name of work : special repairs to over head tank (oht) at ...

73
CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO : 1 CONTENTS E-TENDER NAME OF WORK : SPECIAL REPAIRS TO OVER HEAD TANK (OHT) AT CERTAIN UNITS UNDER GE (S) TEZPUR Sl No PARTICULARS PAGE NO 1. Contents 01 2. Forwarding letter including Instructions to e-Tenderers. 02 to 06 3. Notice of Tender IAFW-2162, Including Appendix 'A' to Notice of Tender and amendments thereto 07 to13 4. Item rate tender and contract for works required, IAFW-1779 A (Revised 1955) including Sch ‘A’ Notes & BOQ 14 to 23 5. General Conditions of Contracts (IAFW-2249) (1989 Print) 24 to 56 6. Errata/amendments to General Conditions of Contracts, (IAFW-2249 - 1989 Prints) 57 to 66 7. Schedule of Minimum wages 67 8. Special Conditions and requirements 68 to 79 9. Particular Specifications including Appendix A,B, C, D, E & F 80 to 108 10. List of Drawings 11. Corrigendum/Amendments to tender documents 12. All uploading documents 13. Relevant Correspondence/E-Mail 14. Acceptance Letter Total Pages __________________ Signature of contractor Dated: SSW For Accepting Officer

Transcript of name of work : special repairs to over head tank (oht) at ...

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO : 1

CONTENTS E-TENDER

NAME OF WORK : SPECIAL REPAIRS TO OVER HEAD TANK (OHT) AT CERTAIN UNITS

UNDER GE (S) TEZPUR

Sl No

PARTICULARS PAGE NO

1. Contents 01

2. Forwarding letter including Instructions to e-Tenderers. 02 to 06

3. Notice of Tender IAFW-2162, Including Appendix 'A' to

Notice of Tender and amendments thereto

07 to13

4. Item rate tender and contract for works required, IAFW-1779

A (Revised 1955) including Sch ‘A’ Notes & BOQ

14 to 23

5. General Conditions of Contracts (IAFW-2249) (1989 Print) 24 to 56

6. Errata/amendments to General Conditions of Contracts,

(IAFW-2249 - 1989 Prints)

57 to 66

7. Schedule of Minimum wages 67

8. Special Conditions and requirements 68 to 79

9. Particular Specifications including Appendix A,B, C, D, E & F 80 to 108

10. List of Drawings

11. Corrigendum/Amendments to tender documents

12. All uploading documents

13. Relevant Correspondence/E-Mail

14. Acceptance Letter

Total Pages

__________________ Signature of contractor Dated:

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO : 2

REGISTERED Military Engineer Services HQ Commander Works Engineer Tezpur- 784501

8593/TEZ(S)/05/E8 23 Jul 2018 Shri/M/S_____________________

_____________________________

_____________________________

NAME OF WORK : SPECIAL REPAIRS TO OVER HEAD TANK (OHT) AT CERTAIN UNITS UNDER GE (S) TEZPUR

Dear Sir, 1. Tender documents in respect of above work are uploaded on the site www.defproc.gov.in. The tender is on single stage two cover e-tendering system, The contents of cover 1 and cover 2 are specified in NOTICE OF TENDER. 2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned in the NOTICE INVITING TENDER (NIT). No tender/ bid will be received in physical form and any tender/ bid received in such manner will be treated as non bonafide tender/ bid. 3. Bid will be opened on due date and time fixed for opening in the presence tenderers/ bidders or their authorized representatives, who have uploaded their quotation bid and who wish to be present at the time of opening the bids. 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your points on tender documents and/or depute your technical representative for discussion on tender/drawings and to clarify doubts, if any, on or before 30 Jul 2018. You are requested not to write piece meal points and forward your points duly consolidated before due date viz _30 Jul 2018. 5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documents required as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix ‘A’ to NIT alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal and submit the physical documents in the office of CWE Tezpur within time limit specified in NIT. Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in disqualification for opening of finance bid. 6. (a) Contractor having not executed standing security bond and standing security deposit in any MES

formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date & time fixed for this purpose. In case of failure to abide by any of these two requirements, the finance bid will not be opened.

(b) Contractor having not executed standing security bond and standing security deposit in any MES formation would be required to deposit individual security deposit on acceptance of tender which will be calculated with reference to the tendered cost as per scales laid down by MES for calculation of ‘EARNEST MONEY” enhanced by 25% subject to maximum of Rs 18,75,000/- (Rupees eighteen lakhs seventy five thousand only)

7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee and such other documents as mentioned in Appendix ‘A’ to NIT on e-procurement portal and submit physical documents in the office of CWE Tezpur before date & time fixed for this purpose. 8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as the Accepting Officer will take no cognizance of any quotation/offer received in any other electronic or physical form like email/fax/by hand/through post from tenderer/bidder even if they received in time. 9. In view of delays due to system failure or other communication related failures, it is suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due date and time fixed.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 3 10. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments thereto, Schedule of minimum fair wages and MES SSR (Part-I and Part-II) are not enclosed with these documents. These are available for perusal in the Office of CWE Tezpur and other MES Establishments. 11. Court of the place from where tender has been issued shall alone have jurisdiction to decide any dispute out of or in respect of this tender. After acceptance of tender , Condition 72 – Jurisdiction of Courts of IAFW-2249 shall be applicable. 12. ANY TENDER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION, SPECIFCATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION, WHATSOEVER, IS LIABLE TO BE REJECTED.

Yours faithfully,

Signature of Contractor Dated :

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 4

INSTRUCTION ON FILLING AND SUBMISSION OF TENDER

1. EARNEST MONEY DEPOSIT Contractor(s) who are not enlisted with MES/who are enlisted but have not executed the Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in one of the following forms, alongwith their tender/bid:- (a) Deposit at Call Receipt from a Scheduled Bank in favour of GE (S) Tezpur (b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of GE (S) Tezpur (c) Colour scanned copy of EMD shall be uploaded online system in cover No 1 and original to be submitted

offline before due date of opening. It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved Scheduled Bank for easy refund. In case the tenderer/bidder wants to lodge ‘EARNEST MONEY DEPOSIT’ in any other form allowed by MES, a confirmation about its acceptability will be obtained from the Accepting Officer well in advance of the bid submission end date and time. Earnest Money Deposit shall be submitted in the name of GE (S) Tezpur. NOTES : Earnest Money Deposit (EMD) in the form of cheque/Bank Guarantee etc., will not be accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy alongwith Technical Bid & hard copy before the date & time fixed for opening of BOQ) WILL RENDER THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID). 2. SECURITY DEPOSIT In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted, the contractor will be required to lodge with the Controller of Defence Accounts INDIVIDUAL SECURITY DEPOSIT calculated with reference to TENDERED COST as notified by the Accepting Officer subject to a maximum of Rs. 18,75,000/-. The amount is required to be lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final bill (See Condition 22 of GCC (IAFW-2249)).Security Deposit for Individual works (i.e. Individual Security Deposit) shall be 1.25times of the amount of earnest money calculated as under with respect to tendered cost:-

Sl No Estimated Cost Earnest Money 1 Upto Rs 50 Lakhs. 2% of the amount subject to a minimum of Rs 5,000/- 2 Over Rs 50 lakhs and upto Rs 100 lakhs. Rs 1,00,000/- + 1.5% of amount exceeding Rs 50 lakhs. 3 Over Rs 100 lakhs and uptoRs 500lakhs. Rs 1,75,000/- + 1.0% of amount exceeding Rs100 lakhs.

3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER, EASTERN COMMAND AND WHO HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF LOWER CLASS

In case the tender/bid is accepted, the amount of Additional Security Deposit will be as notified by the Accepting Officer. The amount will be the difference between the “Individual Security Deposit” lodged. The amount is required to be lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final bill (See Condition 22 of GCC (IAFW-2249)). 4. CONTRACTORS ENLISTED IN MES FORMATINS OTHER THAN CHIEF ENGINEER, EASTERN COMMAND Contractors whose names are on the approved list of any MES formation i.e. other than CHIEF ENGINEER, EASTERN COMMAND and who have deposited Standing Security and have executed Standing Security Bond may tender/bid without depositing Earnest Money with the bid and if the Accepting Officer decides to accept the tender/bid, such tenderers will be required to lodge Security Deposit as notified by the Accepting Officer. The amount is required to be lodged within30 (Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final bill. 5. GENERAL INSTRUCTIONS FOR COMPLIANCE 5.1 The bids received only in the electronic form will be considered. All bids shall be submitted on ‘www.defproc.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ form and ‘xls’ form as indicated. 5.2 Bids shall be uploaded on ‘www.defproc.gov.in’ portal on or before the bid closing date mentioned in the tender. No tender/bid in any other electronic or physical form like email/fax/by hand/ through post will be considered. 5.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents, corrections/alterations shall be signed/initialled by the lowest bidder after acceptance.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 5 5.4 Drawings, if issued in physical form, must be returned duly initialled by the tenderer/bidder in separate envelope indicating his name and address. 5.5 The tender shall be signed, dated and witnessed at all places provided for in the documents after acceptance. All corrections shall be initialled. The Contractor shall initial every page of tender and shall sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to any of the conditions whatsoever, is liable to be rejected. 5.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading the bid using his/her DSC shall be uploaded. Incase the digital signatory himself is the sole proprietor, scanned copy of an affidavit on stamp paper of appropriate value to this effect stating that he has authority to bid on behalf of the firm in all matters pertaining to contract including the Arbitration Clauses, shall be attached in ‘pdf’ form. In case of partnership concern or a limited company, digital signatory of the bid /tender shall ensure that he is competent to bind the contractor (through partnership deed, general power of attorney or Memorandum and Articles of Association of the Company) in all the matters pertaining to the contracts with Union of India including arbitration clause. A scanned copy of the documents confirming of such authority shall be attached with the tender/bid in ‘pdf’ form, if not submitted earlier. The person uploading the bid on behalf of another partner(s) or on behalf of a firm or company using his DSC shall upload with the tender/bid a scanned copy (in ‘pdf’ form) of Power of Attorney duly executed in his favour by such other or all of the Partner(s) or in accordance with constitution of the company in case of company, stating that he has authority to bind such other person of the firm or the Company, as the case may be, in all matters pertaining to the contract including the Arbitration Clause. 5.7 Even in case of Firms or Companies which already given Power of Attorney to an individual authorizing him to sign tender in pursuance of which bids are being uploaded by such person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the said person has authority to bind such partners of the Firm, or the Company as the case may be, including the condition relating to Arbitration Clauses, should be uploaded in ‘pdf’ form with the tender/bid, unless such authority has already been given to him by the Firm or the Company. It shall be ensured that power of attorney shall be executed in accordance with the constitution of the company as laid down in its Memorandum & Article of Association. 5.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing authority well in advance to be received before the date & time fixed for the same. 5.9 Bid (Cover 1 & 2) shall be uploaded online well in time. 5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of IAFW-2249 (General Conditions of Contract). 5.11 Tenderer /bidders who uploaded their priced tenders/bids and are desirous of being present at the time of opening of the tenders/bids, may do so at the appointed time. 5.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the format will be accepted, else the bid will be disqualified and summarily rejected. 5.13 In case the tenderer/bidder has to revise/modify the rates quoted in the BOQ (excel sheet) he can do so only in the BOQ, through www.defproc.gov.in site only before the bid closing time and date. 6. REVOCATION/REVISION OF UPWARD/OFFERING VOLUNTARY REDUCTIONAFTER OPENING OF FINANCIAL BIDS BY LOWEST BIDDER In the event of lowest tenderer/bidder revoking his offer or revising his rates upward/offering voluntary reduction, after closing of bid submission date & time, his offer will be treated as revoked and the Earnest Money deposited by him shall be forfeited. In case of MES enlisted Contractors, the amount equal to the Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer /bidder for depositing the amount through MRO. Bids of such Contractors/bidders shall not be opened till the aforesaid amount equal to the earnest money is deposited by him in Govt Treasury. In addition, bids of such tenderer/bidder and his related firm shall not be opened in second call or subsequent calls. Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not be treated as voluntary reduction.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 6 7. C P M (CRITICAL PATH METHOD) 7.1 The project planning for work covered in the scope of tender is based on CPM. 7.2 The tenderer/bidder is expected to be fully conversant with the CPM technique and employ technical staff who can use the technique in sufficient details. Sufficient books and other literature on the subject are widely available in the market which the tenderer/bidder may make use of. 7.3 The tenderer’s/bidder’s attention is drawn to special condition of the tender regarding preparation of the detailed network analysis and time schedule for the work and his liability for employing sufficient resources to adhere to this schedule. Any inability on the part of the tenderer/bidder in using the technique will be taken as his technical inefficiency and will affect his class enlistment and future prospect/invitation to tenders for future works. 7.4 Department may issue amendments /errata in the form of CORRIGENDUM to tender /revised BOQ to the tender documents. The tenderer/bidder is requested to read the tender documents in conjunction with all the errata/ amendments/corrigendum, if any, issued by the department. 8. These instructions shall form part of the contract documents. _________________________ (Signature of the Contractor) Dated :

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 7

MILITARY ENGINEER SERVICES

NOTICE OF TENDER

1. A tender is invited for the work as mentioned in Appendix ‘A’ to this NOTICE OF INVITING TENDER (NIT).

2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimated cost, however, is not a

guarantee and is merely given as a rough guide and if the work costs more or less, a tenderer /bidder will have no

claim on that account. The tender shall be based on as mentioned in aforesaid Appendix ‘A’.

3. The work is to be completed within the period as indicated in aforesaid Appendix ‘A’ in accordance with the

phasing, if any, indicated in the tender from the date of handing over of site, which will be on or about two weeks after

the date of Acceptance of tender.

4. Normally contractors, whose names are on the MES approved list for the area in which the work lies and within

whose financial category the estimated amount would fall, may tender/bid but in case of term contracts, contractors of

categories SS to E may tender/ bid. In case, where the tender amount is in excess of the financial limit of the

contractor and the Accepting officer decides to accept the tender /bid, in which event the tenderer / bidder would be

required to lodge additional security deposit as notified by the Accepting Officer in term of conditions of contract.

Contractors whose names are on the MES approved list of any MES Formation and who have deposited standing

security and have executed standing security bond may also tender/ bid without depositing Earnest Money alongwith

the tender/ bid and if the tender/ bid submitted by such a tenderer/bidder is accepted, the contractor will be required to

lodge with the Controller of Defence Accounts concerned the amount of ‘Individual Security Deposit’ within thirty days

of the receipt by him of notification of acceptance of his tender/ bid, failing which this sum will be recovered from 1st

RAR payment or from the first final bill. In the case of term/running contracts , remaining sum shall be recovered from

subsequent bill(s) of the contractor. Not more than one tender/bid shall be submitted/uploaded by one contractor or

one firm of contractors. Under no circumstances will a father and his son(s) or other close relations who have business

dealing with one another be allowed to tender/bid for the same contract as separate competitors. A breach of this

condition will render the tenders/ bids of both the parties liable for rejection.

5. The CWE TEZPUR will be the Accepting Officer here in after referred to as such for purpose of the contract.

6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the tenderer/bidder on or

before the date & time mentioned in NIT. A scanned copy of DD with enlistment details/documents shall be uploaded

as Packet 1/Cover-1 ('T’ bid) of the tender/bid on e-tendering portal. DD is refundable in case ‘T’ bid is not accepted

resulting in non-opening of ‘Q’ bid cover-2. The applicant contractor shall bear the cost of bank charges for procuring

and encashing the DD and shall not have any claim from Government whatsoever on this account.

6.1 Tender form and conditions of contract and other necessary documents shall be available on

www.defproc.gov.in /www.mes.gov.in site for download and shall form part of contract agreement in case the

tender/bid is accepted.

6.2 In case of contractor who has not executed the Standing Security Bond, the Cover-I shall be accompanied with

by Earnest Money of amount as mentioned in Appendix 'A’ in the form of Deposit at Call Receipt in favour of CWE

Tezpur by a scheduled Bank or in receipted treasury Challan the amount being credited to the revenue deposit of the

concerned GE (S) Tezpur.

6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the MES approved list

of any MES formation and who has deposited standing security and executed Standing Security Bond may bid without

depositing earnest money alongwith the tender, but if the Accepting officer accepts the tender/bid, the contractor will

be required to lodge with the Controller of Defence Accounts concerned the amount of 'Individual Security Deposit’

within thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will be

recovered from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining sum

shall be recovered from subsequent bill(s) of the contractor.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 8

NOTICE OF TENDER ( CONTD.)

6.4 A contractor who has executed the Standing Security Bond but not for appropriate category as mentioned

above, shall lodge with the Accepting Officer an Additional Security Deposit as notified by the Accepting Officer within

thirty days of the receipt of his notification of acceptance the tender/bid, , failing which the sum will be recovered from

first RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered

from subsequent bill(s) of the contractor. However, in case where any payment is made to the contractor within thirty

days of the receipt by him of notification of acceptance of tender/ bid, the amount of additional security deposit shall be

recovered from such payment.

6.5 The concerned GE/AGE(I) will return the Earnest Money, wherever applicable to all unsuccessful

tenderers/bidders by endorsing an authority on the deposit-at-call receipt for its refund, on production by the tenderer/

bidder a certificate of the Accepting Officer that a bonafide tender/bid was received and all documents were returned.

6.6 The concerned GE/AGE(I) will either return the Earnest Money to the successful tenderer/bidder by endorsing

an authority on the deposit-at-call Receipt for its refund on receipt of an appropriate amount of Security Deposit or will

retain the same in part or full on account of security deposit if such a transaction is feasible.

6.7 Copies of the drawings and other documents pertaining to the work signed for the purpose of identification by

the Accepting Officer or his accredited representatives, samples of materials and stores to be supplied by the contractor

will also be available for inspection by the tenderer / bidder at the office of Accepting Officer and concerned GE/AGE(I)

during working hours.

7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE/AGE(I) who is

also the Executing Agency of the work. The tenderers/bidders are deemed to have full knowledge of all relevant

documents, samples, site etc., whether they have inspected them or not.

8. Any tender/bid which proposes any alteration to any of the conditions laid down or which proposes any other condition or prescription whatsoever, is liable to be rejected.

9. The uploading of bid implies that bidder has read this notice and the Conditions of Contract and has made himself aware of the scope and specification of work to be done and of the conditions and rates at which stores, tools and plants etc., will be issued to him and local conditions and other factors having bearing on the execution of the work.

10. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of Rates (Part-I and Part-II)

including amendments and errata thereto.

11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and subsequent opening of

finance bid of any applicant/bidder, even of enlisted contractors of appropriate class, merely by virtue of enclosing DD.

Accepting Officer reserves the right to reject the ’T’ bid and not open the finance bid of any applicant/bidder. ‘T' bid

validation shall be decided by the Accepting Officer based on, inter alia, capability of the firm as per criteria given in

Appendix 'A’ to this NIT. The applicant contractor/bidder will be informed regarding non-validation of his ’T’ bid

assigning reasons thereof through the www.defproc.gov.in website. The applicant contractor/bidder if he so desires may

appeal to the Next Higher Engineer Authority (NHEA) i.e HQ Chief Engineer Siliguri Zone, Siliguri on email ID :

[email protected] with a copy to CWE Tezpur (Accepting Officer) on email ID : [email protected] within 7 days

from the date of rejection of their ’T’ bid. The decision of the Next Higher Engineer Authority (NHEA) shall be final

and binding. The contractor/bidder shall not be entitled for any compensation whatsoever for rejection of his bid.

12. The Accepting Officer reserves his right to accept a tender submitted by a Public Sector Undertaking, giving a

price preference over other Tender(s)/bids which may be lower, as are admissible under the Government Policy. No

claim for any compensation or otherwise shall be admissible from such tenderers/bidder whose tender/bid is rejected.

13. The Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give reasons for not

doing so.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 9

NOTICE OF TENDER ( CONTD.)

14. Schedule ‘A’ has not been pre-priced by MES and therefore tenders are required to work out their own rate for

each item of Schedule ‘A’ based on description of items of Schedule ‘A”, drawings, Particular Specifications & Special

Conditions etc and quote the same in rate columns both in figures and words in the BOQ as per the procedure given in

the website “www.defproc.gov.in”.

15 Method of measurement for all items listed in Schedule ‘A’ shall be as given in MES SSR unless specifically

stated otherwise here-in-after for any items of work.

16. Contractors whose names are borne on the MES approved list of any other MES formations and who have

deposited Standing Security and have executed Standing Security Bond may also tender without depositing Earnest

Money alongwith the tenders and if the Accepting Officer proposes to accept the tender, such tenderer would be

required to deposit “Security Deposit” as notified by the Accepting Office, before acceptance of tender. Not more than

one tender shall be submitted by one contractor or one firm of contractor.

17. Under no circumstances will a father and his son(s) or other close relations who have business dealings with

one another, be allowed to tender for the same contract as separate competitors. A breach of this condition will render

the tenders of both parities liable for rejection.

18. The Commander Works Engineer Tezpur will be the “Accepting Officer” here-in-after referred to as such for the

purpose of this contract.

19. The tenderers shall be deemed to have full knowledge of all relevant documents, samples, site etc., whether he

has inspected them or not.

20. Tenderers must be very careful to submit a bonafide tender. A bonafide tender must satisfy each and every

condition laid down in this notice. Refer the help for contractors in www.defproc.gov.in and “www.mes.gov.in”.

21. In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as

revocation of offer), after opening of tenders, the earnest money deposited by him shall be forfeited. In case of MES

enlisted contractors, the amount equal to the earnest money stipulated in the notice of tender, shall be notified to the

tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to

such contractor or shall be adjusted from his Standing Security Deposit. In addition, such tenderer and his related firm

shall not be issued the tender in 2nd call or subsequent calls. Issue of further tenders to such tenderer shall also remain

suspended till the aforesaid Earnest money is deposited in the Govt Treasury.

22. Tenderer shall have Provident Fund Code Number as applicable and that he shall also ensure compliance of the EPF & MPAct 1952 by the subcontractor, if any engaged by him in this work. He shall produce the Provident Fund Code Number Registration Certificate to GE/AGE (I) as and when asked by GE/AGE (I). 23. It is mandatory for the tenderers to upload their Goods & Services Tax Registration number along with the “T” bid. This will be one of the criteria for qualifying in “T” bid. Tenderers who does not upload Goods & Services Tax Registration number shall be disqualified in the “T” bid evaluation and his Financial bid shall not be opened. 24. MES enlisted Tenderer will have to submit the original DD to the tender issuing authority within 7 days from bid submission end date. Failure of non submission of hard copy of DD tantamount to willful negligence with ulterior motive and therefore the tenderer will be barred to tender during the period of 6 months commencing from the date of opening of financial bid. 25. In case of applications/bids from un-enlisted contractors, where scanned copies of requisite DD/Bankers Cheque towards cost of tender has been uploaded but physical copies are not received within 7 days from bid submission end date, the financial bid of the un-enlisted bidder will not be opened. Name of such contractors along with complete address shall be circulated for not opening of their bids for a period of six months commencing form the date of opening of finance bid. 26. In case the BOQ is revised by the Department and the bidder has failed to quote in revised BOQ (i.e he has quoted in previous BOQ), such bid shall be treated as willful negligence by the bidder and his quotation shall be considered non-bonafide. In such cases the lowest tender shall be determined by the lowest amount amongst the valid/bonafide bids only. Accepting Officer may decide whether to retender or otherwise. The remark of ‘non bonafide finance bid’ against such bidder and copy of this CST shall be uploaded along with Finance Bid Opening Summary. 27. Tenders will be received by the Commander Works Engineer Tezpur, on the date and time indicated in the aforesaid Appendix ‘A’ to NIT. 28. This notice of tender shall form part of the Contract.

_______________________

(Signature of the Contractor)

Dated :

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 10

APPENDIX ’A’ TO NOTICE INVITING TENDER (NIT)

1. Name of work SPECIAL REPAIRS TO OVER HEAD TANK (OHT) AT CERTAIN UNITS UNDER GE (S) TEZPUR

2. Estimated cost Rs 47.47 Lakhs (At par market)

3. Period of completion 270 Days

4. Cost of tender documents Rs 500.00 in the shape of DD/Banker’s Cheque from

any Scheduled/Nationalized bank in favour of GE (S) Tezpur

and payable at Tezpur.

5. Website/portal address www.defproc.gov.in and www.mes.gov.in

6. Type of contract The tender shall be based on IAFW-2249 and IAFW-1779A

(R) where the rate is to be quoted by the contractor.

7. Information & Details :-

Refer critical dates

(a) Bid submission start date

(b) Last date of bid submission

(c) Date of bid opening

8. Eligibility criteria

(a) For MES enlisted contractors All contractors enlisted with MES in Class ‘D'* and

above and category a (ii) shall be considered qualified

provided they do not carry adverse remarks in WLR

of competent engineer authority.

(b) For other contractors (a) The firms not enlisted with MES shall meet the

enlistment criteria of ‘D’ class MES contractors &

Category a (ii) i.e. with regard to having satisfactorily

completed requisite value works, Annual turnover,

Solvency, working capital, immovable property/fixed

assets, T&P, Engineering establishment, no recovery

outstanding in any Govt Department, Police

verification/Passport etc Enlistment criteria may be

seen in Para 1.4 of Section 1 of Part I of MES Manual on

Contracts - 2007 (Reprint 2012) as available in all MES

formations.

(b) These firms shall also submit copy of Police verification

from police authority of the area where the registered

office of the firm is located / notarised copy of valid

passport of proprietor/each partner/each Director.

(c) They should not carry adverse remarks in WLR/or any

other similar report of any authority.

(c) For all Contractors Contractor will not be allowed to execute the work by

subletting or through power of attorney holder on his behalf

to a third party/another firm except sons/ daughters of

proprietor/partner/Director and firm’s own employees,

Director, Project Manager. This shall be subject to certain

conditions which will be prescribed in the Notice of Tender

(NOT) forming part of the tender documents.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 11

APPENDIX ’A’ TO NOTICE INVITING TENDER (NIT) (CONTD…)

9. (Ref Para 7)

CRITICAL DATES Publishing date and time of tender documents

23 Jul 2018 at 1800 Hrs

Starting date and time of tender documents downloading

23 Jul 2018 at 1800 Hrs

Clarification start date & time NA Clarification end date & time NA Pre-bid meeting date & time NA

Starting date and time of bid submission (Cover No 1&2)

06 AUG 2018 at 1000 Hrs

Bid documents download end date & time 13 AUG 2018 at 1800 Hrs Closing date and time of bid Submission (Cover No 1 & 2)

13 AUG 2018 at 1800 Hrs

Date and time of ‘T’ bid opening (Cover No 1) 16 Aug 2018 at 1200 Hrs or subsequent days. Date and time of’Q’ bid opening (Cover No 2)

Will be intimated online after completion of evaluation of Technical bid /application (Cover 1)

10. Tender issuing and Accepting Officer CWE TEZPUR

11. Executing agency GE (South) Tezpur

12. Earnest Money Rs 95,000.00 in the form of FDR / Approved

security from Scheduled / Nationalised Bank in

favour of GE (S) Tezpur.

