Download as pdf or txt
Download as pdf or txt
You are on page 1of 64

CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.

(E-TENDER)

MILITARY ENGINEER SERVICES

NAME OF WORK: REPAIRS TO WATER PROOFING TREATMENT, SUNKEN FLOOR AND


LEAKAGE/SEEPAGE IN DOMESTIC AND X AREA AT AFS AMLA

CONTENTS

Sl PARTICULARS SERIAL PAGE NO.


No.

1. Contents 01

2. Forwarding letter 02 & 03

3. Instruction for filling and submission of tender 04 to 07

4 Notice of tender IAFW-2162 (Revised 1960)Including 08 to 15


Appendix ’A’& Appendix ‘B’ to Notice of tender

5. Item rate tender and contract for works required 16 to 26


Under IAFW-1779A (Revised 1955) including Schedule
‘A’,’B’,’C’, & ’D’, Tender page and BOQ.

6. General conditions of contracts IAFW-2249 (1989 Print) 27 to 71


together with amendments and errata thereto

7. Schedule of minimum wages. 72 to 82

8. Special conditions 83 to 95

9. Particular specifications including Appx ‘A’ to ‘D’ 96to 122


and Annexures there to

10. Errata / Corrigendum to tender documents

11 Relevant correspondence

12. Acceptance letter

Total Pages

Total number of drawings: NIL

AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
Dated:
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 2

Telephone: 07147-289449 Through e-Procurement


Email: afiaml4-mes@nic.in GARRISON ENGINEER (AF)
Military Engineer Services
AMLA-460553 (MP)

8494/ /E8 Sep 2022

M/s. _______________________

____________________________

____________________________

____________________________

REPAIRS TO WATER PROOFING TREATMENT, SUNKEN FLOOR AND LEAKAGE/SEEPAGE IN


DOMESTIC AND X AREA AT AFS AMLA.

Dear Sir (s),

1. Tender documents in respect of above works are uploaded on the site


https://defproc.gov.in. The tender is on single stage two cover e-tendering system. The
contents of cover-I and cover-II are specified in NOTICE OF TENDER.

2. Bids will be received online by GARRISON ENGINEER (AF), AMLA upto the date and
time mentioned in the NOTICE INVITING TENDER (NIT). No tender/bid will be received in
physical form and any tender/bid received in such manner will be treated as non bonafide
tender/bid.

3. Bid will be opened on due date and time fixed for opening in the presence of
tenderers/bidders or their authorised representatives, who have uploaded their quotation bid
and who wish to be present at the time of opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender attached
herewith. You may forward your points on tender documents and/or depute your technical
representative for discussion on tender/ drawings and to clarify doubts, if any you are
requested not to write piece meal points and forward your points duly consolidated before
two working days of bid submission start date.

5. Unenlisted contractors are required to submit the scanned copies of documents (in
pdf file) 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), AMLA 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.
Contd…/-
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 3

6. 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.

7. Enlisted contractors of MES shall submit the scanned copies of enlistment letter (pdf
file) 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), AMLA 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 Contracts (IAFW-2249) (1989 Print) and errata and amendments
thereto, Schedule of minimum fair wages and MES SSR (Part –I,2009 and Part –II, 2020) are not
enclosed with these documents. These are available for perusal in the Office of GARRISON
ENGINEER (AF), AMLA.

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,

AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER

Dated:
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 4

INSTRUCTIONS FOR FILLING 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
(AF), AMLA.

(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
GARRISON ENGINEER (AF), AMLA.

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 GARRISON ENGINEER (AF), AMLA.

NOTE: Earnest Money Deposit (EMD) in the form of cheque/ Bank Guarantee, etc. will
not be accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned
copy alongwith Technical Bid & hard copy before the date & time fixed for opening of
BOQ) WILL RENDER THE BID DISQUALIFIED FOR OPENING OF COVER-II (FINANCE BID).

2. PERFORMANCE SECURITY
2.1 Within 28 days of receipt of the Letter of Acceptance, the successful contractor shall
deliver to the Accepting Officer a Performance Security in any of the forms given
below for an amount equivalent to 3% of the contract sum subject to conditions
mentioned in
para 2.2 and 2.3 below
(a) A Bank Guarantee in the prescribed form issued by a Nationalised/Scheduled
Indian Bank duly confirmed from the Head office of the Bank.
(b) Government securities, FDR or any other Government instruments stipulated by
the Accepting Officer.
2.2 The contractor shall submit the duly signed certificate immediately after acceptance
of
tender as per the format enclosed as Appendix “B‟ to Notice Inviting Tender.

2.3 If the successful contractor fails to submit the certificate as per clause 2.2, he shall
deposit the performance security amount equivalent to 5% of the contract sum.

2.4 The period of validity of the Bank Guarantee Bond against Performance Security shall
be initially valid upto the stipulated date of expiry of Defects Liability Period as
mentioned herein after plus minimum 60 days beyond that. In case final bill is not paid
during this period, the contractor shall get the validity of Performance Guarantee
extended to cover such enlarged time required for payment of final bill.
Contd…/-
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 5

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER (Contd…)


2.5 Failure of the successful contractor to deliver the performance security within the
prescribed 28 days of receipt of the Letter of Acceptance shall constitute sufficient
grounds for cancellation of the award of work and forfeiture of the Earnest Money. In
case of MES enlisted contractor, amount equal to the Earnest Money stipulated in the
Notice Inviting Tender, shall be notified to the contractor for depositing the amount
through MRO. Issue of tender to such contractor shall remain suspended till the
aforesaid amount equal to the Earnest Money is deposited in Government Treasury.
3. GENERAL INSTRUCTIONS FOR COMPLIANCE

3.1 The bids received only in the electronic form will be considered. All bids shall be
submitted on defproc.gov.in portal. Documents should be scanned and forwarded in
“pdf” form and “xls” form as indicated.

3.2 Bids shall be uploaded on defproc.gov.in portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like
email / fax / by hand/ through post will be considered.

3.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents,
corrections/ alterations shall be signed/initialed by the lowest bidder after
acceptance.

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

3.5 The tender shall be signed, dated and witnessed at all places provided for in the
documents after acceptance. All corrections shall be initialed. The Contractor shall
initial every page of tender and shall sign all drawings forming part of tender. Any
tender/bid, which proposes alterations to any of the conditions whatsoever, is liable to
be rejected.

3.6 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 of another partner(s) or on behalf of a
firm or company using his DSC shall upload with the tender/bid a scanned copy (in
“pdf” form) of Power of Attorney duly executed in his favour by such other or all of the
Partner(s) or in accordance with constitution of the company in case of company,
stating that he has authority to bind such other person of the firm or the Company, as
the case may be, in all matters pertaining to the contract including the Arbitration
Clause.
Contd…/-
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 6

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER (Contd…)

3.7 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 in accordance with the constitution
of the company as laid down in its Memorandum & Article of Association.

3.8 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.

3.9 Bid (cover 1 & 2) shall be uploaded online well in time.

3.10 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).

3.11 Tenders/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.

3.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the
format will be accepted else the bid will be disqualified and summarily rejected.

3.13 In case the tenderer/ bidder has to revise / modify the rates quoted in the BOQ (excel
sheet) he can do so only in the BOQ, through defproc.gov.in site only before the bid
closing time and date.

4. REVOKATION/ 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 and 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 Government
Treasury. In addition, bids of such tenderer/bidder and his related firm shall not be
opened in second call or subsequent call. Reduction offered by the tenderer/ bidder
on the freak high rates referred for review shall not be treated as voluntary reduction.
Contd…/-
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 7

INSTRUCTIONS FOR FILLING AND SUBMISSION OF TENDER (Contd…)


5. C P M (CRITICAL PATH METHOD):
5.1 The planning for work covered in the scope of tender is based on CPM.

5.2 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.
5.3 The tenderers/bidder’s attention is drawn to special condition of the tender regarding
preparation of the detailed network analysis and time schedule for the work and his
liability for employing sufficient resources to adhere to this schedule. Any inability on
the part of the tenderer/bidder in using the technique will be taken as his technical
inefficiency and will affect his class of enlistment and future prospect/invitation to
tenders for future works.
6. 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 the errata/ amendments/corrigendum, if any,
issued by the department.
7. These instructions shall form part of the contract documents.
8. REQUIREMENT OF ELECTRICAL LICENSE FOR CARRYING OUT ELECTRICAL WORKS UNDER
THIS CONTRACT: -
(a) The exemption referred in Section 184 of Electricity Act, 2003 is not applicable to
MES contracts.
(b) Valid Electrical License issued by concerned State Government/ Union Territory
shall only be applicable.
(c) Prior to commencement of electrical work/ electrical component of works
tenderers/ bidder’s should submit valid Electrical Licence of required class in their
name or engage an agency having valid Electrical Licence of required class through
proper agreement/ MOU for execution of all electrical works as well as works under
category (c) [including its sub-categories (i) to (vii)] and category (d)(v) to the extent
Rule 29 under Part Ill of Central Electricity Authority (Measures Relating to Safety and
Electric Supply) Regulation, 2010 is applicable forming either in full or part of the scope
of work of contract awarded to you. All such works shall be executed by you through
such agency only (either yourself or other agency) having valid Electrical Licence of
required class. Such Electrical Licence shall be obtained from the concerned
authorities of State Government/Union Territory where the works are to be executed.
Any violation of this condition shall be sufficient reason for taking such disciplinary
action as deemed fit by the Registering Authority apart from other recourse/remedy
available to the Department under the conditions of contract for such lapse.

AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
Dated:
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 8

MILITARY ENGINEER SERVICES


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 cost
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 phasing, if any, indicated in the tender from the date of handing
over the site, which will be on or about two weeks after the date of Acceptance of
tender.
4. Normally contractors whose names are on the MES approved list for the area in which
the work lies, and within whose financial category the estimated amount would fall,
may tender/bid but in case of term contracts, contractors of categories SS to E may
tender/bid. In case, where the tender amount is in excess of the financial limit of the
contractor and the Accepting officer decides to accept the tender/bid, in which
event the tenderer/bidder would be required to lodge additional security deposit as
notified by the accepting officer in term of conditions of contract. Contractors whose
names are on the MES approved list of any MES Formation and who have deposited
standing security and have executed standing security bond may also tender/bid
without depositing Earnest money along with the tender/bid and if the tender/bid
submitted by such a tenderer 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, failing which this sum will be recovered from 1st RAR payment or from the first
final bill. In the case of term/running contracts, remaining sum shall be recovered from
subsequent bill(s) of the contractor. Not more than one tender/bid shall be submitted
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 for the same contract as separate competitors. A breach of this
condition will render the tenders/bids of both parties liable for rejection.

5. The Office of GARRISON ENGINEER (AF), AMLA 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 & 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 encasing the DD and shall not have any claim from
Government whatsoever on this account.
Contd…/-
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 9

NOTICE INVITING TENDER (NIT) (Contd…)


6.1. Tender form and conditions of contract and other necessary documents shall be
available on defproc.gov.in site for download and shall form part of contract
agreement in case the tender/bid is accepted.
6.2 In Case of contractor who has not executed the Standing Security Bond, the Cover-I
shall be accompanied with by Earnest Money of amount as mentioned in Appendix
“A” in the form of deposit at call receipt in favour of Garrison Engineer (AF), Amla (see
appendix “A”) by a scheduled Bank or in receipted treasury Challan the amount
being credited to the revenue deposit of the Garrison Engineer (AF) Amla (see
appendix “A”).
6.3 The GE (AF), Amla will return the Earnest Money wherever applicable to all
unsuccessful tenderers/bidders by endorsing an authority on the deposit-at-call
receipt for its refund, on production by the tenderer/bidder a certificate of the
Accepting Officer that a bonafide tender/bid was received and all documents were
returned.
6.4 The GE (AF), Amla 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 Performance Security if such a transaction is feasible.
6.5 Within 28 days of receipt of the Letter of Acceptance, the successful contractor shall
deliver to the Accepting Officer a Performance Security in any of the forms given
below for an amount equivalent to 3% of the contract sum subject to conditions
mentioned in
para 6.6 and 6.7 below
(a) A Bank Guarantee in the prescribed form issued by a Nationalised/Scheduled
Indian Bank duly confirmed from the Head office of the Bank.
(b) Government securities, FDR or any other Government instruments stipulated by
the Accepting Officer.
6.6 The contractor shall submit the duly signed certificate immediately after acceptance
of tender as per the format enclosed as Appendix “B‟ to Notice Inviting Tender.
6.7 If the successful contractor fails to submit the certificate as per clause 6.6, he shall
deposit the performance security amount equivalent to 5% of the contract sum.
6.8 The period of validity of the Bank Guarantee Bond against Performance Security shall
be initially valid upto the stipulated date of expiry of Defects Liability Period as
mentioned herein after plus minimum 60 days beyond that. In case final bill is not paid
during this period, the contractor shall get the validity of Performance Guarantee
extended to cover such enlarged time required for payment of final bill.
6.9 Failure of the successful contractor to deliver the performance security within the
prescribed 28 days of receipt of the Letter of Acceptance shall constitute sufficient
grounds for cancellation of the award of work and forfeiture of the Earnest Money. In
case of MES enlisted contractor, amount equal to the Earnest Money stipulated in the
Notice Inviting Tender, shall be notified to the contractor for depositing the amount
through MRO. Issue of tender to such contractor shall remain suspended till the
aforesaid amount equal to the Earnest Money is deposited in Government Treasury.
Contd…/-
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 10

NOTICE INVITING TENDER (NIT) (Contd…)


7. Copies of the drawings and other document pertaining to the work signed for the
purpose of identification by the Accepting Officer or his accredited representative,
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 GE (AF) , Amla during working
hours.
8. The tenderers/bidders are advised to visit 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.
9. Any tender/bid which proposes any alteration to any of the conditions laid down or
which proposes any other condition or prescription, whatsoever is liable to be
rejected.
10. 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.
11. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of
Rates (see appendix “A”) including amendments and errata thereto.
12. Invitation for e-tender does not constitute any guarantee for validation of “T” bid and
subsequent opening of finance bid of any applicant/bidder even of enlisted
contractors of appropriate class merely by virtue of enclosing DD. Accepting Officer
reserves the right to reject the “T” bid and not open the finance bid of any
applicant/bidder. “T” bid validation shall be decided by the Accepting Officer based
on, interalia, capability of the firm as per criteria give in Appendix “A” to this NIT. The
applicant contractor/ bidder will be informed regarding Non-validation of his “T” bid
assigning reasons thereof through the defproc website. The applicant contractor/
bidder if he so desires may appeal to the next higher Engineer authority viz. HQ CWE
(AF) Nagpur on email id afnag3-mes@gov.in with copy to the Accepting Officer on
email before the scheduled date of opening of Finance Bid. The decision of 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 tender/bid.
13. The Accepting Officer reserves the right to accept a tender submitted by a Public
Undertaking, giving a price preference over other Tender(s)/bid(s) 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.
14. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to
give any reason for not doing so.

