Sunteți pe pagina 1din 54

CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 101

Tele : 7890 (AF) BY HAND/ REGD/SDS POST


: 0343-2528230 (Civ) HQ CWE (AF) Panagarh
Nic Mail : afpana3-mes@gov.in Military Engineer Services
Air Force Station Arjan Singh
PO – Birudiah, Dist – Burdwan
West Bengal, Pin – 713 148

82276/PUR/ /E8 17 Aug 2019

M/s ________________________________
____________________________________
____________________________________
____________________________________

NAME OF WORK:REPAIRS TO BITUMINOUS ROAD ALONGWITH POT HOLES AT


CERTAIN PLACES AT AF STATION PURNEA UNDER GE(AF) PURNEA

Dear Sir(s),

1. Tender documents in respect of above work are uploaded on the site www.eprocuremes.gov.in.
The tender is on single stage two cover e-tendering system. The contents of Cover I & Cover II are
specified in NOTICE OF TENDER.

2. Bids will be received online by ACCEPTING OFFICER up to 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. Critical dates are given in Appendix ‘A’ to Notice of Tender. 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 onfilling and submission of tender attached herewith.
You may forward your points on tender documents and/or depute yourtechnical representative for
discussion on tender/ drawings and to clarify doubts, if any, onor before. You are requested not to write
piece meal points and forward your points duly consolidated before due date of submission of tender.

5. Un-enlisted contractors are required to submit the scanned copies (in ‘pdf’ file) ofdocuments
required as per eligibility criteria mentioned in Instructions for filling the tenderdocuments and Appendix
‘A’ to NIT along with EARNEST MONEY DEPOSIT (EMD) andtender fee on e-procurement portal and
submit the physical documents in the office of the COMMANDER WORKS ENGINEER (AF)
PANAGARH, MILITARY ENGINEER SERVICES, AIR FORCE STATION ARJAN SINGH, POST:
BIRUDIAH, DIST: BURDWAN (WEST BENGAL), PIN:713 148within time limit specified in NIT.
Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in disqualification for
opening of finance bid.
6. (a) Contractor having not executed standing security bond and standing security deposit in any
MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice
of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before
date & time fixed for this purpose. In case of failure to abide by any of these two requirements. The
finance bid will not be opened.
(b) Contractor having not executed standing security bond and standing security deposit in any
MES formation would be required to deposit individual security deposit onacceptance of tender which
will be calculated with reference to the tendered cost as perscales laid down by MES for calculation of
“EARNEST MONEY" enhanced by 25% subjectto maximum of Rs. 18,75,000/— (Rupees Eighteen
Lakhs Seventy Five Thousand Only).
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 102

7. Enlisted contractors of MES shall submit the scanned copies (‘pdf’ file) of enlistment letter,
tender fee and such other documents as mentioned in Appendix ‘A’ to NIT on e-procurement portal and
submit physical documents in the office of COMMANDER WORKS ENGINEER (AF) PANAGARH,
MILITARY ENGINEER SERVICES, AIR FORCE STATION ARJAN SINGH, POST: BIRUDIAH, DIST:
BURDWAN (WEST BENGAL), PIN:713 148before 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 e-mail/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 -l and Part-ll) are not enclosed with these
documents. These are available for perusal in the Office of GE concerned and this office.

11. ANY TENDER 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.

12. CLARIFICATION ON PROVIDENT FUND CODE NUMBER:

12.1 Contractors who have not yet been allotted permanent PF Code number shall submit proof
indicating their online application and upload their temporary PF code allotted online. The temporary PF
Code number so uploaded shall be considered sufficient for the purpose of e-tendering. The above
document in PDF format shall be uploaded in Cover No. 1 of the bid.

12.2 Before releasing the work order after finalization of tender, it should be ensured by the GE that
the contractor shall have Provident Fund Account Code number. Further, the contractor shall also
ensure compliance of the EPF & MP Act, 1952 by sub-contractor, if any engaged by him on the subject
work.

13. CLARIFICATION ON GOODS & SERVICES TAX REGN NUMBER :

13.1 Contractors shall upload their Goods & Service Tax Regn number along with the ‘T’ bid. This will
be one of the criteria for qualifying in ‘T’ bid (Cover No. 1). Contractor, who does not upload Goods &
Service Tax Regn number shall be considered disqualified in ‘T’ bid evaluation & his Finance bid(Cover
No. 2) shall not be opened.

14. This letter shall form part of the tender documents and shall be returned by the tenderer duly
signed along with the tender.

Yours faithfully,

SIGNATURE OF CONTRACTOR (A.P. Patel)


DATED :- EE (QS & C)
DCWE(Contracts)
For Accepting Officer
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 01

MILITARY ENGINEER SERVICES

NAME OF WORK:REPAIRS TO BITUMINOUS ROAD ALONGWITH POT HOLES AT CERTAIN


PLACES AT AF STATION PURNEA UNDER GE(AF) PURNEA

CONTENTS

Ser. Serial Page Nos.


No PARTICULARS From To

1. Contents 1

2. Notice of Tender (IAFW-2162) including Appendix ‘A’ to Notice of Tender 2 9

3. Instructions for Filling & Submission of Tender documents 11 14

4. Item Rate tender & contracts for works required IAFW – 1779-A (Revised 15 22
1955) & Schedule ‘A’(BoQ in Excel Sheet) including schedule ‘A’ Notes,
Schedule ‘B’, ‘C’ & ‘D’ & Tender page
5. General Conditions of Contracts IAFW -2249 (1989 Print) including errata 23` 71
& amendments thereto.

6. Schedule of Minimum Fair Wages 72

7. Special Conditions 73 84

8. Particular Specifications including Appendix ‘A’&‘B’ 85 100


9. Forwarding letter 101 102
10. Corrigendum to the Tender documents

11. Relevant Correspondence

12. Acceptance letter

13. Drawings : NIL Sheets

Total Nos. of Pages

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATE:_____________________ FOR ACCEPTING OFFICER
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 02

MILITARY ENGINEER SERVICES


NOTICE OF TENDER

1. A tender is invited for all 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 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 the phasing, if any, indicated in the tender from the date of handing
over site, which will be on or about two weeks after the date of Acceptance of tender.

4. Normally contractors whose name 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 excess of the financial limit of the contractor
and the Accepting officer decides to accept the tender / bid, in which event the
tenderer/bidder would be required to lodge additional security deposit as notified by the
Accepting Officer in term of conditions of contract. Contractors whose names are on
the MES approved list of any MES formation and who have deposited standing security
and have executed standing security bond may also tender/bid without depositing
Earnest money along with the tender/bid and if the tender/bid submitted by such a
tenderer/bidder is accepted, the contractor will be required to lodge with the Controller of
Defence Accounts concerned the amount of ‘Individual security deposit’ within thirty
days of the receipt by him of notification of acceptance of his tender/bid, failing which
this sum will be recovered from 1st RAR payment or from the first final bill. In the case of
term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the
contractor. Not more than one tender/bid shall be submitted/uploaded by one contractor
or one firm of contractors. Under no circumstances will a father and his son(s) or other
close relations who have business dealing with one another be allowed to tender/bid for
the same contract as separate competitors. A breach of this condition will render the
tenders/bids of both the parties liable for rejection.

5. The office of CWE (AF) Panagarh will be the Accepting Officer here in after referred to
as such for purpose of the contract.

6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the
tenderer/bidder on or before the date & time mentioned in NIT, A scanned copy of DD
with enlistment details/documents shall be uploaded as packet 1/Cover-1 (‘T’ bid) of the
tender/bid on e-tendering portal. DD is refundable in case T bid is not accepted
resulting in non-opening of ‘Q’ bid. The applicant contractor shall bear the cost of bank
charges for procuring and encashing the DD and shall not have any claim from
Government whatsoever on this account.

6.1 Tender form and conditions of contract and other necessary documents shall be
available on eprocuremes.gov.in/eprocure.gov.in site for download and shall form part of
contract agreement in case the tender/bid is accepted.

6.2 In case of contractor who has not executed the Standing Security Bond, the cover-1
shall be accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in
the form of deposit at call receipt in favour of concerned GE / AGE (I) (see Appendix ‘A’)
by a scheduled Bank or in receipted treasury challan the amount being credited to the
revenue deposit of the concerned GE/AGE(I) (see Appendix ‘A’).
Contd.../-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 03

NOTICE INVITING TENDER (NIT) CONTD..

6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in
the MES approved list of any MES formation and who has deposited standing security
and executed standing security Bond may bid without depositing earnest money along
with the tender, but if the Accepting Officer accepts the tender/bid, the contractor will be
required to lodge with the Controller of Defence Accounts concerned the amount of
Individual security deposit within thirty days of the receipt by him of notification of
acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR
payment or from the first final bill. In the case of term/running contracts, remaining sum
shall be recovered from subsequent bill(s) for the contractor.

6.4 A contractor who has executed standing security Bond but not corresponding to the
appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional
Security Deposit as notified by the Accepting Officer within thirty days of the receipt of
his notification of acceptance of his tender/bid, failing which this sum will be recovered
from the first RAR payment or from the first final bill. In the case of term/running
contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor.
However, in case where any payment is made to the contractor within thirty days of the
receipt by him of notification of acceptance of tender/bid, the amount of additional
security deposit shall be recovered from such payment.

6.5 The GE / AGE (I) will return the Earnest Money wherever applicable to all unsuccessful
tenderers/bidders by endorsing an authority on the deposit-at-call receipt for its refund,
on production by the tenderer/bidder a certificate of the Accepting Officer that a bonafide
tender/bid was received and all documents were returned.

6.6 The GE / AGE(I) will either return the Earnest Money to the successful tenderer/bidder
by endorsing an authority on the deposit-at-call. Receipt for its refund on receipt of an
appropriate amount of Security Deposit or will retain the same in part or full on account
of security deposit if such a transaction is feasible.

6.7 Copies of the drawing 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 Accepting Officer and concerned GE / AGE (I)
during working hours.

7. The tenderers/bidders are advised to visit the site of work by making prior appointment
with GE /AGE (I) who is also the Executing Agency of the work (see Appendix ‘A’). The
tenderers/bidders are deemed to have full knowledge of all relevant documents,
samples, site etc, whether they have inspected them or not.

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

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

10. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of


Rates (see Appendix ‘A’) including amendments and errata thereto.

Contd.../-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 04

NOTICE INVITING TENDER (NIT) (CONTD...)

11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and
subsequent opening of finance bid of any applicant/bidder, even of enlisted contractors
of appropriate class, merely by virtue of enclosing DD. Accepting Officer reserves the
right to reject the ‘T’ bid and not open the finance bid of any applicant/bidder. ‘T’ bid
validation shall be decided by the Accepting Officer based on, inter alia, capability of the
firm as per criteria given in Appendix ‘A’ to this NIT. The applicant contractor/bidder will
be informed regarding non validation of his ‘T’ bid assigning reasons thereof through the
defprocmes.gov.in website. The applicant contractor/bidder if he so desires may appeal
to the next higher Engineer Authority viz. Chief Engineer (AF) Shillong Zone on email id
ceafsze8@gmail.com /cheifengrairforcesz@gmail.com with copy to the Accepting
Officer on email before the scheduled date of opening of Finance Bid. The decision of
the Next Higher Engineer Authority (NHEA) shall be final and binding. The
contractor/bidder shall not be entitled for any compensation whatsoever for rejection of
his bid.

12. The Accepting Officer reserves the right to accept a tender submitted by a Public
Undertaking, given a price preference over other Tender(s)/bids which may be lower, as
are admissible under the Government Policy. No claim for any compensation or
otherwise shall be admissible from such tenderer/bidder whose tender/bid is rejected.

13.0 PERFORMANCESECURITYDEPOSIT:

13.1 Within 28 days of receipt of the ‘Letter of Acceptance’ of the tender , thesuccessful
lowestcontractor shall deliver to the Accepting Officer a Performance Security in any of the
forms given below for an amount equivalent to 5 % of the contract sum :-
(a)A Bank Guarantee in the prescribed form issued by Nationalised/Scheduled
National Bank executed in favour of CDA, Patna.
(b) Fixed Deposit Receipt pledged in favour of CDA, Patna.
13.2 Failure of the Lowestcontractor to comply with the requirements of sub-clause 13.1 here-in-
before shall constitute ground for cancellation of the award of work and forfeiture of Earnest
Money Deposit. In case ofMESenlistedcontractor,amountequaltotheEarnest money
stipulatedintheNotice Inviting Tender shallbenotifiedtothetendererfordepositing the amount
through MRO. Issue of tender to such tenderers shall remain suspended till the
aforesaidamountequaltotheEMDinGovt.treasury.

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’ shall form part of the contract.

