ca no: ge (af) phalodi/ of 2018-19 srl page no : 01 · technical representative for discussion on...

68
CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 NAME OF WORK : REPAIR/MAINTENANCE OF LT UG CABLE, PANEL BOARDS, GARDEN LIGHTS, SOLAR AND HIGHMAST AT AF STN PHALODI CONTENTS S No Description Page No 1. Contents 01 2. Forwarding letter 02 & 03 3. Instructions to tenders 04 to 06 4. Notice of tender IAFW – 2162 (Revised 1960) and amendments thereto 07 to 13 5. E-Tender and item rate contract for work by measurement IAFW – 1779-A (Revised 1955) 14 to 40 6. General conditions of contracts IAFW- 2249 (1989 Print) including, Errata/Amendments thereto 41 to 91 7. Schedule of Minimum fair wages 92 to 105 8. Special conditions 106 to 118 9. (a) Particular specifications 119 to 133 (b) Source of materials 134 10. Appendix ‘A’ to ‘D’ 135 to 144 11. Errata and Amendment 12. Relevant Correspondence 13. Acceptance letter Total Pages Enclosures: (Nil) …………………………….. (Signature of Contractor) AGE (Contracts) For Accepting Officer Dated : ……………….. NMG/-

Upload: others

Post on 04-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01

NAME OF WORK : REPAIR/MAINTENANCE OF LT UG CABLE, PANEL BOARDS, GARDEN LIGHTS, SOLAR AND HIGHMAST AT AF STN PHALODI

CONTENTS

S No Description Page No

1. Contents 01

2. Forwarding letter 02 & 03

3. Instructions to tenders 04 to 06

4. Notice of tender IAFW – 2162 (Revised 1960) and amendments thereto

07 to 13

5. E-Tender and item rate contract for work by measurement IAFW – 1779-A (Revised 1955)

14 to 40

6. General conditions of contracts IAFW- 2249 (1989 Print) including, Errata/Amendments thereto

41 to 91

7. Schedule of Minimum fair wages 92 to 105

8. Special conditions 106 to 118

9. (a) Particular specifications 119 to 133

(b) Source of materials 134

10. Appendix ‘A’ to ‘D’ 135 to 144

11. Errata and Amendment

12. Relevant Correspondence

13. Acceptance letter

Total Pages

Enclosures: (Nil) …………………………….. (Signature of Contractor) AGE (Contracts) For Accepting Officer

Dated : ………………..

NMG/-

Page 2: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No : 02 REGISTERED /ACK DUE Tel No 02925 – 217860 Military Engineer Services

Fax No : 02925 – 248825 Garrison Engineer (AF)

Near Kundal Village,

Phalodi (Rajasthan)-342 301

8180/A/ /E8 Sep 2018 M/S …………………………

………………………………...

…………………………………

TENDER DOCUMENTS FORWARDING OF : NAME OF WORK : REPAIR/MAINTENANCE OF LT UG CABLE, PANEL BOARDS, GARDEN LIGHTS, SOLAR

AND HIGHMAST AT AF STN PHALODI

Dear Sir (s),

1. Tender documents in respect of above work are uploaded on the site www.defproc/eprocuremes.gov.in. The tender is on single stage two cover e-tendering system. The contents of Cover-I & Cover-II 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) and as amended subsequently on e-tendering portal i.e www.defproc/eprocuremes.gov.in for subject work. 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 of 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 submit 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 29 Sep 2018. You are also requested not to write piece meal points and submit your points duly consolidated on or before above date.

5. Un-enlisted 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 Garrison Engineer (AF), Phalodi (Rajasthan) 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 1875000/- (Rupees Eighteen Lakhs seventy five thousand only).

Contd…/-

Page 3: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No 03 7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee and such other documents as mentioned in Appx ‘A’ to NIT on e-procurement portal and submit physical documents in the office of Garrison Engineer (AF), Phalodi (Rajasthan) 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 quotations/offer received in any other electronic or physical form like email/fax/by hand/through post from tenderer/bidder even if they are 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. 10. General Conditions of Contract (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 GE concerned and this office. 11. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION, SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION, WHATSOEVER, IS LIABLE TO BE REJECTED.

Yours faithfully, …………………………….. (Om Prakash) (Signature of Contractor) AE (QS & C) Dated: ……………… AGE (Contracts) For Accepting Officer Encls:- (One set of tender documents detailed on Index page) Copy to: -

AGE E/M

Internal Distribution

E-2 Section

Page 4: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No -04

INSTRUCTIONS ON FILING AND SUBMISSION OF TENDER

1. EARNEST MONEY DEPOSIT (EMD)

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 Garrison Engineer concerned.

(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of Garrison Engineer.

It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved Schedule 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 concerned GE. 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 along with 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)).

3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER SOUTH WESTERN COMMAND AND WHO HAVE BEEN 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” calculated with reference to the “TENDERED COST” and ‘Standing Security Deposit’ lodged. The amount is required to be lodged within 30 (Thirty) days of the receipt of 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 (Refer Condition 22 of GCC (IAFW-2249).

4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CE SOUTH WESTERN COMMAND

Contractors whose names are on the approved list of any MES formation i.e other than CE South Western 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 within 30 (Thirty) days of the receipt of 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.

Contd../-

Page 5: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No -05

INSTRUCTIONS ON FILING AND SUBMISSION OF TENDER (Contd…..) 5. GENERAL INSTRUCTIONS FOR COMPLIANCE

5.1 The bids received only in electronic form will be considered. All bids shall be submitted on ‘www.defproc/eprocuremes.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ from and ‘xls’ form as indicated.

5.2 Bids shall be uploaded on www.defproc/eprocuremes.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/alternations shall be signed/initialed by the lowest bidder after acceptance.

5.4 Drawings, if issued in physical form, must be returned duly initialed by the tenderer/bidder in separate envelope indicating his name and address.

5.5 The tender shall be signed, dated and witnessed as all places provided for in the

documents after acceptance. All corrections shall be initialed. The Contractor shall initial every page of tender and shall be sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to any of the conditions whatsoever, it 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. In case 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 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 the bid on behalf on 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 by, in all matters pertaining to the contract including the Arbitration Clause.

5.7 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 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 to 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).

Contd../-

Page 6: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No -06

INSTRUCTIONS ON FILING AND SUBMISSION OF TENDER (Contd…..) 5.11 Tenderers/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 latest BOQ (Revised if any) file only. In case the BOQ is revised by the Department and the bidder has failed to quote in revised BOQ (i.e. Bidder has quoted in previous BOQ), such bid shall be treated as wilful negligence by the bidder and his quotation shall be considered non-bonafide. In such cases lowest tender shall be determined by the lowest amount amongst the valid/bonafide bids only. However Accepting Officer reserves the right whether to retender or otherwise in such circumstances. Decision of Accepting Officer in this regard shall be final and binding. Contractors/bidders shall not be entitled for any compensation for such eventuality.

5.13 No alteration to the format will be accepted, else the bid will be disqualified and summarily rejected.

5.14 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/eprocuremes.gov.in site only before the bid closing time and date.

6. REVOCATIONS/REVISION OF OFFER UPWARD /OFFERING VOLUNTARY REDUCTION, AFTER 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. 7. CPM (CRITICAL PATH METHOD)

7.1 The subject planning for work covered in the scope of tender in 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 is using the technique will be taken as his technical inefficiency and will affect his class of enlistment and future prospect/invitation to tenders

for future works.

8. Department may issue amendments/errata in 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.

9. These instructions shall be form part of the contract documents.

…………………………….. (Signature of Contractor) AGE (Contracts) Dated : ……………….. For Accepting Officer

Page 7: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No -07

{In lieu of IAFW 2162 (Revised 1960)}

MILITARY ENGINEER SERVICE

NOTICE INVITING TENDER (NIT)

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

2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimate, 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 the site, which may be on or about two weeks after the date of acceptance of the 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 along with 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 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 Office of Garrison Engineer (AF) Phalodi 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. 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/eprocuremes.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-1 shall be accompanied with by Earnest Money of amount a mentioned in Appendix ‘A’ in the form of deposit at call receipt in favour of concerned GE (see Appendix ‘A’) by a scheduled Bank or in receipted treasury Challan the amount being credited to the revenue deposit of the concerned GE (see Appendix ‘A’).

Contd…….

Page 8: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No -08

NOTICE INVITING TENDER (NIT) (CONTD..)

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 deposited earnest money along with the tender, but if the Accepting Officer accept 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 this 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 subsequently bill (s) of the contractor. 6.4 A contractor who has executed the standing security bond but not corresponding to the appropriate class category as mentioned above, shall lodge with the Accepting Officer, Additional Security Deposit as notified by the Accepting Officer within thirty days of the receipt of his notification of acceptance of his tender/bid, failing which, this sum will be recovered from first RAR payment or from the first final bill. In the case of term/running contract, 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 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 GE will return the Earnest Money whereas 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, bidder a certificate of the Accepting Officer that bonafide tender/bid was received and all documents were returned. 6.6 The GE 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, sample 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 during working hours. 7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE who is also the Executing Agency of the work (see appendix ‘A’). 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 alternation to any conditions laid down or which proposed 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 Scheudle of Rates (see Appendix ‘A’) including amendments and errata thereto.

Contd…….

Page 9: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No -09

NOTICE INVITING TENDER (NIT) (CONTD..)

11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and subsequently 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 ‘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 Appx ‘A’ to NIT. The applicant contractor/bidder will be informed regarding non-validation of his ‘T’ bid assigning reasons thereof through the eprocuremes website. The applicant contractor/bidder if he so desires may appeal to the next higher Engineer authority viz HQ CWE (AF) Jaisalmer on email id [email protected] copy to the Accepting

Officer on email id [email protected] before the scheduled date of opening of Finance

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 the right to accept a tender submitted by a Public 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 tenderer/bidder whose tender/bid is rejected. 13. Accepting Officer does not bind himself to accepted the lowest or any tender/bid or to give any reason for not doing so. 14. This Notice Inviting Tender (NIT) including Appendix ‘A’ shall from part of the contract.

…………………………….. (Signature of Contractor) AGE (Contracts) For Accepting Officer Dated : ………………..

Page 10: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No 10

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

1. Name of Work : REPAIR/MAINTENANCE OF LT UG CABLE, PANEL

BOARDS, GARDEN LIGHTS, SOLAR AND HIGHMAST AT AF STN PHALODI

2. Estimated Cost : Rs. 30 Lakhs (Approx) (At par Market)

3. Period of completion 06 Months

4. Cost of tender documents

: Rs. 500/- in the shape of DD/Bankers cheque from any schedule Bank in favour of GE (AF) Phalodi and payable at Phalodi.

5. Website/portal Address : www.defproc.gov.in and www.mes.gov.in

6. Type of Contract : The Tender shall be based on item rate {IAFW -1779A (Revised-1955)} and IAFW-2249 (1989 print) with Sch of works lists of items of work to be quoted by tenderer. The tenderer shall calculated his own details and quote his unit rates against respective schedule of works items.

7. Information & Details :

(a) Bid submission start date

: 09 Oct 2018

(b) Last date of bid submission

: 14 Oct 2018

(c) Date of bid opening : 15 Oct 2018

8. Eligibility Criteria :

(a) For MES enlisted contractors

All contractors enlisted with MES in Class ‘D’ and above and category b (i) subject to the remarks wrt performance in

respect of Wks in hand reflected in Workload return (WLR)

Circulated by competent engineer authority. - Refer Note -

below

(b) For other contractors

(a) The firms not enlisted with MES shall meet the enlistment criteria of ‘D’ class MES contractors & category b (i) i.e. with regard to having satisfactory completed requisite value works, Annual turnover, Solvency, working capital, immovable property/fixed assests, T&P, engineering establishment, no recovery outstanding in any Govt Department, Police verification/Passport etc. As per enlistment criteria may be seen in Para 1.4 and 1.5 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/notarized copy of valid passport of proprietor/each partner/ each Director.

(c) Firm 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/ spouse 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 NOT forming part of the tender documents.

9. Tender issuing and Accepting Offier

: GE (AF) PHALODI

10. Executing agency : GE (AF) PHALODI

11. Earnest Money : Rs. 60,000/- in favour of GE (AF) Phalodi

12. SSR Applicable : MES Schedule 2009 Part-I (Specification) MES Schedule 2010 Part-II (Rates)

Contd…/-

Page 11: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No 11

NOTES :

(a) Contractor one class below (two class below in case of remote and difficult area) may also bid for this tender. Their application shall be considered subject to fulfilment of other eligibility criteria given in NIT when number of applicants of eligible class qualifying for the tender are less than 7(seven).

(b) In case number of eligible class contractors satisfying the eligibility criteria give in NIT are 7 or more than 7, application of one class below the eligible class shall not be considered except those who have previously completed similar works satisfactorily and are meeting the criteria or upgradation in respect of past experience and /or average annual turnover as applicable and financial soundness (solvency/financial soundness and working capital) provided the value of work is less than twice the tendering limit of such contractors. Contractors one class below the eligible class may upload necessary documents wrt works experience and financial soundness in cover 1 of tender (T bid).

(c) (i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers Cheque towards cost of tender and FDR/TDR for earnest money (as applicable) shall not be considered for validation of ‘T’ bid and their finance bids will not be opened.

(ii) Contractors should ensure that their original DDs and earnest money (as applicable) are received within 05 days* of bid submission end date. *(The number of days to be mentioned shall be as decided by the Accepting Officer, but it shall not be less than 5 days).

(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 (cover 2).

(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, finance bids will not be opened. Name of such contractors alongwith complete addresss shall be circulated for not opening of their bids for a period of six months commencing from the date of opening of finance bid (cover 2).

(v) In case of applicants/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 qualify for opening of finance bid (cover 2).

(vi) Tenderer/bidders to note that they shall have provident fund code number & they shall also ensure compliance of the EPF & MP act, 1952 by the sub-contractors, if any engaged by the contractor for the said work.

(vii) The tenderer shall note that the 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.

(d) Contractors may note that they shall not be loaded beyond their tendering limit as under:-

(aa) In case contractors of eligible class are selected for issues of tender : 4 to 5 times the tendering limit.

(bb) In case of one class (two class in case of remote and difficult area as the case may be) contractors are selected for issue of tender : 6 to 7 times.

Contd…/-

Page 12: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No 12

(cc) In case of unenlisted contractors: 2 times the upper tendering limit of class for which contractor meets the criteria for enlistment.

(e) In case any deficiency is noticed, in the documents required to be uploaded by the tenderers as per NIT, after opening of cover 1 (T bid) and during technical evaluation, a communication in the form of e-mail/whatsapp/sms/speed post etc. shall be sent to the contractor to rectify the deficiency within a period of 7 days from date of communication failing which financial bid (cover-2) shall not be opened and contractor shall not have any claim on the same.

(f) 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) Copy of GST Registration Number.

(v) Copy of EPF Registration Number.

(g) Contractors not enlisted with MES will be required to upload necessary documents to prove theire eligiblity 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/authorisedDirector 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 alongwith/relevant pages of audited balance sheets in support thereof.

(iv) Affidavits for possession of movable & immovable properties by proprietor/partner owning the immovable property alongwith Valuation Certificate from Regd 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) 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.

(vi) Scanned copy of DD of cost of tender and FDR / TDR for earnest money (as applicable).

(h) The tenderer is supposed to check if any Revised BOQ has been uploaded and quoted in Revised BOQ only. Thus uploading quotation in prerevised BOQ shall be considered as a will full negligence by the bidder and his quotation shall be considered as non-bonafied.

Page 13: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No 13 (j) In case of rejection of technical/pre qualification bid, contractor may appeal to next higher Engineer authority i.e. HQ CWE (AF) Jaisalmer on email [email protected] against rejection, whose decision shall be final and binding. However contractor/bidder shall not been titled to any compensation whatsoever for rejection of techincal/prequalification bid.