15. This Notice Inviting Tender (NIT) including Appendix “A”&Appendix “B”shall form part of
the contract.

AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
Dated:
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE NO. 11

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

Garrison Engineer (AF), Amla, PIN- 460 553 on behalf of President of India invites online bids for work as
under (e-Tender in two cover system) from the eligible contractors enlisted with MES and enlisted/ un-
enlisted contractor’s working with the other Govt. departments meeting eligibility criteria. The
prospective/likely contractors are requested to visit the website: https://defproc.gov.in for details and
to participate in e-tendering. Manually submission of the bid will not be accepted under any
circumstances.
1. Name of work REPAIRS TO WATER PROOFING TREATMENT, SUNKEN
FLOOR AND LEAKAGE/SEEPAGE IN DOMESTIC AND X
AREA AT AFS AMLA
2. Estimated Cost Rs. 15.00 Lakhs (At par market)
3. Period of completion 274 Days

4. Cost of tender documents Rs. 500/- in the form of DD/ Bankers cheque from any
Scheduled Bank in favour of GE (AF) Amla and payable at
Amla.
5. Website/ portal address https://defproc.gov.in
6. Type of contract The tender shall be based on Item Rate Contracts (IAFW
1779A) and General Condition of Contracts (IAFW 2249) with
Schedule ‘A’ list of items of works to be Priced by the
Tenderer.
7. Timeline details: Refer to critical dates on the website https://defproc.gov.in.
(a) Bid submission start date
(b) Bid submission end date
(c) Date of bid opening
8. Eligibility Criteria: All contractors enlisted with MES in Class 'E' and above and
(a) For MES enlisted category ‘a (i)’ subject to satisfactory remarks w.r.t.
contractors. performance in respect of works in hand as reflected in Work
Load return (WLR) or any other report circulated by
competent engineer authority.
(b) For contractors not (i)Contractor not enlisted with MES should meet the enlistment
enlisted with MES. criteria of 'E' Class & ‘a (i)’ category contractor with regard
tosatisfactorily completion of requisite value works with
Central/StateGovernment/ Central/ State PSUs/ AWHO/
AFNHB/ CGEWHO/ DGMA, annual turnover, bank solvency,
working capital and other requirements given in Para 1.4 &1.5
of Section-1 of MES Manual ofContracts 2020 as available in
all MES formations as well as MESwebsite (www.mes.gov.in).

(ii) Not carrying adverse remarks in Work Load Report (WLR) or


any other similar report circulated by any competent
authority, if already working in MES.

(iii) Not suspended/ debarred/ blacklisted (either permanently


or temporarily) from participating in any bid or for business
dealings by any Central/ State Government Department or
any Central/ State Government PSU (or) any Autonomous
Body under Central/ State Government or any Local Body as
on the bid submission end date.
9. Tender issuing and Accepting GARRISON ENGINEER (AF), Military Engineer Services,
Officer AMLA-460553 (MP). Phone no.: 07147-289449
E-mail: afiaml4-mes@nic.in
10. Executing Agency GE (AF) AMLA
11. Earnest Money Rs. 30,000/-in the shape of Call Deposit Receipt in favour of
GE (AF) Amla, from any Nationalized Bank/ Scheduled Bank.
Note:MES contractors who have furnished SSD bond is
exempted from submission of EMD. FDR/ BGB not acceptable.
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE NO. 12
Contd…/-

APPENDIX ‘A’ TO NOTICE INVITING TENDER (CONTD….)


Notes: -

1. After the opening of Cover-1, if the number of MES enlisted contractors of eligible class as well
as un-enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT are less than 07
(Seven), applications in respect of contractors one class or two classes (in case of remote and difficult
areas to be decided as per list circulated by CE command/ ADG) below the eligible class shall also
be considered subject to fulfilment of other eligibility criteria given in the NIT. Therefore, MES
contractors one class below (two classes below in case of remote and difficult areas) may also bid for
this tender. However, contractors of one/ two classes below the eligible class shall not be considered
in case their present residual work in hand is more than FIVE TIMES their present tendering limit. Such
bidders shall upload in their Cover-I bid details of works in hand showing names of work, names of
Accepting Officers, Contract amounts, dates of commencement and completion(stipulated) and
progress as on bid submission date.These details shall be verified bytheTender Issuing Authority from
concerned formations in case bids of such contractors areconsidered for evaluation.

2. In case after the opening of Cover-1, the number of MES enlisted contractors of eligible class
as well as un-enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT, are 07 (Seven)
or more, applications of only those one class below the eligible class bidders shall be considered, who
have previously completed similar works satisfactorily and are meeting the criteria of upgradation in
respect of past experience of completed works (individual work experience and/ or average annual
turnover as applicable) and financial soundness (solvency/ financial soundness and working capital)
as per details given in Manual on Contracts. Therefore, such contractors shall upload the requisite
information/ documents in the Cover-1.

3. Un-enlisted contractor shall be considered provided he meets the criteria. Foreign firms shall
not be eligible for this tender. However Indian Firms having foreign national/ Indian nationals staying
abroad/ Indian national having taken foreign citizenship, as director(s) shall be considered subject to
security clearance from the concerned authorities.

4. Contractors enlisted with MES will upload the following documents in Cover-1 for checking
eligibility:-

(a) Application for tender on Firm’s letterhead.

(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period in
vogue.
(c) Scanned copy of DD/ Bankers Cheque toward the cost of tender and EMD instrument in
case SSD bond is not signed at the time of registration.
(d) Scanned copy of GST Registration number.
(e) Scanned copy of Provident Fund Code Number form EPFO.

5. Contractors not enlisted with MES will be required to upload the following documents in
Cover-1 for checking eligibility:-

(a) Application for tender on Firm’s letterhead.

(b) Scanned copy of DD/ Bankers cheque toward the cost of tender and Earnest Money
Deposit (EMD) instrument.

(c) Copy of Police Verification Report/ Police Clearance Certificate/ Character Certificate
from the Police Authority of the area where the registered office of the firm is located/
notarized copy of the valid passport of Proprietor/ each Partner/ each Director.
(d) All documents required for enlistment in MES for the class mentioned in Para 8(b) above
and as per Para 1.4 and 1.5 of Section-1 of MES Manual on Contracts 2020.
(e) Details of works being executed in MES, if any.
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE NO. 13
Contd…/-

APPENDIX ‘A’ TO NOTICE INVITING TENDER (CONTD….)


(f) Scanned copy of GST Registration number.
(g) Scanned copy of Provident Fund Code Number form EPFO.
6. Tenders not accompanied by scanned copies of requisite DD/ Bankers Cheque towards the
cost of tender and earnest money (as applicable) in Cover-1 shall not be considered for validation of
'T' bid and their Financial Bids will not be opened.
7. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD)
instruments (as applicable) reach the office of Accepting Officer within 05 days of bid submission end
date failing which following action shall be taken.
(a) In case of tenders from an enlisted contractor of MES, where scanned copies of
requisite DD/ Bankers Cheque towards the cost of the tender have been uploaded in Cover-1
but physical copies are not received within the stipulated period, their financial bids (Cover 2)
will be opened. However, non-submission of physical copies of cost of the tender shall be
considered as willful negligence of the tenderer with ulterior motives and such tenderer shall
be banned from bidding for a period of six months commencing from the date of opening of
Financial Bid (Cover 2).
(b) In case of tenders from un-enlisted contractor, where scanned copies of requisite DD/
Bankers Cheque towards the cost of the tender have been uploaded in Cover-1 but physical
copies are not received within the stipulated period, their financial bids (Cover 2) will not be
opened. Name of such contractors along with complete address shall be circulated for not
opening of their bids for a period of six months commencing from the date of opening of
Financial bid (Cover 2).
(c) In case of tenders from enlisted and un-enlisted contractors, where scanned copies of
instruments for Earnest Money Deposit (as applicable) have been uploaded in Cover-1 but the
same is not received in physical form within the stipulated period, such tenders shall not qualify
for the opening of the financial bid (Cover 2).
8. Contractor will not be allowed to execute the work by subletting or through power of attorney
to a third party/ another firm on his behalf. However, a contractor can execute the work through
power of attorney to sons/ daughters/ spouse of Proprietor/ Partner/ Director and firm's own
employees, director, project manager provided they are not having a separate enlisted firm in MES in
their name as Proprietor/ Partner/ Director.
9. After the opening of Cover-1 and during its technical evaluation, in case any deficiency is
noticed in the documents required to be uploaded by the tenderers as per NIT, a communication in
the form of e-mail/ SMS/ Speed Post etc., shall be sent to the contractor to rectify the deficiency within
a period of seven days from date of communication failing which their financial bid (Cover-2) shall not
be opened and contractor shall not have any claim on the same.
10. Invitation for e-tender does not constitute any guarantee for validation of Technical bid and
subsequent opening of the financial bid of any applicant/ bidder merely by virtue of enclosing DD.
Accepting Officer reserves the right to reject the Technical bid and not to open the financial bid of
any applicant/ bidder. Technical bid validation shall be decided by the Accepting Officer based on
the eligibility of the firm as per criteria given in this Appendix. Tenderer/ bidder will be informed
regarding non-validation of his Technical bid assigning reasons therefore through tender evaluation
report which shall be uploaded on the website. Such tenderer, if desires, may appeal to the next
higher Engineer Authority (NHEA) viz HQCWE (AF) Nagpur on email id afnag3-mes@gov.in with a copy
to the Accepting Officer on email before the scheduled date of opening of Cover-2. NHEA shall
decide the matter within a period of seven working days from the date of receipt of an appeal. The
decision of the NHEA shall be final and binding. The tenderer/bidder shall not be entitled to any
compensation whatsoever for rejection of his bid.
11. In case an un-enlisted contractor is already executing works in MES, he shall not be considered
eligible for the subject tender if the total value of such works is more than twice the tendering limit of
the MES Class of contractor for which it is eligible. For this purpose, details of the works being executed
by such a contractor shall be uploaded in the Cover -1 of the bid and shall be checked/ verified by
the Accepting Officer.
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE NO. 14
Contd…/-
APPENDIX ‘A’ TO NOTICE INVITING TENDER (CONTD….)

12. In case the BOQ is revised through the corrigendum and the bidder has failed to quote on
revised BOQ (ie he has quoted on pre-revised BOQ), such bid shall be treated as willful negligence by
the bidder and his quotation shall be considered non-bonafide. In such cases, the lowest tender shall
be determined from amongst the valid/ bonafide bids only. Accepting Officer may decide whether
to re-tender or consider the lowest bonafide tender for acceptance.
13. Revoking the offer or revising the rates upward or offering voluntary reduction by the lowest
tenderer after the opening of Cover-2 shall be considered as a willful default. For this default, a
penalty of an amount equal to Earnest Money shall be levied. In case of an un-enlisted tenderer,
Earnest Money deposited by him shall be forfeited. In case of MES enlisted tenderer having deposited
the Standing Security Bond, an amount equal to the earnest money stipulated in the NIT, shall be
notified to the tenderer for depositing through MRO and consideration of such tenderer in tender
evaluation for future works shall remain suspended till the aforementioned amount is deposited in the
Government Treasury.No other disciplinary/ administrative action shall be taken against such
tenderers. In such a situation, the next lowest offer shall not be considered for acceptance. Instead,
retendering shall be resorted to in a transparent and fair manner and the defaulting tenderer and his
related firm if any, shall not be eligible for this tender in second call or subsequent calls.
14. Tender to related firms shall not be issued simultaneously. Firms shall be termed as related if
Proprietor/ one or more Partners/ Directors are common. The decision of the Accepting Officer on
issue/ deny the tender to any one of the related firms shall be final and binding.
15. 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.
16. Blank.
17. PERFORMANCE SECURITY
17.1 Within 28 days of receipt of the letter of acceptance, the successful contractor shall deliver to
the accepting officer a performance security for an amount equivalent to 3%* of the contracts sum
subject to conditions mentioned inpara 17.2 below.
(a) Bank Guarantee Bond in the prescribed form.
(b) Government securities, FDR or any other Government Instruments stipulated by the Accepting Officer.
*Note: In other cases, Performance security amount at 5% of the contract sum shall be applicable.
17.2 The Performance Security/ Security deposit @ 3% of the contract sum in lieu of 5% of the
contract sum shall beapplicable for the following: -
(a) Contractor with no outstanding recoveries and the contractor who does not intend to
abandon the work after entertaining the relief of reduction in Performance Security / Security
Deposit. A certificate to this effect shall be rendered to the Accepting officer immediately
after acceptance of tender. The certificate shall be as per format mentioned in Appendix “B‟
to Notice Inviting Tender.
(b) The benefit of the reduced Performance Security i.e, at 3% of the contract sum will not be
given in the contracts under dispute, wherein arbitration/ Court proceedings have already
been started or are contemplated.
18. This shall be form part of the tender document.

Signature of Contractor
AGE (Contracts)
File No. 8494/ /E8 for Accepting Officer
Garrison Engineer (AF) Dated:
Amla - 460553 (MP)
Telephone: 07147-289449
Email: afiaml4-mes@nic.in
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE NO. 15

APPENDIX ‘B’ TO NOTICE OF TENDER

CERTIFICATE FOR AVAILING BENEFIT OF


REDUCED PERFORMANCE SECURITY OF 3% IN LIEU OF 5%

GE(AF)/AMLA/ OF 2022-23
REPAIRS TO WATER PROOFING TREATMENT, SUNKEN FLOOR AND LEAKAGE/SEEPAGE IN
DOMESTIC AND X AREA AT AFS AMLA

1. I/We, M/s _______________________________________ intend to avail the benefit in

accordance with due of contract management, E-in-C’s Branch, New Delhi letter No

66546/P-2/44/E8 dated 16 Feb 2021 and Ministry of Defence, DMA (Wks-II) letter No.

66546/P-2/E8/211/2020/DMA (Wks-II) dated 16 Feb 2021.