NOTES :-

(a) The contractor enlisted *upto One class below the eligible class may also apply/bid.

Application/bids from one class below eligible class applicants may be considered in the event of

inadequate response/bids from the applicants of eligible class.

(b) (i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers Cheque towards

cost of tender and earnest money (as applicable) shall not be considered for validation of ‘T’ bid

and their finance bids will not be opened.

(ii) Tenderers/bidders to note that they should ensure that their original DDs and earnest money (as

applicable) are received within 7 days of bid submission end date.

(iii) In case of applications/bids from enlisted contractors of MES, where scanned copies of requisite

DD/Bankers Cheque towards cost of tender has been uploaded but physical copies are not

received by the stipulated date, finance bids will be opened. However non-submission of

physical copies of cost of tender shall be considered as willful negligence of the bidder

with ulterior motives and such bidder shall be banned from bidding for a period of six

months commencing from the date of opening of finance bid.

(iv) In case of applications/bids from unenlisted contractors, where scanned copies of requisite

DD/Bankers Cheque towards cost of tender has been uploaded but physical copies are not

received by the stipulated date, the financial bid of the bidder will not be opened. Name

of such contractors alongwith complete address shall be circulated for not opening of

their bids for a period of six months commencing form the date of opening of finance

bid.

(v) In case of applications/bids (enlisted contractor as well as unenlisted contractor) where scanned

copies of requisite Earnest money (as applicable) were uploaded but the same are not received in

physical form within stipulated time, such bids shall not quality for opening of finance bid.

(vi) In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading the bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor, scanned copy of affidavit on stamp paper of appropriate value to this effect stating that he has authority to bind the firm in all matters pertaining to contract including the Arbitration Clause, shall be attached in ‘pdf’ form. In case of partnership concern or a limited company, digital signatory of the bid/tender shall ensure that he is competent to bind the contractor (through partnership deed, general power of attorney or Memorandum and Articles of Association of the Company) in all the matters pertaining to the contracts with Union of India including arbitration clause. A scanned copy of the documents confirming of such authority shall be attached with the tender/bid in ‘pdf’ form, if not submitted earlier. The person uploading bid on behalf of another partner(s) or on behalf of a firm or company using his DSC shall with the tender/bid a scanned copy (in ‘pdf’ form) of Power of Attorney duly executed in his favour by such other or all of the Partner(s) or in accordance with constitution of the company in case of company, stating that he has authority to bind such other person of the firm or the company, as the case may be, in all matters pertaining to the contract including Arbitration Clause.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 12

APPENDIX ’A’ TO NOTICE INVITING TENDER (NIT) (CONTD…)

(vii) Even in case of Firms or Companies which have already given Power of Attorney to an individual authorizing him to sign tender in pursuance of which bids are being uploaded by such person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the said person has authority to bind such partners of the Firm, or the Company as the case may be, including the condition relating to Arbitration Clause, should be uploaded in ‘pdf’ form along with the tender/bid; unless such authority has already been given to him by the Firm or the Company. It shall be ensured that power of attorney shall be executed in accordance with the constitution of the company as laid down in its Memorandum & Articles of Association.

(viii) The provision regarding cost of tender, cost of EMD and purchase preference for all registered firms / bidders under Ministry of Micro, Small & Medium Enterprises shall be applicable as per Micro, Small & Medium Enterprises Act 2006 and public procurement policy Micro, Small & Medium Enterprises (MSEs) order-2012 including all amendments issued by GOI on and before bid submission end date of ‘T’ bid.

(ix) The bidder/ tenderer shall also ensure compliance of the EPF & MP Act 1952 and also by the subcontractor, if any engaged by the contractor for the subject work.

(c) Contractors enlisted with MES will upload following documents for checking eligibility :-

(i) Application for bid in Firm’s letter head (ii) Enlistment letter (iii) Scanned copy of DD of cost of tender (iv) Scanned copy of document of Goods and Services Tax Registration Number certificate

showing the Goods & Services Tax number. In absence of this in Cover-1 shall be liable for rejection.

(d) Contractors not enlisted with MES will be required to upload necessary documents to prove their eligibility for enlistment in eligible class & category of work, including Affidavit for no recovery outstanding. List of documents required for enlistment in MES has been given in para 1.5 of section 1 of Part I of MES Manual on Contracts 2007 (Reprint 2012). Following documents shall also be uploaded amongst others :-

(i) Details of three highest valued similar nature of works executed during last five years financial year-wise in tabular form giving name of work, Accepting Officer’s details, viz Address, Telephone, Fax No, E-mail ID etc., date of acceptance of tender and actual date of completion. This shall be duly signed by proprietor / all partners / authorised Director of Pvt / Public Ltd, as applicable. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case performance report has been given by the client same shall also be submitted duly attested.

(ii) Solvency certificate and working Capital Certificate issued by scheduled bank

(iii) Annual turnover certificate for last 2 years issued by Chartered Accountant along with relevant pages of audited balance sheets in support thereof

(iv) Affidavits for possession of movable & immovable properties by proprietor/partner owning the immovable property along with Valuation Certificate from Registered Valuer in support of movable & immovable properties. In case of Limited Company, the immovable property is required to be in the name of the company

(v) It should also indicate that immovable property is free from mortgage, hypothecation or any other disputes and encumbrances and clearly belongs to your firm and it should indicate that immovable property will not be sold, transferred, gifted or otherwise disposed off without prior intimation to this office.

(vi) Movable assets like scooter/car etc., or NSCs/Fixed deposit etc., should be supported by certified photo copies of updated RC books, valid current Insurance papers, NSCs/Fixed deposits.

(vii) Immovable/movable property (minimum reserve) shall be exclusively in the name of the contractor and not in the name of family members/relatives/others. In case of limited companies immovable / movable property (considered for minimum reserve) shall be exclusively in the name of the company and shall be reflected in the Balance Sheet of the company.

(viii) In addition, the un-enlisted contractors shall also furnish affidavit on non Judicial stamp paper in the form of hard copy declaring their turnover for last 2 (two) years.

(ix) Scanned copy of DD of cost of tender and earnest money.

(x) Application for bid in Firm’s letter head

(xi) Scanned copy of document of Goods and Services Tax Registration Number certificate showing the Goods & Services Tax number. In absence of this in Cover-1 shall be liable for rejection.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 13

APPENDIX ’A’ TO NOTICE INVITING TENDER (NIT) (CONTD…)

(e) In case of rejection of technical/prequalification bid, contractor may appeal within 7 days from the

date of rejection to Next Higher Engineer Authority (NHEA) i.e. HQ Chief Engineer Siliguri Zone,

Siliguri on email id [email protected] against rejection, whose decision shall be final and binding.

Copy of appeal to NHEA shall also be endorsed to CWE Tezpur by letter and mail to email ID :

[email protected]. However contractor/bidder shall not be entitled to any compensation

whatsoever for rejection of technical/prequalification bid.

13. Appendix A to Notice of tender issued vide this office letter No 8593/TEZ(S)/02/E8 dated 02 Aug 2018

is hereby cancelled & replaced as above.

SSW

(Signature of Contractor) For Accepting Officer

Dated :

8593/TEZ(S)/ 05 /E8

Military Engineer Services

HQ Commander Works Engineers

Tezpur-784501

Dated: 23 Jul 2018

Distribution:-

HQ CEEC Kolkata, HQ Siliguri Zone, HQ CE Shillong Zone, HQ CE (AF) Shillong Zone, CWE Dinjan, HQ 137 Wks Engrs, CWE Shillong, CWE Jorhat , CWE Kolkata, CWE Barrackpore , HQ 136 Wks Engrs, GE (N) Tezpur, GE (S) Tezpur, GE Rangiya, GE Misamari, GE 859 EWS, GE Tawang, GE (AF) Tezpur, GE Shillong, GE Jorhat, GE Guwahati, GE Narangi, GE Dinjan, GE (AF) Shillong, GE (AF) Chabua, GE (AF) Borjar, AGE (I) Lekhapani, AGE (I) Kumbhigram, AGE (I) Umroi, Head Post Office Tezpur, Hony General Secretary, Builder Association of India, Flat No 807, Sahyog, 58, Nehru Place, New Delhi –19, Hony Secy MBAI Guwahati Branch C/O M/s Cute Construction PO - Moukhuli Guwahati – 781 171; MES Builder Association of India Shillong Branch , ‘C’ Row No 9 Bawri Mansion, Dhankheti; Secretary MES BAI Association of India (Regd) Sabarwal Estate, Solmara Road PO – Dekargaon, Tezpur, Sonitpur - 784001 (Assam), Builders Association of India(Regd), Tezpur Centre Old Missamari, (Opp FSD) Mosque, Dist – Sonitpur (Assam); General Manager SBI Tezpur; Superintending Engr CPWD Tezpur; Municipal Board , Tezpur; Executive Engineer , PWD Building Division Tezpur; Station Master Tezpur Railway Station; MES Builders Association of India (Regd) Tenga Valley Branch – Post Tenga Market West Kameng (A.P) ; Builder Association of India M/S RN Construction Co., Usha Nagar Bishnu Rabha Ali Tezpur – 784001 (Assam); Construction Industry Development Council 801, 8th floor, Hemkunt Chambers, New Delhi Internal :- E-2 Section

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 14

IN LIEU OF IAFW-1779-A (REVISED 1955) TENDER AND ITEM RATE CONTRACT FOR WORKS BY MEASUREMENT CONTRACT (TO BE USED AND READ IN

CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACT IAFW-2249 (1989 PRINT)

MILITARY ENGINEER SERVICES

Military Engineer services HQ Commander Works Engineer Tezpur-784501

8593/TEZ(S)/ 05 /E8 23 Jul 2018

NAME OF WORK : SPECIAL REPAIRS TO OVER HEAD TANK (OHT) AT CERTAIN UNITS

UNDER GE (S) TEZPUR

1. Shri/M/s___________________________________________________of _________________ is/are hereby authorised to tender for the above mentioned work. The tender is to be uploaded in the www.defproc.gov.in site before the date and time given in the “www.mes.gov.in” portal 2. Any correspondence concerning this tender should be addressed quoting the reference as “Tender No CWE/TEZ(S)/T-33 OF 2018-19” to office of Commander Works Engineers, Tezpur (Assam)-784501.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE LOWEST TENDER OR ANY TENDER

______________________

Signature of the Contractor

Date :

________________________

Signature of the Officer issuing

the tender documents.

Appointment: SSW

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO : 15

SCHEDULE ‘A’ NOTES

NAME OF WORK : SPECIAL REPAIRS TO OVER HEAD TANK (OHT) AT CERTAIN UNITS UNDER GE (S) TEZPUR

NOTES: -

1. Schedule of this contract consisting of Schedule ‘A’ as under:-

(a) Part-I : Items of repair works OH Tank (to be quoted by Contractor in BOQ) 2. The entire work under this contract shall be completed within 270 days from the date of handing over of

site. Sites for all items of work shall be handed over simultaneously.

3. For Schedule of items of Schedule ‘A’, refer BOQ sheet in Excel format.

4. The quantities shown in schedule (BOQ sheet) in column 3 (No. 04 at top) of Schedule ‘A’ are approximate

and are inserted as a guide only. They do not constitute any guarantee of the ultimate quantities which will be

ordered on the contractor. They shall not however be varied beyond the limit laid down in condition 7 of IAFW- 2249

(General Conditions of Contract).

5. The contractor shall enter the unit rate in column 5 (No. 13 at top) of BOQ. The unit rates in figure shall be

entered only.

6. Unless otherwise specifically stated in the description of the items, the unit rates quoted in Col 5 (No. 13 at

top) shall be deemed to include for all labour and materials complete required for executing the respective item of

works.

7. (a) The unit rate quoted by the tenderer against respective items of Schedule ‘A’ shall be deemed to

include minor details of construction of work, not specifically mentioned in the description of Schedule ‘A’

items and/or in the particular specifications/ drawing and which are fairly and obviously intended/essential

to the execution of work in a workmen like manner and sound construction practice.

(b) In case of difference of opinion between the contractor and the GE/AGE (I) as to, whether or not

certain items of work constitute “Minor details of constructions’ which is deemed to have been included in

the contractor’s quoted rates, the decision of the Accepting Officer shall be final, conclusive and binding.

8. The description of Schedule ‘A’ items in BOQ sheet (Excel format) shall be read in conjunction with particular

specifications.

9. The payment shall be made for net measured quantities. The method of measurement shall be as laid down

in MES SSR-2009 (Part-I) Specifications and MES SSR-2010 (Part-II) Rates.

10. RM means Running Metre, cum means cubic metre, sqm means square metre, cm means centimetre, mm

means millimetre, CM means cement mortar & kg means kilogram and Qtl means Quintal, M&L means Materials and

Labour and S&F means Supply and fixing.

11. Rates quoted under Col 5 (No 13 at top) are complete for ‘Material & Labour’ or ‘Supply & Fixing’ unless

otherwise specified.

12. Contractor’s attention is invited to the method of measurements and preambles in “MES Standard Schedule

of Rates 2010 Part-II.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 16

13. TAXES, DUTIES & LEVIES, ETC. : -

(a) The contractor's quoted rates shall be deemed to be included of all taxes/cesses viz GST, duties, royalties,

octroi and other levies payable under respective statues as applicable on the date of receipt of tender. It may be

noted that any tender imposing any condition in this regard or on any other account shall be treated as a conditional

tender and the same shall be liable to be rejected. Also refer special condition in this regard.

(b) No increase/decrease in any taxes/duties, statutory or otherwise after submission of tender and during the

execution of the works shall be adjusted except as provided in special condition relevant clause herein after.

(c) It is incumbent on the part of tenderers / bidders to get them self registered with Central Board of Excise and Customs. Irrespective of whether any tenderer / bidder has got his firm registered or not for execution of the Work Contract, the GST shall be deducted at sources the sum equivalent to percentage of the payment being made to the contractor as per Government policy. 14 GOODS AND SERVICES TAX (GST) - For the assets created under this contract Goods and Services Tax shall be applicable as per Govt of India notifications, the tenderers should keep this in mind while quoting their offer. 15. All the materials to be incorporated in the work shall be got tested as per the latest relevant IS codes and the cost of the same shall be deemed to be included in the unit rates quoted. 16. Any item of MES SSR Part II-2010 (Rates)not available in the Schedule ‘A’, and if required at site, shall be measured and paid as per condition 62 of IAFW 2249 General Conditions of Contract. 17. Unless otherwise specified the rates of all Reinforced Cement Concrete (RCC) and Plain Cement Concrete (PCC) items shall deemed to include the cost of form work and other accessories required to execute the item. Nothing extra shall be payable on this account. 18. In case any repeated items in Schedule ‘A’, lowest rate quoted by tenderer shall be considered for payment purpose. 19. Irrespective of whatever written elsewhere in the tender documents the fine aggregate, coarse aggregate, bricks and other materials shall be procured only from the legal sources. 20. Wherever in Schedule ‘A’/ anywhere else in the tender document, it is mentioned “or equivalent” in the makes the equivalent makes shall only be provided only in case the items of makes mentioned are not manufactured. 21. The payments due to the contractor shall only be made by e-payments. The contractor shall provide all the necessary details including bank account number, IFC code etc., to the GE . If, however, the mode of payment is changed, no claim on this account shall be entertained. 22. In case only single make is given, the contractor shall be allowed to use any other make as given in the list/ approved by E-in-C’s Branch provided the alternate make is technically acceptable as approved by GE. 23. The work comprises of following jobs:-

(a) SPEC/SHQ/06/2017-18 : SPL REPAIRS TO OVER HEAD TANK (OHT) AT 155 BH & 4 COSR UNDER GE (S) TEZPUR

_________________ Signature of contractor Dated:

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO : 20

SUMMARY

(i) Total Summary of Schedule ‘A’ carried from BOQ = Rs. _______________________

CONTRACT SUM = Rs.

------------------------------------------

Rupees in words (Rupees --------------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------------------------- Only)

Signature of the Contractor SSW

Dated:_________________ For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO : 21

SCHEDULE ‘B’

LIST OF MATERIALS/STORES TO BE ISSUED TO THE CONTRACTOR

(SEE CONDITION 10 OF GENERAL CONDITIONS OF CONTRACTS - IAFW-2249)

Srl No

Description of materials Rate at which materials/ Stores etc., issued to the contractor

Place of issue (by Name) Remarks

Unit Rate in Rs

1 2 3 4 5 6

----------------------------------- NIL ----------------------------------

______________________

Signature of the Contractor

Date :

________________

SSW For Accepting Officer

SCHEDULE ‘C’

LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT) WHICH WILL

BE HIRED TO THE CONTRACTOR

(SEE CONDITIONS 15, 34 AND 35 OF IAFW 2249)

Srl

No.

Quantity Particulars Details of

MES Crew

supplied

Hire Charges per

Unit per working

day (RS.)

Stand by charges per

Unit per off day (Rs.)

Place of

Issue

Remarks

1 2 3 4 5 6 7 8

----------------------------------NIL ----------------------------------

______________________

Signature of the Contractor

Date :

________________

SSW For Accepting Officer

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR

(SEE CONDITIONS 16 & 35 OF IAFW 2249)

Srl

No.

Quantity Particulars Details of

MES Crew

supplied

Rate per unit per

working day

Stand by charges per

unit per day

Place of

Issue

Remarks

1 2 3 4 5 6 7 8

-----------------------------------NIL ----------------------------------

______________________

Signature of the Contractor

Date :

_________________

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 22

TENDER

THE PRESIDENT OF INDIA Having examined and perused the following documents :- 1. Specifications signed by SSW . Drawing detailed in the specifications. Schedule ‘A’, ‘B’, ‘C’ & ‘D’ attached hereto. 2. MES Standard Schedule of Rates Part-I 2009 (Specifications) and MES Standard Schedule of

Rates Part-II 2010 (Rates) amendments Nos 1(a) to 3 including sub paras for Part-I and 1 to 59 including sub paras for Part-II respectively here-in-after and in IAFW-2249 referred to as the MES Schedule.

3. General Conditions of Contract IAFW-2249 (1989 print) together with Errata Nos 1 to 20 and

Amendments Nos 1 to 40. 4. WATER CONDITIONS 31 OF IAFW-2249 (GENERAL CONDITIONS OF CONTRACT):Water will

be supplied by MES to the Contractor at Points shown on Site Plan/ as shown by the GE from piped system and shall be paid by the contractor at the rate of Rs 21.86 per 1000 ltrs of water supplied by MES.

Should this tender be accepted :- *I/We agree

*(a) That the sum of Rs.______________ forwarded as earnest money, shall either be retained as a part of Security Deposit or refunded by the Government on receipt of the appropriate amount of Security Deposit all as per condition 22 of IAFW-2249.

(b) To execute all the work referred to in the said documents upon the terms and

conditions contained or referred there-in at the item rates contained in the aforesaid Schedule ‘A’ or such other rates as may be fixed under the provision of condition 62 of IAFW-2249 and to carry out such deviation as may be ordered vide condition 7 of IAFW-2249 upto a maximum of 10% (Ten Percent) and further agree to refer all disputes (in case disagreement with the decision of such DRB or conciliator as applicable as per condition 71 of IAFW-2249), as required by condition 70 of IAFW-2249 to the Sole Arbitrator of a Serving Officer having a degree in Engineering or equivalent or having passed final/direct final examination of Sub-division-II of Institution of Surveyors (India) recognized by the Govt of India to be appointed by Chief Engineer Siliguri Zone or in his absence the officer Officiating as Chief Engineer Siliguri Zone whose decision shall be final, conclusive and binding.

*To be deleted where-ever not applicable.

Contd……….

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 23

TENDER (CONTD…)

Signature _________________________Name__________________________________ (IN BLOCK CAPITAL LETTERS) in the capacity of ______________duly authorised to sign the tender for and on

behalf of M/S __________________________________________(IN BLOCK CAPITAL LETTERS)

Date---------------------------- Postal address : ------------------ ---------------------------------------- Telegraphic address------------- ---------------------------------------- Witness___________________________ Telephone No --------------------- Address____________________________ ____________________________ ____________________________ ACCEPTANCE _______________alterations have been made in these documents and as evidence that these

alterations were made before the execution of the Contract Agreement, they have been initialled by the

contractor and _________________________________.

The said officer(s) is/are hereby authorized to sign and initial on my behalf the documents forming part of

this contract.

The above tender is/was accepted by me on ______________day of _____________2018 on behalf of

the President of India for the Contract Sum of Rs. _____________________________(Rupees

____________________________________________________________________________

___________________________________________________________________________only)

Signature ______________________ Dated this _______________day of ___________________2018.

Appointment: Commander Works Engineer Tezpur (for and on behalf of the President of India) Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 24

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 (1989 PRINT)

MEASUREMENT CONTRACT WORK (IAFW-1779 AND 1779A)

1. A copy of the General Condition of Contract (IAFW-2249-1989) Print with errata 1 to 20 and amendment No1 to 40 has been supplied to me/us and is in my/our possession. I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree that I/We shall abide by the terms and conditions thereof as modified, if any elsewhere in these tender documents. 2. It is hereby further agreed and declared by me/us, that the GENERAL CONDITIONS of Contracts (IAFW-2249-1989 Print) including condition 70 there of pertaining to settlement of disputes by arbitration, containing 33 pages (Serial page No 24 to 56) with errata No 1 to 20 and amendment No1 to 40 form part of this tender documents.

__________________ Signature of contractor Dated:

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO : 57

ERRATA TO MES GENERAL CONDITIONS OF CONTRACTS IAFW-2249 (1989-PRINT)

ERRATA NO PAGE NO PARTICULARS

1 2 3 1 4 CONDITION 3, PARA 3, LINE-1 FOR : ‘an’ READ : ‘and’

2 7 CONDITION 7, LAST PARA, LINE-9 FOR : ‘Obection’ READ : ‘objection’

3 7 CONDITION 7, LAST PARA, LINE-11

FOR : “ thetein “ READ : “ therein”

4 8 CONDITION 8, LINE-7 Delete ‘)’ after the word ‘necessary’

5 10 CONDITION 10 © GENERAL, SUB PARA 2, LINE-3 FOR : “ actory “ READ : “ Factory “

6 11 CONDITION 15, PARA 2, LINE-6 FOR : “ escept “ READ : “ except”

7 11 CONDITION 15, PARA 2, LINE-6 FOR : “ authorise “ READ : “authorised” 8 11 CONDITION 15, PARA 5, LINE-1 FOR : “ Maintence “ READ : “ Maintenance” 9 16 CONDITION 32, PARA 1, LINE-4 FOR : “ sitting “ READ : “ siting”

10 16 CONDITION 32, PARA 2, LINE-2 FOR : “ reinstead “ READ : “ reinstated”

11 16 CONDITION 34, LINE-6 FOR : “ revese “ READ : “ revest”

12 16 & 17 CONDITION 36, PARA 2, LINE-6 FOR : “ combusitlble’ “ READ : “ combustible”

13 17 CONDITION 37, LINE-3 FOR : “ whese “ READ : “ whose”

14 17 CONDITION 43, LINE-1 FOR : “ shal “ READ : “ shall”

15 17 CONDITION 44, PARA 2, LINE-4 FOR : “ vist this “ READ : “ visit his”

16 18 CONDITION 48, PARA (a), LINE-5 FOR : “ airising “ READ : “ arising”

17 20 CONDITION 54, LINE 1 AND 2 Illegible word is `Contractor’

18 20 CONDITION 54, PARA BELOW (a) Insert `b’ in the existing bracket ‘( )’ 19 30 ANNEXURE `B’ CLAUSE 6, LINE-2 delete the word `after’

20 30 ANNEXURE `B’ CLAUSE 6 BUT LINE-3 Insert full stop `(.)’ after the word `thereof’ and FOR : “ lodder “ READ : “ Ladder”

____________________________ SIGNATURE OF CONTRACTOR SSW For Accepting Officer DATED :

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 58

MILITARY ENGINEER SERVICES

AMENDMENT TO GENERAL CONDITIONS OF CONTRACT IAFW - 2249 (1989 PRINT)

Amendment No Page No Particulars

1. 28 & 29 Annexure `A' Military Engineer Services Contractor's labour Regulations (a) Para 2 (a) line 3 For : Not exceeding Rs.400 per month Read: Not exceeding Rs.500 per month" (b) Para 11, line 5 Add the following after the words labourers concerned. "The

Garrison Engineer shall payments to the labour concerned within 45 days from the receipt of the report from the labour welfare officer or other person authorised as aforesaid, as the case may be."

2. 9 Condition 10(R), Line 2 to 6. For : Materials which ____________________as aforesaid. Read: "Materials which Govt shall supply are shown in Schedule `B' which also

stipulates place of issue and rate(s) to be charged in respect thereof". 3 19 Condition 50, Sub para 4(b) (iii) Delete the existing description against sub para 4(b)

(iii) and insert as under:- (iii) Where the contract

sum exceeds Rs.20lakhs but does not exceed Rs. 150 lakhs.

Seven and half percent of the Contract value of the item or group of items of work for which a separate period of completion is given or Rupees seven and a half lakhs whichever is less.

(iv) Where contract exceeds Rs.150 lakhs but does not Exceed Rs. 300 Lakhs.

Five percent of the contract value of the item or group of the items of work for which a separate period of completion is given or Rupees twelve and a half lakhs whichever is less.

(v) Where the contract sum Exceeds Rs. 300 lakhs.

Four percent of the contract value of the item or group of items of work for which a separate period of completion is given subject to a maximum of Rupees twenty five lakhs."

4 27 CONDITION 70 TO SUB PARA-9 Add the following at the end of the sub para : "If the value of the claims or counter claims in an

arbitration reference exceeds Rs. 1 Lakh the arbitrator shall give reasons for the award." 5 14 & 15 CONDITION 25 Delete para 2 and 3 of the above condition and substitute the following :-

"Where the contractor is not a qualified Engineer or even if he is so qualified, he cannot, in the opinion of the GE give his full personal attention to the works, he shall at his own expense employ a person/person(s) possessing the following qualifications, and/or experience as his accredited agent(s)to supervise the works and to receive instructions from the Engineer-in-Charge:-

(a) For works costing over Rs. 300 lakhs other than those covered in(g) below.

Two Degree holders in Engineering from Government recognised Institution or equivalent with at least 5 years practical experience of works.

and Adequate numbers of Diploma holders in Engineering from a government recognized Institution with at least 8 years practical experience of works.

