CA No.GE (AF)/SAR-08/2016-17 Srl Page No. MILITARY ENGINEER SERVICES

THE GARRISON ENGINEER (AF) SARSAWA, , UP – 247232

NAME OF WORK: PROVN OF COVERING TO SKY AREA AT OFFICER MESS AT AIR FORCE SARSAWA.

CONTENTS SHEET

Srl Particulars Page No. No From To 1. Content Sheet 1

2. Tender forwarding letter & Instructions for completion 2 to 5 of tender documents to be complied with by the tenderer(s)

3. Notice of tender (IAFW-2162) Including Appendix ‘A’ to to Notice of Tender & amendment thereto, if any

4. Item rate tender and contract for works required to IAFW-1779-A (Revised 1955) i.e. Schedule ‘A’, ‘B’, `C’ & ‘D’.

5. * General Conditions of Contracts IAFW-2249 (1989 to Print) including errata & amendments thereof.

6. * Schedule of Minimum Fair Wages to

7. Special Conditions to

8. Particular Specifications (Specifications and to Workmanship for material & works).

10. List of Drawings. to

11. Appendices ‘A’ to ‘E’ to

12. Errata/Amendments to the tender documents. to

13. Relevant correspondence. to

14. Acceptance letter. to

15. Drawings : ___ sheets

Total No. of Pages

* These documents have not been attached with tender documents and can be seen in any MES office on any working day.

SIGNATURE OF CONTRACTOR AE(QS&C) DATED : ______for ACCEPTING OFFICER

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. REGISTERED POST/ACK DUE Fax : 1331-245896 Garrison Engineer (AF) Email : [email protected] Sarsawa Distt. Saharanpur(U.P)

8116/SAR-02/ /E8 Aug 2016

M/S______

NAME OF WORK: PROVN OF COVERING TO SKY AREA AT OFFICER MESS AT AIR FORCE SARSAWA.

Dear Sir,

1. Tender documents for the work mentioned above job are forwarded herewith. You are invited to participate in this competitive tendering by submitting tender in two covers i.e. one is technical bid/applications and the second is price bid.

2. The important points of this invitation to tender are as under:-

(a) EARNEST MONEY . In case of contractor not enlisted with any formation in the MES by depositing the prescribed Standing Security Deposit for the enlistment, the tender shall be accompanied by earnest money amounting to Rs. 29,000.00 in the form of deposit at call receipt on treasury challan, the amount being credited to the revenue deposit of Garrison Engineer (AF) Sarsawa

(b) SECURITY DEPOSIT . For contractors enlisted with any Command/CWE who have deposited Standing Security for such enlistment no security deposit required to be deposited. However, in case of contractors enlisted in other Command/CWE and for contractors who are not enlisted in the MES, Standing Security Deposit shall be based on the tender amount as per the scales laid down for earnest money enhanced by 25%, Condition of IAFW-2249 refers.

(c) ADDITIONAL SECURITY DEPOSIT . In case the contractors enlisted in a class lower than eligible Class, the additional security deposit shall be the difference between the individual security deposit as per para (b) above and the Standing Security lodged.

(d) VAT/SALES TAX CLEARANCE CERTIFICATE . The tenderer shall be in possession of valid current VAT/Sale Tax Clearance Certificate. Tenderer shall have to produce a valid VAT/Sales Tax Registration Certificate from VAT/Sales Tax Authority

(e) POWER OF ATTORNEY . The tender shall be signed by a authorized person holding power of ‘attorney’ which shall interalia contain the stipulation that the signatory has power to bind the firm in all matter pertaining to the contract including the arbitrating clause. Copy of power of attorney shall be enclosed with the tender as per following :-

(i) PROPRIETORSHIP CONCERN . In case of signatory himself is the proprietor, he shall submit an affidavit to this effect.

(ii) PARTNERSHIP CONCERN . Power of attorney authorising the signatory shall be executed by all the partners.

(iii) LIMITED CONCERN . Power of attorney shall be executed in accordance with the constitution of the firm.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

(f) REVISION/MODIFICATION OF QUOTED RATES

(i) The tenderer shall quote his rates on the Schedule ‘A’ and Summary pages (as accplicable) only.

(ii) In case the tenderer has to revise/modify the rates quoted in the Schedule ‘A’ and/or General Summary, he may do so only in the Schedule ‘A’ Summary before the last date of submission of bid and submit accordingly.

(iii) In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the Earnest Money deposited by him shall be forfeited. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls.

3. The tenderer is expected to be fully conversant with the CPM technique and comply technical staff who can use the technique in sufficient details. Sufficient books and other literature on the subjects are widely available which the tenderer may make use of.

4. The tenderer’s attention is drawn to Special Conditions of the tender regarding preparation of the detailed net work and time schedule for the work and his liability for employing resources to adhere to this schedule. Any inability on the part of the tenderer in using the technique will be taken as his technical inefficiency and effect his class for enlistment and further prospects of receiving/opening of price bid of tender for works.

5. SUBMISSION/RECEIPT AND OPENING OF TENDERS . The tender shall be received on line upto 1200 hours on as per NIT in two covers. Cover one will be opened on or after 1200 hours on as per NIT . Cover No 2 will be opened after opening and the date & time of opening of cover No 2 will be intimated on line to the bidders and shall be opened immediately thereafter in presence of the tenderers who may wish to be present. The tender must be submitted completely in all respects duly signed digitally at all the places provided for in the documents. No cognizance will be given to the telegraphic communications of the amount of tender. In case unquoted tender documents are being returned, the word ‘BLANK’ shall be endorsed on the tender documents under signature of the authorised persons.

Yours faithfully,

SIGNATURE OF CONTRACTOR AE(QS&C) DATED : ______for ACCEPTING OFFICER

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER (S)

1. EARNEST MONEY Contractor(s) who are not enlisted with MES/Who are enlisted but have not executed the Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of tender in one of the following forms, alongwith their tender.

(i) Deposit at Call Receipt from the Scheduled Bank in favour of GE (AF) Sarsawa.

(ii) Receipted treasury Challan, the amount being credited to the Revenue Deposit GE (AF) Sarsawa. Note : Earnest Money in the form of cheque/Bank Guarantee etc. will not be accepted.

Scan copy of EMD shall be uploaded alongwith other documents in cover No 1 & original copy shall be sent to CWE (AF) AMBALA so as to reach before date of opening of cover No 1 (NON SUBMISSION OF EARNEST MONEY WILL RENDER THE TENDER AS NON-BONAFIDE AND CONSEQUENTLY TENDER SHALL BE IGNORED )

2. SECURITY DEPOSIT In case the tender submitted by a contractor not enlisted with MES is accepted, the contractor will be required to lodge with the Controller of Defence Accounts `INDIVIDUAL SECURITY DEPOSIT’ calculated with reference to TENDERED COST as notified by the Accepting Officer subject to a maximum of Rs 18,75,000/- (See condition 22 of IAFW-2249.

3. CONTRACTORS ENLISTED UNDER CHIEF ENGINEER WESTERN COMMAND CHANDIMANDIR AND WHO HAVE EXECUTED SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF A LOWER CLASS In case the tender is accepted the amount of Additional security Deposit will be as notified by the Accepting Officer at the time of acceptance. This amount would be the difference between the `Individual Security Deposit’ calculated with reference to the “TENDERED COST” and the standing security deposit lodged. Refer condition 22 of IAFW-2249.

4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CHIEF ENGINEER WESTERN COMMAND, CHANDIMANDIR Contractors whose names are on the approved list of any MES formations, i.e. other than Chief Engineer, Western Command and who have deposited Standing Security and have executed Standing Security Bond, may tender without depositing Earnest Money with tender and if the Accepting Officer decides to accept their tender, such tenderers will be required to lodge Security Deposit as notified by the Accepting Officer before accepting his tender.

5. GENERAL INSTRUCTIONS FOR COMPLIANCE 5.1 The tender shall be accompanied by a certified true copy of Power of Attorney in favour of the signatory to the tender documents. If the tender is submitted on behalf of a firm it must be signed either by all partners or some person(s) holding a valid Power of Attorney from all partners constituting the firm. The person signing the tender on behalf of another partner or on behalf of a firm or company, shall attach with the tender a proper Power of Attorney duly executed in his favour by such other person or by the partners or in accordance with constitution of the company in case of company, stating that he has authority to bind such other person(s) or the firm or the Company as the case may be, in all matters pertaining to the contract including the Arbitration Clause. 5.2 Even in case of firms or companies which have already granted Power of Attorney to an individual authorising him to sign tender and in pursuance of which tenders are being signed by such person as a routine, fresh Power of Attorney duly executed in his favour, stating specifically that the person has authority to bind such partners of the firm, or the Company as the case may be to the condition relating to Arbitration Clause, should be submitted with the tender unless such authority has already been given to the concerned individual by the firm or the Company.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY THE TENDERER (S) (CONTD…)

5.3 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty. Attention is also drawn to conditions 24 & 25 of IAFW-2249.

5.4 CPM 5.4.1 The tender is based on CPM.

5.4.2 The tenderers are 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, which the tenderer may make use of.

5.4.3 The tenderer's attention is drawn to Special Conditions of the tender regarding preparation of the detailed net work analysis and time schedules for the work and his liability for employing sufficient resources to adhere to this schedule. Any inability on the part of the tenderer in using the technique will be taken as his technical insufficiency and will affect his class of enlistment and future prospects of receiving tenders for work.

5.5 The department may issue amendments/errata to the tender documents before due date of submission of tenders. The tenderer is required to read the tender documents in conjunction with the amendments, if any, issued by the department.

6. SPECIAL INSTRUCTIONS FOR COMPLIANCE BY TENDERERS

6.1 The tenderer shall quote his rates on the BOQ only.

6.2 In case the tenderer has to revise/modify the rates quoted ,he may revise BOQ before last date of submission of bid.

6.4 In the event of lowest tenderer revoking his offer or revising his rates upward (which will be treated as revocation of offer), after opening of tenders, the Earnest Money deposited by him shall be forfeited. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in second call or subsequent calls.

7. These instructions shall form part of the contract agreement and shall be signed and returned alongwith the tender documents.

SIGNATURE OF CONTRACTOR AE(QS&C) DATED : ______FOR ACCEPTING OFFICER

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. MILITARY ENGINEER SERVICES

NOTICE OF TENDER

1. (a) A tender is invited for the work as mentioned in Appendix ‘A’.

(b) The work is estimated to cost as indicated in the aforesaid Appx ‘A’. This estimate however, is not a guarantee and is merely given as rough guide and if the work cost more or less tenderer will have no claim on this account.

(c) The tender shall be based on as indicated in the aforesaid Appx ‘A’.

2. The work is to be completed within the period as indicated in the aforesaid Appx ‘A’ (In accordance with the Phasing, (if any) from the date of handing over site/commencement date which may be one or about two weeks after the date of acceptance of the tender.

3. Normally contractors whose names are on the MES approved list for the areas in which the work lies and within whose financial category, the estimated amount would fall may tender, but in case of term contract, contractors in categories ‘S’ to ‘E’ may tender irrespective of category, whether or not, the estimated amount is within the financial category of the contractor the Accepting Officer reserves the right to accept the tender, in which event the tenderer would be required to lodge additional security deposit as notified by the accepting officer in terms of condition of contract. Contractors whose names are on the MES approved list of any MES formations and who have deposited standing security & have executed standing security bond may also tender without depositing Earnest money along with the tender and the accepting officer proposes to accept the tender such tenderers would be required to deposit security deposit as notified by the accepting officer before acceptance of tender. One contractor or one firm of contractor shall submit not more than one tender. Under no circumstance will father and his son (s) or other closed relations, who have business dealing with one another will be allowed to tender for the same contract as separate competitor. Breach of this condition will render the tender of both parties liable for rejection.

4. The Garrison Engineer (AF) Sarsawa, Saharanpur, UP - 247232 will be Accepting Officer, here in after refer to as such for the purposes of this contract.

5. Application for the tender forms must be submitted to Garrison Engineer (AF) Sarsawa, Saharanpur, UP - 247232 on line in cover No 1 and uploaded prior to the bid submission date as mentioned in the aforesaid Appx ‘A’.