2. I/We, M/s _________________________________ hereby certify that there are no

outstanding recoveries against our firm and I/We, M/s

______________________________________ do not intend to abandon the work after

entertaining the relief.

(SIGNATURE OF CONTRACTOR)

DATED:
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 16

{In lieu of IAFW-1779A (Revised 1955)}


(To be used in conjunction with General Conditions of Contracts IAFW - 2249 - 1989 Print)

MILITARY ENGINEER SERVICES

Through e-procurement
Tele: 07147-289449 GARRISON ENGINEER (AF)
Military Engineer Services
AMLA-460553 (MP)

8494/ /E8 Sep 2022

(E-TENDER)

TENDER AND ITEM RATE CONTRACT FOR WORKS REQUIRED BY MEASUREMENT IN THE EXECUTION
OF “REPAIRS TO WATER PROOFING TREATMENT, SUNKEN FLOOR AND LEAKAGE/SEEPAGE IN
DOMESTIC AND X AREA AT AFS AMLA”

1. Shri/S’Shri/M/S_____________________________________of________________ is/are here by


authorized to tender for the above work. The tender is to be submitted online through e-
procurement portal “https://defproc.gov.in” website.

2. All correspondence concerning this tender should be addressed quoting the


reference as to Garrison Engineers (AF), Amla (MP) - 460553 and marked on the outside CA
NO: GE(AF)/ AMLA/ OF 2022 – 2023 and tender ID

"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)
For Accepting Officer
SIGNATURE OF CONTRACTOR Dated:

Dated:
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 17

SCHEDULE “A”

REPAIRS TO WATER PROOFING TREATMENT, SUNKEN FLOOR AND LEAKAGE/SEEPAGE IN


DOMESTIC AND X AREA AT AFS AMLA.

NOTES: -
1. The entire work covered under this contract i.e. Schedule ‘A’ shall be completed
within a period of 274 Days from the date of handing over site

2. SCOPE OF WORK: This contract covers for all items of works described in BOQ and shall
be executed at location as directed by GE / Engineer -in- Charge and as specified
here in after.

3. The description of items of work in schedule “A” are in brief. These shall be read
together with drawings, particular specifications, special conditions, method of
measurement specification for material and workmanship, preambles etc., contained
in MES standards schedule of Rates 2009 (Part-I) “Specification”, MES Standard
schedule of rates 2020 (Part-II) “Rates” for and General conditions of contracts (IAFW-
2249).

4. For schedule of items refer BOQ sheet in Excel format. The quantities shown in schedule
(BOQ sheet) in column 3 of Schedule ‘A’ are approximate and are inserted as a guide
only. They do not constitute any guarantee of the ultimate quantities which will be
ordered on the contractor. However, they shall not be varied beyond the limits laid
down in condition 7 of IAFW-2249. (General Conditions of contracts ).

5. The tenderer shall quote the unit rate in column 5 of BOQ. The unit rates in figures only
shall be entered by the bidder.

6. Total amount in Column 6 is not firm but will be treated as the “Contract Sum” referred
to in IAFW-2249. (General Conditions of contracts).

7. Unless otherwise mentioned in description of the items, the unit rates quoted by the
contractor shall be deemed to include for “materials and labour” or “supply and fix”
complete required for executing the respective items of works.

8. (a) Unit Rates quoted by the Tenderer shall be deemed to also include for any
minor details of work and/or construction which are obviously and fairly intended and
which may not have been included in these documents but which are essential for the
execution and entire completion of the work.

(b) Decision of ACCEPTING OFFICER as to whether any minor details of work and/or
constructions is obviously and fairly intended to be included or not in the contract shall
be final, conclusive and binding.

9. Pricing of deviation if any shall be done as per relevant part of condition 62 of IAFW-
2249 including applicable amendments/errata thereto.

Contd…/-
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 18

SCHEDULE “A” NOTES (Contd…)

10. The unit rates quoted by the tenderer shall be deemed to include all type of taxes and
including Goods and Service Tax (GST) as applicable for this contract as stipulated in
statutory rules of Government.

11. Work lies in Restricted Area, therefore carrying camera enabled mobile phone by
contractors or their agents are strictly prohibited. Also, all vehicles brought by
contractors in connection with execution of work shall possess valid papers and license
and shall be produced for security check. The contractor, his agents, work people
etc., shall adhere to the security instructions as laid down in the contract conditions
strictly. No claim whatsoever for observance of restrictions imposed at site shall be
admissible at any stage of work.

12. All the materials to be incorporated in the work shall be tested as per the latest and
relevant IS codes if not otherwise specified elsewhere in tender documents. The cost of
the same shall be deemed to be included in the unit rates quoted

13. A tenderer is supposed to check if any revised BOQ has been uploaded and quote in
revised BOQ only. Uploading quotation in pre-revised BOQ shall be considered as a willful
negligence by the bidder and his quotation shall be considered non-bonafide.

14. PERFORMANCE SECURITY: Refer Clause 2 of Instructions for Filling and Submission of
Tender on Page No 4 &5.

15. Defects liability period for this work shall be 24 (Twenty Four) months from the certified
date of completion issued by GE.

16. Work Order will be placed only after submission of Performance Security of adequate
value by the contractor.

AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
DATED :
CA NO. GE (AF)/AMLA/ OF 2021-2022 SERIAL PAGE No. 23

SCHEDULE OF CREDIT
NAME OF WORK: REPAIR TO WATER PROOFING TREATMENT SUNKEN FLOOR AND LEAKAGE/
SEEPAGE IN DOMESTIC AND X AREA AT AFS AMLA.

1. The materials obtained by demolition/dismantling as per relevant part of schedule ‘A’ is given
below and complete dismantled material shall be the properties of the contractor and credit for
the same at the rate inserted by the Dept shall be given to the contractor. The credit assessed by
the department is only rough indication and the contractor shall have no claims whatsoever
against Government if the actual cost of the salvaged materials turn to be different from the
amount, assessed by the department.

2. The quantities inserted in the column 5 are approximate and the contractor will have no claim
if the quantities obtained to be different on execution. The rate of credit shown in column 6 is
firm for the materials in position. The actual quantities shall be measured as per the work actually
executed at site against the respective items of Sch ‘A’.

3. The credit amount of this schedule will be carried over to BOQ in order to arrive contract sum.

4. The materials listed in this schedule shall be recorded in the measurement book and
accordingly to be abstracted as per work done of the respective item of schedule ‘A’ and the
total abstracted credit amount shall be deducted from the total value of work done.

5. The materials so obtained by the contractor shall not be allowed to be reused in the work
unless otherwise mentioned and the contractor shall remove the same from the work site with
prior permission of Engineer-in-charge without any extra cost the dept only after adjustment of
the amount of credit in first payment.

6. The total amount of schedule of credit shall be deducted from the amount quoted against
schedule ‘A’ while deriving at the contract sum for acceptance.

Sl No Ref to Description of Items Unit Qty Rate Amount


Item
1 2 3 4 5 6 7
1 5 Old U/s GI tubing 15 mm dia RM 70.00 25 1750.00
2 7 Old U/s Indian WC Each 5 50 250.00
3 9 Old U/s PVC Nahani trap Each 10.00 5 50.00
4 10 Old unserviceable tiles with debris Sqm 65.00 2 130.00
5 15 Old Concreate bats with debris Cum 15.00 200 3000.00
6 21 Old U/s GI tubing 20 mm dia RM 70.00 30 2100.00
7 23 Old U/s water tank of any description, Each 3.00 250 750.00
capacity exc 250Ltr but not exc 500ltr
Total amount as applicable with respect to Note No. 6 shall be carried 8030.00
over to BOQ for arriving contract sum.

AGE (CONTRACTS)
Signature of Contractor for Accepting Officer

Dated:
Page 23
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 24

SCHEDULE ‘B’

(ISSUE OF MATERIALS TO CONTRACTOR)


(SEE CONDITION 10 OF IAFW-2249)

Ser Particulars Rate at which materials Place of issue (by Remarks.


No will be issued to the name)
Contractor
Unit Rate
1 2 3 4 5 6
--NIL--

SCHEDULE ‘C’

List of tool Plant (other than Transport) which will be hired to the contractor (See conditions
15, 34 and 35 of IAFW-2249)

Sl Quantity Details of Hire charges Standby Place of Remarks


No Particulars MES crew per unit per charges per issue (by
supplied working day unit per Off name
day
Rs Ps Rs Ps
1 2 3 4 5 6 7 8 9

--NIL--

SCHEDULE ‘D’

(Transport to be hired to the Contractor)


(See conditions 16 and 35 of IAFW-2249)

Sl No Quantity Particulars Rate per unit per working Place of Remarks


day issue (by
Rs Ps name)
1 2 3 4 5 6 7

--NIL--

AGE (CONTRACTS)
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 25

In lieu of IAFW-1779-A (Revised-1955)

TENDER
To,
The President of India,

Having examined and perused the following documents: -

1. Specification signed by Garrison Engineer.

2. Drawings detailed in the specification.

3. Schedule ‘A’, ‘B’,’C’ and ‘D’ attached hereto.

4. MES Standard Schedule of Rates -2009, Part-I (Specifications) and MES Standard
Schedule of Rates - 2020, Part II Rates. (Hereinafter and in IAFW-2249 referred to as the
MES Schedule) together with the amendments No. 1(a), 1(b), 2 & 3 for Part I (2009) and
Amendments No. - for Part –II (2020) as applicable.

5. General conditions of contracts IAFW-2249 (1989 Print) together with amendment No.
1 to 48 and Errata Nos. 1 to 20 for English version only.

6. WATER CONDITION 31 of IAFW-2249 GENERAL CONDITIONS OF CONTRACTS.

6.1 Water will be supplied by MES on payment at the rate of Rs 3.75/- per every thousand
rupees worth of work done at contract rates.

7. SHOULD THIS TENDER BE ACCEPTED: I / WE AGREE.

*(a) That the sum of Rs. 30,000.00 (Rupees thirty thousand only) forwarded as Earnest
Money shall either be retained by the Government as a part of performance Security
deposit or to be refunded by the Government on receipt of an appropriate amount
Performance Security within the time specified on condition 19 of IAFW-2249.

*(b) To execute all the works referred to in the said documents upon the terms and
conditions contained or referred to therein at the item rates contained in the
aforesaid Schedule ‘A’ form OR at such other rates as may be fixed under the
provisions of condition 62 and to carry out 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 by condition 70 to the sole Arbitrator 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 Govt of
India to be appointed by the Chief Engineer (AF) Nagpur or in his absence the officer
officiating as Chief Engineer whose decision shall be final, conclusive and binding.

* To be deleted where not applicable.


CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 26

In lieu of IAFW 1779-A (Revised 1955)

TENDER (Contd…)

Signature_________________________ in the capacity of _________________________

_____________________ duly authorised to sign the tender for and on behalf

of______________________________________________________________________

(IN BLOCK LETTERS)

Name of signatory
(In Block Letters)
Witness Date:

Address Postal address

Telephone No

ACCEPTANCE
______________alterations have been made in these documents and as evidence that these
alterations were made before execution of contract agreement, these have been initialed
by the contractor and Shri/S’shri_______________________________________.
The said Officer (s) is/are authorized to sign and initial on my behalf the document forming
part of this contract.

The above tender is accepted by me on behalf of the PRESIDENT OF INDIA at the item rates
contained in Schedule ‘A’ for the sum of Rs.____________________________
(Rupees__________________________________________________________________________________
_____________________________________________________) on the ________ day of ____________
2022.

SIGNATURE : _________________

NAME :
APPOINTMENT : GARRISON ENGINEER
OFFICE : GE (AF), AMLA
BETUL DISTRICT - 460553
Dated this ___ day of ____2022 (FOR AND ON BEHALF OF THE PRESEDENT OF INDIA)
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 27 to 71

GENERAL CONDITIONS OF CONTRACTS – IAFW 2249 (1989 PRINT)


FOR MEASUREMENT CONTRACT (IAFW-1779-A)

A copy of the MESGENERAL CONDITIONS OF CONTRACTS - IAFW 2249 (1989 Print) with
errata 1 to 20 and amendment No 1 to 48 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 elsewhere 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 condition 70 & 71 thereof pertaining to the
settlement of disputes by Arbitration, conciliator containing 33 pages (Serial page No 27to59)
with errata 1 to 20 and amendment Nos 1 to 48 (Serial page No 60 to 71) form part of these
tender documents.

Note: In case of difference in interpretation due to wordings of English and Hindi versions of
the General Conditions of Contracts (IAFW 2249) (1989 Print), the English version will
prevail.

AGE (CONTRACTS) SIGNATURE OF CONTRACTOR


FOR ACCEPTING OFFICER Dated:
CA NO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No. 72 to 82

SCHEDULE OF MINIMUM FAIR WAGES

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 tender shall from part of these tender documents.

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 labour shall be
made as per minimum wages notified by State Govt. or Central Govt. whichever is higher.

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 (AF) Amla
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 83
SPECIAL CONDITIONS

NAME OF WORK: REPAIRS TO WATER PROOFING TREATMENT, SUNKEN FLOOR AND


LEAKAGE/SEEPAGE IN DOMESTIC AND X AREA AT AFS AMLA.
1. GENERAL

1.1. The following special conditions shall be read in conjunction with the General
Conditions of Contracts, IAFW-2249, IAFW-1779A (Revised-1955) 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 thereover.

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


INFORMATION

2.1 The tenderer is advised to contact the Garrison Engineer for the purpose of
inspection of site(s) and relevant documents other than those sent herewith who will
give reasonable facilities 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) ornot.

3. SECURITIY ANDPASSES

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 loyalty
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 furnish full particulars to this effect to the
Accepting Officer at the time of submission of histender.

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 suchpeople.

3.3 Security passes will be issued by the Air Force authority which will be arrange by the
Engineer-in-Charge 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 ofwork.

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 thisaccount.

Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 84

SPECIAL CONDITIONS (Contd…)

3.5 The contractor, his labour, agents and transport are liable to be searched at any time or
any number of times by the security staff. No claim from the contractor whatsoever will be
entertained for any men 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 authorizedrepresentativeisrequiredtobepresentattheplaces of entry
and exit for purpose of identifying his carts, trucks, etc to the person in charge of the
security of the restrictedarea.

(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 labourers 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, agent’s orrepresentatives.

(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 restrictedarea.

(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 exists and may also be
carried out any number of times at the site within the restrictedarea.

(d) WORKING HOURS: The units controlling restricted area, usually work during six days in
th
a week and remain closed on the 7 day. The working hours available to the
contractor’s 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
submittinghistender. Thetenderers attentionisinvitedtothefactthatnumberof 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 restrictedarea.