(Om Prakash) AE (QS&C)

AGE (C) Signature of Contractor For Accepting Officer Case No: 8180/A/ /E8 Dated : Sep 2018 Garrison Engineer (Air Force)

Phalodi (Rajasthan) - 342 301 Distribution:- 1. The Hony Secretary MES Blders Association of India (Raj Branch Def Lab Road,

Ratanada Jodhpur) 2. The Secretary MES Building Association of India 807, Sahyog 58 Nehru Place New

Delhi 3. Chairman, MES BAI (Raj) Bhagwan Das Road, Jaipur, MES, BAI, Nasirabad Branch 4. The Head Office of MES Builders Association of India G1/C-20 Commerence

Constructions, 7 Floor, Tardeo Mumbai. 5. Association of MES Contractor 111/14, GopiNath Bazar Delhi Cantt-110010 6. Constructions Industry Development Council, 801, (8th Floor), Henkunt Chamber, 80

Nehru Palace, New Delhi with a request to release the advertisement on your website. 7. Chief Engineer, PWD Jodhpur 8. Chief Engineer, CPWD, Jodhpur 9. Railway Station Master- Jodhpur, Jaipur, Alwar, Bharatpur, Ajmer, CE JZ Jaipur. 10. HQ CE (AF) Gandhinagar, :- Please display this notice of tender in MES Web site. 11. HQ CWE (AF) Jaisalmer, (AF) Jodhpur, (AF) Bhuj, Lohagaon (AF) Baroda, (AF)

Jamnagar, (A) Jodhpur, (A) Bikaner, (AF) Bikaner, (P) Banar, Jaipur, Kota, Mathura. 12. GE (AF) Jodhpur, Jaisalmer, Utarlai, GE(P) Banar, GE (A) Barmer, GE (I) (AF) Gandhi

Nagar, GE (Utility) Jodhpur, GE (A) Central Jodhpur, GE (A) Jaisalmer, GE Bikaner, GE Alwar, AGE (I) Udaipur, GE Bharatpur.

13. GPO Jodhpur, Notice Board, Internal – E2, E5, AGE B/R-I (AF) Phalodi, AGE B/R-II (AF) Phalodi, AGE E/M (AF) Phalodi and BSO (AF) Phalodi.

Page 14: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No : 14

IN LIEU OF IAFW-1779-A (REVISED 1955) TO BE USED IN CONJUCTION WITH

GENERAL CONDITIONS OF CONTRACTS IAFW-2249

MILITARY ENGINEER SERVICES

REGISTERED POST

Tel No 02925 – 217860 Military Engineer Services

Fax No : 02925 – 248825 Garrison Engineer (AF)

Near Kundal Village,

Phalodi (Rajasthan)-342 301

8180/A/ /E8 Sep 2018

E-TENDER AND ITEM RATE CONTRACT FOR WORKS REQUIRED FOR REPAIR/

MAINTENANCE OF LT UG CABLE, PANEL BOARDS, GARDEN LIGHTS, SOLAR AND HIGHMAST AT AF STN PHALODI

1. Shri/Sarvashri_______________________________________of_______________________is/ are

hereby authorised to tender for the above work. The e-tender duly quoted shall be

uploaded on portal of MES e-tendering during the period of bid submission published on

website. Bid opening date and time of Technical bid is presently scheduled on

____ Oct 2018 at/after 1200 Hrs. The hard copies of desired documents must be delivered

to office of Garrison Engineer (AF), Phalodi within stipulated period mentioned in tender

documents addressed to Garrison Engineer (AF), Phalodi - 342301 (Raj) and marked

“CA NO: GE (AF) PHALODI/ OF 2018-19 : REPAIR/MAINTENANCE OF LT UG CABLE,

PANEL BOARDS, GARDEN LIGHTS, SOLAR AND HIGHMAST AT AF STN PHALODI”.

2. All correspondence concerning this tender will be addressed to as indicated at the

top of this sheet quoting the reference as given above.

“THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT

THE LOWEST OR ANY TENDER”

Signature of officer issuing the tender documents

Appointment : AGE (Contracts) (Signature of Contractor) For Accepting Officer Dated: ____________________ Dated: Sep 2018

Page 15: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 15

SCHEDULE ‘A’

Scope of Work : REPAIR/MAINTENANCE OF LT UG CABLE, PANEL BOARDS, GARDEN

LIGHTS, SOLAR AND HIGHMAST AT AF STN PHALODI.

NOTES :-

1. The Bill of quantities (BOQ) annexed to Schedule ‘A’ shall form an integral part of Schedule ‘A’.

2. This contract covers all the works as described in Sch of Work /BOQ (excel sheet) and as specified in particulars specifications here in after.

3. Description of items given in Sch of Work /BOQ is in brief. This is deemed to be amplified and read in conjunction with special conditions, particular specifications, specifications for materials and workmanship and conditions given in the relevant sections of MES Standard Schedule of Rates 2009 Part-I and 2010 part-II including all amendment and errata.

4. The entire work included in this contract is required to be completed within 06 (Six) Months from the date of handing over of site / Commencement of work as intimated by the GE in the first work order and in accordance with CPM Chart agreed between the contractor and GE.

5. The quantities given in column 3 of BOQ are ‘PROVISIONAL’ and are inserted as a guide only. The quantities required at site may vary as per actual site requirement. These shall however not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General Conditions of contracts). The payment will be made for the actual quantities of works carried out and measured.

6. Rate in column 5 of BOQ are to be entered by tenderers in figure only and uploaded after due validation. In the event of failure to quote rate for any item in BOQ, the same is liable to be rejected.

7. Unless otherwise specified, rates tendered shall include for all incidental and additional labour and material to cover all the work enumerated and described under the heading ‘Rates’ and in the preambles to similar items in MES Schedule.

8. Unless otherwise specified, unit rate against each item of works shall be deemed to be inclusive of materials and labour, all plant, equipment’s and tools including testing for acceptance criteria complete.

9. Measurements of work done shall be as per items of units in Sch of Work /BOQ and this mode of measurements shall take precedence over the MES Schedule where at variance with the later.

10. Unit rates quoted by the contractor shall be deemed to allow for all minor accessories which are not specifically mentioned in Sch of Work or given in particular specifications or shown on drawings but which are essential for the completion of works/services in workman like manner and sound Engineering practice.

11. The tenderer has to visit site of work to ascertain quantum of work at different locations with prior meeting with GE. No claim whatsoever shall be entertained at a later date on account of any misunderstanding on this aspect or any variation in quantities at different location.

12. Preparatory works, collection of materials, and all such preliminary works and site clearance after completion shall be deemed to be included in the period of completion stated in Para 4 above.

Page 16: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 16

SCHEDULE `A’ (Contd…_) 13. SITE FOR EXECUTION OF WORK

(i) Site for execution of work will be available as soon as the tender is accepted. In case it is not possible for the Department 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 the entire site of work on acceptance of tender & for giving the site gradually will be tenable.

(ii) SECURITY ARRANGEMENT DURING EXECUTION OF WORK: Contractor shall make necessary security arrangements as approved by GE to safe guard defence area during execution of work in a suitable manner. Advance planning regarding suitable security arrangements shall be made to avoid any delay. The rates quoted for items of Schedule ‘A’ shall be deemed to include for these provisions. No compensation of any additional cost or loss etc on any account shall be admissible.

14. The contractor is required to submit the original purchase vouchers/cash memos

duly machine numbered and dated in respect of purchase of the Cement, steel etc., showing excise duty, gate pass number, all taxes, make and numbers as required. The purchase vouchers shall be produced to the Engineer-in- Charge for his verification of materials /equipments after obtaining the approval/permission of GE for release of payment/incorporation in the work. On approval, the Engineer-in-Charge shall deface the purchase vouchers etc and defaced original purchase voucher with two photocopies therefore shall be submitted by the contractor to the Engineer-in-Charge for reference and record.

15. Quoted rate against dismantling item considered under Schedule ‘A’ and items covered under Schedule of credit shall deemed to be inclusive of removal of serviceable material to stores and removing debris outside the MD land.

16. If rate quoted for similar/identical items in same part of Schedule ‘A’ is at variance, the lowest rate quoted shall only be considered for payment to the contractor.

17. SECURITY REQUIREMENT OF LOCAL AREA AUTHORITY OF AF CAMPUS:-

(a) Contractors are advised that as far as possible NOT to carry laptops or any other type of secondary data storage devices at site of work. If it is inescapable, permission from local area security authority (Air Force) shall be obtained through GE in advance.

(b) Contractors are also advised not to carry mobile phones of any type inside the Air Force campus, if the same is inescapable then the case may be taken up well in advance through GE for obtaining necessary security clearance from competent Air Force Authority. If any such electronic devices are found in possession of contractor or his workmen without security clearance from Air Force authorities, during check at main gate or at any surprise check by security staff, the same shall be treated as willful act and the gadget will be confiscated and action against defaulter will be taken as per rules. No claim and compensation whatsoever on this account will be entertained. GE’s decision in this regard shall be final and binding.

(c) The contractor must have the details of all the employees /labours with him employed inside the AF campus a list of these employees with their local and permanent address with photograph shall be submitted to Engineer-in-Charge.

(d) No child labour to be employed to work inside the AF campus area.

18. The contractor, if he so desires will be allowed to work beyond normal working hours except on Sundays and Gazetted holidays with prior written permission of GE. The contractor will also be permitted to work on Sunday and Gazetted holidays if so desired by him within normal working hours with prior written permission as in terms of condition 4.7 of special condition.

Page 17: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 17

SCHEDULE `A’ (Contd…_) 19. Unless otherwise specified, unit rate against each item of work shall be deemed to be inclusive of materials and labour, all plants, equipment’s and tools including testing for acceptance criteria complete

20. Contractor shall provide items/articles from the sources/firms mentioned in PS, Appendix `D’. Where a firm listed in PS is manufacturing both ISI/non ISI marked material, only ISI marked items/articles shall be provided.

21. Applicable to Sch of Work (BOQ):- For all items of BOQ, following remarks shall be applicable:-

(a) Drawings/Specification :- See list of drawings and particular specifications & Special condition.

(b) Period of completion :- See Note 4 on Serial page No 15. (c) Remarks : See Note on Serial page 6 & 7 above.

22. The rate quoted by tenderer shall be inclusive of all types of taxes, levies including GST, labour welfare tax etc., as prevailing on the date of submission of tender.

23. Certain taxes such as central excise duty, service tax , additional custom duty, state level value added tax, octorai and other levies which were applicable on interstate transportation of goods are subsumed by GST , thus special condition as per para 30 on serial page Nos. 101 & 102 for reimbursement / refund on variation in prices in taxes directly related to contract value of tender shall be deemed to be amended incorporating GST in lieu of taxes mentioned in the condition but subsumed by GST.

24. All equipments shall be issued to the contractor for repair work on proper nominal issue voucher and taken back duly repaired through challan and proper nominal receipt voucher indicating MES number, Make/Model etc which will be entered in e-MB/MB and form part of RAR/ final Bill.

25. The tenderer can seek any clarifications regarding this tender documents and fwd the same to e-mail of NIC Site having Id as “ afp1phal4-mes ” upto the date given in portal www.defproc.gov.in

26. No Payments to contractors/firms shall be made unless proof of payment of wages to the workmen is submitted by the contractor/firm to the Engineer-in-Charge. In case payments are made in current coins or currency notes, certificate will be submitted by the contractor/firm along with undertaking by the concerned workmen asking for payment other than by cheque or by crediting in the bank account of the employee/workmen.

27. The repair under this contract shall be carried out based upon day to day complaints received from user’s. The contractor himself or his accredited representative alongwith requisite number of electrician, helper, tools and plaints, equipments, transportation, hydra, ladder etc shall report to the office of AGE E/M (AF) Phalodi on daily basis to attend the day to day complaints/faults as directed by Engineer-in-Charge. Quoted rates of contract shall be deemed to be inclusive of this aspect. The contractor shall attend the faults/complaints etc as soon as notifying by the Engineer-in-Charge and furnish proof i.e. signature of user’s after attending/performing the complaints.

(Signature of Contractor) AGE (Contracts) Dated : ……………….. For Accepting Officer

Page 18: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 18 to 31

BOQ

From Page Nos

18 to 31

Page 19: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No. 32

SCHEDULE OF CREDIT FOR OLD UNSERVICEABLE MATERIAL RETRIEVED DURING DISMANTLING / DEMOLITION / TAKING UP/ TAKING DOWN

NOTES :-

1. Quantities mentioned in this schedule are “PROVISIONAL”. However, rate of recovery indicated in Col 5 is firm and amount of credit shall be worked out accordingly. 2. Tenderers are advised to visit the site of work before quoting their rates in Bill of quantities (BOQ) to ascertain the conditions/ quality of materials likely to be retrieved from work.

3. Credit on account of old materials/ items shall be effected against quantity actually obtained from site at the rate mentioned in credit schedule. No claim on account of quality of materials/items shall be admissible. This aspect shall be deemed have been considered while quoting rates against of quantities (BOQ).

4. Materials retrieved from demolition/ dismantling shall not be allowed for reuse in the work except otherwise specified to be re-used as per relevant items of quantities (BOQ).

5. Any materials other than which has been catered in Credit Schedule shall become Govt. property and contractor shall deposit the same in the store yard of AGE without any extra cost to department.

Srl No

Description of Item A/U Qty. Rate in Rs.

Amount in Rs.

1 2 3 4 5 6

1 Old Unserviceable LT U/G Cable 3.5 core 120 Sq mm retrieved from item No 6.10 of BOQ.

RM 200 75.00 15000.00

2 Old Unserviceable LT U/G Cable 3.5 core 95 Sq mm retrieved from item No 6.20 of BOQ.

RM 200 60.00 12000.00

3 Old Unserviceable LT U/G Cable 3.5 core 70 Sq mm retrieved from item No 6.30 of BOQ.

RM 200 55.00 11000.00

4 Old Unserviceable LT U/G Cable 3.5 core 50 Sq mm retrieved from item No 6.40 of BOQ.

RM 200 50.00 10000.00

5 Old Unserviceable LT U/G Cable 4 core 25 Sq mm retrieved from item No 6.50 of BOQ.

RM 200 40.00 8000.00

6 Old Unserviceable LT U/G Cable 4 core 16 Sq mm retrieved from item No 6.60 of BOQ.

RM 300 40.00 12000.00

7 Old Unserviceable cable covers of any type retrieved from item No 8 of BOQ.

Each 7800 1.00 7800.00

8 Old Unserviceable aluminium cable lugs and crimping connectors, of any sizes, of any type retrieved from item Nos. 11.01 to 11.10 & 12.10 to 12.60 of BOQ.

Each 675 1.00 675.00

9 Old Unserviceable two core (weather proof flat) cable of any size multistrand aluminium conductor retrieved from item No 13 of BOQ.

RM 500 7.00 3500.00

10 Old Unserviceable garden lights of any type/size/capacity retrieved from item No 14 of BOQ.

Each 20 60.00 1200.00

11 Old Unserviceable Post top lantern of any type/

size /capacity retrieved from item No 15 of BOQ. Each 6 35.00 210.00

12 Old Unserviceable MCCB Four pole 630/400 Amps of any type/size retrieved from item Nos. 17 & 18 of BOQ.

Each 4 150.00 600.00

13 Old Unserviceable MCCB Four pole 320/250 Amps of any type/size retrieved from item Nos. 19 & 20 of BOQ.

Each 8 95.00 760.00

14 Old Unserviceable MCCB Four pole 200/160/100 Amps of any type/size retrieved from item Nos. 21 to 23 of BOQ.

Each 18 85.00 1530.00

TOTAL C/O TO NEXT PAGE Rs 84275.00

Page 20: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No. 33

SCHEDULE OF CREDIT (Contd..)

