common pages.doc · web viewthe word “only” shall be added immediately after the last word of...

Click here to load reader

Upload: trinhdat

Post on 19-Mar-2018

221 views

Category:

Documents


6 download

TRANSCRIPT

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

MILITARY ENGINEER SERVICES

Name of work : ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONTENTS

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

Sl NoPARTICULARS

SERIAL PAGE Nos.

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

1.Contents

1

2.Forwarding letter

2 to 3

3Instruction for filling and submission of tenders

4 to 5

4Notice of tender IAFW-2162 (Revised 1960)

5 to 6

including Appendix A to Notice of tender

5.Item rate tender and contract for works required

9 to

under IAFW-1779-A(Revised)-1955

6.General conditions of contracts IAFW-2249 (1989 Print)

to

together with amendments and errata there to and

Schedule of minimum wages.

7.Special conditions

to

8.Particular specifications including Appendices/

to

annexure there to

9.Errata and amendments to tender documents

10.Relevant correspondence

11.Acceptance letter

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

Total pages

Nos.

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

Number of drawings :

AEE (QS &C)

SIGNATURE OF CONTRACTOR

AGE (Contracts)

Dated :

FOR ACCEPTING OFFICER

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No. 4

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF TENDER

DOCUMENTS TO BE COMPILED WITH BY THE CONTRACTOR

1.1 All the entries shall be neat, legible and correct. Both rates and amount shall be written in figures as well as in words.

1.2 The tenderer will not make any correction using correcting fluid specifically on his quoted rates percentages in figures and words on tender documents. If any correction, specifically in rates/percentages to be quoted by tenderer, is required shall be done by neatly scoring off the incorrect entry and rewrite the correct entry with ink, a fresh, without overwriting duly initialed / signed. Any tenderers quoted tender carrying corrections with correcting fluid shall stand rejected.

1.3 As far as possible same pen and ink should be used throughout in filling up the tender documents.

1.4 All pages of tender documents and all drawings shall be signed/initialed dated and witnessed in all the places provided for in the tender documents.

1.5 Tender shall be signed and duly witnessed before despatch.

1.6 Wherever tenderer is required to quote the rate both in figures and words, he shall ensure that there is no discrepancy between figures and words. The word only shall be added immediately after the last word of rate / amount / percentage mentioned in words.

1.7 Tender document shall be sealed properly in a cloth envelope. Drawings shall be returned in a separate cover. The name of the work for which the tender is submitted indicating the due date and address of the Accepting Officer is to be written on the envelope.

1.8 Tender should be deposited in the tender box (on or before the due date and time specified) kept by the Administrative Officer of the office receiving the tender documents who should be contacted sufficiently in advance on account of security restrictions in entering into the office area.

2.TENDERS SUBMITTED BY THE PARTNERSHIP FIRM

If a tender is submitted on behalf of a firm, it must be signed either by all the partners or the person holding valid power of attorney from all the partners constituting the firm. The tender shall be accompanied valid power of Attorney duly executed in his favour by such other person(s)/or by all the partners stating specifically that he has the authority to bind such other person(s) or the firm as the case may be in all matters pertaining to the contract including the arbitration clause. The power of attorney shall be executed as indicated below :

a)In case of proprietor ship concern, an affidavit shall be submitted by the signatory to the tender documents that he is the sole proprietor of the firm.

b)In case of partner ship concern, the power of attorney shall be executed by all the partners.

c)In case of a company, the power of attorney shall be executed in accordance with the constitution of the company.

3.Facilities for execution of bank guarantee for following purposes are available for the contractors as details below :-

Contd.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No. 5

(a)Individual Security Deposit (ISD)/Additional Security Deposit (ASD) for individual work as applicable covering contract period and defects liability period of one year thereafter.

(b) Retention money for payment of running accounts.

4.(a)Tenderer 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 literatures on the subject are widely available which the tenderer may make use of.

(b)The tenderers attention is drawn to special condition of the tender documents regarding preparation of the detailed net work 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 in using the technique will be taken as his technical inefficiency and will effect his class of enlistment and future prospects of receiving in invitations of tender for work.

5.(a)Tenderer will not make of his own, any alteration in the tender documents issued to him by the department. In this connection tenderers special attention is drawn to Para 10 of Appendix A to Notice of tender. It is expressly brought to notice of tenderer that if he makes any alteration in the tender documents and his tender is accepted by the Accepting Officer, the alteration(s) made by the tenderer shall be deemed to have become null and void and the original provision in the tender documents as originally made by department or amended subsequently through amendment to tender documents issued by department shall hold good and contractor will not have any claim on this account.

(b)The department may issue errata/amendments to tender documents before due date of submission of tender. The tenderer is required to read the tender documents in conjunction with the amendment, if any, issued by the department. The tenderer is not supposed to incorporate the errata/amendment in the body of the tender document either in ink or in pencil.

(c)In view of the above, it is agreed by both the parties, viz. The tenderer and the department, that insertion of amendment, if any, made by the tenderer at his own in tender shall be treated as cancelled and the errata/amendments issued by the department shall hold good.

6.In view of the postal and other delays, it is suggested that tender be sent by a special messenger, if necessary, or posted sufficiently in advance of the date and time fixed for receipt of tenders. Tender received after the specified date and time will not be considered for acceptance under any circumstances. Telegraphic / Fax offers will not be considered even if they are received in time.

7.Conditional tender shall be treated as non-bonafide and is liable to be rejected.

8.The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty. Attention of contractor is also drawn to condition 24 and 25 of IAFW-2249 (General condition of contract)

9.These instructions shall form part of tender and shall be signed and returned along with the tender documents.

AEE (QS &C)

SIGNATURE OF CONTRACTOR

AGE (Contracts)

Dated :

FOR ACCEPTING OFFICER

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No. 6

NOTICE OF TENDER

IAFW-2162 (REVISED 1960)

1. Normally contractor whose names are on the MES approved list of the area in which the work lies and within whose financial category the amount would fall, may tender. In cases where the tender amount is in excess of the financial category, whether or not the estimated amount was within the financial category of the contractor, the Accepting Officer reserves the right to issue/accept the tender in which event the tenderer would be required to lodge Additional Security Deposit as noticed by the Accepting Officer in terms of conditions of contracts.

2. Contractors whose names are on the MES approved list of any MES formation and who have deposited standing security bond may also tender without depositing Earnest Money alongwith the tender and if the Accepting Officer proposes to accept the tender, such tenderers would be required to deposit Security Deposit equal to the amount as indicated in para 5 sub para (i) below, before acceptance of the tender. Not more than one tender shall be submitted by one contractor or one firm of contractors.

3.Under no circumstances will father and his son(s) or other close relatives who have business dealings with one another be allowed to tender for the same contract as separate competitors. A breach of this condition will render the tenders of both parties liable for rejection.

4.The GARRISON ENGINEER (I) (AF) OJHAR will be the Accepting Officer hereinafter referred to as such for purpose of this contract.

5.EARNEST MONEY AND SECURITY DEPOSIT

(i)The appropriate standing security amount for this work shall be as deposited by contractors as Notified in Appendix A to Notice of Tender.

(ii)In case of contractor who has not executed the standing security bond, the tender shall be accompanied by Earnest Money as notified in the Notice of Tender in the form of a deposit at call receipt issued in favour of Garrison Engineer by a Scheduled Bank or in receipted treasury challan, amount being credited to the revenue account of the concerned Garrison Engineer notified in Notice of Tender.

(iii)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 formations and who has deposited standing security and executed standing security bond may tender without depositing earnest money alongwith the tender, but if the Accepting Officer decides to accept the same, such tenderer shall lodge security deposit equal to the amount as indicated in sub para (i) of Para 5 above with the Controller of Defence Accounts, concerned in the prescribed form before acceptance of the tender.

(iv)A contractor who has executed the standing security bond but not for the appropriate category as mentioned above shall lodge with the Accepting Officer, additional security deposit as notified by Accepting Officer within 30 days of the receipt by him of notification of acceptance of his tender, failing which this sum will be recovered from the first RAR payment. However, in case where any payment is made to the contractor within thirty days of the receipt by him of notification of acceptance of tender, the amount of additional security deposit shall be recovered from such payment.