(e) WORKING ON HOLIDAYS: The contractor shall not carry out any work on gazette
holidays, weekly holidays and other non working days except when he is specially
authorized in writing to do so by the Garrison Engineer. The GE may athissole
discretion declare any day as holidays or non working day without assigning any
reasons for such declaration.

Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 85

SPECIAL CONDITIONS (Contd…)

(f) FIREPRECAUTIONS:-

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

(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 authorized 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 female’s searcher(s) has/have to be employed in addition to the authorized
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
theircontracts. TheGE‟sdecisioninregardtotheamountpayableonthisaccountbyany
contractor shall be final andbinding.

5. SAFETYPRECAUTIONS

5.1 The 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 otherwise 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 good any damage to the existing road, building, 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.
6. TIME AND PROGRESS CHART (CPMCHART)

6.1 The CPM 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 handing over thesite.
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 contractor’sperformance 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 duescrutiny.

Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 86

SPECIAL CONDITIONS (Contd…)


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 Engineer’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 separatelyregulated.
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 CLASSIFIEDDOCUMENTS

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.

8. CONTRACTOR’S REPRESENTATIVES, AGENTS ANDWORKMEN


8.1 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 effect 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 thisaccount.

9. MINIMUM WAGESPAYABLE
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 ishigher.

9.2. Contractor’s attention isalsodrawnamongstotherthingstothe“explanation tothe schedule


of minimum wages referredabove”.

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 totime.

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 oftender.

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 ofwork.
Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 87

SPECIAL CONDITIONS (Contd…)


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
royalties leviable by any Civil/ any other authorities. No claim on this account can be
entertained byGovernment.
11 LAND FOR TEMPORARY WORKSHOP, STORESETC
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 ofcharges.

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 ofIAFW-2249.

12 WATER
12.1 Refer condition 31 of General Conditions of Contracts IAFW-2249 and Clause 1.13 of MES
Schedule.

12.2 Water 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 three filling
points near overhead tanks located in that area as decided byGE.

12.3. 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 OTHERAGENCIES


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

14 ELECTRICSUPPLY
14.1 Electricity will be supplied by MES. The Contractor will be charged for electric energy
consumed at the following rates:-
(i) At Twelve rupees and thirty seven paise per unit forlighting.
(ii) At Twelve rupees and thirty seven paise per unit forPower.

Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 88

SPECIAL CONDITIONS (Contd…)


14.2. Electric 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 reasonwhatsoever.
15 RECORD OF CONSUMPTION OF CEMENT

15.1 For 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
Engineer-in-Charge, showing quantity of cement received used in the work and balance 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 theContractor.

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

15.3 Theregistershall bekeptatsite in thesafecustody ofthecontractors representativeduring the


progress of the work and shall on demand, be produced for verification to the
InspectingOfficer(s).

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

16. RETENTION MONEY/COMPENSATION FOR THE DELAY ETC


16.1 For 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
variation in prices-wages of labour under modified condition 63 of IAFW-2249 shall be taken
into account.

17 PERIOD FOR KEEPING THE TENDER OPEN


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

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 and 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 (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 89

SPECIAL CONDITIONS (Contd…)

19. UNIT RATE IN SCHEDULE “A”


19.1 TheunitrateinSchedule‘A‟quotedbythetenderershallbedeemedtoincludeforany minor details
of construction, which are obviously and fairly intended and which may not have been
referred to in these documents but are essential for the execution ofwork.

19.2 In case of difference of opinion as to whether or not a certain items of work constitutes
minor details of construction is included in the contractors price, the decision of the
Accepting Officer shall be final, binding andconclusive.

20. MATERIALS IN METRIC SIZES

20.1 If the materials (other than those issued under schedule ‘B’)are not available in metric sizes
as given in Sch ‘A’ 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 thegovernment.

21. ACCEPTANCE QUALITY OF WORK AND FINISHES

21.1 To determine the acceptable standard of workmanship, material/final finishes and layout of
fittings etc., the GE may order the contractor to execute some portion of work in advance
within the time specified hereinbelow.

21.2 On approval of the stages and sample workmanship the balance portion shall be executed
with similar method/specification.

22. MATERIALS ANDSAMPLES

22.1 Refer condition 10 of IAFW-2249 and clause 1.6 & 1.7 of MES SSR Part I- Specification.

22.1 Material provided by the contractor for incorporation in the works shall, unless otherwise
specified in the Particular specification be IS marked. IS means Indian Standards as issued
bytheBureauofIndian Standards. Wherever in thespecifications„IS‟isreferredto, it means the
edition with all amendments, current on the due date of receipt of the tender documents.

22.2 The tenderer is advised to inspect other 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. The materials to
be incorporated in the work by the contractor shall be IS marked or shall be equal or
superior in quality to samples displayed and shall comply with the specifications given
hereinafter.

22.3 The contractor shall produce samples of all materials, articles, fittings, accessories etc., that
he proposes to use and get these approved in writing by the Garrison Engineer within
reasonable time from the date of commencement of work as per work order. The materials,
article, etc., as approved shall be labeled as such and shall be signed by the GE
andcontractor’s representative. ThesesamplesshallbekeptinthecustodyoftheGarrison
Engineer /Engineer-in-Charge.

22.4. The contractor shall not procure materials unless the samples are first got approved by the
GarrisonEngineer.
Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 90

SPECIAL CONDITIONS (Contd…)

22.5. The brand of all materials, articles, fittings, etc., approved together with the names of the
manufacturers and firms from which supplies have been arranged shall berecorded.

(a) A list of items / articles which are having IS certification mark and readily available
are given in Appendix “B”. It is mandatory that ISI certified marked items/articles as listed in
Appendix “B” shall be incorporated in the work. In case of any, discrepancy between listas
per Appx “B” and downloaded list of BIS marked items from BIS site, the downloaded list
from BIS website shall prevail subject to verification fromBIS.

(b) The Govt reserves the right to get the items/articles as listed in Appendix “B‟ testedin
approved laboratories. The cost of sample for testing shall be borne by the contractor and
the remaining expenses such as cost of transportation of sample to laboratory and testing
fee shall be borne by the Govt, if the test result is found to be satisfactory. However, in the
event of the test result being found unsatisfactory, the entire cost of testing including cost of
samples shall be borne by the contractor. Government may get more than one sample of
the same materials tested and the cost of such testing shall be borne by theGovernment.

23. PROPRIETARY/ BRANDED MATERIAL


23.1 Proprietary/branded material such as paint, chemicals for anti-termite treatment, bitumen,
water proofing compound 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 thework.

23.2 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 foridentification.

23.3 The contractor shall obtain proprietary/branded materials from manufacturers or from
manufacturer’sauthorizedstockiestwheresuchauthorizedstockiesthavebeenappointed. 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 authorized dealers/manufacturers and also to be 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 bearingmanufacturersmarking except inthecaseofthe requirement of
material(s) being less than the smallestpacking.

24. PRODUCTION OFVOUCHERS


24.1 Contractor shall produce all purchase vouchers/invoices from the manufacturers and/or
their authorized agents for the full quantity of following materials / materials involved in
schedule ‘A’to the Garrison Engineer, 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
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) GI /PVC pipes and fittings
(b) Cement
(c) Steel
(d) Aluminumsections
(e) Sanitaryfittings
(f) PVC doors / Woodenjoinery
Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 91

SPECIAL CONDITIONS (Contd…)


(g) Water supplyfittings
(h) Tiles of alltypes
(i) Paints of alltype
(j) App membrane
(k) E/M Fittings complete including cable/ conduit etc.,
(l) All types LEDfittings
(m) Exhaustfan
(n) Materials laying at site for which payments of RARs are claimed
24.2 The vouchers shall be endorsed, dated and initialed by the Engineer-in-Charge giving the
contract number and name of work. A certified copy of each of such vouchers signed both
by Engineer-in-Charge and the contractor shall be kept onrecord.
24.3 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 quality of
material brought bycontractor.

25. HANDING OVER OFSITE

25.1 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 betenable.

26. LABOUR (REGULATION & ABOLITION)ACT

26.1 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.

26.2 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 ishigher.

27. REFUND OF PERFORMANCE SECURITY

27.1 The performance security deposit mentioned in Condition 19 of IAFW-2249 may be


refunded to contractor after the expiration of the defect liability period (vide condition-
46) by the GE provided always that the contractor shall first have been paid the final bill
and have rendered a no demand certificate (IAFA-451).
28. Blank
29 STACKMEASUREMENTS

29.1 Refer Special Conditions 20.A.1.2 of MES Schedule PartII.

29.2 Soling, 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 ofground.

29.3 This 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. Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 92

SPECIAL CONDITIONS (Contd…)

30. Re-Imbursement/Refund On Variation In “Taxes Directly Related To Contract Value”

(a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes (including
GSTon materials, GST on Works Contracts, 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 sub para (b)here-in-below.

(b) (i) 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 on
materials, GST on Works Contracts, Labour welfare cess/tax and the 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 prevailing on the bid submission end date.
Any increase in percentage rates of “taxes directly related to Contract value” with reference
to prevailing rates on the bid submission end date 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 the bid submission end date shall be refunded by the
Contractor to the Govt/deducted by the Government from any payments due to the
Contractor. Similarly, imposition of any new “taxes directly related to Contract value” after
the bid submission end date shall be reimbursed to the contractor and abolition of any
“taxes directly related to Contract value” prevailing on the bid submission end date shall be
refunded by the Contractor to the Govt/deducted by the Government from the payments
due to the Contractor.

(ii) The Contractor shall within a reasonable time of his becoming aware of variation in
percentage rates and/or imposition of any further “taxes directly related to Contract 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 documentary proof/information as the GE may
require.

(iii) The Contractor shall, for the purpose of this condition, keep such books of account
and other documents as are necessary and shall allow inspection of the same by a duly
authorized 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.

(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related


to Contract value” shall be made only if Contractor 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.

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

Contd..
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 93

SPECIAL CONDITIONS (Contd…)

31. ADVANCE ON ACCOUNT OF MATERIALS WHICH DOES NOT LOSE THEIR IDENTITY.

31.1 Refer Condition 64 of IAFW-2249 Advances on Account. Add the following in continuationof
Para 8. “Provided further, the contractor may be paid advance on account to the full value
of the under mentioned materials only, brought on the Site, on his furnishing Guarantee
Bond(s) from a Scheduled Bank for the amount of the retention money which should
otherwise be recoverable from him under Contract:-

(i) All non-perishable materials as decided by theGE

31.2 The Bank Guarantee Bonds shall be executed for a period and on a form as directed by the
Accepting Officer. The contractor shall further arrange to extend the period of Guarantee
Bond (s) if and when necessary, as directed by the Accepting Officer or shall furnish fresh
guarantee bond (s) of similar value in lieu. It will be noted that advance on account to the
full value to materials brought on the site is permissible only in respect of fittings and other
manufactured items which do not lose their identity. Materials like bricks, aggregate, pre-
cast concrete and similar items shall not be taken in thelist.

32. CLEANING DOWN (REFER CONDITION 49 OFIAFW-2249)

32.1 The 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 thisoperation.

33. OUT OF POCKETEXPENSES

33.1 No out of pocket expenses incurred by the tender in submitting his tender, will be reimbursed
whether his tender is accepted ornot.

34. TESTING OFMATERIALS

34.1 Refer condition 10 ofIAFW-2249.

34.2 All tests shall be got carried out by the contractor from the laboratories /testing agencies as
mentionedinAnnexure-ItoAppendix ‘D‟.

34.3 Any tests not mentioned in Annexure –I but indicated anywhere else in tender documents
are also to be carried out by theContractor.

34.4 The 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 assurancetests.

35. OFFICIAL SECRETACT

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

Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 94

SPECIAL CONDITIONS (Contd…)

36. CONTRACTOR PLANT / EQUIPMENT ATSITE

36.1 (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 followingparticulars:-
(i) Particulars of plants / equipment’s, their make, manufacturers Model No. if any,
Registration No if any, capacity, year of manufacture and year of purchaseetc.
(ii) Total No (Quantity) on site ofwork.
(iii) Location, indicating No, (Quantity) at each location on the site ofwork.
(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 neither the workman’s
neither 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 hisoffice.

36.2 LOSS OR DAMAGE ON ACOUNT OF ENEMYACTION

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 condition 36.1 (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
andbinding).
(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 be workman’s legal successors
for loss of the workman’slife.
(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 ContractsIAFW-2249).

36.3 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 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.

37. STORAGE OFMATERIALS

37.1 The 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 theEngineer-in-Charge.

38. BANK GUARANTEEBOND

38.1 In 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 AcceptingOfficer.
Contd…
CA NO. GE (AF)/AMLA/ OF 2022-23 SERIAL PAGE No. 95

SPECIAL CONDITIONS (Contd…)

39. QUALIFIED TRADESMEN: (APPLICABLE FOR WORKS COSTING RUPEES ONE CRORE ORMORE)

39.1 In compliance with the condition 26 of IAFW-2249 (General Conditions of Contracts) the
contractor shall employ skilled/semi-skilled tradesmen who are qualified and possessing
certificate in particular trade from Industrial Training Institute (ITI) / National Institute of
Construction Management and Research (NICMAR) / Similar reputed and recognized
Institutes by Sate / Central Government, to execute the works of their respective trade. The
number of such qualified tradesmen shall not be less than 25% of total skilled/semi-skilled
tradesmen required in each trade. The contractor shall submit the list of such tradesmen
along with requisite certificates to Garrison Engineer for verification and approval.
Notwithstanding the approval of such tradesmen by GE, if the tradesmen are found to
have inadequate skill to execute the work of their trades, leading to un-satisfactory
workmanship, the contractor shall remove such tradesmen within a week after written
notice to this effect by the GE and shall engage other qualified tradesmen after prior
approval of GE. GE‟s decision whether a particular tradesman possesses requisite
qualification, skill and expertise commensurate with nature of work, shall be final and
binding. No compensation whatsoever on this account shall beadmissible.