(Note :- The above provision shall be applicable irrespective of the fact whether contractor himself is a qualified Engineer or not).

(b) For works costing between Rs.100 lakhs and Rs.300 lakhs. other than those covered in (g) below

A degree holder in Engineering from a Government recognised Institution or equivalent with at least 4 years practical experience of works

OR Two diploma holders in Engineering from a Government recognised Institution with at least 6 years practical experience of works

(c) For works costing between Rs.60 lakhs and Rs.100 lakhs other than those covered in (g) below

A degree holder in Engineering from a Government recognised Institution or equivalent with at least 3 years practical experience of works.

OR A diploma holder in Engineering from a Government recognised Institution with at least 5 years practical experience of works.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 59

MILITARY ENGINEER SERVICES

AMENDMENT TO GENERAL CONDITIONS OF CONTRACT IAFW - 2249 (1989 PRINT)

1 2 3

(d) For works costing between Rs.7.5 lakhs andRs.60 lakhs other than those covered in (g) below

A degree holder in Engineering from a Government recognised Institution or equivalent with at least 2 years practical experience of works.

OR A diploma holder in Engineering from a Government recognised Institution with at least 4 years practical experience of works.

(e) For works costing between Rs.2 lakhs and Rs.7.5 lakhs other than those covered in (g) below

A degree or diploma holder in Engineering from a Government recognised Institution with adequate practical experience of works.

(g) For works of any value for repairs to buildings and roads, periodical Services to building, term contract, grass cutting and fencing

A competent person with adequate practical experience of works. The employment of Agent(s) as aforesaid shall be to the approval of GE who may verify his / their qualifications and experience by referring to original degree/diploma/ testimonials which shall be made available to him by the contractor or by the individual employed or proposed to be employed.

6. 27 Delete the description added at the end of sub para 9 vide amendment No.4 (1989 Print) and insert as under :- "The arbitrator shall give reasons for the award in each and every case irrespective of the value of claims or counter-claims".

7 24 CONDITION 64 Delete para 4 viz `Provided the amount______ shall not exceed Rs. 1.5 lakhs in toto.

8 26 CONDITION 70 ARBITRATION PARA 1, LINE 4 Amend the words "Engineer Officer" to Read" Serving Officer having degree in Engineering

or equivalent or having passed final/direct final Examination of Sub-Division II of Institution of Surveyor (India) recognised by the Govt. Of India."

9 2 Add the following new condition under chapter IV:- "71. Jurisdiction of Courts". 27 Add the following new condition:- "71. Jurisdiction of Courts-Irrespective of the place of issue of tenders, the place of

acceptance of tenders, the place of execution of contract or the place of payment under the contract, the contract shall be deemed to have been made at the place from where the acceptance of tenders has been issued and the work is executed/executable, The courts of the place from where the acceptance of the tender has been issued and the work is executed/under execution shall alone have jurisdiction to decide any dispute arising out of or in respect of the contract."

10 14 & 15 CONDITION 25 AS AMENDED VIDE AMENDMENT No.5 FOR " Degree holders in Engineering from a Government recognised Institution or

equivalent" wherever occurring. READ "Degree holders in Engineering from a Government recognised Institution or

equivalent/final or direct final pass of sub division II of the Institution of Surveyors (India)."

11 27 CONDITION 70 : ARBITRATION PARA 8 FOR : "The Arbitrator may, from time........... Publishing the award."

READ: "The arbitrator may, from time to time with the consent of the parties, enlarge the time for making and publishing the award."

12 24 Add the following Para 4 after Para 3 (c) :- "The amount so retained from the contractor shall be called retention money and shall be

released to the contractor along with the final bill. However, in case the amount of this retention money is more than 1.50 lakhs, then after retaining an amount of Rs. 1.50 lakhs or 1% of the contract amount as executed whichever is more, the balance amount of retention money will be refunded to the contractor at satisfactory completion of works as certified by the GE."

13 23 Condition 62 (G) valuation of deviation para 1 line 3 For : "Plus 10 %" Read : "Plus 15 %"

14 5 (a) Condition 4A(a), Line 4

FOR: "Rs. 2,500/-" READ :"Rs.5,000/-" (b) Condition 4A(d), Line 2 & 3 FOR : "Rs. 5,000/-" READ: 10,000/-

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 60

MILITARY ENGINEER SERVICES

AMENDMENT TO GENERAL CONDITIONS OF CONTRACT IAFW - 2249 (1989 PRINT)

1 2 3

15 13 Condition 22, Security Deposit, sub para 3, Line 3 and 4 For : "Controller of Defence Accounts concerned" Read : "Accepting Officer"

16 24 Condition 64 Sub para 7, lines 4 & 5 For:"Controller of Defence Accounts”

Read:"Accepting Officer"

17 19 (a) Condition 50, Sub Para 2, Line 2a For : “ Deviation orders on the contractor” Read : “Deviation order, escalation amount” (b) Condition 50, Sub Para 4 (b) (i) to 4 (b) (v) Delete existing sub para 4 (b) (i) to 4 (b) (v) in toto and insert as under ;

“Ten percent of the contract value of the item or group of items of work for which a separate period of Completion is given.”

(c) Condition 50, Sub Para para 5 Add Sub para 5 as under “Amount of retention money plus compensation during currency of contract shall not exceed ten percent of contract value. Contractor shall furnish BGB or Fixed Deposit Receipt in lieu of retention money and if compensation amount is not fully met from retention money, the difference if any shall be recovered from the payments due to the contractor.”

18 3 & 4 (a) Condition 1(a), line 4 For : “ the M.E.S. Schedule, the Specifications” Read : “the M.E.S. Schedule, the Special Conditions, the Specifications”

(b) Condition 1(b), line 2 For : “ these conditions, and the Specifications” Read : “these conditions, the Special Conditions and the Specifications”

(c) Condition 1(b), line 3 For : “ loaned” Read : “sold”

(d) Condition 1(g), line 3 For : “ Garrison Engineer” who administers” Read : “Garrison Engineer” (or Assistant Garrison Engineer (Independent) if applicable) who administers”

(e) Condition 1(g), line 3 In the end, add the following:- “ Where the office of the CWE does not exist and the GE is directly under the Chief Engineer, the authority of the CWE stipulated in these conditions shall vest in the concerned Chief Engineer.”

(f) Condition 1(h), line 3 For : “the Superintendent Grade I” Read: “ the Junior Engineer (JE)”

(g) Condition 1(i), line 1 For : “Indian Standards Institution.” Read: “ Bureau of Indian Standards.”

(h) Condition 1(p), line 4 For : “air craft and acts of God” Read: “air craft and natural calamities”

(j) Condition 1(p), line 5 For : “floods and tornado.” Read: “floods, tornado and Tsunami.”

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 61

MILITARY ENGINEER SERVICES

AMENDMENT TO GENERAL CONDITIONS OF CONTRACT IAFW - 2249 (1989 PRINT)

1 2 3

19 5 (a) Condition 4A, line 7 For : “Rs. 60,000/-” Read: “Rs. 1,50,000/-”

(b) Condition 4A(a), line 4 For : “Rs. 2,500/-” Read: “Rs. 10,000/-”

(c) Condition 4A(c), line 4 For : “Rs. 2,500/-” Read: “Rs. 10,000/-”

(d) Condition 4A(d), lines 2 and 3 For : “Rs. 5,000/-” Read: “Rs. 20,000/-”

(e) Condition 4A(f), line 1 For : “Rs. 60,000/-” Read: “Rs. 1,50,000/-”

20 5 (a) Condition 6, sub para 1 The existing contents shall be substituted as under:- “6. Provisional Items- The amount pertaining to provisional items need not be deducted from the Contract Sum. The Engineer-in-Charge and contractor shall set out the works covered under provisional items and provisional lump sum based on the description of items, drawings forming part of contract agreement and considering the ground conditions as encountered at site of works. The statement of variation in quantities, new items or deletion of items from the contract agreement as required will be worked out for approval of Engineer-in-Charge who will convey approval of such changes through site order book. For the purpose of payment the variation in value of work executed under these items shall be ascertained by measurement or valuation as for deviation. The variations shall be regularized as per condition 7.”

21 6 and 7 (a) Condition 6A, line 6 Add following after the words ‘preference to scale.’:- “However the provisions of any drawing of a later date shall take precedence over that of a drawing of previous date further subject to the condition that working drawing will take precedence over a Typical Detail Drawing.”

(b) Condition 6 A(a), line 1 For: “Quantities.” Read: “Quantities, Schedule ‘B’, ‘C’, ‘D’,”

(c) Condition 6 A(a), sub para 3, line 1 For: “one document forming” Read: “one document as defined hereinabove forming”

(d) Condition 6 A(A) (i) Existing sub para (b) to (f) shall be enumerated as sub para (c) to (g) (ii) Add new sub para (b) after existing sub para (a) as under:- “(b). Items and their quantities for which no rates or prices have been quoted shall be deemed to have been covered by the rates and prices quoted for the other items of Schedule ‘A’ or bill of quantities.”

(e) Condition 6 A(C) (iii) The existing contents shall be substituted as under:-

(iii) Contract sum exceeding Rs. 10 lakh but not exceeding Rs.100 lakh

: Rs. 20,000 plus 2% of Contract Sum exceeding Rs. 10 lakh subject to a maximum of Rs. 1,00,000/-

(iv) Contract sum exceeding Rs. 100 lakh : 1% of Contract Sum subject to a maximum of Rs. 5 lakh

22 8 (a) Condition 9 (c), line 19 For: “labour at Site” Read: “labour and tools and plants at Site”

(b) Condition 9(c), line 19 Add following at the end of para (c) viz line 21:- “The contractor shall give the details of idle labour, workmen, employees, tools and plants and such other details as asked by the GE, within seven days of issue of order of suspension and the GE shall verify the necessity and correctness thereof. Proper record of these details shall be maintained duly signed by the GE and the contractor.”

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 62

MILITARY ENGINEER SERVICES AMENDMENT TO GENERAL CONDITIONS OF

CONTRACT IAFW - 2249 (1989 PRINT)

1 2 3

23 8, 9 and 10 (a) Condition 10 A, sub para 2 Add in the end after the word “comply” following:-

“However if the cost of particular item of material in a contract exceed Rs. 1 lakh, these materials shall be procured only from the manufactures or from their authorised dealers/ stockist (except in case of material of local origin) and the contractor shall furnish proof thereof to the satisfaction of the GE that the material so comply.”

(b) Condition 10 A, sub para 2 Add in the end after the word “in the Contract.” following:-

“The approved samples of materials which loose their identity after incorporation in the work shall be preserved with the GE till completion of work. Thereafter the same shall be removed in ‘as is where is’ condition by the contractor with prior permission of the GE without any extra cost to the government. However, the approved samples of material which do not loose their identity after incorporation and which can be incorporated in the work as decided by the Engineer-in-Charge shall be allowed to be used in the sample quarter/ block/ work.”

(c) Condition 10 B, line 1 of last sub para of page 9 For: “cost of loading,” Read: “cost of carriage, loading,”

(d) Condition 10 B, line 3 of sub para 3 of page 10 For: “the Engineer-in-Charge may,” Read: “the GE may,”

(e) Condition 10 B, line 5 of sub para 3 of page 10 For: “as decided by the GE.” Read: “on the date of notifying to the contractor by GE (after technical check of final bill in CWE’s Office) as decided by the GE or the stock book rate as fixed by the department, whichever is higher.”

(f) Condition 10 B, line 6 of sub para 3 of page 10 For: “the market rate,” Read: “the recovery rate,”

24. 10 and 11 (a) Condition 11(A), sub para (i) to (vii) Existing contents of sub para (i) to (vii) shall be replaced as under with sub para (i) to (iv):-

“(i) by reason of civil commotion, local combination of workmen, strike or lockout, affecting any of the trades employed on the work, or (ii) by reason of delay on part of nominated sub contractors, or nominated suppliers which the Contractor has , in the opinion of G.E., taken all practicable steps to avoid, or reduce, or (iii) by reason of delay on the part of Contractors or tradesmen engaged by Government in executing works not forming part of the contract, or (iv) by reason of any other cause (except force majeure) which in the absolute discretion of the Accepting Officer is beyond the Contractor’s control;”

(b) Condition 11(A), last sub para, line 2 For: “G.E.” Read: “Accepting Officer”

(c) Condition 11(B), last but 3rd line from end For: “G.E.” Read: “Accepting Officer”

(d) Condition 11(C) The existing contents shall be substituted as under:-

“(C) Extension of time if due shall be granted within 45 days of receipt of request from the contractor along with supporting documents, but before expiry of original/extended period of completion.

(D) No claim in respect of compensation or otherwise, for idle labour and/ or idle machinery etc. and/ or business loss or any such loss, howsoever arising, as a result of extensions granted under Conditions (A) and (B) above shall be admissible. The decision on reason and quantum of extension shall be final binding.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 63

MILITARY ENGINEER SERVICES

AMENDMENT TO GENERAL CONDITIONS OF CONTRACT IAFW - 2249 (1989 PRINT)

1 2 3

24 (Contd..)

(E) DELAY ON ACCOUNT OF FORCE MAJEURE – Should any force majeure circumstances arise, each of the contracting party will be excused for the non fulfillment or for the delayed fulfillment of any of its contractual obligations, if the affected party within 15 days of its occurrence informs the other party in writing. Force majeure shall mean fires, floods, natural calamities such as earth quakes, lightening or other acts such as war, turmoil, strikes (otherwise than contractor’s employees), invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, damage from aircraft, sabotage, explosions, quarantine restrictions, beyond the control of either party.

It is understood and agreed between the parties here to that the rights and obligations of the parties shall be deemed to be in suspension during the continuance of the force majeure even as aforesaid and the said rights and obligation shall automatically revive upon cessation of the intervening force majeure event. The period within which the rights and obligations of the parties shall be in suspension due to force majeure event, shall not be considered as a delay with respect of the period of completion and/ or taking over work under the contract or otherwise to the detriment of either party. Not withstanding the provision of the immediately foregoing clauses, it is further understood and agreed between the parties hereto that in the event of any force majeure persisting for an uninterrupted period exceeding 6 (Six) months, either party hereto reserves the right to terminate this contract upon giving prior written notice of 30 (thirty) days to the other party of the intension to terminate without any liability other than agreement for the completed work and/ or contractor’s materials lying at site.”

25 12 (a) Condition 17, line 1 For: “The Contractor shall not” Read: “The Contractor including Public Sector undertaking/ Government agency shall not”

26 13 (a) Condition 18, line 1 For: “The Contractor shall not” Read: “The Contractor including Public Sector undertaking/ Government agency shall not”

27 14 and 15 (a) Condition 25, the contents of sub para 2 after line 5 shall be substituted as under:-

(a) For works costing between Rs. 50 lakh to 1000 lakh

A Degree holder in Engineering from a Govt recognized Institution or equivalent, with final or direct final passed of Sub Division II of the Institution of Surveyors (India) with at least 4 years practical experience of works.

(b) For works costing between Rs. 7.5 lakh to 50 lakh

A Degree holder in Engineering from a Govt recognized Institution or equivalent, with final or direct final passed of Sub Division II of the Institution of Surveyors (India) with at least 2 years practical experience of works.

(c) For works costing below Rs. 7.5 lakh

A Diploma holder in Engineering from a Govt recognized Institution with adequate practical experience of works.

Notes:- (1) Engineers (Degree/ Diploma holders) employed should be of the relevant discipline to which nature of work pertains. (2) The provision at Serial (b) & (c) above shall be applicable irrespective of the fact whether contractor himself is a Qualified Engineer or not. (3) Contractor shall employ additional Engineers as directed by GE where there are scattered sites. (4) For works costing more than Rs. 10 crore, the requirement of Engineering staff shall be as given in the tender documents. (5) For specialist works/ services Accepting Officer may vary requirement of supervisory staff in tender documents.

(b) Condition 25, last sub para on page 15: The contents of last sub para on page 15 shall be substituted as under:-

“ The G.E. shall have full powers, to put the contractor on notice on account of default either for non-employment of Engineer(s) or absence of Engineer(s) from site and levy penalty @ Rs. 500/- per day per vacancy upto 30 days period. Thereafter GE shall have the option to either suspend the work or employ Engineer(s) at contractor’s cost and recover the amount from contractor’s dues.”

28 15 (a) Condition 26, last sub para, last line

For: “Rs. 50/-” Read: “Rs. 5,000/- (Rupees five thousand only)”

29 16 (a) Condition 31, third sub para, line 2

For: “at the *All India Flat Rate per 1,000 gallons which” Read: “at the *All in cost Rate per 1,000 gallons subject to a minimum of Rs. 3.75per every Rs1000/- worth of work done priced at contract rates which”

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 64

MILITARY ENGINEER SERVICES AMENDMENT TO GENERAL CONDITIONS OF

CONTRACT IAFW - 2249 (1989 PRINT)

1 2 3

30 17 (a) Condition 36, last sub para Add the following at the end:- “ Fencing be provided wherever necessary as decided by GE to isolate the working area to make the area unrestricted from restricted”

31 17 (a) Condition 44, sub para 3, line 1 For: “rupees one lakh” Read: “rupees two lakh” (b) Condition 44, sub para 3, line 2 For: “rupees five lakh” Read: “rupees ten lakh”

32 18 (a) Condition 46, sub para 2, line 11 to 14 For: “Provided always that the liability of the Contractor under this Condition shall not extend beyond the defects liability period except as regards workmanship which the G.E. shall have previously given notice to the contractor to rectify.” Read: “Alternatively, such work, if technically/ structurally acceptable, without detriment to the safety and utility of the item and the structure may be permitted to be accepted as devalued and recovery shall decided by competent authority (CWE in respect of contract concluded by himself and GE’s and AGE(I) and CE in respect of contract concluded by him) or he may reject the work outright without any payment and/ or get it and other connected and incidental items rectified, or removed and re-executed at the risk and cost of the contractor. Whether any particular defect is due to unsound, imperfect or unskilful workmanship or due to normal wear & tear or user’s negligence, decision of GE shall be final and binding. Provided always that the liability of the contractor under this Condition shall not extend beyond the defects liability period except as regards workmanship which the G.E. shall have previously given notice to the contractor to rectify. Govt. further reserves the right to get the work technically inspected during currency of the contract and also during defects liability period by the Additional Director General of Technical Examination and/ or his Officers or any other agency. The defects observed as a result of such technical examination shall be rectified by the contractor as notified by the GE. However, if the defects are not rectified, the devaluation of the work shall be carried out and recovery thereon shall be affected. ”

33 19 (a) Condition 49, sub para 2, line 2,3 and 4 For: “within such period as may be notified by the Engineer-in-Charge, to the place of issue against written receipt from the Engineer-in- Charge.” Read: “to the place of issue as stipulated in Condition 10(B) here-in- before against written receipts from the Engineer-in-Charge.”

(b) Condition 49, sub para 5, line 3,4 and 5 For: “before the completion of entire group, but for all purposes of the contract except for compensation for delay, the completion of the entire group shall be taken into account.” Read: “before the completion of the entire group. In such event, the grouping (phasing) of items as catered for in the contract shall be deemed to have been amended accordingly.”

(c) Condition 49, sub para 7 Existing contents shall be substituted as under:- “On receipt of notice from the Contractor that the work has been completed, the G.E. shall within seven days certify to the Contractor the Date(s) on which the items or group of items of works are completed and taken over and the state thereof or shall notify the details of incomplete items of work to the contractor. In case of dispute between G.E. and the Contractor over completion of work, the decision of Accepting Officer or CWE in case of G.E.’s contract shall be final and binding.”

34 21 (a) Condition 55 Existing contents shall be substituted as under:- “55. Termination of Contract for Death—Without prejudice to any of the rights or remedies under this contract, if the Contractor dies, the Accepting Officer shall have the option of terminating the Contract without compensation to the Contractor. If proprietor has nominated a person during his lifetime, the nominee will be allowed by the GE to complete the balance work. However if the nominee is not willing or in the opinion of Accepting Officer is not capable of completing the work as contracted for, he shall terminate the contract without any compensation to the nominee. The decision of the Accepting Officer whether the nominee is capable or not shall be final and binding.”

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 65

MILITARY ENGINEER SERVICES

AMENDMENT TO GENERAL CONDITIONS OF CONTRACT IAFW - 2249 (1989 PRINT)

1 2 3

35

21 and 22 (a) On page 2 against Sl 59, Blank, add following in description “Determination of contract in the event of Force Majeure_” (b) On page 22, against SL 59, Blank Insert new condition 59 in lieu of Blank as under:- “59. Determination of Contract in the event of Force Majeure— The contract may be determined at the option of either party by giving 30 days notice in writing to the other party should any event of ‘Force Majeure’ continue to prevail for an uninterrupted period of six months and no progress of work is achieved owing to such circumstances during theses six months. On receipt of notice from one party to other explaining circumstances of ‘Force majeure’ the Garrison Engineer and contractor will carry out joint inspection of works and an inventory of completed, incomplete works and the materials collected for incorporation in the work shall be prepared for processing of final bill. The contractor shall have no claim to payment of any compensation on account of any profit or advantage which he may have derived from the execution of work in full but which he could not derive due to determination of contract on account of ‘Force Majeure.”

36 22 (a) Condition 61, Last but one para, line 6 For: “Rs. 500/-” Read: “Rs. 5,000/-”

37 24 (a) Condition 64, subpara1 and 2 Substitute existing contents with following:- “64. Advances on Account-- The contractor may at intervals of not less than 30 days for contracts of value less than Rs. 50 lakhs and 15 days in case of contracts more than 50 lakhs submit claims on I.A.F.W. – 2263 provided the payment due is not less than Rs. 50,000/- and for Term Contracts, contractor may prefer not more than two claims for payment of advances on account of work done and of materials delivered in connection with Measurement and Lump Sum Contracts. However such claim for work done, which are required to be measured, shall be submitted only after recording joint measurements in the MES Measurement Book IAFW-2261.”

(b) Condition 64, sub para 3, line 3 For: “Engineer-in-Charge:-” Read: “Garrison Engineer:-” c) Condition 64, sub para 8 and 9 Insert a new sub para between sub para 8 and 9 as follows:- “ Provided further, the contractor may be paid advance on account to the full value of materials such as fittings and fixtures and other manufactured items as decided by the GE which do not lose their identity, brought on the site, on his furnishing Guarantee Bond(s) or Fixed Deposit Receipt(s) from Schedule Bank for the amount of retention money which should otherwise be recoverable from him under the contract. The Guarantee Bond and Fixed Deposit Receipt shall be executed and kept valid in a manner as described here-in-before.”

38 25 (a) Condition 66, line 2 For: “the period being” Read: “the period to be”

(b) Condition 66, line 3 For: “by the G.E.” Read: “by the Engineer-in-Charge”

(c) Condition 66(a) For: “Four months” Read: “Six months”

(d) Condition 66(b) For: “Six months” Read: “Nine months”

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 66

MILITARY ENGINEER SERVICES AMENDMENT TO GENERAL CONDITIONS OF

CONTRACT IAFW - 2249 (1989 PRINT)

1 2 3

39 27 Existing Condition 71 Jurisdiction of Courts shall be renumbered as Condition 72

40 27 Add a new Condition 71 Conciliator as under:- “71. Conciliator—If a dispute (other than those for which the decision of the CWE or any person is by the contract expressed to be final and binding) of any kind whatsoever arises between the parties to the contract during the execution of the works, or after completion or after determination cancellation/ termination of the contract, including any disagreement by either party with any action, inaction, opinion, instruction, certificate or valuation by the Accepting Officer or his nominee, the matter in dispute shall, in the first place be referred to the Disputes Resolution Board (DRB) in case of contracts valuing Rs. 10 crore or more and to conciliation, by a sole conciliator, in case of contracts valuing less than Rs. 10 crore.In case of disagreement with the decision of such DRB or conciliator, any party may invoke arbitration clause. Procedure for the constitution/ appointment of DRB/ Conciliator shall be as laid down in the Contract Agreement.”

____________________________ SIGNATURE OF CONTRACTOR SSW For Accepting Officer DATED :

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 67

SCHEDULE OF MINIMUM FAIR WAGES

1. It is hereby agreed that the "Schedule of Minimum wages" as published by Govt of India /State Govt/Govt local authorities whichever is highest and which specifies minimum rates of wages for various categories of workman as applicable on the last due date of receipt of this tender shall form part of these tender document. 2. The minimum rates of wages shall consist of all inclusive rates and include also the wages for weekly day of rest. 3. My/our signature here under amount to my/our having signed the aforesaid documents forming part of this tender.

____________________________ SIGNATURE OF CONTRACTOR SSW For Accepting Officer DATED :

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 68

SPECIAL CONDITIONS

1. GENERAL

1.1 The following Special Conditions shall be read in conjunction with the General Conditions of Contracts,IAFW-2249 and IAFW-2159 (Revised-1947) including errata/amendments thereto. Any provision in these special conditions if at variance with that of the aforesaid documents shall take precedence there over. The term General specification used in any of the documents forming part of the contract refer to the specification contained in the MES Schedule.

2. SPECIFICATIONS

2.1 General specifications mentioned anywhere in the contract including those in General Conditions of Contracts,

viz IAFW-2249, shall mean the specifications given in the MES Standard Schedule of Rates 2009 (Part-I). Particular

specifications given here-in-after are in brief and only to particularise/amend and emphasise the specification given in

the MES standard Schedule of Rates. Specifications, General Rules. Preambles and special conditions contained in MES

standard Schedule of Rates 2010 Part-II (rates) shall, unless specifically described otherwise, be applicable to this

contract.

2.2 Any work shown on drawings(s) but not described in particular specifications shall, unless specifically described

to be excluded from the contract, be deemed to be included in the item rate quoted by contractor for Schedule 'A'. In

case of doubt with regard to the manner of detail for executing the work, the decision of the Accepting Officer shall be

final, conclusive and binding. This shall not be applicable to the items of work pertaining to services for which separate

parts of Schedule 'A' setting out the requirements have been given. Should there be item(s) or parts as shown on

drawings but not included in the relevant sections of Schedule 'A' these shall, unless otherwise described or stated in

the contract, constitute an additional work.

2.3 All headings and marginal notes to these special conditions or to any other documents of this contract are

solely for the purpose of giving a concise indication and not a summary of the contents thereof, and they shall never be

deemed to supersede the contents of the clauses.