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATE: FOR ACCEPTING OFFICER
DATE:
CA NO: CWE (AF)/PUR/ OF 2019 - 2020 SERIAL PAGE NO: 05

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

1. NAME OF WORK : REPAIRS TO BITUMINOUS ROAD ALONGWITH POT HOLES AT


CERTAIN PLACES AT AIRFORCE STATION PURNEA UNDER
GE(AF) PURNEA
2. TYPE OF CONTRACT : The tender shall be based on General Conditions of Contracts
IAFW-2249 (1989 Print) and IAFW-1779-A (Revised 1955) with
Schedule ‘A’ (List of Items of Work) to be priced by tenderer.
3. ESTIMATED COST OF : Rs. 14,90,000.00 at Market Cost
WORK
4. PERIOD OF COMPLETION 06 (Six) Months
5. COST OF TENDER : Rs. 500/- in the shape of DD/Bankers Cheque from any schedule
DOCUMENTS Bank in favour of GE (AF) Purnea and payable at Panagarh

6. Website/Portal address : www.defproc.gov.in and www.mes.gov.in


7. Amount of Earnest Money : Rs.29,800.00 in the form of DD/Bankers Cheque from any
for contractors not Nationalised Bank in favour of GE (AF) Purnea MES enlisted
enlisted in MES contractors are exempted from submission of EMD (Copy to be
uploaded online and original to be forwarded offline to receive
before due date of opening of Cover No 1).
8. CRITICAL DATES:
(a) Tender Published date. : 17 Aug 2019 at 1800 hrs
(b) Starting date and time of : 17 Aug 2019 at 1800 hrs
tender documents
downloading
(c) Starting date and time of : 31 Aug 2019 at 1800 hrs
bid submission (Cover No 1
& 2)

(d) Closing date & time of : 05 Sep 2019 at 1800 hrs


bid submission(Cover 1 & 2)
(e) Date and time of bid : 07 Sep 2019 at 1200 hrs
opening (Cover 1)
(f) Date and time of bid : Will be intimated online after completion of evaluation of tech
opening bid/application (Cover-1)
(Cover No 2)

Contd../-
CA NO: CWE (AF)/PUR/ OF 2019 - 2020 SERIAL PAGE NO: 06

APPENDIX ‘A’ TO NOTICE OF TENDER(CONTD…)


9. Eligibility Criteria:
(a) For MES enlisted contractors. : All contractors enlisted with MES in Class ‘E’ and above and
category a(i) shall be considered qualified provided they do not
carry adverse remarks in WLR of competent engineer authority.
(b) For other contractors i.e. firms : (a) The firms not enlisted with MES shall meet the enlistment
not enlisted/ registered with MES criteria of ‘E’ class MES contractors & category a(i) i.e. with
regard to having satisfactorily completed requisite value works,
Annual turnover, Solvency, working capital, immovable property/
fixed assets, T&P, Engineering establishment, no recovery
outstanding in any Govt. Department, Police Verification
/Passport etc. Enlistment criteria may be seen in Para 1.4 of
section 1 of Part I of MES Manual on Contracts-2007 (Re-print
2012) as available in all MES formations.

(b) These firms shall also submit copy of Police verification from
Police authority of the area where the registered office of the firm
is located/notarized copy of valid passport of proprietor/each
partner/each Director.
(c) They should not carry adverse remarks in WLR/or any other
similar report of any authority.

(c) For all contractors : Contractor will not be allowed to execute the work by sub-letting
or through power of attorney holder on his behalf to a third
party/another firm except sons/daughters of proprietor/ partner/
Director and firms own employees, Director, Project Manager.
This shall be subject to certain conditions which will be
prescribed in the NOT forming part of the tender document.

10. Tender issuing and Accepting : CWE (AF) Panagarh


Officer
11. Executing Agency : GE (AF) Purnea
12. Jurisdiction of Court : 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.
NOTES:-
1. The contractor enlisted upto one class below the eligible class may also apply/bid.
Application/bids from one class below eligible class applicants may be considered in the event of
inadequate response/bids from the applicants of eligible class.
2. (a) Applications / bids not accompanied by scanned copies of requisite DD / Bankers
Cheque/ Call Deposit Receipt/ Treasury Challan towards cost of tender and earnest money
(as applicable) shall not be considered for validation of ‗T‘ bid and their finance bids will not
be opened.
(b) Tenderers/bidders to note that they should ensure that their original DDs and earnest money
(as applicable) are received within Five (05) days of bid submission end date.
[

(c) In case of applications/bids from enlisted contractors of MES, where scanned copies of
requisite DD/Bankers Cheque towards cost of tender has been uploaded but physical copies
are not received by the stipulated date, finance bids will be opened. However non-
submission of physical copies of cost of tender shall be considered as wilful negligence of the
bidder with ulterior motives and such bidder shall be banned from bidding for a period of six
months commencing from the date of opening of finance bid.

Contd…/-
CA NO: CWE (AF)/PUR/ OF 2019 - 2020 SERIAL PAGE NO: 07

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


(d) In case of applications/bids from un-enlisted contractors, where scanned copies of requisite
DD/Bankers Cheque towards cost of tender has been uploaded but physical copies are not
received by the stipulated date, finance bids 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 finance bid.
(e) In case of applications/bids (enlisted contractor as well as un-enlisted contractor) where
scanned copies of requisite Earnest money (as applicable) where uploaded but the same are
not received in physical form within stipulated time, such bids shall not qualify for opening of
finance bid.
(f) The contractor should engage a Valid License Electrical Supervisor in their establishment.
Affidavit for employment of Electrical Supervisor and engagement of supervisor in the firm
alongwith valid license should be uploaded in cover 1 of the Bid.

3. Contractors enlisted with MES will upload following documents for checking eligibility :-

(a) Application for bid in Firm‘s letter head.


(b) Enlistment letter.
(c) Scanned copy of DD of cost of tender
(d) EPF Registration Number
(e) GST Registration Number.
4. Contractors not enlisted with MES will be required to upload necessary documents to prove their
eligibility for enlistment in eligible class & category of work, including Affidavit for no recovery
outstanding. List of documents required for enlistment in MES has been given in Para 1.5 of section 1 of
Part-I of MES Manual on Contracts 2007 (Reprint 2012). Following documents shall also be uploaded
amongst others :-
(a) Details of three highest valued similar nature of works executed during last five years financial
year wise in tabular form giving name of work, Accepting Officer‘s details viz. Address, Telephone,
Fax No, E-mail ID etc. Date of acceptance of tender and actual date of completion. This shall be duly
signed by proprietor/all partners/ authorised Director of Pvt/ Public Ltd. as applicable. It should
indicate whether extension was granted or compensation was levied. Attested copy of acceptance
letter and completion certificate shall be enclosed of each work. In case performance report has been
given by the client same shall also be submitted duly attested.
(b) Solvency certificate and working Capital Certificate issued by scheduled bank.
(c) Annual turnover certificate for last 2 years issued by Chartered Accountant along with relevant
pages of audited balance sheets on support thereof.
(d) Affidavit for possession of movable & immovable properties by proprietor/partner owning the
immovable property along with Valuation Certificate from Regd Valuer in support of movable &
immovable properties. In case of Limited Company, the immovable property is required to be in the
name of the company. In case of Limited Company, the immovable property is required to be in the
name of the Company.
(e) In addition the un-enlisted contractors shall also furnish affidavit on non-Judicial stamp paper in
the form of hard copy declaring their turnover for last 2 (Two) years.

(f) Scanned copy of DD of cost of tender and earnest money in form of deposit at call receipt or
Treasury Challan.
(g) EPF Registration Number.
(h) GST Registration Number.

Contd…/-
CA NO. CWE (AF)/PUR/ OF 2019 - 2020 SERIAL PAGE NO: 08

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

5. Keeping in view the applicability of GST on all contracts, it is mandatory the contractors to upload
their GST Registration Number along with the Technical bid. This will be one of the criteria for qualifying
in Technical bid. Contractor, who does not upload GST registration No. shall be disqualified in the
Technical bid evaluation and his Financial bid shall not be opened.
6. As per statutory rules Provident Fund Code number is mandatory. The contractor
/tenderer/ bidder not in possession of this number shall be disqualified in Technical bid
evaluation and his financial bid shall not be opened.
7. 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.

8. In case of rejection of technical/prequalification bid, contractor may appeal to next higher Engineer
authority i.e. CE (AF) Shillong Zone on email ceafsze8@gmail.com /cheifengrairforcesz@ gmail.com
against rejection, whose decision shall be final and binding. However, contractor/bidder shall not be entitled to
any compensation whatsoever for rejection of technical/pre-qualification bid.

…………………………………....
Signature of Contractor
File No. 82276/PUR/ /E8 DCWE (Contracts)
For Accepting Officer
HQ Commander Works Engineer (AF)
Military Engineer Services
Air Force Station Arjan Singh
PO – Birudiah, Dist: Burdwan
West Bengal – 713 148
Date: 17 Aug, 2019

Distribution:-
th
1. Builders Association of India, 8 Floor Shayog, 58 Nehru Place, New Delhi – 110019
th
2. Constr Industry Development Council, 501 (8 Floor) Hemant Chambers, 89 Nehru Place, New Delhi-19.
3. Builders Association of India, Sudder Street ,Calcutta -13
4. MES Builders Association of India, Kolkata Branch C/o Bhomick Ent (India) Surendra Mohan Ghosh
nd
Sarani, 2 Floor, Kolkata – 700 001.
5. HQ CE EC, Kolkata -21 6. ADG (NEI), c/o HQ CCE (Army) No 3
7. CE (AF) Shillong Zone Shillong 8. CE Shillong Zone Shillong
9. CE Siliguri Zone, Sevoke Road, Siliguri 10. CWE (AF) Kalaikunda
11. CWE (Sub) Barrackpore 12. CWE Kolkata
13. CWE Bangdubi 14. GE (AF) Panagarh
15. GE (AF) Punea 16. GE (AF) Kalaikunda
17. GE (AF) Barrackpore 18. GE (P) (AF) Kalaikunda
19. AGE (I) (AF) Singarsi 20. Notice Board
CA NO. CWE (AF)/PUR/ OF 2019 - 2020 SERIAL PAGE NO: 09
Annexure No 1

ELIGIBILITY CRITERIA FOR UN-ENLISTED CONTRACTORS

1. Experience in last 5 years:


(a) Having completed three works costing not less than 7.50 Lakh.
Or
Two works costing not less than 10.00 Lakh
Or
One work costing not less than 20.00 lakh
Or
Average annual turnover for last two consecutive years shall not be less than 25.00 Lakh

Note:- A copy each of work order, contract accept letter, completion certificate, Sch ‘A’ of contract and performance from
concerned authority shall be submitted by the firm.

2. Particulars of Contractors : Documents regarding proprietorship/Partnership/Private Limited concern to be


submitted. Also, affidavit regarding no sister concern in MES and no near relative in MES.

3. Financial Soundness (Certificate from bankers on requisite specimen to be furnished)

(a) Solvent upto Rs. 10.00 Lakh


Or
Financially sound for engagement upto Rs.25.00 Lakh

(b) Working capital not less than Rs. 5.0 Lakh

4. Engineering Establishment:

(i) Degree Holders - 01 No from a government recognized institution.


or
(ii) Diploma Holders from Govt. recognized institute -01 No having experience of 2 years.

Affidavit from the firm as well as from the engineers alongwith copy of their qualification and experience to be
furnished.

5. Limit of minimum reserve/assets (Immovable and Movable)


(Affidavit to this effect shall be furnished alongwith valuation report from Govt. approved valuer)
Rs. 8.00 Lakh – 80% of minimum reserve shall be in the form of immovable property.

6. T & P – NA

7. Police Verification
Copy of Police verification certificate from police authority of the area where registered office is located. Alternatively
notarized copy of valid passport of proprietor / each partner / each director can be submitted.

8. Certificate regarding no recovery outstanding in any Govt. department


Affidavit to this effect that no recovery of any kind is outstanding in any Govt. department to be furnished.

9. Certificate regarding no arbitration / litigation case

Affidavit to this effect that no arbitration / litigation case is outstanding in any Govt. department to be furnished.

10. Copy of last three years income tax return filed.

11. Copy of details showing value of works completed in last three years based on Form- 26 AS.

12. Scanned copy of EPF Account Code number.

13. Scanned copy of GST Registration Number.

Note: Contractor shall upload copies of all the above documents prior to closing date of bid submission.

(A.P. Patel)
EE (QS & C)
DCWE (Contracts)
For CWE (AF) Panagarh
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 10

BLANK
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 11

INSTRUCTIONS ON 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 any one of the following forms, along with their tender/bid:-

(a) Deposit at Call Receipt from a scheduled bank in favour of Concerned GE/ AGE (I).