(v)The GE will return the Earnest Money wherever applicable to all unsuccessful tenderers by endorsing an authority on the deposit receipt for its refund on production by the tenderer a certificate from the Accepting Officer that a bonafide tender(vide condition 10 below) was received and all documents were returned.

Contd/.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No. 7

NOTICE OF TENDER (Contd)

NOTE: Invitation for application for issue of tender does not constitute any guarantee for Issue of tender to applicant, even to enlisted contractors of appropriate class, issue of tender will be decided by the Accepting Officer based on past track records, financial position and experience of similar works of the applicant contractor. The decision of the Accepting Officer for issue of tender or otherwise to the applicant contractor shall be final and the applicant contractor will not be entitled for any compensation for rejection of his application.

(vi)The GE will either return the Earnest Money to the successful tenderer by endorsing an authority on the deposit 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.(a)Copies of drawings and other documents pertains to the work (signed for the purpose of identification by the Accepting officer or his accredited representative) and samples of materials and stores to be supplied by the contractor will be opened for inspection by the tenderers as stipulated in the special condition at the concerned offices of GE mentioned in Notice of Tender during working hours.

(b)The tenderers are advised to visit the site by obtaining prior appointment of the GE giving sufficient time.

(c)Tenderers shall be deemed to have full knowledge of all relevant documents, samples, site etc whether he has inspected them or not.

7.Any tender which proposes any alterations to any of the conditions laid down or proposes any other conditions of any description whatsoever is liable to be rejected.

8.The submission of a tender by a tenderer implies that he has read this notice and the conditions of the contract and has made himself aware of the scope and specification of the work to be done and of conditions and rates at which stores, tools, plants etc to be issued to him and local conditions and other factors relevant to the execution of the work.

9.Tenderers must be in possession of a copy of the MES Standard Schedule of Rates 1991 Part I and MES Standard schedule of Rates 2004 Part II including errata and amendments thereto.

10.The Accepting Officer reserves the right to accept a tender submitted by a Public sector Undertaking giving a price preference over other tender(s) which may be lowest as are admissible under the Government Policy. No claim for any compensation or otherwise shall be admissible to such tenderer(s) whose tender(s) may be rejected on account of the said policy.

11.The Accepting Officer does not bind himself to accept the lowest or any tender or to give any reasons for not doing so.

12.This Notice of tender shall form part of the contract and shall be returned by tenderer duly signed alongwith tender documents.

AEE (QS &C)

SIGNATURE OF CONTRACTOR

AGE (Contracts)

Dated :

FOR ACCEPTING OFFICER

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

IN LIEU OF IAFW 2249 (1989 Print)

GENERAL CONDITION OF CONTRACT IAFW 2249 (1989 PRINT)

FOR MEASUREMENT CONTRACTS (IAFW 1779-A)

A copy of the MES GENERAL CONDITIONS OF CONTRACTS IAFW 2249 (1989 PRINT) with errata 1 to 20 and amendment No. 1 to 17 has been supplied to me/us, and is in my/our possession. I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree that I/We shall abide by the terms and conditions thereof, as modified else where in these tender documents.

It is hereby further agreed and declared by me/us, that the GENERAL CONDITIONS OF CONTRACTS IAFW 2249 (1989 PRINT) including conditions 70 there of pertaining to the settlement of disputes by Arbitration containing 33 pages (serial page No. to ) with errata 1 to 20 and amendment Nos. 1 to 16 (serial page No to ) form an integral part of the tender documents.

NOTE: In case of difference in interpretations due to wordings of English and Hindi version of the GENERAL CONDITIONS OF CONTRACTS IAFW 2249 (1989 PRINT), the English version will prevail.

AEE (QS &C)

AGE (Contracts)

SIGNATURE OF CONTRACTOR

FOR ACCEPTING OFFICER

Dated :

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

SCHEDULE OF MINIMUM FAIR WAGES

1. It is hereby agreed that the Schedule of Minimum Fair Wages as published by Government of India or Provincial Government Notification (Which is higher) issued upto, the date of submission of tenders shall form part of these tender documents.

2.My/Our signature hereunder amounts to me / we having read and understood the Provisions contained therein and I/we shall abide by the same and that aforesaid documents form part of this tender. I/We also hereby agreed that payment to labours shall be made as per minimum wages notified by State Govt or Central Govt, whichever is higher.

AEE (QS & C)

AGE (Contracts)

SIGNATURE OF CONTRACTOR

FOR ACCEPTING OFFICER

Dated :

NOTE :- Schedule of Minimum Fair Wages referred to above is available with for reference in the office of the Garrison Engineer (I) AF OJHAR.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

.

SPECIAL CONDITIONS

1. GENERAL

The following special conditions shall be read in conjunction with the General Conditions of Contracts, IAFW-2249 including Errata/Amendments there to. If any provision in these special conditions is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over.

2.INSPECTION OF SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS OWN INFORMATION

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 thereto. The Tenderers shall also make himself familiar with the working conditions, accessibility to site(s) of works, availability labour and materials and such other relevant conditions, which effect the execution, and the entire completion of the work. The Tenderers shall be deemed to have inspected the site(s) and made him-self familiar with the working conditions, whether he actually visit the site(s) or not.

3. SECURITY AND PASSES

3.1 Refer Conditions 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his representatives, servants and workman and verify their antecedent and loyality before employing them for the works. He shall ensure that no person of doubtful antecedent and nationality is, in any way, associated with work. If for reasons of technical collaboration or other considerations the employment of any foreign national is unavoidable, the contractor shall furnished full particulars to this effect to the Accepting Officer at the time of submission of his tender.

3.2 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 to the bonafide of such people.

3.3 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.

3.4 The contractor and his agent, 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 rules, observing specified timing etc. Nothing extra shall be admissible for any man hours etc lost on this account.

4. CONDITION FOR WORKING IN RESTRICTED AREA : All works lies in Restricted Area. The restrictions for entry to work site and conditions of working in restricted area shall be as under:-

(a)Entry and Exit : The contractor/his agents/representatives/workmen etc and his materials, carts, trucks or other means of transport etc will be allowed to enter through and leave from only such gate or gates and at such times as the Ge or authorities in charge of the restricted area may at their sole discretion permit to be used. Contractors authorised representative is required to be present at the places of entry and exit for purpose of identifying his carts, trucks, etc to the person in charge of the security of the restricted area.

(b)Identity of Workmen : -

(i)Every workman shall be in possession of an identity card. The identity card shall be issued after a thorough investigation of antecedents of the labours by the contractor and attested by Officer-in-Charge of the unit concerned in accordance with the standing rules and regulations of the unit. Contractor shall be responsible for conduct of his workmen, agents or representatives.

Contd/.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

.

SPECIAL CONDITIONS (Contd.)

(ii)Identity Card or Passes : The contractor, his agent and representatives are required individually to be in possession of an identity card or pass which will be examined by the security staff at the time of entry into or exit from the restricted area at any time or number of times inside restricted area.

(c)Search : Thorough search of all persons and transport shall be carried out at each gate and for as many times the gate is used for entry or exist and may also be carried out any number of times at the site within the restricted area.

(d)Working Hours : The units controlling restricted area, usually work during six days in a week and remain closed on the 7th day. The working hours available to the contractors labour and staff are however appreciately reduced because of the time of entry and exist during working hours. The exact working hours, working days and number of working days observed for these restricted area (s) where works are to be carried out shall be deemed to have been ascertained by contractor before submitting his tender. The tenderers attention is invited to the fact that number of working hours for a unit are prescribed in regulations and that they cannot be increased by the Garrison Engineer or authorities controlling the restricted area. The definition of working days as given under condition 1(t) of IAFW-2249 does not apply in case where the works are carried out in restricted area.

(e)Working on Holidays : 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 Garrison Engineer. The GE may at his sole discretion declare any day as holidays or non working day without assigning any reasons for such declaration.