Invitation for issue of tender dose not constitutes any guarantee for consideration and opening of price bid in cover No 2 which will be done only after opening and evaluation of technical bid/applications in cover No 1 even to enlisted contractors of appropriate class. Opening of price bid (Cover No 2) of tender will be decided by the Accepting Officer based on interalia past track record, financial position and experience of similar works executed by the applicants/contractor. The Accepting Officer shall consider applications (Cover No 1) received up to date of receipt of application/ extended date of receipt of applications for consideration and subsequent opening of cover No 2. The applicant/contractor will be informed regarding non-opening of cover No 2 of tender without assigning reasons. The applicant/contractor if he so desires, may appeal to the next higher Engineer Authority with copy to the Accepting Officer upto seven days prior to date of opening of price bid (cover No 2). The decision of the next higher authority shall be final. No applicant/ contractor shall be entitled for any compensation whatsoever for non consideration/opening of cover No 2.

6. (a) Tender forms and conditions of contract and other necessary documents will be uploaded in website as per date given in aforesaid Appx ‘A’.

(b) The appropriate standing security amount for this work shall be deposited by the contractor enlisted in the area for appropriate category mentioned shall be as mentioned in aforesaid Appx ‘A’.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. NOTICE OF TENDER (Contd.)

(c) In the case of contractor who has not executed the Standing Security bond, tender shall be accompanied by earnest money (for amount refer aforesaid Appx ’A’) in the form of deposit at call receipt issued in favour GE (mentioned in Appx ‘A’) by a Schedule Bank or in Receipt Treasury Challan, the amount being credited to the revenue deposit of the GE (mentioned in Appx ‘A’).

(d) A contractor who has executed the Standing Security Bond but not for appropriate category as mentioned above shall lodge with the Controller of Defence Accounts concerned additional security deposit as notified by the Accepting Officer within thirty days of the receipt by him of notification of acceptance of his tender failing which this sum will be recovered from the first RAR payment or first final bill in the case of Term/Running contract. However, in case where any payment is made to the contractor within thirty days of receipt by him of notification of acceptance of tender the amount of additional security deposit shall be recovered from such payment The GE will return the Earnest Money where applicable to all unsuccessful tenderers by endorsing an authority on the deposit receipt of its refund on production by the tenderers of a certificate of the Accepting Officer, that a bonafide tender (vide condition 11 hereinafter) was received and all documents were returned. The GE will either return the Earnest Money to the successful tenderer on the deposit receipt of its refund on receipt of an appropriate amount of security or will return the same in part of full on account of security deposit if such a transactions is feasible. Copies of the drawings and other documents pertaining to the work (signed for the purposes of identification by the Accepting Officer or his accredited representatives) and samples of materials & stores to be supplied by the contractor will be open for inspection at the office as mentioned (Appx ‘A’) during working hours.

7. The tenderers are advised to visit the site by making prior appointment with the GE in sufficient time. A tenderer shall be deemed to have full knowledge of all related documents, samples, site etc. whether he has inspected site or not. The tenderers can submit the tender (cover No 1 & 2) up to the last date & time of submission of bid and the bid will be opened by Garrison Engineer (AF) Sarsawa, Saharanpur, UP – 247232 on the date & time mentioned in Appx ‘A’.

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

9. The submission of a tender by a tenderer implies that he has read this notice and the conditions of contract & has made himself aware of the scope and specifications of work to be done & the conditions & the stores, tools and plants etc, which will be issued to him and local conditions & other factors having bearing on execution of the work. 10. Tenderers must be in possession of a copy of MES Standard Schedule of Rates 2009(Part I) & 2010 (Part-II) including errata/amendments thereto.

11. Tenderers must be very careful to deliver & upload a bonafide tender, failing which the Accepting Officer may at his absolute discretion, reserve the right of forfeiting a portion of Earnest Money, Security Deposit or Security Bond amount (not exceeding amount of cost of tender) deposited by the tenderer. A bonafide tender must satisfy each & every conditions laid down in this office.

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

13. The Accepting Officer reserves the right to accept a tender submitted by a public sector undertaking giving a price preference over other tenders(s) which may be lowest, as are admissible under the Govt. Policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose price bid (cover No 2) may be rejected on account of said policy.

14. This notice of tender shall form part of the contract.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. NOTICE OF TENDER (Contd.) 15. TENDER FEE

(i) In case of MES enlisted tenderers, if original DD on a/c of cost of tender documents is not received within clear five days after date of opening of Technical Bid subject to satisfying other prequalifying criteria, the financial bid shall be opened. The amount of cost of tender shall be recovered from any amount due to the MES enlisted contractor. Failure of non submission of hard copy of DD tantamount to willful negligence with ulterior motive and therefore the tenderer shall be barred to tender during the period of 06 months commencing from the date of opening of financial bid.

(ii) In case of un-enlisted tenderers, if original DD is not received within clear five days after date of opening of cover-I, ‘T’ bid shall not be validated for opening of financial bid. Name of such contractor’s along with complete address shall be circulated for not opening of bids for the period of six months commencing form date of opening of financial bid.

(iii) Tenderers who have failed to submit original DD pertaining to Earnest Money deposit (whether un-enlisted or enlisted who has not lodged Standing Security Deposit) by stipulated date, shall be ineligible for opening of Financial Bid.

16. WITHDRAWAL/REVOCATION OF OFFER :- In single stage 2 cover system, the financial bid of the contractor is frozen on End/last date for bid submission. The system does not allow bidder to change/withdraw/revoke his bid online after this date and time. The provisions of revocation of other shall be applicable after last date/time of bid submission. Any such revocation/withdrawal/change of bid after bid submission last date and time shall be considered as revocation and financial penalty i.e equal to the amount of earnest money shall be deposited within 15 days from the date of issue of notice and all the conditions as stipulated in the Manual on contracts-2007 for revocation shall also be applicable.

17. QUOTING OF RATES :- Cases have been reported where contractors have quoted in pre-revised BOQ. In the present system, revised BOQ (wherever required by the deptt) has to be uploaded before Bid submission start date. A tenderer is supposed to check if any Revised BOQ has been uploaded, and quote in Revised BOQ only. Thus uploading, quotation in pre-revised BOQ shall be considered as a willful negligence by the bidder and his quotation shall be considered non-bonafide and his enlisting authority shall be informed for further action.

18. EMPLOYER PROVIDENT FUND AND MISCELLANEOUS (EPF & MP) ACT 1952 :-

18.1 In terms of GOI Ministry of labour & employment letter No S-35025/2/2014-SS II dated 15 Jul 2015, all the bidders participating in tendering for the work will ensure that they have “ Provident Fund Code Number ” for their construction workers and same has to be uploaded with Cover-I (Technical Bid) failing which their Technical bid shall be rejected and Financial bid shall not be opened. The Contractors shall also ensure that all agencies engaged should also have Provident Fund Code .

18.2 All the workers deployed by the Contractors or sub contractors should be enrolled as members of provident fund and should be given the Universal Account Number (UAN).

18.3 At the time of submitting the final bills of the works, the contractors have to give a certificate on his letter head that all workers employed directly or indirectly by him in the work are registered for EPF and the due contribution have been credited into their account.

SIGNATURE OF CONTRACTOR AE (QS&C) DATED : ______for ACCEPTING OFFICER

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

IAFW-1779-A (REVISED 1955) TO BE USED IN CONJUNCTION WITH GENERAL CONDITIONS OF CONTRACTS IAFW-2249 (1989 PRINT)

Tele : 01331-245896 Email : [email protected] Garrison Engineer Air Force Sarsawa Distt. Saharanpur (U.P)

No 8116/SAR-02/ /E8 Aug 2016

NAME OF WORK: PROVN OF COVERING TO SKY AREA AT OFFICER MESS AT AIR FORCE SARSAWA.

1. Mr./Messer’s ______of

is/are hereby authorized to tender for the above work. The tender is to be QUOTED

ONLINE AT THE WEBSITE OF MES eprocuremes.gov .in by 10 Sep 2016 UP TO 1800HRS

2. All correspondence concerning this tender shall be addressed as indicated at the top of this sheet

quoting the reference as given above.

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

SIGNATURE OF CONTRACTOR AE (QS&C) DATED : ______for ACCEPTING OFFICER

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

SCHEDULE ‘A’ NOTES:-

1. The Entire works covered under this contract shall be completed within a period of 06(Six) months from the date of handing over of site / date of commencement of work as mentioned in WORK ORDER NO.1, which will be issued by the GE after acceptance of tender.

(b) The works included in these tender documents is to be carried out in the existing accommodation presently in use / occupation by users. As such, the site shall be handed over in piece-meal keeping in view convenience of the Users. However, for recovery of compensation and other purposes, the completion period as specified above shall form the basis. Further, it is clarified that in case the work is delayed due to delay in handing over of the sites, only extension of period as mentioned in condition 11 of IAFW -2249 (General conditions of contracts) shall be granted by the Accepting Officer. Keeping in view merits of the case and on other claim what-so-ever on account of above shall be entertained at any stage.

2. Description of items of works mentioned in Schedule ‘A’ are brief. These are deemed to be amplified and shall be read in conjunction with the provisions made in Schedule ‘A’ Notes, particular specifications, special conditions and MES standard Schedule of Rates.

3. The items and quantities mentioned in Schedule ‘A’ are approximant and inserted for guidance only and may be varied as per actual requirements. However these shall not be varied beyond the limits laid down in condition 7 of IAFW-2249 (General Conditions of Contracts)

4. The unit rates quoted by the tenderers shall be deemed to allow for minor extras which are not specifically specified but are essentially required for the execution of work in workman like manner and sound engineering practice. In case difference of opinion as whether a certain items of works constitute as minor extras or not, the decision of the Accepting Officer shall be final, conclusive and binding.

5. Unless specifically mentioned otherwise, the unit rates quoted in respective items of Schedule ‘A’ shall be deemed to include for provision of necessary materials, supplied and fixed, material and labour, jointing and testing etc required for entire completion of the works all as specified and directed.

6. The tenderers are advised to visit the site in consultation with the GE for ascertaining the actual location, nature, scope and quantum of the works involved against various items of Schedule ‘A’. It is however clarified that no claim what-so-ever whether the tender (s) visit (s) the site or not shall be entertained at any stage on account of above.

7. Contractor will take all necessary precautions to avoid damage to existing structures or any other items of work. Any damage caused due to negligence or carelessness of the contractor to buildings, fittings, fixtures, electrical equipments and connected infrastructure etc. during execution of the work, the same shall be made good by the contractor without any extra cost to the Govt.

8. The amount arrived at the condition 7 of Schedule ‘A’ is not firm but shall be treated as “Contract sum” as defined in IAFW-2249 (General conditions of Contracts).

9. Where ever in the description of item, “Supply and fixing in replacement“ or “fixed in repairs” is specified, scope of the work of such items include for taking down of the existing item / materials and in lieu providing new items of the specifications, sizes etc. specified in the relevant item and in these tender documents. Also for old retrieved items / materials, provisions contained in notes 16 to 19 here in after be referred to.

10. Irrespective of whatever has been specified elsewhere in these tender documents, pricing of the deviation order (s), if any, shall be done as per Condition 62 of IAFW-2249 (General conditions of Contracts).

11. Special Conditions in MES Schedule and preambles to items given in MES Schedule Part-II under respective trades shall be applicable. If any, provision in the description of items of Schedule ‘A’ and/or in particular specification(s) is at variance with the provisions in special conditions and preambles to MES Schedule items, the provisions as per description of Schedule ‘A’ and provisions in particular specifications shall take precedence.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

SCHEDULE ‘A’ NOTES (CONTD…)

12. The contractor’s quoted rates shall be deemed to include for cutting of the existing roads, paths and drains etc. required for laying of cables, pipes etc. and making good the same after provision of cables etc to match with the existing surfaces. However, for cutting of roads, paths, drains etc., only payment for excavation and earth work in SOFT/LOOSE soil shall be made under relevant items of Schedule ‘A’. The contractor shall also provide temporary display boards, sign boards etc. to avoid any accident during cutting of roads etc. Contractor’s quoted rates shall be deemed to be included all the above aspects. 13. The materials / equipments retrieved under various items of Schedule ‘A’ from dismantling / demolition / taking down shall not be reused in the work unless specifically re-fixing / reused is specified in the respective item of Schedule ‘A’.