(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
Concern GE/ AGE (I).
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 Concern GE/
AGE (I).
NOTES: Earnest Money Deposit (EMD) in the form of Cheque / Bank Guarantee etc, will not be
accepted.NON-SUBMISSION OF EARNEST MONEYDEPOSIT(EMD) (scanned copy along
with Technical bid and hard copy) within 7 days of bid submission end date WILL RENDER
THE BID DISQUALIFIED FOR OPENING OF COVER-II (FINANCE BID).
2. SECURITY DEPOSIT:
In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted,
the contractor will be required to lodge with the Controller of Defence Accounts concerned
INDIVIDUAL SECURITY DEPOSIT calculated with reference to TENDERED COST as notified
by the Accepting Officer subject to maximum of Rs.18,75,000/-. The amount is required to be
lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of
tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final
bill (See Condition 22 of General Conditions of ContractIAFW-2249).
3. CONTRACTORS ENLISTED UNDER THE CHIEF ENGINEER, EASTERN COMMAND WHO
HAVE EXECUTED STANDINGSECURITY BOND AND DEPOSITED STANDING SECURITY
DEPOSIT BUT OF LOWER CLASS:
In case the tender/bid is accepted, the amount of ‘Additional Security Deposit’ will be as
notified by the Accepting Officer. The amount will be the difference between the individual
security deposit calculated with reference to the ‘TENDERED COST’ and the ‘Standing Security
Deposit’ lodged. The amount is required to be lodged within 30 (Thirty) days of the receipt by
the contractor of notification of acceptance of tender/bid, failing which the sum shall be
recovered from the 1st RAR payment or from the Final bill (Refer Condition 22 of General
Conditions of Contract (IAFW-2249).
4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CHIEF ENGINEER
EASTERN COMMAND
Contractors whose name(s) are on the approved list of any MES formation i.e. other
than CE EasternCommand who have deposited Standing Security and have executed Standing
Security Bond may tender/bidwithoutdepositing Earnest Money with the bid and if the Accepting
Officer decides to accept the tender/bid, such tenderers will be required to lodge security
deposit as notified by the Accepting Officer. The amount is required to be lodged within
30(Thirty) days of the receipt by the contractor of notification of acceptance of tender /bid,
failing which the sum shall be recovered from the 1st RAR payment or from the Final bill(Refer
Condition 22 of General Conditions of Contract (IAFW-2249).
Contd

CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 12

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER(Contd…)

5.0 GENERAL INSTRUCTIONS FOR COMPLIANCE:

5.1 The bids received only in the electronic form will be considered.All bids shall be submitted on
www.defproc.gov.in”portal. Documents should be scanned and forwarded in ‘pdf’ form or “xls”
form as indicated.
5.2 Bids shall be uploaded on “eprocuremes.gov.in” portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like email/fax/by
hand/through post will be considered.

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

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

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

5.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading
the bid using his/her DSC shall be uploaded. 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 pdfform.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 (though 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 scanned copy(in pdf form) of Power of Attorney duly executed in his
favour by such other or all of the partners or in accordance with constitution of the company in
case of company, stating that he has authority to bind such other person or the firm or the
company , as the case may be, in all matters pertaining to the contract including the Arbitration
Clause.
5.7 Even in case of firms or companies which have already given Power of Attorney to an individual
authorizing him to sign tender and 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.
5.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing
authority well in advance to be received before the date and time fixed for the same.
5.9 Bid (cover 1 & 2) shall be uploaded online well in time.

Contd…
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 13

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER (Contd…)

5.10 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 and 25
of IAFW-2249 (General Conditions of Contract).
5.11 Tenderer/bidder who uploaded their priced tenders/bids and are desirous of being present at
the time of opening of the tenders/bids, may do so at the appointed time.
5.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the format will be
accepted, else the bid will be disqualified and summarily rejected.
5.13 In case the tenderer/bidder has to revise/modify the rates quoted in the BOQ (excel sheet), he
can do so only in the BOQ, through eprocruemes.gov.in site before the bid closing time and
date.

6. REVOCATION/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 Govt. Treasury. In addition, bids of such tenderer/bidder and his related
firm shall not be opened in second call or subsequent calls. Reduction offered by the
tenderer/bidder on freak high rates referred for review shall not be treated as voluntary
reduction.

7.0 CPM (CRITICAL PATH METHOD)

7.1 The project planning for work covered in the scope of tender is based on CPM .

7.2 The tenderer/bidder is expected to be fully conversant with the CPM technique and employ
technical staff who can use the technique in sufficient details. Sufficient books and other
literature on the subject are widely available in the market which the tenderer/bidder can make
use of.

7.3 The tenderer’s/bidder’s attention is drawn to special condition of the tender regarding
preparation of the detailed network analysis and time schedule for the work and his liability for
employing sufficient resources to adhere to this schedule. Any inability on the part of the
tenderer/bidder in using the technique will be taken as his technical insufficiency and will affect
his class of enlistment and future prospect/invitation to tenders for future works.

7.4 Department may issue amendments/errata in form of CORRIGENDUM to tender/revised BOQ


to the tender documents. The tenderer/bidder is requested to read the tender documents in
conjunction with all the errata/amendments/corrigendum, if any, issued by the department.
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 14

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER (Contd…)

8.0 Bidders should check the website periodically for any modified/revised BoQ uploaded by the
Department through Corrigendum and it is didder’s responsibility to ensure uploading of correct
BoQ.

9.0 In case bidder fails to upload the modified/revised BoQ and opened by NIC portal, the same
shall be rejected. Further, in case his bid is shown by NIC portal as L1 with pre-revised BoQ,
though revised BoQ is not uploaded by the bidder, such bid shall be rejected.

10.0 These instructions shall form part of the contract documents.

SIGNATURE OF CONTRACTOR EE(QS & C)


DATE: DCWE (CONTRACTS)
FOR ACCEPTING OFFICER
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 15

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

(TO BE READ IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACTS IAFW-2249)

MILITARY ENGINEER SERVICES

HQ CWE (AF) Panagarh


Military Engineer Services
Air Force Station Arjan Singh
PO – Birudiah, Dist – Burdwan
West Bengal, Pin – 713 148

82276/ PUR/ /E8 17 Aug, 2019

ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN THE EXECUTION OF
REPAIRS TO BITUMINOUS ROAD ALONGWITH POT HOLES AT CERTAIN PLACES AT AF
STATION PURNEA UNDER GE(AF) PURNEA

1. Shri/Shri_____________________________of____________________________are/is hereby
authorized to tender for the above work. The technical and price bid (cover 1 and 2) are uploaded in
the “www.defproc.gov.in” site on ___ Aug, 2019. The Tender is to be submitted online on the web
site and Bids will be opened on Sep 2019 at 1200 hours.

2. Any correspondence concerning this tender should be addressed as indicated at the top of this
sheet, quoting the Reference as given.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO


ACCEPT THE LOWEST OR ANY OTHER TENDER

Signature of Officer Issuing the tender documents.


Appointment: COMMANDER WORKS ENGINEER
Dated: Sep 2019
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 16

SCHEDULE ‘A’

(LIST OF WORKS AND PRICES)

NAME OF WORK:REPAIRS TO BITUMINOUS ROAD ALONGWITH POT HOLES AT CERTAIN


PLACES AT AF STATION PURNEA UNDER GE(AF) PURNEA

NOTES:-

1. The entire work under this contract shall be completed within 06 (Six) Months from the date of
handing over of site. Sites for all items of work shall be handed over simultaneously.
2. For Schedule of items refer BoQ sheet in Excel format. Tenderer is required to quote his unit
rates against each item of schedule ‘A’ (BoQ)

3. The quantities shown in Schedule ‘A’ (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. They shall not however be varied beyond the limit laid down in
condition 7 of IAFW- 2249 (General conditions of contracts).

4. Unless otherwise specifically mentioned in schedule ‘A’ unit rate of each item is inclusive of all
‘Material and Labour’ or ‘Supply and Fixing’ or ‘Supply & Laying’ including tools, plants, commissioning,
testing etc complete as required for entire completion of works.

5. The unit rate(s) quoted shall be deemed to be inclusive of all Taxes, Duties, Royalties Octroi,
Service Tax ,GST and other levies as applicable to this tender as per Govt. of India, Ministry of Finance
(Dept of Revenue) orders .”

6. Contractors attention is drawn to the fact that GST has been rolled out w.e.f 01 st July 2017.
Therefore, the quoted rates shall be deemed to have been inclusive of GST as applicable and no extra
payment shall be acceptable. The provision otherwise given elsewhere in the tender shall be deemed to
have been amended accordingly.

7. Cost of testing including transportation of material or equipment or items and provision of all
facilities for testing in accordance with specification and or IS provisions shall be borne by the contractor
unless otherwise mentioned.

8. Description of works given in schedule ‘A’ (BOQ) are in brief .These shall be deemed to be
amplified and read in conjunction with special conditions, particular specifications, specification for
material and workmanship givenin MES Schedule Part-I (2009) and preambles given in MES schedule
Part-II (2010).Unless otherwise mentioned in the tender documents, the method of measurement of
works shall be as indicated in MES Schedule.

9. The item rates quoted by the tenderer against each item of Schedule ‘A’ will be deemed to allow
for all minor extras and construction details, which might not have been specifically shown on drgs or
specified in particular specifications, but which are essential for execution of works/services in
workmanlike manner and for sound construction. In case of difference in opinion as to whether or not a
certain item of work constitutes minor extra and construction details and included in the contract prices
or not, the decision of Accepting officer shall be final, conclusive and binding in this respect.

10. The tenderers are requested to visit the respective site of work and make themselves familiar
with the contract condition which may affect the completion of work.Irrespective of the fact whether the
contractor visits the site or not, it will be deemed that he has physically inspected the site and the
quoted rates are inclusive of any/all such factors which may affect extension and completion of work.No
claim whatsoever will be entertained on this account.

Contd…
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 17

SCHEDULE ‘A’ NOTES (Contd….)


11. Tenderer attention is invited to quote the same rate if any item is considered twice at different
places, otherwise the lowest rate of similar item shall be deemed to be considered for acceptance, for
which contractor shall have no claim thereon.

12. Site for execution of work will be available as soon as the work order is placed by the GE. In
case it is not possible for the Dept. to make the entire site available immediately after Work Order No 1
is placed, the contractor will have to arrange his working program accordingly. No claim ,whatsoever, for
not giving the entire site on placement of work order No 1 and giving the site gradually will be tenable.

13. Old materials obtained from dismantling /demolition /taking down as indicated in “CREDIT
SCHEDULE” shall become contractor’s property for which recovery shall be affected as mentioned in
CREDIT SCHEDULE. Old serviceable materials other than listed in CREDIT SCHEDULE shall be
removed to MES Stores yard without any extra cost to the department

14. The tenderers shall also make themselves familiar with working conditions, accessibility of site
(s) availability of materials and other cogent conditions which may affect quoting of their rates and
entire completion of work under this contract. The tenderers shall be deemed to have visited the site(s)
and made themselves familiar with the working conditions whether they actually inspect the site(s) or
not. No claim whatsoever shall be entertained from the contractor due to any misunderstanding on his
part.

15. The contractor shall provide watchmen necessary for protection of site, the works and the
materials etc, during the progress of work and shall be solely responsible for protecting, securing,
lighting and watching all places as required in terms of condition 36 of General Condition of Contracts
(IAFW-2249).

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATE: _____________________ FOR ACCEPTING OFFICER
.

CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 20

SCHEDULE ‘B’

ISSUE OF STORES TO THE CONTRACTOR


(SEE CONDITION 10 OF IAFW-2249)
Ser No Particulars Rate at which stores Place of issue Remarks
will be issued to the (By name)
contractor
Unit Rs
1 2 3 4 5 6

----NIL----

SCHEDULE ‘C’

LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT WHICH WILL BE


HIRED TO THE CONTRACTOR) (SEE CONDITIONS 15,34 AND 35 OF IAFW-2249)

SerNo Quantity Particulars Details of Hire Stand by Place Remarks


MES Charges as Charges per of
Crew per unit per off Day issue
Supplied day (By
name)
1 2 3 4 5 6 7 8

----NIL----

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(SEE CONDITIONS 16 & 35 OF IAFW-2249)

Ser No Quantity Particulars Rate per unit per working Place of issue Remarks
day (By name)
1 2 3 4 5 6

----NIL----

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATED FOR ACCEPTING OFFICER
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 21

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

TENDER

To,

The President of India,

Having examined and perused the following documents:-

1. Specifications signed by EE(QS&C), DCWE(Contracts) on behalf of the Accepting Officer.

2. Drawings detailed in the specifications.

3. Schedule `A',`B',`C', and `D', attached hereto.

4. MES Standard Schedule of Rates Part-I (2009) - Specifications and MES Standard Schedule of
Rates Part-II (2010) -Rates (here-in-after and in IAFW-2249 referred to as the MES Schedule) together
with amendment Nos. 1(a), 1(b) , 2 & 3 for SSR Part-I & 1 to 59 for SSR –Part-II, as applicable to the
above Schedule.

