.4kg/sqm Sqm 13350.00 18.92 252582.00
77 234020 4cm thick bitumastic sheet with hot
bitumen of approved quality using
stone chippings (60% 12.5mm nominal
size and 40% 10mm nominal size)
2.60cum and coarse sand 2.60cum of
road surface and with 478kg bitumen
per 100sqm of road surface over a tack
co at in
234021 With paving bitumen 80/ 100 heated Sqm 190.00 244.20 46398.00
and then mixed with solvent at the rate
of 70grams per kg. of asphalt

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 243

S.No. Item No. Description of items Unit Qty Ra t e Amount


78 238010 Providing and laying dense Bituminous
macadam on prepared surface with
specified graded crushed stone
aggregate for profile corrective base /
binding course, mixing of stone
aggregate, filler and bitumen in hot mix
plant, transporting the mixed material
and laying with paver finisher fitted
with electronic sensing device to the
required level and grade and rolling b y
road roller as per specifications, to
achieve the desired density, but
excluding the cost of primer / tack coat.
238011 75mm average compacted thickness Sqm 13160.00 446.43 5875018.80
with bitumen of 60/70 grade @ 5% by
weight of total mix and lime filler @
2% by weight of Aggregate. (For very
heavy traffic condition).
79 238020 Providing and laying Dense Bituminous
concrete on prepared surface with
specified graded stone aggregate for
wearing course, mixing of bitumen,
filler & stone aggregate in hot mix
plant, transporting the mixed material
and laying with mechanical paver
finisher fitted with electronic sensing
device to the required level and grade
and rolling with road rollers, as per
specification, to achieve the desired
density and compaction but excluding
cost of primer/tack coat
238022 40 mm /50 mm compacted thickness Cum 650.00 6589.28 4283032.00
with bitumen of grade CRMB (Crumb
rubber Modified Bitumen) 60 @ 5.5%
and lime @ 3% by weight of total mix
80 238030 Providing and laying bitumen mastic
wearing course (as per specifications)
with industrial bitumen of grade 85/25
conforming to IS:702 prepared by using
mastic cooker and laid to required level
and slope including providing antiskid
surface with bitumen pre coated fine
grained hard stone chipping of
approved size at the rate of 0.005 cum
per 10 sqm and at approximate spacing
of 10cm centre to centre in both
directions, pressed into surface
protruding 1mm to 4mm over mastic
surface, including cleaning the surface,
removal of debris etc all complete

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 244

S.No. Item No. Description of items Unit Qty Ra t e Amount


(Considering bitumen using 10.2% as
per MORTH Specification)
238031 25 mm thick Sqm 500.00 628.43 314215.00
81 238032 40 mm thick Sqm 13350.00 1005.49 13423291.50
82 238040 Manufacturing supplying and fixing
retro reflective sign boards made upof
2mm thick aluminum sheet, face to be
fully covered with high intensity
encapsulated type heat activated retro
reflective sheeting conforming to type-
IV of ASTM-D 4956-01 in blue and
silver white or other colour
combination including subject matter,
message (bi-lingual), symbols and
borders etc as per IRC: 67:2001, pasted
on substrate by adhesive backing which
shall be activated by applying heat and
pressure conforming to class -2 of
ASTM-D-4956-01 and fixing the same
with suitable sized aluminum alloy
rivets @ 20cm c/c to back support
frame of M.S. angle iron of size
25x25x3 mm alongwith theft resistant
measures, mounted and fixed with 2
Nos. M.S. angles of size 3x35x5 mm to
a vertical post made up of M.S.Tee
section ISMT 50x50x6mm- Welded
with base plate of size 100x100x5 mm
at the bottom end and including making
holes in pipes, angles flats, providing &
fixing M.S. message plate of required
size steel work to be painted with two
or more coats of synthetic enamel paint
of required shade and of approved
brand & manufacture over priming coat
of zine chromate yellow primer
(Vertical MS-Tee support to be painted
in black and white colours). Backside
of aluminum sheet to be painted with
two or more coats of epoxy paint over
and including appropriate priming coat
including all leads and lifts, etc.
complete as per drawing, specification
and direction of Engineer in charge.
(Note: Concreting for fixing may be
done as per site requirement and paid
for separately.
238041 Cautionary/warning sign boards of Each 10.00 3268.95 32689.50
equilateral triangular shape having each
side of 900mm with support length of