14. Quality of materials : The materials to be incorporated under this contract shall be ISI marked and not their equivalents or those complying with IS particularly when ISI marked materials are available. Where specific makes / brands has been mentioned in Schedule `A' / Particular specifications, than these shall take precedence to ISI marked items and if specified make/brands are manufactured with both i.e. with ISI marking and without ISI marking, then only ISI marked materials/items of specified make/brand shall be acceptable/incorporated.

15. The tenderer’s quotation shall be deemed to include for all statutory levies/ duties, including sales tax on works contract as applicable. It is further clarified that irrespective of whatever is specified elsewhere in the tender documents, the contractor’s quoted rates shall be deemed to include for recovery of the labour welfare cess as per the Uttar Prades Govt Notifications/orders pursuant to enactment Building and other Construction Workers Welfare Cess Act 1996 (28 of 1996) by the Govt of India. It may be noted that conditional tender regarding STATUTORY LEVIES/ DUTIES INCLUDING SALES TAX AND WELFARE CESS ON WORKS CONTRACTS and/or on any other account will not be considered and shall be liable to be REJECTED. In this connection, also refer relevant special condition.

Notes for credit Schedule :-

16. All the materials having worth value obtained from dismantling/demolition/taking down shall remain the property of Govt except the materials covered under credit schedule and for which re-fixing/reuse/relaying is specified. The materials having worth value retrieved from dismantling/demolition/taking down(other than those included in the credit schedule and for which re-fixing/reuse/relaying is specified) shall be deposited in the MES store Yard of the GE and the rubbish, useless materials etc shall be disposed off by the contractor at the places outside the premises i.e outside MD land, to a place notified for dumping debris by the local administration all as directed by the Engineer-in-Charge . Contractor’s quoted rates against respective items of Schedule ‘A’ shall be deemed to include the aforesaid provisions.

17. The quantities inserted under column 4 are provisional. For recovery of credit, the actual quantities retrieved against respective item of Schedule ‘A’ shall be considered.

18. The recovery on account of materials listed in schedule of credit to the extent retrieved from dismantling/demolition/taking down from respective item of Schedule ‘A’ shall be made immediately from payment due to contractor irrespective of fact that these have been removed from site or not. However materials listed in schedule of credit shall be removed from site only after written permission of Engineer-in-Charge and after recovery has been effected from Contractor’s payment.

19. The tenderes are advised to inspect the site to ascertain the quality of materials etc to be retrieved from dismantling/demolition/taking down under respective item of Schedule ‘A’. The rate of recovery shall be firm irrespective of the quality of material retrieved from the site. Further It is clarified, no claim whatsoever shall be entertained at any stage whether the contractor inspects the site or not.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

SCHEDULE OF CREDIT DISMANTLED/DEMOLISHED/TAKING DOWN MATERIALS NOTES :-

1. The quantities given in this schedule are provisional and shall vary the respective quantities Schedule ‘A’.

2. The rates given in this Schedule is firm. No claim whatsoever, shall be entertained from the contractor on account of any variation/condition/quality/non availability of retrieved materials. The tenderers shall be deemed to have ascertained the quality/quantity/availability of retrievable materials before quoting their rates in Schedule ‘A’.

3. The material for which credit shall be recovered from the contractor, shall not be allowed to reuse in the work unless otherwise specifically mentioned in the CA or as directed by Engineer-in-Charge in writing.

4. The materials except listed in this Schedule, shall be the property of Govt. and shall be deposited in the store of/and deposited off as per written approval of Engineer-in-Charge.

5. The materials for which the credit shall be give by the tenderers, shall be cleared away from the site of work immediately but not later the physical completion of work, failing which the completion certificate shall not be issued to the contractor. The Contractor shall be solely responsible for the same.

6. The unserviceable dismantled /demolished/taken down material/Items shall be removed from site by the contractor only after the recovery as given in Credit Schedule, from the RAR/Bill.

7. For measurement purposes quantities of Credit items shall be measured same as per demolition / dismantling / taking down of concerned items of sch ‘A’ whatsoever obtained at site.

Sr Description of item of credit Unit Qty Rate Amount Remarks No per Unit E/M WORK

1 Old material obtained from Serial Item No 4 to 10 Each 109 25.00 2725.00 Refer : Notes 2 Old material obtained from Serial Item No. 11 Each 7 2.00 14.00 given above for 3 Old material obtained from Serial Item No. 13 Each 19 500.00 9500.00 all items of this Schedule. 4 Old material obtained from Serial Item No. 14 RM 100 3.00 300.00

5 Old material obtained from Serial Item No15 Each 8 10.00 80.00

6 Old material obtained from Serial Item No16 Each 5 10.00 50.00

7 Old material obtained from Serial Item No 17 RM 100 2.00 200.00

8 Old material obtained from Serial Item No 18 Each 20 3.00 60.00

9 Old material obtained from Serial Item No 19 Each 100 1.00 100.00

10 Old material obtained from Serial Item No 21 Each 15 500.00 7500.00

11 Old material obtained from Serial Item No 22 RM 15 2.00 30.00

12 Old material obtained from Serial Item No. 24 Each 10 3.00 30.00

13 Old material obtained from Serial Item No 25 to 28 Each 39 10.00 390.00

14 Old material obtained from Serial Item No 29,30 Each 65 2.00 130.00

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. 15 Old material obtained from Serial Item No 31,32 Each 37 10.00 370.00

16 Old material obtained from Serial Item No 37,38 Each 16 10.00 160.00

17 Old material obtained from Serial Item No 39 Each 15 1.00 15.00

18 Old material obtained from Serial Item No 40 Each 10 50.00 500.00

19 Old material obtained from Serial Item No 41 Each 15 500.00 7500.00

20 Old material obtained from Serial Item No 46,47 Each 65 50.00 3250.00

21 Old material obtained from Serial Item No 48 Each 15 50.00 750.00

22 Old material obtained from Serial Item No 49 Each 35 200.00 7000.00

23 Old material obtained from Serial Item No 50,51 Each 50 500.00 25000.00

24 Old material obtained from Serial Item No 52 Each 10 50.00 500.00

25 Old material obtained from Serial Item No 53 RM 50 2.00 100.00

26 Old material obtained from Serial Item No 54 Each 4 500.00 2000.00

27 Old material obtained from Serial Item No 56 Each 30 2.00 60.00

28 Old material obtained from Serial Item No 57 Each 4 500.00 2000.00

29 Old material obtained from Serial Item No 58 Each 20 50.00 1000.00

30 Old material obtained from Serial Item No 59 Each 4 200.00 800.00

31 Old material obtained from Serial Item No 60 Each 5 50.00 250.00

32 Old material obtained from Serial Item No 63 Each 3 100.00 300.00

Total amount of credit as reflected in General Summary on Serial Page No Rs. 72,664.00 here-in-after.

SIGNATURE OF CONTRACTOR AE(QS&C) DATED : ______for ACCEPTING OFFICER

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SCHEDULE ‘B’

LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTOR (REFER CONDITION 10 OF 1AFW-2249)

Ser Particulars Unit Rates at Place of issue (by Remarks No. which stores name) will be issued to the Contractor 1 2 3 4 5 6

NIL

SCHEDULE ‘C’

ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL BE HIRED BY THE CONTRACTOR

(REFER CONDITION 15, 34 AND 35 OF IAFW-2249)

Ser. Quantity Particulars Details of Hire Stand by Place of Remarks No. MES Crew charges per charges per Issue supplied unit per unit per day working day 1 2 3 4 5 6 7 8

-NIL-

SCHEDULE ‘D’

TRANSPORT TO BE HIRED BY THE CONTRACTOR (REFER CONDITION 16, AND 35 OF IAFW-2249)

Sr. Quantity Particulars Rate per unit per Stand by Place of Remarks No. working day charges per unit Issue per day

-NIL-

SIGNATURE OF CONTRACTOR AE (QS&C) DATED : ______for ACCEPTING OFFICER

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

TENDER

TO THE PRESIDENT OF INDIA

Having examined and perused the following documents:-

1. Specifications signed by Garrison Engineer (Air Force) Sarsawa / AE(QS&C)

2. Drawing detailed in the specifications and in list of drawings.

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

4. MES Standard Schedule of Rates 2009 (Part-I: Specifications) & 2010 (Part-II Rates) (hereinafter and in IAFW-2249, referred to as the MES Schedule) together with amendment No 01 to 03 for Part-I (SSR-2009) and Errata/amendment No 01 to 59 for Part II as applicable to the above said schedule.

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

6. WATER: REFER 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 one thousand worth of work done.

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

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

………………………………………………….. only) forwarded for earnest money shall either be retained as a part of the Security Deposit or be refunded by the Government on receipt of the appropriate amount of Security Deposit all as per Condition 22 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and conditions contained/referred to therein and as detailed in the General Summary and to carry out such deviations as may be ordered vide Condition 7 of IAFW-2249 upto a maximum of Ten percent (10%) and further agree to refer all disputes as required vide 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 Institution of Surveyor (India) recognized by the Govt of India to be appointed by the Chief Engineer(AF) WAC Palam, Delhi Cantt or in his absence, by the officer officiating as Chief Engineer(AF) WAC Palam, Delhi Cantt, whose decision shall be final, conclusive and binding

* To be deleted where not applicable.

** To be deleted whichever is not required.

Contd….

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. TENDER (Contd…)

TOTAL AMOUNT OF BOQ Rs.______

Less amount of credit taken from page No. Rs. 72,664.00 (MINUS) here-in-before Total amount Rs. ______

For the item rate contract Sum of Rs ...... (Rupees ......

...... only

Signature …………………………………….. in the capacity of ………………………..……. Duly authorized to sign the tender for and on behalf of M/s / Shri ……………………………………………………………………………………….……………………………………

(IN BLOCK LETTERS)

WITNESS

(Signature & Name ) Postal address ……………………………….

Address……………………… ……….…………………………………………….

…………………………………. Telephone No : ………………………………

ACCEPTANCE

______alterations have been made in these tender documents and as evidence that these alterations were made before the execution of the Contract Agreement, they have been initialed by the contractor and AGE (CONTRACTS) / GE(AF) SARSAWA.

The above tender is / was accepted by me on behalf of the President of India at the lump sump / item rates (originally or revised subsequently) contained in Schedule ‘A’ Rs…………………………………………………………… (Rupees………………………………………………………………………………………………………………………………………………………………… ……………………………………………………………………………………………………………………………………………………………………..)

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

(Gaurav Gopinath) Major APPOINTMENT: GARRISON ENGINEER (For and on behalf of the President of India)

Contd….

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

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

FOR

LUMP SUM CONTRACTS (IAFW-2159)/MEASUREMENT CONTRACTS (IAFW 1779 & 1779A)

A copy of the MES GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: Print-1989) with Errata and Amendments has been supplied to me/us and is in my/our possession. I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree that I/We shall abide by the terms and conditions thereof.

It is hereby further agreed and declared by me/us, that the MES General Conditions of Contracts (IAFW-2249: Print - 1989) including Condition 70 thereof pertaining to settlement of disputes by Arbitration, containing 33 pages (Serial page Nos to ) with errata 1 to 20 and Amendment Nos. 1 to 40 (Serial Page Nos. to ) form part of these tender documents.

SIGNATURE OF CONTRACTOR AE (QS&C) DATED : ______for ACCEPTING OFFICER

CA NO. GE(AF)/SAR-68/2015-2016 SERIAL PAGE NO. ___

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 92 (Revised up to date) forms part of these tender documents.

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

SIGNATURE OF CONTRACTOR AE (QS&C) DATED : ______for ACCEPTING OFFICER

NOTE : "Schedule of Minimum Fair Wages" referred to above is available for reference, in the Office of Accepting Officer"

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS 1. GENERAL The following Special Conditions shall be read in conjunction with the General Conditions of Contracts, IAFW-2249, IAFW-2159 and IAFW-1779A 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. INSPECTION OF SITE BY THE TENDERER(S)

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

(b) The tenderer(s) shall be deemed to have inspected the site(s) and made themselves familiar with the working conditions, whether they have actually inspect the site (s) or not. No claim, whatsoever, shall be admissible to the contractor on this account.