5. General Conditions of Contracts IAFW-2249 [1989 Print] together with Errata Nos. 1 to 20 and
Amendment Nos. 1 to 48.

6. Water :Condition 31 of IAFW-2249 (General Conditions of Contracts)


‘Water will be supplied by MES and shall be paid for by the contractor @ Rs 3.75 per everyRs
1000/- of work done’.

7. Should this tender be accepted.

I/WE AGREE

** (a) “That the sum of Rs. 29,800/- (Rupees Twenty Nine Thousand Eight Hundred only)”
forwarded as Earnest Money which shall either be retained as a part of Security Deposit or be
refunded by the Government on receipt of an appropriate amount of Security Deposit, within the
time specified all as per Condition 22 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 and at the item rates contained in the aforesaid
Schedule ‘A’ or such other rates as may be fixed under the provision of condition 62 of IAFW-
2249 and to carry out such deviations as may be ordered, vide conditions 7 of IAFW 2249 up to
a maximum of 10%(Ten percent) and further agree to refer all disputes as required by condition
70 of IAFW -2249 to the Sole Arbitration of a Serving Officer having degree in Engineering or
equivalent or having passed final/direct final examination of Sub-division II of the Institution of
Surveyors (India) recognized by Govt. of India to be appointed by the Chief Engineer (AF)
Shillong Zone, Shillong or in his absence the officer officiating as Chief Engineer (AF) Shillong
Zone, Shillong whose decision shall be final, conclusive and binding.

** To be deleted where not applicable.

Contd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 22

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

TENDER (CONTD)

Signature of Contractor ____________________________in thecapacity of______________________


duly authorized to sign the tender for and on behalf of________________________________________
Date : ______________
(IN BLOCK LETTERS)

Witness: Date:
Signature: Postal Address:
Address ______________________ Telephone No: ________________
______________________________

ACCEPTANCE

……………………………….Alteration(s) has/have been made in these documents and as evidence that


these alterations were made before the execution of the contract agreement, they have been initialed by
the contractor and Shri________________, EE(QS & C),DCWE (Contracts).

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

The above tender was accepted by me on ………………day of …………… on behalf of the President of
India at the item rates contained therein Schedule ‘A’ for the contract sum of Rs………….……………..
(Rupees……………………………………………………..…………………………………………………….)

Dated this……………….………….. day of …………………….…. 2019.

Signature ………………………………………………………….

Appointment: COMMANDER WORKS ENGINEER (AF) PANAGARH


ACCEPTING OFFICER
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)
DATE :
CA NO CWE (AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 23 to 71

GENERAL CONDITIONS OF CONTRACTS - IAFW 2249 (1989 PRINT)

FOR

* MEASUREMENT CONTRACTS (IAFW-1779 AND 1779-A)

A copy of the GENERAL CONDITIONS OF CONTRACTS –IAFW 2249(1989 Print) with


errata 1 to 20 and amendment No. 1 to 48 has been supplied to me/us, has been perused by
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 shall abide by the terms and conditions thereof, as modified, if any, 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 thereof pertaining to
settlement of disputes by arbitration, containing 33 pages (Serial Page No. 24 to 56) with
errata 1 to 20 and amendment Nos. 1 to 48 containing 15 pages (Serial Page No.57 to 71)
shall 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.

* Delete whichever is not applicable.

DCWE(CONTRACTS) ` SIGNATURE OF CONTRACTOR


FOR ACCEPTING OFFICER DATE :
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 72

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the ‘Schedule of Minimum Fair Wages’ (SMFW) as published
vide Government of India notification dated 10 Mar 1992 and upto the last date of receipt of
tender documents forms part of tender document.

My/our signature here under amounts to My/Our having read and understood the
provisions contained therein and I/We agree that I/We shall abide by the same and that
aforesaid documents form part of this tender.

Although latest notification on labour wages as available with FOR ACCEPTING


OFFICER has been included in the tender but in case Govt. has revised the wages further the
latest revised wages shall be applicable and nothing extra on this account will be admissible.

DCWE (CONTRACTS)
FOR ACCEPTING OFFICER SIGNATURE OF THE CONTRACTOR
DATE : DATE :
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 73

SPECIAL CONDITIONS

1.0 GENERAL

The following special conditions shall be read in conjunction with the General Conditions of
Contracts, IAFW-2249 and IAFW-2159 including errata/amendments thereto. If any provision in these
special conditions is at variance with that of the aforesaid documents, the former shall be deemed to
take precedence there over.

2.0 ADMISSION TO SITE BY CONTRACTOR AND RESPONSIBILITY TO ASCERTAIN HIS


OWN INFORMATION
(a) The tenderers shall contact the Garrison Engineer for the purpose of inspection of site(s) and
relevantdocuments other than those sent herewith, who will give reasonable facilities for this purpose.
The tenderers shall also make themselves familiar with working conditions, accessibility of site(s),
availability of materials availability and other cogent conditions which may affect the entire completion of
work under this contract.
(b) The tenderers shall be deemed to have visited the site(s) and made themselves familiar with the
working conditions whether they actually inspect the site(s) or not.

3.0 SECURITY AND PASSES


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

3.2 The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees
and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such
people.

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

3.4 The contractor and his agents, employees and work people will 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 exist, keeping
to specific routes, observing specified timing etc. Nothing extra shall be admissible for any man-hours
etc lost on this account.

4.0 CONDITIONS OF WORKING: The work lies in ‘RESTRICTED AREA’


4.1 VISIT TO SITE WITHIN THE RESTRICTED AREA
Permission to enter the restricted area at the time of submission of tenders can be obtained
through the Garrison Engineer/AGE(I).

Contd…/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 74

SPECIAL CONDITIONS (CONTD…)

4.2 Tenderers are advised to send prior intimation of their agents, representatives etc of any dates
and time of their proposed visit so that necessary arrangements may be made by GE to secure
admission. Whether a tenderer visits the site or not he shall be deemed to have full knowledge of the
restrictions of entering into/exit from the working within the Restricted Area.

4.3 IDENTITY CARDS OR PASSES

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

4.4 IDENTITY OF WORKMEN

4.4.1 Every workman shall be in possession of an identity card. The identity card will be issued after
thorough investigation of the antecedents of the labours by the contractor and attested by the Engineer-
in-Charge of the unit concerned in accordance with other standing rules and regulations of the units.

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

4.5 SEARCH

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

4.6 FEMALE SEARCHER

If the contractor desires to employ female labour on works to be carried out inside the area of a Factory,
Depot, Part etc and a female searcher is not borne on the authorized strength of the Factory, Depot,
Part etc at the time of submission of the tender, he shall be deemed to have allowed in his tender for
pay and allowances etc for a Female Searcher (Class IV Servant/Gp ‘D’ Servant) calculated for the
period, female labour is employed by him inside that area. If more than one contractor has/have to
employ female searcher in addition to the authorized strength of the Factory, Depot, Part etc, the salary
and allowances paid to the additional female searcher(s) shall be distributed on an equitable basis
between the contractors employing female labour taking into consideration the value and period of
completion of their contracts. The GE’s decision in regard to the amount recoverable on this account
from any contractor shall be final and binding.

4.7 WORKING HOURS

4.7.1 The units controlling restricted area, usually work during six days in the week and remain closed
on the 7th day. The working hours available to contractor’s labours and staff however, accordingly get
reduced because of the time taken in security checks observed at the time of entry, exit and during
working hours.

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

4.7.3 Contractor’s materials, transport etc shall normally be permitted to come in/go out of the area
between 6 A.M to 6 P.M only.
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 75

SPECIAL CONDITIONS (CONTD…)

4.7.4 Contractor may also be allowed to carry out the work beyond 6 P.M and up to 6 A.M (day &
night) with prior approval of GE but no movement of materials and transport to/out of site of works shall
be permitted during night unless special permission is obtained from the factory/unit authorities.

4.8 WORK ON HOLIDAYS


The contractor shall not carry out any work on Gazetted holidays, weekly holidays and other non-
working days except when he is specially authorized in writing to do so by the GE. The GE may at his
sole discretion declare any day as holiday or non working day without assigning any reasons for such
declaration.

4.9 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORK


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

4.10 FIRE PRECAUTIONS

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

4.10.1 Motor transport vehicles, if any allowed by authorities to enter the restricted area, must be fitted
with serviceable fire extinguishers.

5.0 MINIMUM WAGES PAYABLE

5.1 Refer condition 58 of General Conditions of Contracts IAFW-2249. The contractor shall not pay
wages lower than minimum wages for labour as fixed by the Govt. of India/State Govt./Union Territory
whichever is higher as on the date of receipt of tender.

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

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

6.0 ROYALITIES

Reference condition 14 of General Conditions of Contracts IAFW 2249. No quarries on Defence land
are available.

Contd…/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 76

SPECIAL CONDITIONS (CONTD…)

7.0 LAND FOR TEMPORARY WORKSHOP, STORES ETC

Delete the following from lines 5 to 9 of Sub Para 1 of condition 24 of IAFW-2249 reading “in the event
of area of land…………….land allotted to him” insert as under :-

“The contractor shall be allotted free of the charge, the area as marked on the layout plan for
the purpose of erection of temporary workshop, stores etc. No MoD land is available for accommodation
of labour and canteen in restricted/un-restricted area for which the contractor shall make his own
arrangement at his own expense”.

8.0 WATER SUPPLY

8.1 Refer condition 31 of General Conditions of Contracts IAFW-2249 and clause 1.13 or MES
Schedule. Water will be supplied by MES at the point(s) marked on site plan. As the water supply by
MES is likely to be intermittent/short supply the contractor shall make his own arrangement for storing
the water required for the works, labour and workmen etc at his own expense. The contractor shall not
have any claim on account of short/intermittent supply and shall make his own arrangement to
supplement the requisite quantity of water.

8.2 If the contractor does not desire to take water supply from MES he shall specifically mention
while submitting his tender and shall make his own arrangement for water required for the entire
completion of work failing which the contractor shall be deemed to have agreed to take water supply
from MES.

9.0 CO-OPERATION WITH OTHER AGENCIES

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

10.0 ELECTRIC SUPPLY

Electric supply required for the work upto a maximum of …………..KW single phase…………. shall be
made available by the MES at point(s) shown on site plan. The exact location of the electric point(s) will
be shown by the AGE(I). KWH meters to register the electric energy supplied and main switch shall be
provided and installed by the MES. Contractor shall provide all necessary cables, fittings etc from the
tapping point in order to ensure a proper and suitable supply of electricity for execution of work.

The contractor will be charged for the electric energy consumed for execution of works at the following
rates :-

(a) At Rs. 8.30 per unit for lighting.

(b) At Rs. 8.30 per unit for power.

Contd…/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 77
[
SPECIAL CONDITIONS (CONTD…)

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

10.2 GE or his representative shall be free to inspect all the power consuming devices or any electric
lines provided by the contractor. Any device on electric lines provided by the contractor which is not to
the satisfaction of the GE shall be disconnected from the supply, if so directed by him.

11.0 NET WORK ANALYSIS

11.1 The time and progress chart to be prepared as per condition 11 of General conditions of
contracts (IAFW-2249) shall consist of detailed net work analysis and a time schedule. The critical path
net work will be drawn jointly by the GE and the contractor soon after acceptance of 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 a firm calendar date schedule will be prepared and submitted
by the contractor to the GE who will approve it after due scrutiny. The schedule will be submitted in four
copies within two weeks from the date of handing over the site.

11.2 During the currency of the work, the contractor is expected to adhere to the time schedule and
this adherence will be a part of his/their performance under the contract. During the execution of the
work, the contractor is expected to participate in the review and updating of the net work undertaken by
the GE. These review 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 orders or amendments. Any revision of the time schedule as a result of the review will be
submitted by the contractor to the GE within a week for his approval after due scrutiny.

11.3 The contractor shall adhere to the revised time schedule thereafter. In case of contractor
disagreeing with revised schedule, the same will be referred to the Accepting Officer, whose decision
shall be final, conclusive and binding. GE’s approval to the revised schedule resulting in a completion
date beyond the stipulated date of completion shall not automatically amount to a grant of extension of
time. Extension of time shall be considered and decided by the appropriate authority mentioned in
condition 11 of IAFW-2249 and separately regulated.

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

12.0 MATERIALS AND SAMPLES

12.1 Refer condition 10 of IAFW-2249 and clause 1.6 & 1.7 of MES Schedule.

12.2 Materials provided by the contractor for incorporation in the works shall, unless otherwise
specified in the particular specifications be ISI marked. IS means Indian Standards as issued by the
Bureau of Indian Standards. Wherever in the specification ‘IS’ is referred to, it means the edition with all
amendments current on the due date of receipt of the tender documents.