(f)Fire Precautions :-

(i)The contractor, his agents, representatives, workmen etc shall strictly observe the order pertaining to fire precautions prevailing within the restricted area.

(ii)Motor transport vehicle, if allowed by the authorities to enter the restricted area must be fitted with the serviceable fire extinguisher.

(g)Female Searcher : It the contractor desires to employ female labour or works to be carried out inside the area of 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 tender, he shall be deemed to have allowed in his tender for pay and allowances etc for a female searcher (Class IV servant) calculated for the period female labourers during any month and females searcher(s) has/have to be employed in addition to the authorised strength of the factory, depot, part etc the salary and allowances paid to the additional female searchers shall be distributed on equitable basis between the contractors employing female labour taking into consideration the value and period of completion of their contracts. The GEs decision in regard to the amount payable on this account by any contractor shall be final and binding.

5.SAFETY PRECAUTIONS

5.1The contractor shall take every precaution to control traffic of road by keeping danger boards, necessary lighting arrangements, fencing etc and to avoid any damage. In case due to excavation or otherwise the road is to be blocked or other wise the road is to be packed, the contractor shall without any extra cost to the Govt, provide separate by pass and place danger board with red light in the night so that normal traffic will not be disturbed.

5.2 The contractor shall make any damage to the existing road building, good with the same specifications as existing without any extra cost to the Government. In the event of contractor not fully complying with the above provisions to the satisfaction of the GE, the GE may provide the same for which the expenses incurred shall be recovered from the contractor.

Contd/.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

.

SPECIAL CONDITIONS (Contd.)

6.TIME AND PROGRESS CHART

6.1 The Time & Progress Chart to be prepared as per Condition 11 of IAFW-2249 (General Conditions of Contracts) shall consist of detailed net work analysis and a time Schedule. The critical path net work will be drawn jointly by the Garrison Engineer and the contractor soon after acceptance of the tender. 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, firm calendar date Schedule will be prepared and submitted by the contractor to the Garrison Engineer who will approve it after due scrutiny. The Schedule will be submitted in four copies within two weeks from the date of handling over the site.

6.2 During the currency of the contract, the contractor is expected to adhere to the time schedule and his adherence will be a part of the contractors performance under this contract. During the execution of the work the contractor is expected to participate in the reviews and updating of the network undertaken by the GE. These reviews may be undertaken at the discretion of the GE either as a periodical appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation order or amendments. Any revision of the time schedule as result of the review will be submitted by the contractor to the GE within a week for his approval after due scrutiny.

6.3 The contractor shall adhere to the revised time schedule thereafter. In case of contractor disagreeing with the revised schedule, the same will be referred to the Accepting Officer whose decision shall be final, conclusive and binding. Garrison Engineers 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.

6.4 Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule within the broad framework of the accepted methods of working and safety. No additional payment will be made to the Contractor for any multiple shift work or other incentive methods contemplated by him in his work schedule, even though the time schedule is approved by the department.

7.SECURITY OF CLASSIFIED DOCUMENTS

7.1 Contractors special attention is drawn to condition 2-A and 3 of IAFW-2249 (General conditions of contract). The contractor shall not communicate any classified information regarding works whether to some contractor 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 receipt from the Engineer-in-Charge, in respect of having returned the classified document on as per conditions 3 of IAFW-2249 (General Conditions of Contract).

8.CONTRACTORS REPRESENTATIVES, AGENTS AND WORKMEN

The contractor shall employ only Indian National as his representative, servants and workmen after verifying their antecedents and loyalty. He shall ensure that no person of doubtful antecedents and Nationality is in any ways associated with the works. If for reasons of technical collaborate or consideration, the employment of any foreign national is unavoidable, the contractor shall furnish full particulars to this affect to the Accepting Officer at the time of submission of his tender. The GE shall order the contractor to cease to employ in connection with this contract any representative, agents, servants and workmen or employee whose continued employment in his opinion is undesirable. The contractor shall not be allowed any compensation on this account.

Contd/.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

SPECIAL CONDITIONS (Contd.)

9.MINIMUM WAGES PAYABLE

9.1 Refer condition 58 of IAFW-2249. The schedule of Minimum Fair Wages is not enclosed to these tender documents. The contractor shall not pay wages including all allowances lower than

Minimum Wages for labour as fixed by the Government of India/State Govt/Union Territory under Minimum Wages Act a contract labour (Abolition and Regulation Act) whichever is higher.

9.2.Contractors attention is also drawn amongst other things to the explanation to the schedule of minimum wages referred above.

9.3.The fair wages referred to in condition 58 of the IAFW-2249 will be deemed to be the same as the minimum wages payable as referred to above as upto date from time to time.

9.4.Schedule of minimum wages are not enclosed alongwith 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.

9.5.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.

10.ROYALTIES

10.1 Reference condition 14 of General conditions of contracts IAFW-2249. No quarries on Defence land are available. The rates quoted by contractor deemed to include any ray allies leviable by any Civil/ any other authorities. No claim on this account can be entertained by Government

11

LAND FOR TEMPORARY WORKSHOP, STORES ETC

11.1 Separate land will be allotted to the contractor for storage of materials, temporary workshop and offices for which he shall pay the nominal rent of Rs.1/- per year or part of year as mentioned in clause 24 of IAFW-2249. The land/open space available with in vicinity of site of work as directed by GE may also be used by the contractor for this purpose but free of charges.

11.2

The area so occupied shall be vacated by the certified date of completion and site of work shall be

cleared as stipulated in the condition 49 of IAFW-2249.

12

WATER : REFER TO CONDITION 31 OF IAFW-2249

12.1Water will be supplied by MES to the contractor at points shown on site plan from piped system and shall be paid by the contractor @ Rs 3.75 per Rs 1000/- worth of work done priced at contract rates. The contractor shall arrange at his own expense for storage of water and lifting pumping, carrying of conveying water to the site of work as required. In case water points are not marked on the site plan, the water shall be supplied at one point at decided by GE.

12.2.The supply of water may not be continuous. The contractor shall be deemed to have ascertained the hours of availability of water before submitting his tender. The MES do not guarantee the continuity of water supply and no compensation shall be allowed for intermittent or inadequate water supply and break down in the system. If the supply is not sufficient the contractor shall make his own arrangement to supplement the water supply at his own cost. For this purpose the contractor shall be allowed to install hand pumps at the site of work at places as directed by the Engineer-in-Charge without any charges from the contractor on this account. The contractor shall remove the hand pumps as and when asked to do so by Engineer-in-Charge or GE and in any case on completion of work. No compensation whatsoever shall be admissible to the contractor if the GE requires him to remove the pumps before completion of work.

13

COOPERATION WITH OTHER AGENCIES

13.1

The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmental workmen engaged by the government to carryout their part of the work, if any, under separate arrangements.

Contd/..

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

SPECIAL CONDITIONS (Contd.)

14ELECTRIC SUPPLY

14.1Electricity will be supplied by MES. The Contractor will be charged for electric energy consumed at the following rates :-

(i)At Nine rupees and twenty seven paise per unit for lighting,

(ii)At Nine rupees and twenty seven paise per unit for Power.

14.2Electric supply required for works shall be made available by the MES at the incoming terminal of the main switch marked on the layout plan. If point is not marked, the GE shall decide it. The main switch, KWH meter to register the electric energy supplied shall be provided and installed by MES. The contractor shall provide all necessary connection cables fittings etc from the main switch in order to ensure proper and suitable supply of electricity. Government will not guarantee continuity of supply and no compensation whatsoever shall be allowed for supply becoming intermittent or for breakdown in the system or any other reason whatsoever.

15RECORD OF CONSUMPTION OF CEMENT

15.1For the purpose of keeping the record of cement consumed in the works. The contractor shall maintain a pucca bound register with serially numbered pages initialed by the Eng-in-charge showing quality of cement received, used in the work and balanced at the end of each day. The register shall be signed daily by representative of MES and the contractor in token of verification of its correctness and will be checked by Engineer-in-Charge, at-least once a week and on the days cement is brought to site by the Contractor.