2.4 The tenderer is advised to point out in writing discrepancy(s), if any, of the tender documents, at least 10 days

before the due date of receipt back of tender. In case discrepancy(s) in contract documents is/are noticed by the

Contractor during execution of the works, it shall be brought out to the notice of the Accepting Officer of contract and

others concerned in writing before commencement of the particular work where discrepancy (s) is/are noticed failing

which the contractor shall forfeit his right to claim on account of such discrepancy (s)

2.5 Also where there are obvious mistakes in any of the contract provisions, the Accepting Officer shall be sole

deciding authority with regard to the intention of the contract documents and his decision in this respect shall be final,

binding and conclusive.

2.6 Where the drawings show finishes to wooden members, such finishes shall be applied to wooden members as

well as wood based members. However, surfaces covered with laminates shall not be given any finish such as painting,

polishing etc.

2.7 Where reinforcement details/thickness of RCC members such as slab, beams, lintels etc are not shown on the

drawings, the same shall be supplied by the GE on the basis of provisions in IS-456-2000 and the same shall be

provided and incorporated in the works by the contractor and no extra payment will be admissible on this account.

2.8 Where ever nomenclatures of structural slabs ( e.g S-I, S-2 etc) is given in the RCC Plans, the details of

reinforcement for such slabs shall be as given for slabs of the same nomenclature elsewhere, if not given in the same

drawing.

2.9 Dwarf wall in situations like verandah, passage etc even if not shown on drawings, shall be deemed to be

included in the scope and shall be provided at no extra cost to the department.

3. CONDITIONS OF CONTRACTS AND EXECUTION OF WORKS

3.1 The various sections /Sub-divisions of the tender documents shall be deemed to be supplementary/

complementary to Each other.

4. INSPECTION OF SITE BY THE TENDERER

4.1 The tenderer is advised to contact the Garrison Engineer for the purpose of inspection of site (s) and relevant documents other than those sent herewith, who will give reasonable facilities for the purpose. The tenderer shall also make themselves familiar with the working conditions, accessibility of site (s), availability of materials and other cogent conditions which may effect the entire completion of work under this contract.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 69

SPECIAL CONDITIONS (CONTD….)

4.2 Refer Condition 4 of IAFW-2249. The tenderer shall be deemed to have satisfied himself before submitting his tender as to the nature of the ground and sub-soil (so far as it is practicable), the climatic conditions, the form and nature of the site, nature of work and the manner of access to the site and the accommodation he may require. In general, the tenderer shall be deemed to have himself obtained all necessary information’s on inspection of site, as to risks, contingencies and other circumstances which may influence or effect his tender. No extra payment consequent on any mistake or misunderstanding or otherwise on this account shall be allowed. 4.3 The tenderer shall be deemed to have inspected the site (s) and made themselves familiar with the working

conditions, whether they have actually inspected the site (s) or not.

5. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS (ACCOMMODATION FOR LABOUR ETC) 5.1 Delete the following in para 1 of Condition 24 of IAFW-2249, General Conditions of Contracts: "In the event of the areas of land...........allotted to him" and the following shall be read in conjunction with condition 24 of IAFW-2249. "The contractor shall be permitted to store his materials including erecting temporary sheds there for temporary workshops and the like at the area of land marked for this purpose, on the site plan/shown by the GE free of rent, if it is on Class A-I land. For other types of land he shall be charged license fee of Rs. 1/- per year or part of year for each and every separate area of land allotted to him". No land shall be allotted to the contractor for construction of huts for accommodation of labour.

6. CONDITION OF WORKING

6.1 The work lies in UNRESTRICTED AREA. However, the contractor, his agents, servants, workmen and vehicles may pass through specified points/route, pass through unit lines and may be asked to disclose their identity and bonafides by the authority controlling the area as per their rules and regulations. Engineer-in-Charge shall at his discretion have the right to issue passes, control their admission to the site of work or any part thereof after through verification of antecedent by contractor. The contractor shall, on demand by the Engineer-in-Charge, submit a list of personnel etc., concerned and any other information called for by the Engineer-in-charge and shall satisfy the Engineer-in-charge as to the bonafides of such people. Passes shall be returned at any time on demand by The Engineer-in-charge and in any case on completion of work.

6.2 The contractor and his work people shall observe all the rules promulgated from time to time by authority

controlling the area in which the work is to be carried out e.g. prohibition of smoking, etc. Any person found violating

the security rules laid down by the authority shall be immediately expelled from the area without assigning any reasons,

whatsoever, and the contractor shall have no claim on this account. Nothing shall be admissible for any man hours lost

on this account.

7 FIRE PRECAUTIONS 7.1 The contractor, his agent, representatives, workmen etc shall strictly observe the orders pertaining to fire precautions prevailing within the restricted area/place of execution of work. 7.2 Motor transport vehicles if any allowed by authorities to the restricted area/place of execution of work must be fitted with serviceable fire extinguishers and flash eliminators. The contractor shall be responsible to abide by security rules promulgated by the authority. 7.3 Any kind of smoking and carrying lighting/match box or any fire instruments within the restricted area/place of

execution of work is strictly prohibited. 8. SECURITY OF CLASSIFIED DOCUMENTS

8.1 Contractor's special attention is drawn to condition 2-A & 3 of General conditions of contracts (IAFW-2249).

The contractor shall not communicate any classified information regarding the works either to Sub-contractors or others

without prior approval of the Engineer-in-Charge. The contractor shall also not make copies of the design/drawings and

other documents furnished to him in respect of the work and he shall return all documents on completion of the work or

earlier on termination of contract. The contractor shall alongwith final bill attach a receipt from the Engineer-in-Charge

in respect of his having returned the classified documents as per condition 3 of General conditions of Contracts (IAFW-

2249).

9. OFFICIAL SECRET ACT

9.1 The contractor shall be bound by the India Official Secret Act, 1923, particularly Section 5 thereof, all as per

condition 2A of IAFW-2249.

10. EMPLOYMENT OF PERSONNEL

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 70

SPECIAL CONDITIONS (CONTD….)

10.1 Contractor shall employ only Indian Nationals as his representatives, servants and workmen after verifying

their antecedents and loyalty. He shall ensure that no person of doubtful antecedents and nationality is, in any way,

associated with the work. If for the reasons of technical collaboration or other considerations the employment of

foreign national (s) is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at

the time of submission of the tender. As a proof that the contractor has employed only India Nationals, he shall render

a certificate to GE within one month from the date of acceptance of tender to this effect. In case the GE desires,

contractor will have the police verification done of personnel employed by him. All expenses in connection with

verification antecedents by Police Authority/Security Agency shall be borne by the contractor.

10.2 The GE shall have full power, and without giving any reason to order the contractor immediately to cease to

employ in connection with this contract, any agent, servant or employee whose continued employment is, in his opinion,

undesirable. The contractor shall not be allowed any compensation on this account.

10.3 The contractor's attention is also drawn to condition 25 of IAFW-2249 in this connection.

11. DAMAGE TO EXISTING STRUCTURES

11.1 Any damage to the existing structures, any existing road, cables, communication lines, etc., during the

execution of work shall be made good by the contractor at his own expense. Rectification, replacement, making good

and touching up etc shall be carried out to conform to the materials and workmanship originally provided and to the

satisfaction of the Engineer-in-Charge. In case of any dispute on this account, the decision of the GE shall be final,

conclusive and binding.

12. QUARRIES AND ROYALTIES

12.1 Quarries are not available on land which is in the charge of MES authorities. Condition 14 of IAFW-2249 shall

be treated as not applicable contractor to pay all royalties as per Govt order and nothing extra will be paid on this

account.

13. APPROACHES

13.1 The contractor shall make arrangements for and provide at his own cost all temporary approaches, if required

to the site (s), after obtaining approval in writing of the GE to the layout of such approaches.

14. LOCATION OF BUILDINGS AND WORKS

14.1 There may be some changes in location/siting of building shown in site (layout) plan (s) to suit local conditions

and/or departmental requirements. The contractor shall have no claim what-so-ever consequent to such change in the

location/siting of works.

15. ACTION WHERE NO SPECIFICATIONS EXIST

15.1 In case of any class of work for which there are no specifications in the tender documents including SSR, such

work shall be carried out in accordance with Indian Standard Specifications and where Indian Standard Specifications do

not cover the same, the work shall be carried out as per standard engineering practice subject to the approval of the

GE.

15.2 No claim what-so-ever will be tenable for any misunderstanding or for not having ascertained requisite

information/knowledge to muster the resources required in satisfactory completion of the entire work to requirements

as per contract agreement.

16. METHOD OF MEASUREMENTS

16.1 Measurement of all measurable work executed under this contract shall be taken in accordance with the rules

of measurements as laid down in SSR Part –I, 2009 & SSR Part-II, 2010 pertaining to various items of work as

applicable, unless otherwise indicated in the respective sections\ parts of Schedule 'A'. In case the method of

measurements for a particular item of work is not given in SSR, a reference will be made to the relevant provisions

contained in the latest edition of IS-1200.

17. COORDINATION WITH OTHER AGENCIES

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 71

SPECIAL CONDITIONS (CONTD….)

17.1 The contractor shall permit free access and afford normal facilities and usual convenience to other agencies or

departmental workmen to carryout connected works or services under separate arrangements. The contractor will not

be allowed any extra payment on this contract.

18. SECURITY AGAINST LOSS OR DAMAGE

18.1 CONTRACTOR'S PLANTS/EQUIPMENTS AT SITE:- The contractor shall furnish to the Engineer-in-charge

every morning a distribution return of his plants/equipments on the site of the work, stating the following particulars :-

(i) Particulars of plants/equipments, its make, manufacture No., Model No., if any, Registration No., if any, capacity,

year of manufacture and year of purchase etc.

(ii) Total No (Quantity) on site of work.

(iii) Location and indication of No.(quantity) at Each location of the site of work.

(iv) Purchase value on the date of purchase. For the purpose of this condition, plant/equipment shall include vehicles

i.e. trucks and lorries but neither the workmen's tools nor any manually operated tools/equipment. The Engineer-in-

charge shall record the particulars supplied by the contractor in the works diary and send monthly return to the GE for

record in his office.

18.2 LOSS ON ACCOUNT OF ENEMY ACTION :- If as a result of enemy action the contractor suffers any loss or

damage, the Govt, shall reimburse to the contractor such loss or damage to the extent and in the manner provided

here-in-after :-

(i) The loss suffered by him on account of any damage or destruction of his plants/equipment (as defined in special

condition (a) above), materials or any part or parts thereof the amount of loss assessed by the Accepting Officer of the

contract on this account shall be final, conclusive and binding.

(ii) The compensation paid by him under any law for the time being in force, to any workmen employed by him for any

injury caused to workman or workman's legal successor for loss of the workman's life.

(iii) Payment of compensation for loss or damage to any work or part of work carried out. The amount of compensation

shall be determined in accordance with condition 48 of General conditions of Contracts ( IAFW-2249).

(iv) No reimbursement shall be made nor shall any compensation be payable under the above provision unless the

contractor had taken Air Defence precautions ordered by the GE/or concerned, or in the absence of such order,

reasonable precautions taken by the contractor. No reimbursement shall be made nor shall any compensation be

payable for any plants/equipment or materials not lying at site of work at the time of enemy action.

19. WATER

19.1 Refer Condition 31 of General Conditions of Contracts (IAFW–2249).

19.2 Water will be supplied by MES to the Contractor at Points shown on Site Plan/ as shown by the GE from piped System and shall be paid by the contractor at the rate of Rs 21.86 per 1000 ltrs of water supplied by MES priced at contract rates. The Contractor shall arrange at his own expense for Storage of Water and Lifting Pumping, carrying of conveying Water to the Site of Work as required. In case Water Points are not marked on the Site Plan, the Water shall

be supplied at ONE POINT as decided by GE. 19.3 However, the supply of water may not be continuous and adequate. Necessary arrangements for conveyance

and storage of water will have to be made by the contractor at his own cost. In the event of breakdown of MES supply

of water or its becoming intermittent or in the event the said supply of water is found inadequate for use in works and

by his work people, the contractor shall allow in his tender for making his own arrangements to supplement the MES

supply by any other means or digging tube well(s) under his own arrangements at his own cost at the site(s) of work.

and the contractor shall have no claim what-so-ever on this account.

19.4 The contractor shall have no claim on restriction imposed during the currency of the contract with regard to

supply of water to meet other local requirements.

19.5 Irrespective of whether contractor uses water supplied by MES in part or in full or supplements the MES supply

of water by wells or by any other means, the contractor shall pay for the water drawn from MES as specified in Sub Para

19.2 above.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 72

SPECIAL CONDITIONS (CONTD….)

20. ELECTRICITY

20.1 In case the contractor desires to buy electricity from the MES, he shall be charged for electric energy

consumed at the following rates :-

(i) At Rs. 12.05 per KWH for Power & Light

20.2 Electric supply required for the work shall be made available by the MES at the point (s) marked on the layout

plan. The main switches and energy meter to register the electric energy supplied shall be provided and installed by

the MES. The contractor shall provide all necessary cable, fittings etc from the main switches in order to ensure a

proper and suitable supply of electricity for the execution of work. The contractor shall also provide necessary earthing

keeping in view the safety requirements. The MES does not guarantee for the continuity of supply and no compensation

what-so-ever shall be allowed for supply becoming intermittent or for breakdown in the system. The actual position of

supply point (s) for electric energy will be ascertained by the contractor from the GE before submitting his tender.

Irrespective of whether he actually inspects or not, he shall be deemed to have inspected and seen the supply point (s)

in consultation with GE before submitting his tender. No claim, what so ever, shall be entertained on this account.

21. Blank

22. SAMPLES OF MATERIALS/ARTICLES :-

22.1 Materials/Articles provided by the contractor for in-corporation in the works shall unless otherwise specified in

the particular specifications, comply with the requirements of the relevant Indian Standards (IS) of the year of

Publication/edition specified in the MES Schedule Part-I and shall have IS certification marking, in particular, the

following items as applicable :-

(i) All types for Water proofing compound / integral liquid water proofing admixture.

(ii) Anti corrosive chemical (iii) Cement (iv) Reinforcement Bars (v) Exterior Emulsion & Primer

(vi) Cables (vii) Aviation obstruction light

(viii) Wireless water level indicator with buzzer (ix) Any other material as decided by GE

22.2 Sample of all other materials such as polythene film, polyurethane sealant, , water based paint, concrete pipe

etc. shall be got approved by the contractor from GE before incorporation in the work.

22.3 The tenderers are advised to inspect sample of the materials which are displayed in the office of the Garrison Engineer before submitting his tender. The tenderers shall be deemed to have inspected the samples and satisfied himself as to the nature and quality of materials, he is required to incorporate in the work, irrespective of whether he has actually inspected or not. The materials to be incorporated in the work by the contractor shall conform to or shall be superior in quality to the sample displayed and shall comply with the specifications given here-in-after. The materials to be provided by the contractor shall conform to or be superior to the sample.

22.4 The selection and use of sources for materials shall be subject to the compliance of these specifications read in

conjunction with the MES Schedule and relevant India Standard Specifications.

22.5 Refer condition 10 of IAFW-2249 and Clause No 1.6 & 1.7 of MES Standard Schedule of Rates Part-I

(Specifications) .

22.6 The contractor shall not procure materials unless the samples are first approved by the Garrison Engineer. 22.7 The materials other than materials of local origins shall comply with the requirement of the latest IS. 22.8 The cost of testing of material shall be borne by the contractor, while quoting their rates for each item of Schedule ‘A’ ,this aspect shall be kept in mind and nothing extra shall be admissible on this account.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 73

SPECIAL CONDITIONS (CONTD….)

23. PROPRIETORY MATERIALS/ARTICLES-

23.1 The proprietary articles such as Anti-termite Chemical, bitumen, fibre base felt, water proofing compound,

paint, etc. when brought to site shall be inspected and approved by the GE.

23.2 The quantity of proprietary articles brought to site shall be recorded in measurement book (IAFW-2261) and

signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought

to site for incorporation in the works.

23.3 The proprietary materials shall be stored as directed. Those already recorded in the Measurement book shall

be marked suitably for identification.

23.4 The contractor, shall on demand, produce to the GE, Original receipt vouchers/invoices in respect of the

supplies, to ensure that the contractor has actually brought the articles of required quality and quantity from the

authorised agent/manufacturer/supplier and also to find out the rates thereof.

23.5 The chemical required for anti-termite treatment shall be purchased from manufacturers/authorised dealers

only and contractor shall produce the cash voucher etc. to prove the genuineness of the same. GE will also ensure that

proper quality/quantity of chemicals are brought and incorporated in the works.

23.6 The condition 64 of the General Condition of Contracts shall be deemed to be modified to the extent mentioned here-in-after. Add the following in continuation of para 8 "Provided further the contractor may be paid advance on account to the full value of the under mentioned materials only, brought on the site, on his furnishing Guarantee Bond(s) from a Scheduled Bank for the amount of retention money which should otherwise be recoverable from him under contract :-

(i) All types for Water proofing compound / integral liquid water proofing admixture.

(ii) Anti corrosive chemical (iii) Cement (iv) Reinforcement bars (v) Exterior Emulsion & Primer

(vi) Cables (vii) Aviation obstruction light

(viii) Wireless water level indicator with buzzer (ix) Any other material as decided by GE

The Vouchers/invoices will clearly indicate the contract number and the IS No. specific alternative to which the

material conforms in case of various alternatives given in IS.

23.7 The Bank Guarantee Bonds shall be executed for a period of 24 months and on a form as directed by the Accepting Officer. The contractor shall further arrange to extend the period of Guarantee Bond if and when necessary, as directed by the Accepting Officer or shall furnish fresh guarantee bond(s) of similar value in lieu. It shall be noted that advance on account to the full value of materials brought on the site is permissible only in respect of fittings and fixture and other manufactured items which do not lose their identity materials. 24. RECORD OF CONSUMPTION OF CEMENT

24.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialled by Engineer-in-Charge against numbering showing quantities of cement records and used in the work daily and balance at the end of each day. The form of record shall be as approved by Engineer-in-Charge. The register shall be signed daily by the representative of MES and the contractor in token of verification of its correctness and shall be checked by Engineer-in-Charge, at least once a week and on the days cement is issued to the contractor. 24.2 The register shall be kept at site safe custody of the contractor representative during the progress of the work and shall on demand, be produced for verification to the inspecting officers. 24.3 On completion of the work the contractor shall deposit the cement register with the Engineer-in-Charge for record. 25. RECORD OF MATERIALS 25.1 The quantity of materials such as cement, steel, paints, water proofing compound, chemicals for Anti-termite treatment and the like, as directed by the Engineer-in-Charge (the quantity of which cannot be checked after incorporation in the works), shall be recorded in measurement books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 74

SPECIAL CONDITIONS (CONTD….)

25.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those already recorded in Measurement Book shall be suitably marked for identification. 25.3 Contractor shall produce vouchers/invoices from the manufacturers and/or their authorized agents for the full quantity of the following materials as a pre-requisite before submitting claims for payment for advances on account-of the work done and/or materials collected in accordance with Condition 64 of General Conditions of Contracts IAFW-2249

(i) All items for which payment is claimed in RAR as “ Material lying at site” (ii) Cement (iii) Reinforcement bars. (iv) All types of water proofing/ integral liquid water proofing admixture (v) Anti corrosive chemical (vi) Exterior Emulsion & Primer (vii) Cables (viii) Aviation obstruction light (ix) Wireless water level indicator with buzzer

25.4 The contractor shall ensure that the materials are brought to site, in original sealed containers/packing, bearing manufacturer's marking except in the case of the requirement of materials(s) being less than smallest packing. 25.5 The vouchers/invoices will clearly indicate the contract number and the IS No., specific alternative to which the material conforms in case of various alternative in IS.

26. WATCH/LIGHTING

26.1 The contractor shall at his own cost take all possible precautions to ensure safety of life and property by

providing necessary fencing, barrier, light, watchman etc. during the progress of work and as directed by Engineer-in-

charge.

27. MAKING GOOD

27.1 The contractor shall leave or form holes in concrete (Plain or RCC), Brick work, stone masonry and in any other

situation as required for the work or as directed by the Engineer-in-charge and make good all the holes in the same

mortar and mix as specified for that portion of work.

28 CLEANING DOWN

28.1 Refer condition 49 of IAFW-2249. The contractor shall clean all floors, remove cement, lime or paint drops,

clean joinery, glass panes etc, touch up all painter's work and carry out all other necessary items of work in connection

there with and leave the whole premises clean and tidy to the entire satisfaction of Engineer-n-charge before handing

over the items/works. No extra payment shall be admissible to the contractor for this operation.

29. ADJUSTMENT OF TAXES/LEVIES

29.1 Tendered rates are inclusive of all taxes and levies payable under the respective statues and nothing extra will

be paid on this account.

30. CONSTRUCTION LABOUR WELFARE CESS/TAX 30.1 Consequent upon promulgation of ordinance by the President of India, the Contractor is liable to pay element for construction Labour Welfare Cess/Tax. The rates quoted by the contractor shall be deemed to be inclusive of this CESS/TAX at the rate prevailing on last due date for receipt of tenders. 31. WORK ON HOLIDAY

31.1 The contractor shall not carryout any work on gazetted holidays, weekly holidays and other non-working days

except when he is specially authorised in writing to do so by the GE. The GE may at his sole discretion declare any day

as holiday or non-working day without assigning any reason for such declaration.

32. QUALIFIED TRADESMEN

32.1 In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts), the contractor shall

employ skilled/semi skilled tradesmen who are qualified and possessing certificate in particular trade from Industrial

Training Institute (ITI)/National Institute of Construction Management and Research (NICMAR)/Similar reputed and

recognised institutes by State/Central Government, to execute the works of their respective trade. The number of such

qualified tradesmen shall not be less than 25% of total skilled/semi skilled tradesmen required in Each trade. The

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 75

SPECIAL CONDITIONS (CONTD….)

contractor shall submit the list of such tradesmen alongwith requisite certificates to Garrison Engineer for verification

and approval. Notwithstanding the approval of such tradesmen by GE, if the tradesmen are found to have inadequate

skill to execute the work of their trades, leading to unsatisfactory workmanship, the contractor shall remove such

tradesmen within a week after written notice to this effect by the GE and shall engage other qualified tradesmen after

prior approval of GE. GE’s decision whether a particular tradesmen possesses requisite qualification, skill and expertise

commensurate with nature of work, shall be final and binding. No compensation whatsoever on this account shall be

admissible.

33. PRICING OF DEVIATIONS

33.1 The principle enumerated in condition 62 of IAFW-2249 shall apply to various sections of Schedule 'A' of this

contract.

34. MINIMUM WAGES PAYABLE

34.1 Refer condition 58 of IAFW-2249. Govt of India, Min of labour (Deptt of labour and Employment) vide

notification dated 28 Jan 2002 have fixed minimum rates of wages as upto dated from time to time for various

categories of employees under the Minimum Wages Act, 1948.The contractor shall not pay wages lower than minimum

wages including allowances as fixed under said notification as updated till the date of receipt of tender. Where in any

area the minimum rates of wages are also fixed by state Government for employees in employment in the

construction/maintenance of buildings/roads/ runways, the labour wages as fixed vide above said updated Notification

of Ministry of Labour or respective state Government whichever is higher in respect of these areas shall be deemed

minimum rates of wages payable under this contract and the contractor shall not pay lower than this minimum rates of

wages.

34.2 Contractor's attention is also drawn, amongst other things to the 'explanations' to the schedule of minimum

wages referred to above.

34.3 The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the same as the minimum

wages, referred to above as upto dated from time to time.

34.4 The contractor shall have no claim whatsoever, if on account of local factor and/or regulations, he is required

to pay the wages in excess of minimum wages as described above during the execution of work.

34.5 Schedule of min wages has not been enclosed alongwith tender documents. However, contractor shall be

deemed to have verified the minimum wages payable as on the last due date of receipt of tender.

35. SITE CLEARANCE

35.1 Irrespective of what is mentioned in special conditions or anywhere in this contract, penal recovery rates for

non clearance of site after completion of works, to the entire satisfaction of the Engineer-in-charge’s, will be as under :-

(i) Non clearance of Debris :Rs 100.00 Per cum per week

(ii) Non repairing of road :Rs 50.00 Per RM per week

(Cut for laying water supply or electric line)

36. TESTING OF MATERIALS

36.1 The cost of testing of materials as listed in Appendix ‘A’ except material issued under Schedule ‘B’ shall be

borne by the contractor.

36.2 Rates given under Col 7 of Appendix ‘A’ shall be for per lot of samples.

36.3 A level tests for works costing 100 Lakhs : The contractor may set up site laboratory at his option for works

costing 100 lakhs and above. The other stipulations will be same as specified in proceeding para. However, in case the

contractor has not set up the site laboratory and tests are carried out in zonal or any other laboratory approved/set up

by GE, a the recovery shall be made at rates given in Appendix ‘A’ for tests carried out in zonal lab or otherwise as per

actual rates in case the tests are carried out in other labs. Testing charges will be deducted from the RARs irrespective

of the test result for such tests.

36.4 B&C level tests: For tests of ‘B’ and ‘C’ level as indicated in Appendix ‘A’ charges for the same shall be borne by

the contractor at the rates indicated in Appendix ‘A’, only if the test results disclose that materials are not conformity

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 76

SPECIAL CONDITIONS (CONTD….)

with provisions of the contract. However, if the tests results disclose that materials are in-conformity with the provisions

of the contract, no recovery shall be effected from the contractor.

36.5 The recoveries on account of testing charges wherever applicable shall be effected from the running account

payments due to the contractor payable after completion of the respective test or whenever the test is due whichever is

earlier.

37 FEES CHARGEBALE BY POLICE AUTHORITIES FOR VERIFICATION OF ANTECEDENTS

37.1 Verification of antecedents of Proprietor/Partners/Directors of the firm in connection with issue of tender and

of Enlistment shall be Govt. responsibility and accordingly payment to police authorities towards verification of

antecedents shall be borne by Govt.

37.2 Verification of antecedents of Contractor’s representatives/labour deployed at site in connection with

execution of work under the contract, as per security requirement of User Unit/Installation shall be the responsibility of

the contractor and all expenses in connection with verification of antecedents by Police Authority/Security Agency shall

be borne by the contractor.