12.3 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 ir-respective of
whether he has actually inspected them of not. The materials to be incorporated in the work by the
contractor shall be ISI marked or shall be equal or superior in quality to sample displayed and shall
comply with the specifications given hereinafter.

Contd…/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 78

SPECIAL CONDITIONS (CONTD…)


12.4 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, articles, etc as approved shall be
labelled as such and shall be signed by the GE and contractor’s representative. These samples shall be
kept in the custody of the Garrison Engineer/Engineer-in-Charge.

12.5 The contractor shall not procure materials unless the samples are first got approved by the
Garrison Engineer.

12.6 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 be recorded.

12.7 (a) A list of items/articles which are having ISI certification mark and are readily available is
given in Appendix ’A’. It is mandatory that ISI certified marked items/articles as listed in Appendix ‘A’
shall be incorporated in the work.

(b) The Govt. reserves the right to get the items/articles listed in Appendix ‘A’ tested in 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 sample 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 the
Government.

Contd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 79

SPECIAL CONDITIONS (CONTD…)

13.0 PERIOD FOR KEEPING THE TENDER OPEN


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

14.0 SECURITY OF CLASSIFIED DOCUMENTS


14.1 Contractor’s special attention is drawn to conditions 2A and 3 of IAFW-2249 (General Conditions
of contracts). The contractor shall not communicate any classified information regarding the work either
to sub contractors or others without the prior approval of the Engineer-in-Charge.

14.2 The contractor shall also not make copies of the design/drawings and other documents
furnished to him in respect of the work and shall return all documents on completion of the works or
earlier on determination of the contract. The contractor shall along with the final bill, attach a receipt of
his having returned the classified documents as per condition 3 of IAFW 2249 (General Conditions of
contracts).

15.0 OFFICIAL SECRETS ACT: The contractor shall be bound by the Official Secrets Act, 1923.

16.0RECORD OF MATERIALS

16.1 The quantity of materials such as paints, water proofing compound, chemicals for antitermite
treatment and the like, as directed by the Engineer-in-Charge (the quantity of which cannot be checked
after incorporation in the works), shall be recorded in measurement books and signed by the contractor
and the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for
incorporation in the work.
16.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge recorded in
Measurement Book and shall be suitably marked for identification.
16.3 The contractor shall, on demand, produce to the GE original receipted vouchers in respect of the
supplies. Vouchers so produced and verified shall be stamped by Engineer-in-Charge indicating
contract number. The contractor shall ensure that the materials are brought to site in original sealed
containers/packing, bearing manufacturer’s marking except in the case of the requirement of material(s)
being less than smallest packing.
Contd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 80

SPECIAL CONDITIONS (CONTD…)

16.4 Contractor shall produce original vouchers from the manufacturers and/or their authorised agents
for the full quantity of the following materials, as applicable as a prerequisite before submitting for
payment for any advances on account of the work done and/or materials collected in accordance with
condition 64 of General Conditions of Contracts IAFW-2249.

(a) Cement

(b) Steel items.

(c) Paints
(c) Cables including jointing kits and other electrical fittings/fixtures where names of
manufacturers/brands are specified or approved.

17.0 DAMAGE TO EXISTING STRUCTURE/BUILDING AND CLEANING DOWN

17.1 Any damage caused to the existing structure during the execution of work shall be made good
by the contractor at his own cost. The contractor shall clean all floors, walls, remove cement/lime/paint
marks/drops etc., clean the joinery/glass panes etc., touch up all paint work and carryout all other
necessary items of work in connection therewith and leave the site of work clean and tidy on
completion. Rectification/making good etc. shall conform to the standard of materials and workmanship
originally used in the work and finished work shall match with existing work in all respects to the entire
satisfaction of the engineer-in-Charge. In case of any dispute on this account, the matter shall be
referred to the AGE(I) whose decision in writing shall be final, conclusive and binding.

18.0 CLEANING DOWN

18.1 Refer condition 49 of IAFW 2249 ,General Conditions of Contract.The contractor shall clean the
entire drain, remove cement/lime etc and carryout all other necessary items of work in connection
therewith and leave the whole drain clean and tidy before handing over.

19.0 TESTING OF MATERIALS:

19.1 Refer condition 10(A) of IAFW-2249. The materials listed at Appendix ‘D’ shall be tested as per
the frequency indicated therein.

19.2 The contractor shall at his own cost and arrangement set up a field laboratory at the site with all
requisite equipment required for testing for the contracts costing more than Rs One Crore of accepted
amount. The contractor shall be responsible for such test to be carried out and for that they shall
employ a competent technical representative as approved by GE and all such tests shall be carried out
in presence of Engineer-in-Charge. The charges for the tests carried out in site laboratory of the
contractor will not be recovered.

19.3 Site lab shall be set up for works costing more than Rs One Crore. Contractor at his option may
set up a field laboratory at the site at his own cost for the work costing less than Rupees One Crore.
The charges for the tests carried out in site laboratory of the contractor will not be recovered. The
charges for tests will be recovered from the contractor only if he does not carry out the tests catered for
in the contract.

19.4 A percentage or selected testes as decided by the Garrison Engineer with the approval of
Accepting Officer shall be got done independently in Zonal/Govt approved lab. The expenditure of such
tests will be borne by the department. However, if the test fails, expenditure thereof shall be borne by
the contractor.

ontd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 81

SPECIAL CONDITIONS (CONTD…)

19.5 Level of testing shown in Legend as A, B & C are defined as under :-

Level ‘A’: (a) “Site Lab” means own lab established by contractor at the work site. This lab shall have
all the facilities including T & P, machinery, equipment, Manpower, etc, required for conducting tests.
This lab shall be operative for the entire duration of the contract till its completion. Test shall be carried
out in the presence of Engineer-in-Charge to be nominated by GE or any other departmental Officer to
be nominated by the GE. Random check of compliance of frequency of testing shall be done by GE.
(b) Records shall be maintained at work site. These test results shall be signed by contractor or his
authorised representative and aforesaid departmental official.
(c) Within 15 days of placement of work order No. 1 site lab shall be established and fact reported
by the contractor to GE in writing who will verify the fact and satisfy himself of the facilities provided.
Thereafter GE shall issue a certificate to this effect in writing listing out equipment particulars etc. of
each material test. Only after issue of this certificate by GE the tests shall be carried out in site lab and
materials so approved shall be incorporated in the work.
(d) Manpower, material and infrastructure like Electricity, Water etc. required for conducting these
tests shall be provided by the contractor.
(e) Tenderer is deemed to cater for above provisions in his quoted rates.
(f) Remedial measures, if any required to achieved/obtain desired results for each test shall be
taken promptly by contractor.
(g) In case contractor fails to establish site lab for any reasons whatsoever or the facilities provided
in site lab are considered inadequate by GE the contractor shall get the tests done form any other lab as
per Level ‘C’ here-in-after or Govt approved lab whose name shall be approved by GE in writing. The
testing charges payable to such labs including materials and transportation etc. shall be paid by the
contractor. Contractor’s quoted rates are deemed to include for this eventuality and nothing extra shall
be payable to the contractor. No extension of time shall be admissible on this account.
(h) However, in case GE in his opinion considers that contractor is purposely not adhering to the
laid down frequencies of the tests, he shall reserve the right to deduct penal recovery which shall be
double the rates of tests indicates in Appendix ‘D’. GE’s decision on recoveries shall be final and
binding.
Level ‘B’ : (a) “Zonal Lab” means lab of nearest CE Office as approved by Garrison Engineer.
(b) 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, cubes, materials etc and transportation to
these labs for testing purpose. It will be contractor’s responsibility to adhere to the laid down frequency
of testing. Test results shall be sent by Lab to the GE whose copies can be made by contractor at his
won expense. Testing charges for the tests so conducted shall be recovered at the rate indicated in
Appendix ‘D’ from the running payments. The contractor’s quoted rates are deemed to include for
above provision.
Where the facilities are not existing in Zonal laboratory, the contractor shall get these tests carried out
as per level ‘C’ here-in-after under his own arrangement and cost.
(c) Provision of Para (h) above of Level ‘A’ shall be applicable to level ‘B’ also.
Level ‘C’:
(a) Level ‘C’ Lab stands for National Test House/SEMT, Wing Pune located in CME Pune–31/Local
Engineering College or any other Government approved laboratory as approved by GE.
(b) Rest provisions contained in Para (b) of level ‘B’ above shall be applicable here except that
contractor shall obtain test results from these labs and hand over to GE. The testing charges payable to
these labs for conducting these tests shall be borne by the contractor and his quoted rates are deemed
to include this provision.
(c) In case contractor purposely does not adhere to laid down frequency, then besides effecting
penal recovery as in para (h) of level ‘A’, GE will get them tested from any other sources and necessary
testing charges paid by GE shall be debited form the running payments.
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 82

SPECIAL CONDITIONS (CONTD…)

20.0 RELEASE/REFUND OF PERFORMANCE SECURITY DEPOSIT


20.1 Refer conditions 19 and 68 (as amended vide serial amendment No 45) of IAFW 2249.
20.2 The Performance Security shall be released/refunded to the contractor in accordance with
condition68 of IAFW 2249.

21.0 ADVANCES ON ACCOUNT OF MATERIAL WHICH DOES NOT LOOSE IDENTITY

21.1 The contractor may be paid advance on account of the full value of the under mentioned
materials only, brought at the site, on his furnishing guarantee Bonds from a Scheduled Bank for the
amount of retention money which should otherwise be recoverable from his dues under the contract :-
(a) Paving bitumen (b) Thermoplastic Paint
(c) Road Studs of all types (d) All other non-perishable materials as decided
by the GE
21.2 The Bank Guarantee Bond shall be executed for the contract period on a form as directed by the
Accepting Officer. The contractor shall further arrange to extend the period of Guarantee Bond if and
when necessary, as directed by the Accepting Officer or shall furnish fresh guarantee bond of similar
value.

21.3 It will be noted that advance on account to the full value of material brought on the site is
permissible only in respect of fitting and fixtures and other manufactured items which do not loose their
identity. Materials like bricks, aggregate, precast concrete and similar items shall not be taken in the list.

22.0RE-IMBURSEMENT/REFUND ON VARIATION IN “TAXES DIRECTLY RELATED TO


CONTRACT VALUE”

22.1 The rates quoted by the contractor shall be deemed to be inclusive all taxes/cess viz. Goods &
Services Tax(GST), duties, Royalities , Octroi and other levies payable under the respective Statutes.
No reimbursement/refund for variation in rates of taxes, duties, Royalities, Octroi and other levies,
and/or imposition/aboilition of any new/existing taxes, duties, Royalities, Octroi and other levies shall be
made except as provided in Sub-Para (here-in-below) :-
(a) The taxes which are levied by Govt. at certain percentage “ rates of Contract Sum/Amount shall be
termed as taxes directly related to Contract value” such as Goods & Services Tax(GST), Labour
Welfare cess /tax and like as applicable but excluding Income Tax. The tenderer rates shall be deemed
to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as
prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly
related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall
be reimbursed to the contractor and any decrease in percentage rates of “taxes directly related to
Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be
refunded by the Contractor to the Govt/deducted by the Govt. from any payments due to the Contractor.
Similarly imposition of any new “taxes directly related to Contract value” after the last due date for
receipt of tenders shall be reimbursed to the Contractor and abolition if any “taxes directly related to
Contract value” prevailing on last due date for receipt of tenders shall be refunded by the Contractor to
the Govt./deducted by the Govt. from the payments due to the Contractor.

(b) The contractor shall, within a reasonable time of his becoming aware of variation in percentage rates
and/or imposition of any further “taxes directly related to Contract value”, give written notice thereof to
the GE/AGE(I) stating that the same is given pursuant to this Special Condition, together with all
information relating thereto which he may be in a position to supply. The Contractor shall submit the
other documentary proof information as the GE/AGE(I) may require.
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 83

SPECIAL CONDITIONS (CONTD…)


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

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

23.0 CONCILIATION

23.1 SCOPE: The scope of conciliation shall be restricted to the following types of disputes with
financial limits as indicated therein:
(a) Disputes relating to levy of compensation for delay in completion - actual amount of
compensation.
(b) Disputes relating to technical examination of works

(c ) Disputes relating to interpretation of the provisions of the contract with reference to their
application to parties.

(d) Disputes relating to non-return of Schedule ‘B’ stores over issued to the contractor.

(e) Any other dispute having fair chances of being resolved by conciliation and considered fit to be
referred to conciliation by the parties

For (b), (c), (d) and (e) above, the financial limit shall be Rupees two lakhs or one percent of the
contract amount whichever is less.

23.2 Commencement of Conciliation Proceedings

23.2.1 The party initiating conciliation shall send to the other party a written invitation to conciliate,
briefly identifying the subject of dispute.