15.2 The aforesaid provision will not, however absolve the contractor of his responsibility to justify the consumption of cement at the time of finalisation of his account.

15.3 The register shall be kept at site in the safe custody of the contractors representative during the progress of the work and shall on demand, be produced for verification to the Inspecting Officer(s).

15.4 On completion of the work, the contractor shall deposit the cement register with the Engineer in charge for record with MES.

16. RETENTION MONEY/COMPENSATION FOR THE DELAY ETC

16.1For the purpose of calculating retention money under condition 64 of IAFW-2249 and compensation for delay in completion of work condition 50 of IAFW-2249, water recovery and trade tax and Income tax (at sources) etc. The value of contract as revised by above mentioned price variation under modified condition 63 of IAFW-2249 shall be taken into account.

17PERIOD FOR KEEPING THE TENDER OPEN

17.1The tender shall remain open for acceptance for a period of 60 (Sixty days) from the date on which the tenders are due to be submitted excluding the date of submission of tender.

18.DAMAGE TO EXISTING WORK

18.1 Any damage done to the existing structure during the execution of work, shall be made good by the contractor at his own cost and the site of work left clean & tidy on completion. Rectification or reinstatement, making good etc shall confirm to the standard of materials originally used in the work and finished work shall match with the existing work in all respects to entire satisfaction of GE. In case of any dispute on this account matter shall be referred to the next higher authority whose decision in this account shall be final and binding.

Contd/..

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

SPECIAL CONDITIONS (Contd.)

19.MATERIALS IN METRIC SIZES

19.1.If the materials (other than those issued under schedule B) are not available in metric sizes as given in SchA or specified or shown on drawings the contractor shall provide materials in equivalent sizes which should not be less than the metric size dimensions under any circumstances at no extra cost to the government.

20.ACCEPTANCE QUALITY OF WORK AND FINISHES

20.1.To determine the acceptable standard of workmanship, material/final finishes and layout of fittings etc, the GE shall order the contractor to construct some portion of work in advance within the time as decided by GE as a sample for further works.

21.Materials and samples

21.1Refer condition 10 of IAFW-2249 and clause 1.6 & 1.7 of MES schedule.

21.2.The materials and articles, which have been specified from certain makers/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.

21.3.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 manufacturered the same shall be ISI marked. For list of ISI marked manufacturers ref website of BIS i.e. www.bis.org.in.

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

21.4.Materisl of local origin shall be as specified and conforming to samples kept in GEs 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.

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

22.Proprietary/ Branded Material

22.1.Proprietary/branded material such as paint, chemicals for anti-termite treatment, bitumen, water proofing compound cement etc, quantity of which cannot be checked after incorporation in the work, shall when collected at site, be recorded in measurement book and signed both by the Engineer-in-Charge and the contractor as a check to ensure that the required quantity has been brought at site for incorporation in the work.

22.2.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.

22.3.The contractor shall obtain proprietary/branded materials from manufacturers or from manufacturers authorised stockist where such authorised stockiest have been appointed. The contractor shall, on demand, produce original receipted vouchers/invoices of supplies to the Garrison Engineer / EIC, to ensure that the contractor has actually brought the required quantity of the materials from the authorised dealers/manufacturers and also to find out the rates thereof. The original vouchers/invoices shall be defaced and stamped by Engineer-in-Charge, indicating contract number, name of work, under his dated signature. The contractor shall ensure that the materials are brought to site, in original sealed containers packing bearing manufacturers marking except in the case of the requirement of material(s) being less than the smallest packing.

Contd/..

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

SPECIAL CONDITIONS (Contd.)

23.Production of vouchers

23.1.Contractor shall produce all purchase vouchers/invoices from the manufacturers and/or their authorised agents for the full quantity of following materials / materials involved in schedule A to the Engineer-in-Charge, as applicable as a prerequisite before submitting claims for payment for advances on account of the work done and/or materials collected in accordance with condition 64

of General Conditions of contracts (IAFW-2249). The Engineer-in-Charge/Garrison Engineer will check the same before making RAR payment against these items. Production of purchase vouchers for these items is mandatory. The Garrison Engineer will not make payment against the items listed below in RARs unless the purchase vouchers for the same have been produced to him and verified by him :-

(a)Water proofing compound

(b) Chemicals for anti-termite treatment

(c) Paints

(d) CI pipes and fittings

(e) GI pipes and fittings

(f) Sanitary fittings

(g) Aluminum windows/ventilators

(h) Tarfelt/Bituminous

(i) Iron mongery

(j) SGSW pipes

(k) All proprietory articles

(l) Bitumen for road work

(m) Air blown grade bitumen for water proofing work

(n) Floor/wall tiles

(o) Factory made door shutters

(p) Electrical and water supply fittings/fixtures where names of manufacturers/brands are specified or approved

(q) Cables/wires

(r) Cement

(s) Steel etc..

23.2.The vouchers shall be endorsed, dated and signed by the Engineer-in-Charge giving the contract number and name of work for having verified the voucher/bill. A certified copy of each of such vouchers signed both by Engineer-in-Charge and the contractor shall be kept on record.

23.3.When the cost of each category of material is less than Rs. 1000/- production of voucher may not be insisted upon, if the Garrison Engineer is otherwise satisfied with the quantity of material brought by contractor.

24.HANDING OVER OF SITE

24.1Site 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 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.

25.Labour (Regulation & Abolition) Act

25.1.Contract labour (Regulation & Abolition) Act 1970 is applicable to MES contractors. Rates quoted by the tender 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.

25.2.Refer condition 58 of IAFW-2249. The Schedule of Minimum Wages as published vide Govt of India Notification as available on date of receipt of tender forms part of these tender documents. However, the contractor shall not pay wages lower than minimum wages for labour as fixed by the Govt, of India/State Govt/Union territory under Minimum Wages Act or contract labour (Abolition and Regulation Act), whichever is higher.

25.3.The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the same as the minimum wages payable as referred to above.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

SPECIAL CONDITIONS (Contd.)

25.4.The contractor shall have no claim whatsoever, if on account of local factors and /or regulations, he is required to pay the wages in excess of minimum wages as described above during the execution of work.

26.RELEASE OF ADDITIONAL SECURITY DEPOSIT

(a)Additional Security deposit when deposited by the contractor as per clause 22 of IAFW-2249 shall be released in two stages as under: -

(b) 50% 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 and/or the final bill being minus, the amount of the security deposit shall be adjusted against the claims due to Government and the balance, if any, will be released to the contractor.

(c) Balance 50% of the additional security deposit will be released to the contractor after the expiry of defect liability period as per condition 68 of IAFW-2249.

(d) 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.

(e) The above clause is not applicable for release of Earnest Money/Security Deposit deposited by a contractor who has not executed the Standing Security Bond with the department.

27.STACK MEASUREMENTS

27.1Refer Special Conditions 20.A.1.2 of MES Schedule Part II.

27.2Soling, Stone chipping for premixed carpet, etc. shall be stacked at suitable level places and their measurements recorded in measurement book and signed and dated by the MES representative and the contractor as a check to ensure that the required quantities have been brought at site for incorporation in the work. No deductions shall be made in the stack measurement for unevenness of ground.

27.3This provision, however, shall not absolve the contractor from providing more materials required to complete the work to the required specification and to repair potholes, cracks, etc. that may occur during rolling.

28.Sales Tax consequent Upon the constitution (Forty sixth amendment Act 82).

(a)Tendered rates shall be inclusive of all taxes, octroi and levies payable under the respective statute including Sales Tax imposed on transfer of the right to use any goods for any purpose, Act of State Government promulgated consequent to the 46th amendment to the constitution.

(b)Tenderer shall note that no separate amount is to be indicated for the above mentioned Sales Tax of State Government, in his tender. The element of this Sales Tax shall be included by the tenderer in his lump sum/unit price quoted.

(c)Any tender which proposes any alteration to the above condition and/or which proposes the element of Sales Tax separately over and above the quoted lump sum/unit price will be treated as conditional tender and is liable for rejection.