40. Appointment of Sole conciliator in terms of condition 71 of IAFW -2249 : All disputes arise
between the parties to the contract during execution of work or after completion or after
determination/cancellation/termination of the contract including any disagreement by
either party with any action, inaction, opinion, instructions, certificate or valuation by the
Accepting Officer or his nominee , the matter in dispute shall be in the first place be referred
the conciliation by a sole Conciliator to be appointed by the Engineer-in-Chief, Army
Headquarters, New Delhi or in his absence the Officer officiating as Engineer-in-Chief or
Director General of Works specifically delegated by the Engineer-in-Chief in writing. In case
of disagreement with the decision of sole conciliator either party may invoke arbitration
clause in terms of condition 70 of IAFW-2249

41. BORING TUBE WELLS WHEREIN PAYMENT IS TO BE MADE ON THE BASIS OF THE DEPTH OF
BORING: The depth of boring of the tube well at the site indicated by the GE is anticipated
to be 60 meters below ground level. The depth may, however, be ordered in writing to be
varied by the GE upto a maximum of 30 meters (plus or minus). If the GE decides that
suitable water bearing strata is not as visible in the afforced bore or the boring cannot be
continued further on account of the type of strata met with, he may order the contractor to
bore at other site (s) selected by the GE, until suitable water bearing strata is met with, or
boring cannot continue further on account of the type of strata met with provided the total
number of bores (including the first bore) does not exceed 03. The decision of the GE shall
be final and binding as to whether or not the bore can be continued further in the strata
metwith.

SIGNATUREOFCONTRACTOR AGE (CONTRACTS)


Dated: FOR ACCEPTINGOFFICER
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 96

PARTICULAR SPECIFICATIONS

NAME OF WORK: REPAIRS TO WATER PROOFING TREATMENT, SUNKEN FLOOR AND


LEAKAGE/SEEPAGE IN DOMESTIC AND X AREA AT AFS AMLA

1. GENERAL

1.1 TheworkunderthiscontractshallbecarriedoutinaccordancewithSch‘A’,particular specifications,


drawings where applicable, general specifications and other provisions in MES Standard
Schedule of rates (here-in-after called MES schedule) Part I (2009)& Part II (2020)read in
conjunction with eachother.

1.2 (a) The term general specifications referred to in Para 1.1 here in before as well as referred to in
IAFW-2249 (General Conditions of contracts) shall mean the specifications contained in
MESSchedule.

(b) General Rules, specifications, Special Conditions and all preambles in the MES Schedule
shall be deemed to be applicable to the work under this contract unless specifically stated
otherwise in these documents, in which case the provisions in these documents shall take
precedence over the aforesaid provision in the MES schedule. The term “as specified” wherever
appears in these tender documents and drawings relates to relevant particular specifications and
in its absence general specifications. All references to MES Schedule (Standard schedule of
rates) in these specifications relate to Part I of MES schedule unless otherwise mentioned.
Reference to only some paragraphs of MES schedule has been made in these particular
specifications but other paragraphs and provisions as applicable are also to be followed for all
parts of schedule „A‟ even though not particularly mentioned here-in-after.

1.3 Where specifications for any item of work are not given in MES schedule or in these particular
specifications, specifications as given in relevant Indian Standard or code of practice shall
befollowed.

1.4 Specifications of materials and workmanship shall be all as described in MES Schedule except
where specifically mentioned otherwise in this document. General rules, preambles to various
sections/rates, special conditions, method of measurements etc., given in the MES Schedule
shall also apply to this contract unless otherwise mentioned in the tenderdocuments.

2.0 MATERIALS

2.1 All materials to be supplied by contractor for incorporation in work shall conform to relevant
specifications. In case specification of any materials needed for incorporation in work is not
contained anywhere in the contract documents, the specification of such materials proposed to
be incorporated in work shall be got approved in writing from the GE before incorporation in
thework.
2.2 As far as possible all manufactured articles other than those manufactured in contractors
workshop at site shall bear IS specifications mark, but article not conforming to relevant
specification is proposed to be incorporated in the work, samples of the same shall be got
approved in writing from Garrison Engineer before their incorporation in the work. The contractor
shall submit sufficient evidence to the Engineer-in-Charge to show that such articles conform to
the relevantspecifications.

Contd...
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 97

PARTICULAR SPECIFICATIONS (CONTD)


2.3 Materials such as stone aggregates, sand etc., shall generally conform to the sample kept in
GE‟s Officeinadditiontotheirconformitywithrelevantspecification, giveninthe tender documents.
The source of such materials shall be got approved from GE in writing before the materials are
brought at site inbulk.

3.0 SCOPE OF WORK

3.1 Thiscontractcovers alltheworks describedinSchedule`A‟and as specifiedhereinafter.

4.0 DISMANTLING/ DEMOLITION/ T AKING DOWN

4.1 The contractor shall identify the items which are to be dismantled/demolished before
commencing the work at site as per the directions of the Engineer-in-Charge and before
dismantling prior intimation shall be given to Engineer-in-Charge to enable him to measure
jointly to avoid dispute at later date. Contractor shall not commence dismantling/demolition work
without the prior permission ofEngineer-in-Charge.

4.2 The contractor shall take all safety precaution to safe guard his labours, men & materials around
the building. Contractor shall also take suitable precaution for not to damage the existing
structure while demolishing/dismantling the items. The contractor shall replace and make good
the structure if any damaged during execution without any extra cost to department and contract
will not have any claim on thisaccount.

4.3 Any salvaged materials which are not covered under schedule of credit shall become property of
Govt and the same shall be returned to MES store yard without any extra cost.

4.4 All demolished and disposal materials which is not in reusable condition, as mentioned in sch “A‟
shall be removed, all as directed by the Engineer-in-Charge. Rubbishshallbe cleared away the
site from time to time as directed without any extra cost to department. Unless the debris are
removed from site completely to the entire satisfaction of GE, payment for relevant items
of demolition/ dismantling will not be made.

5.0 CONCRETE

5.1.1 CEMENT - Cement shall not be issued under Sch 'B'. Please refer Appendix “C” toPS.

5.1.2 COARSE AGGREGATE


Coarse aggregate for all concrete work shall be broken stone of basalt/trap/granite from
approved quarries (except where brick aggregate is specified conforming to requirements laid
down in clause 4.4 of MES Schedule (Part-I). Aggregate for lime concrete work shall be of
broken bricks all as specified in clause 4.5 of MES Schedule Part-I.

5.1.3 FINE AGGREGATE


(i) Fine aggregate for all concrete work shall be coarse sand conforming to requirement, laid
down in clause 4.4.7.2 of MES Sch (Part-I) and grading within the limits of Grading Zones II
to III all as specified in clause 4.4.7.2 (Table 2) of MESschedule.

(ii) The sand shall be stored at site in bins or in drums. The Contractor shall take necessary
precautions to avoid contamination or risk of shoveling up earth or other impurities when
beingused.

5.1.4 Both coarse and fine aggregate shall be washed before use if the percentage of deleterious
materials exceeds the limits given in clause 4.4.3 of MES SchPart-I.
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 98

PARTICULAR SPECIFICATIONS (CONTD…)

5.1.5 Water: Water shall conform to requirement stipulated in IS-456 and as per clause 4.9 of
MESschedule.

5.2 GRADING OF COARSE AGGREGATE

5.2.1 Gradingofconcrete shall be all as specifiedinschedule“A‟.

5.3 TYPE OF CONCRETE

5.3.1 Type ofconcreteshall beall as describedin Sch“A‟and as specified.

5.3.2 IMPORTANT REQUIREMENT OF REINFORCED CEMENT CONCRETE/ PLAIN CEMENT


CONCRETE:-

(i) All the materials, workmanship inspection and testing for the cement concrete shall be as
per requirements given inIS-456-2000.
(ii) The contractor shall provide all facilities for casting, curing and conveyance of test cubes
of cement concrete to an authorized laboratory as approved by the GE for testing as laid down in
IS-456- 2000 at no extra cost toGovernment.
(iii) Engineer-in-Charge shall maintain a record of actual consumption of cement in proper
register (other than the cement register mentioned in special condition) for all design mix and
initial the entry for every change in quality of cementbag.

5.3.3 All cement concrete, both plain and reinforced shall be mixed in mechanical mixer of hopper
type. However, in case of small quantity (i.e.) the quantity of concrete required being less than
one batch of mix, the contractor may, after obtaining written permission of the Engineer-in-
Charge, be allowed hand mixing without any price adjustment. Where hand mixing is
permitted, it shall be carried out on a water tight platform and
careshallbetakentoensurethatmixingiscontinueduntiltheconcreteisuniformincolour and
consistency. However, all design mix concrete shall be weight batched and volumetric
conversion will not be permitted.

5.3.4 COMPACTION: Concrete should be thoroughly compacted and fully worked around the
reinforcement, embedded fixtures and into corner of the form work. Internal vibrators(needle
vibrator) shall be used for compaction of RCC beams, columns and the slabs of thickness more
than 150mm. For slab of thickness upto 150 mm, screed vibrator (surface vibrator) shall be
used for effectivecompaction.

5.3.5 Cost of all such testing charges is to be borne by thecontractor.

5.3.6 BATCHING AND MIXING CONCRETE


The proportioning of cement, aggregates and water for concrete shall be determined by mass all
as per IS-456. The concrete shall be produced by using weigh batcher. The equipment should
consist of one or two weighting buckets connected through a system of lever to spring loaded
dials which indicated the load. The accuracy of mass measurement shall be within ± 2%. The
mass of water may be determined by storing water in tank which shall be filled up for each
batching. The system should be designed to have control to admit any desired quantity of water
for each batching. Alternatively, water meter can be fitted in pipe feeding water to concrete mixer
can allow exact quantity of water to go in each batch.

Contd…
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 99

PARTICULAR SPECIFICATIONS (CONTD…)

6. FORM WORKS:-

6.1 Refer to para 4.11.6 to 4.11.6.5 of MES Sch Part I. Also refer to para 7.8 to 7.9 and 7.15 of MES
Sch Part I. The form work shall be rough/fair finish as specified in relevant item of schedule“A‟.

6.2 Where Portland Pozzalana cement or Portland slag cement is used, period for curing and
removal of form work as given in Para 4.11.6.3 of MES Sch Part I, shall be increased as directed
by the Engineer-in-Charge without any extra cost of theGovt.

6.3 TRANSPORTING OF CONCRETE: - Refer to para 4.11.9 of MES SchPart-I.

6.4 PLACING OF CONCRETE AND COMPACTION: - Refer to para 4.11.10 to 4.11.11 of MES Sch
Part-I.

6.5 PROTECTION AND INSPECTION OF CEMENT: - Refer to para 4.11.14 and 4.11.15 of MES Sch
Part-I.

7. EXPOSED SURFACE OF CONCRETE:

7.1 All other exposed surfaces shall be finished such as to present a fair and even surface and shall
not be plastered. The surfaces shall be presentable without any further treatment. Any
irregularity and protruding formwork marks shall be removed and minor honey combing made
good with cement and sand mortar (1:3). Lines along formwork joint may however show.

8. Blank

9. Blank

10. PLASTERING

10.1 Surface to be plastered shall be prepared as per clause 14.14 of SSR Part I and plastering work
to be done as per clause No. 14.16 and 14.17 of SSR Part I and as describedin Schedule‘A’.

10.2 Curing of plaster work shall be properly done as indicated in SSR ClauseNo.14.24.

10.3 Unless otherwise specified plastered surface shall be finished without using extracement.

Contd…
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 100

PARTICULAR SPECIFICATIONS (CONTD…)

10.4 Thickness of plaster mentioned in Sch “A‟ is the finished thickness over the proudest part of the
brick wall even/uneven surfaces inclusive of dubbing. Nothing extra shall be paid for dubbing.
Plastering shall be all as specified in Schedule “A‟. Dubbing, however, may be done in one
operation with plaster and the rate quoted against plaster shall be deemed included for dubbing
also.
10.5 All corners, angles, junctions and edges shall be truly vertical or horizontal as the case may be
and shall be carefully finished. Corners around jambs of opening and junctions of walls shall be
rounded to minimum radius of 5mm.

10.6 Contractor shall take note of local practices and local availability of materials like bricks, stones,
form work etc., for any extra quantity of mortar required for rendering smooth, extra dubbing
required, touching up properly and achieving smooth and even surfaces. This shall be deemed
to have been included in the unitrates.

11.0 GALVANIZED PIPE

11.1 MATERIAL: All water tubing shall be galvanized medium grade can forging to IS- 1239(Part I)-
1979 and fittings shall comply with the requirement of relevant IS. GI tubing’sand fittings shall
have ISI marking. The pipes for supply of water otherwise specified/shown on drawings. Where
GI pipe crosses the wall. GI sleeve piece of suitable dia/length shall be provided to
accommodate the pipe to allow freedom to expansion and contraction and other movements
and the cost of same shall be deemed to be included in the unit rate inserted for buildings. The
holes in the walls and in floors shall be made good to match with the adjoining surfaces all as
specified in clause 18.51.4 of MES Schedule. The Contractor shall use proper bends, elbows,
tee etc at turning corners. Contractor shall provide screwed plugs to all open ends of pipe on
completion of days work.

11.2 LAYING AND FIXING OF PIPES

11.3 The pipes for supply of water shall run on the outside of the walls and connections to various
fittings shall be drought in to the rooms as directed byEngineer-in-Charge.

11.4 All pipes and fittings shall be fixed truly vertical and horizontal. Pipes and fittings shill be fixed
on walls ceilings etc. With approved pattern holder to bat clamps of required shape and size so
as to fit tightly on the pipes, when tightened and screwed to wall. The clamps shall be
embedded in masonry in cement mortar 1:3 and spaced at regular intervals as specified in
clause No. 18.51.2 and 18.51.3 of MESSchedule.

11.5 Cutting, threading and jointing of pipes/fittings shale be carried out all as specified in clause No.
18.50.2 and 18.50.3 of MESSchedule.

11.6 TESTING OF PIPE LINE AFTER LAYING

11.7 Testing shall be carried out by the contractor all as specified in clause No 18.54and18.55 of
MES Schedule Part-I (1991) in the presence of Engineer-in-Charge. If any fittings, specials,
joints leak during testing, the same shall be rectified by the contractor without any extra cost to
the Government. The lumpsum amount quoted by the tenderers against the Schedule “A‟ is
deemed to include for the above provision and no extra claim will be entertained on this
account.

Contd…
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 101

PARTICULAR SPECIFICATIONS (CONTD…)

12. GATE VALVE / GLOBE VALVE/ BALL VALVE

12.1 Gate valve / Globe valve shall conform to the provisions of relevant IS specification and shall be
ISI marked and shall be procured from any one of the manufacturers listed here-in-after.

13 FLOORING

13.1 GENERAL

13.1.1 Provision contained in clause 13.25 & 13.32 of MES Schedule are to be adopted for laying floors
and pavements and all as specified in respective items of schedule “A‟.