23.2.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation to
conciliate.

23.2.3 If other party rejects the invitation, there will be no conciliation proceedings. If other party
initiating conciliation does not receive a reply within thirty days from the date on which he sends or
within such other periods of time as specified in invitation, he may elect to treat this as a rejection of
invitation to conciliate and if he so elects, he shall inform in writing the other party accordingly.

Chief, Army headquarters, New Delhi or in his absence the officer officiating as Engineer – in – Chief or
Director General of Works if specifically delegated by the Engineer – in – Chief in writing.
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 84

SPECIAL CONDITIONS (CONTD…)

23.4 Number of Conciliators: There shall be a sole conciliator.

23.5 Appointment of Conciliator


All disputes brought out in Para 26.1 above shall be referred to the sole conciliator viz Serving
Officer not below the tank of Superintending Engineer / Superintending Engineer (QS & C) having
degree in Engineering or equivalent or having passed final / direct final examination of sub- division-II of
Institution of Surveyors (India) New Delhi, to be appointed by the Engineer – in –

23.6 Status of Effect of Settlement Agreement


The settlement Agreement signed by the parties as a result of conciliation proceedings shall
have same status and effect as it is in an arbitral award on agreed terms.

24.0 OUTPUT OF ROAD ROLLER (REFERENCE CONDITION 15 OF IAFW-2249)

24.1 A log book for each road roller shall be maintained by the contractor for recording hours of working
by the road roller. Entries in the logbook shall be signed by the contractor or his authorised
representative and by the Engineer-in-Charge.

24.2 To ensure proper consolidation, roller must work for at least the number of days assessed on the
basis of output given herein after. If the roller has not worked for the number of days so assessed
recovery shall be effected from the contractor for the number of days falling short of the days assessed
on the basis of output stipulated. The recovery shall be effected @Rs 1500/- per working day 8 hours
for 8 to 12 tonne power roller.

24.3 The above provision shall not, however, absolve the contractor of his responsibility of properly
consolidating surfaces as required under the provisions of the contract.

24.4 OUTPUT OF ROAD ROLLER PER DAY OF EIGHT HOURS :-


Srl Particulars Area
No.
(i) Consolidation of formation surfaces/sub grade. 1850 Sqm

(ii) Consolidation of stone soling 15 cm thick with 8 to 12 tonne 800 Sqm


roller

(iii) Consolidation of water bound macadam (stone metal) 10 cm 186 Sqm


compacted thickness including spreading and consolidation with
binding material.
(iv) All as above, but 7.5 cm compacted thickness including 248 Sqm
spreading and consolidation with binding materials
(v) Consolidation of 2 cm thick premixed carpet including seal coat. 744 Sqm

(vi) Consolidation of 2.5 cm thick premixed carpet including seal 600 Sqm
coat.

Note:- Road roller output for items other than catered above shall be ascertained through a board of
officers to be ordered by GE, which will be the basis for ensuring the required consolidation.

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATE: FOR ACCEPTING OFFICER
DATE:
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 85

PARTICULAR SPECIFICATIONS

NAME OF WORK : REPAIRS TO BITUMINOUS ROAD ALONGWITH POT HOLES AT


CERTAIN PLACES AT AF STATION PURNEA UNDER GE(AF) PURNEA

1.0 GENERAL
1.1 Work under this contract shall be carried out as detailed in Schedule ‘A’ and in accordance with
particular specifications, General specifications and other provisions given in MES Schedule of
Rates Part-I (2009) & Part-II (2010) read in conjunction with each other.

1.2 The term General specifications referred to in these documents as well as referred to in IAFW-
2249 (General conditions of contracts) shall mean the specifications contained in the MES
Schedule Part-I 2009.

1.3 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 case of variance between provisions in these documents and those given in
MES Schedule the provision in these documents shall take precedence over the aforesaid
provisions in the MES Schedule.

1.4 (a) Rates quoted by the tenderer shall be deemed to include for any minor details of work and/or
constructions which are obviously and finally intended and which may not have been included in
these documents but which are essential for the execution & entire completion of the work.

(b) Decision of the Accepting Officer as to whether any minor details of works and/or
construction is obviously and fairly intended to be included or not in the contract shall be final
conclusive and binding.

2.0 SCOPE OF WORK

2.1 The work under this contract consists of “REPAIRS TO BITUMINOUS ROAD ALONGWITH
POT HOLES AT CERTAIN PLACES AT AF STATION PURNEA UNDER GE(AF) PURNEA”
shall be carried out all as described in Schedule ‘A’ and as specified in these specifications.
Where specifications for any item of work are not given in MES Schedule or in this particular
specification, specifications as given in relevant Indian Standard Code of practice shall be followed.

3.0 MATERIALS

3.1 GENERAL

3.1.1 All materials to be supplied by the contractor for incorporation in the work shall be new &
conforming to relevant IS specifications given in this contract documents. In case required
specification of any material needed for incorporations in the work is not specified in this contract
documents, the specifications for such materials prescribed to be incorporated in the work shall
be got approved by the contractor in writing from the GE before incorporation in the work.

Contd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 86

PARTICULAR SPECIFICATIONS(CONTD...)

3.1.2 Materials such as stone aggregate, sand etc shall generally conform to the samples kept in GE’s
Office in addition to their conforming with relevant specifications. The source of such materials
shall be got approved by the contractor from GE in writing before the materials are brought to
site in bulk.

3.1.3 Letters conveying approval of samples/materials by GE will interalia mention source of


supply/name of manufacturer/trade name/brand (if applicable) and reference to clause of the
tender documents containing specification of particular materials.

3.2 BITUMEN

3.2.1 Paving bitumen of grade VG-10&VG-30 conforming to IS : 73-2006 (Second revision) shall be
used. All bitumen required for tack coat, seal coat and carpet shall be brought in sealed
container directly from manufacturer such as BPCL, IPCL, IOCL & HPCL. Grade of bitumen and
manufacturer shall be as approved by GE.

3.2.2 The Contractor shall submit original purchase vouchers along with manufacturer’s test
certificate for the total quantity of bitumen supplied under each consignment to be
incorporated in the work. All consignments received at the work site shall be inspected by the
Garrison Engineer along with the relevant document. The original purchase vouchers and the
test certificate shall be verified for subject contract and defaced by the Engineer-in-Charge
and kept on record in the office of the Garrison Engineer duly authenticated and with
cross reference to the consignment.

3.2.3 The bitumen brought at site shall be recorded in Measurement Book as “Not to be
Abstracted” and shall be signed by both the contractor and Engineer-in-Charge.

4.0 DISMANTLING/DEMOLITION
Demolition/dismantling/Taking down shall be done where directed by the Engineer-in-Charge.
Necessary precautions shall be taken as specified in clause 21.6 of MES Schedule Part I. Any
damage done to the existing structure shall be made good by the contractor & shall not have
any claim whatsoever in this respect. Failing which the work shall be carried out at the risk &
cost of the contractor.

4.1 DISPOSAL OF DISMANTLED/DEMOLISHED MATERIAL


All serviceable materials obtained from dismantling/demolition/taking down except those items
which are indicated to be reused in the work & those for which contractor is giving credit,
shall be returned by the contractor to the MES Store yard. All rubbish & unserviceable
materials shall be cleared by the contractor from the site & disposedoff outside MD land after
obtaining approval from the Engineer-in-Charge . The unit rates for taking down/dismantling
shall include for the above provision also.

5.0 BITUMINOUS WORK

5.1 PREPARATION OF BASE

5.1.1 Preparation of un-surfaced WBM/existing black top surface shall be executed as given in
Schedule ‘A’ and as per clause No.20-A-27.1 of SSR Part I (2009).

5.2 TACK COAT

5.2.1 Binder for tack coat shall be paving bitumen of grade VG-10 (conforming to IS:73-2006, Second
Revision). Tack coat shall be applied all as per description given in Schedule ‘A’ and as per
clause 20-A-24 including sub clauses of SSR Part I. Bitumen heated to the temperature
recommended by the manufacturers shall be applied uniformly to the prepared base at the rate
specified in Schedule ‘A’. The tack coat shall be applied just ahead of spreading premixed
carpet.
Contd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 87

PARTICULAR SPECIFICATIONS(CONTD...)

6.0 SCARIFYING
Scarifying shall be done as given in Schedule ‘A’ and complete all as per clause 20.A.34.1 of
SSR 2009, Part I and to the entire satisfaction of Engineer-in-Charge.

7.0 POT HOLES


Repairs to pot holes shall be all as given in Schedule ‘A’ with same specifications given for tack
coat and SDAC. This should be executed as specified in clause 20.A.34.2 of SSR Part I, 2009
and to the entire satisfaction of Engineer-in-Charge.

8.0 DRAWINGS
Site plan showing the location where the work is to be executed is not enclosed with the tender
documents. The drawing shall be referred at AGE B/R-II (NW) Karanja Office on any working
day within Office time. Road should not be closed for traffic but alternative arrangement/way by
part road to be made and all safety precautions as per rules in vogue to be taken. Rate quoted
shall be inclusive of these provision also.

9.0 BITUMINOUS PREMIX ASPHALTIC SEMI-DENSE CONCRETE 40 MM THICK

9.1 A layer of premixed bituminous semi-dense asphaltic concrete 40mm thick shall be provided
after applying a tack coat of bituminous primer.

9.2 Material:Refer clause 3.0 here-in-before

9.2.1 Binder Refer clause 3.2 here-in-before.

9.2.2 Aggregates Coarse and fine aggregate shall conform to the specifications given in clause
20.B. 2.5.1 and 20.B. 2.5.3 and physical requirement as given in clause 20.B.2.5.2 of SSR Part
I, 2009. The combined grading of coarse/fine aggregate shall be as specified in clause
20.B.2.5.4 (d) of MES SSR part I, 2009.

9.3 Design Criteria: Bitumen contents shall be 5.5 % by weight of total mix variation in binder
content with plus or minus 0.3% by weight of total mix shall be permitted for individual specimen.

9.3.1 In case of variation in bitumen content on minus side beyond the limits laid down in particular
specifications clause No 9.5 above on carrying out design mix, the price adjustment shall be
made for less quantity of bitumen @ Rs 48,000/- per MT irrespective of actual market cost. In
case of variation in bitumen content on plus side beyond the limits laid down in particular
specifications clause 9.5 above on carrying out design mix, the contractor shall use the paving
bitumen quantity as per design mix and no plus price adjustment shall be made on this account
for addl quantity of paving bitumen.

9.4 Mix Design The mix shall meet the requirements given in clause 20.B.2.11 of SSR Part-I
(2009). The contractor shall submit the mix designs from Govt. approved laboratory for approval
by the GE before commencement of work.

9.5 Permissible variation from the job mix formula The contractor shall have the responsibility
of ensuring proper weight of each material in accordance with the approved job formula and
producing a uniform mix. The permissible variations of the individual percentages of the various
ingredients in the actual mix from the Job mix formula may be within the limits as specified in
clause 20.B.4.2 of MES SSR part I 2009.

Contd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 88

PARTICULAR SPECIFICATIONS (CONTD...)

9.6 Job mix formula and all other required test for 40mm thick asphaltic semi dense concrete shall
be got done by the contractor from SEMT wing of CME/National Highway Lab or any other Govt.
recognized laboratory as approved by GE. All expenditure on this account shall be borne by the
contractor.

9.7 Preparation of Mix : Preparation of Mix shall be all as specified in Clause 20.B.4.4 of SSR
Part-I, 2009 and as specified herein after.

9.8 Application of tack coat, spreading of the mix, compacting, construction joints shall be carried
out all as specified in clause 20.B.4.1 to 20.B.4.7.2 of MES SSR Part-I (2009).

9.9 Hot mix plant of adequate capacity and capable of a proper and uniform quality mix be used for
preparation of the mix. The plant may be a weigh batch type. The plant shall have co-ordinate
set of essential units capable of producing uniform mix as per the job mix formula.

9.10 Bitumen control unitShall be capable of measuring/metering and spraying required quantity of
bitumen at specified temperature with automatic synchronization of bitumen and aggregate feed.

9.11 Filler System A fines feeder system suitable to receive bagged or bulk supply of Filler material
and its incorporation to the mix in the correct quantity shall be necessary auxiliary.

9.12 Dust Control A suitable built in dust control equipment for dryer to contain the exhaust of fine
dust into atmosphere for environmental control wherever, so specified by GE.

9.13 Suitable auxiliary bitumen boiler of adequate capacity with self-heating arrangements and
temperature control device. The boiler should be fitted with temperature indicating instruments.

9.14 Mixing shall be thorough to ensure that a homogeneous mixture is obtained in which all
particles, of the mineral aggregates are coated uniformly.

9.15 The mix shall be transported from mixing plant to the point of use in suitable tipper vehicles. The vehicles
employed for transport shall be clean and be covered in transit if so directed by the GE.