29.Cleaning down (Refer condition 49 of IAFW-2249)

29.1The contractor shall clean all floors, walls, remove cement, lime, paint marks/drops etc clean the joinery glass panes etc, touch up all painters work and carry out all other necessary items of work in connection therewith and leave the whole premises clean and tidy before handing over the building. No extra payment shall be claimed by the contractor for this operation.

Contd/..

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

SPECIAL CONDITIONS (Contd.)

30.OUT OF POCKET EXPENSES

30.1No out of pocket expenses incurred by the tender in submitting his tender, will be reimbursed whether his tender is accepted or not.

31. Testing of materials

31.1Refer condition 10 of IAFW-2249.

31.2All tests shall be got carried out by the contractor from the laboratories /testing agencies as approved by Garrison Engineer.

31.3The cost of materials, labour to be consumed in testing, transportation charges, testing charges and the like shall be borne by the Contractor. Testing mentioned herein constitutes quality control and quality assurance tests.

31.4The Contractor may however get the material tested from Zonal laboratory (Where available) for which testing charges shall be as enumerated in Annexure-I which shall be born by the contractor. In case of non-availability of facilities for such tests in the Zonal laboratory, the tests may be carried out in National Test House / SEMT Wing / Engineering Colleges.

31.5Site laboratory shall be established by the Contractor for quality control tests intended to be carried at site laboratory by the contractor. The Contractor shall be responsible for such tests to be carried out and for that they shall employ a competent technical representative as approved by the GE and all such tests shall be carried out in the presence of Engineer-in-Charge. All testing equipments installed in site laboratory must carry latest calibration certificate.

32.OFFICIAL SECRETS ACT

The contractor shall be bound by the Official Secret Act 1923.

33.CONTRACTOR PLANT / EQUIPMENT AT SITE

33.1 (a) The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his plants / equipment on the site of work stating the following particulars :-

(i) Particulars of plants / equipments, their make, manufacturers Model No. if any, Registration No if any, capacity, year of manufacture and year of purchase etc.

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

(iii)Location, indicating No, (Quantity) at each location on the site of work.

(iv)Purchase value on the date of purchase. For the purpose of the condition, plants

/ equipment, vehicle No, i.e of trucks and lorries but neither the workmans tools

nor any manually operated tools / equipment shall be given. 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.

34. LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION

34.1.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 :-

(i) The loss suffered by him on account of any damage or destruction of his plant / equipment (as defined in special Clause 35.1(a) above) or materials or any part or parts thereof. (The amount of loss assessed by the Accepting Officer of the contract shall be final and binding).

(ii)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 workmans legal successors for loss of the workmans life.

(iii) Payment of compensation for loss or damage to any work or part of work carried out (The amount of compensation shall be determined in accordance with condition 48 of General Conditions of Contractors IAFW-2249).

34.2No reimbursement shall be made nor shall any compensation be payable under the above provision unless the Contractor had taken Air Defence Precautions ordered in wiring by the GE / OC concerned or in the absence of such orders, reasonable precautions. No reimbursement shall be payable nor shall any compensation be payable for any plant / equipment or materials not lying on site of work at the time of enemy action.

Contd/..

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

SPECIAL CONDITIONS (Contd.)

35.STORAGE OF MATERIALS

35.1The contractor shall not be provided with storage accommodation at the site. The contractor shall make his own arrangement as per condition 10 of IAFW-2249 and as directed by the Engineer-in-Charge.

36.BANK GUARANTEE BOND

36.1In case the contractor desires to furnish Bank Guarantee in lieu of retention money/security deposit, the guarantee bond shall be executed as per specimen prescribed by the Govt of India, Min of Defence on non-judicial stamp papers of appropriate value from schedule Bank. In case of the BGB is executed from a non-schedule bank the same shall be supported with cover from Reserve Bank of India. Guarantee Bond shall come into force after the same is accepted by the Accepting Officer.

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

37.1The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including Salex Tax/VAT on materials, Sales Tax/VAT on Works contracts, Turnover Tax, 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, Royalities, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levies shall be made except as provided in sub para (b) here-in-below.

37.2.(a)The taxes which are levied by Govt at certain percentage rates of Contract Sum/amount shall be termed as taxes directly related to Contract value such as Sales Tax/VAT on Works Contracts, Turnover Tax, 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.

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

(c)The Contractor shall, for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspection of the same by a duly authorised representative of Govt, and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other informations as the GE may require.

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

AEE (QS & C)

SIGNATURE OF CONTRACTOR

AGE (Contracts)

Dated :

FOR ACCEPTING OFFICER

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

PARTICULAR SPECIFICATIONS (Contd.)

APPENDIX - ' C '

1.CEMENT

1.1GENERAL

Cement required for the work under the contract shall be procured, supplied and incorporated in the works by the contractor under his own arrangement. Cement shall be of tested quality and shall comply with the requirements mentioned in the drawings, SSR, IS specifications as amended and particular specifications given hereinafter.

1.1.1 TYPES OF CEMENT.

(i) Ordinary Portland cement. Grade 33 (IS : 269-1989).

(ii) Ordinary Portland cement. Grade 43 (IS : 8112-1989).

(iii) Ordinary Portland cement. Grade 53 (IS : 12269-1987).

(iv) Rapid Hardening Portland cement (IS : 12269-1987).

(v) Portland Pozzollana Cement (IS : 1489-1991).

(vi) High Allumina Cement (IS : 6452 1989).

(vii) Sulphate Resisting Portland Cement (IS : 12230 1988).

1.2Type of cement for the subject work shall be Ordinary Portland Cement grade 43 (Forty Three) in accordance with IS-8112, 1989 unless otherwise mentioned in structural drawings forming part of the tender documents.

1.2.1 In case of non availability of OPC in the market (Contractor to produce proof of non availability), the contractor can use PPC (Pozzolona Portland Cement) with prior permission from the Accepting Officer subject to price adjustment as decided by Accepting Officer and his decision shall be final & binding in that case PPC ((Pozzolona Portland Cement shall meet the strength criteria of 43 grade OPC (Ordinary Portland Cement) as laid down in IS-8112-1989. Mixing of OPC and PPC is not allowed.

1.3PROCUREMENT/SUPPLY OF CEMENT BY CONTRACTOR.

(a)PROCUREMENT.

The cement supplied by the contractor will be procured from main producers of cement. The particulars of the manufactures of cement alongwith the date of manufacturer shall be obtained from the contractor for every lot of cement separately. The documents in support of the purchase of cement shall be verified by the Engineer-in-Charge/GE. The cement shall be procured by the contractor from out of the manufacturers as given below.

(b)MANUFACTURES.

The following are the main producers of OPC & PPC.

(i) The Associated Cement Companies Ltd.

(ii) Grasims Industries Ltd.

(iii) Ultra Tech Cement.

(iv) The India Cement.

(v) Dalmia Cement

(vi) Andhra Cement Ltd

(vii) Century Cement

(viii) Saurashtra Cement

(ix) Binani Cement.

(x) Madras Cement

(xi) Mangalam Cement

(xii) Birla Corp Ltd

(xiii) Orient Cement

(xiv) Lafarge Cement.

(xv) Shree Cement

(xvi) JK Cement

(xvii) Laxmi Cement

(xviii) Jaypee Rewa Cement

(xix) Gujrat Ambuja Cement.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

PARTICULAR SPECIFICATIONS (Contd.)

Appendix - ' C ' (Contd..)

(c) Besides the above only OPC can be procured from the following producers also.

(i) J&K Cement Corporation Kathua, J&K.

(ii) Shiva Industries Kathua, J&K.

(iii) Star Cement, Meghalaya.

(d) While procuring PPC, the following requirement are to be ensured and certificate to be obtained from the manufacturer for each both of PPC procured :-

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

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

(iii) Dry fly ash is transported in closed containers and stored in soils only pneumatic pumping is used.

(iv)The fly ash is received from thermal power plant using high temperature combustion above 1000C.

(v)The fly ash content in PCC is not more than 25%.

(e)USE OF PPC (POZOLONA PORTLAND CEMENT).