13.1.2 Floors shall be laid to levels or as directed by the Engineer-in-Charge. Floor finish shall be
extended over dwarf walls, door and other opening.

13.2 PCC FLOORING

13.2.1 PCC flooring shall be of mix and thickness as given in schedule “A‟.

14 WATER PROOFING LIQUID.


14.1 Water proofing liquid to be used shall be 0.4% by weight of cement or as specified
bymanufacturer’s instructions, whichever is more. It is to be ensured that with the use of water
proofing liquid overall chloride content when determined in accordance with IS-6925 shall not
exceed 2%. Irrespective of whatever mentioned in tender documents liquid water proofing shall
only be used and shall be procured from any one of the firms mentioned in list of manufacturers
here-in-after.

15 WATER PROOFING COMPOUND

15.1 Waterproofing compound used shall be mixed with cement concrete/plaster mortar by adding
integral water proofing compound (conforming to IS-2645-1975 specification for integral cement
water proofing compound) as per the manufacturer’s instructions.

16.0 WATER PROOFING TREATMENT ON ROOF SLAB


The waterproofing treatment on roof slab shall be carried out as per manufacturesinstruction
and as specified in Sch ‘A’.

16.1 Physical characteristics of the APP modified polymeric water proofing membrane shall be as
under.

(a) Softening Point - Minimum 150 degree centigrade.


(b) Reinforcement - Minimum 160 grans per Sqn non woven polyester mat
(c) Heat resistance 10 x 10 cm - does not drip 120 degree centigrade test piecehung
(d) Tensile Strength -Length wise > 650 N/5 Cm, Cross wise>350 N/5 cm
(e) Elongation -Length wise – 35%, Cross wise – 35%
(f) Weight -4 Kg/Sqm

Contd…
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 102

PARTICULAR SPECIFICATIONS (CONTD…)

16.2 APPLICATION PROCEDURE

The surface shall be thoroughly cleaned to eliminate all sharp projections, dust and dirt. One coat
of water based bitumen primer at the rate recommended by the manufacturer of the polymeric
waterproofing membrane shall be applied on the surface to be water proofed. Polymeric
membrane role shall be unrolled and laid on the primed surface and bonded completely to the
substrate by torch application. Overlaps shall be maintained at 10 cm and shall be completely
termo fused by flame torch. Another coat of hot bitumen 90/15/ @ 1.20 Kg / Sqm is applied on top
of polymeric membrane and finally finished with a coat of bituminous aluminium paint at the rate of
160 grams per Sqm. Care shall be taken to ensure that polymeric membrane is not punctured by
workers while work. Sample of polymeric membrane to be incorporated in the work shall be
approved by GE considering the following.

(a) The make of polymeric membrane shall be approved by GE and it shall be manufacture by
any one of the following firms.
(i) M/s Pidilite Industires Ltd.
(ii) M/s IWL India Ltd, C & D Lakshmi Bhavan 609 Anna Salai,Chennai - 06
(iii) M/s STP Limited, No. 208, Dheeraj, Hertigae, IInd Floor, Junction
SV Road and Milan Subway, Santacruz (West), Mumbai – 400054
Tele No. – 022-26608778, Fax No. 022-26610099
Email : Mumbaimktg@stpltd.com

16.3 At the junction of parapet and RCC roof, PCC benching in 1:2:4 type BO shall be provided to drain
off rain water before laying of water proofing treatment over the roof slab.

16.4 Water proofing treatment shall be got done by the manufacturer or their authorized applicator
under their close supervision.

16.5 The contractor shall submit the GE, Manufacturer’s test certificate with reference to physical
characteristics as specified here-in-before along with sample of the product proposed to be used.
The product complying the specified characteristics shall be only being approved.

16.6 GE has to carry out independent testing of the product to ascertain the product is complying with
requirement as specified here-in-before.Tests shall be carried out at Govt Engg Collages / National
Test House/SEMT Pune. The cost of sample and testing charges shall be borne by the contractor.

16.7 The contractor shall stand guarantee to the Govt for period of TEN YEAR from the date of taking
over the completed buildings for the efficacy of the treatment carried out. The contractor shall
furnish written guarantee for the above in favour of GE immediately on completion of work Written
Guarantee shall be given on Rs. 100/- Non-Judicial Stamp Paper duly notarised.

16.8 For the particular contract guarantee amount shall be calculated @ 2% of the total cost of water
proofing treatment ‘carried out as per relevant items of sch ‘A ‘at contract rates enhanced by 25%.
This amount shall be retained by the Govt. as Security Deposit for the entire guarantee period from
the contractor’s dues. The amount shall be released after successful expiry of the guarantee
period. The amount so withheld shall not be carry any interest.The contractor may however,
furnish a fixed deposit receipt in lieu, from a Schedule Bank pledged in favour of GE.

16.9 The Security Deposit referred to in condition 22 of General Conditions of contract IAFW-2249 is
independent of the Guarantee amount referred herein before. Condition 46 and 68 of the General
Condition of contract (IAFW -2249) shall be deemed to be amended to the extent mentioned
above.
Contd…
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 103

PARTICULAR SPECIFICATIONS (CONTD…)

16.10 In the event of contractor’s failure to comply with the GE directions within the stipulated period, the
work shall be carried out at the risk and cost of the Contractor. The liability of the Contractor under
this condition shall not, however, be extended beyond the period of 10 years from the certified date
of completion, unless the notice was served on the contractor previously to rectify such defects.

16.11 The contractor shall provide a plaster plate of requisite size in location as decided by the Engineer-
in-Charge on the wall of each of the building. The plate shall be 10mm thick in cement mortar (1:4)
to. Indicate the details such as water proofing treatment done vide CA No. date of expiry of
guarantee period and name of con tractor by engraving and painting (Black). The cost of plaster
plates shall be deemed to be included in the rate quoted for Sch ‘A’.

17 FINISHES

18.0 WHITE WASHING

18.1 MATERIAL

18.1.1 Lime used for white washing shall be as per make mentioned in Appendix “B”

18.2 PREPARATION OF SURFACES

18.2.1 Surfaces shall be broomed to remove all dust dirt and all loose scales of surface treatment and
other foreign matter. Where heave scaling has taken place the entire surface shall be scraped
clean any growth of mould mess shall be removed by scrapping with steel scrapes of treated as
directed by Engineer-in-Charge. Oil and grease spots shall be removed by suitable chemical and
smooth surfaces rubbed with wire brushes.

18.2.2 Old decorated surfaces to be white washed shall be broomed to remove all dust, dirt and loose
scales or lime wash and other foreign matter. Where heavy scaling has taken place, the entire
surface shall be scrapped clean. Preparation of old surfaces where ever spoiled by smoke spool,
oil and grease spots, mould, moss, unsound portion and nails holes etc., shall be prepared all as
described in clause 15.12.2 of SSR Part I.

18.2.3 Surfaces so prepared shall be got approved by the Engineer-in-Charge in writing before
proceeding with any treatment on the surface.

18.3 PREPARATION OF WHITE WASH

18.3.1 The lime shall be slaked at site and shall be mixed and stirred with about five liters of waterfor 1
kg of unslaked lime to make a thin cream. This shall be allowed to stand for a period of 24 hours
and shall then be screened through clean coarse cloth. 1 kg of gum dissolved in hot water shall
be added to every one cubic meter of lime cream. About 1.3 Kg of sodium chloride dissolved in
hot water shall also be added for every 10 kg of lime for making the coating hard and rub-
resistant. Small quantity of ultramarine blue (upto 3 gm per kg of lime) shall also be added to the
last two coats of white wash solution and the whole solution shall be stirred thoroughly before
use.

Contd…
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 104

PARTICULAR SPECIFICATIONS (CONTD…)

18.4 APPLICATION OF WHITE WASH

18.4.1 Whitewash shall be applied with ‘MOONJ’ brush or other brush to the specified number of coats.
The operation for each coat shall consist of a stroke of the brush given from the top downwards,
another from the bottom upwards over the first stroke and similarly one stroke horizontally from the
right and another from the left before it dries. Each coat shall be allowed to dry before the next coat
is applied. No portion of the surface shall be left out initially to be patched up later on. The brush
shall be dipped in whitewash, pressed lightly against the wall of the container and then applied by
lightly pressing against the surface with full swing of hand.

18.4.2 White wash application for ceiling, new work and old work shall be as specified in clause 15.12.5 to
15.12.5.3 of SSR Part I.

19 CEMENT BASE PAINT

19.1 MATERIAL

(a) Cement base paint shall comply with IS 5410-1992 Specification for cement paint. The
material shall be in the powder form, free from lumps that are not friable and when mixed with
required volume of water shall be suitable for use on porous surfaces of masonry, concrete, bricks
and rough plaster work.

19.2 PREPARATION OF SURFACES

(a) Preparation of surfaces shall be as specified in clause 15.15.2 of SSR Part I.

(b) Surfaces so prepared shall be got approved by the Engineer-in-Charge in writing before
proceeding with any treatment on the surface.

19.3 PREPARATION AND APPLICATION OF CEMENT BASED PAINT

(a) Before applying, cement paint, the surface shall be thoroughly wetted to control surface
suction. The surface shall be moist but not dripping wet when the paint is applied. Surfaces which
readily absorb moisture shall be wetted in one operation not more than one hour before painting.
Surfaces which absorb moisture slowly shall be wetted in at least two operations not less than 30
minutes apart.

(b) Preparation and application of cement based paint shall be as per clause No 15.15.1,
15.15.4 to 15.15.11 of SSR Part I 2009.

(c) Painted surfaces shall be sprinkled with water using a fog spray two or three times a day.
Curing shall be done between coats and for at least two days following the final coat. The curing
shall be started as soon as the paint has hardened so as to damaged by the spray, about 12 hours
after the application.

20.0 EXTERIOR WATER PROOF PAINT

20.1 Exterior water proof paint shall be shall be of Ist quality conforming to relevant IS. Paint shall be
procured by contractor from the manufacturer or their dealers and original paid voucher machine
number for the full quantity showing the name of manufacturers shall be produced to the GE duly
defaced by the Engineer-in-Charge soon after purchase of the paint. The Engineer-in-Charge shall
verify and ensure that the paint brought by the contractor is in manufacturer’s original packings with
name of manufacturers and brand quantity shall be entered in the MB duly signed by the Engineer-
in-Charge. Preparation of surfaces and application of painting shall be carried out as
permanufacturer’s instructions.

Contd…
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 105

PARTICULAR SPECIFICATIONS (CONTD…)

21.0 WHITE CEMENT BASED PUTTY


21.1 The preparation and application of wall care putty shall be all as per para 15.19 of SSR Part-I.

22.0 SCAFFOLDING

22.1 Where ever scaffolding is necessary, it shall be erected in such a way that, as far as possible,
no part of scaffolding shall rest against the surface to be treated. A properly secured well tied
suspended pail form (JHOOLA) may also be used.Where ladders are used, pieces of old gunny
bags shall be tied at top and bottom to prevent scratches to the walls and floors.

23.0 WORKMANSHIP

23.1 For a coat of any treatment first a sample coat must be applied allowed to dry and got approved
by the Engineer-in-Charge before the work proceeds.

23.2 Even colour must be achieved and patchy and sticky part of work will be rejected and shall be
re-executed by the contractor at his own cost.

23.3 The colour shall be of even shade over the whole surface, if it is patchy or otherwise badly
applied, the work shall be re done by the contractor at his own expense.

23.4 Surfaces of doors, windows, articles of furniture etc., and as such other parts of the buildings
shall be protected from splashes; such surfaces shall be cleaned of splashes. The contractor
shall be responsible for any damage to the fittings, fixtures and furniture’s.

24. LIST OF BULIDINGS

24.1 The list of buildings given herein after is for guidance only. However, any building other than
shown in this list may be added/ deleted from any item of work for which no amendment shall be
required. These provisions are binding on the Contractor and the Contractor shall not have any
claim on these accounts. The following are the buildings/ blocks wherein the work services will
be carried out: -

ST AREA- P-168, OTM ACCN-P-143, SHO-P-88, TANDON CAMP & MES COLONY- P-98, P99, P-
112, P-113, SITE- A, B, C and AWS 135
25 COMPLETION

25.1 The contractor on completion of work shall clean the entire site of work by removing as surplus
materials, debris or other rubbish etc., stagnated during the period of contract and ensure the
whole premises clean and tidy to the entire satisfaction of EIC, before handing over the site of
MES.

SIGNATUREOFCONTRACTOR AGE (CONTRACTS)


Dated: - For AcceptingOfficer
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 106

APPENDIX “B” TO PARTICULAR SPECIFICATIONS


APPROVED MAKES/NAMES OF FIRMS FOR PRODUCTS TO BE INCORPORATED IN
WORK UNLESS OTHERWISE MENTIONED/SPECIFIED/MARKED ELSEWHERE HERE IN
BEFORE.

1. LIST OF MANUFACTURERS

1.1 The make of various items of materials are as under. The contractor shall ensure that the items
of these makes only are incorporated in the work, which conforms to the relevant
specifications/requirements/stipulations in the contract. Also, other products which are equivalent in
specification having IS certificate shall be permitted in the work, if approved by GE subject to price
adjustment.