38. VALIDITY OF TENDER 38.1 The tender shall remain open for acceptance for a period of 75 (Seventy Five days) from bid submission end date as mentioned in web site. For the purpose of calculating this period, the day on which the tenders are due to be submitted shall be excluded. 39. CPM NET WOPK DIAGRAM 39.1 The time and progress chart to be prepared as per condition 11 of General Conditions of Contracts(IAFW-2249) shall consist of detailed net work analysis and a time schedule. The critical path net work shall be drawn jointly by the GE and the contractor soon after acceptance of tender. The time scheduling of the activities shall be done by the contractor so as to finish the work within the stipulated time. On completion of the time schedule a firm calendar date schedule shall be prepared and submitted by the contractor to the GE who shall approve it after due scrutiny. The schedule shall be submitted in four copies within two weeks from the date of handing over the site. In case the contractor fails, to submit the CPM net work diagram, the network prepared by the GE shall be binding on him. 39.2 During the currency of the work, the contractor is expected to adhere to the time schedule and this adherence shall be a part of his/their performance under the contract. During the execution of the work, the contractor is expected to participate in the reviews and updating of the net work undertaken by the GE. These reviews may be undertaken at the discretion of the GE, either as a periodic appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation orders or otherwise. Any revision of the time schedule as a result of the review, shall be submitted within a week by the contractor to the GE for his approval after due scrutiny. 39.3 The contractor shall adhere to the revised time schedule thereafter. In case of contractor disagreeing with revised schedule, the same shall be referred to the Accepting Officer whose decision shall be final, conclusive and binding. GE's approval to the revised schedule resulting in a completion date beyond the stipulated date of completion shall not automatically amount to a grant of extension of time. Extension of time shall be considered and decided by the appropriate authority mentioned in condition 11 of IAFW-2249 and separately regulated. 39.4 Contractor is expected to mobilize and employ sufficient resources to achieve the detailed schedule within the broad frame work of the accepted methods of working and safety. 39.5 No additional payment will be made to contractor for any multiple shift work or other incentive methods contemplated by him in his work schedule, even though the time schedule is approved by the department. 40. RELEASE OF ADDITIONAL SECURITY DEPOSIT. 40.1 Refer Conditions 22 and 68 of IAFW-2249.17.2 The contractor, in case he has to deposit additional security for the contract, is advised to deposit the additional security in two equal parts so as to facilitate its release in accordance with condition 68 of IAFW-2249. 41. SITE FOR EXECUTION WORK 41.1 Site for execution of work shall be available as soon as the work is commenced on the date as mentioned in the Work Order No 1. However, in case due to unavoidable circumstances it is not possible to make the entire sites available on the date of the commencement, the contractor shall have to arrange his programme accordingly. No claim whatsoever for not getting the entire site on the date of commencement of work & for giving the site gradually shall be tenable.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 77

SPECIAL CONDITIONS (CONTD….)

42. RECOVERY CHARGES FOR TESTING OF MATERIALS 42.1 Where testing of contractor's materials is carried out in zonal/National test house/SEMT wing/Engineering college by the department, the contractor shall be liable to pay the testing charges as stated in Appendix `A' to particular specifications and shall be recovered from the contractor's running payment/final bill as the case may be. 43. SAFETY PRECAUTION 43.1 The contractor shall take every/precaution to control traffic on road keeping danger boards, necessary lighting arrangements, fencing and watchman to avoid any damage. In case due to excavation or others the road is to be blocked the contractor shall, without any extra cost to the Govt. provide separate bypass so that normal traffic is not disturb. 43.2 Any damages to the existing road/building etc, shall be made good by the contractor with the same specifications as per existing work, without any extra cost to the Govt. In the event of contractor not fully complying with the above provisions to the satisfaction of the GE, the GE may provide the same for which the expenses incurred shall be recovered from the contractor. 44. REIMBURSEMENT/REFUND ON VARIATION IN PRICES 44.1 Ref condition of 63 of IAFW-2249 45. RETENTION MONEY/COMPENSATION FOR DELAY 45.1 Refer condition 64 of IAFW-2249 (Advances on account) and Condition 50 of IAFW-2249(Compensation for Delay). 45.2 For the purpose of calculating retention money and liquidated damages under condition 64 ofIAFW-2249 and compensation for delay in completion of work under condition 50 of IAFW-2249,the value of contract as revised by above mentioned price variation under modified condition 63 of IAFW -2249 shall be taken into account. 46. OFFICIAL SECRET ACT 46.1 Refer Condition 24 of General Condition of Contract IAFW-2249. The contractors attention is invited to Indian Official Secret Act 1923 (xxx of 1923) particularly Sec 5 thereof. The contractors shall be bound by the provision of this Act. 47. DAMAGE TO EXISTING STRUCTURE/BUILDING 47.1 Any damage caused to the existing structure during the execution of work shall be made good by the contractor at his own cost and the site of work left clean and tidy on completion. Rectifications/making good etc. shall conform to the standard of materials originally used in the work and finished work shall match with existing work in all respects to the entire satisfaction of the GE. In case of any dispute on this account the matter shall be referred to the CE whose decision in writing shall be final, conclusive and binding. 48. ROCK MET IN EXCAVATIONS 48.1 If during excavation, rock is met with GE shall be informed of this in writing by the contractor. The nature/type of rock met with shall be decided by the GE, whose decision is final and binding. If the nature of rock met with is `Hard Rock' the same shall be priced and paid as excavation in hard rock at the rates as applicable to this contract. Hard rock obtained from excavation shall be properly stacked, measured and recorded in measurement book and will be the property of the Contractor. Credit at the rate of Rs 500.00 per cubic metre of hard rock obtained shall be recovered from the contractor. The measurement shall be signed by Engineer-in-charge and contractor. Hard rock obtained thus can be reused in the execution under this contract subject to fulfillment of requisite specification specified here-in-after and after written approval of Garrison Engineer. 49. FEMALE LABOUR 49.1 If the contractor desires to employ female labour on works to be carried out inside the area of a Factory, Depot, Park etc and a female searcher is not borne on the authorised strength of the Factory, Depot, Park etc, at the time of submission of the tender, he shall be deemed to have allowed in his tender for pay and allowances etc. for a Female Searcher (Class (IV) servant/GP `D' servant)calculated for the period, female labour is employed by him inside that area. If more than one contractor has/have to employ female searcher in addition to the authorised strength of the Factory, depot, park etc the salary and allowances paid to additional female searcher(s) shall be distributed on an equitable basis between the contractors employing female labour taking into consideration the value and period of completion of their contracts. The GE`s decision in regard to the amount recoverable on this account from any contractor shall be final and binding.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 78

SPECIAL CONDITIONS (CONTD….)

50. RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT VALUE

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes/cesses viz GST, Central

& State Govt GST on works contracts, duties, Royalties, Octroi & other levies payable under the respective

statutes. No other levies, and/or imposition/abolition of any new/existing taxes/cesses, duties, Royalities,

Octroi & other levies shall be made except as provided in para (b) here-in-below.

(b) (i) The taxes/cesses which are levied by Govt at certain percentages rates of contract sum/Amount shall be termed as “taxes directly related to contract value” such as GST, Central & State Govt GST on works contracts, Labour welfare cess/tax and like as applicable but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the contractor and any decrease in percentage rate of “taxes directly related to contract value” with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the contractor to the Govt/deducted by Govt from any payment due to the contractor. Similarly imposition of any new “taxes directly related to contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to contract value” prevailing on last due date for receipt of tenders shall be refunded by the contractor to the Govt/deducted by the Govt from the payments due to the contractor.

(ii) The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates and/or imposition of any further “taxes directly related to contract values”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating thereto which he may be in a position to supply. The contractor shall submit the other documentary proof/information as the GE may required.

(iii) The contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorised representative of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other information as the GE may require. (iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to contract value” shall be made only if the contractor necessarily & properly pay additional “taxes directly related to contract value” to the Govt, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Govt Authority and submits documentary proof for the same as the GE may require

51 GUARANTEE FOR WATER PROOFING TREATMENT TO RCC OHT

51.1 The period of Guarantee for the water proofing treatment to RCC OHT shall be 10 (ten) years from

the certified date of completion. The contractor shall be responsible for effectiveness of the water

proofing treatment during this period and any leakage noticed therein during this period shall be

made good by him at his own cost.

51.2 The contractor shall furnish guarantee in favour of the GE (S) Tezpur for the efficacy of the water proofing

treatment during the guarantee period.

51.3 An amount of security deposit equal to the individual security deposit calculated based on the amount of water

proofing treatment at contract rates for the building for which treatment to be carried out shall be retained

from the contractor’s final bill as security deposit for the water proofing treatment which shall be released to

the contractor only after expiry of guarantee period. The contractor may alternatively furnish a fixed deposit

receipt in favour of GE (S) Tezpur in lieu of sum to be retained as security deposit for water proofing treatment

from any approved Scheduled Bank.

51.4 Condition 46 of the General Conditions of Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.

Amount of Water Proofing treatment at contract rate

Amount to be retained from contractor’s dues rounded to nearest thousand rupees

(i) Up to Rs 50.00 lakh 2% of amount subject to minimum of Rs 5000/- and enhanced by 25%

(ii) Over Rs 50.00 lakh and up to Rs 100.00 lakh

Rs. 1,00,000/- + 1.5% of amount exceeding Rs. 50.00 lakhs and enhanced by 25%

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 79

SPECIAL CONDITIONS (CONTD….)

52 GUARANTEE FOR WEATHER RESISTANT PAINTING (WEATHER PROOF PAINTING) :

52.1 The period of Guarantee for the weather resistance painting (weather proof painting) shall be 7

(seven) years from the certified date of completion. The contractor shall be responsible for

effectiveness of the weather resistance coating during this period and damage / defect noticed

therein during this period shall be made good by him at his own cost.

52.2 The contractor shall furnish guarantee in favour of the GE (S) Tezpur for the efficacy of the weather proof

coating during the guarantee period.

52.3 An amount of security deposit equal to the individual security deposit calculated based on the amount of

weather proof coating at contract rates for the building for which treatment to be carried out shall be retained

from the contractor’s final bill as security deposit for the weather proof coating which shall be released to the

contractor only after expiry of guarantee period. The contractor may alternatively furnish a fixed deposit

receipt in favour of GE (S) Tezpur in lieu of sum to be retained as security deposit for weather proof coating

from any approved Scheduled Bank.

52.4 Condition 46 of the General Conditions of Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.

53. DEFECT LIABILITY PERIOD 53.1 In this connection please refer condition 46 of IAFW-2249 (General Conditions of Contracts). 54. PAYMENT OF WAGES TO WORKMEN :-

54.1 Tenderer shall submit proof of payment of wages to Labours engaged by him as per Govt policy issued time to time to GE as and when asked by GE. No payments to contractors/ firms will be made unless proof of payment of wages to the workmen is submitted by the contractors/ firms. In case payments are made in current coin or currency notes, certificate will be submitted by the contractors/ firms alongwith undertaking by the concerned workmen asking for payment other than by cheque or by crediting in the bank account of the employee/ workman. 55. EPF 55.1 Tenderer shall have Provident Fund Code Number and that he shall ensure compliance of the EPF & MP Act 1952 and also by the sub-contractor, if any engaged by him in this work. The contractor shall provide copy of EPF registration to GE as and when demanded. 56. HANDING OVER OF SITE 56.1 Site for execution of work will be available as soon as the work is awarded. In case it is not possible to make the entire site available on the award of work, the contractor will have to arrange his working programme accordingly. No claim whatsoever, for not giving entire site on award of work and forgiving site gradually, will be tenable.

__________________ Signature of contractor Dated:

SSW For Accepting Officer

Amount of weather proof coating at contract rate

Amount to be retained from contractor’s dues rounded to nearest thousand rupees

(i) Up to Rs 50.00 lakh 2% of amount subject to minimum of Rs 5000/- and enhanced by 25%

(ii) Over Rs 50.00 lakh and up to Rs 100.00 lakh

Rs. 1,00,000/- + 1.5% of amount exceeding Rs. 50.00 lakhs and enhanced by 25%

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 80

PARTICULAR SPECIFICATIONS

1. GENERAL REQUIREMENT

1.1 These particular specifications shall be read in conjunction with MES Standard Schedule of Rates 2009 (Part

I)Specifications and MES Standard Schedule of Rates2010 (Part II) Rates.

1.2 General specifications referred to mentioned in IAFW-2249 (1989 print) and other tender documents mean

specifications including other provisions & preambles given in MES Standard Schedule Rates 2009 (Part I)

Specification and 2010 (Part II) Rates including amendments and errata as mentioned here-in-before.

1.3 Materials & Workmanship required for these Works/Services shall be as described against ‘Specifications & Workmanships’ in the various Trade/Sections of the MES Schedule duly modified by these Particular Specifications here-in-after.

1.4 Provisions contained in the MES Schedule Part II in the Preambles to the relevant Items of SCHEDULE ‘A’

shall also be read in conjunction with the Provisions contained in these documents. 1.5 Particular Specifications given here-in-after shall be read in conjunction with the Provisions in the MES

Schedule and relevant Indian Standards referred to thereto and in these Particular Specifications. In case of any discrepancy, the Provisions in these Particular Specifications shall take precedence.

1.6 Materials/Accessories/Equipments for which MAKE have not been specified in these Particular Specifications,

shall be of Standard Makes and shall strictly comply with Current Appropriate IS Specifications, for which IS Specification has not been issued/available, they shall comply with the Currents BS Specifications or as approved by GE.

1.7 These Particular Specifications shall deem to be includes the APPENDICES attached here-in-after. 1.8 Reference to some paragraphs of MES Schedule has been made in these particulars specifications but other

paragraphs and provisions as applicable are also be followed e.g. reference to paras pertaining to general

workmanship for brick work, block walling, joinery, iron and steel work, etc, have not been made but

provisions therein as required for work are applicable.

1.9 Where specifications for any item of work are not given in MES Schedule or in these particular specifications,

specification given in relevant Indian Standard specification or code of practice shall be followed.

1.10 Where specifications/provisions for any item of work given in these particular specifications are at variance

with the provisions/specifications given in MES Schedule, Specifications / provisions given in these particular

specifications shall be followed and will take precedence.

2 SCOPE OF WORK

2.1 Scope of work includes for the full, final and entire completion of works described in Schedule ‘A’ included in

GENERAL SUMMARY and specified in these particular specifications and/or shown in drawings forming part of

the Tender documents.

2.2 Tenderers are advised to visit the SITE (S) and ascertain for themselves the exact scope of Work and its Working Conditions, viz Working Hours, Availability of Site(s), etc. and quote their Tenders accordingly. Any Claim whatsoever, on such/these accounts will not be entertained by the Government at a later Date/Stage.

2.3 The contractor shall submit Quality Control Plan Part I to the AGE within 30 days of the commencement of

work. The Part II of Quality Control Plan shall be completed by AGE and shall be forwarded to GE for approval. The quality Control Plan shall be approved by GE and a copy thereof shall be forwarded to Accepting Officer .

3. SITE OF WORK 3.1. The Works shall be carried out at different Locations/Site(s). The Contractor shall finalize the programme with

the Engineer-in-Charge well in advance in such a way that neither the USERS feel inconvenience nor Work is delayed.

3.2. Buildings under occupation of USERS where Works to be executed, the Contractor shall make himself aware

about the Nature of the Work involved for carrying out Works against the Items catered in SCHEDULE 'A'. The Contractor is deemed to have inspected the Site of Work and nothing extra shall be admissible to Contractor on this ground.

3.3. The proposed Location of Various Works shall be as directed by the Engineer-in-Charge at Site(s) of Works.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO81

PARTICULAR SPECIFICATION (CONTD….)

4. VISIT OF SITE 4.1. The Tenderers are advised to Contact GE on any Working Day during Working Hours, who will arrange for

their Visit to Site of Work. 4.2. The Tenderers shall be deemed to have visited the Site of Work before Quoting their LUMP SUM AMOUNT/

PERCENTAGE/UNIT RATES and no Claim for any EXTRA PAYMENT on account of any misunderstanding, etc. will be entertained by the Department, irrespective of the fact whether they have actually visited the Site or not.

5. MATERIALS

5.1 All material to be supplied by the contractor for incorporation in the work shall conform to relevant

specification. Any material needed for incorporation in the work, if not contained in anywhere in the contract

documents, the specification of such materials proposed to be incorporated in the work shall be got approved

in writing from GE before their incorporation in work by the contractor without any price adjustment.

5.2. The relevant Indian Standards shall be of Latest Revision including Amendments if any. The Contractor shall incorporate in the work Materials complying with the requirements of relevant Indian Standards of the Latest Publication (Edition) including Amendments/Revision thereof without any Price Adjustment in the Quoted rate.

5.3 As for as practicable all manufactured materials/articles other than those manufactured in contractor’s

workshop at site shall bear IS certification marks. In case any article not bearing IS certification marks but

conforming to a relevant IS sample of the same shall be got approved in writing form Garrison Engineer

before its incorporation in work. The contractor shall submit sufficient evidence to the GE to show that the

articles conform to the relevant IS specifications and no price adjustment shall be made on the account.

5.4 Manufactured materials/articles shall be brought at site in original sealed containers, packing-bearing

manufacturers marking unless the quantity required is in fraction of smallest packing. Letters conveying

approval of samples/materials by Garrison Engineer shall interalia mentions the sources of supply, name of

manufacturer, trade name/brand (if applicable) and reference to Clause of tender documents containing

specification of particular material.

5.5 Materials of Proprietary nature such as Paints, Water Proofing Compound, Chemicals for Anti-Termite Treatment and the like, Quantity of which cannot be Checked after incorporation in the Work shall be Measured and Recorded in the MEASUREMENT BOOK as soon as those are brought at Site. These Measurements shall be signed both by the Engineer-in-Charge and the Authorised Representative of the Contractor. ORIGINAL STAMP RECEIPTED BILLS along with the relevant INVOICES from the Manufacturers or their AUTHORISED DEALERS (if any) in support of having brought the Full Quantity required for incorporation in the Work, shall be produced to Engineer-in-Charge.

6. APPROVAL OF SAMPLES/MATERIALS 6.1. Approval of Samples/Materials by GE shall in a Register labelled as ‘SAMPLE APPROVALREGISTER’ to be

maintained by the Engineer-in-Charge which interalia shall mention Sources of Supply, Name of Manufacturer, Trade Name/Brand (if applicable) and reference to Clause of Tender Documents containing Specifications of Particular Materials.

6.2. Letters conveying Approval of Samples/Materials by Garrison Engineer shall interalia mention sources of

supply, Name of Manufacturer, Trade Name/Brand (if applicable) and reference to Clause of Tender documents containing Specifications of Particular Materials.

7. STANDARD OF QUALITY & WORKSMANSHIP 7.1. The Work shall strictly comply with the provisions contained in the Latest Edition of INDIA STANDARD CODE

OF PRACTICE and/or IS SPECIFICATION as applicable, Works except where such Regulations and Rules are modified by these Particular Specifications.

7.2. All Works shall be carried out by properly Skilled Trademan. The Contractor shall on demand shall produce

such evidence of Qualifications of his Workmen/Skilled Trademan/ Supervisors / Engineers, either at the commencement of Work or at any time thereafter/during currency of the Contract. The entire Work shall be High Class with the best Workmanship and to the entire satisfaction of Engineer-in-Charge / GE.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 82

PARTICULAR SPECIFICATION (CONTD….)

8. EXCAVATION AND EARTH WORK.

8.1 PREPARATORY WORK 8.1.1. Before setting out the layout of building and commencing the construction, contractor shall carry out the

preparatory work such as removal of grass, bushes, vegetation etc and trimming/surface dressing of the area as per Clause 3.6, 3.8 and 3.10 of MES Standard Schedule of Rates 2009 (Part I) Specification to the entire satisfaction of Engineer-in-Charge. The 'area' referred to implies the entire building plot extending upto three metres all around from the outer edge of plinth protection of the building. The cost of such work as may be necessary shall be deemed to be included in the contractor's quoted rate. Note : In case buildings to be constructed under this contract are located on the area of site clearance, above condition number 4.1.1 shall not be applicable.

8.2 EXCAVATION 8.2.1 Soft/loose soil, hard/dense soil and mud shall be classified as any type of soils.

8.2.2 Unit rates for excavation and earth work is for the soil as specified in Schedule ‘A’ and as specified in MES

Standard Schedule of Rates 2009 (Part I) Specifications.

8.2.3 However, in the event of deviation involving excavation and earth work, the rate shall be the average of loose/soft soil and hard/dense soil.

8.2.4 The measurement of excavation shall be as explained in MES Standard Schedule of Rates 2010 (Part-II) Rates with the exception that separate quantities of soft/loose soil, hard/dense soil and mud shall not be worked out but these materials shall be grouped together as any type of soil as aforesaid.

8.2.5 Boulders and stones obtained from excavation shall be sorted out and neatly stacked at site by the contractor

as directed by the Engineer-in-Charge, without any extra cost to the Govt. The aforesaid boulders and stones in stacks shall be the property of Govt. These boulders may be used in the work in soling/WBM/Hard Core/hand packing in retaining wall/Filling in wire crates etc, after breaking them into specified size as approved by GE through Deviation Order. Balance boulders/stones, if required will be arranged by the Contractor and nothing extra shall be payable on this account.

8.2.6 If rock (soft/hard/disintegrated) is met at site, contractor shall immediately notify the fact to the GE in writing,

who will after the verification, regularise the change through a proper deviation order. 8.3. FILLING IN TRENCHES/UNDER FLOORS AND REMOVAL 8.3.1 The approved earth obtained from excavation in foundations shall be used for filling in trenches, under floors

and any other situation as specified after removing big stones, grass roots and vegetable moulds, or other organic matter. Earth mixed with small stones/pebbles (if approved by GE) is permitted for use in filling under floors and foundations. The filling around pipes, after the pipes are laid and tested shall however be with earth-free from pebbles/stones. Any additional earth required for the purpose of filling shall be arranged by the contractor at no extra cost to the department from outside of defence land.

8.3.2 Filling under floors/sides of trenches shall be in layers not exceeding 250mm thick, and Each layer shall be

watered and well rammed. 8.3.3 Surplus spoil (obtained in Schedule 'A' ) shall be removed and spread at places as directed by the Engineer-in-

Charge and levelled as directed by Engineer-in-Charge. 8.4. TRENCHES FOR FOUNDATIONS AND PIPES 8.4.1 The excavation shall be restricted to dimensions as specified in MES SSR. Excavation made, if any, in excess of

required depth/width shall be made good by the contractor with cement concrete PCC M-10(Nominal mix) without extra cost to the Govt.

8.4.2 The bed of the trenches, if in soft or made up earth, shall be watered and well rammed and any depressions

thus formed shall be filled with approved earth as required to the level and slope as directed by Engineer-in-Charge.

8.5 DRESSING AROUND BUILDINGS 8.5.1 After construction and before handing over any building, the area around, as defined in Clause 2.1 here-in-

before shall be dressed without extra cost to the Govt. Spoil obtained from surface dressing shall be removed to a distance exceeding 50 metres and not exceeding 100 metres, spread and levelled as directed by Engineer-in-Charge.

8.6 FOUNDATION AND PLINTH

8.6.1 Any change in foundation/plinth necessitated due to undulating ground, which may have to be carried out as per the decision of the GE, shall be adjusted through a proper deviation order.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 83

PARTICULAR SPECIFICATION (CONTD….)

8.6.2 For the purpose of reckoning the depth of the foundation, the average level of the ground after surface dressing shall be considered except at the places where cutting is involved.

8.7 HARD CORE 8.7.1 Hard core shall be of hard broken stone or boulders broken to gauge not exceeding 63mm. The material of

hard core shall be well graded for providing dense and compact sub grade. Hard core shall be deposited, spread and levelled in layers not exceeding 15cm thick and watered and well rammed to a true surface and compacted with sufficient fine material. The thickness of hard core shall be as specified in Schedule ‘A’ and the thickness mentioned is after consolidation.

9. CONCRETE WORK

9.1 CEMENT 9.1.1 Cement will be procured by the contractor at his own arrangements. The cost of cement, its transportation,

storage, testing charges, its accounting and preservation etc till consumed in work shall be borne by the contractor.

9.2 TYPE OF CEMENT 9.2.1 Cement shall be Ordinary Portland cement Grade 43 conforming to IS: 8112 of 2013 or Portland Pozzolana cement conforming to IS 1489.

However, the contractor may also use Portland Pozzolana cement conforming to IS-1489-1991 at his discretion without any price adjustment except in over head tanks, sumps, water retaining structure and the like wherein only OPC shall be used.

9.3 PROCUREMENT 9.3.1 Cement supplied by the contractor shall be procured from main producers of cement 9.3.2 The following are the approved main cement manufacturers company of OPC and PPC.

Srl

No

Company Name Address Approved grade

of cement

1. M/s Cement Manufacturing Company Ltd Brand : “STAR”

Mayur Garden, 2nd Floor, opp- Rajuv Bhawan, GS Road, Guwhati-781005 , Ph- 0361- 2462215/216/513 , Fax: 0361-2462217 , Email: [email protected]

OPC-43, 53 Grade & PPC

2. Ultra Tech Cement Brand : “ULTRATECH”

'B' Wing . 2n Floor, Mahakali Caves Road, Andheri (East), Mumbai- 400093

OPC-43 Grade, PSC & PPC

3. OCL India Ltd Brand : “KONARK”

Rajgangpur, Dist- Sundargarh, Orissa, Pin- 770017, Ph- 0361-2668504 , Fax-2662131

OPC-43 Grade & PPC

4. Dalmia Cement (Bharat) Ltd Brand : “DALMIA CEMENT”

Dalmiapuram, Dist. Tiruchirappalli, Tamil Nadu - 621651

OPC-43 Grade & PPC

5. M/s Chettinad Cement Corporation Ltd Brand : “CHETTINAD”

4 Floor, Rani Seethai Hall Building, 603, Anna Salai Hall, Chennai-600006, Tel No. 044- 42951800, Fax No. 044-28291558, E Mail: - info@chettinadcement. com Website- www.chettinadcement.com

OPC-43 Grade, PSC & PPC

6. M/S Heidelberg Cement India Ltd. Brand : “MYCEM”

9th Floor, Infinity Tower "C", DLF Cyber City, Gurgaon, Haryana -122002, Ph- 0124- 4503700, Fax- 0124-4147698

PPC

7. M/S My Home Industries Ltd Brand:“MAHA SHAKTI” for PSC “MAHA” for OPC 43 Gr “MAHA SHAKTHI” for PPC

9 Floor, Block-3, My Home Hub, I Madhapur, Hyderabad- 500081, Ph- 040-66929696, Fax- 040-66929797198

OPC-43 Grade & PSC &PPC

8. M/S Parasakti Cements Ltd Brand : “PRASAKTI”

REGD OFFICE:-123/3 RT, Plot # 8-3-214/21 , Srinivasa Nagar Colony(West), Tel- 040- 44119100 /200, Fax- 040-23747562

OPC-43 Grade & PPC

9. M/S Zuari Cement Ltd Brand : “ZUARI”

No. 6, MC Nichols Road, Chetpet Chennai - 600031 Ph. 044-28363958, 28365047

OPC-43 Grade & PPC

10. M/S Toshati Cements Pvt Ltd Brand : “GAJPATI”

123/13RT, 2nd Floor Sanjeeva Reddy Nagar, Hyderabad -500038, Ph 040-2300675 CORPORATE OFFICE 9-14-13, C.B.M Compound, Near Mehar Apartments, Visakhapatnam-530003

OPC-43 Grade, PSC & PPC

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 84

PARTICULAR SPECIFICATION (CONTD….)