Srl No

Description of Item A/U Qty. Rate in Rs.

Amount in Rs.

1 2 3 4 5 6

TOTAL B/F FROM PREVIOUS PAGE Rs 84275.00

15 Old Unserviceable T-5 rod of Capacity 24 watts retrieved from item No 25 of BOQ.

Each 100 3.00 300.00

16 Old Unserviceable Electronic Ballast suitable for 2X24 Watt retrieved from item No 26 of BOQ.

Each 50 5.00 250.00

17 Old Unserviceable smart outdoor lighting control unit of any type/size retrieved from item No 27 of BOQ.

Each 4 150.00 600.00

18 Old Unserviceable luminaire light fittings of any type/size retrieved from item Nos. 30, 31 & 32 of BOQ.

Each 180 125.00 22500.00

19 Old Unserviceable highmast flood light of any type/size retrieved from item No 33 of BOQ.

Each 12 175.00 2100.00

20 Old Unserviceable sub main wiring of PVC of any type/size retrieved from item No 34 of BOQ.

RM 500 3.00 1500.00

21 Old Unserviceable FRP junction box of any type/size retrieved from item No 35 of BOQ.

Each 100 25.00 2500.00

22 Old Unserviceable small parts such as nut bolts, pin, washers, screwed, hinges, MS Sheet ,wire etc of any type/size retrieved from item No 36 of BOQ.

Each 10 20.00 200.00

23 Old Unserviceable small parts such as nut bolts, pin, washers, screwed & wire etc of any type/size retrieved from item No 37 of BOQ.

Each 20 5.00 100.00

24 Old Unserviceable Solar batteries of any type/size retrieved from item No 38 of BOQ.

Each 10 950.00 9500.00

25 Old Unserviceable Solar Street Light of any type/size retrieved from item No 39 of BOQ.

Each 10 150.00 1500.00

26 Old Unserviceable lithium based Solar LED Security Light system of any type/size retrieved from item No 40 of BOQ.

Each 10 250.00 2500.00

27 Old Unserviceable building security light of any type/size retrieved from item No 41 of BOQ.

Each 30 45.00 1350.00

28 Old Unserviceable small parts such as bearing, foundation nuts, bolts, washers, fresh grease, pulley, chain, belt etc of any type/size retrieved from item No 42 of BOQ.

Each 5 20.00 100.00

29 Old Unserviceable flexible marine grade stainless steel wire rope of any type/size retrieved from item No 43 of BOQ.

RM 100 20.00 2000.00

30 Old Unserviceable double drum winch of any type/size retrieved from item No 44 of BOQ.

Each 4 350.00 1400.00

31 Old Unserviceable trailing cable flexible of any type/size retrieved from item No 45 of BOQ.

RM 100 12.00 1200.00

TOTAL C/O TO NEXT PAGE Rs 133875.00

Page 21: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No. 34

SCHEDULE OF CREDIT (Contd..)

Srl No

Description of Item A/U Qty. Rate in Rs.

Amount in Rs.

1 2 3 4 5 6

TOTAL B/F FROM PREVIOUS PAGE Rs 133875.00

32

Old Unserviceable winding copper winding conductor of any type/size retrieved from item No 46 of BOQ.

Each 4 300.00 1200.00

Total of credit Schedule C/O to General Summary on Srl page No 35 Rs 135075.00

(Signature of Contractor) AGE (Contracts)

Dated: _________________ For Accepting Officer

Page 22: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 35

GENERAL SUMMARY 1. Total amount of of Bill of quantities (BOQ) brought : Rs _______________

forward from Srl. Page No. 31

2. Deduct credit amount as per Schedule of Credit on : Rs 1,35,075.00 (Minus) Srl Page No. 34 ________________

Contract Sum : Rs ________________

(Note:- The summary of BOQ shall automatically be generated by e-tender system. The overall tendered sum will be worked out by the Accepting officer after deducting amount of Schedule of credit).

(Rupees ___________________________________________________________________________ ______________________________________________________________________________) (Signature of Contractor) AGE (Contracts) Dated: _________________ For Accepting Officer

Page 23: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 36

SCHEDULE ‘B’

(ISSUE OF MATERIALS TO THE CONTRACTOR)

(See Condition 10 of IAFW-2249)

Srl. No.

Particulars

Rate at which materials

shall be issued to the Contractor

Place of issue by name

Remarks

Unit Rate

1 2 3 4 5 6

1. LT UG Cable, XLPE insulated, screened, PVC bedded, galvanised steel strip or wire armoured, electric

power cable, aluminum conductors, 1100 volts grade of following Sizes :-

(a) Cross Sectional area 120 Sqmm, 3.5 core

RM Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(b) Cross Sectional area 95 Sqmm, 3.5 core

RM Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(c) Cross Sectional area 70 Sqmm, 3.5 core

RM Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(d) Cross Sectional area 50 Sqmm, 3.5 core

RM Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(e) Cross Sectional area 25 Sqmm, 4.0 core

RM Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(f) Cross Sectional area 16 Sqmm, 4.0 core

RM Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

2. PVC insulated weather proof flat two core cable of size 10 sqmm multistrand aluminium conductor

RM Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

3. Street light luminaire of HPSV with LED light fittings of following Sizes :-

(a) 30 Watts Each Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(b) 45 Watts Each Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(c) 60 Watts Each Free for fixing

only

AGE E/M Store Yard

of GE (AF) Phalodi

(d) 72 Watts Each Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(e) 80 Watts Each Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

Contd...

Page 24: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 37

SCHEDULE ‘B’ (Contd...)

Srl. No.

Particulars

Rate at which materials

shall be issued to the Contractor

Place of issue by name

Remarks

Unit Rate

1 2 3 4 5 6

4. Flood light luminaire of HPSV with LED light fittings of following Sizes :-

(a) 100 Watts Each Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

(b) 150 Watts Each Free for fixing only

AGE E/M Store Yard of GE (AF) Phalodi

NOTES:- 1. This schedule consists of 14 (Fourteen) items only. 2. Materials listed in this Schedule shall be issued to the contractor solely for the purpose of incorporation in the works.

3. It will be the responsibility of the contractor to submit in writing his demands for materials at least 15 days in advance of his requirements.

4. If the materials listed under the above items are lost or damaged or contractor failed to return the over drawn Sch ‘B’ stores detected after having been issued to the contractor, the Government will recover the cost thereof at twice the prevailing market rate or stock book rate, whichever is higher on the date of issue. In this connection the decision of GE shall be final and binding. (Signature of Contractor) AGE (Contracts) Dated: _________________ For Accepting Officer

Page 25: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 38

SCHEDULE ‘C’

LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE HIRED TO THE CONTRACTOR

(Refer conditions 15, 34 and 36 of IAFW-2249)

Srl. No.

Quantity Particulars Details of MES crew supplied

Hire charges per unit per working days

Stand by charges per unit per off day

Place of issue by name

Remarks

1 2 3 4 5 6 7 8

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

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

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR (Refer conditions 16 and 35 of IAFW-2249)

Srl. No.

Quantity Particulars Rate per unit per

working day (Rs)

Place(s) of issue (By

name)

Remarks

1 2 3 4 5 6

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

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Signature of Contractor) AGE (Contracts) Dated: _________________ For Accepting Officer

Page 26: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 39

TENDER

TO, THE PRESIDENT OF INDIA

Having examined and perused the following documents: - 1. Specifications signed by GE/AGE (Contracts). 2. BOQ (Schedule ‘A’), ‘B’, ‘C and ‘D’ attached hereto. 3. MES Standard Schedule of Rates 2009 (Part-I – Specifications) and MES Standard

Schedule of Rates 2010 (Part-II) (Rates) (here-in-after and in IAFW-2249 referred to as the MES Schedule) together with amendments as under: -

SSR 2009 Part-I : 1 to 3

SSR 2010 Part-II : 1 to 59

4. General Conditions of Contracts IAFW-2249 (1989 Print) together with amendment No. 1 to 40 and errata 1 to 20.

5. Water: - Condition 31 of General Conditions of contracts IAFW-2249 Water will not be supplied by the MES.

6. Should this tender be accepted; I / We agree

*(a) That the sum of Rs. ...............................................................................

forwarded as earnest money shall refunded by the Government on receipt of

the appropriate amount of security deposit as per Condition 22 of IAFW-2249

(1989 Print).

(b) To execute all the works referred to in the said documents upon the

terms and conditions contained or referred to therein and as detailed in

General Summary on the subsequent pages and to carryout such deviations

as may be ordered vide Condition 7 of IAFW-2249 upto a maximum of 10%

(Ten percent) and further agree to refer all disputes as required vide Condition

70 of IAFW-2249 to the sole Arbitration of serving Officer having 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 (AF) Gandhinagar Zone,

Gandhinagar or in his absence officer officiating as Chief Engineer (AF)

Gandhinagar Zone, Gandhinagar whose decision shall be final, conclusive and

binding.

*Delete whichever is not applicable.

Contd….

Page 27: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 40

IN LIEU OF IAFW-1779-A (REVISED 1955)

Signature_______________________________________________________________ in the capacity of

___________________________ duly authorised to sign the e-tender for and on behalf of

M/s__________________________ (IN BLOCK LETTERS).

Witness _________________ Postal Address ___________________ Address_________________ E-mail id _________________

_________________ Telephone No.__________________

ACCEPTANCE

________ Alterations have been made in these documents and as evidence that these

alteration(s) were made before execution of the contract agreement; they have been

initialled by the contractor and GE/AGE (Contracts). The said officer is/are hereby

authorised to sign and initial on my behalf the documents forming part of this contract.

The above e-tender was accepted by me on behalf of THE PRESIDENT OF INDIA for

the contract sum of Rs _____________________________ (Rupees _____________________________

__________________________________________________________________________________________

_______________________________________________________________________________________)

on the _____________________________ day of _______________________________________

Signature ______________ dated this ________ day of _________.

(L Robert Bruce)

Lt Col

Appointment : GE (Air Force)

Phalodi (Rajasthan)

(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Page 28: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No. : 41 to 91

GENERAL CONDITIONS OF CONTRACTS

(IAFW- 2249 (1989 PRINT)

FOR

LUMP SUM CONTRACTS (IAFW- 2159)

AND

MEASUREMENT CONTRACTS (IAFW-1779 & 1779-A)

1. It is hereby agreed by me/ us that the following documents shall form an integral part of the tender documents:-

(a) General Conditions of Contracts including Condition- 70 pertaining to the settlement of disputes by Arbitration, IAFW-2249 (1989 Print) and Errata 1 to 20 containing 34 pages (Serial page Nos. 41 to 74).

(b) Amendment No. 1 to 40 to IAFW-2249 in 17 pages (Serial page Nos. 75 to 91).

2. This tender submitted by me/ us is subject to the aforesaid documents and copy of which is in my/ our possession and which I/ We have read fully and understood before submission of this tender. 3. My/ Our signature here-in-under is in token of my/ our having accepted the aforesaid documents as forming an integral part of this tender. Notes:- 1. The document mentioned above can be seen in the office of the Garrison Engineer (AF) Phalodi during working hours. 2. In case of difference or interpretation due to wording of English and Hindi versions, the English version will prevail as per article 348 of Constitution of India. AGE (Contracts) (Signature of Contractor) For Accepting Officer Dated: _________________

Page 29: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. : 92 to 105

MINIMUM FAIR WAGES

1. It is hereby agreed that the “Schedule of Minimum Fair Wages” (SMFW) as published

vide Govt of India notification dated *10 Mar 92 comprising 14 pages (Revised upto date)

shall form part of these tender documents.

My/our signature hereunder amounts to my/our having read and understood the

provisions contained therein and I/we agree that I/we shall abide by the same and that

aforesaid documents form part of this tender.

AGE (Contracts) Signature of Contractor For Accepting Officer Dated : ………………. Notes :-

(i) “Schedule of Minimum fair Wages” is not enclosed alongwith tender but the

contractor is deemed to have full knowledge regarding the minimum wages payable to

labours as legally effective on the date of submission of tender and his tendered rates shall

be deemed to have been based on this. The minimum wages notified in the

State/Central/Gazette governed by any local regulation whichever is higher.

(ii) “Schedule of Minimum Fair Wages” referred to above is available for reference in the

office of Accepting Officer. It can be seen during office hours by the tenderers.

Page 30: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. : 106

SPECIAL CONDITION 1. GENERAL

The following special conditions shall be read in conjunction with General Conditions of contracts, IAFW – 2249 and 1779-A including Errata/ amendments thereto. If any provisions in these special conditions is at variance with that of the aforesaid documents the former shall be deemed to take precedence there over.

1.1 The work under this contract shall be carried out in accordance with Schedule ‘A’, the particular specifications, drawings, general specifications and other provisions in MES Schedule.

1.2 The term General specifications referred to hereinbefore, as well as referred to in IAFW-2249 (General conditions of contracts), shall mean the specifications contained in the MES schedule.

1.3 General Rules, specifications, special conditions and all preambles in the MES

schedule shall be deemed to apply to the works under this contract. In case of any discrepancy the provisions in these documents shall take precedence over the aforesaid provisions in the MES schedule.

2. VISIT TO SITE OF WORK BY THE CONTRACTOR

2.1 Reference Para 7 of notice of tender (IAFW-2162) and condition 4 of IAFW-2249. 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 affect the entire completion of work under this contract.

2.2 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.

3. SECURITY AND PASSES:

3.1 Refer condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his representatives, agents, servants and workmen and verify their antecedents and loyalty before employing them for the works. He shall ensure that no person of doubtful antecedents and nationality is in any way associated with the work. If for reasons of technical collaboration or other consideration, the employment of any foreign national is unavoidable, the contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of his tender. The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafide of such people.

3.2 The Engineer-in-Charge shall at his discretion have the right to issue passes as per rules and regulations of the installation/area in force to control the admission of the contractor, his agents, employees and work people to the site of the work or any part thereof. Passes should be returned at any time on demand by the Engineer-in-Charge or the authorities concerned and in any case on completion of work.

3.3 The contractor and his agents, employees and work people shall observe all the rules promulgated by the authority controlling the installation/area in which the work is to be carried out e.g. prohibition of smoking and lighting, fire precautions, search of persons on entry and exit, keeping to specific routes, observing specified timing etc. Nothing extra shall be admissible for any hours etc, lost on this account.

Page 31: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 SERIAL PAGE NO 107

SPECIAL CONDITIONS (CONTD ….) 4. CONDITIONS OF WORKING: The work lies in RESTRICTED AREA.

4.1 VISIT TO SITE WITHIN THE RESTRICTED AREA :

4.1.1 Permission to enter the Restricted Area at the time of submission of tender can be obtained through the Garrison Engineer. Tenderers are advised to send prior intimation of their agents, representatives etc., if any, dates and time of their proposed visit so that necessary arrangements may be made by GE to secure admission. Whether a tenderer visits the site or not he shall be deemed to have full knowledge of the restrictions of entering into and exit from site and working within the Restricted Area.

4.2 ENTRY AND EXIT:

4.2.1 The contractor, his agent(s)/representatives, workmen etc. and his materials, carts, trucks or other means of transports etc. will be allowed to enter through and leave

only from such gate and at such times as the GE or authorities in-charge of the Restricted Areas may at their sole discretion permit to be used. The contractors’ authorised representative is required to be present at the place of entry and exit for the purpose of identifying his carts, trucks etc. to the personnel in-charge of the security of Restricted Area.

4.3 IDENTITY CARDS OR PASSES:

4.3.1 The contractor, his agents and representatives are required individually to be in possession of any identity card or pass duly verified by the Garrison Engineer. The Identity Card or pass will be examined by the security staff at the time of entry into, exit from the Restricted Area and also at any time or number of times inside the Restricted Area.

4.4 IDENTITY OF WORK MEN:

4.4.1 Every work men shall be in possession of an Identity Card. The Identity Card will be issued after thorough investigation of the antecedents of the labourers by the contractors and attested by the Officer In-charge of the Unit concerned in accordance with the standing rules and regulations of the Units.