Sl Description of Item Makes/Manufacturers


No Company Name Brand Name
1 2 3 4
1 GI Pipe & fitting TATA
Jindal
Zenith
Swastik
Prakash
Surya
2 Cement base paint Super Snowcem
Duracem
Aquacem
M/s Shalimar Paints Shalimar
M/s Berger Paints Berger
3 Water Closet -Vitreous M/s CERA Sanitaryware CERA
China(European /Indian)/ M/s Jaquar Jaquar
squatting pan Orissa pattern
M/s Parryware Parryware
M/s Kajaria Sanitaryware KEROVIT
M/s Jonson
M/s RAK ceramics RAK CERAMICS
4 Non Skid Ceramic Tiles M/s Kajaria Kajaria
M/s Somany Somany
M/s Johnson Tiles JOHNSON
M/s Orient Bell Ltd Orient Bell
M/s Spartek
M/s Reqency
M/s ASIAN
M/s Ambani Vitrfied Pvt Ltd Ambani
M/s Naveen Tiles
5 Water Proofing Company M/s Pidilite Indus Ltd Pidilite
M/s FOSROC
M/s Dr Fixit
M/s EXCOT
M/s IMERMO
CA No. GE (AF)/ AMLA / 2022-23 Serial Page No. 107

Sl Description of Item Makes/Manufacturers


No Company Name Brand Name
1 2 3 4
Contd…./- Serial No 5 M/s SICO
M/s Superaquacem (I) Ltd
6 PVC Water Tank/Polythelene M/s Sintex Indus Sintex
M/s Polycon Jaipur Polycon
M/s Rotex Rotex
M/s Plasto Naoour Plasto
M/s Polvwell
M/s Carris Pipes tubes Pvt Ltd Acouatech
M/s Okey Polymers Pvt Ltd
M/s JS Polyplast
M/s Ergen Plastic Indus Jodhpur
M/s Vectus Industries Ltd Vectus
M/s Ashish Plast Ashish
M/s Pivush Plasto Chems Pvt Ltd
M/s Simplex Plast
M/s Kaveri Plasto KAVERI
M/s Rotamatic Containers Pvt Rotamatic
M/s Infra Infra
7 CI Pipe & Fittings M/s Electrosteel Casting Ltd
M/s Kejriwal
M/s NECO
M/s Kesoram
M/s Kapilansh Kapilansh
M/s Kalinga
M/s Babulal Bajaj Iron Foundry HIF
M/s True form Engineers

SIGNATURE OF CONTRACTOR AGE (CONTRACTS)


Dated : for Accepting Officer
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.108

APPENDIX“C” TO PARTICULARS SPECIFICATION

CEMENT

1. GENERAL
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.

2. TYPE OF CEMENT

(a) Type of cement for the subject work shall be ordinary Portland Cement
(OPC) 43 grade in accordance with relevant IS unless otherwise mentioned in
structural drawings forming part of the tender documents. However, in case of
non-availability of the same (to be certified by GE), Pozzollana Portland
cement (PPC) may be allowed subject to criteria as specified here-in- after in
the work by Accepting Officer on specific request by the contractor subject to
minus priceadjustment.

(b) The details of various types and grades of cement are enumerated
below:-

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


(ii) Ordinary Portland cement. Grade 53 (IS :12269-1987).
(iii) Rapid Hardening Portland Cement (IS :8041-1990).
(iv) Portland Pozzollana Cement. (IS :1489-1991).
(v) High Alumina Cement (IS :6452-1989).
(vi) Sulphate Resisting Portland Cement (IS :12230-1988).

3. PROCUREMENT

(a) The Cement supplied by the contractor will be procured from main
producers of cement if total requirement in the work is more than 1200 Bags.
The particulars of cement alongwith the date of manufacture shall be given
by the contractor for every lot of cement separately. The documents in
support of the purchases of cement shall be verified by the Engineer-in-
Charge andGE.

(b) Manufactures: The following are the main producers of OPC &PPC: -

Contd...
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.109

APPENDIX“C” TOPARTICULARSSPECIFICATION (CONTD…)

Sl Company Name Address Cement Approval Letter Valid


No Grades Upto
1. The Associated 414-421, Splendor Forum (4th All HQ E-in-C Policy -
letter No 04/2009
Cement Companies Floor), 3, District Centre,
issued vide HQ
Ltd. Jasola, New Delhi - 110044, letter No
Ph- 011 46583600 A/90154/438/E2
Brand: “ACC” Des-3 dated 25
May 2009
2. Ultra Tech Cement 'B' Wing, 2nd Floor, Mahakali All -do- -
Ltd. Caves Road, Andheri (East),
Mumbai - 400093, Ph- 022-
Brand: “ULTRATECH” 6917800

3. The India Cement Dhun Building, 827, Anna All -do- -


Salai, Chennai – 600002

4. Dalmia Cement Dalmiapuram Distt- All -do- -


(Bharat) Ltd. Truchirappalli, Tamil Nadu-
621651
Brand: “DALMIA INFRA
PRO”

5. Century Cements. Industry House, 159 Church All -do- -


gate Reclamation, Mumbai -
Brand: "CENTURY" 400020, Ph - 022 22023936

6. Saurashtra Cement Gala No A-1, Ground Floor, All -do- -


Udhyog Sadan No 3 MIDC,
Brand: "SAURASHTRA" Central Road, Andheri
(East), Mumbai – 400093 Ph-
022 32955557/67, Mo-
9320290081

7. The Ramco Cements Auras Corporate Centre, 98- All -do- -


Ltd. (Formerly Madras A, Dr. Radhakrishnan Salai,
Cement) Mylapore, Chennai – 600004,
Ph- 044 28478666
Brand: "RAMCO"
8. Mangalam Cement PO Adityanagar, Morak, All -do- -
Ltd. Dist- Kota, Rajasthan –
326520, Ph- 9351468076
Brand: "MANGALAM"
9. Birla Corporation Ltd Birla Building (3rd& 4th Floor) All -do- -
9/1, R.N Mukherjee Road,
Brand: "BIRLA" Kolkata - 700001, Ph- 033
30573700

10. Orient Cement 5-9-22/57/D, 2nd& 3rd Floor, All -do- -


GP Birla Centre, Adarsh
Brand: "ORIENT" Nagar, Hyderabad- 500063,
Ph- 044 23688600

Contd…
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.110

APPENDIX“C” TOPARTICULARSSPECIFICATION (CONTD…)

Sl Company Name Address Cement Approval Letter Valid


No Grades Upto
11. Nuvoco Vistas Equinox Business Park Tower- All HQ E-in-C Policy -
Corporation Ltd 3, East Wing, 4th Floor LBS letter No 04/2009
(Formerly Lafarge Marg, Kurla (West), Kurla issued vide HQ
Cement) Mumbai, Maharashtra- letter No
A/90154/438/E2
400070.
Des-3 dated 25
Brand: "NUVOCO" May 2009
12. Shree Cement Bangur Nagar, Beawar, Dist- All -do- -
Ajmer, Rajasthan- 305901,
Brand: "SHREE" Ph – 01462 228101-06

13. J K Cement Kamla Tower All -do- -


Kanpur-208001
Brand: "J K"

14. J K Lakshmi Cement Jaykaypuram, Dist-Sirohi, All -do- -


Ltd Rajasthan-307019, Ph -
02971 244409/10
Brand: "J K LAKSHMI"
15. Jaypee Rewa Cement Jaypee Nagar, All -do- -
P.O.- Jaypee Nagar,
Brand: "JAYPEE" Rewa - 486450 M.P.

16. Ambuja Cement Ltd Kodinar, PO- Ambujanagar, All -do- -


Taluka- Kodinar, Dist-
Brand: "AMBUJA" Junagadh, Gujarat- 362715,
Ph- 02795 237000

17. M/S Shree Guru Kripa 4/4 Trikuta Nagar OPC 43 HQ E-in-C letter 05
Cement (Pvt) Ltd Jammu - 180012 & PPC No Nov
Ph. 0191-2472043 A/90154/132/E2 2023
Brand: "SARTAJ" Des-3 dated 06
Nov 2018
18. M/S Parasakti Cement 123/3RT, Plot # 8-3-214/21, OPC 43 HQ E-in-C letter 25
Industries Ltd. Srinivasa Nagar & PPC No Sep
Colony(West), A/90154/115/E2 2023
Brand: "PARASAKTI Hyderabad-500038 Des-3 dated 26
Sep 2018
CEMENT" Tel- 040-44119100 / 200,
Fax- 040-23747562

19. M/s Chettinad 4th Floor, Rani Seethai Hall OPC 43 HQ E-in-C letter 30
Cement Corporation Building, 603, Anna Salai & PPC No Jan
Ltd. Hall, Chennai-600006 A/90154/168/E2 2024
Tel No. 044-42951800 Des-3 dated 31
Jan 2019
Brand: "CHETTINAD Fax No. 044-28291558
CEMENT" Email:-
info@chettinadcement.com
Website:-
www.chettinadcement.corn

Contd...
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.111

APPENDIX“C” TOPARTICULARSSPECIFICATION (CONTD…)

Sl Company Name Address Cement Approval Letter Valid


No Grades Upto
20. M/s JSW Cement JSW Centre OPC 43 HQ E-in-C letter 09
Ltd, A.P Opp MIMRDA Ground Bandra OPC 53 No Feb
Kurla Complex, Bandra (East) A/90154/334/E2 2022
Brand: "JSW OPC Mumbai – 400051 Des-3 dated 10
Feb 2020
43" Brand: "JSW Tele: +91-22-4286-5047 Fax: +91-
PSC HQ E-in-C letter 01
OPC 53" Brand: 22-2650-2001
No Apr
"JSW PSC (Portland Website : www.jswcement.in A/90154/449/E2 2024
Slag Cement)" Des-3 dated 09
Jul 2021
21. M/s Sagar M/s Sagar Cements Ltd, OPC 43 HQ E-in-C letter 24
Cements Ltd Plot No 111, Road No 10, OPC 53 No Aug
Jubilee Hills, PPC A/90154/392/E2 2022
Brand " SAGAR" Hyderabad - 500 033 PSC Des-3 dated 25
Aug 2020
Tele : +91-40-23351571, 2335672
Fax : +91-40-2335673
Email :- info@sagarcements.in
Web Site:-www.sagarcements.in
22. M/s Sanghi 10th Floor, Kataria Arcade, Off S OPC 53 HQ E-in-C letter 18
Industries Ltd. G Highway, PO- PPC No Nov
Makarba, A/90154/403/E2 2023
Brand: "Sanghi" Dist-Ahmedabad, Pin-380051 Des-3 dated 19
Nov 2020
Mob- 08238093065, Tel-079
26838000
Fax-079-26838111,
Website:
www.sanghicement.com
23. M/S My Home 9th Floor, Block-3, My Home Hub, PSC HQ E-in-C letter 16
Industries Ltd Madhapur, No Jan
Hyderabad - 500081 A/90154/156/E2 2024
Brand: "MAHA Ph- 040-66929696 Des-3 dated
17Jan 2019
CEMENT" Fax- 040-66929797/98
OPC 43 HQ E-in-C letter 19
Email:-corp@myhomegroup.in
PPC No Nov
Website:- A/90154/406/E2 2023
www.myhomeindustries.com Des-3 dated 20
Nov 2020

24. M/s Wonder 17, Old Fatehpura, Seva Mandir OPC 43 HQ E-in-C letter 26
Cement Ltd Road, Udaipur-313004, Rajasthan OPC 53 No Nov
(India) PPC A/90154/409/E2 2023
Brand: "Wonder Tele: +91-294-33991133 Des-3 dated 27
Nov 2020
Cement" Fax: +91-294-3006333
Email:
corp.office@wondercement.com

Contd…
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.112

APPENDIX“C” TOPARTICULARSSPECIFICATION (CONTD…)

(c) The contractor shall furnish the particulars of the manufacturer/supplier of


cement along with the date of manufacture to the Garrison Engineer / Engineer-in-
Charge of every lot of cement separately. The cement so brought shall be fresh & in
no case older than 60 days from the date of manufacture. 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 / Engineer-in-Charge 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 relevant clause and Annexure “B‟ of IS-8112,1989.

NOTE :( I)In case any other producer of cement is approved by E-in-C’s Branch till the
last date of receipt of tender, same can also be used without any price adjustment.
(ii) The cement producer bearing valid approval and validity by E-in-C’s till the last
date of receipt of tender shallbe used for this work.

4. USE OF PPC: While using PPC, the following requirement should be met:-

(i) PPC shall be allowed to be used in works only after ascertaining non availability
of OPC by the GarrisonEngineer.

(ii) GE shall ensure that PPC meets the strength criteria of 43 Grade OPC as laid
down in IS- 8112-1989.

(iii) The minimum period before striking formwork given in clause 11.3.1 of IS-456-
2000 is to be suitability modified at sites by theGE.

(iv) In cold climate regions and important structures like Overhead Reservoirs,
underground Sumps, Prestigious Building and Building with spans 10 m or more only
OPC shall beused.

(v) Mixing of OPC & PPC shall not be allowed in awork.

(vi) While procuring PPC, the following requirement is to be ensured and certificate
to that effect is to be obtained for each batch from themanufacturer.

(aa) The quality of fly ash is strictly as per IS 1489


(Part-I) 2002.
(bb) Flyash is inter-ground with clinker not mixed
withclinker.
(cc) Dry fly ash is transported in closed container and stored in silos. Only
pneumatic pumping should beused.
(dd) The fly ash is received from thermal power plants using
hightemperature combustion above 10000 C should beused.
(ee) The fly ash content in PPC shall not exceed 25% to ensureconsistency.

Contd…
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.113

APPENDIX“C” TOPARTICULARSSPECIFICATION (CONTD…)


5. TESTING OFCEMENT
(a) The manufacturer is to carry out inspections and testing of cement in
accordance with the relevant BIS provisions. The contractor shall submit the
manufacture’s Test Certificate in original along with the Test Sheet giving the result of
each physical test as applicable and 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
CementAcceptance Register, as given atAppendix “A” after due verification. The
GEshall also organize independent physical testing of random samples of cement
drawn from various lots from the National Test House, SEMT CME, Regional Research
Laboratories, Government Approved Laboratories, Zonal Laboratories as per relevant
ISCode.
(b) The contractor shall however, organize setting time and 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 uponto accept the lot of cement to commence the
work. 28 days compressive strength test will be final criteria to accept/reject thelot.
(c) In case the cement is not of requisite standard despite manufacture’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 oftesting.
(d) 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 quality receivedetc.

(e) Cost of transportation of samples to the approved laboratory/test house and


all testing charges including cost of sample shall be borne by thecontractor.
(f) The 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 here-in-before 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 by GE at the Zonal
Laboratory sodesignated.

6. DOCUMENTATION:
(a) The contractor shall submit original purchase vouchers for the total quality 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 here-in-before, 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 control number
recorded in the Cement Acceptance Register. The Cement Acceptance Register
shall be signed by JE, Engineer-in-Charge, GE and the Contractor. The contractor
shall maintain schedule of supply of cement for eachconsignment.
(b) The Accepting Officer may order a Board of Officers for random check of
cement and verification of connected documents during the currency ofcontract.
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.114

Contd…
APPENDIX “C” TOPARTICULARSSPECIFICATION (Contd…)

7. STORAGE / ACCOUNTING/PRESERVATION OFCEMENT


(a) Cement shall be stored in covered godown over dry platform at least 20 cm
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 20 cm away from
floors and walls. The storage, accounting and preservations of cement supplied by
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 tests(s) of cement as
applicable for that consignment
toensureitsconformitytothequalitymentionedinthemanufacturer’s test certificate.
The contractor shall bear the cost of necessary testing(s) in this regard and no claim
whatsoever shall beentertained.
(b) Stacking of cement shall be done as per relevant IS asunder: -

(i) Each cement consignment shall be stacked separately and removal


shall be made on the basis of First in Firstout.
(ii) Adequate top cover will be provided
(iii) Stacks in no case shall be higher than 10 bags. The maximum width of
each stack shall be 3 m if the stack is to be more than 7 to 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 droppingover.
(iv) Adequate space shall be kept between twostacks.