3. HANDING OVER OF SITE(S)

Site(s) 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 programmed accordingly. No claim whatsoever, for not giving the entire site on award of work and giving the site gradually, will be tenable.

4. EMPLOYMENT OF PERSONNEL

4.1 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 considerations, the employment of any foreign national (s) is unavoidable, the contractor shall furnish full particulars to this effects to the Accepting Officer at the time of submission of the tender

4.2 Contractor shall employ only Indian Nationals as his representatives, servants and workmen after verifying their antecedents and loyalty. He shall ensure that no person of doubtful antecedents and nationality is in any way, associated with the work. If for the reasons of technical collaboration or other considerations the employment of foreign national (s) is unavoidable, the contractor shall furnish full particulars to this effects to the Accepting Office at the time of submission of the tender. As a proof that the contractor has employed only Indian Nationals, he shall render a certificate to GE within one month from the date of acceptance of tender to this effect. In case the GE desires contractor will get the police verification done of personnel employed by him at his own risk and responsibility.

4.3 The GE shall have full powers and without giving any reason to order the contractor immediately to cease to employ, in connection with his contract, any agent, servant or employee whose continued employment is, in his opinion, undesirable. The contractor shall not be allowed any compensation on this account. The contractor’s attention is also drawn to condition 25 of IAFW-2249 in this connection.

5. CONDITION FOR WORKING IN RESTRICTED AREA:- The work covered in the tender lies in restricted area:-

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…]

5.1 Visit to site within the Restricted Area: Permission to enter the restricted area at the time of submission of tenders for inspection of site(s) by the tenderer (s) can be obtained through the Garrison Engineer. Tenderers are advised to send prior intimation of their agents, representatives etc well in advance to the appointed dates and time of their proposed visit so that necessary arrangements may be made by GE to secure admission. Whether tenderer visit the site or not, he shall be deemed to have full knowledge of the restrictions of entering into/exit from and within the restricted area and other cognate conditions which may affect the entire work.

5.2 ENTRY AND EXIT: The contractor, his agent(s), representatives, workmen etc and his materials, carts, trucks or other means of transports etc, will be allowed to enter through and leave from only such gate or gates and at such times as the GE or authorities incharge of the restricted Area may at their sole discretion permit to be used. The contractor's authorised representative is required to be present at the place of entry and exit for the purpose of identifying his carts, truck etc to the person incharge of the security of Restricted Areas.

5.3 IDENTITY CARDS OR PASSES: The contractors, his agents and representatives are required individually to be in possession of an identity card or pass duly verified by the police department. Police verification shall be got done by the contractor at his own cost all as directed by the Engineer-in-Charge/GE. The identity card or pass will be examined by the security staff at the time of entry into or exit from the restricted area and also at any time or number of times inside the Restricted Area.

5.3.1 IDENTITY OF WORKMEN: Every Workman shall be in possession of an identity card. The identity card shall be issued after thorough investigation of the antecedents of the labourers by the contractors and attested by the Officer-in-Charge of the unit concerned in accordance with the standing rules and regulations of the units.

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

5.4 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.

5.5 WORKING HOURS.

5.5.1 The units controlling Area, usually work during six days in a week and remain closed on the 7th day. The working hours available to the contractor's labour and staff are however, appreciably reduced because of the time consumed in security checks observed at the time of entry, exit and during working hours. The exact working hours, days and non working days observed for the restricted area(s), where works are to be carried out shall be deemed to have been ascertained by the contractor before submitting his tender. The tenderer's attention is invited to the fact that the total numbers of working hours for a unit are prescribed in regulations and they cannot be increased by the Garrison Engineer or authorities controlling the restricted area. The definition of “working days” as given under condition 1 (t) of IAFW- 2249 does not apply in case where the works are carried out in restricted area.

5.6. WORKING ON HOLIDAYS: The contractor shall not carry out any work on gazetted holidays, weekly holidays, and other non working days except when he is specially authorised in writing to do so by the GE. The GE may at his sole discretion declare any day as holiday or non working day without assigning any reasons for such declaration. Nothing extra shall be admissible on this account for any man hours lost.

5.7 FIRE PRECAUTIONS:

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

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

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…]

5.8 FEMALE SEARCHER: If the contractor desires to employ female labourers on work to be carried out inside the area and a female searcher is not born on the authorised strength of the area/controlling authority 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 employed Female searcher in addition to the authorised strength, the salary and allowances shall be paid 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 payable on this account from any contractor shall be final and binding.

6. MINIMUM WAGES PAYABLE

6.1 Refer Conditions 58 of 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.

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

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

6.4 Schedule of minimum wages are not enclosed alongwith tender documents. However contractor shall be deemed to have verified the minimum fair wages payable as on the last due date of receipt of tender.

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

7. QUARRIES ON DEFENCE LAND Reference Condition 14 of General Conditions of Contracts (IAFW-2249). No quarries on Defence land are available.

8. LAND FOR TEMPORARY WORKSHOPS, STORES ETC. Refer condition 24 of IAFW-2249 (General Conditions of Contracts) Delete the following contents from lines 5 to 9 of sub para 1 of condition 24 of IAFW-2249 reading “In the event of ...... allotted to him” .and insert as under :- “Separate land as directed by the GE will be allotted to the contractor for the storage of materials & temporary workshop for which he shall pay the nominal rent of Rupee 1/- per year or part of a year as mentioned in condition 24 of IAFW 2249. No land for accommodation of Labour Officer and canteen will be allotted.”

9. WATER

9.1 Refer to Condition 31 of IAFW-2249 (General Conditions of Contracts). Water will be supplied by MES to the contractor at the point(s) as marked on site plan or otherwise at the points as decided by the GE from the piped system and shall be paid by the contract @ Rs. 3.75 per Rs. 1000/-worth of work done priced at contract rates. The contractor shall arrange at his own expense for storage of water and lifting pumping, carrying of conveying water to the site of work as required.

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

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…]

10. CO-ORDINATION WITH OTHER AGENCIES

The contractor shall permit free access and afford normal facilities and usual convenience to other agencies or departmental workmen to carryout connected works of services under separate arrangements. The contractor will not be allowed any extra payment on this account.

11. ELECTRIC SUPPLY

11.1 In case the contractor desires to buy electricity required for the work, the same shall be made available upto a maximum of 20 KW, three phase, 4 wire system by MES from the location of existing transformer as indicated in the site plan and in case not indicated, from the location as directed by the GE. The main switch, 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 main switch in order to ensure a proper and suitable supply of electricity for execution of work.

11.2 The contractor will be charged for the electric energy consumed for the execution of works at Rs 7.14 per unit for lighting as well as for power.

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

11.4 GE or his representative shall be free to inspect all the power consuming devices or any electric lines provided by the contractor. Any device or electric lines provided by the contractor, which are not to the satisfaction of the GE, shall be disconnected from the supply, if so directed by him and no claim for any compensation whatsoever may be, shall be allowed on this account.

12. NET WORK ANALYSIS

12.1 The time and progress chart shall be prepared as per condition 11 of General Conditions of Contracts (IAFW-2249) and shall consist of detailed network analysis and a time Schedule. The critical path network will be drawn jointly by the GE and the contractor soon after acceptance of tender. 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.

12.2 During the currency of work, the contractor will adhere to the time schedule and this adherence will be a part of the contractor’s performance under the contract. During the execution of the work the contractor is expected to participate in the reviews and updating of the net work undertaken by the GE. These reviews may be undertaken at the discretion of the GE either as a periodic appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation orders or amendments. Any revision of the schedule as a result of the review will be submitted by the contractor to GE within a week who will approve it after due scrutiny.

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

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

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…] 13. MATERIALS AND SAMPLE

13.1 Refer condition 10 of IAFW-2249.

13.2 The Materials and articles listed in Appendix 'A' shall bear ISI embossed certification mark(s).

13.3 The materials listed in Appendix `B' are generally superior to ISI certified products and the same shall be of make (s)/manufacturer (s) specified in these tender documents.

13.4 The materials referred to in Appendix `C' are of local origin and the same shall be procured from the sources as indicated against each and shall conform to the specifications given in these tender documents, MES schedule and in I.S.

13.5 The materials and articles, which have been specified from certain makes/manufacturers, shall be of makes/ manufacturers as specified. If the manufacturers specified in tender documents make both ISI marked and conforming to ISI, the materials/articles shall be ISI marked.

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

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

(ii) If ISI marked materials are not being manufactured the same shall be conforming to IS specifications. 13.7 In case of any materials listed in these Appendices and /or in particular specifications are not required in connection with this contract; these shall be treated as deleted.

13.8 The tenderer is advised to inspect samples of the materials whichever displayed in the office of GE, before submitting the tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as to the nature and quality of materials, he is required to incorporate in the work irrespective of whether he has actually inspected them or not. The materials to be incorporated in the work by the contractor shall comply with the specifications given in these tender documents.

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

14. TESTING OF MATERIALS

14.1. All the materials to be incorporated in the work shall be subjected to quality control tests as per the testing procedure and frequency as laid down in Appendix ‘D’ relevant IS and as indicated in these tender documents.

14.2. Irrespective of whatever is indicated elsewhere in the tender documents, the modalities of testing arrangements shall be as mentioned here in after.

14.3 ‘A’ LEVEL TESTS FOR WORKS COSTING UPTO RS. 100 LAKHS :

The contractor may set up site laboratory for testing of materials (except Sch ‘B’ materials) for ‘A’ level tests as listed in Appendix ‘D’ hereto. The contractor shall arrange all equipment/machines for the tests specified in Appendix ‘D’ as A level tests at his own cost with prior approval of GE. This cost shall be included in the lump-sum costs/ unit sketch quoted by the contractor. The contractor shall employ a competent technical representative as approved by the GE for the purpose of testing and all such tests shall be carried out in the presence of Engineer-in-Charge. The successful tests result thereof shall be recorded and signed jointly by the contractor and the Engineer-in-Charge. The charges for these test i.e. A level tests carried out in site laboratory of the contractor shall not be recovered. In case, the contractor has not set up the site laboratory setup/approved by GE, the recovery shall be made at rates applicable i.e as given in Appendix ‘D’.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…]

14.4. ‘B’& ‘C’ Level Tests : For tests of ‘B’ and ‘C’ level as indicated in Appendix ‘D’, the contractor shall provide all facilities for testing of materials at Zonal laboratory /Govt approved laboratories or test house/Engg. Colleges at his own cost. The lump sum/ unit rates quoted by the contractor shall deemed to be inclusive of these tests. The rates of various tests conducted in Laboratory of MES are indicated in Appendix- ‘D’. The contractor shall bear the actual charges of ‘C’ level tests (to be done in labs other than MES labs) irrespective of rates indicated in Appendix ‘D’ . Wherever it is convenient to get ‘B’ level test done at approved test house/Engg. College, the same can be done at the cost of the contractor and no separate recoveries will be made by the Department for the same.

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

14.6 Any tests marked as type ‘A’, ‘B’ or ‘C’ in Appendix ‘D’ if got done at SEMT wing, Pune, testing charges as indicated against them will be recovered from the contractor. In additional to this, the contractor shall arrange for samples and its handling/transportation to the concerned labs at his own cost.

14.7 The tests marked as type `B` and `C` will not be carried out in the site laboratory. These tests shall be carried out only in SEMT wing/Govt approved lab/National test House/Govt Engineering College as approved by the GE. In case type `B` and `C` testing is done in SEMT wing, the testing charges recovered shall be as indicated in the Appendix `D` to the particular specifications (PS). against each test. However if testing is done in other places as mentioned above, the actual test cost will be directly borne by the contractor.

14.8 The list of tests given in appendix `D` to PS contain only a few common tests. However all other tests required in the work but not covered in this Appendix as decided by GE shall also be got done from Govt approved lab/ Govt Engineering College /National test house approved by GE and entire cost of sample, handling, transportation and actual testing charges will be borne by the contractor directly.