4.4.2 Contractor shall be responsible for the conduct and action of his workmen, agents or representatives.

4.5 SEARCH:

4.5.1 Thorough search of all persons and transport shall be carried out at each gate and for as many times as gate is used for entry or exit and may also be carried out at any time or any number of times at the work site within the Restricted Area.

4.6 FEMALE SEARCHER:

4.6.1 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 allowance etc. for a Female Searcher (Class IV servant/Gp ‘D’ servant) calculated for the period, female labour is employed by him inside the area if more than one contractor has/have to employ female searcher in addition to the authorised strength of Factory, Depot, Park etc. the salary and allowances paid to the 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 contract. The GE’s decision with regard to the amount recoverable on this account from contractor shall be final and binding.

Page 32: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 SERIAL PAGE NO 108

SPECIAL CONDITIONS (CONTD ….) 4.7 WORKING HOURS:

4.7.1 The Units controlling Restricted Area, usually, work during six days in the week and remain closed on the 7 th day. The working hours available to contractor’s labour and staff, therefore, accordingly get reduced because of the time taken in security checking observed at the of entry, exit and during working hours.

4.7.2 The exact working hours, days and non-working days observed for the Restricted Area, where works are to be carried out shall be deemed to have been ascertained by the contractor before submitting his tender. The tenderer’s attention is invited to the fact that total number of working hours for a Unit area prescribed in regulations and they cannot be increased by the Garrison Engineer.

4.7.3 Contractor’s materials, transport etc. shall normally be permitted to come in/go out of the area between 9.00 AM to 5.00 PM.

4.7.4 Contractor may also be allowed to carry out the work beyond 5.00 PM and upto 6.00

AM (day and night) with prior approval of GE. No movements of materials and transport to/out of site of work shall be permitted during night unless special permission is obtained from the factory/Unit authorities.

4.8 WORK ON HOLIDAYS:

4.8.1 The contractor shall not carry out 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.

4.9 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS:

4.9.1 After the works are completed and surplus stores etc. removed, the contractor, his agents, representatives or workmen etc. may not be allowed to have access to the Restricted Area except for attending any rectification of defects pointed out to him by the GE.

4.10 FIRE PRECAUTIONS:

4.10.1 The contractor, his agents, representatives, workmen etc. shall strictly observe the orders pertaining to fire precautions prevailing within the Restricted Area.

4.10.2 Motor transport vehicles, if any, allowed by authorities to enter the Restricted Area, must be fitted with serviceable fire extinguishers.

5. COOPERATION WITH OTHER AGENCIES AT SITE OF WORK :

5.1 Contractor’s attention is invited to the fact that during the currency of this contract, works on other services which are outside the scope of work of this contract may be entrusted for execution to other agencies. 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 account.

6. EMPLOYMENT OF PERSONNEL :

6.1 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 Indian 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.

Page 33: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. : 109

SPECIAL CONDITION (CONTD...) 6.2 The GE shall have full powers and without giving any reason to order the contractor

immediately to cease to employ, in connection with his 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.

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

6.4 Verification of antecedent of contractors representatives/labour deployed at site in connection with execution of work under the contract a per security requirement of user unit/installation shall be responsibility of the contractor and all expenses in connection with verification of antecedents by police authority/security agency shall be borne by the contractor.

7. SECURITY OF CLASSIFIED DOCUMENTS

7.1 Contractor’s special attention is drawn to condition 2-A and 3 of General Conditions of Contracts (IAFW-2249). The contractor shall not communicate any classified information regarding 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 works and he shall return all documents on completion of the works or on earlier determination of the contract. The contractor shall along with 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).

8. VALIDITY OF TENDER

8.1 The tender shall remain open for acceptance for a period of Sixty days from the Bid submission end date. For the purpose of calculating this period, Bid submission end date shall be excluded.

9. CRITICAL PATH METHOD (CPM) NETWORK

9.1 The time and progress chart to be prepared as per condition 11 of General Conditions of Contracts (IAFW-2249) shall consist of detailed network analysis and a time schedule. The critical path network will be drawn jointly by the GE and the contractor soon after acceptance of tender but before the date of commencement as per work order No 1. The time scheduling of the activities will 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 will be prepared and submitted by the contractor to GE, who will approve it after due scrutiny. The schedule will be submitted in four copies within two weeks from the date of handing over the site.

9.2 During currency of the work the contractor is expected to adhere to the time schedule and this adherence will be one of the main parameters of the contractor’s performance under the contract. During the execution of work the contractor is expected to participate in the reviews and updating of the network as and when called for 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 amendments. Any revision of the schedule as a result of the review, will be submitted by the contractor to GE within a week who will approve it after due scrutiny. The contractor will adhere to the revised schedule thereafter. In case of contractor disagreeing with the revised schedule, the same will be referred to the Accepting Officer whose decision will 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.

Page 34: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. : 110

SPECIAL CONDITION (CONTD...)

9.3 The Contractor shall mobilise and employ sufficient resources to achieve the detailed schedule within the broad framework of the accepted methods of working and safety.

9.4 No additional payment will be made to the contractor for any multiple shift work or other incentive method contemplated by him in his work schedule even though the time schedule is approved by the Department.

10. RECORD OF MATERIALS AND PURCHASE VOUCHERS: -

10.1 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.

10.2 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.

10.3 Contractor shall produce original receipted vouchers/ invoices/Bills alongwith test certificates wherever applicable in respect of following items from the manufacturers and/or their authorised agents for the full quantity of the following materials, as applicable as a pre-requisite before submitting claims for payment of advances on account of the work done and/or materials collected in accordance with condition 64 of General Conditions of contracts-IAFW-2249.

(i) Paints & like.

(ii) Steel tube, GI pipes and fittings.

(iii) MCCB, MCB & like

(iv) T- 5 rod, electronic ballast, surge protector for LED fittings.

(v) Electronic drivers for LED fittings.

(vi) Aluminium cable lugs/crimping, weather proof flat two core cable etc

(vii) Intelligent, flexible & smart outdoor lighting control unit, Garden lights with LED landscape luminaires, LED post top, highmast flood light luminaire etc.

(viii) LED Street light fittings & flood light luminaire of HPSV/MH.

(ix) Electrical fittings/fixtures where name of manufacturers/ brands are specified or approved, LED Lamps, LED type light fitting, LED street light fittings etc.

(x) XLPE LT UG Cables, & Sub main Wiring, Earthing Set, etc.

(xi) Cement, PCC cable cover

(xii) Steel, Steel tubular swaged Pole & MS sheet etc.

(xiii) FRP Junction Box, Solar batteries, Solar street light luminary & lithium based

solar LED security light system, building security light luminaire etc.

(xiv) Flexible marine grade stainless steel wire rope, double drum winch, trailing cable & super enameled copper conductor etc

10.4 Vouchers/ invoices so produced and verified shall be stamped by Engineer-in-Charge indicating contract number. 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.

10.5 Bitumen shall be purchased directly from manufacturer’s stockist or their authorised dealers only. These vouchers/ invoices shall be defaced by the GE/ Engineer-in-Charge, indicating reference to the contract number, under his dated signature, and CTC thereof shall be kept on record so as to avoid their being used again.

Page 35: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. : 111

SPECIAL CONDITION (CONTD...) 10.6 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.

11. APPROVAL OF SAMPLE OF WORKMANSHIP.

11.1 To determine the acceptable standard of workmanship, sample finishes shall be carried out as directed by GE under close supervision of the Engineer-in-Charge and shall be got approved from the GE.

12. MATERIALS AND SAMPLES

12.1 Refer condition 10 of IAFW-2249. The materials and articles, which have been specified from certain makes/ manufacturers, shall be of makes/ manufactures as specified. If the manufacturers specified in tender documents make both ISI marked and conforming to ISI, the materials/articles shall be ISI marked.

12.2 The materials and articles, which have not been specified in tender documents by makes/ manufacturers, shall be as under:-

(a) If ISI marked materials are being manufactured the same shall be ISI marked. For list of ISI marked manufacturers refer website BIS i.e. www.bis.org.in.

(b) If ISI marked materials are not being manufactured, the same shall be conforming to IS specifications.

12.3 Materials of local origin shall be as specified and conforming to samples kept in GE’s office. The tenderer is advised to inspect sample of materials which are displayed in the office of GE, before submitting his tender. The tenderer 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 them or not.

12.4 The contractor shall not procure materials and articles unless the samples are first got approved from the GE.

12.5 For obtaining sample approval, contractor will download list of BIS marked manufacturers from BIS site www.bis.org.in. He will select manufacture(s) meeting contract specifications criteria and handover the report with a request letter to Engineer-in-Charge with his signature. Engineer-in-Charge will verify its correctness by visiting the BIS site and process it to GE with his recommendations AE/ JE(QS&C) of GE will recheck the same from internet, endorse his recommendation and put up for approval of GE.

12.6 The printout having signature of all concerned including GE will be kept on record and approval will be conveyed within 7 days of contractor’s request.

12.7 After sample approval GE shall send an e-mail to manufacturer (not the authorised dealer) intimating him name of firm, approx quantity of material being procured by the contractor and request the manufacturer to ensure that his product only is purchased by the contractor from proper authorised source. A printout of the e-mail sent to manufacturer shall be kept on record duly signed by the GE and a copy thereof will be sent by post to the manufacturer.

12.8 In cases involving suspected procurement of spurious material purchase vouchers shall be verified through the manufacturer and proof of payment shall be obtained from the contractor by Engineer-in-Charge. The payment of such doubtful material shall be allowed only after GE satisfies himself about the genuineness of material.

12.9 Where no licensee exists for a particular item as per BIS web site, GE will permit procurement of same conforming to IS from manufacturer to be decided by GE.

Page 36: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. : 112

SPECIAL CONDITION (CONTD...) 12.10 Wherever list of make is included in tender document. These shall supersede the

name, if any, given in particular specifications. However the makes, if any, given in the Sch ‘A’ shall take precedence over make mentioned at other places.

13. HANDING OVER OF SITE

13.1 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 for giving site gradually, will be tenable.

14. DAMAGE TO THE EXISTING STRUCTURES/WORKS

14.1 Any damage to the existing structures, any existing road , underground cables, pipe lines, drains, and fixtures 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, conforming 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, binding and conclusive.

15. APPROACHES

15.1 The contractors shall make arrangements for and provide at his own cost all temporary approaches, if required to the site(s), after obtaining approval in writing from GE to the layout of such approaches.

16. ROYALTIES

16.1 Reference to condition 14 of IAFW-2249. Quarries are not available on Defence land for use by the contractor to remove material for use in the works.

17. RELEASE OF ADDITIONAL SECURITY DEPOSIT

17.1 Additional security deposit when deposited by the Contractor as per Condition 22 of the IAFW-2249 shall be released in two stages as under :-

(a) 50% of the additional security deposit shall be released on payment of final bill provided there are no claims outstanding against the contractor in respect of the contract in which the additional security is lodged and the final bill is not minus. In the event of departments claims against the contractor becoming and / or the final bills under Condition 66 of IAFW-2249 becoming minus the amount of the security deposit shall be adjusted against the claim due to Government and the balance if any will be released to the contractor.

(b) Balance 50% of the additional security deposit will be released to the contractor after expiry of defects liability period as per Condition 68 of IAFW-2249 Provided the contractor shall first have to render a No Demand Certificate (IAFA-451).

(c) In order to implement the above procedure, the contractor is advised to deposit the additional security in two equal parts so as to facilitate its release.

(d) The above clause is not applicable to release of earnest money/ security deposit by a contractor who has not executed the security bond with the department.

18. QUARRIES : Reference Condition 14 of General Conditions of Contracts (IAFW-

2249). No quarries on defence land are available.

Page 37: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. : 113

SPECIAL CONDITION (CONTD...) 19. ALLOTMENT OF LAND FOR STORAGE OF MATERIALS INCLUDING TEMPORARY

SHEDS, ACCOMMODATION OF LABOUR, CANTEEN, FABRICATING WORKSHOP ETC.

19.1 Refer condition 24 of IAFW-2249. Delete the following in Para 1 of condition 24 of IAFW-2249, ‘In the event of ……………areas of land allotted to him’ and following shall be read in conjunction with condition 24 of IAFW-2249.

19.2 The contractor shall be permitted to store his materials including erecting temporary sheds for cement. The contractor shall pay a licence fee of Re 1/- per year or part thereof in respect of each and every separate area of land allotted to him. No land for erecting temporary workshops and like and labour huts shall be provided in the MOD land. The contractor shall make his own arrangements for same outside the MOD land.

20. EQUIPMENTS AND MATERIALS

20.1 All equipment and materials to be incorporated in the work shall be new and of best of their kind conforming to the latest IS or in the absence the materials shall conforming to British or other relevant standard specifications.

21. MINIMUM WAGES PAYABLE

21.1 Refer condition 58 of IAFW-2249. The Contractor shall not pay wages lower than minimum wages for labour as fixed by the Government of India/ State Govt/ Union territory, whichever is higher.

21.2 Contractor’s attention is also drawn, amongst other things to the ‘explanations’ to the schedule of minimum wages referred to above.

21.3 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 date from time to time.

21.4 Schedule of minimum wages is not enclosed along with tender documents. However contractor shall be deemed to have verified the minimum fair wages payable as on the last due date of receipt of tender.

21.5 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.

22. OUT OF POCKET EXPENSES

22.1 No out of pocket expenses incurred by the tenderer in submitting the tender shall be reimbursed whether his tender is accepted or not.

23. WATER :

23.1 Water will not be supplied by MES. The contractor shall make his own arrangements for supply of water for construction purpose and for his workmen from the source as approved by GE.

23.2 It will be the responsibility of the contractor to ensure that the water brought to site meets the requirement of clause 5.4 of IS-456. Each source of water shall be got approved from the GE well in advance of the requirement of water for construction purpose. GE will first approve each source of water before commencement of work. Therefore the water from each source will be tested at least at an interval of every three months. The sample of water from the sites will be got collected by the GE and sealed by him. All the testing charges including the arrangement for forwarding the sample to recognized/approved laboratory will be borne by the contractor”.

Page 38: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. : 114

SPECIAL CONDITION (CONTD...)

24. SUPPLY OF ELECTRICITY

24.1 In case the contractor desires to buy electricity from the MES, he shall be charged for the electric energy consumed as applicable at that time/at the rate of Rs 8.30 (Rupees Eight and paise Thirty only) whichever is higher per kilowatt hour for light and power.

24.2 Electric supply required for works upto maximum of 10 KVA shall be made available by the MES at the incoming terminal of the main switch .The main switch and KWH meters to register the electric energy supplied shall be provided and installed by the MES. The contractor shall provide all necessary cables, fittings, etc., from the main switch in order to ensure a proper and suitable supply of electricity for the execution of work.

24.3 MES do not guarantee for continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent or for breakdown in the system.

24.4 GE or his representative shall be free to inspect all the power consuming devices or

any electric lines provided by the contractor. Any device or electric lines provided by the contractor, which is not to the satisfaction of the GE shall be disconnected from the supply if so desired by him.

25. BLASTING

25.1 Blasting is prohibited

26. LOCATION OF BUILDING AND WORKS

26.1 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 changes in the location/ siting of works.

27. WATCH WARD & LIGTHING

27.1 The contractor shall at his own cost take all possible precautions to ensure safety of life and property by providing necessary fencing, barrier, light, watchmen etc., during the progress of work and as directed by the Engineer-in-Charge. The contractor shall make good the damages without any extra cost to Govt failing which reimburse the loss to the Govt on account of any damage that may occur on this account.

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 panels etc., Touch up all paint work and carry out all necessary items of work in connection therewith and have the whole premises clean and tidy to the entire satisfaction of Engineer-in-Charge before handling the items/works. No extra payment shall be admissible to the contractor for this operation.