9.16 Spreading, compacting and rolling shall be done all as specified in SSR Part I (2009) Clause
Nos. 20.B. 4.5 and 20.B. 4.6.1 using mechanical paver.

10.0 PREMIXED BITUMINOUS MACADAM

10.1 A layer of premixed bituminous macadam after applying a tack coat of bituminous primer on
existing surfaces shall be provided. Thickness of the layer shall be as directed by Engineer-in-
Charge.

10.2 Material :Refer clause 3.0 here-in-before

10.3 Binder : Refer clause 3.2 here-in-before.

10.4 The combined grading of coarse/fine aggregate shall be all as per clause 20.B. 2.5.4 of MES
SSR Part I, 2009.

Contd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 89

PARTICULAR SPECIFICATIONS(CONTD...)

10.5 Mix design criteria shall be as per clause 20.B. 2.11 of MES Sch Part-I, 2009.

10.6 Preparation of the surfaces and application of tack coat shall be all as per clause 20.B. 3.1 and
20.B. 3.2 of MES Sch Part-I, 2009 respectively.

10.7 Preparation of mix shall be all as per clause 20.B. 3.3 to 20.B. 3.6.2. Rolling shall be done all as
per clause 20.B.3.8 to 20.B.3.9 of MES Sch Part-I, 2009.

10.8 Minimum one test (3 moulds/tests) shall be conducted for every 100 MT of mix for marshal
stability and flow value. All essential tests as directed by GE shall be done as per relevant
clauses of SSR Part I (2009).

10.9 Rolling: Rolling shall be done all as specified in clause No. 20.B.4.7 to 20.B.4.7.2 of SSR Part I
– 2009.

10.10 Controls: At least one sample of every 100 tons of bituminous mix discharges at the pug mill
chute or one sample/day shall be collected and following test should be done.
(a) Three marshal specimen to be compacted and tested for average stability, flow, void
ratio and density and shall be as per designed values.
(b) Binder to be extracted from about 1000 gm of mix and binder content determined.

10.11 Opening of Traffic Traffic may be allowed immediately after completion of the final rolling
when the mix has cooled down to the surrounding temperature.

11 to 13. BLANK

14.0 General
Specification laid down vide clause above shall be applicable for 40mm consolidated thick semi
dense bituminous Asphaltic concrete. Other details of constructions which are fairly and
obviously intended but not expressly brought out, provisions laid down in Specifications for road
and bridges works (Fourth Revision) published by Indian Road congress, New Delhi (2001)
Ministry of Road transport & High ways shall apply.

15.0 THERMOPLASTIC ROAD MARKING PAINT :-

15.1 Hot applied retro-reflective thermoplastic road marking paint shall conform to clause 803.4,
"Specifications for Road and Bridge Works" of Ministry of Road Transport & Highways(MoRTH).
These shall be procured from manufacturers as indicated in description of item under Schedule
‘A.’ (Make: /

15A.0 REFLECTIVE PAVEMENT MARKERS (CAT’S EYES/ROAD STUDS) :

15A.1 General:
15A.1.1The cat’s eyes or road studs shall be provided to improve the visibility in night-time and wet-
weather conditions. These shall be prismatic retro-reflective type two way markers conforming to ASTM
D 4280.
15A.1.2 These shall be provided all as described in Schedule ‘A’ and shall be procured from any of the
manufacturers as indicated under approved list of manufacturers/products. ’
15A.2.1 The work cover the providing and fixing of reflective pavement marker (RPM)
or road stud, a device which is bonded to or anchored within the road surface, for lane
marking and delineation for night-time visibility. It reflects incident light in directions close
to the direction from which it came.

Contd/-
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO: 90

PARTICULAR SPECIFICATIONS (CONTD..)


15A.0 REFLECTIVE PAVEMENT MARKERS (CAT’S EYES/ROAD STUDS) (Contd…)
15A.2.2 Material: Plastic body of RPM/road stud shall be moulded from ASA (Acrylic
Styrene Acrylonitrite) or HIPS (Hi-impact Polystyrene) or Acrylonitrite
Butadiene Styrene (ABS) or any other suitable material approved b the
Engineer. The markers shall support a load of 13,635 kg tested in accordance with
ASTM D4280
15A.2.3 Reflective panels shall consist· of number of lenses containing single or
dual prismatic cubes capable of providing total internal reflection of the. llght
entering the lens face. Lenses shall be moulded of methyl methecrylate conforming
to ASTM D 788 or equivalent.

15A.2.4 Design : The slope or retro-reflecting surface shall preferably be 35 ± 5%


to base and the area of each retro-reflecting surface shall not be less than
13.0 sq .cm.

15A.2.5 Optical Performance


15A.2.5.1 Unidirectional and Bi-directional studs: Each reflector or combination of reflectors
on each face of the stud shall have a Coefficient of Luminous Intensity (C.I.L), not less than that
given in Table 800-12 or Table 800-13 as appropriate of MoRTH.

15A.2.5.2 Omni-directional studs: Each omni-directional stud shall have a Coefficient of


Luminous Intensity (C.I.L). of not less than 2mcd/lx.
15A.3 Tests
15A.3.1 Co-efficient of luminance intensity can be measured by procedure described in ASTM
E 809 "Practice for Measuring Photometric Characteristics" or as recommended in BS:873-Part
4: 1973.
[[

15A.3..2 Under test conditions, a stud shall not be con..sidered to fail the photometric
requirements if the measured C.I.L at any one position of measurement is less than the
values specified in Table 800-12 or Table 800-13 provided that :-
i) the value is not less than 80 percent of the specified minimum, and
ii) the average of the left and right measurements for the specific angle is greater
than the specified minimum.

15A.4 Fixing of Reflective Marker :


15A.4.1 It shall be carried out all as described in clause 804.7.1(Requirements) & 804.7.2
(Placement) of the specifications laid down under “Specification for Road and Bridge Works”
(5th Revision) published by MoRTH.
15A.5 Warranty and Durability: The Contactor shall submit a two year
warranty for satisfactory field performance including stipulated retro-reflectance
of the reflecting panel, to the Engineer. In addition, a two year warranty
for satisfactory infield performance of the finished road marker shall also
be given by the Contractor who carries out the work of fixing of
reflective road markers. In case the markers are displaced, damaged, get worn
out or lose their reflectivity compared to stipulated standards, the
Contractor would be required to replace all such markers within 15 days
of the intimation from the Engineer, at his own cost.
CWE (AF)/PUR/ OF 2019 - 2020 SERIAL PAGE NO: 91

PARTICULAR SPECIFICATIONS(CONTD..)
16.0 VISIT TO SITE :

16.1 Before tendering, the bidder shall inspect the site to fully acquaint himself about the condition in
regard to accessibility of site, nature and extent of ground, working condition of site and locality etc.,
conditions affecting accommodations and movement of labour & material. No claim ,whatsoever, on
such account shall be entertained by the Deptt. In any circumstances at a later date.

16.2 Tenderer shall visit the work site with prior appointment with GE on any working day during working
hours to ascertain the nature of work / site condition under which work is to be executed.
Reference may also be made to Special Condition 2.0 of the tender.
17.0 HANDING OVER OF SITE

17.1 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 program accordingly, No claim whatsoever, for not
giving entire site on award of work and for giving site gradually, will be tenable.

18.0 APPROVED LIST OF MATERIALS / PRODUCTS

18.1 Materials to be incorporated in the work shall be any one of the following makes as
approved by the GE AF Purnea in writing before incorporated in the Work. These shall
strictly comply with latest appropriate Indian Standard Specification or where IS
Specification is not available these shall comply with the latest BS Specification :-

Sl MATERIALS MAKE/BRAND/NAME OF MANUFACTURER


No
1 2 3
(A) TRERMOPLASTIC ROAD JOTUN INDIA PVT LTD/BERGER PAINTS(SIGMARK) /
MARKING PAINT/RETRO- M/S ASIAN PAINTS (APCO MARK) /GODAVARI PAINT PVT
REFLECTIVE LTD/STP/SHALIMAR/J&N PAINT LTD.
(B) ROAD SIGNAGE/DELINEATORS 3M/DARK EYE/GREENLITE/SINOR
INFRASTRUCTURE/TRAFITRONOCS
(C) CATEYE/STUDS/SPEED 3M/DARKEYE/GREENLITE/SINOR
BREAKERS/RUMBLE STRIP INFRASTRUCTURE/TRAFITRONOCS

18.2 APPROVED SOURCES OF LOCAL ORIGIN:


18.2.1 The source of some of the materials shall be as indicated below. The source is given for guidance
only and the contractor will ensure that materials comply with the specifications given here-in-after:-

Sl MATERIALS MAKE/BRAND/NAME OF MANUFACTURER


No
1 2 3
(A) Brick Locally available kiln burnt sub class ‘B’ bricks

(B) Fine sand for mortar Bhagalpur


(C) coarse sand for Concrete Bhagalpur
(D) Stone Aggregate (Broken & Bhagalpur
crushed stone aggregate
CWE (AF)/PUR/ OF 2019 - 2020 SERIAL PAGE NO: 92

PARTICULAR SPECIFICATIONS(CONTD..)

19.0 PAID VOUCHERS AND TEST CERTIFICATES


Paid vouchers and test certificates as applicable for all items shall be produced by the contractor
under his letter and duly signed by him giving cheque No with date under which payment made before
claiming payment for items. Genuineness of paid vouchers and test certificate will be checked by GE
before completion of work by method as considered suitable by him for the major items. Decision of
GE regarding major items shall be final and binding. No claim on account of these provisions shall be
admissible

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATE : FOR ACCEPTING OFFICER
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO:93

PARTICULAR SPECIFICATIONS (CONTD..)


APPENDIX ‘A’

LIST OF MATERIALS/ITEMS MANDATORILY BEARING BIS CERTIFICATION MARK AND AS PER


BRAND APPROVED BY GE AFTER SATISFACTION ON QUALITY OF MATERIALS AND OTHER
CHECKS

Srl No. Name of the materials Relevant IS


1 2 3
1. EARTH WORK
(a) Chemical for ATT(Chloropyriphos) (20 % EC) IS: 8944
(b) Chemical for ATT(Lindane) (20 % EC) IS: 632

2. CONCRETE
(a) Ordinary Portland Cement Grade-43 IS: 8112
(b) Ordinary Portland Cement Grade-53 IS: 12269
(c) Portland Pozzolana Cement IS: 1489
(d) Integral water proofing compound IS: 2645

3. JOINERY WORK/CEILING AND LINING WORK


(a) Wooden Flush Door Shutter (Solid Core type) IS: 2202(Pt-I)
(b) Plywood for General purpose IS:303
(c) Veneered Particle Board IS:3097
(d) Pre-laminated Particle Board IS:12823
(e) Wooden Particle Board(Medium Density) IS: 3087
(f) Marine Plywood IS:710
4. BUILDER’S HARDWARE

(a) Steel butt hinges IS:1341


(b) Non- ferrous butt hinges IS: 205
(c) Door handles (Non ferrous) IS:208

(d) Ferrous tower bolts IS: 204(Part-I)

(e) Non-ferrous tower bolts IS: 204(Part-II)

(f) Hasp & Staples IS: 363


(g) Hydraulically operated door closures IS:
(h) Continuous piano type IS:3818
(j) Sliding door bolts (Non-ferrous) IS:2681
(k) Mild steel sliding door bolts (except 19 mm dia. Sheet bolt) IS: 281
5. STEEL AND IRON WORK

(a) Steel for general structural purpose grade Fe- 410 WA IS: 2062
(b) Low Tensile Structural Steel grade Fe-290 IS: 2062
(c) Reinforcement Steel :Deformed bars(TMT bars) IS: 1786
(d) Galvanised Iron Sheet(Plain and Corrugated) IS: 277
(e) Galvanised Steel Barbed Wire IS: 278
(f) Hard drawn steel wire fabric for reinforcement IS: 1566
(g) Galvanuised Steel Wire Chain Link Fences IS: 2721
(h) Metal Rolling Shutters/Rolling Grills IS: 6248
(j) Steel doors, windows, ventilators IS:1038
6. ROOF COVERING

(a) Industrial Bitumen IS:702


7 FLOORING

(a) Bitumen Mastic for Flooring IS: 1195


(b) White Portland Cement IS: 8042
(c) PVC Asbestos Floor Tiles IS: 3461
(d) Flexible PVC Floor Tiles IS: 3462
(e) Ceramic Unglazed Vitreous Acid Resistant Tiles IS: 4457
(f) Cement Concrete Floor Tiles IS: 1237
(g) Chequered Cement Concrete Tiles IS: 13801
(h) Interlocking PCC Paving Block/Tiles IS: 15658
CA NO CWE(AF)/PUR/ OF 2019-2020 SERIAL PAGE NO:94

PARTICULAR SPECIFICATIONS (CONTD..)