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 245

S.No. Item No. Description of items Unit Qty Ra t e Amount


3650mm )
83 238050 Providing and applying 2.5mm thick Sqm 150.00 513.03 76954.50
road marking strips (retro-reflective)
of specified shade/colour using hot
thermoplastic material by fully/semi
automatic thermoplastic paint
applicator machine fitted with profile
shoe, glass beads dispenser, propane
tank heater and profile shoe heater
driven by experienced operator on
road surface including cost of
material, labour, T&P cleaning the
road surface of all dirt, seals, oil,
grease and foreign material etc.
complete as per direction of Engineer
in charge and in accordance with
applicable specifications
84 238060 Providing and fixing of raised Each 300.00 662.06 198618.00
pavement markers m ad e of
polycarbonate moulded body and
reflective panels with micro prismatic
elns made of polycarbonate with
abrasion resistant coating. The length,
weight and width of body shall not
exceed 95 mm,18mm and 105 mm
respectively. The lower surface of the
RPM shall be supported with two nylon
shanks, each of length not less than
25mm. Fixed to the road by using twin
nylon shanks using bituminous
adhesive on bitumen roads or without
nylon shanks with epoxy resin adhesive
on concrete roads as per directions of
Engineer incharge. the RPM should
conform to the quality standards as laid
down in IR standard specifications
An y other USSOR-2010 items LS 1000000.00
(excluding above USSOR-2010 items).
Total Cost of schedule B (Cost of 64286206.29
Steel)
Add Escalation on USSOR 2010 (17% 64286206.29 17.00% ABOVE 10928655.07
As per HQ Letter)
Total 'C' 75214861.36
Add - Average LAR of similar nature 75214861.36 7.27% 5468120.42
o f w o rk
TOTAL 'C' (Except Cement & Steel) 80682981.78
Grand Total Schedule – A+B+C TOTAL 120599071.84
(USSOR 2010)

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 246

S.No. Item No. Description of items Unit Qty Ra t e Amount


SCHEDULE – D - NS ITEMS
1 NS-1 Providing reinforcement cement
concrete of mix design M-35M-40
Grade with clean well graded 6mm to
20mm size broken stone aggregate cast-
in-situ complete including batching,
mixing, handling, placing, vibrating,
compacting, curing as p er
specifications, cost of fixing and
removing of centering and shuttering as
per approved drawings in pile caps,
piers, pier caps, pedestals, crush barrier,
parapet, median, kerb, etc. complete.
The rate includes the cost of all
materials such as stone aggregate, sand,
water, shuttering and centering, all
labours, handling, batching, mixing,
vibrating etc, equipments and
machinery such as mechanical mixer,
vibrator etc. finishing smooth of
exposed surfaces after removing
centering and shuttering. The rates
inclusive of providing temporary
staging arrangements with contractor’s
material. The rates also include
transportation of all materials with
all lead, lift, all taxes & royalties etc.
but excluding the cost of cement &
reinforcement steel, which will be
paid separately under relevant NS
items.
(i) Pile Cap Cum 60 2401.35 144081.00
(ii) Foundation Cum 290 3047.87 883882.30
(iii) Sub structure-pier, pier cap, pedestals & Cum 735 5413.05 3978591.75
abutments etc.
(iv) In super structure, deck slab, Cum 655 6508.91 4263336.05
parapet, wearing coat, crash barrier
et c.
2 NS-2 Supply, fabrication, (with MS IS MT 99 98504.79 9751974.21
2062:2006 Gr.B killed & Normalized
structural steel) transportation of steel
Girders to sites, including testing of
welded, revitted steel girder as per
Indian Railway standard specification
for Steel Bridge Girders SI.No. B1-
2001 and as per RDSO Drawing No.
11755 (as corrected upto date) IRC
loading standard including supply and
fixing in position of shop rivets, bolts,