29. RETENTION MONEY/ COMPENSATION FOR DELAY

29.1 Refer condition 64 and 50 of IAFW-2249. For the purpose of calculating retention money under condition 64 of IAFW-2249, and compensation for delay under condition 50 of IAFW-2249, the value of contract as revised by price variation shall be taken into account.

30. REIMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO CONTRACT VALUE”

30.1 The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including GST, Labour welfare cess/tax etc), duties, Royalties, Octroi & Other levies payable under the respective statutes. No reimbursement/refund for variation in rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levies shall be made except as provided in Condition 28.2 herein below.

Page 39: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No : 115

SPECIAL CONDITION (CONTD...) 30.2 The taxes which are levied by Government at certain percentage rates of contract

sum/ amount shall be termed as “taxes directly related to contract value” such as GST, Labour welfare cess/ tax and like 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 rates 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 the Govt from any payments 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.

30.3 The contractors 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 value” 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 contractors shall also submit the other documentary proof/information as the GE may require.

30.4 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 Government, 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.

30.5 Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value” shall be made only if contractors necessarily and properly pays additional “taxes directly related to contract value” to the Government, without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Government Authority and submits documentary proof for the same as the GE may require.

31. OFFICIAL SECRET ACT: Refer Condition 2-A of IAFW-2249 (General Conditions of

contracts). The contractor shall be bound by the Official Secret Act and particularly section 5 thereof.

32. SITING OF BUILDINGS/ LAYOUT OF PROVISIONAL ITEMS: No claim shall be

entertained and acceptable for any changes in siting of buildings/ change in layout of provisional items, if ordered. Adjustment on account of any variation in the quantity or quality of works will, however be made as a normal deviation but no adjustment will be made on account of lead and lift.

33. LABOUR REGULATION AND ABOLITION ACT: Contract Labour) Regulation and

Abolition) Act-1970 is applicable to MES Contracts. Rates quoted by the contractor shall be deemed to take into account the cost etc. required to comply with the provisions contained in the said Act and the rules framed under the said Act.

34. FOREIGN LABOUR: The Contractor shall employ only Indian Nationals after

verifying their antecedents and loyalty. Foreign Nationals including Labour shall be excluded from all contracts site(s). Contractor’s attention is also drawn to the provisions contained in condition 26 of IAFW-2249 and the Official Secret Act, particularly Section –5 thereof.

Page 40: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No : 116

SPECIAL CONDITION (CONTD...) 35. REIMBURSEMENT IN CASE OF ENEMY ACTION : - If as a result of enemy action,

the contractor suffers any loss or damage, the Government shall reimburse to the contractor such loss or damage to the extent and in the manner hereinafter provided.

35.1 The loss suffered by him on account of any damage or destruction of his plant/equipment (as defined in special condition 23.1 here in before) or materials or any part or parts thereof. (The amount of loss assessed by the Accepting Officer of the contract or the CWE in case of contracts by GE, on this account shall be final and binding).

35.2 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 him or to the workmen’s legal successors for loss of the workman’s life.

36. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION:

(Applicable for works in Operational / Border Areas) 36.1 Contractor’s Plant/ Equipment at site:- The contractor shall furnish to the

Engineer-in-Charge every morning a distribution return of his plants/equipment on the site of work stating the following particulars :-

(a) Particulars of the plant/equipment, its make, manufacturer’s number, model number if any, registered number if any, capacity, year of manufacture, year of purchase etc.

(b) Location indicating number (quantity) at each location on the site of works(s).

(c) Total number (quantity) on site of work(s).

(d) 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 workman’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 the return to the GE for record in his office.

36.2 If as a result of enemy action, the contractor suffers any loss or damages, the Govt. shall reimburse to the contractor such loss or damages to the extent and in the manner herein after provided: -

(a) The loss suffered by him on account of any damage or destruction of his plant/equipment or materials or any part thereof. The amount of loss assessed by the Accepting Officer of the contract shall be final and binding.

(b) The compensation paid by him under any law for the time being in force to any workman employed by him for any injury caused to him or to the workman’s life.

(c) 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 Contract (IAFW-2249). No reimbursement shall be made nor shall any compensation be payable under the above provision unless the contractor had taken air defence precautions ordered in writing by the GE/OC concerned or in absence of such order, reasonable precautions. No reimbursement shall be payable nor any compensation be payable for any plant/equipment or materials not lying at site of work at the time of enemy action.

37. GST, OTHER TAXES AND DUTIES The tendered rates shall be deemed to include GST, taxes and all duties as

applicable etc as referred in Condition 10 of IAFW-2249.

Page 41: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No : 117

SPECIAL CONDITION (CONTD...) 38. INDEMINITY BOND FOR PAYMENT OF LABOUR, WORKMAN EMPLOYED ON

WORKS OR OTHER MONEYS OF TENDER PAYMENTS

38.1 The Contractor shall execute indemnity bond with the GE for enforcement of various enactment like Wages Act 1936, Minimum wages Act 1948, employees liability Act 1938, workmen’s compensation Act 1923 or any other Act or enactment’s related to indirectly and directly labours employed on works and rules framed thereunder from time to time for the time being enforce. In case of non compliance of any of enactment’s by the contractor, the GE shall be empowered to exercise the powers vested in him as the principal employer and the amount so not paid to the labour/ workman to be deducted from the sum become due under this Contract or from other Contracts in terms of condition 67 of IAFW-2249, General Conditions of Contracts.

39. SUB-LETTING OF CONTRACT

39.1 The contractor’s special attention is drawn to the fact that sub-letting of contract is strictly prohibited. Any lapse in this regard if found shall be accounted as breach of contract and the contract agreement shall be liable for cancellation along with other suitable action as deemed fit by Accepting Officer.

39.2 The contractor’s special attention is drawn to condition of Notice of tender which implies “Whatever condition/requirement stipulated in tender document, they are expressed final and binding.” The contractors are advised to quoted their rates in view of the conditions/ requirements mentioned in tender documents and not to stipulate their own terms & Conditions failing which the tender shall be declared as ‘Non-bonafide, and shall be rejected.

40. INSTRUCTIONS TO AVOID FLYING HAZARD & FLYING : -

(a) Existing runway & taxi track may be in operation & used for flying. The tenderer shall abide by the instructions of Engineer – in – Charge with regards to movement of personnel, store machinery in the interest of safety & avoid flying hazard.

(b) The tenderer shall further when an emergency arises be required to remove immediately his workmen, tools & plants from on near the runway/taxi track. Tenderer will allow for these contingencies in his rates & no claim for compensation on account of loss of man hours for any causes what so ever shall be entertained.

41. INSURANCE OF WORKMEN:

41.1 Contractor shall arrange insurance of workmen and details to be submitted to the office of GE (AF), Phalodi within the 15 days of the acceptance of the tender. All the workmen deployed by the contractor shall be covered under insurance & expenses shall be borne by the contractor. The contractor shall be solely responsible for any type of mis-happening/ untoward accident with man power during the maintenance and contractor shall have no claim of any insurance of such compensation from the department.

42. SAFETY PRECAUTIONS :

42.1 The work under this contract shall be executed for repair/ maintenance of external water supply. The contractors shall take all necessary precautions and measures listed in the relevant IS, safety codes, in the MES safety codes and all as directed by Engr – in- charge to ensure the safety of workmen and construction/work and shall be responsible for the same. The contractors shall also be arrange readily available first aid Kit for all labours during the execution of work.

Page 42: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No : 118

SPECIAL CONDITION (CONTD...) 43. TESTING OF MATERIALS

43.1 It will be mandatory for the contractors to carry out all the tests specified in Appendix ‘A’ in addition to other tests specified elsewhere such as cement, steel etc in the these tender documents. Cost of material and transportation to different laboratories will be borne by the contractor in addition to testing charges given in succeeding Para’s.

43.2 The tests shall be carried in presence of Engineer-in-Charge and the same shall be signed by Engineer-in-Charge, contractor and the technical person conducting these tests. Further, the contractor shall submit the test reports to Engineer-in-Charge for record.

43.3 For ‘A’ level tests indicated in Appendix ‘A’ the contractor may set up site laboratory at his option. However, in case the contractor has not set up the site laboratory and tests are carried out in Zonal (CTL Jaipur) or any other laboratory approved/set up

by GE, the recovery shall be made at rates applicable i.e. as given in Appendix ‘A’. In case the tests are carried out in site lab, the contractor shall employ a competent technical representative having minimum qualification as Diploma in Civil engineering for carrying out these tests. This qualified person will be in addition to engineer(s) required to be employed for supervision of work in pursuant to condition 25 of IAFW-2249.

43.4 For ‘B’ & ‘C’ level tests indicated in Appendix ‘A’, the contractor shall provide all facilities for testing of materials in Zonal laboratory (CTL Jaipur)/ Govt. approved laboratories or test house/Engg Colleges at his own cost. The lump sum / items rates quoted by the contractor shall deemed to be inclusive of these tests. The contractor shall bear the actual charges to ‘C’ level tests (to be done in labs other than MES labs) irrespective of rates indicated in Appendix ‘A’. Wherever it is convenient to get ‘B’ level tests done by approved tests house/ Engg College, the same can be done at the cost of the contractor and no separate recoveries will be made by the department for the same.

43.5 Recoveries on account of testing charges wherever applicable shall be effected from the running account payments due to the contractor payable after completion of respective tests or whenever the test is due, whichever is earlier.

(Signature of Contractor) AGE (Contracts) Dated ______________ For Accepting Officer

Page 43: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 119

PARTICULAR SPECIFICATIONS 1. GENERAL

1.1 The works under this contract shall be carried out in accordance with Schedule ‘A’,

Particular Specification and General Specifications and other provisions in the MES Schedule.

1.2 The Term “General Specifications” referred to in para 1.1 above as well as referred in IAFW-2249 (General Conditions of Contract) shall mean the specifications contained in the MES Standard Schedule of Rates – 2009 (Part-I) Specification and MES SSR Part-II (2010) rates.

1.3 General Rules, Specifications, Special Conditions and all Preambles in the MES Schedule shall be deemed to be applicable to all works under this contract, unless mentioned otherwise in these tender documents, in which case specifications in these tender documents shall take precedence over the aforesaid provisions in the MES Schedule.

1.4 Where specification for any item of work are not given in MES schedule or in these

particular specifications or drawing, specifications given in the relevant Indian standard specifications or code practice shall be followed.

1.5 SAMPLES OF MATERIALS (ARTICLES AND RERUIREMENTS) 1.5.1 All materials, articles and equipment incorporated in the work shall be brand new

and shall be procured from the manufacturer’s authorised agents of the manufacturer and these shall be brought at site in original packing. If any article is manufactured in more than one quality, the same of first quality shall be provided. These materials shall be got approved from the GE in writing before placing bulk order for incorporation in the works. Two samples of each article (Except heavy equipment articles for which the decision of GE shall be final and binding) shall be produced by the contractor for the approval of GE well in time, keeping in view the activities agreed in CPM chart. The approved samples shall be signed by GE as well as contractor representative and shall be kept in safe custody till the expiry of the defects liability period.

1.5.2 The material, articles and equipment of local origin referred to in SOURCE OF

MATERIAL shall be procured from the sources indicated against each and shall conform to the quality and the grading specified in SSR/IS.

1.5.3 The materials, articles and equipments except materials listed in Particular

Specification Section-II here-in-after shall bear ISI certification mark. If ISI marked materials are not available, then conforming to relevant IS and if conforming to IS are also not available then these shall be of best quality available in the trade as approved by the GE. The decision of the GE in this regard shall be final, conclusive

and binding. 1.6 MAKING GOOD

1.6.1 The contractor shall cut, leave or form holes, recesses, chases etc, in concrete, brick

work, walls, ceiling, floors and in any other situations as required or as directed by the Engineer-in-Charge and finish to match the adjoining surfaces.

2. SCOPE OF WORKS: All work mentioned in BOQ (Schedule ‘A’) and prescribed in

particular specifications is included in the scope of this contract.

Page 44: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 120

PARTICULAR SPECIFICATIONS (CONTD……)

3.0 SAMPLES:

3.1 Before starting the work, the contractor shall produce samples of all materials

including accessories for approval by the Garrison Engineer. Samples that are

approved will be retained by the Garrison Engineer until the work is finally

completed and accepted. The contractor will not be allowed to commence the work

before the samples are produced and approved. The contractor shall ensure that

the materials used in the work are identical with approved samples and uniform

throughout.

4.0 STORES & MATERIALS:

4.1 In case specification of any material needed for incorporation in work is not

contained in any of the contract documents mentioned in Clause 1.1 above, the

specification of such materials proposed to be incorporated in work shall be got

approved in writing from the GE before their incorporation in the work.

4.2 All manufactured materials/articles other than those manufactured in contractor's

workshop at site shall bear IS certification mark.

4.3 Items conforming to IS will be accepted only when ISI marked materials are not

manufactured in the country. However, materials which are superior to ISI

specifications such as particular type of paints, may be used without any extra cost

to Government but before incorporating such materials/items in the work, the

contractor shall produce necessary test certificate as required by the GE as a proof

that the materials/items to be incorporated in the work conform to relevant IS or

superior to IS.

4.4 If the contractor, at his own discretion, intends to provide materials/items

conforming to IS specifications and bearing IS certification mark from any other

manufacturer's other than those listed in the tender, such materials shall be allowed

to be incorporated with prior approval of GE and without any price adjustment.

However, this option shall only be exercised when none of the manufacturers

mentioned in these tender documents produce the materials with IS certification

mark.

4.5 Local materials such as stone, aggregate, sand, bricks etc. shall be as specified here-

in-after. The samples of these materials shall be got approved in writing before the

materials are brought in bulk to site. Letters of GE conveying approval of samples of

materials will interalia mention source of supply/name of manufacturer (trade

name/brand where applicable) and also reference to clause of contract documents

containing specification of the particular materials.

4.6 The contractor shall ensure that the materials incorporated in work are identical to

the approved samples.

5.0 CLASS OF WORK:

5.1 The work shall be carried out in strict compliance with the latest edition of Indian Electricity Act, The Indian Electricity Rules, IE Regulations and the latest IS-732. The work shall be of high standard and approved construction used in a modern electrical work and shall be suitable in every respect for the type of voltage specified and shall be to the satisfaction of Engineer-in-Charge.

Page 45: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 121

PARTICULAR SPECIFICATIONS (CONTD……) 5.2 All electrical works shall be executed properly by skilled licensed electricians under

the supervision of qualified and licensed electrical supervisors. The contractor on demand by Engineer-in-Charge shall produce such evidence of qualification of his workmen either at the time of commencement or at any time thereafter during the contract period.

5.3 SAFETY PROCEDURE AND PRACTICES :In all major electrical installations such as

Sub stations, Industrial establishments, transmission and distribution lines and cable networks, safety procedures and instruments for working on low, medium and high voltage mains apparatus and safety practices listed in IS-5216 (Guide the safety procedures and practices in electrical works) shall be followed to the extent applicable. The contractor shall provide workmen with safety devices and appliances.

5.4 FIRE SEFETY: All electrical equipment shall satisfy the requirements laid down in

IS-1646 code of practice for fire safety of buildings (General), electrical installations

and IS-3034 code of practice for fire safety of industrial buildings, electrical generating and distributing to the extent applicable.

6.0 KNOWLEDGE OF WORK:

6.1 The tenderers shall be deemed to have good working knowledge of the exact

requirement of the job. In case of any doubt clarification may be obtained from AGE

E/M before tender is submitted. Tenderers are advised to visit site in working hours

with the permission of Engineer-in-Charge/GE. No claim whatsoever shall be

entertained, accepted in case of tenderer coming up with execute of having

incomplete knowledge of work involved.