15. RECORD OF CONSUMPTION OF CEMENT

15.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialed by Engineer-in-Charge against numbering showing quantities of cement received, used in work and balance at the end of each day. The form of record shall be as approved by Engineer-in-Charge. The register shall be signed daily by representatives of MES and the contractor in token of verification of its correctness and will be checked by Engineer-in-Charge, at least once a week and on the days cement is brought by the contractor.

15.2 The register shall be kept at site in safe custody of the contractor's representative during the progress of the work and shall on demand be produced for verification to the inspecting officer(s).

15.3 On completion of the work the contractor shall deposit the cement register with the Engineer-in-Charge for record.

16. PERIOD FOR KEEPING THE TENDER OPEN

The tender shall remain open for acceptance for a period of 60 (SIXTY) days from the date specified for its submission (date of submission of tender is inclusive in 60 days). 17. -Blank-

18. SECURITY OF CLASSIFIED DOCUMENTS

Contractor's special attention is drawn to conditions 2-A 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. The contractor shall also not make copies of the design/drawings and other documents furnished to him in respect of the works, and shall return all documents on completion of the works or on earlier 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). Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…]

19. INDIAN OFFICIAL SECRETS ACT-1923

The contractor shall be bound by the Indian Official Secrets Act - 1923.

20. RECORD OF MATERIALS AND PURCHASE VOUCHERS

20.1 The quantity of materials such as cement, steel, paints, water proofing compound, chemicals for ant termite treatment and the like, as directed by the Engineer-in-Charge (the quantity of which cannot be checked after incorporation in the works), shall be recorded in measurement books as “ Not to be Abstracted” and signed by the contractor & the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work.

20.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those already recorded in measurement book shall be suitably marked for identification.

20.3 Contractor shall produce vouchers/invoices from the manufacturers and/or their authorized agents for the full quantity of the following materials, as applicable as a pre-requisite before submitting claims for payment for advances on account of the work done and/or materials collected in accordance with Condition 64 of General Conditions of Contracts (IAFW-2249). Production of vouchers by the contractor shall be his mandatory contractual obligation and shall be fully complied by him :- (a) Water proofing compound. (b) Chemicals for Anti-termite Treatment

(c) Paints, Distempers, cement base paint and the like.(d) Sanitary fittings. (e) Water supply pipes and fittings. (f) Steel windows &ventilators (g) Factory made shutters. (h) Floor/Wall tiles (j) Iron Mongery (k) Tarfelt/Bituminous products (l) Electrical fittings and fixtures. (m) Cables and wires. (n) NCL Seccolor Windows & Ventilators (o) PVC Shutters & Chowkhats (p) Cranes (q) Air conditioners (r) Cement (s) Steel (t) For any other items/materials as directed by the GE.

20.4 The contractor shall, on demand, produce to the GE, original receipted vouchers/ invoices in respect of the materials other than as stated in sub-para 20.3 above . The vouchers/invoices so produced shall be defaced, verified and stamped by Engineer-in-Charge indicating contract number, name of work, under his dated signature. The contractor shall ensure that the materials are brought to site, in original sealed containers/packing, bearing manufacturer’s marking except in the case of the requirement of material(s) being less than smallest packing.

20.5 The vouchers/invoices will clearly indicate the contract number and the IS No, specific alternative to which the material conforms incase of various alternative in IS.

21. STANDARD OF WORKMENSHIP

21.1 In order to achieve the acceptable standard of workmanship and layout of fittings, fixtures etc, a sample work (one quarter in case of new building work) shall be completed by the contractor well in advance as directed by GE to serve as guiding sample work/sample quarter as applicable. The sample works shall be completed under close supervision of Engineer-in-Charge & and shall be got approved from GE. The workmanship of various trades and finishes of these sample works shall serve as guiding sample and all further works shall be executed to conform to corresponding sample work.

21.2 The provisions as given hereinbefore, shall however do not absolve the responsibility of the contractor for execution of work as per contract provisions.

21.3 For levy of compensation and other purpose, the period of completion specified in Schedule ‘A’ Notes shall form the basis.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…]

22. SECURITY AGAINST LOSS OR DAMAGE

22.1 The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his plants/equipments on the site of work stating the following particulars: -

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

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

(iii) Location, indication No. (quantity) at each location of site of work.

(iv) Purchase value on the date of purchase. For the purpose of the condition, plant/equipment, shall include vehicles i.e. trucks and lorries but neither the workmen's tools nor any manually operated tools/equipment. The Engineer-in-Charge shall record the particulars, supplied by the contractor in the works diary and send the return to the GE for record in his office.

22.2 LOSS OR DAMAGE ON ACCOUNT OF ENEMY ACTION :- If as a result of enemy action, the Contractor suffers any loss or damage, the Government shall reimburse to the Contractor such loss or damage to the extent and in the manner hereinafter provided: -

(i) The loss suffered by him on account of any damage or destruction of his plant/ equipment (as defined in special condition 22.1 above) or materials or any part or parts thereof. (The amount of loss assessed by the Accepting Officer, on this account shall be final and binding).

(ii) The compensation paid by him under any law for the time being in force to any workman employed by him for any injury caused to him or to the workman's legal successors for loss of the workman's life.

(iii) Payment of compensation for loss or damage to any work or part of work carried out (The amount of compensation shall be determined in accordance with condition 48 of General Conditions of Contracts IAFW-2249). No reimbursement shall be made nor shall any compensation be payable under the above provision unless the Contractor had taken Air Defence Precautions ordered in writing by the GE/OC concerned or in the absence of such orders, reasonable precautions. No reimbursement shall be payable nor shall any compensation be payable for any plant/equipment or materials not lying on site of work at the time of enemy action.

23. RELEASE OF ADDITIONAL SECURITY DEPOSIT

23.1 Refer Conditions 22 and 68 of IAFW-2249.

23.2 The contractor, in case he has to deposit additional security for the contract, is advised to deposit the additional security in two equal parts so as to facilitate its release in accordance with condition 68 of IAFW- 2249.

24. CLEANING DOWN (Refer Condition 49 of IAFW-2249 : General Conditions of Contracts):-

The contractor shall clean all floors, walls, remove cement, lime or paint drops, clean the joinery, glass panes etc., touch up all paint work and carryout all other necessary items of work in connection therewith and have the whole premises in clean and tidy condition to the entire satisfaction of Engineer-in-Charge before handing over items/works. No extra payment shall be admissible to the contractor for this operation.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…]

25. OUTPUT OF ROAD ROLLER (REFER CONDITION 15 OF IAFW - 2249)

25.1 The contactor shall arrange road roller(s) under his own arrangements and a log book for each road roller shall be maintained by him for recording hours of working of the road roller. Entries in the log book shall be signed by the Contractor or his authorised representative and by the Engineer-in-Charge. 25.2 To ensure proper consolidation, roller must work for at least the number of days assessed on the basis of output given here-in-after. If the roller has not worked for the number of days so assessed, recovery shall be affected from the contractor for the number of days falling short of the days assessed on the basis of output stipulated here-in-after. The recovery shall be affected @ Rupees 1,400/- per working day of 8 hours for 8 to 10 ton roller.

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

25.4 OUTPUT OF ROAD ROLLER PER DAY OF EIGHT HOURS

S.No Name of activity Constant

(i) Consolidation of formation Surfaces/sub-grade. 1850 Sq Metre (ii) Consolidation of stone soling 23 cm thick (Spread thickness) with 8 to 10 518 Sq Metre tonne roller. (iii) -Do- but 15 cm thick 800 Sq Metre (iv) -Do- but 10 cm thick 1200 Sq Metre (v) Consolidation of water bound macadam (stone metal) 11 cm spread thickness 248 Sq Metre including spreading and consolidation with binding material. (vi) -Do- but 7.5 cm 372 Sq Metre (vii) Consolidation of Mix Seal or premixed carpet including seal coat, 20 mm thick. 744 Sq Metre

(viii) Consolidation of Mix Seal or premixed carpet including seal coat, 25mm 595 Sq Metre thick(Consolidated thickness) or Asphaltic dense concrete 25mm thick(Consolidated thickness). (ix) Consolidation of Single Coat surface dressing 774 Sq Metre (x) 40 mm thick (consolidated thickness) Asphaltic Concrete 372 Sq Metre

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

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes (including Sales Tax/VAT on materials, Sales Tax/VAT on Works Contracts, Turnover Tax, Service Tax, Labour Welfare Cess/tax etc.) duties, Royalties, Octroi Excise Duty & other levies payable under the respective Statutes. No reimbursement /refund for variation in rates of taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other levies shall be made except as provided in sub para (b) here-in-below.

(b) (i) The taxes which are levied by Govt. at certain percentage rates of Contract Sum/Amount shall be termed as “taxes directly related to Contract value” such as Sales Tax/VAT on works Contracts, Turnover Tax, Service tax, Labour Welfare Cess/tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders . Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. SPECIAL CONDITIONS [CONTD…]

Any increase in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the Govt. /deducted by the Govt. from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to Contract value” prevailing on last due date for receipt of tenders shall be refunded by the Contractor to the Govt. / deducted by the Govt. from the payments due to the Contractor.

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

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

(iv) Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value” shall be made only if the contractor necessarily & properly pays additional “taxes directly related to Contract value” to the Govt. without getting the same adjusted against any other tax liability or without getting the same refunded from the concerned Govt. Authority and submits documentary proof for the same as the GE may require. [ 27. FORCE MAJEURE

27.1 Should any force majeure circumstances arise, each of the contracting party shall be excused for the non- fulfillment or for the delayed fulfillment of any of its contractual obligations, if the affected party within 15 days of its occurrence informs the other party in writing.

27.2 Force majeure shall mean fires, floods, natural calamities or other acts such as war, turmoil, strikes (as not limited to be establishment of the seller), sabotage, explosions, quarantine, restrictions beyond the control of either party.

27.3 It is under stood and agreed between the parties hereto that the rights and obligations of the parties shall be deemed to be in suspension during the continuance of the force majeure event(s) as aforesaid and the said rights and obligations shall automatically revive upon the cessation of intervening force majeure event(s). The period within which the rights and obligations of the parties shall be in suspension due to the force majeure event(s) shall not be considered as a delay with respect to the period of delivery and/or acceptance of delivery under the contract or otherwise the determinant of either party.

27.4 Notwithstanding the provisions of the immediately foregoing clause(s), it is further understood and agreed between the parties hereto that in the event(s) of any force majeure persisting for an uninterrupted period exceeding 06 (six) months, either party hereto reserves the right to terminate this contract upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in this agreement of the goods received.

SIGNATURE OF CONTRACTOR AE (QS&C) DATED : ______for ACCEPTING OFFICER Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

PARTICULAR SPECIFICATIONS 1 GENERAL

1.1 Work under this contract shall be carried out in accordance with Schedule ‘A’, Particular Specifications, drawings (where applicable) and general specifications and other provisions in MES Standard Schedule of Rates (here-in-after called MES Schedule), read in conjunction with each other.

1.2 Term “General Specifications” referred to here in after as well as referred to in IAFW-2249 (General Conditions of Contracts) shall mean the specifications contained in the MES Schedule Part-I.

1.3 General rules, specifications special conditions and preambles in the MES Schedule shall be deemed to be applicable to the work under this contract, unless specifically stated otherwise in these documents in which case the provision in these documents shall take precedence over the aforesaid provisions in the MES Schedule. The terms as specified wherever appear in tender documents and drawings (where applicable) related to relevant particular specifications and in its absence general specifications. All references to MES Schedule in these specifications relate to SSR Part-I of MES Schedule unless otherwise mentioned. References to some paragraphs of MES Schedule have been made in these particular specifications but other paragraphs and provisions as applicable are also to be followed for all sections/parts of Schedule ‘A’ even though not particularly mentioned here-in-after e.g. reference to Paras pertaining to general workmanship for brickwork, iron and steel work etc. have not been made but provision therein as required for work are applicable.

1.4 Where specifications for any item of work are not given in MES Schedule or in these particular specifications, specifications as given in relevant Indian Standard or as per code of practice shall be followed.