PPC shall not be used for the following :-

(aa)In cold climate reason.

(ab)Over head reservoir

(ac)Under ground sump

(ad)Prestigious Building.

(ae)Building with spans 10 metre or more.

(af)PPC and OPC shall not be mixed.

1.3.1The contractor shall furnish the particulars of the manufacturer/ supplier of cement alongwith the date of manufacture to the Garrison Engineer for every lot of cement separately. The cement so brought shall be fresh & in no case older than 60 days from the date of manufacture. The document in support of purchases of cement shall be verified by the Garrison Engineer. Before placing the order for supply of cement by the contractor, he shall obtain written approval from the GE regarding name of manufacturer, quantity of cement etc. Cement shall be procured for minimum requirement of one month and not exceeding the requirement of the same for more than two months at a time. The cement shall be consumed in the work within three months after receipt. Cement shall conform to the requirement of Indian Standard Specification and each bag of cement shall bear relevant ISI mark. The weight of each consignment shall be verified by the GE and recorded. The content of cement shall be checked at random to verify the actual weight of cement per bag. However, the content of cement per bag shall be 50 Kg only subject to tolerance given in clause 9.2.1.1 and Annexure `B' of IS-8112, 1989.

1.4TESTING OF CEMENT

1.4.1The contractor shall submit the manufacturer's Test Certificate in original alongwith Test Sheet giving the result of each physical test as applicable and chemical composition of the cement in accordance with relevant IS provisions and the chemical composition of the cement or authenticated copy thereof duly signed by the manufacturer with each consignment, as per the following IS provisions :-

(a)Method of Sampling Hydraulic Cement as per IS-3535,1986.

(b)Method of Physical Tests for Hydraulic Cement as per IS-4031.

(c)Method of Chemical Analysis of Hydraulic Cement as per IS-4032,1985.

The test certificate and test sheet shall be furnished with each batch of manufacture. The Engineer-in-Charge shall record these details in the Cement Acceptance Register as given in Appendix A to be maintained by him which will be signed by Supdt B/R Gde I, Engineer-in-Charge, Garrison Engineer and the contractor as given in the format hereinafter for verification.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

PARTICULAR SPECIFICATIONS (Contd.)

Appendix - ' C ' (Contd..)

1.4.2.1 The contractor shall however, organise setting time and a compressive strength test of cement through designated laboratory on samples collected from the lot brought at site before incorporation in work. The contractor will be allowed to use the cement only after satisfactory compressive strength of seven days. to meet this requirement contractor is required to keep minimum 10 days stock before any new lot brought at site which can be used in the work. The contractor shall be required to remove the cement not meeting the requirement from the site within 24 hours. Seven days strength test will be relied upon to accept the lot of cement to commence the work. 28 days compressive strength test will be the final criteria to accept/reject the lot.

1.4.2.2 The GE shall carry out independent testing as per the tests mentioned in the `CEMENT SUPPLY/ ACCEPTANCE FORM' of random samples of cement drawn from various lots, if sample fails in 7 days compressive strength. The testing shall be carried out through NATIONAL TEST HOUSE, SEMT, CME, REGIONAL RESEARCH LABORATORIES, GOVT APPROVED LABORATORIES, ZONAL LABORATORIES as per test methods referred hereinbefore. The decision as to where the testing of cement is to be done shall be taken by GE. In case the cement is not of requisite standard despite manufacturer's test certificate, the contractor shall remove the total consignment from the site at his own cost after written rejection order of the consignment by the GE. The cost of test shall be borne by the contractor irrespective of the results of testing.

1.4.2.3 The random samples as per relevant IS shall be selected by GE before carrying out testing. The record of such samples selected by the GE for testing shall be properly maintained in the `Cement Testing Register' giving cross reference to relevant consignment of cement and quantity received etc.

1.4.3Cost of transportation of samples to the approved laboratory/test house and all testing charges including cost of sample shall be borne by the contractor.

1.4.4The contractor shall be required to set up adequate testing facilities at site to the entire satisfaction of Garrison Engineer for conducting Setting Time Test and Compressive Strength Test as per IS codes referred to hereinbefore for the samples collected from the lot brought at site. These tests shall be carried out within 7 days of receipt of cement at site. The tests can alternatively be carried out at the Zonal Laboratory so designated by GE.

1.4.5The contractor shall submit original purchase vouchers for the total quantity of cement supplied under each consignment to be incorporated in the works. All consignments received at the work site shall be inspected by the GE alongwith the relevant documents to ensure the requirements as mentioned hereinbefore, before acceptance. The original purchase vouchers & the Test Certificates shall be verified for subject contract and defaced by the Engineer-in-Charge and kept on record in the office of GE duly authenticated and with cross reference to the consignment/ control number recorded in the Cement Acceptance Register. The Cement Acceptance Register shall be signed by Supdt B/R Grade I, Engineer-in-Charge, GE and the Contractor. The contractor shall maintain schedule of supply of cement for each consignment.

1.4.6The Accepting Officer may order a Board of Officers for random check of cement and verification of connected documents during the currency of contract.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

PARTICULAR SPECIFICATIONS (Contd.)

Appendix - ' C ' (Contd..)

1.5STORAGE/ ACCOUNTING/ PRESERVATION OF CEMENT

1.5.1Cement shall be stored in covered godown over dry platform at least 20cm high in such a manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of store rooms, the stack should be at least 20cm away from floors and walls. The stacking of cement shall be done as specified in relevant IS. The storage, accounting and preservation of cement supplied by the contractor shall be done as per standard engineer practice till the same is incorporated in the work and the cost of the same is deemed to be included in the unit rate/amount quoted by the tenderer. The EIC shall inspect once a day to verify that cement lying at site is stored, accounted, preserved and maintained as per the norms. The cement shall be stored so as to differentiate each tested and untested consignment separately with distinct identification. If the GE is not satisfied with the storage/ preservation of cement, he may order for any test(s) of cement as applicable for that consignment to ensure its conformity to the quality mentioned in the manufacturer's test certificate. The contractor shall bear the cost of necessary testing(s) in this regard and no claim whatsoever shall be entertained.

1.5.2Stacking of cement shall be done as per relevant IS and as under:-

(a)Each cement consignment shall be stacked separately and removal shall be made on the basis of `First in First out'.

(b)Adequate top cover will be provided.

(c)Stacks in no case shall be higher than 10 bags. The maximum width of each stack shall be 3.00m. If the stack is to be more than 7 or 8 bags high, the bags shall be arranged in header and stretcher fashion, alternatively lengthwise and crosswise so as to tie the piles together and avoid danger of topping over.

(d)Adequate space shall be kept between two stacks.

1.5.3Cement godown shall be provided with two locks on each door. The key of one lock at each door shall remain with the EIC or his representative and that of the other lock with the contractor's authorised agent at site of works so that cement is removed from the godown only according to daily requirement with the knowledge of both the parties. During the period of storage, if any cement bag(s) found to be in damaged condition due to whatsoever reason, the same shall be removed from the cement godown on written orders of the GE and suitable replacement for the cement bag(s) so removed shall be made and no claim whatsoever shall be admissible on this account.

1.5.4Cement shall be removed from the store only according to daily requirement with the knowledge of both the parties and daily consumption of cement shall be recorded in cement consumption register which shall be signed by the Engineer-in-Charge & the contractor. Cement constants given in Appendix `A' to E-in-C's branch letter No.19280/E8 dated 03 May

1976 shall form the basis of consumption of cement for various items of works unless indicated otherwise.

1.5.5In case of consumption of cement as per cement consumption register is found to be more than the estimated quantity of cement due to whatsoever reason, the contractor shall not have any claim whatsoever for such excess consumption of cement.

1.6SCHEDULE OF SUPPLY

The contractor shall procure the cement timely as required in accordance with CPM chart agreed between GE and the contractor. The contractor will forfeit his right to demand extension of time if the supply of cement gets delayed due to his failure in placing order in time to the manufacturer.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

PARTICULAR SPECIFICATIONS (Contd.)

Appendix - ' C ' (Contd..)