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 247

S.No. Item No. Description of items Unit Qty Ra t e Amount


nuts, washer, welds, electrodes etc.
required for complete fabrication of
girders and transportation of fabricated
Girders to the construction site as per
direction of engineer in charge
including loading & unloading at site
and stacking of same at place(s) as
directed by Engineer incharge including
applying shop paint of approved quality
over the structural members complete
in all respect and including cost of
labour, MS bolts nuts, rivets, welds all
consumables, tools and plants etc. and
all taxes.
NOT E -
(i) Mode of payment -
(a) On receiving of fabricated material 60%
at site.
(b) After erection & launching of 40%
fabricated material with all respect -
(ii) The rates shall also include assembling
at shop yard or at site as directed by
Engineer. all structural steel section
such as Angles, Channels, Flats, Plates
etc. required for complete work
including its transportation shall be
arranged by the Contractor on his own
cost, all steel shall be approved quality
as per specification. For testing /
inspection and charged thereof refer
additional Special Conditions and
Specifications for fabrication and
erection of steel structure.
(iii) The rate also includes NDT and other
testing as per Railway Specification for
the fabricated girder.
(iv) The fabrication work / cost includes
preparation and approval of fabrication
(shop) drawings / scheme welding of
components, all structural steel welding
consumables, cutting, shapping, holing,
welding by fillet or butt welds, post
weld treatments, inspection and testing,
construction of all types of ties,
stiffeners, packing, diaphragm, H.D.
Bolt steel drifts, shop welding, shop
rivets, jigs, fixtures, back up supports,
accessories etc. and marking each
number for site identification and

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 248

S.No. Item No. Description of items Unit Qty Ra t e Amount


transporting various components fro m
fabrication yard to bridge site in
package bundles and other means with
due care and safeguards as described in
the specifications, and as directed by
Engineer including loading, unloading,
sorting, number-wise systematic
matching etc. complete with
contractor’s own labour, material, tools
& plants including all lead, lift and
taxes complete.
(v) The rate also includes apply one coat of
base shop paint and finish two coat
paint of approved sample after
launching and casting & finishing of
deck slab with all respect works. The
paint sample should be got approved
from the Engineer and application
should also be as per instruction of
Engineer.
(vi) The rate also includes cost of inspection
testing of girder in stages by consignee
from railway.
3 NS-3 Assembling, erection and launching of MT 99.00 21839.75 2162135.25
fabricated steel girders (with MS IS
2062:2006Gr.B killed & normalized
structural steel) in proper position, line,
Level, alignment including erection of
staging and scaffolding, dismantling the
same after completion of work under
traffic block. The rate shall be inclusive
grouting of sleeve bolts on the bed
block complete in all respect with all
materials, labour, tools and plant lead,
lift and taxes.
(i) Erection work includes preparation and
approval of erection / assembly /
launching scheme.
(ii) Erection work includes Contractor’s
own cranes of sufficient capacity and
boom length, steel trestles as per site
conditions of safe and adequate
capacity or other manual / mechanical
methods of erection and launching of
truss members / girders. It also
includes the work of battens, lacings,
ties, Stiffeners, packing, diaphragm,
T&F bolts, steel drifts, field riveting,
templates, jigs, fixtures, back up
supports, accessories, temporary