(c) Cement 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 authorized 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 thisaccount.

(d) Cement 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 here-in-after shall form the basis of
consumption of cement for various items of works unless indicatedotherwise.

(e) In 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
ofcement.

Contd..
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.115

APPENDIX “C” TOPARTICULARSSPECIFICATION (Contd…)

8. SCHEDULE OFSUPPLY

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.

9. MEASUREMENT AND PAYMENT OFCEMENT

(a) 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 thecontractor.

(b) The 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 here-in-before.
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 thework.

10. REQUIREMENT OF CEMENT LESS THAN 1200BAGS

(i) If 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
authorized distributors/dealers of the approved firms. However, contractor will have to
submit test certificate for the batch, issued by theproducer.

(ii) In 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.

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

(iv) The approval for procurement of cement from authorized 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 initialstage.
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.116

ANNEXURE – I TO APPENDIX “C‟


CEMENT SUPPLY AND ACCEPTANCE REGISTER
1. CA No. & Nameofwork :
2. ControlNo.* :
3. Nameof Manufacturer’s/BrandName/Gradeofcement(A) Manufacture- (B)Brand (C)Grade
4. Quantity of cement & Lot No/Week No (in Bags): (Qty (b) LotNo/WeekNo :
5. Manufacture’stestCertificatesNo
6. RandomTestDetails (a) Physical testreportfrom vide their letterNo.
(Name of approval Lab / Engg College)

(b)Chemical testreportfrom vide their letter No.


(Name of approval Lab / Engg College)
7. Details of Physical and Chemical properties:
Physical Requirements (As per IS 4031) Chemical Requirements (As per IS 4032)
Compressive
Soundness by Le

Soundness by Auto

during

Loss on ignition (%)


Strength

Initial Setting Time

Final Setting Time

Insoluble Resdue
Specific Surface

Consistency (%)

Magnesium (%)
Lime Saturation
(Mpa)
Area (M2/Kg)

Anhydride (%)
Aclumina iron
Ratio (Ratio)o
Factor (Ratio)

Chlorides (%)
Alkailes (%)
testing oC
Standard
Chatellar

(Minutes)

(Minutes)

Sulphuric
03 Days

07 Days

28 Days
Clave

Temp

(%)
As per relevant IS

As per
manufacture’s test
certificate
As per random test
Certificate
Remarkswithsignature accepted /rejected

Contractor JuniorEngineer Engineer-in-Charge Garrison Engineer


Remarks of BOO / Inspecting Officer /CWE
* To be allotted serially by GE consignment wise.
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.117

APPENDIX “D” TO PARTICULARS SPECIFICATION


TESTING OF MATERIALS
1. All the materials to be incorporated in the work shall be subject to quality control tests
as per the testing procedure and frequency as laid down in relevant IS and / or as
indicated in the contractdocuments.
2. Irrespective of whatever is indicated elsewhere in the contract documents, the
modalities of testing arrangements shall be as given here inafter.
3. The Contractor shall set up a full fledged site laboratory fully equipped to the
satisfaction of the GEtocarry out“A “typetestsasgiven inAnnexure“II‟attached.
Thelaboratoryshallbesetupin all respect before any activity requiring tests as indicated
above is physically commenced. The lab shall be established by the contractor in an accn
near the work site as decided by the GE. The Contractor shall employ a material engineer
having sufficient experience and as approved by the GE to carry out the testing activities.
All the tests shall be carried out in the presence of the Engineer-in-Charge and records shall
be jointly signed with theContractor.
4. The contractor before commencement of work shall ensure that all the relevant IS
codes for ready reference are made available at the sitelaboratory.
5. Entire cost of laboratory and it’s functioning including cost of samples will be borne by
the Contractor in all respects and no separate recovery for testing charges shall be
effected for tests, re-tests carried out at site laboratory. If in the opinion of the GE (whose
decision in this regard shall be final) any of the tests as given in Annexure “II”cannot be
satisfactorily carried out in the site laboratory at any stage due to any reason, the same
shall be got done in any Govt Lab/Govt Engineering College as approved by the GE in
respect of which all expenditure thereof shall be borne by the Contractor. The Contractor
shall arrange for samples and it’shandling/transportation to the concerned at his own cost
andarrangements.

6. Thetestsmarkedastype“B‟or“C” willnotbecarriedoutinthesitelaboratory.Thesetestsshall be
carried out only in any Government lab / National tests house / Govt Engineering College
as approved by the GE and the actual cost will be borne by theContractor.

7. Remedial measures, if any, required achieve/obtain desired results for each tests shall
be taken promptly by contractor. Unit rate quoted is deemed to include for this eventually
and noting extra shall be payable to the contractor. No extension of time shall be
admissible on thisaccount.
8. In case of unavoidable circumstances where any tests as laid down could not be done
and in the opinion of the GE non performance of these tests do not affect quality control,
penal recovery from RAR shall be made at double the rate of testing charges at the rates
as prevailing with Govt EngineeringCollege/NTH.GE‟s decisionin thisregardshallbefinaland
binding.
9. In case GE in his opinion consider that contractor is purposely not adhering to laid down
frequencies of tests, he shall reserve the right to get it tested in Zonal lab or any other lab as
deemedfitandmakepenalrecoveryasindicatedabove.GE‟sdecision,inthisregard,shallbe final
andbinding.

Contd…
CANO. GE (AF)/AMLA/ OF 2022-2023 SERIAL PAGE No.118

APPENDIX“D” TO PARTICULARS SPECIFICATION (CONTD…)

10. The tests shall be conducted as per frequencies laid down for these tests in these labs for which
contractor shall provide all requisite facilities like samples, materials etc., transportation to these
labsfortestingpurpose.Itwillbecontractor’sresponsibilitytoadheretothelaiddownfrequency of testing.
Text results shall be sent by lab to the GE whose copies can be made by contractor at his own
expense. Testing charges for the tests so conducted shall be recovered at the rates
indicatedfromtherunningpayments.Thecontractor’sunitratequotedisdeemedtoincludefor
aboveprovisions.
11. Method of sampling or testing shall be as per relevant IS, IRC, ASTM, AASHTO code etc. The
procedure adopted for various tests shall strictly be as per relevant codes and to the entire
satisfaction ofGE.

12. Manuals on the test procedures for the various tests shall always be available in the testing
laboratory.

13. The list of tests given in Annexure- “II”is of only a few common tests.However, all other tests
requiredintheworkbutnotcoveredintheAnnexure-“II‟shallalsobegotdoneinGovernmentlab
/ Govt Engineering College / National Test house as approved by the GE and entire cost of
samples, materials, handling, transportation and actual testing charges will be borne by the
Contractor directly.

SIGNATUREOFCONTRACTOR AGE (CONTRACTS)


DATED: FOR ACCEPTINGOFFICER
CA NO. GE(AF)/AMLA/ OF 2022-23 SERIAL PAGE No.119
ANNEXURE– IITOAPPENDIX“D”

Sl Material Tests Method of testing Frequency of tests Lev Rate Remarks


N el of
o test
1 2 3 4 5 6 7 8
1 Brick 1) Compressive IS03495 (Part-II) As per IS-5454 as givenunder :- A 180/- Checksfor
strength VisualandDim
ensional
characteristics
shallalsobecar
riedoutasper
IS-5454
2) Water absorption IS-3495 (Part-II) Lost size Sample Permissible A 150/- A
size Nos of
defective
bricks

1001 to 35000 5 0
3) Efflorescence IS-3495 (Part-I) 10001 to 35000 10 0 A 180/-
2 Coarse 1) Sieve Analysis IS-3495 (Part-I) One test for every 15 cum of aggregates A 120/
Aggregate of part thereof brought to site. 0
2) Flakiness Index IS-2386 (Part-I) One test for every 15 cum of aggregates A 90/-
or
Part these of brought to site.
3) Estimation of IS-2386 (Part-I) One test for every 100 cum of aggregate A 120/-
deleteriousmaterials or part thereof.
4) Organic impurities IS-2386 (Part-I) One test per source of supply. C 120/-
5) Moisture content IS-2386 (Part-II) Regularly as Required A 120/-
6) Specific Analysis IS-2386 (Part-I) One test for every 15 cum of FA or part A 120/-
thereof when brought to site.
3 Fine aggregate 1) Sieve Analysis IS-2386 (Part-I) One test for every 15 cum of FA or part A 180/-
thereof when brought to site.
2) Test for clay, silt and IS-2386 (Part-I) One test for every 15 cum of FA or part A 90/-
Impurities. Thereof of when brought to site.
3) Specific gravity IS-2386 (Part-II) One for each source of supply B 180/-
4) Test for IS-2386 (Part-II) One test for each source of supply. C 180/-
organic impurities
5) Moisture content IS-2386 (Part-II) Regularly as required subject to 2 tests / A 180/-
per day when being used.
Contd…/-
CA NO. GE(AF)/AMLA/ OF 2022-23 SERIAL PAGE No.120
ANNEXURE– IIITOAPPENDIX“D‟(Contd..)

1 2 3 4 5 6 7 8
4 Cement 1) Setting time IS-4031- Reaffirmed Once for each consignment or B 210/
63 1980 as and when required. -
2) Soundness IS-4031- Reaffirmed Once for each consignment or C 140/
63 1980 as and when required. -
3) Compressive strength IS-4031- Reaffirmed Once for each consignment or B 420/
63 1980 as and when required. -
4) Fineness IS-4031-63 Reaffirmed Once for each consignment or C 140/
1980 IS- as and when required. -
199
5 Structural 1) Slump test IS-119 The Min frequency of sampling A 180/ (i) Random
concrete orcompacting factor ofconcrete of each grade shall - sample shall be
test orVEE-BEE time beas under:- Carried out
tocover
mixingunits.
2) Compressive strength IS-516 Qty of conc. In the No of A 120/ 2) As per IS-456-
work - 2000 clause. 14
(M3) sample for frequency of
s Sampling.
1-5 1
6-15 2
16-30 3
31-50 4
51 and above 4+1 for
each
addl 50
CuM.
Or part
thereof
6 Cementflooring 1) Water absorption IS-1237 (Appx „D‟) 6 Tiles out of 18 B 180/ Samples18tilesfro
Tiles/Terrazzotile - meachsourceofs
s upplyselectedat
Random.
2) Wet Transverse IS-1237(Appx„F‟) 6 Tiles out of 18 B 144/
-
3) Resistance to wear IS-1237(Appx„F‟) 6 Tiles out of 18 C 540/
-
7 Timber 1) Specific gravit and IS-1708-1960 Minimum 3 samples from a lot B 120/
weight y of 4 Cum or 250 pieces of -
seasoned timber.
2) Moisture content IS-1708-1960 A 120/
-
Contd…/-
CA NO. GE(AF)/AMLA/ OF 2022-23 SERIAL PAGE No.121
ANNEXURE– IIITOAPPENDIX“D‟(Contd..)

1 2 3 4 5 6 7 8
8 Water for 1) Test for acidity IS-456 & 3015 Once at the state of approval of B 240/ Alsoreferclause 4.3 ofIS-
Constn source of water - 456anditssubsequentcl
purpose ausesregardingsuitabilit
yofwater.

2) Test for alkalinity IS-456 & 3015


3) Test for IS-456 & 3015
solid content
9 Welding of Visual Inspection Test IS:822-1970 100% by visual inspection 360/ Specialized
steel work Clause7.1 - tests,theirmethodandfr
equencytobe decided
onconsideration
oftheirimportanceby
theAcceptingOfficer.

10 Timber (a) Dimensions, sizes IS : 1003-1977 (Pt-I) Frequency of sampling from each lot A 180/-
paneled and workmanship and shall be as under :-
glaze finish Lot size Sample size
d 26 to 50 5
door/ 51 to 100 8
windo 101 to 150 13
w shutters 151 to 300 20
301 to 500 32
(including
factory
made
shutter)
501 to 1000 50
1001 and above 80
(b) STRENGTH TE IS-1303-1990 From each lot 5% of the factory
made shutter shall be
manufacture tested for strength
tests.
1) Slamming
2) Impact IS-1303-1990
Indentation
3) Shock resistance IS-1303-1990
4)Edge loading IS-1303-1990
Contd…/-
CA NO. GE(AF)/AMLA/ OF 2022-23 SERIAL PAGE No.122

ANNEXURE – II TO APPENDIX “D‟(Contd...)

1 2 3 4 5 6 7 8
11 Ply wood (IS- (a) Moisture content IS-1734-1983 (Part-I) Six test pieces cut from each B 240/- Sampling shall
303- 1989) of the Boards selected as per be as per IS-
table-I shall be subjected to 7835-
tests 1975Table-2
12 Veneered (a) Density IS-635 (Part-I) Three test specimen from C 60/- Sampling shall
wood particle each sample (size 15 mm x be done as per
board (Medium 75 mm) IS-3487-
Density) IS-3097 83Clause 2 with
– 1985) moisturemeter.
(b) Moisture content IS-2360 (Part-III) Three test specimen from A& 60/- IS-3487-83
each sample (size 150 mm x B clause 2 with
75 mm) moisture
(c) Water absorption IS-2360 – (Part-16) Three test specimen from A 60/- Moisture meter.
each sample (size 300 mm x
300 mm)
(d) Swelling due to IS-2360 (Part-17) Three test specimen from A 60/-
surfaceabsorption each sample (size 125 mm x
100 mm)
(e) Swelling in water IS-2360 (Part-17) Three test specimen from A 60/-
each sample (size 200mm x
100 mm)
(f) Modules of rupture IS-2360 (Part-IV) Three test specimen as per IS- B 90/-
2380-1977. Three test as per
specimens as per IS-2385.
(g) Screw IS-2360 (Part-IV) Three test specimens as per C 120/-
withdrawal strength IS- 2380-1977. Three test
specimens as per IS-2385.
LEGEND B-Zonal Lab C-National test house
A-Site Lab / SEMT WING/ Engg.
College

SIGNATUREOFCONTRACTOR AGE (CONTRACTS)

Dated: FOR ACCEPTINGOFFICER

You might also like