1.7DOCUMENTATION MEASUREMENT AND PAYMENT OF CEMENT

1.7.1The contractor shall submit original vouchers from the supplier for the total quantity of cement supplied under each consignment to be incorporated in the work, all consignment received at the work site shall be inspected by the GE alongwith relevant documents received at the work site. The original vouchers and the test certificate shall be defaced by the Engineer in Charge and kept on record in the office of GE duly authenticated with cross reference to the control number recorded in cement acceptance register. This register will be signed by the JE, Engineer in Charge, GE and Contractor.

1.7.2The accepting officer may order a Board of Officer for random check of cement and verification of connected documents. The entire quantity of cement shall also be suitably recorded in the Measurement Book for record purposes as `NOT TO BE ABSTRACTED' before incorporation in the work and shall be signed by the Engineer-in-Charge and the contractor.

1.7.3The payment shall only be allowed after production of original purchase voucher, certified copies of test certificates from manufacturer for each consignment and results of testing carried out in laboratory on receipt of cement (7 days compressive test) are found satisfactory after testing as specified hereinbefore. Cement shall be paid as material lying at site under Condition 64 of IAFW-2249. Rate of cement given in SSR shall be applicable for cement irrespective of grade of cement specified for use in the work.

1.8REQUIREMENT OF CEMENT LESS THAN 1200 BAGS

1.8.1If the total estimated requirement of cement for the entire work under this contract is less than 1200 Bags, the contractor can procure the cement from the authorised distributors/dealers of the approved firms. However, contractor will have to submit test certificate for the batch, issued by the producer.

1.8.2In the above case, the independent testing will be at the option/discretion of the GE, if the factory test certificates are produced by the contractor. In a particular case when the contractor does not produce the factory test certificate, the testing of cement by GE will be mandatory. However the testing will be restricted to IS 4031 (Methods of physical test for hydraulic cement) only.

1.8.3 The GE will ensure that cement accepted should not be more than two months old.

1.8.4The approval for procurement of cement from authorised distributors/dealers of approved firms shall be obtained by the contractor from GE before procuring the cement. The GE shall assess and decide whether or not the estimated requirement of cement is less than 1200 bags for the work. The decision of GE shall be final and binding and the contractor shall have no claim whatsoever, even if actual requirement of cement differs from the assessment made at initial stage.

AEE (QS & C)

SIGNATURE OF CONTRACTOR

AGE (Contracts)

Dated :

FOR ACCEPTING OFFICER

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

PARTICULAR SPECIFICATIONS (Contd.)

Appendix - ' C ' (Contd.)

CEMENT SUPPLY & ACCEPTANCE FORM

1. Contract No.

:

2. Name of work

:

3. Control No.

:

4. (a)Name of Manufacturer:

(b)Brand Name

:

(c)Grade of Cement

:

5.(a) Quantity of Cement (bags):

(b)Lot No. /Week No.

:

6. Manufacturers Test Certificates No. :

7. Random Test Details:

(a) Physical Test Report from (*) vide their letter No. :

(b) Chemical Test Report from (*) vide their letter No. :

* to be filled the name of approval Lab/Engg. College

8. Details of Physical & Chemical Proprieties

:

Physical Requirement (as per IS: 4031-1)

Chemical Requirements (as per IS: 4032)

Remarks

Specific Surface (M2/kg)

Soundness by Le Chatellar Expansion (%)

Soundness by Auto Clave Expansion

Initial Setting Time (Minutes)

Final Setting Minutes (Minutes)

Compressive Strength

Temperature during testing (0C)

Standard Consistency (%)

Lime Saturation Factor (Ratio)

Almina Lon Ratio (Ratio)

Insoluble Residue (%)

Magnesia (%)

Sulphuric Anhydride (%)

Loss Opn Ignition (%)

Alkales (%)

Chlorides (%)

03 Days (MPa)

07 Days (MPa)

28 Days (MPa)

As per relevant IS

As per Manufa-cturers certificate

As per random test certificate

Remarks with signature

Accepted/Rejected

Contractor

JE(Civil)Engineer-in-Charge

Garrison Engineer

Remarks of BOO/Inspecting Officer/CE:

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

APPENDIX

PARTICULAR SPECIFICATION (CONTD..)

STEEL AND IRON WORK

1.Following types of steel shall be used :

(a)Reinforcement steel High strength deformed steel bars produced by Thermo Mechanical Treatment Process (TMT steel bars of grades Fe 500 and Fe 550) meeting all other requirements of IS : 1786.

(b)Structural Steel :

(i)Standard Quality-Conforming to IS : 2062.

(ii)Ordinary Quality-Conforming to IS : 1977.

(c)Galvanized Steel Sheets (Plain & Corrugated) conforming to IS : 277

(d)Fabric Reinforcement for Concrete. Conforming to IS : 1566.

2.All steel shall be contractors supply. Following checks shall be carried out before the steel supplied by the contractor is accepted and is approved for incorporation in the works.

3.Materials

(a)The Galvanised Iron Sheets & Fabric Reinforcement for Concrete to be supplied by the contractors shall be ISI marked and shall be procured from Main manufactures.

(b)The Structural steel supplied by the Contractor will be procured from Main producers like SAIL, Rashtriya Ispat Nigam Ltd, IISCO, TISCO or Secondary producers who manufacture structural steel out of ISI marked billets and are having BIS Certification of ISI marking on their Products and approved by E-in-Cs branch.

(c)TMT steel supplied by the Contractor will be procured from Main producers of steel like TISCO, SAIL, Rashtriya Ispat Nigam Ltd, IISCO. Reinforcing Bars upto 16 mm dia and less can be procured from the Secondary producers having Thermex, Tempcore or EVCON Turbo process of manufacturing TMT Steel and approved by this HQ.

(d)Contractors can quote for steel produced by any producers (main or approved secondary producers). No price adjustment shall be made for use of steel of approved Secondary producers.

4.Procurement

(a)The GE for every lot of steel shall obtain the particulars of the manufacturer/supplier of steel from the contractor separately. The form given at Annexure I will be used for this purpose.

(b)The site staff and GE shall verify the original documents in support of the purchase of steel and will retain certified true copy of the results in GEs office.

(c)The GE will ensure that contractors place their demand/requisition of steel with adequate lead-time. The steel will be procured from the storage depots of the main producers/approved Secondary producers and not from their authorized agents/dealers as the authorized agents deal with the steel manufactured by more than one manufacturer.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

APPENDIX (CONTD..)

PARTICULAR SPECIFICATION (CONTD..)

4.Procurement (Contd..)

(d)The authorized conversion agents of the main producers for TMT steel can supply the steel to the contractors provided the main producers have given such directions in a specific sale/purchase order and they are producing TMT steel using Thermex/Tempcore/EVCON Turbo technology. In such case the purchase voucher or cash memo shall be from main producers. The difference between Authorised Conversion Agent and Authorised Agent/Dealer needs to be understood clearly. The purchase of steel when allocated through the Authorised Conversion Agent by the main producer will have its quality assured by the main producers. However the steel when purchased by a contractor directly from the Authorised Conversion Agent or from Authorised Dealer / Agent will not have its quality assured by the Main producers. It is therefore necessary and mandatory to ensure that the contractor does not purchase steel directly from the Authorised Conversion Agent or from Authorised Dealer/Agent of the Main producer.

(e)It has been confirmed by the Main producers that they would honour any order, which is 10 MT or more in quantity. The lower limit of 10 MT has been laid because of minimum one truckload would be sold by the main producers. The quantity of 10 MT can be mix of various sections/diameters of the steel and not necessarily be a single section/diameter. The approved Secondary producers have confirmed that they will honour any order from MES contractors irrespective of the quantity.

(f)However procurement of Reinforced steel, Structural steel GI sheets, and Reinforcement Fabric may be permitted from authorised dealers of main producers in case of small contracts of value not exceeding Rs. 5 Lakhs.

(g)The list of secondary producers for TMT steel, which stands approved, is enclosed herewith as in Annexure-III.