1.5 Rates quoted for a particular item by the tenderer shall be deemed to include for any minor details/items of work and/or constructions which are obviously and fairly intended and which may not have been included in these documents but which are essential for the execution and entire completion of the work. Decision of the Accepting Officer as to whether any minor details/items of work and/or construction is obviously and fairly intended to be included in the contract or not shall be final, conclusive and binding.

1.6 Where specifications/provisions given in these particular specifications are at variance with the provision/specifications given in MES Schedule, specifications/ provision given in these particular specifications shall be followed. 2 CEMENT

The cement shall not be issued under Schedule ‘B’. Contractor shall procure the same under his own arrangement for the entire completion of the work. Provision of condition 10 of IAFW-2249 be read in conjunction with this clause. The specifications and other provisions laid down vide section 4 Para 4.3 of MES Schedule, Part-I shall be read in conjunction with the provisions contained in the subsequent paras here-in- after.

2.1 TYPE OF CEMENT : - The Cement shall be ordinary Portland cement grade 43 (IS-8112-1989) or Portland Pozzolana Cement (IS: 1489-1991). However for ready mixed concrete (RMC) as specified for Reinforced cement concrete works here in after in these tender documents, only ordinary Portland of grade 43 and 53cement shall be used. Mixing of OPC & PPC shall not be allowed in a particular member of the structure or of any work. While using the PPC, following precautions/conditions shall be met with by the contractors at site :-

(b) The contractor shall submit following test certificate from the manufacturer of the cement for every batch of cement:-

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

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

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

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. (iv) The fly ash is received from thermal power plant using high temperature combustion above 1000 0 C should be used.

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

2.2 SOURCE OF PROCUREMENT : - Cement shall be procured by the contractor under his own arrangement and at his own cost from any of the main producers of cement mentioned in Appendix ‘B’. The particulars of manufacturer of cement alongwith the date of manufacture shall be submitted by the contractor separately for every consignment of cement procured. Each consignment of cement procured by the contractor shall be recorded in the measurement book as “Not to be abstracted” and shall be supported with authentic original purchase vouchers highlighting the makes, batch Nos., quantity etc.

2.3 IDENTIFICATION : - Marking of each cement bag shall be as per relevant IS code.

2.4 SCHEDULE OF SUPPLY :- Schedule of supply of cement shall be finalised by Contractor with the GE and shall be incorporated in CPM chart so that supply of cement is monitored in a way to avoid any delay in completion of the work. The complete requirement of cement will be worked out before making any RAR payment. Procurement of cement by the Contractor shall be completed sufficiently in advance of the date of completion. No extension of time will be considered for non-availability of cement. Every Cement godown shall be provided with two locks on each door. The key of one lock of each door shall remain with the Engineer-in- Charge or his representative and that of other lock with the Contractor or his authorised agent at site of work so that cement is removed from the godown only accordingly to the daily requirement with the knowledge of both the parties. Cement for purpose of accounting shall be on the basis of no. of bags. Minor variations in cement not more than 2% by weight of cement in a bag will be permissible for purpose of accounting of cement bags. However cement shall be incorporated in the work on actual weight basis where specified without any additional cost.

2.6 STORAGE OF CEMENT : - The cement shall be stored over dry platform at least 20 cm high and in such a manner as to prevent deterioration due to moisture or intrusion of foreign matters. In case of store rooms, the stack should be at least 20 cm away from floors and walls. The stacking of cement shall not be more than 10 bags high. Inspection shall be carried out once a day by rep of GE associated with the work and rep of contractor. It shall be ensured that tested and untested Cement shall be segregated and stored separately with distinct identification. Not more than three months requirement should be procured and held in stock to avoid its deterioration.

2.7 DOCUMENTATION : - The Contractor shall submit original Vouchers and original manufacturer’s test certificates from the manufacturer for the total quantity of Cement supplied under each consignment to be incorporated in the work. Any consignment received at the work site shall be inspected by the GE along with relevant documents before acceptance. The Original Vouchers and the Test Certificate shall be defaced by the Engineer-in-Charge showing CA No., Year and dated signature and kept on record in the office of GE duly authenticated and with cross-reference to the Control number recorded in the Cement acceptance register. The cement acceptance register will be signed by JE (Civil), Engineer-in-Charge, GE and the Contractor or his rep. The Accepting Officer may order Board of officers for random check of cement and verification of connected documents. The entire quantity of all type of cement shall be suitably recorded in the measurement Book (Not to be abstracted) for record purposes before incorporation in the work and shall be signed by the Engineer-in-Charge and the Contractor.

2.8 RECORD OF CONSUMPTION OF CEMENT

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

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. 2.8.2 The register shall be kept at site in the safe custody of the contractor’s rep and Engineer-In-Charge during the progress of the work and shall on demand be produced for verification to the inspecting officer.

2.8.3 On completion of the work, the contractor shall deposit the cement register with the Engineer-In-Charge for record.

NOTES: 1. In case of any dispute relating to the interpretations arising out of the above-referred provisions, the decision of the Accepting Officer shall be final, conclusive and binding.

2. The specifications and provisions here in before for cement shall be applicable for all works indicated in the scope of this contract.

3 EXCAVATION AND EARTH WORK

3.1 Excavation and earth work under this contract shall be considered as mentioned in Schedule ‘A’. In case the same is not mentioned in Schedule ‘A’, it shall be considered in Soft / Loose Soil. No claim what so ever shall be admissible, if strata met with at site is found different. The measurement of excavation shall be as given in MES Schedule (Part-II).

3.2 In case timbering to excavation is required and specifically ordered by the GE in writing, it shall be paid separately through a deviation order.

3. 3 Bailing/pumping of water where required shall be carried out as described in Para 3.17 of MES Schedule (Part-I). The cost of such work as may be necessary shall be deemed to be included in the contractor's lump sum. No additional payment as stipulated in Special Condition 3.11 of MES Schedule Part-II will be admissible. In the event of deviation no price adjustment shall be made for cost of bailing/pumping etc.

3.3 FILLING IN TRENCHES, PLINTH AND UNDER FLOOR ETC : Refer paras 3.19.1 to 3.19.3 of MES Schedule Part- I. All filling will be spread in layers not exceeding 25 cm thick. Each layer will be watered and well rammed. Thickness of filling shown on drawing is after consolidation.

3.4 HARD CORE : The grading as well as aggregates for hard core shall be as specified in Schedule ‘A’. In case it shall not be indicated in Schedule ‘A’, hard core shall be of stones/boulders (broken to gauge) not exceeding 63 mm. Hard core shall be deposited, spread and leveled in layer not exceeding 15 cm thick and watered, well rammed to a true surface and compacted. The consolidation thickness of the hard core indicated in Schedule ‘A’, is the thickness after consolidation.

4. CEMENT CONCRETE

4.1 MATERIALS

4.1.1 CEMENT: Refer Particular Specifications clause 2 and other sub clauses here-in-above.

4.1.2 COARSE AND FINE AGGREGATE FOR CEMENT CONCRETE (PCC & RCC ):- Refer Paras 4.4.1 to 4.4.7 of MES Schedule Part-I.

4.1.2.1 Coarse aggregate for lime concrete shall be broken bricks as per Paras 4.5, 4.5.1, 4.5.2 of MES Schedule Part-I. The fine aggregate shall be natural sand as for cement concrete.

4.1.2.2 Grading of fine aggregate (sand) shall be as per Para 4.4.7.2 of MES Schedule Part-I for grading Zone-III. Coarse aggregate up to 20 mm shall be machine-crushed stone and aggregate of size 40 mm and above shall be manually broken or machine crushed at the option of contractor. Fine aggregate (sand) shall be obtained from natural source i.e. Ghaggar river near

4.1.3 WATER : Refer clause 4.9, 4.9.2 of MES Schedule Part-I.

4.2 WORKMANSHIP:

4.2.1 MIX OR GRADE OF CEMENT CONCRETE : - Reference of IS 456-1978 in Clause 4.11.1 shall be amended to IS-

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. 456-2000 (fourth revision) shall be followed in respect of all the situations of plain or reinforced concrete superceding the provision of IS-456-1978 including in MES Schedule Part-I and Para 4.11.1, 4.11.2, 4.11.2.1 to 4.11.2.4 of MES Schedule Part-I.

4.2.2 WORKABILITY OF CONCRETE : - Refer clause 7.1 of IS-456: 2000 and para 4.11.4 of MES Schedule Part I.

4.2.3 MIXING OF CONCRETE : - Refer para 4.11.5 & 4.11.5.1 of MES Schedule Part I.

4.2.4 FORM WORK : Refer to Paras 4.11.6.1 to 4.11.6.5 of MES Schedule Part-I. Also refer clause 7.15 here in after. Form work shall be of steel or plywood of adequate strength, at the option of the contractor. However, deformed steel sheet shall not be permitted for use as form work. Further, in lieu of wooden ballies, standard shuttering telescoping type steel props shall only be used.

4.2.5 TRANSPORTATION OF CONCRETE : - Refer Para 4.11.9 of MES Schedule, Part-I.

4.2.6 PLACING OF CONCRETE : - Refer Para 4.11.10 to 4.11.10.3 of SSR, Part-I.

4.2.8 CURING OF CONCRETE : Refer Para 4.11.13 of MES Schedule, Part-I.

4.2.9 PROTECTION, INSPECTION & FINISHING TO EXPOSED SURFACE OF CONCRETE : - Refer Para 4.11.14, 4.11.15 & 4.11.16 of MES Schedule Part-I.

4.2.10 SAMPLING AND STRENGTH TEST : Refer clause 15 on page 29 of IS: 456-2000. Tests on cubes for ‘Compressive Strength Test’ at 7 days shall also be carried out. 4.2.11 ACCEPTANCE CRITERIA :- Refer clause 16 on page 29 of IS: 456-2000.

4.2.12 INSPECTION AND TESTING OF STRUCTURES :- Refer Clause 17 on page 16 & 19 of IS:456-2000.

5. BRICK WORK

5.1 BRICKS : - Refer paras 5.6.1 to 5.6.8 of MES Schedule, Part-I.

5.1.1 CLASS DESIGNATION : - Irrespective of whatever is mentioned elsewhere in the tender documents and indicated on the drawings, bricks shall be of class designation 10 all as per IS:1077-1992. The contractor may use non modular bricks irrespective of what is given in forward Note No. 5 of IS:1077-1992 regarding relaxation of four years for use of non modular bricks. For the purpose of pricing of the brick work including deviations related to the brick work, rates given in MES Schedule Part-II for “sub class ‘B’ old size bricks of class designation 100 (i.e. sub class ‘B’ old size bricks of minimum compressive strength 100kg/sq.cm)” shall be applicable for bricks of class designation 10 as per IS:1077-1992.

5.1.1.1 TESTING : - Testing of bricks shall be carried out as per IS-3495 (Para 1to 4) of 1992.

5.1.2 GENERAL QUALITY : - Bricks shall be free from cracks, flaws and nodules of free lime, uniform in colour, smooth rectangular faces with sharp corners.

5.1.3 DIMENSIONS AND TOLERANCE : - Dimensions and tolerance shall be as specified in clause 5.6.4 of MES Schedule Part-I. The permissible tolerance on the dimensions of the bricks shall be as per IS: 1077-1992.

5.1.4 PHYSICAL REQUIREMENTS : -

5.1.4.1 COMPRESSIVE STRENGTH : -Minimum compressive strength of any one brick shall not be less than 100 kg /Sq. cm.

5.1.4.2 WATER ABSORPTION : - Not more than 20% by weight.

5.1.4.3 EFFLORESCENCE : - Not more than moderate.

5.2 CEMENT : Refer clause 2 of particular specifications and other sub clauses here in before.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. 5.3 SAND : - Refer paras 5.4 of MES Schedule, Part-I. Also refer PS clause 4.1.2.2 here in above.

5.4 BRICK WORK-WORKMANSHIP

5.4.1 LAYING AND BOND Bricks shall be laid and bonded all as specified in clauses of MES Schedule as applicable to old size brick (FPS convention brick).

5.4.2 Mortar bed joints shall be such that four course of brickwork and three joints taken consecutively shall measure 3 cm to 4 cm in addition to the combined height of bricks themselves. The provision regarding above made in Para 5.27 of MES Schedule Part-I shall be deemed to be modified accordingly and no price adjustment shall be done on this account.