Srl

No

Company Name Address Approved grade

of cement

11. M/S Saifco Cement PVt Ltd. Brand : “SAIFCO”

Opposite Post Office, Batwara, Srinagar - 190004(J&K) Ph 0194-2466061

OPC-43 Grade

12. M/S Prism Cement Ltd Brand : “PRISM”

3/113, Vivek Khand, Gornto Nagar, Lucknow - 226010 Ph. 0522- 2396847, 2397589

OPC-43 Grade & PPC

13. M/S Shree Guru Kripa cement (Pvt) Ltd Brand : “SARTAJ”

4/4 Trikuta Nagar Jammu, Phone No-0191-2472043

OPC-43 Grade & PPC

14. M/S Barak Valley Cements Ltd Brand : “BVCL”

Debendra Nagar, Badarpur Ghat, Distt :- Karimganj Assam -788803, Ph. 03845-269258

OPC-43 Grade& PPC

15. M/s Dhruv Industrial Company Ltd. Brand : “DHRUV”

49/27 Sinha Market General Ganj, Kanpur- 208001

OPC-43 Grade

16. Madras Cement Brand : “MADRAS”

Auras Corporate Centre, 98-A, Dr., Radhakrishnan Salai, Mylapore, Chennai – 600004, Ph-044 28478666

OPC-43 Grade & PPC

17. Saurashtra Cement Brand : “SAURASHTRA”

Gala No A-1, Ground Floor. Udhyog, Sadan No 3 MIDC, Central Road, Andheri (East), Mumbai- 400093

OPC-43 Grade & PPC

18. Lafarge Cement Brand : “LAFARGE”

Crescenzo, 1004, 8-wing , 10 Floor, C-38/39, G Block, Bandra Kurla, complex, Bandra (East) . Mumba-400051

OPC-43 Grade & PPC

19. The Associated Cement Companies Ltd Brand : “ACC”

414-421 , Splendor Forum (4th Floor} , 3, District Centre, Jasola, New Delhi – 110044, Ph- 011 46583600

OPC-43 Grade & PPC

20. Grasim Industries Ltd. Brand : “GRASIM”

Birlagram. Nagda, Madhya, Pradesh, Pin- 456331 Phone- 07366-246760/246766

OPC-43 Grade & PPC

21. The India Cement Dhun Building, 827, Anna Salai, Chennai- 600002

OPC-43 Grade & PPC

22. Andhra Cement Ltd Durga Cement Works, Durgapuram, Dechepalli Guntur, Andhra Pradesh, Pin-522414 , Ph-0863 257429

OPC-43 Grade & PPC

23. Century Cements Brand : “CENTURY”

Industry House, 159 Church gate Reclamation, Mumbai -400020 , Ph-22-22023936

OPC-43 Grade & PPC

24. Binani Cement Ltd Brand : “BINANI”

Mercantile. Chambers. 12, J.N Heredia Marg, Ballard Estate, Mumbai -400001 Ph-022- 22690506/10

OPC-43 Grade & PPC

25. Mangalam Cement Ltd Brand : “MANGALAM”

PO Adityanagar, Morak, DistKota, Rajasthan- 326520 Ph-9351468076

OPC-43 Grade & PPC

26. Birla Corporation Ltd Brand : “BIRLA”

Birla Building (3rd &4th Floor) ·9/1 , R.N Mukherjee Road, Kolkata -700001, Ph-033- 30573700

OPC-43 Grade & PPC

27. Orient Cement Brand : “ORIENT”

5-9-22/57/0, 2nd and 3rd Floor, GP Birla Centre, Adarsh Nagar, Hyderabad-500063, Pin-044 23688600

OPC-43 Grade & PPC

28. Shree Cement Brand : “SHREE”

Bangur Nagar, Beawar, Dist:-Ajmer, Rajasthan- 305901 Ph -01462 228101-06

OPC-43 Grade & PPC

29. J K Cement Brand : “J K”

OPC-43 Grade & PPC

30. J K Lakshmi Cement Ltd Brand : “J K LAKSHMI”

Jaykaypuram, Dist-Sirohi, Rajastt)aQ .. Ph- 02971 244409/10

OPC-43 Grade & PPC

31. Jaypee Rewa Cement Brand : “JAYPEE”

OPC-43 Grade & PPC

32. Ambuja Cement Ltd Brand : “AMBUJA”

Kodinar, PO-Ambujanagar, Taluka-Kodinar, DistJunagadh, Gujarat-362715 Ph-02795 237000

OPC-43 Grade & PPC

33. M/s Calcom Cement India Ltd (NE region only) Brand : “DALMIA CEMENT”

Silpukhuri South Bank, Guwahati, Assam, Pin- 781003 Ph-0361-2668504, Fax-2692131, Website·: www.calcom.co.in

OPC-43 Grade & PPC

34. M/S Meghalaya Cements Ltd Brand : “TOP CEM”

Lohia House, M. G Road Factory Bazar, Guwahati-781001. Tel 0361 -260367/671

OPC-43 Grade

35. M/S Narayan Kar & Associates Pvt Ltd

Bodhjung Nagar lnd, Growth Centre , P.O Khayerpur-799008 West Tripura Ph. 0381- 2514927/4786

OPC-43 Grade & PPC

36. Star Cement Manghalaya Lumshnong, PO-Khaliehriat, Dist-Jantia Hills, Meghalaya, Ph-03655 278215/16/18

OPC-43 Grade & PPC

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 85

PARTICULAR SPECIFICATION (CONTD….)

Srl

No

Company Name Address Approved grade

of cement

37. M/s Sanghi Industries Ltd Brand : “SANGHI”

10th Floor Kataria Arcade, Off SG Highway, PO : Makarba, Dist : Ahmedabad Pin : 380051 Ph. 09825803690, 079 26838000 Fax079 26838111

OPC-43 Grade & PPC

9.3.4 The following conditions shall have to be satisfied before PPC shall be allowed to be used in the work :-

a) PPC shall meet the strength criteria of 43 grade OPC as laid down in IS 8112 - 2013. b) The minimum period before striking off formwork while using PPC shall be as given in PS Clause here-in-

after. c) In cold climate regions where temperature is lower than 150C only OPC shall be used. d) Mixing of OPC and PPC shall not be allowed in a work. However with the strict control of ground executives

different buildings can have different types of cement. e) While procuring PPC, the following requirements are to be ensured and certificate to the effect iss to be

obtained by the contractor for each batch from the manufacturer and the same shall be submitted to the GE for approval to procure PPC : -

(i) The quality of fly ash is strictly as per IS-1489 (Part-I)-2002. (ii) The fly ash is inter-ground with clinker not mixed with clinker. (iii) Dry fly ash is transported in closed containers and stored in silos. Only pneumatic pumping

have been used. (iv) The fly ash has been received from thermal power plants using high temperature combustion

above 1000 Degree Centigrade have been used. 9.3.5 Cement brought by the contractor at site(s) of work shall be in jute/polythene/paper bags containing 50Kg

cement in Each bag originally sealed by manufacturer. Before allowing any on account payment for materials at site, test check shall be carried out to ascertain average weight of cement per bag.

9.3.6 Contractor shall produce purchase vouchers, test certificates and other valid documentary proof to the entire

satisfaction of the GE for entire quantity of Each consignment to prove that cement has been purchased from the main producers as in para 3.2.2.1 above. The contractor shall also submit particulars of the manufacturer of cement for every lot for verification by the site staff and GE.

9.4 TESTING OF CEMENT 9.4.1 The contractor shall submit the manufacturer's test certificate in original along with the test sheets giving the

result of each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, in accordance with BIS provisions duly signed by the manufacturer or his authorised representative with Each consignment. The Engineer-in-Charge shall record these particulars in the Cement Acceptance Register (Format given in Appendix 'B' attached herewith).

9.4.2 Cement brought to site of work shall remain the property of Govt. Contractor shall in no case, remove any bag

of cement unless permitted in writing by the GE. In addition to manufacturer's test certificate, the GE shall also take random samples of cement drawn from various lots of Each consignment as specified in IS Codes and get them tested from any one of the Govt. approved laboratories at his discretion or from SEMT CME, Regional Research Laboratory or Zonal Laboratory, all as per IS-3535(Method of Sampling Hydraulic Cement), IS-4031 (Method of Physical Test of Hydraulic Cement)1985 and IS-4032 (Method of Chemical Analysis of Hydraulic Cement). Irrespective of results, cost of materials for such samples, cost of requisite handling & conveyance etc shall be borne by the contractor. Cement from Each consignment shall be allowed to be incorporated in the work only after the GE is satisfied with the quality of cement brought by contractor.

9.4.3 It shall be ensured that tested and untested cement is segregated and stored separately with distinct

identification. Cement of different brands shall be stacked separately by the contractor. The stacking of cement shall not be more than 10 bags high.

9.4.4 Cost of testing undertaken as per provision in Clause 4.3.1 of MES Standard Schedule of Rates 2009 (Part I)

Specification shall also be borne by the contractor. 9.4.5 If the test results on samples of a particular consignment are not within acceptable limits, the matter shall be

referred to the Accepting Officer, whose decision regarding acceptability of such cement with price adjustment or removal from the site shall be final and binding. Cement so rejected or any bag of cement in godown showing indication of any setting shall be segregated and removed by contractor from the site within a week's time, with due permission of the GE for their removal.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 86

PARTICULAR SPECIFICATION (CONTD….)

9.5 STORAGE OF CEMENT 9.5.1. GODOWNS :- 9.5.1.1. There will be two separate Godowns provided by contractor at site of works exclusively for storage of cement . 9.5.1.2. "First Godown" will have the cement lot(s) for which independent testing is to be got done and/or under

process. 9.5.1.3. "Second Godown" will have the cement lot(s) whose independent testing has been got done and which after

successful testing stands approved by GE for incorporation in the work. 9.5.2. Cement shall be stored over dry platform with gap of 20 cm from walls around and at least 20 cm high from

floor level. Compliance of provisions in clause 4.3.1 of MES Schedule Part I shall be ensured. Godowns shall have easy access for proper inspection and cement shall be protected from dampness/moisture to minimize storage deterioration or intrusion of foreign matter.

9.5.3. Both the godowns shall be provided with two locks on each door. The key of one lock at each door shall remain

with the Engineer-in-Charge or his representative and that of the other lock with the contractors' authorised agent at the site of works so that cement is removed form the godown only according to the requirements for independent testing purposes or for daily consumption purposes with the knowledge of both the parties.

9.6 RECORD OF CONSUMPTION OF CEMENT 9.6.1 For the purpose of keeping a record of cement procured and consumed in works, the contractor shall maintain

a properly bound register in the form approved by the Engineer-in-Charge showing all procurements, quantity used in the work and balance in hand, at the end of Each day and such other information as may be required to control the consumption of cement. Pages of the register shall be numbered and initialled by Engineer-in-Charge. This register shall be signed daily by the contractor or his representative as token of correctness of the entries made. In token to check, it shall be signed by MES representative also as follows :-

a) Daily by JE(Civil) in-charge of works.

b) Twice in a week by the Engineer-in-Charge. 9.6.2 The said register shall remain at site of work, in the safe custody of the contractor and on demand same shall

be produced for verification of Inspecting Officer. On completion of the work, the register shall be returned to MES. The cement godown shall be provided with two locks on Each door. The key of one lock on Each door shall remain with the Engineer-in-Charge or his authorised representative and that of the other lock with the contractor's authorised agent at site of work so that cement is removed from the godown according to daily requirements and with the knowledge of both the parties.

9.6.3 Foregoing provisions shall not, however absolve the contractor of his responsibility of incorporating required

quantity of cement in various items of works as per contract provisions. 9.6.4 Cement shall be used in order of which it is received. It shall be ensured that only one type/make of cement is

used in any structural member. 9.6.5 Cement shall not be more than 02 months old and shall be consumed within next 02 months of its packing. 9.7 DOCUMENTATION 9.7.1. The contractor shall submit original paid vouchers from the main manufacturers for the total quantity of cement

supplied under each consignment brought to the site of work. 9.7.2. All consignments so received at the work site shall be inspected by GE alongwith the relevant documents for

permitting storage in the "first godown" defined here-in-before. 9.7.3. The original vouchers and the test certificates shall be kept in record in the office of GE duly authenticated and

with cross reference to the Control Number recorded in the Cement Register as per format given in Appendix `B' in the tender, maintained for "first godown" duly signed by JE (Civ), Engineer-in-charge, GE and the contractor.

9.7.4. After the independent testing has been got done by GE and satisfactory results obtained and kept on record,

the consignment so got tested shall be removed from the "first godown" and transferred to "second godown" as defined here-in-before. Original vouchers and the test certificates submitted by the contractor alongwith the consignment and test certificates of independent testing shall be defaced by Engineer-in-charge and kept on record of GE duly authenticated and with cross reference to the control Number rendered in the cement register maintained for the "Second Godown". This second register shall be termed as "Cement Acceptance Register" which shall be signed by JE (Civ), Engineer-in-Charge, GE and the contractor. It shall be as per format given at Appendix `B' to this tender as an extra provision similar to "Details of test certificates" and termed as "Details of Independent test certificate". Besides this the quantity of cement shall be also suitably recorded in the Measurement Book for record purposes before incorporation in the work and shall be signed by Engineer-in-charge and the contractor.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 87

PARTICULAR SPECIFICATION (CONTD….)

9.7.5. The Accepting Officer may order a Board of officers in which contractor shall also be a member for random

check of cement and verification of connected documents. 9.7.6. Daily inspection shall be carried out by Engineer-in- charge or his representative and contractor's authorised

agent and separate register shall be maintained in both the godowns duly indicating on daily basis the inspection carried out and indicating holding in godown at beginning of the day, inward supplies in the day, removal in the day and balance at the close of the day duly signed by above persons. In the removal column particulars of lot removed and purpose for which removed shall be indicated.

9.7.7. The purchase voucher and test certificate of manufacturer shall be linked. 9.8. WEIGHING AND PAYMENT FOR CEMENT. 9.8.1. Random sample of 5 bags per 100 bags shall be got weighed by Engineer-in-charge in presence of

representative of contractor from each consignment to arrive at average weight per bag for calculating total quantity of cement brought at site for incorporation in the work. All arrangement for weighing of cement bags including labour etc shall be provided by the contractor at their own cost.

9.8.2. The quantity of cement arrived at as aforesaid shall be considered for payment as applicable in accordance with

IAFW-2249, General Conditions of Contracts. 9.8.3. Only when the test results of independent tests carried out on the cement are found satisfactory and it is

permitted to be stored in the "Second Godown" and quantity entered in MB, then only this lot shall be considered for payment in RARs.

9.8.4. Payments shall be restricted as per provisions in clause "Advance on Account" of General Conditions of

Contracts (IAFW-2249). 9.8.5 The contractor shall submit original purchase vouchers from the main producer for the total quantity of cement

supplied under Each consignment to be incorporated in the work. All consignment received at the work site shall be inspected by the GE along with the relevant documents before acceptance. The original vouchers and the test certificates shall be defaced by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference to the control number recorded in the Cement Acceptance Register. The cement Acceptance Register will be signed by the JE(Civil), Engineer-in-Charge, GE and the contractor. The Accepting Officer may order a Board of Officers for random check of cement and verification of connected documents. The entire quantity of cement shall be suitably recorded in the Measurement Book also for record purposes before incorporation in the work, as "Not to be abstracted" indicating the voucher number with dates, quantity, date of manufacture/expiry date etc. It shall form the basis to allow advance on account through RARs.

9.9 SCHEDULE OF SUPPLY 9.9.1 The Contractor shall ensure that procurement action is taken immediately after acceptance of the contract so

as to adhere to schedule of activities as per CPM Net Work. 9.10. CURING AND MINIMUM PERIOD FOR STRIKING OF FORM WORK WITH :- 9.10.1. The periodicity of striking the form work and curing for works with ordinary Portland cement, shall be as

stipulated in Clause 11.3 and 13.5 of IS 456 of 2000 and the same shall be suitably modified by the GE when PPC is used. No claim, whatsoever on this account shall be admissible.

9.10.2. PPC is used for RCC works in various locations , the minimum period for curing and striking off form work shall

be as under in lieu of that specified in clause 4.11.6.3 of MES Schedule Part-I. (a) Curing : -

(i) Structural RCC work, : 21 days (ii) PCC work, plastering etc : 14 days

(b) Striking off form work :- (i) Walls ; columns and vertical sides of beams : 3 to 4 days. (ii) Slabs (Props left under ) : 8 days. (iii) Beams soffits (Props left under ) : 9 days. (c) Removal of props to slab/beam :-

(i) Spanning upto 6 M Span : 16 days (ii) Spanning beyond 6 M Span : 22 days (iii) For cantilever portion of slab form work with support shall be retained until the completion

the casting of the entire frame work of the building. 9.10.3. In case of bad weather, periods mentioned above may be revised at the discretion of the Engineer-in-Charge.

The contractor shall be deemed to have considered the above provision before tendering and quote lump sum accordingly. No claim will be entertained if longer periods required for striking off form work and curing and all such effected matters are looked into upon the use of pozzolana cement as a result being issued to the contractor in full or part of for bad weather.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 88

PARTICULAR SPECIFICATION (CONTD….)

9.10.4. Curing shall be carried out using pump of suitable capacity at no extra cost to the Govt all as directed by Engineer-in-Charge.

9.11. COARSE AND FINE AGGREGATE FOR PLAIN & REINFORCED CEMENTCONCRETE 9.11.1. Coarse aggregate for all concrete shall be graded crushed hard granite, trap or basalt stone as approved by the

GE and shall conform to the requirements laid down in clause 4.4 of MES SSR2009 Part-I (Specifications). Hand broken stone aggregate shall not be permitted for use in the work. Size and grading of aggregate shall be as per clause 4.4.7.1 of MES SSR 2009 Part-I (Specifications).

9.11.2. GRADING OF AGGREGATES 9.11.2.1. GRADING OF COARSE AGGREGATE - Grading of Coarse Aggregate for Plain and Reinforced Concrete

i.e. Stone Aggregate shall be as per Clause No. 4.4.7.1 of MES SSR 2009 Part-I (Specifications). 9.11.2.1.1. Grading of Coarse Aggregate unless otherwise specified shall be as follows :-

(a) For Reinforced/Structural Element of depth/thickness 50mm or under :12.5mm graded

(b) For Reinforced/Structural Element of depth/thickness over 50mm :20mm graded

(c) For Plain Cement Concrete thickness exceeding 25mm but not exceeding 75mm :20mm graded

(d) For Plain Cement Concrete thickness 75mm and over :40mm graded 9.11.3 FINE AGGREGATE :- Fine aggregate for all concrete work shall be naturally occurring river sand

conforming to the specification in Para 4.4.7.2 of MES SSR 2009 Part-I (Specifications). Use of sand conforming to grading Zone IV of IS 383 (1970 second revision or as amended) shall not be allowed for RCC works.

9.12 WATER PROOFING COMPOUND 9.12.1. Water proofing liquid shall be ISI marked and shall be approved by GE before incorporation in work. Refer

Clause No. 4.8 of MES SSR 2009 Part-I (Specifications). 9.13. WATER 9.13.1. Water shall conform to the requirement stipulated in IS-456 and as per Clause No. 4.9 and 4.9.2 of MES SSR

2009 Part-I (Specifications). 9.14. PLASTICISER 9.14.1. Plasticiser shall be used in Design Mix Concrete as per the Manufacturer’s instruction without any Extra Cost to

achieve the desired Results Strength and Workability. Plasticiser manufactured by M/s SIKA INDIA Pvt. Ltd./ M/s BASF INDIA Ltd. / M/s CICO TECHNOLOGIES Ltd. /FOSROC CHEMICALS Pvt. Ltd. / MC BAUCHEMIE INDIA Pvt. Ltd. shall be used. However Plasticiser should confirm to IS-9103.

9.15. WORKMANSHIP 9.15.1. GENERAL 9.15.1.1. Refer Clause No. 4.11 of MES SSR 2009 Part-I (Specifications) as applicable and as directed by the Engineer-

in-Charge. 9.16. MIX OF CONCRETE 9.16.1. VOLUMETRIC MIX CONCRETE – Wherever the Concrete is specified/ordered in Volumetric Proportion the

same shall be provided by Volumetric Mix. Volumetric Mix shall be done all as specified in Clause No. 4.11.2.4 of MES SSR 2009 Part-I (Specifications).

9.16.2. FREQUENCY OF TESTING 9.16.2.1. Frequency of Testing of Concrete is given in Appendix ‘A' here-in-after. Following further requirements are to

be met with as regards Testing of Concrete ;-

(i) Each Sample shall consist of 3 Cubes.

(ii) At least One Sample shall be taken for each shift.

(iii) In addition to number of Samples specified in Appendix ‘A' for Testing 28 Days Compressive Strength One Additional Sample for 7 Days Strength shall be casted and tested for each Shift.

9.17 BLANK

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 89

PARTICULAR SPECIFICATION (CONTD….)

9.18 BLANK 9.19. WORKABILITY OF CONCRETE 9.19.1 Refer Clause No. 4.11.4 of MES SSR 2009 Part-I (Specifications) and Clause No.7 of IS-456-2000 and as

directed by the Engineer-in-Charge. 9.20. MIX & GRADE OF CEMENT CONCRETE 9.20.1. Refer Clause No. 4.11 of MES SSR 2009 Part-I (Specifications). The type and grade of concrete shall be as

given in Schedule “A”. 9.20.2 Unless otherwise specified elsewhere in these particular specifications, mix of cement concrete in various

situations shall be as under :-

SITUATIONS

TYPE OF CONCRETE

a) Lean concrete under foundation of wall/plinths/toe beam/steps & in gaps between plinth beam/column footings.

: M-10 (Nominal mix)

b) Foundation concrete under column footings

: M-10 (Nominal mix)

c) PCC cills, PCC block for holder bats, holdfasts/lugs for doors, windows and ventilators , plugging for scaffolding holes and plinth protection.

: M-15 (Nominal mix)

d) e)

PCC in bed blocks/plates, kerbs padding, benching, splash stones, coping and PCC in any other situation (except sub floor/sub base of floor and flooring) not covered above. PCC Filling in back of Pressed Steel Door Frame, Drain, Solid PCC Block and Plugging of Holes left due to Scaffolding, etc. and the like

: :

M-15 (Nominal mix)

M-10 (Nominal mix)

f) All RCC works not specified else where in the Schedule and tender documents

: M-25 (Design mix)

9.21. FORM WORK & SCAFFOLDING 9.21.1. GENERAL 9.21.1.1. Form work shall comply with the requirements of clause No. 4.11.6 & 7.15.1 to 7.15.12 of MES SSR 2009

Part-I (Specifications). The shuttering shall be of steel only except at places where it is not feasible to use steel shuttering on technical grounds plywood shuttering can be used with written approval of GE.

9.21.1.2. Exposed Surfaces of RCC Lintel, Beams, Columns and the like which are continuous with plastered surface of

Wall shall be Plastered as that for adjoining Walls Surfaces. 9.21.1.3. Irrespective of whatever mentioned elsewhere in these Tender documents and/or Drawings, all Formwork

used in the work shall be properly designed Steel Formwork (both Vertical Props and Surfaces). However all other relevant provisions as mentioned in the MES SSR 2009 Part-I (Specifications) Clauses reflected above and relevant Drawings and other documents forming part of this Contract shall be followed.

9.21.1.4. Exposed Surfaces of Concrete such as Soffits/Sides of RCC Chajja, Beams, Stairs Case and Shelves, etc.

which are not in continuation with the Adjoining Plastered Surfaces shall be finished as specified in Clause No. 4.11.16.2(a) of MES SSR 2009 Part-I (Specifications). However, the Soffit of RCC Roofs/Floor Slab shall be finished as specified in Clause No. 4.11.16.2(b) of MES SSR 2009 Part-I (Specifications)..ReferClauseNo.14.14.3ofMES SSR 2009 Part-I (Specifications) in this connection.

9.22. CLEANING & TREATMENT OF FORMS 9.22.1. Refer Clause No. 4.11.6.2 of MES Schedule Part-I (as applicable) and as directed by the Engineer-in-Charge. 9.23. STRIPPING TIME WHERE PORTLAND POZZOLLANA CEMENT IS USED 9.23.1. Refer Clause No. 4.11.6.3 of MES SSR 2009 Part-I (Specifications). Where Pozzolana Cement is used for RCC

Works in various Locations, the Minimum Period for Striking Off Formwork shall be as under in lieu of that specified in MES SSR 2009 Part-I (Specifications) :- Walls ; Columns and Vertical Sides of Beams : 3 to 4 Days Slabs (Props left under) : 8 Days Beams Soffits (Props left under) : 9 Days Removal of Props to Slab/Beam :- (a) Spanning upto 6.0 METRE Span : 16 Days (b) Spanning beyond 6.0 METRE Span : 22 Days (c) For Cantilever Portion of Slab Formwork with Support shall be retained until the completion the Casting of the Entire Frame Work of the Building.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 90

PARTICULAR SPECIFICATION (CONTD….)

9.24. REMOVAL OF FORMWORK 9.24.1. Refer Clause No. 4.11.6.4 and 4.11.6.5 of MES SSR 2009 Part-I (Specifications) and as directed by the

Engineer-in-Charge. 9.24.2. In case of Bad Weather, Periods mentioned here-in-above may be revised at the discretion of the Engineer-

in-Charge. The Contractor shall be deemed to have considered the above provision before tendering and Quote Lump Sum accordingly. No Claim will be entertained if Longer Periods required for Striking Off Formwork and Curing and all such effected matters is looked into upon the use of Pozzolana Cement as a Result being issued to the Contractor in Full or Part of for Bad Weather.

9.25. FINISHES 9.25.1. Refer Clause No. 4.11.16 of MES SSR 2009 Part-I (Specifications) (as applicable) and as directed by the

Engineer-in-Charge.Formwork(asrequired)forconcretesurfacewhereexposetoviewshallbe‘Roughfinished . 9.26. ASSEMBLY OF REINFORCEMENT 9.26.1 Refer Clause No. 4.11.7 of MES SSR 2009 Part-I (Specifications) (as applicable) and as directed by the

Engineer-in-Charge. 9.27. COVER TO REINFORCEMENT 9.27.1 Cover to reinforcement for various locations of RCC shall be as per latest IS and Clause No. 4.11.8 of MES

SSR 2009 Part-I (Specifications) (as applicable) and as directed by the Engineer-in-Charge. 9.28. TRANSPORTING 9.28.1 Refer Clause No. 4.11.9 of MES SSR 2009 Part-I (Specifications) (as applicable) and as directed by the

Engineer-in-Charge. 9.30. PLACING 9.30.1 Refer Clause No. 4.11.10 and 4.11.10.3 of MES SSR 2009 Part-I (Specifications) (as applicable) and as

directed by the Engineer-in-Charge. 9.31. COMPACTION 9.31.1 Refer Clause No. 4.11.11 of MES SSR 2009 Part-I (Specifications). Compaction of Concrete in RCC Slab,

Beam Walls and Columns shall be done with Approved Mechanical Vibrator. In other Locations Hand Compaction may be permitted by Tamping or Roding as approved by the GE.