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 249

S.No. Item No. Description of items Unit Qty Ra t e Amount


staging of CC Cribs of sufficient
quantity for flooring and camber jacks,
mechanical and hydraulic jacks, steel
wire ropes and winch crabs, launching
nose of steel for cantilever launching (if
any), dead anchorages and any other
suitable material such as small cranes
for field assembly, shifting of leaves of
steel girders from horizontal position to
vertical position and vice-versa,
scaffolding and air compressors
welding plants, pneumatic tools and
mini workshop facilities at site etc.
(iii) The job of erection also includes
transport of already led materials (vide
relevant item) to assembly platform or
to nearby site location, lifting of truss
components to required staging,
assembly of truss members on drifts /
bolts, field riveting and welding with
the Contractor’s own labour, material,
tools & plants etc. complete job as
required for the work.
(iv) This also includes cost of material,
fabrication, erection and dismantling of
all temporary components like gap
structure, tower, high tensile cables
(including anchorages), truss
strengthening members, sway
restraining devices such as sway rope
restraining cables, counter weights,
dead anchorages and other preliminary
arrangements used for launching truss
members etc. to suit the site
requirements as required for the work
for which no extra payment shall be
made.
(v) Provision of all accessories such as
inspection ladder, trolley refuge, pipe
line, fixing arrangements, cable fixing
arrangement and railings etc. of steel
is also covered under above item
which shall be paid as per actual
weight.
4 NS-4 Providing controlled reinforcement Cum 260.00 11598.26 3015547.60
concrete in M-45 grade with clean
well graded 6mm to 20mm size broken
stone aggregate cast-in-situ in PSC
I/Box Girder with diaphragm & deck
slab super-structure including handling,
placing, vibrating, compacting, curing,

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 250

S.No. Item No. Description of items Unit Qty Ra t e Amount


fixing and removing centering and
shuttering as per Railway’s approved
drawings and MORT&H (IRC)
specifications. The rate includes cost of
erection of temporary steel staging
including strutting, propping, wedging,
easing, striking, & removal etc.
complete and casting of platform for
staging if required, providing required
clearance for safe movement of trains
duly observing all safety precautions
making provision for fixing overhead
equipments, road lights arrangements,
cable ducts, drainage spouts, etc. Rate
also includes the cost of all materials
such as coarse aggregates, fine
aggregates, water, admixtures etc.
including transportation with all lead
lift taxes and royalties. The rate
inclusive of all labours, tools and
plants, machinery and equipments to
complete the work in all respect.
NOTE:- The rates are exclusive the cost
of cement, reinforcement steel, HTS
wires which will be paid separately
under relevant NS items.
5 NS-5 Designing, providing and erection of Sqm 8000.00 5438.00 43504000.00
specified grade precast RCC facia
panels of thickness 180 mm made with
M:35 Grade concrete batching plant,
transit mixer, concrete pump and
vibrator for retaining earth with all
elements and accessories including
reinforcing element complete as per
approved drawing and clause 3100 of
MoRT&H specification including all
material, labour, machinery etc (Scope
of work includes designing, getting
approval, casting in yard curing storing,
transporting, lifting, placing in position,
erection with all necessary fasteners etc.
complete). The cost of Cement & Steel
are included in this item & no separate
payment shall be paid whatsoever.
Mode of Payment
(a) Casting of RE Panels/Blocks 60%
(b) Erection and fixing. 35%
(c) Final bill 5%

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 251

S.No. Item No. Description of items Unit Qty Ra t e Amount


6 NS-6 Providing, laying, spreading (with Cum 1880.00 1531.00 2878280.00
paver finisher only) and compacting
wet mix macadam (WMM) base course
comprising of graded stone aggregate
and granular material conforming to
MORT&H specification (Table 400-II)
in layers of equal compacted thickness
each consolidated, including pre-mixing
the material with water at OMC in
mechanical mixer (Pug Mill), carriage
of mixed material by tipper to site,
laying in uniform layers in base course
and compacting with power vibratory-
roller on a well prepared sub-base/ base
course to achieve the desired density
complete as p er MoRT &H
specification clause -406 including all
material, labour, machinery, lighting,
guarding,.
7 NS-7 Providing and laying precast 100mm Sqm 1400.00 656.91 919674.00
thick inter locking pavers rubber
moulded of M:30 concrete with top
layer of 8 mm thick in ordinary
Portland cement in colour red & grey,
with hardener etc on 40mm thick base
of sand as a complete job to the entire
satisfaction of engineer in charge. (This
will include all the cost of labour,
material, lead, lift, loading, unloading
& taxes etc. Northing shall be paid
extra on any account).
8 NS-8 Providing and laying structural Cum 1500.00 5264.00 7896000.00
reinforced cement concrete (design
mix) of specified grade using batching
plant, transit mixer, concrete pump and
vibrator in approach slab, friction slab,
edge beam, footpath and kerb as per
approved drawing and specification as
directed by the engineer as per clause
1500, 1700 of MoRT & H specification
including all scaffolding, material
labour, machinery etc. RCC grade M-
30 in kerbs and safety kerbs along foot
path & median.
Mode of payment -
( a) After casting RCC kerb. 60% of the
accepted
rates.
(b) After launching RCC kerb 25% of the
accepted
rates.
( c) After completion of all work in all 15% of the
accepted
respect of each LC.
rates.