6. INTERNAL ELECTRIFICATION

6.1 GENERAL : - Refer clause 19.2 of MES Schedule Part-I.

6.1.1 Before the execution of the work in internal wiring, the contractor is to submit complete layout plan of each building showing the location of main/sub-main switch boards, distribution board/Sub- distribution board’s with complete wiring circuit diagram to the entire satisfaction of the GE.

6.1.2 After the execution of the work and testing of the Internal Electric Installation, the contractor shall furnish complete certificate as per Performa approved by the GE. 10% of the amount of Internal electrification is to be kept reserved in addition to other than permissible retention money from the running RAR’s till the submission of completion certificates as per approved performa given to the department.

6.1.3 No price adjustment in prices shall be made on account of change in location of fittings and accessories.

6.1.4 SAMPLE APPROVAL : - All suitable/sockets/Data sockets, light fixing to be incorporated in the work shall be of highest standard quality as specified and shall confirm to IS specifications.

6.2 MATERIALS:

6.2.1 GENERAL : The materials shall be as follows: -

Srl. MATERIAL Refer to Paras of MES Sch., No Part-I (a) Cables, Cords and Earthing leads. 19:24 (b) Cables for internal wiring for light power &sub-mains 19.25 (c) Flexible Cords, Twisted with Copper Conductors 19.27 (d) PVC Conduit and conduit fittings. 19.29 (e) Ceiling rose 19.32 (f) Tumbler Switches 19.37 (g) Socket outlets 19.40 (h) Lamp holder 19.41

6.2.2 CABLE FOR POINT/SUB MAIN WIRING : Cable for wiring shall be multi-stranded copper conductor PVC un-sheathed, flame retardant low smoke (FRLS), PVC insulated and unsheathed, 1100 volt grade ISI 694 marked, TEC and FIA approved, any of the make mentioned in Schedule ‘A’.

6.3 WORKMANSHIP

6.3.1 INTERNAL WIRING : - Refer clause 19.125 to 19.132 of MES Schedule Part-I. Wiring shall be done using approved colour coding as per IS. ‘Power’ wiring shall kept separate and distinct from ‘Light’ wiring as per Para 19.102.1 of MES Schedule Part-I. Terminal points of light and power plugs (Socket outlets) Switches, regulators, fittings etc shall terminate in recessed mild steel/pressed steel boxes fixed flush to the walls. Not more than 8, (eight) light points and not more than two power points shall be connected on one circuit. All terminal boxes shall be properly earthed and connected to earth dolly.

6.3.2 CONDUIT AND CONDUIT FITTINGS : - Refer clause 19.125 of MES Schedule Part-I.

6.3.3 EARTHING Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No.

6.3.3.1 GENERAL : - Refer clause 19.137 to 19.145 of MES Schedule Part-I. The contractor’s special attention is drawn to Para 19.140 of SSR-1991, Part-I (Specifications), according to which, in case, the desired earth electrode resistance can not be obtained on completion of test result of earthing and there is no option of site, then the ARTIFICIAL TREATMENT OF SOIL shall be done by the contractor, as specified in MES Schedule Part-I, mentioned here in before, without any additional cost to the Govt.

6.3.3.2 The item of Earthing including galvanised steel earth plate electrode 600 mm x 600 mm x 6 mm, surronded by mixture of charcoal and salt in alternate layers, burried directly in ground vertically in a pit of depth not less 2.25 metre below ground level with top edge of earth plate at a depth of not less than 1.50 metre below ground level, connected with & including galvanised iron wire or strip mentioned in schedule ‘A’ as earthing lead by means of bolts, nuts, check nuts and washers made out of galvanised iron, 40 mm bore "Light grade" GI pipe for protection of earthing lead, 20 mm bore 'light grade' GI pipe for watering with funnel, wire mesh & including necessary excavation & earth work, PCC 1:2:4 type B-1 pit & CI frame with 10 mm thick CI cover, charcoal and common salt filling in alternate layers, complete all as shown and specified in electrical plate No-3 of MES Schedule.

6.3.3.3 The contractor shall execute installation of earth plate in the presence of Engineer-in-charge. Charcoal dust and salt and return filling shall be done in layers not exceeding 20cm depth, properly watered and rammed. Surplus spoil shall be carted away to a distance not exceeding 250 meter and the site left clean and tidy.

6.4 TESTING : - On completion of the internal wiring, testing for each building shall be carried out as per clause 19.146 of SSR-1991 Part-I and signed both by contractor and Engineer-in-Charge. The installation shall be accepted on satisfactory performance of the tests mentioned in MES Schedule, Part- I.

6.4.1 TESTING OF EARTH CONTINUITY: The earth continuity conductor including metal conduits shall be tested for electric continuity and the electrical resistance of the same alongwith the earthing lead but excluding any added resistance or earth leakage circuit breaker measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed one ohm. The record sheets be signed by contractor and Engineer-in-charge.

6.4.2 TESTING POLARITY OF SWITCHES : In a two-wire installation, a test shall be made to verify that all switches in every circuit have been fitted in the same conductor throughout and such conductor shall be labeled or marked for connection to the phase conductor.

6.4.3 INSULATION TEST OF WIRING : On completion of installation, the insulation resistance of wiring shall be measured as specified in clause 19.146 :1 of MES Schedule 1991, Part-I. The insulation resistance & earth should not be less than 25 Mega ohms divided by the number of outlets for PVC insulated cables. The records tests shall be signed by contractor and Engineer-in-charge.

6.5 CIRCUIT DIAGRAM : - Circuit diagram for each building shall be prepared by Contractor in duplicate and deposited with Engineer-in-Charge.

7 EXTERNAL ELECTRIFICATION

7.1 All the work strictly complied with the provisions contained in the Indian Electricity Act and rules framed there under.

7.2 All the work shall conform to best method of modern practice & shall be executed by the fully qualified license holder (under Indian Electricity Act) electrician, wiremen, etc. The evidence of their qualification etc shall be produced by the contractor on demand of the Engineer-in-Charge. This provision shall be complied with even if the contractor is qualified and enlisted for electrical works.

7.3 Wiring and Installation:

7.3.1 General – The work shall be executed all as specified in clause 19.2 and clause 19.101 to 19.146 of SSR Part-I.

7.3.2 MS Sunken box shall be embedded in cement mortar (1:3), flush with the wall. Each box shall have earth

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. dolly.

7.3.3 All electrical wiring and fittings shall be clear of door and windows shutters when opened. No hole shall be drilled in structural steel work for providing wiring/fittings.

7.3.4 The position of fittings etc will be given by Engineer-in-Charge to suit local requirements, cutting chases/ groves, where ever required & making good is included in contractor’s rate quoted in Schedule ‘A’.

7.3.5 “Loop in” system of wiring shall invariably be followed through out the installation. Where it is absolutely necessary, junction boxes of approved make may be used as permitted by the Engineer-in- Charge. Soldered or taped joints are not permitted for jointing under any circumstances. Porcelain connector connected with metal parts of brass shall be used.

7.3.6 The rates of point wiring shall include for all the necessary provisions made on page 370 & 371 of MES Schedule Part-II (2004) as applicable to surface wiring on wooden battens and to concealed wiring through PVC conduit /stove enamelled conduits.

7.3.7 All electrical fittings and cable etc shall be ISI marked and of approved make irrespective of whatever is specified here-in-after or elsewhere. However the cable/fittings etc which are not being manufactured marked with IS marks, GE shall approve reputed make cables, fittings, conforming to relevant IS without any price adjustment, in writing.

7.4 SYSTEM OF WIRING

7.4.1 Wiring shall be with PVC insulated (unsheathed) for conduit wiring and sheathed for surface wiring stranded aluminium conductor cable in concealed steel conduit as described in Schedule of internal electrification. Wiring shall be done in accordance with para 19.132 of MES 2009 Schedule (Part-I). Wiring is to be terminated in sunk cast iron or pressed steel terminal boxes for mounting fittings like switches, sockets and regulators etc, with 3mm thick plastic laminated sheet top cover. Cable for lighting and power circuit shall run separately.

7.4.2 Not more than 8 (eight) light points and not more than two power points shall be connected on one circuit.

1.5 MATERIAL : The material shall comply with the following clauses of SSR Part-I, mentioned against each material:-

Description Clause

(i) Cables cords and earthing leads 19.24 (ii) Cable for internal wiring for light power and sub mains 19.25 (iii) Flexible cords, twisted with copper conductor 19.27 (iv) Wooden battens, blocks and boards 19.28 (v) Screws and fastenings. 19.31 (vi) Ceiling rose 19.32 (vii) Bulk head fittings 19.34 (viii) Shades 19.33 (ix) Fluorescent tube lamps, fittings and accessories. 19.35 (x) Socket outlets 19.40 (xi) Lamp holders 19.41 (xii) Distribution fuse boards and cutouts. 19.44 (xiii) Switch fuse (Main switch) 19.45 (xiv) Miniature circuit breaker 19.46

7.5.1 CABLES : - The cable shall be PVC sheathed ISI marked and of make as specified in Sch ‘A’. All materials, fittings/accessories or cable etc to be incorporated in this shall strictly comply with latest relevant Indian standards or if Indian Standards have not been issued than with current British Standards.

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. 7.5.2 SAMPLES OF MATERIALS : The contractor shall produce sample within one month from the date of commencement of work of all such articles of fittings/fixtures, that he proposes to use and get them approved in writing by the GE. The samples shall be displayed in the site office as directed by the GE. These approved samples shall be kept in the custody of the GE till the payment of final bill. The samples shall be fitted on the board approved by GE.

7.5.3 SWITCHES/SOCKETS : Fittings for concealed wiring/surface wiring such as socket outlets, flush type switches and the like shall be of high grade bakelite and of ISI marked. All other fittings shall be of approved make and as approved by the GE.

7.5.4 SHEET METAL FACTORY MADE ENCLOSURES FOR MCB, ISOLATOR (DBs) : Sheet metal enclosures for mounting isolators and MCBs shall be fabricated out of steel sheet as per manufactures design and specifications. Label channels shall be provided labelling outgoing circuit. Two knockout of suitable dia shall be provided at top for incoming cables and at bottom for outgoing corresponding to number of ways, Bus Bars shall be rated accordingly. Distribution boards DBs shall be recessed in walls & indicating type of circuit i.e power/light. Neoprene gasket shall be used in DB’s.

7.5.5 MCB’s : MCBs shall have silver tungsten contact clamp connections suitable for flush and surface mounting and shall be capable of being fixed directly on bus bars. The breaking mechanism shall embody both thermal overload and magnetic short circuit tripping devices having rupturing capacity 3KA Minimum.

7.5.6 ISOLATOR : These shall conform to IS-9921 and shall be as per clause 20.15 of MES Schedule (Part-I) on page 19.9 and as approved by the GE.

7.5.7 All the wiring connections required to be made with MCCBs, MCBs and Isolators shall be carried out by providing necessary thimbles/lugs duly crimped

7.5.8 CEILING ROSES : Ceiling roses shall be of bakelite and shall comply with plates of outside diameter not less than 63.5mm. Flexible cord shall be fixed to ceiling rose in such a way that no weight is carried by the clamping screws. The flexible cord shall be of 23/0.0076 size, twin core with copper conductor.

7.5.9 CAST IRON/MILD STEEL BOXES : The boxes for fixing various fittings such as switches, sockets, and regulators etc, shall be of cast iron or sheet metal of required size and flush mounting type (refer clause 6.52.4 of required size and flush).

7.5.10 ELECTRICAL TESTS

7.5.11 TESTING OF EARTH CONTINUITY : The earth continuity conductor including metal conduits shall be tested for electric continuity and the electrical resistance of the same alongwith the earthing lead but excluding any added resistance or earth leakage, circuit breaker measured from the connection with the earth electrode, to any point in the earth conductor in the completed installation shall not exceed one ohm.. The record sheets be signed by contractor and Engineer-in-Charge and a certificate to this effect shall be attached with the final bill.