9.32. CURING :- 9.32.1 Refer Clause No. 4.11.13 of MES SSR 2009 Part-I (Specifications) (as applicable) and as directed by the

Engineer-in-Charge. 9.32.2. Curing shall be carried out using Pump of suitable capacity at no Extra Cost to the Govt. all as directed by

Engineer-in-Charge. 9.33. PROTECTION 9.33.1 Refer Clause No. 4.11.14 of MES SSR 2009 Part-I (Specifications) and as directed by Engineer-in-Charge. 9.34. INSPECTION 9.34.1 Refer Clause No. 4.11.15 of MES SSR 2009 Part-I (Specifications) and as directed by Engineer-in-Charge.

10. BLANK

11. STEEL & IRON WORK 11.1. GENERAL 11.1.1. Refer relevant Clause No. of MES Standard Schedule Standard Schedule of Rates 2009 Part-I (Specification)

and as approved by GE. All Steels require to incorporate in the Work shall be Contractor’s Supply. 11.2. TYPES OF STEEL 11.2.1. REINFORCEMENT STEEL FOR ALL LOCATIONS:- 11.2.1.1 Steel bars for concrete reinforcement shall be TMT bars produced by Thermo Mechanical Treatment Process

and grade of steel shall be as mentioned in Schedule ‘A’, unless otherwise mentioned the grade of steel shall be (Grade 500D) and meeting all requirement of IS-1786-2008.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 91

PARTICULAR SPECIFICATION (CONTD….)

11.2.2. STRUCTURAL STEEL 11.2.2.1. STANDARD QUALITY : Structural steel except hollow steel sections shall be conform toIS-2062-2006, E-

250(FE 410W). This steel shall be provided in the location as directed & as specified in Clause 10.4.1 of MES Schedule Part-I. In case the quality of structural steel i.e. A, B or C is not mentioned elsewhere in the tender then quality A shall be used and same shall be followed for deviation if any.

11.2.2.2. ORDINARY QUALITY : Unless otherwise specified, Mild Steel Members in Grills/Guard Bars, Holdfasts, Door

and Window, Frames, Railing, Steel Windows, Steel Doors and the like shall be ordinary quality of Steel conforming to IS-2062-2006, E-165 (Fe 290).

11.2.2.3. HOLLOW STEEL SECTIONS FOR STRUCTURAL USE :Hollow steel sections for structural steel section shall be

conform to IS-4923-1997 and grade of steel shall be YSt 310.

11.2.3 SOURCE OF PROCUREMENT

11.2.3.1. REINFORCEMENT STEEL (TMT STEEL Fe- 500D):- TMT steel bars of all sizes shall be procured directly from following primary producers :-

1. Rashtriya lspat Nigam Limited (RINL) Visakhapatnam Steel Plant Visakhapatnam- 530 031, India Tel: (91 891) 518226. 518376 Fax: (91 891) 518316 Email: [email protected]

2. Tata Iron & Steel Company (TISCO, or Tata Steel) Bombay House. 2. 4 Homi Modi Street Mumbai - 400 001. India Tel: (91 22) 204 9131 Fax: (91 22) 204 9522. 287 0840 Email: [email protected] ( Br office for North : Jeevan Tara Bldg. Patel Chowk . New Delhi)

3. Steel Authority of India Limited (SAIL) Central Marketing Organization. Northern Region 17th Floor, scope Minar, Laxmi Nagar Distt. Centre. Delhi- 110092

4. M/S Jai Balaji Industries Ltd Registered Office 5 Bentek street, Kolkata- 700001, Delhi Office 510, Block-b, Navraung House 21 Kasturba Gandhi Marg, New Delhi- 110001, 011-43620219,43620220 Mob: 7838272772/9958936103 E-mail- [email protected]

5. M/S Shyam Steel Industries ltd, Shyam Towers EN-32, Sector-V, Salt Lake. Kolkata-700091, Tei.:.033-40074007, Fax-033-40074010, E-mailmarketing@ shyamsteel.com

6. M/S SPS Steel Rolling Mills Ltd., 68, Bally gunge Circular Road,Kolkata- 700019 Ph- 033- 2895160/67 Fax- 033- 22894386 E-mail- [email protected]

7. M/S Steel Exchange India ltd, My Home Laxminivas Apartments. Ameerpet, Hyderabad-500016, Tel-040-23403725, Fax-040-23413267, [email protected]

8. M/S Jindal Steels and Power Ltd. (TMT) OP Jindal Road, Hissar, Haryana, Pin-125005 , Tel- +91 1662 222471-84 Fax- +91 1662 220476.

9. M/S SRMB Srijan Ltd Srmb House, 7, khetra Das lane Kolkata-700012 Tel : 033- 6600 6600, Fax: 033- 2211 0483

10 M/S Concast Steel & Power Ltd 21 Hemant Basu Sarani, Suit Nos- 511 & 512, 5th Floor, Kolkata - 700001

11. M/S Adhunik Metaliks Ltd, Orissa Lansdowne Towers. 2/1A Sarat Bose Road. Kolkata - 700020 Tel: 033 3051 7100 Fax: 91 33 2289 0285 Email: mfo@adhunikgroup com

12. M/S Shri Bajrang Power & lspat ltd, Raipur,Chhatishgarh Viii - Borjhara, Urla Industrial Area. Raipur- 493 221, Chhattisgarh. Tel : 0771 4288019/29 / 39

13. M/S JSW Steel Ltd,Karnataka Jindal Mansion, 5A Dr G Deshmukh Marg. Mumbai- 400026

14. M/S Electro Steel Steels Ltd, Bokaro, Jharkhand G K Tower, 2"d & 3'd Floor. 19 Camac Street. Kolkata, WB- 700017 Board No: 91-33-2283-9990

15. M/s Kamachi Sponge & Power Corporation Ltd, ABC Trade Centre, 3rd Floor (inside Devi Theatre Complex), Old No 50, New No 39, Anna Salai, Chennai – 600002, India

16. M/s Shyam Metalics & Energy Ltd, Viswakarma, 1st Floor, 86 C, Topsia Road, Kolkata – 700046

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 92

PARTICULAR SPECIFICATION (CONTD….)

11.2.3.2. STRUCTURAL STEEL(EXCEPT HOLLOW STEEL SECTIONS):- Structural steel any section/plate (except hollow steel sections) shall be procured from main producers like SAIL, Rashtriya Ispat Nigam Ltd, IISCO, TISCO and M/S Jindal Steels and Power Ltd (Jindal Center, Plot No 2, Sector-32, Gurgaon-122001, Haryana, Tele No 01246612000 & 01246612125). However in case of its non availability with above mentioned primary producers, the same can be procured from approved secondary producers with a reduction of 5% (Five percent) of the accepted rates of structural steel. In case the desired section of structural steel is not rolled/manufactured by above mentioned primary producers, there shall be no price adjustment in use of structural steel procured from approved secondary producers for such sections of structural steel. In case the quality of structural steel i.e. A, B or C is not mentioned then quality A shall be used and same shall be followed for deviation if any.

11.2.3.3. Steel section for railings, gate, fencing, guard bars, grills, steel chowkhat, holdfasts etc., which do not

constitute structural members, can be procured from main producers/ secondary producer/BIS marked manufacturers or their authorized dealers at the option of contractor without any price adjustment. Tests will not be insisted upon for such steel sections.

11.2.3.4. STRUCTURAL STEEL(HOLLOW STEEL SECTIONS):- Structural hollow steel sections shall be directly procured

from TATA (STRUCTURA)/JINDAL STAR/ BST/NEZONE (NTL)/ ISI Marked. 11.2.4. TESTING OF STEEL 11.2.4.1. The manufacturer is to carry out inspections and testing of steel in accordance with the relevant BIS

provisions. The contractor shall submit the manufacturer's test Certificate in original alongwith the test sheet giving the results of each mechanical test as applicable and the chemical composition of the steel or authenticated copy thereof, fully signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in Steel Acceptance Register, as given at Appendix 'C' after due verification and send a certified true copy of test sheet to GE for his records. The GE/CWE shall also organize independent testing of random samples of steel drawn from various lots from National Test House, SEMT Wing CME, Regional Research labs, IITs, National Institutes of Technology, NABL Approved laboratories, Command Testing Laboratory, Govt Engineering Collage or Any Govt laboratories as per the recommended minimum frequency shown in para here-in-after. Samples from each lot should be tested for quality and elongation. The elongation shall not be less than 18%. Cost of samples, transportation and testing shall be borne by the Contractor. The records of such checks would be maintained in the steel test register.

11.2.4.2. Nominal mass of any size of finishes bar/section of steel shall be checked as specified in relevant IS code. The

nominal mass so determined shall be recorded in steel testing register giving cross reference to consignment number. Nominal mass of any size of finished bar/section of steel if found to be beyond the tolerance limits on minus side as specified in relevant IS code, the same shall be rejected and the contractor shall remove the same at his own cost without any extra cost to the Government. However, if the weight of steel section is beyond the tolerance limit on higher side the same can be provided with approval of the GE but without any extra cost to the Government. Chemical composition of steel produced by some main producers are as given in Appendix “E”.

11.2.4.3. If any Test Result of any particular size of Bar/Section of steel of any consignment is not found satisfactory as

specified in relevant IS, the contractor shall remove the same at his own cost and no claim of contractor shall be entertained on this account.

11.2.4.4. TYPE OF TESTING 11.2.4.4.1. REINFORCEMENT STEEL

(a) High Strength Deformed Steel Bars

- Nominal Mass Test, Tensile Test, Bend Test and Re-bend Test shall be carried out as per Clause No. 8 of IS-1786-1985 and Test Specimens shall be as per Clause No. 10 of IS-1786-1985

(b) Mild Steel Bars - Nominal Mass Test, Tensile Test and Bend Test shall be carried-out as per Clause No. 9 of IS-432 (Part-I)-1982. Re-bend Testis not required to be carried out for Mild Steel Bars.

11.2.4.4.2. STRUCTURAL STEEL

(a) Structural Steel (Standard Quality)

- Tensile Test and Bend Test shall be carried out as per Clause No. 6, 7 and 8 of IS-226-1975 for Standard Quality of Steel Sections

(b) Structural Steel (Ordinary Quality)

- Tensile Test and Bend Test shall be carried out as per Clause No. 6, 7 and 8 of IS-1977-1975 for Ordinary Quality of Steel Sections.

(c)

Structural Steel (hollow steel sections)

- Tensile Test shall be carried out as per IS-4923-1997 for Standard Quality (Hollow Steel Section) of Steel Sections.

11.2.4.5 FREQUENCY OF TESTING OF STEEL 11.2.4.5.1. REINFORCEMENT STEEL:-Normal Mass Test, Tensile Test, Bend and Re-bend Test shall be carried out as per Minimum Frequency given in Appendix “D” 11.2.4.5.2. STRUCTURAL STEEL(FOR ALL GRADE):- Tensile Test and Bend Test shall be carried out as per Minimum

Frequency given in Appendix “D”

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 93

PARTICULAR SPECIFICATION (CONTD….)

11.2.4.6. TESTING CHARGES:-The Unit Rate/Amount quoted by the Contractor in the Tender shall be inclusive of Cost

of all sorts of Testing to the extent as specified here in before and in relevant Indian Standards. 11.2.5. DOCUMENTATION:- The contractor shall submit Original Purchase Vouchers and Test Certificate from the Main

Producer/ Secondary Producer/BIS marked manufacturer/authorized dealer as applicable for the total quantity of steel supplied under each consignment to be incorporated in the work. All consignments received at the work site shall be inspected by the GE alongwith the relevant documents before acceptance. The Original Purchase Vouchers and Test Certificates shall be defaced by the Engineer in Charge and kept on record in the office of the GE duly authenticated and with cross reference to the consignment number recorded in the Steel Acceptance Register. The steel Acceptance Register will be signed by the JE (Civil), Engineer-in-Charge, GE and the, Contractor. The Accepting Officer may order a Board of Officers for random check of steel and verification of connected documents. The entire quantity of steel items shall also be suitably recorded in the measurement book for record purposes as “Not to be abstracted” before incorporation in the work and shall be signed by the Engineer in Charge and the contractor.

11.2.6. STORAGE, ACCOUNTING, PRESERVATION & MAINTENANCE OF STEEL:- The storage, accounting, preservation

and maintenance of steel supplied by the contractor shall be done as per standard engineering practice till the

same is consumed in the work and the cost of the same shall be deemed to be included in the unit amount

quoted by the tenderer. The GE shall inspect at regular interval to verify that steel lying at site are stored,

accounted, preserved and maintained as per the norms. The steel shall be stored so as to differentiate each

consignment separately. If the GE is not satisfied with the storage/preservation of any size of bar/section of

steel, he may order for any test (s) of steel as applicable for that size of bar/section of steel and as specified in

tender documents and relevant Indian Standard to recheck the acceptability criteria for the same. The

contractor shall bear the cost of necessary testing(s) in this regard and no claim whatsoever shall be

entertained by the Govt./Department.

11.2.7. MEASUREMENTS AND PAYMENT OF STEEL:- 11.2.7.1. The entire quantity of all steel items shall also be suitably recorded in the Measurement Book for record

purposes as “Not to be abstracted” before incorporation in the work and shall be signed by the Engineer in Charge and the contractor.

11.2.7.2. The nominal mass conversion factor for various steel sections/size of finished bars as given in relevant IS

codes shall be considered standard for measurement. 11.2.7.3. The payment of steel shall only be allowed after production of Original Purchase Vouchers, Test Certificates

by the contractor for each consignment of steel and results of testing carried out by the Department are found satisfactory after testing.

11.2.8. CORNER REINFORCEMENT/SUPPORT BARS/CHAIRS, ETC :- 11.2.8.1. These shall be provided all as shown in standard TD & STD drawing and as per IS. 11.2.8.2. Reinforcement bars shall be TMT bars and shall be provided as directed by Engr-in-Charge. For the purpose of

pricing deviation involving reinforcement bars, the length of each bar shall be considered as 10 (Ten) meters for calculating laps.

11.2.8.3. In case of pricing deviations 10mm and over dia TMT bars as stirrups shall be priced at the rate of TMT bar

stirrups of 5 to 10 mm in MES Standard Schedule of Rates 2010 Part-II(Rates). 11.2.9. Mild Steel guard bars shall be of 12 mm x12mm square bars of Fe-310-0 or Fe-410-0 quality. Guard bars

shall be provided to all windows & vents as directed. The guard bars including window shall be painted with 2 coats of synthetic enamel paints over a coat of red oxide zinc chrome primer.

11.2.10. Other steel items like steel door with PGI sheet covering, railing in balconies and stair case, water meter and

switch board boxes etc shall be fabricated to the dimensions as directed by Engineer-in-Charge. Welding, bolting, drilling holes etc shall be as specified in MES Standard Schedule of Rates 2009 Part-I (Specification).

NOTE : For various Tests, Acceptance Criteria, Tolerance, etc. refer to STEEL SUPPLY & ACCEPTANCE

REGISTER given in Appendix ‘C’ and relevant BIS Codes. 11.2.11 Contractor shall take all precaution to avoid damage to members or injury to workers.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 94

PARTICULAR SPECIFICATION (CONTD….)

11.3 WELDING 11.3.1. GENERAL (i) Refer Clause No. 10.15 of MES Standard Schedule of Rates 2009 Part-I Specifications. (ii) Welding shall be done by metal arc process in accordance with the standard specified inIS-816 and IS-

9595. All welding shall be turned point upto a length not less than twice the thickness of the weld. (iii) The work shall be positioned for down hand welding wherever possible/practicable.

(iv) Joint surfaces shall be smooth, uniform and free from fins, tears, laminations and such other defects which adversely effect quality of weld and workmanship. (v) All welds shall be cleaned of slab and other deposit after completion. The specified size of welds shall be provided for the full length of each weld as directed.

(vi) Skilled welders shall only be employed for the work and the workmanship shall be of high standard. 11.3.2. ELECTRODES FOR WELDING :- Electrodes used for welding shall conform to IS-814 and shall be ISI

marked. The contractor shall supply at his own cost necessary electrodes, for getting hem tested if Garrison Engineer so desired.

11.3.3. INSPECTION/TESTING WELDS:- The Garrison Engineer or his representative shall inspect and examine the

electrodes for welding. Garrison Engineer shall have the welds tested for soundness using any of the non destructive tests and the testing charges shall be borne by the contractor.

11.3.4. PRECAUTION/SAFETY AND HEALTH:- The contractor shall ensure that the safety requirements and health

requirements in electric and gas welding and cutting operation are complied with during operations. The contractor shall also provide equipments for eye and face protection during welding as laid in IS. Fire precautions shall be taken in accordance with IS-3016, Code of practice for Fire Precaution in welding and cutting operations. Note : All items of steel and iron work including steel for reinforcement required for incorporation in this contract shall not be issued under Schedule 'B'. Contractor shall make his own arrangements to procure steel and iron all as specified hereinafter.

12. WHITE & COLOUR WASHING, CEMENT BASE PAINT, DISTEMPERING, PLASTIC EMULSION PAINT, WEATHER

PROOF PAINT 12.1. LIME :- Refer Clause No.15.2 of MES SSR 2009 Part-I (Specifications).. 12.2. BLUE VITRIOL :- Refer Clause No.15.4 of MES SSR 2009 Part-I (Specifications).. 12.3. WHITE WASHING/ COLOUR WASH :- White wash/ colour wash shall be applied on internal faces of walls.

White wash shall be applied three coats including preparation of plastered surfaces and as per clause No 15.2,15.3,15.4 & 15.12 of MES SSR 2009 Part-I (Specifications) and colour wash shall be applied two coats over a coat of white wash including preparation of plastered surfaces and as per clause No 15.2,15.3,15.4 &15.12 of MES SSR 2009 Part-I (Specifications).

12.4. CEMENT BASE PAINT 12.4.1. Refer Clause No.15.7 of MES SSR 2009 Part-I (Specifications). 12.4.2. Cement base paint finishes shall be two coats of cement base paints over a coat of alkali resistant primer

shall be applied. Cement base paint shall be of superior quality manufactured by standard firms given in APPENDIX ‘F' here-in-after.

12.5. ACRYLIC DISTEMPER/OIL BOUND DISTEMPER :- Acrylic distemper/ washable acrylic distemper /Oil bound

distemper shall be provided of two coats acrylic distemper over a coat of primer and as per clause No 15.21 of MES SSR 2009 Part-I (Specifications). The wall surfaces over which acrylic distemper/oil bound distemper is to be applied shall be treated with two coats of cement based white wall putty of minimum thickness of 1.5 mm in two coats to make the surface even and smooth. However for the purpose of pricing deviation, acrylic distemper shall be considered as oil bound distemper.

12.6. PLASTIC EMULSION PAINT :- Plastic emulsion paint shall be applied on internal faces of walls plastic

emulsion paint shall be applied two coats over a coat of primer and as per clause No 17.16 of MES SSR 2009 Part-I (Specifications). The wall surfaces over which plastic emulsion paint is to be applied shall be treated with two coats of cement based white wall putty of minimum thickness of 1.5 mm in two coats to make the surface even and smooth.

12.7. ACRYLIC EXTERIOR WEATHER RESISTANT PAINT(WEATHER PROOF PAINT) :- 12.7.1. Acrylic weather resistant paint shall be applied with two coats of acrylic exterior weather resistant paint

(weather proof paint) and Maximum coverage of 5.00 Sqm per litre per two coats paint over a coat of acrylic primer over wall care putty as per clause No 17.17 of MES SSR 2009 Part-I (Specifications).

12.7.2. Newly plastered surfaces shall be prepared to remove dust, loose or flaking materials, grease & dirt to ensure

a smooth and clean surface. Priming shall be done with approved primer suitable for use with the paint over a coat of wall care putty as approved by GE. Paint shall be thinned down as per manufacturer’s instructions.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 95

PARTICULAR SPECIFICATION (CONTD….)

Application shall be done using brush or roller. The recoating time between two coats shall be around 1 to 6 hours.

12.7.3. Make :- Apex (ULTIMA) of ASIAN PAINT or equivalent of approved make as per Appendix 'F' as approved by

GE.. 12.7.4. The period of Guarantee for the exterior weather resistant paint (APEX ULTIMA weather proof

paint) shall be 7 (Seven) years from the certified date of completion. The contractor shall be responsible for effectiveness of the exterior weather resistant paint (weather proof paint) during this period and any damage/ discolor noticed therein during this period shall be made good by him at his own cost.

12.7.5. The contractor shall furnish guarantee in favour of the Garrison Engineer for the efficacy of the acrylic exterior

weather resistant paint(weather proof paint) during the guarantee period. 12.7.6. An amount of security deposit equal to the individual security deposit calculated based on the

amount of exterior weather resistant paint (weather proof paint) at contract rates for the building for which paint to be carried out shall be retained from the contractor's final bill as security deposit for the exterior weather resistant paint (weather proof paint) which shall be released to the contractor only after expiry of guarantee period. The contractor may alternatively furnish a fixed deposit receipt in favour of GE (S) Tezpur in lieu of sum to be retained as security deposit for exterior weather resistant paint (weather proof paint) from any approved Schedule Bank.

12.7.7. Condition 46 of the General Conditions of Contracts (IAFW 2249) shall be deemed to be amended to the

extent mentioned above. 13. PAINTING 13.1. PAINTS AND ALLIED MATERIALS 13.1.1. Refer Clause No.17.2 of MES SSR 2009 Part-I (Specifications). 13.1.2. Paint shall be of first quality and manufactured by Standard firms given in APPENDIX ‘F to tender documents

here-in- after. 13.2. PAINTING WORK GENERALLY :-Refer Clause No.17.3 and subsequent thereof MES SSR 2009 Part-I

(Specifications). 13.3. PAINTING TO STEEL AND IRON WORK . 13.3.1. Refer Clause No.17.8 of MES SSR 2009 Part-I (Specifications).. 13.3.2. Filler coat is not required to be applied. Painting shall be done in three coats viz primer, under coat and

finishing coat. Primer for steel surfaces shall be red oxide zinc chrome and under coat and finishing coat shall be of synthetic enamel paint.

13.3.3. All exposed surfaces of iron and steel other than galvanised surfaces and reinforcement shall be painted with

two coats of synthetic enamel paint over a coat of primer. Primer for steel work shall be red oxide zinc chrome primer. Steel brackets of cisterns/WHB shall be given two coats of aluminium paint over a coat of primer. However, steel members of roof, hidden by ceiling shall be painted with two coats of red oxide primer.

13.4. PAINTING TO CONCRETE/PLASTERED SURFACES :- Plastered/concrete surfaces of inside wardrobe, lofts,

cupboard and open shelves shall be applied two coats of synthetic enamel paint over a coat of primer (white).

14. WATER PROOFING TREATMENT TO RCC OH TANKS

14.1 GENERAL

14.1.1 Water proofing treatment for rehabilitation of RCC Over Head Tanks shall be carried out as per Standard Practice, IS provisions and as per manufacturers instructions. The type of treatment shall be as specified in Schedule ‘A’ / BOQ and as directed by GE.

14.2 METHODOLOGY 14.2.1 Scrapping carefully, damaged loose cement concrete and RCC substrata in and around spalled area to any

Height of RCC Over Head tanks including necessary scaffolding and formwork as reqd.

14.2.2 Cleaning with emery paper/cloth and sand blasting of exposed corroded re-bars by chiseling out enough cavity to access entire dia of corroded re-bars.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 96

PARTICULAR SPECIFICATION (CONTD….)

14.2.3 Apply SHIELDOXY (2 Compound modified epoxy - i.e Part - I White Paste & Part- II off white at 1:1 ratio by

weight) of make TUFFSHIELD or NITOZINC PRIMER of FOSROC over cleaned exposed rebars for Corrosion prevention.

14.2.4 Grouting through G.I ports under 4kg/Sqcm pressure with non-shrink free flow polymerized grout SUPERGROUT-N-S of TUFFSHIELD or CEBEX 100 of FOSROC to fillup all capillaries, voids, honeycombs inside the entire depth of concrete substrate and applying 20mm polymer induced TUFFSHIELD MORTAR PLUS over 2 coats of bonding coating of SHIELDOXY (of make TUFFSHIELD) or Polymer induced mortar Renderoc S2 over 2 coats of Bonding coat of Nitobond EP of make FOSROC while in tacky condition.

14.2.5 Applying two coats of POLYCRETE R-I of make TUFFSHIELD or NITOCOTE CM 210 of make FOSROC over new

plastering as protective/curing coat . 14.2.6 The water proofing treatment shall be done only through authorized applicators of the manufacturer that are certified by the firms for quality application. The period of guarantee for the water proofing treatment shall be Ten years from the certified date of completion. The Contractor shall be responsible for effectiveness of the

water proofing treatment during this period and any leakage noticed therein during this period shall be made good by him at his own cost.

15. BLANK

16. TESTING OF MATERIALS : 16.1 Contractor shall produce manufacturers test certificate of manufacturer and purchase vouchers from manufacturers authorised dealer before claiming any payment to the Engr-in-charge for verification. 16.2 Atleast 1 Independent test of each item of materials may be carriedout from Govt approved Lab / Engineering

College / CTL by GE for which the entire cost shall be borne by the Contractor. For more than 1 test of any item the cost will be borne by the Department. If the material fail to full fill the quality criteria in the 2nd test conducted by GE the entire cost of testing shall be borne by the contractor and the same will be recovered from the payment due to him.

17 GUARANTEE FOR WATER PROOFING TREATMENT TO RCC OHT

17.1 The period of Guarantee for the water proofing treatment to RCC OHT shall be 10 (ten) years from

the certified date of completion. The contractor shall be responsible for effectiveness of the water

proofing treatment during this period and any leakage noticed therein during this period shall be

made good by him at own cost.

17.2 The contractor shall furnish guarantee in favour of the GE (S) Tezpur for the efficacy of the water proofing

treatment during the guarantee period.