7.0 GENERAL REQUIREMENTS:-

7.1 The requirement pertaining to materials, conformity with Indian Electricity Act and

rules, workmanship testing, record of installations, safety procedures and practices

and fire safety shall be all as specified in clause 19.2 of MES Schedule.

7.2 The contractor is deemed to have included rates/amount quoted against respective items of Schedule ‘A’ for cost of making holes/chases where required through masonry or concrete work for taking in cables/conduits and conductors etc and making good the same to match with existing work, all as specified in Schedule ‘A’, drawings and particular specifications.

7.3 All work of internal electrification shall be executed by fully qualified licensed electricians all as per latest practice and latest IS codes/IE rules. Certificate of qualification shall be produced on demand by Engineer-in-Charge.

7.4 The position of electrical fittings and fixtures shown on drawings are tentative. The exact position of these shall be as directed by Engineer-in-Charge at the time of

execution without any price adjustment.

7.5 Run’s of wire and locations of fitting and switches shall be marked on walls and soffits of roof/floor slabs for the wiring for the approval of Engineer-in-charge. The contractor may have to realign the wiring and or relocate the fittings, required for final approval at no extra cost to Government. The entire work shall be carried out as approved in sample qtrs/sample finishes.

7.6 Looping-in-system of wiring shall invariably be used throughout the installation. Where it is absolutely not practicable, then necessary junction boxes of approved make be used as permitted by Engineer-in-charge. Soldered or taped joints are not permitted for jointing under any circumstances. Porcelain connectors connected with metal parts of brass shall be used.

Page 46: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 122

PARTICULAR SPECIFICATIONS (CONTD……) 7.7 All equipments, fittings and accessories, material etc, for the wiring installation shall

be ISI marked and of approved make or as specified in Sch ‘A’. However equipment, fittings & accessories, material etc which are not being manufactured with ISI marks, GE shall approve reputed make conforming to relevant IS without any price adjustment.

7.8 Contractor shall produce sample of all the fittings accessories, materials etc for approval by the GE, before incorporation of work.

7.9 Notwithstanding, the fact that equipment has passed the inspection carried out during the stage of a manufacture, the contractor is not relieved from his obligations to conform to the quality, workmanship, guarantee of performance etc.

7.10 Any defective material, equipment or workmanship which may come to the notice of the Garrison Engineer 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.

7.11 All wiring shall run either vertical or horizontal or parallel to the wall. Diagonal running shall not be permitted except where conduits are concealed in RCC floor or roof slabs.

7.12 Switch boxes and boards shall be internally clean. There should not be any dead mortar, cut pieces of wires, screws and washers etc inside them.

7.13 Light and power points shall run through the separate conduits.

7.14 The limit of max load on each lighting circuit shall be 800 watt and max eight points or as directed by the Engineer-in-charge.

7.15 The limit of the power circuit outlet points shall be just two per circuit.

7.16 Twin core twisted flexible cord shall be of size 23/0.0076 in or 0.5 sq mm in cross sectional area and shall be provided where not indicated in respective items of Sch ‘A’.

7.17 No joint shall be allowed in the wire.

7.18 A short length of wire shall be left as spare at each switch board/box.

7.19 Conduits (in case of concealed conduit wiring) of correct size shall be laid before plastering, this shall be properly jointed together to ensure electrical continuity.

7.20 The contractor shall submit a detailed wiring diagram which shall indicate main switches details, run of various mains and sub mains, positive of all points, circuits and relative points to which they are connected and numbering of the individual circuits, at no extra cost to the Government.

7.21 The quoted rates of points wiring shall include for all the necessary provisions contained in MES Schedule 2010 (PART II) as applicable.

8. EXCAVATION AND EARTH WORK

8.1 Excavation for laying of pipes, cables etc shall be restricted to dimensions as specified in MES Schedule and as directed by the Engineer-in-Charge. In the case of excavation in excess of required depth, the excess depth shall be made good by the contractor in cement concrete (1:4:8) type D-2 without any extra cost to the Govt.

8.2 Trenches shall be excavated to levels / gradients as directed by the Engineer-in-Charge.

8.3 Excavated earth shall be deposited at least one metre away from the edge of the trenches. When roads have to be crossed, trench upto half the width of road shall be dug at a time and proper notice, signboards and lights shall be displayed and watchman posted to prevent accident.

Page 47: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 123

PARTICULAR SPECIFICATIONS (CONTD……)

8.4 Refilling of earth in trenches shall be done in 25cm thick layers with excavated soil approved by the Engineer-in-Charge in a manner as to ensure greatest compactness and solidity. Each layer shall be well rammed. Surplus soil removed as provided in Schedule ‘A’.

8.5 Soft/loose soil hard/ dense soil and mud shall be classified as “any type of soil”.

8.6 SURFACE EXCAVATION

8.6.1 Excavation exceeding 1.5m in width as well as 10 Sqm area on plan; but not exceeding 30 cm in depth shall be described as ‘surface excavation’.

9. CEMENT:

9.1 Contractor shall procure the cement under his own arrangement for the entire completion of the work. Provision of condition 10 of IAFW-2249 shall be read in conjunction with this clause.

9.2 The specifications and other provisions laid down vide Section 4 clause 4.3 of MES Schedule (Part-I) shall be read in conjunction with the provision contained in the subsequent paras here-in-after.

9.3 TYPE OF CEMENT:- The cement shall be ordinary Portland cement of grade 43 confirming to IS-8112-1989. However portland pozzolana cement as per IS-1489-1991 may be used. Portland pozzolana cement shall not be used for over head reservoirs, underground sumps, prestigious building (to be decided by GE) and building with span more than 10 meters. In such cases only Ordinary portland cement shall be used.

9.4 SOURCE OF PROCUREMENT (FOR OPC): Cement shall be procured by the contractor under his own arrangement and at his own cost from main producers of cement like (i) The India Cement (ii) Grasim Industries Ltd (iii) Ultra Tech Cement (iv) The Associated Cement Companies Ltd (v) Dalmia Cement (Bharat) Ltd (vi) Andhra Cement Ltd (vii) Century Cements (viii) Prism Cement Ltd (ix) Binani Cement Ltd (x) J K Cement (xi) Mangalam Cement Ltd (xii) Birla Corp Ltd (xiii) Zuari Cement Ltd (xiv) Lafarge Cement (Lafarge India Pvt Ltd) (xv) Shree Cement (xvi) Madras Cement (xvii) Jaypee Cement Ltd (xviii)Ambuja Cement Ltd (xix) JK Lakshmi Cement Ltd (xx) Saurashtra Cement (xxi) Orient Cement. The particulars of the manufacturer of Cement alongwith the date of manufacture shall be submitted by the contractor separately for each lot of cement procured. Each lot of cement procured by the contractor shall be recorded in the measurement book as “Not to be abstracted” and shall be supported with authentic original purchase vouchers highlighting the makes, batch No., quantity etc.

9.5 PROCUREMENT (for PPC): The cement supplied by contractor will be procured from main producers of cement. The particulars of manufacturers of cement along with the date of manufacture shall be obtained from the contractor for every lot of cement separately. The documents in support of purchases of cement shall be verified by the site staff and GE.

Page 48: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 124

PARTICULAR SPECIFICATIONS (CONTD……)

9.6 SOURCE OF PROCUREMENT (for PPC): PPC shall be procured from the following manufacturers:-

(a) The India Cement (h) Prism Cement Ltd (p) Shree Cement

(b) Grasim Industries Ltd (j) Binani Cement Ltd (q) Madras Cement

(c) Ultra Tech Cement (k) J K Cement (r) Jaypee Rewa cement

(d) The Associated Cement Companies Ltd

(l) Mangalam Cement Ltd

(s) Ambuja Cement Ltd

(e) Dalmia Cement (Bharat Ltd)

(m) Birla Corp Ltd (t) JK Lakshmi Cement Ltd

(f) Andhra Cement Ltd (n) Zuari Cement Ltd (u) Saurashtra Cement

(g) Century Cements (o) Lafarge Cement (Lafarge India Pvt Ltd)

(v) Orient Cement

9.7 REQUIREMENT OF PROCUREMENT (for PPC): While procuring PPC, the following requirements shall be ensured and certificate to that effect shall be obtained for each batch from the manufacturer:-

(a) The quality of fly ash is strictly as per IS 1489 (Part-I) – 2002.

(b) Fly ash is inter-ground with clinker not mixed with clinker.

(c) Dry fly ash is transported in closed containers and stored in silos. Only pneumatic pumping should be used.

(d) The fly ash is received from thermal power plants using high temperature combustion above 1000 degree centigrade shall be used.

(e) The fly ash content in PCC shall not exceed 25% to ensure consistency.

9.8 Mixing of cement of different type shall not be admissible (Refer Note 1 and 2 under Para 4.3 of MES Schedule (Part-I) in this connection).

9.9 IDENTIFICATION (for OPC): Marking of each cement bag shall be as per relevant IS Code.

9.10 SCHEDULE AND SUPPLY (for OPC & PPC): Schedule of supply of cement shall be finalized by the contractor with GE and shall be incorporated in CPM Chart so that supply of cement monitored in a way so as to avoid any delay in completion of the work. The complete requirement of cement will be worked out before making any RAR payments and procurement of cement by the contractor will be completed sufficiently in advance of the date of completion. No extension of time will be considered for non-availability of cement. Every cement godown shall be provided with locks on each door. The key of one lock of each door shall remain with Engineer-in-Charge or his representative and that of the other lock with contractor’s authorized agent at site of work so that cement is removed from the godown only according to daily requirement with the knowledge of both the parties. Cement for the purpose of accounting shall be on the basis of number of bags. Minor variation in cement not more than 2% by weight of cement in a bag will be permissible for purpose of accounting of cement bags. However cement shall be incorporated in work on the actual weight basis where specified without any additional cost.

Page 49: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 125

PARTICULAR SPECIFICATIONS (CONTD……)

9.11 TESTING OF CEMENT (for OPC & PPC): The contractor shall submit the manufacturer’s original vouchers and test certificate along with test sheet giving the result of physical test as applicable and the chemical composition of the cement or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in the cement Acceptance Register as given at Appendix ‘B’ after due verification. The GE shall also organize independent testing at random sample of cement drawn from various lots from the National Test House, SEMT CME, Regional Research Laboratories, Govt. approved laboratories, Zonal laboratories, Govt. Engineering College Laboratory as per IS-3535–1986 (Method of sampling hydraulic cement), IS-4031 (Method of physical test for hydraulic cement) and IS-4032–1985 (Method of chemical analysis of hydraulic cement). In case cement test result does not fall within acceptable limit, respective lot of cement shall be rejected and shall be removed by the contractor within 24 hours from the site. The cost of tests shall be borne by the contractor irrespective of the status of the results and no claim shall be entertained on this account and condition 10 of IAFW-2249 shall be deemed to be amended accordingly.

9.12 STORAGE (for OPC): The cement shall be stored and stacked properly. Precautions in storage shall be observed as per para 4.3.1 of MES Schedule (Part-I). Inspection shall be carried out once in a day by the rep of GE associated with the work and rep of contractor. It shall be ensured that tested and untested cement are segregated and stored separately with distinct identification. Cement for not more than 3 months requirement should be procured and held in stock to avoid its deterioration.

9.13 STORAGE (for PPC): Cement shall be stored over dry platform atleast 20cm high in such a manner as to prevent deterioration due to moisture or intrusion of foreign matters. In case of store room, the stack shall be atleast 20cm away from floors and walls. The stacking shall not be more than 10 bags high. It shall be ensured that tested and un-tested cement are segregated and stored separately with distinct identification.

9.14 DOCUMENTATION (for OPC & PPC): The contractor shall submit original purchase vouchers from the supplier for the total quantity of cement supplied under each consignment to be incorporated in the work. Any consignment received at the work site shall be inspected by the GE alongwith the relevant documents before acceptance. The original vouchers and test certificates shall be defaced by the Engineer-in-Charge and the contractor or his representative and kept on record in the office of 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 JE (Civil), Engineer-in-Charge, GE and Contractor or his representative. The Accepting Officer may order board of officer for random check of cement and verification of connected documents. The entire quantity of all type of cement shall also be suitably recorded in the MB for record purposes before incorporation in the work as mentioned here-in-before and shall be signed by Engineer-in-Charge and contractor.

9.15 STRIKING OF FORMWORK AND CURING PERIOD (for PPC)

(i) Minimum period before striking the formwork given in clause 11.3.1 of IS 456-2000 and MES Schedule (Part-1) vide clause 4.11.6.3 shall be increased by 3 days. For example, the minimum period before striking formwork for soffits of beams (props left under) given as 7 days in clause 4.11.6.3(c) of MES Schedule shall be 10 days (7+3) for PPC.

(ii) Extra curing shall be carried out as required.

Page 50: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 126

PARTICULAR SPECIFICATIONS (CONTD……)

9.16 RECORD OF CONSUMPTION OF CEMENT:

(a) For the purpose of keeping a record of both the cement (OPC & PPC) used, the contractor shall maintain a properly bound register serially numbered (all pages initialed against the numbering by the Engineer-in-Charge) in the form approved by the Engineer-in-Charge showing daily receipt, quantity used in the work and balance in hand at the end of each day. The register shall be maintained with daily entries duly authenticated by the contractor or his authorized representative and the Engineer-in-Charge.

(b) If OPC & PPC both are used in the work, a separate record for both types of cement shall be kept showing the location and the type of cement used. Different type of cement shall be kept at site in the safe custody of Engineer-in-Charge during the progress of the work and shall on demand be produced for verification of

Inspecting Officer. On completion of the work, the cement register shall be deposited with the GE along with the final bill.

9.17 In case of dispute relating to the interpretation arising out of the above referred provisions, the decision of the Accepting Officer shall be final, conclusive and binding.

Notes: -

1. In case estimated requirement for entire completion of work is less than 1200 bags, contractor can procure cement from the authorized distributor/dealers of the approved firms mentioned here in before. However contractor will have to submit test certificates for the batch issued by the firm.

2. In case of above the independent testing will be at the option of GE, if the factory test certificate are produced by the contractor .In a particular case when contractor fails to produce the factory certificates, testing of cement by GE will be mandatory. However the testing will be restricted to IS-4031.

3. The Engineer-in-charge will ensure that cement accepted should not be more than two months old. The week/date of manufacturer of cement is always printed at the bottom end of the cement bag. The marking of manufacturer date on cement bag is of particular nature and all official are required to clearly understand the method of marking.

4. Cost of testing, material, transportation etc shall be borne by the contractor without any extra cost from the Deptt.

10. CONCRETE

10.1 Cement shall not be issued under Sch ‘B’ and same shall be procured by the Contractor under his own arrangement for the entire completion of work.

10.2 COARSE AGGREGATE

Coarse aggregate for all cement concrete work shall be crushed stone. Crushed stone aggregate shall be obtained from the quarries as mentioned in “Source of Material”. Coarse aggregate shall be as specified in Clause 4.4.1, 4.4.2, 4.4.3, 4.4.3.1, 4.4.3.2 and 4.4.7.1 of MES Schedule (Part-I).

10.3 FINE AGGREGATE

Fine aggregate for all cement concrete shall be natural coarse sand obtained and shall be as specified in Clause 4.4.1, 4.4.2, 4.4.3, 4.4.3.1, 4.4.3.2, 4.4.7.2 of MES Schedule (Part-I) as laid down for grading Zone-II.

Page 51: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 127

PARTICULAR SPECIFICATIONS (CONTD……)

10.4 Grading of coarse aggregate unless specified otherwise shall be as given below:- (a) For all RCC above 30mm thickness - 20mm graded as specified in Para 4.4.7.1 of MES Schedule (Part I). (b) For PCC work above 30mm and upto - 20mm graded as specified in Para

and including 75mm thickness. 4.4.7.1 of MES Schedule (Part I).

(c) PCC over 75mm thickness - 40mm graded as specified in Para 4.4.7.1 of MES Schedule (Part I).