APPENDIX ‘A’(Contd..)

LIST OFMATERIALS/ITEMS MANDATORILY BEARING BIS CERTIFICATION MARK AND AS PER


BRAND APPROVED BY GE AFTER SATISFACTION ON QUALITY OF MATERIALS AND OTHER
CHECKS

Srl No Name of the materials Relevant IS


1 2 3
8. GLAZING WORK

(a) Putty for use on window frame IS:419


9. PAINTING WORK

(a) Linseed oil, raw and refined IS: 75


(b) French Polish IS:348
10. WATER SUPPLY, PLUMBING DRAINS AND SANITARY APPLIANCES

(a) Concrete pipes with or without reinforcement IS:458


(b) Salt glazed stone ware pipes and fittings IS:651
(c) Centrifugally cast (Spun) iron spigot and socket soil, waste and IS:3989
ventilating pipes and fittings
(d) Sand cast iron spigot and socket soil waste and ventilating pipes IS: 1729
and fittings.
(e) PVC soil, waste and rain water pipes IS: 4895
(f) Mild Steel tubes, tubulars IS:1239(Part-I)
(g) Mild steel 46ubular and other wrought steel pipe fittings IS:1239(Part-II)
(h) GI fittings for GI pipes IS:1626(Part-II)
(j) Flushing cisterns for water closets and urinals other than plastic. IS: 774
(k) Ball valves(horizontal plunger type) including floats for water supply IS: 1703
purpose.
(l) Cast copper alloy screw down Bib taps and stop valves for water IS: 781
services of 15 mm and 20 mm bore size
(m) self closing taps IS:1711
(n) Nahani trap/Floor trap IS: 3989
(o) Pillar taps for water supply IS: 1795
(p) Cast iron manhole covers and frames IS:1726 (Part-I to VII)
(q) Cast iron fancy pillar taps for water services IS: 8934
(r) Cast iron fancy bib taps and stop valves IS: 5931
Rubber sealing ring for gas mains, water mains and sewers IS:5981

11 ELECTRICAL WORKS

(a) Ceiling roses IS: 371

(b) Tumbler switches IS: 3854

(c) Socket outlet-3 pin plug & socket IS: 1293


(d) Switch fuses(main & switch) IS:4064
(e) Rigid steel conduit IS:
(f) Rigid non-metallic conduit IS:2509
(g) New Insulating Oil for Transformer and Switchgear. IS:335
(h) Aluminium stranded conductor IS:298
(j) Conductor and earth wire accessories IS: 2121(Part-I & II)
(k) Galvanised stay strand IS: 2141
(l) Danger Notice Plate IS: 2551
(m) Fittings for Rigid Steel Conduit for Electrical Wiring IS: 2667
(n) Fittings for Rigid non-metallic conduits IS: 3419
(Note: A photo copy of proof in support of firms valid certification license of BIS mark shall be produced by the
contractor to the GE along with sample of material.

DCWE(CONTRACTS)
(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER
DATE : _______________ 2019
CA No : CWE (AF)/PUR/ OF 2019 - 2020 SERIA PAGE NO : 95

APPENDIX – ‘B’
MATERIALS & THEIR TESTS

| Material | Tests | Method of | Frequency of test | Level | Rate(Rs)| Remarks


No | | | testing | | of | Each |
| | | | | test | Test |
-----|-----------|----------------|---------------|---------------------------------|--------|---------|----------------------------
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8
-----\-----------\----------------\---------------\---------------------------------\--------\---------\----------------------------
1. BRICKS (i) Compressive IS-3495 Pt-II As per IS-5454 as given under A 180/- Checks for visual and
strengthLOT SAMPLE PERMISSI- dimensional character-
(ii)Water -do- BLE A 150/- istics shall also be
Absorption DEFECTIVE carried out as per IS-
BRICKS 5454.
(iii)Efflorescence -do- Pt-I 1001 to 5 0 A 180/-
10000
10001 to 10 0
35000
35001 to 15 1
50000
LEGEND
2. COARSE (i) Sieve analy- IS-2386 Pt-I One test for every 15 Cu.m of A 120/- A - SITE LAB
AGGREGATE sis aggregate or part thereof brou- B & C - NATIONAL TEST
ght to site. HOUSE/ENGG COLLEGE/
GOVT APPROVED LAB

(ii) Flakiness -do- -do- A 90/-


Index
(iii)Estimation -do- Pt-II One test for every 100 Cu.m of A 120/-
of deleteri- aggregate or part thereof.
ous materials

(iv) Organic -do- One test for each source of supply C 120/-
impurities
(v) Moisture -do- (Pt-II) Regularly as required. A 120/-
content
(vi) Specific -do- One test for each source of supply B 120/-
gravity
CA No : CWE (AF)/PUR/ OF 2019 - 2020 SERIA PAGE NO : 96

APPENDIX – ‘B’(Contd…)
MATERIALS & THEIR TESTS

----\-----------\-----------------------\------------\------------------------------------\---------\--------\-----------------------------
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8
-----\-----------\-----------------------\------------\------------------------------------\---------\--------\------------------------------
3. FINE (i) Sieve analy- IS-2386 Pt-I One test for every 15 Cu.m of A 180/-
AGGREGATE sis aggregate or part thereof brought
to site.
(ii)Test for -do- -do- A 90/-
clay silt &
impurities
(iii)Specific -do- One test for each source of B 180/-
gravity supply.

(iv) Moisture -do- Pt-II Regularly as required subject to A 180/-


content two test per day when being used

(v) Test for -do- One test for each source of C 180/-
organic supply.
impurities

4. CEMENT (i) Setting time IS-4031 -63 CYCE For each consignment `C' B 180/-
re-affirmed as and when required.
1956
(ii) Soundness -do- -do- C 120/-

(iii)Compressive strength -do- -do- B 360/-

(iv) Fineness -do- -do- C 120/-

5. STRUCTURAL (i) Slump test or IS-119 The minimum frequency of sampling A 180/- (i) Slump sampling shall
CONCRETE compacting factor of concrete of each grade shall carried out to cover
M-15 Grade test or Vee-Bee time be as under :- watering units.
& ABOVE) QTY OF CONC NO OF SAMPLES (ii)Refer IS-456-2000
(ii) Compressive strength IS-516 IN THE WORK A 120/- for frequency of
(Cu.m) sample.
01 to 05 01
06 to 15 02
16 to 30 03
31 to 50 04
51 & Above 04+01 for each
addl 50 Cu.m or
part thereof.
CA No: CWE (AF)/PUR/ OF 2019 - 2020 SERIA PAGE NO :97

APPENDIX – ‘B’(Contd…)
MATERIALS & THEIR TESTS
-----\-----------\-----------------------\------------\------------------------------------\---------\--------\---------------------
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8
-----\-----------\-----------------------\------------\------------------------------------\---------\--------\---------------------

6. (a) PCC BLOCK (i) Compressive strength IS-2155 -1984 8 Block out of 14 A 60/- Samples (4 Blocks) from
FOR WALL- (Appx `B') consignment of every
ING 5000 Blocks or part
(Hollow (ii) Water Absorption -do(Appx`B') 3 Block out of 14 B 120/-thereof.
blocks)
(iii)Density -do-(Appx`A') -do- B 90/-

(b) PCC SOLID (i) Compressive strength IS-2185 12 Blocks out of 18 A 60/- Samples (18 Blocks)
BLOCK FOR from consignment of
WALLING every one block or
(ii) Water Absorption -do 3 Block out of 18 B 120/- part thereof. These
blocks to be checked
(iii)Density -do- -do- B 120/-for dimension and weight.

7. CEMENT (i) Water Absorption IS-1237 -1956 6 Tiles out of 18 B 180/- Samples (18 Tiles)
FLOORING (Appx `D') from each source of
TILES/ supply selected at
TERRAZZO (ii) Wet transverse -do(Appx`E') -do- B 144/- random.
TILES strength
(iii)Resistance to wear -do-(Appx`F') -do- C 540/-
CA No : CWE (AF)/PUR/ OF 2019 - 2020 SERIA PAGE NO : 98

APPENDIX – ‘B’(Contd…)
MATERIALS & THEIR TESTS
-----\-----------\-----------------------\------------\------------------------------------\---------\--------\-----------------------
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8
-----\-----------\-----------------------\------------\------------------------------------\---------\--------\-----------------------
8. BURNT (i) Water Absorption IS-3495 6 Tiles out of 12 B 216/- Samples:-12 Tiles
CLAY ROOF- (Pt-II) from each source of
FING TILES supply selected at
(HAND MADE)(ii)Compressive -do-(Pt-I) -do- A 180/- random.
AS PER strength
IS-2690
Pt-II
LENGTH
150-250mm
WIDTH
100-125mm
THICKNESS
35-50mm

9. MANGLORE (i) Water Absorption IS-654 6 Tiles out of 31 B 180/- Samples:-32 Tiles
PATTERN (Appx `A') from each consignment
ROOFING of 3000 Tiles or part
TILES (ii) Breaking load -do(Appx`C') -do- B 120/- thereof. These tiles
strength shall be checked for
dimention& weight.

10. TIMBER (i) Specific gravity IS-1708-1960 Maximum 3 samples from a lot B 120/-
and weight of 4 Cu.m or 150 pieces of
seasoned timber.
(ii) Moisture content -do- -do- A 120/-

11. WATER FOR (i) Test for Acidity IS-456 & 3015 Once at the stage of approval B 240/- Also refer clause 4.3
CONSTRUCTION of source of water. of IS-456 and its subse-
PURPOSES quent sub clauses regar-
(ii) Test for Alkalinity -do- -do- B 240/- ding suitability of water

(iii)Test for solid contents -do- -do- C 300/-


CA No: CWE (AF)/PUR/ OF 2019 - 2020 SERIA PAGE NO : 99

APPENDIX – ‘B’(Contd…)
MATERIALS & THEIR TESTS
-----\-----------\-----------------------\------------\------------------------------------\---------\--------\-----------------------
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8
-----\-----------\-----------------------\------------\------------------------------------\---------\--------\-----------------------

12. WELDING Visual inspection test IS-822-1970 100% by Visual inspection Worksite 360/- Specialised tests, their
OF STEEL Clause 7.1 method and frequency
WORK to be decided in consi-
deration of their impo-
rtance by the Accepting
Officer.

13. Timber (a) Dimensions, sizes, IS-1003-1977 Frequency of sampling from each A 180/-
panelled workmanship and (Pt-I) lot shall be as under :-
and glazed finish. LOT SIZE SAMPLE SIZE
doors & 01 to 50 05
windows 51 to 100 08
SHUTTERS 101 to 150 13
including 151 to 300 20
factory made 301 to 500 32
shutters 501 to 1000 50
1001 and Above 80
(b) STRENGTH TEST
(i) Slamming IS-1303-1990 | From each lot 5% of the factory made
(ii)Impact Indentation -do- | shutter shall be tested for
(iii)Shock Resistance -do- | strength test
(iv) Edge Loading -do- |

14. PLYWOOD (a) MOISTURE CONTENT IS-1734-1983 | Six test pieces from each of the C 240/- Sampling shall be as per
(IS-303- Part(1) | boards selected as per table I IS : 7635-1975 table(1).
1975) | shall be subjected to test.
(b) WATER RESISTANCE TEST -do- | C 240/-
Part(6) |
CA No: CWE (AF)/PUR/ OF 2019 - 2020 SERIA PAGE NO : 100

APPENDIX – ‘B’(Contd…)
MATERIALS & THEIR TESTS
____________________________________________________________________________________________________________________________
1 | 2 | 3 | 4 | 5 | 6 | 7 | 8
____________________________________________________________________________________________________________________________
15. WOOD (a) Density IS-2380(Part-3) Three test specimens from each A 60/- Sampling test be as
PARTICLE sample (Size 150mm X 75mm) per IS : 3087-85
BOARD class 'A' with
Medium moisture meter.
Density)
IS-3087-
1985
(b) Moisture -do- -do- A&B 60/-
(c) Water -do- (Part 16) -do- (Size 300 mm X 300 mm) A 60/-
absorption
(d) Swelling due -do- (Part 17) -do- (Size 125 mm X 100 mm) A 60/-
to surface
Absorption
(e) Swelling in -do- -do- (Size 200 mm X 100 mm) A 60/-
water
(f) Modulus of -do- (Part 4) -do- Three test : specimens as per B 90/-
Rupture IS : 2380-77
(g) Screw withdrawal -do- (Part 14) -do- As per IS : 2380 C 120/-
strength

___________________________________________________________________________________________________________________________________

_____________________________
(SIGNATURE OF CONTRACTOR) DCWE(CONTRACTS)
FOR ACCEPTING OFFICER
Date :___________________ 2019

S-ar putea să vă placă și