17.3 An amount of security deposit equal to the individual security deposit calculated based on the amount of water

proofing treatment at contract rates for the building for which treatment to be carried out shall be retained

from the contractor’s final bill as security deposit for the water proofing treatment which shall be released to

the contractor only after expiry of guarantee period. The contractor may alternatively furnish a fixed deposit

receipt in favour of GE (S) Tezpur in lieu of sum to be retained as security deposit for water proofing treatment

from any approved Scheduled Bank.

17.4 Condition 46 of the General Conditions of Contracts (IAFW-2249) shall be deemed to be amended to the extent mentioned above.

Amount of Water Proofing treatment at contract rate

Amount to be retained from contractor’s dues rounded to nearest thousand rupees

(i) Up to Rs 50.00 lakh 2% of amount subject to minimum of Rs 5000/- and enhanced by 25%

(ii) Over Rs 50.00 lakh and up to Rs 100.00 lakh

Rs. 1,00,000/- + 1.5% of amount exceeding Rs. 50.00 lakhs and enhanced by 25%

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 97

PARTICULAR SPECIFICATION (CONTD….)

18. APPROVAL OF MATERIAL & MANUFACTURER :

18.1 On acceptance of contract the contractor will get the material , name of manufacture and the authorized

applicator of the manufacturer approved in writing from GE before placing order. Only one manufacturers

materials will be used for the entire treatment.

19. BLANK

20. INTERNAL ELECTRIFICATION 20.1 SCOPE OF WORK 20.1.1 The work consists of items as described in Schedule 'A'. 20.2 GENERAL 20.2.1 Refer Clause 19.2.1. to 19.2.8 of MES SSR 2009 Part-I (Specifications). 20.2.2 All work of internal electrification shall be executed by fully qualified licensed electricians all as per the latest

Engineering practice and latest IS codes/IS Rules. Certificate of qualification shall be produced on demand by Engineer-in-Charge.

20.2.3 The position of electrical fittings and fixtures shall be as directed by Engineer-in-Charge at the time of

execution without any price adjustment. 20.2.4 Looping -in-system of wiring shall invariably be used through the installation. 20.2.5 All equipment, fittings and accessories, materials etc selected for the wiring installation shall conform to the

relevant India Standards wherever these exist. 20.2.6 Contractor shall produce samples of all the fittings accessories materials etc for approval by the GE, before

incorporation in work. 20.2.7 Notwithstanding the fact that equipment has passed the inspection carried out during the stage of

manufacture, the contractor is not relieved from his obligations to conform to the quality, workmanship, guarantee of performance etc.

20.2.8 Any defective material, equipment or workmanship which may come to the notice of the GE or his

representative after installation shall be liable for rejection and the contractor shall have to replace such materials, equipment etc or rectify the defects at his own cost.

20.3 TYPE OF WIRING 20.3.1 The type of wiring (batten or concealed conduit) shall be as specified in Schedule ‘A’ and as directed by the

Engineer-in-Charge. Point wiring for light/power/ fan/bell or buzzer point(s) includes all works mentioned in preambles to the rates in MES Schedule part-II for point wiring unless otherwise indicated in these tender documents. In case of conduit wiring, colour coding for phase, neutral and earth cable shall be followed as per Clause 19.25(b)(ii) of MES SSR 2009 Part-I (Specifications).

20.4. NON METALLIC (PVC) CONDUIT AND CONDUIT ACCESSORIES:- 20.4.1 Refer clause 19.29 of MES Schedule Part-I, 2009. Conduit and conduit accessories shall conform to relevant

IS i.e., IS-9537 (Part-III) 1983 and IS-3419-1976. Conduit shall be non-metallic PVC conduit and shall show no appreciable un-evenness. Interior and ends of conduit and conduit accessories shall be free from bushes, ducts fins and the like which may cause damage to the cables. Each length of PVC conduit shall be marked with the following :-

(a) Manufacturer's name or trade mark. (b) Country of manufacture. (c) Nominal size of the conduit.

20.5 Each length of conduit shall also be marked with the ISI certificate mark. 20.6 PVC flexible conduit of size as directed by the Engineer-in-charge shall be provided as required without any

extra cost. 20.7 CONDUIT ACCESSORIES 20.7.1 The conduit fittings shall be made of non-metallic PVC and shall be fabricated or cast to shape. They shall be

so designed and constructed that they match with the corresponding conduit sizes without any adjustment and ensure reliable mechanical protection to the cable. The inside edges, through which the cables are intended to pass, shall be smoothly routed in order to prevent abrasion of cables. Entries for conduits shall be

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 98

PARTICULAR SPECIFICATION (CONTD….)

formed so as to prevent the conduit being screwed or pushed right through to the interior of the fittings. Inspection fittings shall be so constructed that the screws fixing the cover do not deform the conduits or damage the insulation of the cable enclosed. The screwed couplers shall be screwed inside throughout their entire length.

20.7.2 The axis of any elbow shall be a quadrant of a circle plus a straight portion at each end. Normal bend shall be

large sweep being giving a diversion of 90 degree in the turn of the conduit half normal bends shall be similar to normal bends both as regards of curvature and length of straight portions at the ends but shall give a diversion in the run of the conduit of 45 degree small circular boxes shall be provided with lugs of thickness not less than 2.8 mm for fixing the covers. Large circular boxes shall have been lugs of thickness not less than 4mm for fixing the cover fittings shall be adequately protected against rust and corrosion both outside and inside with medium protective coating.

20.7.3 Fitting shall comply with the dimensions given in appropriate tables of IS-2667-1976 subject to a tolerance of

+ 5 percent. 20.7.4 Each fittings shall be marked clearly and with the following information :- (a) Name or trade mark of

manufacturers. (b) Country of manufacture. 20.7.5 The fittings may also be marked with the ISI certification mark. 20.7.6 Conduit pipes shall be fixed by heavy gauge saddles, secured to suitable wood plugs or other plug with

screws in an approved manner at an interval of not more than one metre, but on either side of couplers at bends or similar fittings, saddles shall be fixed at a distance of 30 cm form the center of such fittings. All necessary bends in the system, including diversion shall be done by bending pipes or by inserting suitable solid or inspection by normal bends, elbows or similar fittings, or fixing inspection boxes whichever is more suitable. Conduits fittings shall be avoided as per as possible on conduit system exposed to weather, where necessary solid type fittings shall be used. All the screws shall be cadmium coated.

20.7.7 The conduit of each circuit or section shall be completed before conductors are drawn in the entire system of

conduit after erection shall be tested for mechanical and electrical continuity throughout and permanently connected to earth wire by means of suitable earthing clamp efficiently fastened to conduit pipe in a workman like manner for a perfect continuity. Gas or water pipes shall not be used as earth medium.

20.7.8 Inspection type conduit fittings such as inspection boxes, drawn boxes, bends, elbows and tees shall be so

installed that they can remain accessible for such purposes as to withdrawal of existing cables or the installing of additional cables.

20.7.9 In case of concealed wiring, conduits shall be laid before casting in the slab so as to conceal the entire run of

conduits and ceiling outlet boxes. Vertical drops shall be buried in columns or walls. 20.7.10 All wiring from FFL upto a height of 100 cm shall be drawn through non-metallic (PVC) conduit, concealed in

walls. Contractors rates for the respective item of point wiring shall included for this provision. 20.7.11 All the fan boxes shall be covered with 3 mm thick hylem sheet and contractors rate for the point wiring for

fan shall include this provision. 20.8 LAYING OF CONDUITS 20.8.1 Conduits shall be laid either recessed in walls and ceilings or on surface on walls and ceilings or partly

recessed partly on surface, as required. 20.8.2 Same rate shall apply for recessed and surface conduiting in this contract. 20.8.3 Stranded copper conductor insulated wire of size as per schedule of quantities shall be provided in entire

conduiting for loop earthing. 20.8.4 GI wire of suitable size to serve as a fish wire shall be left in all conduit runs to facilitate drawing of wires

after completion of conduiting. 20.9. PVC INSULATED 1100 VOLTS GRADE CABLE (PVC SHEATHED/UN- SHEATHED) 20.9.1 The conductor shall be of stranded copper wires. The insulation shall consist of compounded polyvinyl

chloride. The thickness of insulation shall not be less than nominal value mentioned in appropriate table of IS-694-1964. The composition of the compound of sheath shall be polyvinyl chloride. The compound shall be designed to offer adequate mechanical protection. The value of thickness of sheath shall be in accordance with those specified in appropriate tables. The insulation on and sheath shall be applied by the extrusion process and each shall form a compact homogeneous body.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 99

PARTICULAR SPECIFICATION (CONTD….)

20.10 WIRES 20.10.1 Wiring shall be carried out with PVC insulated 660/1100 volt grade FRLS unsheathed single core wires with

electrolytic annealed stranded copper (unless otherwise stated) conductors and conforming to IS: 694/1990,IS: 1554. All wire rolls shall be ISI marked. All wires shall bear manufacturers label and shall be brought to site in new and original packages. Manufacturer’s certificate certifying that wires brought of site are of their manufacture shall be furnished as required.

20.10.2 The smallest size of conductor for lighting circuits shall have a nominal cross-sectional area of not less than

1.5 sq.mm, while minimum size of power wiring shall be 4 sq.mm. 21. LIGHTNING PROTECTION 21.1. Arrangement for lightning protection shall be made on Locations as directed by Engineer-In-charge. The arrangement shall conform to IS-2309. On Ridge of Building GI Strip 32 x 6 mm shall be fixed with J Bolts

on both side of Ridge. Both side, GI Strip shall be in contact with each other through Air Termination Point. If Extermination Point is separately fixed and not giving contact to both the GI strip in the case at every 10 Metre both the GI Strip shall be connected separately by a piece or same GI Strip so that Lightning have an easy and Shortest Passage to ground.

21.2. Air Termination Point shall be fixed as directed by Engr-in-charge. GI Down Conductors shall run along CGI Sheet and on Wall fixed by means of Brass Saddles. GI strip do conductor shall be terminated at Test Point. GI Strip coming from earth pit and from another test point shall meet Copper Down Conductor at Test Point.

All Test Point shall be interconnect through Copper Strip . 21.3. All the Roof Conductors and Down Conductors (i.e GI Strip 32 x 6mm) and Air Termination Copper Rod (12 mm dia & 600mm long) shall be mounted on suitable size of Porcelain Insulator. Due care be taken to ensure that any portion of the Lightning Protection Air Termination Rod and the Strip are not in contact with the Building. The cost of porcelain insulator is deemed to be included in the Quoted Rate/ Amount . 22. AIR TERMINATIONS 22.1 Ref PS clause no 19.147.3 of SSR Part-1,2009. Air termination single pointed copper rod 12mm dia and 600mm long on top of OH Tank to be fixed as directed by Engr-in-chaege. A vertical air termination shall have one point and shall project at least 300 mm above the object salient point or network on which it is fixed 23. TESTING POINTS 23.1 Ref PS clause no 19.147.6 of SSR Part-1,2009. Each down conductor shall be provided with a testing point in a position convenient for testing but inaccessible for interference. No connection, other than one direct to an earth electrode shall be made below a testing point. Testing points shall be of phosphor bronze, gunmetal, copper or any other suitable material. 24. EARTH TERMINATIONS 24.1 Each down conductor shall have an independent earth termination 25. EARTHING 25.1. Earthing shall be carried out by Earth Electrodes as shown in Electrical Plate No. 3 of MES Schedule Part-I and as specified in IS-3043 including upto date amendments thereto. The Earth Electrodes shall be placed all as shown on Drawings and 2.0 Metre away from the Main Structure. The surplus soil obtained from the excavation shall be removed to distance not exc 50 Metre. The Concrete for Chamber shall be PCC M-10 (Nominal Mix)(using 20 mm graded stone aggregate) and exposed surfaces need to be finished fair. Funnel shall be prepared out 3.15mm thick PGI Sheet by welding and shall be leak proof. It shall be provided with

wire gauge with 1.18mm average width of aperture and 0.45mm average dia of wire soldered to Funnel Cover. Dust shall be used for Medium Grade 20mm with 12mm dia holes drilled staggered @ 300mm C/C through out Pipe. The bottom of Pipe shall be layed at an angle of 45º. Two numbers Earthing shall be interconnected with 32 x 6mm into GI Strip. GI Pipe for Earthing shall not be issued under Schedule ‘B’.

25.2. The following Tests shall be carried out to the entire satisfaction of the Engineer-in-Charge :- (a) Earth Resistance Test : Resistance of each Earthing shall be measured individually and shall not exceed

0.5 Ohm in ordinary soil and 3 Ohm in Rocky situation. (b) In case the Resistance is more than as specified, the Contrctor shall increase the depth of the Bore hole, quantity of Charcoal, Salt and length of Electrodes to bring the Resistance of Earth to the Value specified above, without any Extra Cost to the Government. 25.3. Earth resistivity test shall be carried out in accordance with IS Code of Practice for earthing IS 3043.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 100

PARTICULAR SPECIFICATION (CONTD….)

26. AVIATION OBSTRUCTION LIGHT

26.1 Aviation obstruction light with yellow painted die-cast aluminium alloy housing, red coloured oply carbonate

dome with complete accessories for fixing the same on top of OH Tank including LED Lamps.

27. AUTOMATIC WIRELESS WATER LEVEL INDICATOR WITH BUZZER

27.1 Automatic wireless water level indicator with buzzer, 400 mtr range with sensors, transmitters and receivers

suitable to indicate 0%, 25%, 50%, 75%, 100%

28. DEMOLITION/DISMANTLING/TAKING DOWN

28.1 Refer to relevant paras under section 21 of MES SSR 2009 Part-I (Specifications).

28.2 The contractor shall take proper precaution for demolition/dismantling work. If any damage caused due to

dismantling/demolition to the existing structure, the contractor shall made good the same at his own cost

without any extra cost to the Govt.

28.3 Unserviceable materials as per Credit Schedule obtained from demolition/dismantling shall be property of the

contractor and shall credited as per schedule of credits. All demolished/dismantled materials shall be

removed from the site of `the contractor as directed by the Engineer-in-Charge without any extra cost to the

Govt. Demolished / Dismantled items not catered for in the Credit Schedule shall be the property of Govt and

shall be handed over to Department store yard without any extra cost to the Govt.

29. SITE CLEARANCE : 29.1 On completion of work, site shall be left clean and tidy. Work shall be regarded as completed only after

clearance of site to the entire satisfaction of the Engineer-in-Charge. Rate quoted by the contractor in Schedule 'A' is deemed inclusive of the same.

30. MAKES 30.1 The list of makes of various items and articles to be incorporated in the work is as given in Appendix ‘F’, same

shall be incorporated in works after approval by GE.

_________________ Signature of contractor Dated:

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 101

PARTICULAR SPECIFICATION (CONTD….)

Appendix 'A'

FREQUENCY OF TESTING AND RECOVERY RATES OF TESTING CHARGES (REFER CLAUSE 34 OF SPECIAL CONDITIONS)

Sl

No

Material Tests Method of

testing

Frequency of tests Level

of

tests

Rate

(Rs.)

Remarks

1 2 3 4 5 6 7 8

1. Coarse

Aggregate

(i) Sieve analysis IS-2386

(Part-I)

One test of every 15 Cubic Metre of

coarse aggregates or part thereof

brought to site

A 120

(ii) Flakiness Index -do- -do- A 90

(iii) Estimation of

deleterious

materials

IS-2386

(Part-I)

One test for every 100 Cubic Meter

of aggregates or part there of

A 120

(iv) Organic

impurities

-do- One test per source of supply C 120

(v) Moisture

content

-do-

(Part-II)

Regularly as required A 120

(vi) Specific gravity -do- One test for Each source of supply B 120

2. Fine

Aggregate

(i) Sieve analysis IS-2386

(Part-I)

One test of every 15 Cubic Metre of

FA or part when brought to site

A 180

(ii) Test for clay, silt

and impurities

-do- -do- A 90

(iii) Specific gravity -do-

(Part-II)

One for Each source of supply B 180

(iv) Moisture

content

-do-

(Part-II

Regularly as required subject to 2

tests/day when being used

A 180

(v) Test for organic

impurities

-do-

(Part-II)

One for Each source of supply

C 180

3. Cement (i) Setting Time IS-4031-63

affirmed

1980

One for Each consignment or as

and when required

B 180

(ii) Soundness -do- -do- C 120

(iii) Compressive

strength

-do- -do- B 360

(iv) Fineness -do- -do- C 120

4. Structural

Concrete (M-

15 Grade

&above)

(i) Slump test or

compacting factor

test or vee-bee time

IS-1199 The minimum frequency of

sampling of concrete of Each grade

shall be as under :-

A 180 Random sampling shall be carried to cover all mix unit.

(ii) Compressive

strength

IS-516 Qty of concrete

in the work

(Cubic Metre)

No. of samples A 120 As per IS-456 Clause 15.20 for frequency of sampling.

1 – 5 1

6 – 15 2

16 – 30 3

31 – 50 4

51 and above 4+1 for Eachaddl

50 Cubic Metre or

part thereof

(ii) Breaking Load

(iii)

-do-

(Appx ‘C’)

-do- B 120

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 102

PARTICULAR SPECIFICATION (CONTD….)

1 2 3 4 5 6 7 8

5. Water for

Construction

purpose

(i) Test of Acidity IS-456 &

3015

Once at the stage of approval of

source of water

B 240 Also refer clause 5.4 of IS 456 and its subsequent sub clauses regarding suitability of water.

(ii) Test for

Alkalinity

-do- B 240

(iii) Test for solid

content

-do- C 300

6. Welding of

steel work

Visual inspection

test

IS-822-

1970

Clause 7.1

100% by visual inspection Work

site

360 Specialized tests, their method and frequency to be decided on consideration of their importance by the Accepting Officer.

7. Reinforcement

Steel Bars

a) Proof Bars IS –1786 As per Appx ‘C’ & ‘D’ of Tender B & C 200 Testing Charges as per set of test per diameter

b) Tensile strength

c) Elongation

d) Bent test

e) Rebent test

__________________ Signature of contractor Dated:

SSW For Accepting Officer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 103

PARTICULAR SPECIFICATION (CONTD….)

Appendix 'B'

CEMENT SUPPLY AND ACCEPTANCE REGISTER 1. CA No & Name of work : 2. Control No : 3. Name of Manufacturer/Brand Name/Gde of Cement a) Manufacturer_______ b) Brand__________ c) Grade___________ 4. Qty of cement & Lot No (in Bags) : a) Qty_____________ b) Lot No ________________ 5. Manufacturer's Test Certificate No ____________________________________ 6. Random Test Details : (a) Physical Test report from_______________ vide their letter No________________________ (NAME OF APPROVAL LAB/ENGG COLLEGE) (b) Chemical test report from______________ vide their letter No_________________ (NAME OF APPROVAL LAB/ENGG COLLEGE) 7. Details of Physical & Chemical properties

Physical Requirements (As per IS-4031)

Specific Surface

area (M/KG)

Soundness by Le

Chatellar

Soundness by auto clave

Initial setting time

Minutes

Final setting time

Minutes

Compressive strength (Mpa)

03 days

07 days

28 days

1 2 3 4 5 6 7 8 9

As per

relevant IS

As per

Manufacturer's

test cert

As per

random test cert

Chemical Requirements (As per IS-4032)

Temp during testing 0C

Standard consistency(%)

Lime saturation factor (Ratio)

Alumina Iron factor (Ratio)

Insoluble Re-schedule (%)

Magensium (%)

Sulphuhric Anhdride (%)

Loss of Lgnition (%)

Alkai- lest (%)

Chlorides(%)

10 11 12 13 14 15 16 17 18 19

Accepted/Rejected

JE Engineer-in-Charge Garrison Engineer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 104

PARTICULAR SPECIFICATION (CONTD….)

Appendix 'C'

STEEL SUPPLY/ACCEPTANCE REGISTER 1. CA No & Name of work : 2. Control No : 3. Name of Manufacturer's TC No : 4. Manufacturer_______: 5. Random Test Details : (a) Physical Test report from___________ vide their letter No_________________ (NAME OF APPROVAL LAB/ENGG COLLEGE) (b) Chemical test report from____________vide their letter No_____________________ (NAME OF APPROVAL LAB/ENGG COLLEGE) 6. Types of Steel, Dia & Qty : (a) Type : TMT/CRS (b) Dia ____mm (c) Conversion Wt _________MT

Chemical Test

Carbon %

Sulphur %

Phosphorous % Silicon % Corrosion Resistant

1 2 3 4 5 6

As per IS-1786

As per Manufacturer's

test cert

As per independent

cert

Mechanical Test

Remarks

Wt per

meter

Stress (N/MM²)

0.02% proof

Tensile strength

(N/mm²)

Elongation%

Bend Test

Rebend

Test

7 8 9 10 11 12 13

Accepted/Rejected

JE Engineer-in-Charge Garrison Engineer

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 105

PARTICULAR SPECIFICATION (CONTD….)

Appendix 'D'

FREQUENCY FOR NORMAL MASS, TENSILE, BEND AND REBEND TESTS OF STEEL

Sl No NOMINAL SIZE OF BARS FREQUENCY

A

(a)

Steel for reinforcement in concrete Bars size less than 10mm

-

1 Sample (3 Specimens) for each test for every 25 Tonnes or Part thereof

(b) Bar size 10mm to 16mm

- 1 Sample (3 Specimens) for each test for every 35Tonnes of Part thereof

(c)

Bar size over 16mm - 1 Sample (3 Specimens) for each test for every 45Tonnes of Part thereof

B Structural Steel

(a) Tensile Test - 1 Sample (3 Specimens) for each test for each individual

Section for every 25 Tonnes of steel or Part thereof.

(b) Bend Test - 1 Sample (3 Specimens) for each test for each individual

Section for every 25 Tonnes steel or part thereof.

NOTE :-

1. For various tests, acceptance criteria, tolerances etc. refer to relevant Clause of MES SSR and relevant BIS Codes.

2. Independent testing of steel received from primary producers is optional. However, independent testing of steel received from secondary producers is mandatory before approval to the contractor/release of payment or steel is incorporated in the work. However, tests will not be insisted upon for the steel required for guard bars, holdfasts, grills and such other allied items. Any item of steel, not meeting the requirements shall be rejected and the particular consignment removed from the site by the contractor at his own cost. The contractor will have no claim on this account. Cost of tests and test samples as per above frequency shall be borne by the contractor irrespective of test results.

3. The GE may also increase frequency and number of samples/tests for his satisfaction. The cost of these additional tests shall be governed as per condition 10(A) of IAFW-2249. However, cost of samples transportation and other overhead shall be borne by the contractor irrespective of test results.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 106

PARTICULAR SPECIFICATION (CONTD….)

Appendix 'E’

CHEMICAL COMPOSITION STEEL IN PERCENT (MAXIMUM)

SL NO.

DESCRIPTION

IS-1786-1985 ALL GRADES

SAIL-TMT

ALL

GRADES

TISCON-42

RASTRIYA ISPAT

NIGAM LTD.

R-BARS ALL GRADES

a) Carbon 0.30 0.25 0.17 0.20

b) Sulphur 0.06 0.05 0.045 0.04

c) Phosphorous 0.06 0.05 0.045 0.05

d) Sulphur and 0.11 0.10 0.09 0.09

Phosphorous

e) Manganese - - - 0.60

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 107

PARTICULAR SPECIFICATION (CONTD….)

Appendix 'F’

LIST OF PRODUCTS FOR WHICH SPECIFIC MAKES ARE TO BE INCORPORATED IN WORKS

SLNo

MATERIAL & MAKE

1 SHIELDOXY

A) TUFFSHIELD 2 NITOZINC PRIMER

A) FOSROC 3 SUPERGROUT-N-S

A) TUFFSHIELD 4 CEBEX 100

A) FOSROC 5 POLYCRETE R-I

A) TUFFSHIELD 6 NITOCOTE CM 210

A) FOSROC 7 TUFFSHIELD MORTAR PLUS A) TUFFSHIELD 8 RENDEROC S2 A) FOSROC 9 WALL PRIMER

A) ASIAN B) JOTUN INDIA PVT LTD C) BERGER D) JENSON & NICHOLSON PAINTS LTD

G) NEROLAC PAINTS

10 EXTERIOR ACRYLIC EMULSION WEATHER COAT PAINT A) ASIAN B) JOTUN INDIA PVT LTD C) BERGER

D) JENSON & NICHOLSON PAINTS LTD

G) NEROLAC PAINTS

11 WHITE CEMENT/WALL PUTTY A) BIRLA B) BERGER C) J&N D) ASIAN PAINTS E) SHALIMAR PAINTS F) JAY PEE G) GODAVARI PAINTS PVT LTD H) JK

12 LT WIRES & CABLES PVC INSULATED CABLE UPTO 1100 VOLTS COPPER/ALUMINIUM CONDUCTOR SHEATHED/UNSHEATHED AS PER IS 694:1990

A) HPL INDIA LTD B) HAVELLS INDIA LTD C) RR KABEL LTD D) FINOLEX E) NICCO F) KEI G) INDO AMERICAN ELECTICALS LTD H) PLAZA J) MESCAB K) POLYCAB

13 CONDUIT PVC A) PRESTO PLAST B) FINOLEX C) INDO AMERICAN

ELECTRICALS LTD D) KALINGA GOLD E) PRINCE F) PLAXA G) AKG H) RICHA CABLES PVT LTD J)

14 PVC CASING CAPING

A) PRESTO B) FINOLEX C) KALINGA D) PRINCE E) PLAZA F) AKG LIGHT FITTINGS/LAMPS

15 AVIATION OBSTRUCTION LIGHT A) HAVELLS B) BAJAJ C) PHILIPS

D) CROMPTON 16 FULLY AUTOMATIC WIRELESS WATER LEVEL INDICATOR WITH

BUZZER,

A) TELCRONICS B) L&T

All other materials :- Make and sample as approved by GE.

CA NO: CWE/TEZ(S)/T-33 OF 2018-19 SERIAL PAGE NO 108

PARTICULAR SPECIFICATION (CONTD….)

Notes:

1. Makes specified in Schedule 'A'/BOQ shall only be provided when makes are mentioned in Schedule 'A'/BOQ. 2. Makes specified in Particulars Specifications shall be provided only when no makes are specified in Schedule

'A'/BOQ. 3. Makes specified in this Appendix shall be provided only when no makes are mentioned in Schedule 'A'/BOQ and

Particular Specifications.

4. Contractor will supply the material only after obtaining the written approval from GE regarding use of specific make of items and will supply the material at appropriate time as and when required by the GE.

5. To ensure genuineness of material the contractor will order only on manufacture or authorised dealer and the Engineer-in-Charge will receive material after verifying the delivery challan of the supplier and after satisfying the genuineness of material.

6. Delete the make whichever is not applicable.

__________________ Signature of contractor Dated:

SSW For Accepting Officer