10.5MIXING AND CONSOLIDATION OF CONCRETE

10.5.1 All cement concrete shall be mixed in Mechanical mixer.

10.5.2 All reinforced cement concrete shall be consolidated by mechanical vibrators. Consolidation by tamping may be resorted to with prior permission of GE in writing in locations where it is not practicable in the opinion of GE to ensure that concrete is

not over vibrated so as to cause segregation.

10.5.3 Precast/cast-in-situ plain cement concrete shall be deposited and rammed by tamping and punning as specified in para 4.11.10 and 4.11.11 on serial page 65 and 66 of MES Sch 2009 (Part-I).

10.6 WATER :- Refer clauses 4.9 and 4.9.2 of MES schedule part I. 11. FORM WORK

11.1 Form work shall be as described in clause 4.11.6 and 7.15 of MES Schedule (Part-I). Formwork shall be for fair finished/ rough finished surface all as described in respective Schedule ‘A’ item. In case nothing is described in Schedule ‘A’, form work shall be for rough finished surface.

11.2 However, the form work to be used for surfaces specified in these specifications to be plastered shall be such that after application of the specified thickness, fair finished surfaces is achieved as specified therein. The contractor may at his discretion use timber or steel or plywood form work for which no price adjustment will be admissible and in such cases he will have to properly roughen the concrete surface for receiving plaster finish (para 14.14.3 of SSR 2009 Part I refers). Wall thickness shall not be made use of as form work wall shall be built after the columns are cast.

12. SAND CUSHIONING

12.1 Sand cushioning shall be provided all as specified in clause 19.75 of MES SSR Part I. Sand for cushioning shall be brought from the sources mentioned here-in-after and as approved by GE.

13. SYSTEM OF WIRING

13.1 Wiring shall be done with type of cable as mentioned in Sch ‘A’ item. Wiring shall be done in accordance with para 19. of MES Schedule ( Part I). Wiring is to be terminated in sunk cast iron or pressed steel terminal boxes for mounting fittings like switch sockets and regulators all as specified in Schedule ‘A’.

13.2 Prior to laying and fixing of casing caping/conduits the contractor shall carefully examine the drawings indicating the layout, satisfy himself about the sufficiency of number and sizes of conduits, location of junction boxes, sizes and location of switch boxes and other relevant details.

13.3 Joints between conduits and accessories shall be securely made, to ensure earth continuity.

Page 52: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 128

PARTICULAR SPECIFICATIONS (CONTD……) 13.4 Embedded conduits shall be of correct size with junction boxes. In the roof in case of

concealed conduit wiring junction boxes with wooden plugs to seal spare openings shall not be used.

13.5 Following colours of PVC insulations of cable to indicate the different poles orphases

to which the apparatus or its different terminals connected shall be used: - (i) Three phases – Red, Blue and Yellow (ii) I neutral - Black (iii) Off wire – White or Grey (iv) Earth wire – Green

14. SHEET METAL ENCLOSURES (DBs) FOR HOUSING MCBs, MCCBs/ RCCB’ ELCB AND ISOLATOR ETC

14.1 Sheet steel enclosures for mounting isolators, MCBs and MCCBs shall be fabricated out of steel sheet as per manufacturer’s Design and Specifications and finished with stove enamel paint. Lable channel shall be provided for labeling outgoing circuit. Two knock out, of suitable dia shall be provided at top for incoming cables but at bottom corresponding to number of ways. Bus bars shall be rated accordingly. Distribution boards (DB’s) shall be recessed in walls to become flush with wall where it is possible or otherwise as directed by Engineer in Charge. Proper marking shall be provided in the DB to indicate type of circuit in power and light. Neoprene gasket shall be used in DBs. All wiring connection required to be made with MCCBs, MCBs and Isolators shall be carried out by providing necessary thimbles/lugs duly crimped.

14.2 MCB

14.2.1 MCBs shall conform to IS 8828 and shall be housed in DBs.

14.2.2 MCB shall have quick made and break non-welding silver alloy contacts both on the manual and automatic operation. MCBs shall be of thermal magnetic type with inverse time delay over current tripping having a short circuit rupturing capacity as indicated in respective items of Schedule ‘A’ and if no reputing capacity indicated in items of Schedule ‘A’ then it shall be of 10KA. In case of Multiple type MCBs, the tripping must be on all the poles and operating handle shall be common. Pressure clamp terminals for stranded solid conductor insertion are acceptable upto 4 sq mm for copper and for higher ratings the terminals shall be suitably extended for bolted lugs connections. All terminals shall be suitably screwed. MCBs shall be housed in distribution board fabricated out of sheet steel and shall have IP-40 degree of protection to prevent entries of dust. Ample clearance between the conductors and sheet steel body shall maintained in order to obviate any chance of short circuit. Movable conduit entry plates shall be provided at top and bottom to facilitate drilling holes to suit individual requirement. The MCBs shall be mounted on a high grade rigid insulating support and connected by electrolytic copper bus bars phase separation barriers made out of arc resistant materials provided between the phase. Bus bars shall be colour coded for Phase identification and shall be PVC shrouded

14.2.3 MCCBs: Moulded case circuit breaker shall be suitable for 50KA/35 KA/25 KA fault level for I second as per Sch “A’. The operating handle shall be provided with door interlock facility, so that the door can not be opened when MCCB is in ON position.

Page 53: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 129

PARTICULAR SPECIFICATIONS (CONTD……) 15. LIGHT FITTINGS

15.1 Light fittings shall be of the makes as mentioned in Sch ‘A’. Unit rates for various fittings shall be deemed to include for fixing the fittings and connecting complete with necessary connections, cable etc as directed by Engr-in-charge. In case the fittings from the firms other than these mentioned in the respective items of Sch ’A’ are acceptable to Department, contractor may produce similar fittings of other makes only with prior approval of Accepting Officer. The change shall be subjected to price adjustment with no plus effect but with minus effect if the alternate is cheaper.

16. UNDERGROUND LT CABLES XLPE:-

16.1 LT cables shall be cross linked polyethylene (XLPE) insulated PVC sheathed GI strip or wire armoured with stranded aluminium conductors suitable for working voltage up to and including 1100 volts and shall bear ISI certification mark with IS-7098 (Part-I).

16.2 CABLE TERMINATION AND CABLE JOINTS KIT :- Refer para 19.85.2 and 19.85.3

of SSR Part-I. 16.3 CABLE TERMINATION & CABLE JOINT BOXES : Cable boxes for straight

through and termination joints shall be in form of ‘Kits’ with jointing instructions and literature/test certificate. The kit shall also carry the name of manufacturer, date of manufacture and expiry date on the kit also the type of cable for which suitable.

16.4 CABLE TERMINATION ACCESSORIES : All the cable termination accessories such

as cable sockets, compression joint sleeves, conducting jellys, cable glands, reducing bushes and check nuts etc shall be best quality available or as directed.

16.5 LAYING AND JOINTING OF UNDER GROUND CABLES

(a) The cables shall be laid and jointed strictly as specified in the MES Schedule-2009 (Part-I) and in accordance with instructions furnished by the cable manufacturers and the latest IS specification and as specified hereinafter. The cable shall be laid as per para 19.75 and 19.76 of SSR Part-I. The cable jointing shall be made as per para 19.85.1 of SSR part-I.

(b) The sand for the purposes of cushioning and cover should be fine sand.

(c) (i) The bricks for covering the cables shall be as described in Schedule `A'. It shall be of minimum compressive strength 75 Kg/Sqcm.

(ii) Wherever precast concrete cable cover is specified, it shall be confirming to IS:5820-1970. The concrete used in the manufacture of precast concrete cable cover shall be of a grade not lower than M-20.Also refer clause 19.20 of SSR Part-I.

(d) After the layer of cable cover is laid the remaining trench will be filled with excavated earth all as specified in item of Schedule 'A'.

(e) The cables shall be snaked at all joints and junction boxes. Snaking shall be as directed by the Engineer-in-Charge. Extra length on account of snaking will also be measured under respective items of Schedule 'A'. The quantity payable under Schedule 'A' items shall be the length of cable laid including the length in snaking and no price adjustment shall be made for variation in quantities of connected (allied) items like sand cushion, sand cover and brick layer protection cover.

(f) Where the cables run vertically, they shall be firmly fixed with flat iron clamps as directed by the Engineer-in-Charge at one meter centre to centre along the supports.

Page 54: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 130

PARTICULAR SPECIFICATIONS (CONTD……) 16.6 TESING OF CABLES:- Manufacturer test certificate shall be furnished by the

contractor to the GE in respect of HT/LT cables.

(i) TESTING DURING LAYING CABLES: All cables shall be megger tested before jointing. After joining is completed, all low voltage cable shall be megger tested and high voltage cables pressure tested before commissioning. The cables shall be tested for:-

(a) Continuity (b) Insulation and resistance between conductors (c) Insulation resistance to earth. (d) Absence of cross- phasing.

(ii) TESTING AFTER LAYING CABLES: Immediately after the initial laying and jointing work is complete, a high voltage test shall be applied to HT cables to ensure that they have not been damaged during or after the laying operations and that there is no flaw in jointing. The following tests shall be carried out for HT/LT cables:-

(a) Insulation resistance tests – Sectional and overall (b) Continuity test – Sectional and overall (c) Full load test (d) Earth test 17. STREET LIGHT FITTINGS :- Street light fittings Shall be of cast aluminium housing

and shall comply with the requirements of IS 2149-1970, Specification for luminaries for street lighting.

18. INSPECTION :- The contractor is required to afford all facilities for inspection and

examination of all materials used and workmanship in items assembled or manufactured by them.

19. TESTS: - The manufacturer’s test certificate duly signed by the authorised testing

authority of the manufacturer’s or the test certificate obtained from any recognised Govt test house shall be accepted as an evidence of the equipment /materials conforming to their relevant IS.

20. EQUIPMENT:- All equipments, applied accessories and materials to be incorporated

in this work shall be of the make (s) specifically mentioned or where the makes are not specifically mentioned then the same shall be of standard make and strictly bear ISI certification mark with current appropriate Indian Standard Specification.

21. TESTING

21.1 The contractor shall produce manufacturer's original test certificate for routine test and type test laid down in relevant IS for the following:-

(i) High Intensity type LED based street light fittings,

(ii) Flood light luminaires, Security light fittings & MCCB’s.

(iii) Junction box and feeder pillar boxes.

(iv) Intelligent, flexible & smart outdoor lighting control unit

(v) LT Cables, Solar batteries, Solar street light luminary, Lithium based Solar LED Security light System & building security light luminaire.

21.2 All electric works shall be tested by contractor in the presence and to the satisfaction of engineer-in-charge for insulation resistance, earth continuity, operation of equipment including other tests specified by Engineer-in-charge in accordance with Indian Electricity Rules and relevant code of practice. The result of such test shall be recorded and signed by Engineer-in-Charge and Contractor.

Page 55: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 131

PARTICULAR SPECIFICATIONS (CONTD……) 22. PIPES

22.1 GI pipe for cable protection and earth wire shall be light grade and shall bear ISI

certification mark with IS-1239.

22.2 Ends of pipes shall be properly sealed with wooden bush and bitumen compound

after drawing the cable through pipes.

22.3 Where cables are to be fixed alongwith poles these shall be drawn through pipes. The

pipes shall be fixed to poles by providing proper clamps and same shall be paid

under appropriate item of Sch 'A'.

23. BLANK

24. LED LIGHT FITTINGS

24.1 LED Light fittings shall be of the makes as mentioned in BOQ (Sch ‘A’). Unit rates for

various fittings shall be deemed to include for fixing the fittings and connecting

complete with necessary connections, cable etc as directed by Engr-in-charge.

24.2 TESTING :- After installation of equipments all tests as per latest IS shall be carried

out by contractor to the entire satisfaction of Engineer-in-Charge without any extra

cost to the Govt.

25. PAINTING

25.1 GENERAL

25.1.1 Paint shall be synthetic enamel paint of Ist quality and not inferior to that specified

in the IS and procured from any of the manufacturer given below: -

(a) Jenson & Nicholson BOROLAC

(b) Shalimar SUPERLAC

(c) Berger LUXOL

(d) Goodlass Nerolac NEROLAC

(e) Asian paints APCOLITE

25.1.2 Paint for priming coat, under coat and finishing coat shall be of the same

manufacturer.

25.1.3 Where the tint of paints is not indicated, it shall be approved by the GE.

25.1.4 All surfaces to be treated shall be suitably prepared before applying priming coat as

specified in the MES Schedule.

25.1.5 The contractor shall, if so required by the GE produce certificates from the

manufacturers or their representative to establish that the brands of paints used by

him are as per specifications or superior thereto.

25.1.6 Priming coat on a prepared surface shall be applied only after the surface has been

passed by the Engineer-in-Charge and marked as such.

25.1.7 Pink primer shall be used in wood work.

25.2 Tarring or Painting with Coal Tar Paint: Refer Clause 17.12 & 17.12.1 of MES

Schedule (Part-I).

Page 56: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 132

PARTICULAR SPECIFICATIONS (CONTD……)

26. PRODUCTION OF PURCHASE VOUCHERS

The Contractor shall submit original purchase vouchers, invoice from authorized

agents/ dealers in respect of purchase of items for which makes have been specified

and incorporated in the contract including bitumen and bitumen products to the

Engineer-in-Charge who shall be responsible to verify and deface the same before

according his permission to incorporate such material in the work. These original

purchase vouchers/ invoices shall be released to the contractor duly defaced by

Engineer-in-Charge after technical check of the final bill by Garrison Engineer/

Commander Works Engineer. In exceptional cases where the contractor demands for

return of the original vouchers/ invoices for submission of income tax/ sales tax

department prior to technical check of final bill by the Garrison Engineer/

Commander Works Engineer then Engineer-in-Charge, if satisfied about the

genuineness of the requirement may return the original vouchers/ invoices to the

contractor. However, photo copy of each such vouchers/ invoice shall be retained by

Engineer-in-Charge.

27. GUARANTEE AND MAINTENANCE

27.1 The equipment installed (after satisfactory completion of all test specified in the

contract document and taking over) shall be deemed to be guaranteed by the

contractor for efficient performance for twelve months from the certified date of

completion of work. In case of any fault arising during this period, the contractor will

do the rectification/replace the defective parts as the case may be at his own

expense. A fresh guarantee for further period of 12 months from the date of

rectification/replacement of such items shall be furnished by the contractor. The

defects liability period referred to in condition 46 of IAFW -2249 (General Condition of

contract) for purpose of this contract, shall be deemed to be this period covered by

guarantee given by the contractor.

27.2 The contractor shall also obtain manufacturer’s guarantee/warrantee duly authenticated and produce the proof of the same to Engineer-in-Charge for his record. The liability to replace the items within guarantee/warrantee period shall entirely be rest upon contractor. On detection of faults within guarantee/warrantee period the contractor shall be replace the items within guarantee/warrantee period of manufacturer’s without any extra cost.

28. DISMANTLING/ DEMOLITION/ TAKING DOWN

28.1 The work of dismantling/ demolition/ taking down shall be done carefully and in a

workman like manner. Any damage done by contractor or his workmen to existing

sanitary fittings/ water supply fittings/ electrical fittings etc in the building while

working shall be made good by him at his own expense.

28.2 All the materials retrieved from demolition/ dismantling/ taking down shall become

the Government property except those listed in Credit Schedule. The rates inserted

by the MES or quoted by the contractor (whichever is more) shall be deemed to

include removal or disposal of all waste materials from site of work and site shall be

left clean and tidy to the entire satisfaction of Engineer-in-Charge.