5.Testing of Steel The manufacturer is to carry out inspections and testing of steel in accordance with the relevant BIS provisions. The Contractor shall submit the manufacturers test Certificate in original along with the Test Sheet giving the results of each mechanical test as applicable and the chemical composition of the steel or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in Steel Acceptance Register, as given at Annexure-I after due verification and send a certified true copy of test sheet to GE for his records. The GE/CWE shall also organize independent testing of random sample of steel drawn from various lots from National Test House, SEMT wing CME, Regional Research Labs, Government approved Labs, Zonal Labs, etc. as per the recommended minimum frequency shown in Table at Annexure II. Samples from each lot should be tested for quality and elongation. The elongation shall not be less than 18%. Cost of samples and transportation shall be borne by the Contractor. The cost of testing shall however be borne by Govt. The records of such checks would be maintained in the steel test register.

6.DocumentationThe contractor shall submit original purchase vouchers from the manufacturer for the total quantity of steel supplied under each consignment to be incorporated in the work. The GE along with the relevant documents before acceptance shall inspect all consignments received at the work site. The original vouchers and the Test certificate shall be defaced by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference to the control number recorded in the Steel Acceptance Register. The Steel Acceptance Register will be signed by JE, Engineer-in-Charge, GE and contractor. The entire quantity of all steel items shall be suitably recorded in the Measurement Book as not to be abstracted, before incorporation in the work and shall be signed by the Engineer-in-Charge and the Contractor.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

APPENDIX (CONTD..)

PARTICULAR SPECIFICATION (CONTD..)

7.WELDING

(a)Welding of steel and iron work shall be done in an approved manner with electric arc

welding.

(b) Electric welding shall be metal arc welding using consumable electrodes. Welding shall be done as specified in IS-916 and IS-823.

(c)Welding electrodes shall be of quality suitable for welding of structural steel and shall

comply with requirement of IS-814 for covered electrodes for metal arc welding of mild steel.

(d)Unless otherwise specified/shown in drawing all welds shall be 6 mm fillet welds.

8REINFORCEMENT

(a)Reinforcement shall be bent to shape and provided as indicated on the drawing.

(b)All laps and crossings shall be tied with mild steel wire (annealed) of dia not less than 0.9mm.

(c)For making adjustment arising out of deviation involving reinforcement bars, the length of

each bar for the purpose of calculating laps shall be taken as 10 (Ten) Metres for omit purpose.

(d)Provide sufficient number of chairs below the cranked up bars to keep the bars in position as directed by Engineer-in-Charge.

9. STORAGE ACCOUNTING, PRESERVATION AND MAINTENANCE OF STEEL :

The storage, accounting, preservation and maintenance of steel supplied by the contractor shall be done as per standard engineering practice till the same is incorporated in the work and the cost of the same shall be deemed to be included in the unit rate/amount quoted by the tenderer. The GE shall inspect at regular interval to verify that steel lying at site is stored, accounted, preserved and maintained as per the norms. The steel shall be stored so as to differentiate each consignment separately. If the GE is not satisfied with the storage/preservation of any size of bar/section of steel, he may order for any test(s) of steel as applicable for that size of bar/section of steel and as specified in tender documents/relevant IS code to recheck the acceptability criteria for the same. The contractor shall bear the cost of necessary testing(s), samples & transpirations etc; in this regard and no claim whatsoever on this account shall be entertained.

10MEASUREMENTS AND PAYMENT OF STEEL

(a)The entire quantity of all steel items shall also be suitably recorded in the Measureme Book for record purpose as Not to be abstracted before incorporation in the work and shall be signed by the Engineer-in-Charge and the contractor.

(b) The nominal mass conversion factors for various steel Sections/Size of finished bars as given in relevant IS codes shall be considered standard for measurement.

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

APPENDIX (CONTD..)

PARTICULAR SPECIFICATION (CONTD..)

10. MEASUREMENTS AND PAYMENT OF STEEL (Contd)

(c)The contractor shall plan to procure steel considering the time required for approval and testing of steel well in advance. No extension of time on grounds of delay in procurement of steel or testing/re-testing of steel shall be admissible.

(d)The payment of steel shall only be allowed after production of original purchase vouchers, test certificate by the contractor for each consignment of steel and results of testing carried out by the department are found satisfactory after testing as specified herein before. Test Certificates for ordinary quality structural steel of particular section of which quantity is less than 2000 Kgs, and if the test certificates are not produced, the contractor can get tested the sample of each consignment of each diameter of bars tested through approved laboratories as brought out herein before.

(e)Deviations on items of steel work shall be priced at applicable rates in MES Schedule subject to CP (incase of Lumpsum tenders).

AEE (QS & C)

SIGNATURE OF CONTRACTOR

AGE (Contracts)

Dated :

FOR ACCEPTING OFFICER

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

APPENDIX (CONTD..)

PARTICULAR SPECIFICATION (CONTD..)

FREQUENCY FOR NORMAL MASS, TENSILE, BEND AND

REBEND TEST OF STEEL

NOMINAL SIZE

QUANTITY

STEEL FOR CONCRETE

1. Bars size less than 10 mm

1 Sample (3 specimens) for each test for every 25 tonnes or part thereof.

2. Bar size 10 mm to 16 mm

1 Sample (3 specimens) for each test for every 35 tonnes or part thereof.

3. Bar size over 16 mm

1 Sample (3 specimens) for each test for every 45 tonnes or part thereof.

STRUCTURAL STEEL

4. Tensile Test

1 Test for every 25 tonnes of steel or part thereof.

5. Bend Test.

1 Test for every 10 tonnes of steel or thereof.

NOTE : For various tests, acceptance criteria, tolerance etc. refer to Annexure-I

and relevant BIS codes.

SIGNATURE OF CONTRACTOR

FOR ACCEPTING OFFICER

DATED:

2008

CA No GE (I) AF /OZR OF 2008- 09

Serial Page No.

APPENDIX (CONTD..)

PARTICULAR SPECIFICATION (CONTD..)

LIST OF APPROVED SECONDARY PRODUCERS

1.

Binjusaria Metal Box Co Pvt Ltd

15-2-676/2, 2nd Floor, Arya Samaj Building

Kishangung, Hyderabad-500 012

Factory : Survey No 139

Gangapahad, RR Dist (AP)

11.

M/s Doaba Steel Rolling Mills

Amoloh Road

Mandi Gobind Garh-147 301

Fax-071650255161

2.

Barnala Steel Industries Ltd

Village-Vehlana, Meerut Road

Muzaffar Nagar (UP)

12.

M/s Shri Bajrang Metallics and Power Ltd

KH No 2/3, Vill-Gonwara, Raipur-493 221

Tele-0771-2327446, 4990573

Fax 0771-2326446, 2323629

3.

4.

M/s Guardian Steels Pvt Ltd

109, Mahinder Chambers, WT Patil Marg,

(Opposite Dukes Factory) Chembur,

Mumbai-400 071

(Ph-022-55975145/46, Fax-022-25205771

Factory : Gath No-92/1, Post/Village-Abitgar

Wada Shahpur Road, Taluka-Wada,

Dist-Thane-421 303

Rathi Udyog Ltd

A-3 South GT Road,

Ghaziabad (UP)

13.

14.

M/s Sanvijay Rolling & Engg Ltd

9, Immambada Road, Nagpur-440 018

Phone-0712-272 9130 to 36

Fax -0712-2720716, 2723799

M/s Shree Parashnath Re-Rolling Mills Ltd

14C, Maharshi Devendre Road, 3rd Floor,

Kolkata-700 007

Phone : 033-2274 0045/4473

Fax : 022-2274 0039

5.

Ramsarup Utpadak

7/C, Kiran Shankar Roy Road,

Hasting Chambers, Ist Floor,

Kolkata 700 001

Factory : 613, B T Road, Agarpara,

24 Parganas (North) (WB)

15.

M/s Bhagwati Ferro Metal Pvt Ltd

121, Udyog Bhavan Sonawala Lane,

Goregaon (East), Mumbai-400 063

6.

M/s Shyam SEL Limited

NH-6, Bombay Road, Village : Paku