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 252

S.No. Item No. Description of items Unit Qty Ra t e Amount


9 NS-9 Providing, laying, spreading and Cum 3950.00 1146.00 4526700.00
compacting of granular sub-base by
providing close graded material, mixing
in al mechanical mix plant at OMC,
carriage of mixed material to work site,
spreading in uniform layers with motor
grader on prepared surface and
compacting with vibratory power roller
to achieve the desired density, complete
as per MoRT&H specification clause -
401 including all material, labour,
machinery, lighting, guarding Grade - I
material. - Wet Mix Macadam.
10 NS-10 Providing, placing and compacting to Cum 26000.00 339.00 8814000.00
desired density approved backfill
material in layers as per approved
methodology including testing of
reinforced fill portion in approaches
between the reinforced soil (RS) wall
panels as per approved drawings as per
clause 3103 of MoRT&H specification.
The soil should be predominantly
course grained. Not more than 10% of
particle should pass 75 micron sieve.
The item shall be measured and paid for
the finished volume of backfill and sub
grade placed in position excluding the
volume of filter media at base and
behind the RS / RE walls.
11 NS-11 Provision of barricading with RM 1300.00 71.71 93223.00
contractors bamboos casurina vertical
post of minimum 100mm dia plated at
every 2.0m interval projecting at least
1.50m above the ground level and
driven firmly inside the ground and
with 3 horizontal bamboo/casurina
members of min 50 mm dia spaced
equally including the painting the
vertical and horizontals with red
luminous paints/strips at alternative bay
on the barricades completely when no
longer required with all lead and lifts
etc. complete at directed by Engineer in
charge (all labour, materials, tools &
plants, consumables etc. to supplied by
the contractor)
TOTAL - SCHEDULE 'D' 92831425.16
G.TOTAL (SCH. A+B+C+D) 213430497.00
Say Rs. 21,34,30,497.00

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.
NORTH-WESTERN RAILWAY
Tender No. JU/Const./T-18/13-14/ROB/C-21/NAC 253

Name of work
T.No. JU/Const./T-18/13-14/ROB/C-21/NAC – Construction of complete Road Over
Bridges (2 lane) including approaches in lieu of existing Level Crossing No.C-21 at
Km.34/9-35/0 on Merta Road – Phulera section at Nawa City station)
OFFER SHEET
I/We offer and agree to execute the work as per specifications, rate, terms and
conditions of this tender at the following rates.

Date of opening;-

Rate to be quoted by tenderer(s) in percentage above/


S. Total estimated Value for below/at par on the total estimated value specified in
N. the tender adjacent column (In figures & words)

Rs.21,34,30,497.00 …………….% Above/ below /at par the total estimated


1
(Rs. Twenty one Crores, value for the tender –(In figures)
Thirty four lacs., Thirty ................................................................................................
thousand, Four hundred ………………………% Above /below/at par the total
ninety seven only.) estimated value for the tender ( In words).

Note:-
1) Only one single percentage above/below/at par the on total estimated value for
the tender shall be quoted by the tenderer and any tenderer quoting rates other
than single percentage shall be summarily rejected.
2) In case of discrepancy between rate quoted in figures and words, the rate
quoted in words shall be taken into account. “Rates quoted only in figure shall
not be considered”.
3) I/we declare that the ballast supply at all times will conform to the specifications
for track ballast as specified by Railway (Applicable for Ballast supply only).

Signature of Tenderer/(s)

Signature of tenderer/s For Chief Administrative Officer (Construction)


North-Western Railway, Jaipur.

You might also like