Page 57: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial page No 133

PARTICULAR SPECIFICATIONS (CONTD……)

29. VISIT TO WORK SITE

29.1 The above work is situated in “RESTRICTED AREA”.

29.2 The Tenderer shall visit the work site with prior appointment with AGE E/M of GE

(AF) Phalodi on any working days during working hours to ascertain the nature of

work/site condition under which work to be executed etc before submitting his

tender and it will be deemed that the tenderer has inspected the work site or not and

no claim in this respect will be entertained at a later date.

(Signature of Contractor) AGE (Contracts)

Dated: _________________ For Accepting Officer

Page 58: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 134

PROBABLE SOURCES OF MATERIALS : PHALODI

SOURCE OF MATERIALS

Sl No

Name of Materials Sources of materials for works at station*

1 2 3

1.

Coarse aggregate for all RCC and PCC works.

Phalodi/Kho/Khirwa

2. Fine aggregate (Sand) for Masonry Kolyat/Binawas

3. Coarse sand, sand for all RCC and PCC works Kolyat/Binawas

4. Sand for mortar in stone masonry, PCC masonry, plastering and pointing, seal coat and sand cushion

Kolyat/Binawas

5. Stone for stone masonry. Soling , Hard core and WBM Balesar/Fidusar

6. Lime Jodhpur /Gotan

7. Chipping for premixed carpet Phalodi/Kho/Khirwa

8. Stone for kerbs, road edging and stone slab for cable protection cover.

Balesar

*Sources indicated are for guidance only.

NOTES :-

1. Sources of materials shall be as above or in the vicinity thereof. The tenderer shall ascertain the actual position/exact location of source before submitting his tender and no additional payment shall be made on account of misunderstanding of its distance from site of works. Contractor may bring material conforming to contract specifications from other sources without any price adjustment after obtaining written approval of GE.

2. The tenderer shall amongst other things also ascertain all information such as royalties, taxes duties and other charges etc, on the materials and no additional payment shall be made on account of the foregoing.

3. However, if due to any ban imposed by the state Govt authority on obtaining the materials from the sources specified above and or specified materials is not available at the sources mentioned above these materials conforming to specifications as given in particular specifications will be procured from any other place/source after getting the same approved from GE in writing and without any extra cost to Govt.

(Signature of Contractor) AGE (Contracts) Dated: _________________ For Accepting Officer

Page 59: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 135

APPENDIX `A' TO PARTICULAR SPECIFICATIONS

MATERIALS AND THEIR TESTS

Ser.

No.

Materials Tests Method of

Testing Frequency of Tests

Level

of Tests

Rate

per Test in

Rs.

Remarks

1 2 3 4 5 6 7 8

1 Bricks (i) Compressive Strength.

(ii) Water Absorption.

(iii) Efflorescence

IS :3495

(Part-II)

-do-

IS-3495

(Part-I)

As per IS : 5454 as given under :- `A' 180/- Checks for visual

and dimensional

characteristics

shall also be carried out as

per IS : 5454

Lot size Sample size Permissible No.

of

defective bricks.

1001 to 5 0

10000

`A' 150/-

10001 to 10 0

35000

`A' 180/-

35001 to 15 1

50000

2 Coarse

aggregate

(i) Sieve analysis IS :2386

(Part-I)

One test for every 16 Cu.m of aggregate

or part thereof brought to site.

`A’ 120/- LEGEND A - SITE LAB B - ZONAL LAB (CTL Jaipur)

C - NATIONAL TEST HOUSE/SEMT Wing Pune/ Engg College.

(ii) Flakiness Index

-do- -do- `A' 90/-

(iii) Estimation of

deleterious materials

IS-2386

(Part-I)

One test for every 100 Cu.m of

aggregate or part thereof brought to

site.

`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/-

(vii) Abrasion value and

impact value

IS : 2386

(Part - IV)

One test for 16 cum of aggregate or part

thereof.

`B' 180/-

Page 60: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 136

APPENDIX `A' TO PARTICULAR SPECIFICATIONS (CONTD…..)

MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

3 Fine Aggregate (i) Sieve Analysis IS : 2386

(Part - I)

One test for every 15 Cu.m of fine

aggregate or part when brought to site

`A' 180/-

(ii) Test for clay, silt and

impurities

-do-(Part-II) -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 two

tests/day when being used

`A' 180/-

(v) Test for organic

impurities

-do-

(Part-II)

One test for each source of supply

`C' 180/-

4 Cement (i) Setting time IS : 4031 - 63 affirmed

1980

Once for each consignment or as and when required

`B' 180/-

(ii) Soundness

-do- -do- `B' 120/-

(iii) Compressive strength

-do- -do- `B' 360/-

(iv) Fineness -do- -do- `B' 120/-

(v) Consistency Test -do-

-do-

`C' 140/

5 Structural

Concrete (M-15

Grade & above).

(i) Slump test or

compacting factor test or

vee-bee time

IS : 1199 The minium frequency of sampling of

concrete of each grade shall be as under:-

`A’ 180/- Random sampling

shall be carried out

to cover all mix

units.

Qty of Concrete in the work No. of

Samples

(ii) Compressive Strength IS : 516 1-5 cum 1

6-15 cum 2

16-30 cum 3

31-50 cum 4

51 cum & above 4+1 for each addnl

50

cum or part there of

`A’ 120/- As per IS:456 clause

14 for frequency of

sample

Page 61: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 137

APPENDIX `A' TO PARTICULAR SPECIFICATIONS (CONTD…..)

MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

6 (a) PCC block

for walling

(Hollow block)

(i) Compressive strength IS : 2156-

1984

(Appx`B’)

8 block out of 14 `A’ 60/- Sample: 14 blocks

from consignment

of every 5000 blocks or part

thereof.

(ii) Water absorption

-do-

(Appx ‘E’)

3 block out of 14 `B’ 120/-

(iii) Density -do-

(Appx`A’)

3 blocks out of 14

`B’ 90/-

(b) PCC solid

block for

walling

(i) Compressive strength IS : 2185 12 blocks out of 18 `A’ 60/- Sample: 18 blocks

from consignment

of every 1000

blocks or part

thereof. These blocks to be

checked for

dimension and

weight.

(ii) Water absorption -do- 3 block out of 18 `B’ 120/-

(iii) Density -do- 3 blocks out of 18 `B’

120/-

7 Cement Flooring tiles/

Terrazzo tiles

(i) Water absorption

IS : 1237 (Appx`D’)

6 tiles out of 18 `B’

180/- Sample of 18 tiles from each source of

supply selected at

random. (ii) Wet transverse

strength

IS : 1237

(Appx`E’)

6 tiles out of 18 `B’ 144/-

(iii) Resistance to wear IS : 1237 (Appx`F’)

6 tiles out of 18 `C’ 540/-

Page 62: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 138

APPENDIX `A' TO PARTICULAR SPECIFICATIONS (CONTD…..)

MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

8 Burnt clay roofing tiles

(Hand made) as

per IS:2690

(Part-II)

(i) Water absorption

IS : 3495 (Part-II)

6 tiles out of 12 `B’ 216/- Sample of 12 tiles from each source of

supply selected at

random

(ii) Compressive strength -do-

(Part-I)

6 tiles out of 12 `A’ 180/-

Length : 150-250 mm

Width : 100-200 mm

Thickness : 35-50 mm

9 Mangalore Pattern roofing

tiles

(i) Water absorption

IS : 654 (Appx`A’)

6 tiles out of 32 `B’ 180/- Sample of 32 tiles from each consign-

ment of 3000 tiles

or part thereof.

These tiles shall be

checked for dimension.

(ii) Breaking Load -do-

(Appx`C’)

6 tiles out of 32 `B’ 120/-

10 Timber (i) Specific gravity and

weight

IS:1708 Minimum 3 samples from a lot of 4

Cu.m or 250 pieces of seasoned timber

`B’ 120/-

(ii) Moisture content

-do- -do- `A’ 120/-

11 Water for

construction

purposes

(i) Test for Acidity IS:456 and

3015

Once at the stage of approval of source

of water.

`B’ 240/- Also refer clause

4.3 of IS-456 and

its subsequent sub

clauses regarding

suitability of water

(ii) Test for Alkalinity -do- -do- `B’ 240/-

(iii) Test for solid

contents

-do- -do- `C’ 300/-

Page 63: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 139

APPENDIX `A' TO PARTICULAR SPECIFICATIONS (CONTD…..)

MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

12 Welding of steel

work

Visual inspection test IS-822

clause 7.1

100% by visual inspection Work

site

360/- Specialised tests

their method &

frequency to be decided on

consideration of

their importance by

the Accepting

Officer.

13 Timber panelled

and glazed

door/ window

shutters

including factory made

shutters.

(a) Dimensions, sizes,

workmanship and finish.

IS: 1003-

(Part-I)

Frequency of sampling form each lot

shall be as under :-

Lot Size Sample

Size

`A’ 180/-

26 to 50 5

51 to 100 8

101 to 150 13

151 to 300 20

301 to 500 32 501 to 1000 50

1001 and above 80

(b) Strength Test

(i) Slamming IS:1303

(ii) Impact indentation -do- From each lot 5% of the factory made shutters shall be tested for strength

tests.

Manufacturer

(iii) Shock resistance -do-

(iv) Edge loading.

(v) Moisture Content

(vi) ASCU treatment.

(vii) Gluing of joints

-do-

-do-

-do-

-do-

Page 64: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 140

APPENDIX `A' TO PARTICULAR SPECIFICATIONS (CONTD…..) MATERIALS AND THEIR TESTS

1 2 3 4 5 6 7 8

14 Plywood

(IS:303)

(a) Moisture Content IS:1734

(Part-I)

Six test pieces cut from each of the

boards selected as per table I shall be

subjected to tests.

`C’ 240/- Sampling shall be

as per IS-7835

tables.

15 Veneered Particle Board

(Medium

density)

IS:3097

(a) Density IS:2360 (Part-III)

Three test specimens from each sample (size 150 mm x 75 mm).

`C’ 60/- Sampling shall be as per IS:3487 with

moisture meter .

(b) Moisture content -do- -do- `A’ &

`B

60/-

(c ) Water absorption -do-(Part-

16)

-do- but sample size 300 mm x 300 mm `A’ 60/-

(d) Swelling due to

surface absorption

-do-(Part-

17)

-do- but sample size 125 mm x 100 mm `A’ 60/-

(e) Swelling in Water -do- -do- but sample size 200 mm x 100 mm `A’ 60/-

(f) Modulus of rupture -do-(Part-4) Three test specimens as per IS:2380 `B’ 90/-

(g) Screw withdrawl

strength

-do-(Part-4) -do- as per IS:2385 `C’ 120/-

Signature of Contractor AGE (Contracts)

Dated: _________________ For Accepting Officer

Page 65: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 141

Appendix ‘B’ CEMENT SUPPLY/ACCEPTANCE REGISTER

1. CA No. & Name of work.

2. Control No *

3. Name of Manufacturer/Brand Name/Gde of Cement (a) Manufacture_______(b) Brand_____(c) Grade

4. Qty of cement & lot No/Week No ( in Bags): (Qty________(b) Lot No/Week No._____

5. Manufacturer’s test Certificate No.______ 6. Randon Test Details (a) Physical test report from_________ vide their letter No.__________________________

Name of approved Lab/Engg College)

(b) Chemical test report from_________ vide their letter No.__________________________

Name of approved Lab/Engg College

7. Details of Physical & Chemical properties

Srl No

Details Physical requirements ( As per IS 4031) Chemical requirements (As per IS-4032)

Specific

su

rface a

rea

(M²/

Kg)

Sou

ndn

ess b

y L

e

ch

ate

llear

Sou

ndn

ess b

y A

uto

Cla

ve

Init

ial sett

ing T

ime

(Min

ute

s)

Fin

al sett

ing t

ime

(Min

ute

s)

Compressive Strengths(MPa)

Tem

p d

uri

ng t

esti

ng °

C

Sta

ndard

Con

sis

ten

cy(%

)

Lim

e s

atu

rati

on

facto

r

(Rati

o)

Alu

min

a I

ron

Rati

o

(Rati

o)

Insolu

ble

resid

ue (%

)

Magn

esiu

m(%

)

Su

lph

uri

c A

nh

ydri

de(%

)

Loss o

n ign

itio

n(%

)

Alk

alies (%

)

Ch

lori

des(%

)

03 D

ays(M

pa)

07 D

ays(M

pa)

28 D

ays(M

pa)

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19

1 AS per relevant

IS

2 As per

manufacture’s

test certificate

3 As per random test certificate

Remarks with Signature Accepted/Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE

*To be allotted serially by GE consignment wise.

Page 66: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 142

APPENDIX ‘C’

(Refer to Para 7 of E-in-C’s Branch letter No

3044/Steel/1777/E2 Des-3 dt 10 Jul 2012

STEEL SUPPLY & ACCEPTANCE REGISTER

------NIL------- (Signature of Contractor) AGE (Contracts) Dated: _________________ For Accepting Officer

Page 67: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 143

Appendix ‘D’

LIST OF MAKES/MANUFACTURERS OF EQUIPMENTS/MATERIALS

SER NO

MATERIAL NAME OF MANUFACTURERS/BRAND NAME

1. FLEXIBLE WIRES & CABLES (PVC) UPTO 1100 VOLTS (IS-694-2010) (IS MARKED)

(i) (ii) (iii) (iv) (v) (vi) (vii) (viii)

Polycab wires Pvt Ltd (Polycab) Anchor Havells HPL Wipro RPG cables Bonton Cables India Pvt Ltd (BONTON) Bentec India Limited (BENTEC/BENLO)

2. PVC Conduits (Rigid) (i) (ii) (iii) (iv)

Prince Plaza AKG Polycab

3. UG LT XLPE, PVC INSULATED ALUMINUM CONDUCTOR FOR 1100 VOLTS

(i) (ii) (iii) (iv) (v)

UNIVERSAL RPG CABLES LTD, THANE HAVELLS INDIA LTD, ALWAR PLAZA CABLES POLYCAB

4. LT circuit break, MCCB, RCCB, RCBOs, MCB, DB, ELCB, ISOLATER

(i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x) (xi) (xii)

Schneider HPL Havells India Ltd (Standard Division) Legrand English Elect Schneider ABB L & T Simens Bentec India Limited (BENTEC/BENLO) C & S Indoasian Siemens

5. LED STREET LIGHT FITTING

(i) (ii) (iii) (iv) (v) (vi) (vii)

Syska LED Lights Pvt Ltd (SYSKA) Crompton Greaves Ltd Polycab wires Pvt Ltd (POLYCAB) Havells Shakti Fixtures Pvt Ltd (Shakti) C & S Electric Limited Sangwan Energy System Pvt Ltd

6. LED BULBS & LAMPS (i) (ii) (iii)

(iv) (v) (vi) (vii) (viii) (ix) (x)

Wipro CG Bajaj

Osram GE Havells SURYA Syska LED Lights Pvt Ltd (SYSKA) C & S Electric Limited Sangwan Energy System Pvt Ltd

Page 68: CA NO: GE (AF) PHALODI/ OF 2018-19 Srl Page No : 01 · technical representative for discussion on tender/drawings and to clarify doubts, if any, on ... GE (AF) PHALODI/ OF 2018-19

CA NO: GE (AF) PHALODI/ OF 2018-19 Serial Page No. 144

Appendix ‘D’ (Contd...)

SER NO

MATERIAL NAME OF MANUFACTURERS/BRAND NAME

7. Steel tube, GI PIPES & FITTINGS

(i) (ii) (iii) (iv) (v) (vi)

TATA Jindal Surya Prakash Zenith Indian Tubes Co. Swastik

8. SYNTHETIC ENAMEL PAINT

(i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix)

BERGER PAINTS JENSON & NICHOLSON NEROLAC PAINTS SHALIMAR PAINTS ASIAN PAINTS ICI PAINT JOTUN DULUX GODAWARI PAINTS PVT LTD

(Signature of Contractor) AGE (Contracts)

Dated: _________________ For Accepting Officer