7.5.12 TEST FOR POLARITY OF SWITCHES : In a two wire installation, a test shall be made to verify that all switches in every circuit have been fitted in the same conductor throughout and such conductor shall be labeled or marked for connection to the phase conductor.

7.5.13 INSULATION TEST OF WIRING : On completion of installation, the insulation resistance of wiring shall be measured as specified in clause 19.146.1 of MES Schedule 2009(Part-I). The insulation resistance & earth should be not less than 25 Mega Ohms divided by the number of outlets for PVC insulated cables. The records of Tests shall be signed by contractor and Engineer-in-Charge.

7.5.14 TERMINALS : In surface type wiring and concealed conduit wiring the terminal points for power /light socket outlet switches etc shall terminate in recessed cast iron (mild steel) boxes fitted flush with wall surface. The cover of boxes of surface/conduit type wiring shall be of plastic laminated sheet 3 mm thick. Rates for point wiring shall be deemed to include for the above provisions. All such terminal

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. boxes shall be properly earthed and connected to earth dolly.

7.5.15 PRODUCTION OF VOUCHERS : Contractor shall produce original purchase vouchers duly machine numbered and TIN numbered in favour of contractor, to the Engineer-in-Charge for all major items such as MCBs, DBs, cables and electric fittings etc. Engineer-in-Charge shall verify the items and keep the purchase vouchers duly defaced against subject CA, in the records.

8. EARTHING

8.1 Excavation in soft/lo ose soil, returning filling and disposal of surplus spoil is inclusive in the quoted rates of respective item of earthing. The commissioning of earthing shall be done after earth pit is approved by the Engineer-in-Charge

8.2 Earthing shall be carried out as specified in clause 19.137, 19.137.2, 19.137.2.1, 19.137.3, 19.137.3.2, 19.138, 19.138.1, 19.139,19.143, 19.144 &19.145 of SSR Part-I (Specifications).

8.3 Testing of earth shall be carried out as specified in clause 19.146 of SSR Part-I (Specifications).

9. TESTING : Tests as specified in MES Schedule Part-I and IS-732 code of practice for electric wiring and fittings in buildings, shall be carried out before complete work is taken over. The contractor shall carry out tests in presence of Engineer-in-Charge and the results shall be recorded in triplicate on form IAFW- 40A. Electric wiring tests sheets shall be signed by both the parties i.e. Contractor and Engineer-in- Charge. All the equipment required for tests shall be supplied by the contractors at his own cost. No extra payment will be made to contractor on this account. Electricity shall be supplied free of cost for testing only.

10. DEMOLITION/DISMANTLING : Refer Section 21 of MES Schedule Part-I.

10.1 During demolition or dismantling, every precaution shall be taken by the contractor to prevent damage to any part of the structure and also to any adjacent structures which are to be left intact. Any damage caused to the structures, due to the carelessness and negligence of the contractor shall be made good by him at his own expense.

10.2 The workmanship and other specifications of the work not covered above shall be as specified in the relevant Para of MES Schedule or otherwise if the same is not available in SSR, then the same shall be at par with the relevant latest Indian standards all as directed by the GE.

SIGNATURE OF CONTRACTOR AE (QS&C) DATED : ______for ACCEPTING OFFICER

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. LIST OF MAKES/MANUFACTURERS OF EQUIPMENTS/MATERIALS

Ser Items Make / Manufactures No 1 2 3 1. Transformer Step down /step up 400 KVA (I) ALSTOM, (II) BHEL, (III) KIRLOSKAR, and including 400 KVA (IV) CROMPTON GREAVES . 2. Transformer step down/step up upto 400 (I) INDIAN TRANSFORMER AND ELECTRICAL GURGAON, (II) KVA but excluding 400 KVA. RAJASTHAN TRANSFORMER LTD (RTS), (III) KIRLOSKAR,, (IV) BHARAT BIJLEE, (V) VOLT-AMPS 3. GOD (Gang operated Device), 11 KV and (I) PACTIL, (II) JAIPURIA, (III) ALSTOM above (IV) CROMPTON GREAVES 4. HT Switch Gear 11 KV, VCB. (I) BHEL, (II) ABB, (III) SCHNEIDER, (IV)SIEMENS, (V) CROMPTON GREAVES 5. HT Switch Gear protection relay - (I) BHEL, (II) ABB, (III) SCHNEIDER, (IV)SIEMENS, Electromechanical/ Numerical. (V) CROMPTON GREAVES 6. HT Ring Main unit, SF6/VCB, 11 KV. (I) ABB, (II) SCHNEIDER, (III) SIEMENS, (IV) CROMPTON GREAVES (V) ALSTOM 7. HT Cable, XLPE insulated, 11 KV grade. (I) CABLE CORPORATION OF INDIA, (II) UNIVERSAL, (III) ASIAN CABLES (RPG), (IV) INDUSTRIAL CABLES (INDIA) LTD, (V) RAJPURA, (VI) POLYCAB, (VII) HAVELLS (VIII) NICCO, (IX) RALLISION, (X) UNISTAR 8. LT Cable, XLPE insulated, 1100 Volts (I) CABLE CORPORATION OF INDIA, grade. (II) UNIVERSAL, (III) FORT GLOSTER (IV) ASIAN CABLES (RPG), (V) PLAZA (VI) HAVELLS, (VII) INDUSTRIAL CABLES (INDIA) LTD, (VIII) RAJPURA (PATIALA, (IX) ANCHOR (X) FINOLEX (XI) RALLISION (XII) POLYCAB

9. HT Cable Joints (Heat Shrinkable type) (I) RAYCHEM, (II) DENSON, (III) REPL, (IV) BIRL-3M , (V) M-SEAL 10. HT Cable Joints (Cold Shrinkable type) (I) BIRLA 3 M, (II) DENSON, (III) RAYCHEM (IV) M-SEAL 11. Disc Insulator, Pin Insulator 11 KV (I) BHEL, (II) JAYSHREE INSULATOR 12. HT/LT Pre-Stressed Concrete Pole (I) INDUSTAN PRE-FAB (II) CEMENT FABRIC, CHANDIGARH (III) PRECTO, CHANDIGARH (IV) M/S CONCRETE UDYOG, JHANSHI, (V) MOHAN INDUSTRIES 13. HT/LT Steel tubular swaged pole (I) ADVANCE STEEL TUBES , (II) NATIONAL TUBING CO, (III) BCW KANPUR (IV) UNITED ENGINEERS, KANPUR, (V) BIKRAM INDUSTRIES MOHALI (VI) SURJIT ELECTRICAL (VII) WOOD WORKS,INDL AREA

14. Lightning Arrestor (I) OBLUM, (II) SCHBEURDER, (III) CROMPTON (IV) ALSTOM LEMCOS CO (V) WS INSULATOR, (VI) ELPRO, (VII) SOUTHERN INSULATOR 15. LT Panel. (I) L & T, (II) NATIONAL ENGINEERING WORKS, (III) POWER SYSTEM & CONTROLS, (IV) SUPERTECH, (V) ADVANCE, (VI) MILESTONE, (VII) MADHU ELECTRICLES, (VIII) SHALABH SWITCH GEAR (IX) , S & S PANNEL 16. ACSR CONDUCTOR (I) ALIND, (II) ICC, (III) BHARAT CONDUCTOR 17. Voltage stablizers upto 5 KVA. (I) APLAB, (II) VENER-7 , (III) SINETRAC, (IV) VOLINA, (V) ITE GURGAON, (VI) VINITEC,(VII)ELECTROTEKNICA, (VIII) LABOTEK 18. Voltage stablizers above 5KVA. (I) APLAB, (II) VENER-7 , (III) SINETRAC, (IV) VOLINA, (V) ITE GURGAON, (VI) VINITEC,(VII)ELECTROTEKNICA, (VIII) UNLINE (IX) AE, (ANDREW YULE

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. LIST OF MAKES/MANUFACTURERS OF EQUIPMENTS/MATERIALS (Contd..)

19. MCCB. (I) L&T, (II) SCHNEIDER, (III) SIEMENS, (IV) HAVELLS, (V) LEGRAND, (VI) GE POWER, (VII) STANDARD, (VIII) HPL (IX) ABB (X) MG PROTEC 20. MCB. (I) INDO ASIAN, (II) HAVELLS, (III) LEGRAND, (IV) PROTEC (SCHNEIDER), (V) SIEMENS, (V) HEGGER (L&T) , (V) STANDARD,(VI) HPL, (VII) DATAR (VIII)ABB (IX) SHALABH SWITCH GEAR 21. ELCB/RCCB. (I) INDO KOPP, (II) HAVELLS, (III) LEGRAND, (IV) PLAZA (V) STANDARD,(VI) HPL, (VI) DATAR (VII)ABB (VIII) GE POWER 22. LT Air Circuit Breaker upto 2000 (I) CROMPTON, (II) L&T, (III) SCHNEIDER, Amps. (IV) SPACEAGE (V) LEGRAND,

23. Voltmeter/Ammeter/Frequency (II) AE, (II) MECO, (III) SECURE, (IV) SCHNEIDER (V) IMP. meter/meters/ PF meter. (VI) MDS, (VII) ABB (VIII) L&T (IX) SIEMENS 24. Push Button (I) L& T , (II) RAAS, (III) CONCORD,

25. Electronic Energy Meter (I) L& T , (II) HAVELLS, (III) HPL, 26. Selector Switch. (I) L& T ,(II) RAAS, (III) CONCORD, (IV) KAYCEE, (V) SIEMENS ,(VI) MDS (VII) ABB . 27. Indicating Lamps. (I) L& T ,(II) RAAS, (III) CONCORD, (IV) VAISNO, (V) SIEMENS ,(VI) MDS . 28. Street light Timers. (I) L & T, (II) LEGRAND, (III) HARPAL, (IV) INDO ASIAN (V) THEBEN, (VI) HAVELLS 29. Main Switch / Change over Switch. (I) HAVELL’S, (II) CONTROL & SWITCHGEAR, (III) L & T, (IV) INDO ASIAN, (V) STANDARD, (V)HPL , (VI) SCHNEIDER (VII) GEC, (VIII) ENGLISH ELECTRIC, (IX) CROMPTON (X) SHALABH SWITCH GEAR 30. Cable terminal Block (I) ELMEX (II) CONNECT WELL (III) AXIS (IV) INDIANA 31. Thimbals/Studs/ Lugs (I) DOWELLS, (II) AXIS, (III) INDIANA, (IV)ASIAN

32. Copper cable -1100 Volts grade (I) FINOLEX (II) NICCO (III) PLAZA (IV) HAVELLS (V) SHALABH SWITCH GEAR 33. Thermo Plastic sockets. (I) LEGRAND, (II) INDO KOPP, (III) BALS ELECTRONIC.

34. PVC conduit pipe. (I) KALINGA, (II) PARTEEK, (III) PLAZA, (IV) FINOLEX, (V) TIRUPATI , (VI) POLYPACK 35. PVC rigid pipe (Heavy Duty). (I) FINOLEX, (II) PRINCE, (III) TRIPUTI, (IV) DUTRON, (V) SUPREME. 36. KWH meter. (I) HAVELL’S, (II) BENTEX, (III) CADEL, (IV) SECURE, (V) HPL, (VI) ALSTOM 37. CT’s (LT) (I) C & S, (II) ALSTOM, (III) KAPPA, (IV) INDO TECH, (V) AE , (VI) MELTEK, (VII) ENGLISH ELECTIC. 38. MCB Distribution Board (SP/TP). (I) INDO ASIAN, (II) HAVELLS, (III) ALSTOM (IV) LEGRAND, (V) ALSTOM, (VI) PLAZA, (VII) HEGGER(L&T) , (VIII) STANDARD, (IX) HPL, (X) GEPC.(XI) SHALABH SWITCH GEAR 39. PT Switch/Sockets. (I) ANCHOR, (II) LEGRAND, (III) PLAZA, (IV) HAVELLS, (V)SSK, (VI) CONA. (VII) FICVE TOP CLASS SERIES (VIII) KLENGA 40. Modular switches/sockets (I) LEGRAND, (II) CRABTREE, (III) ANCHOR, (IV) SSK, (V) SIEMENS (VI) CONA. (VII) ABB 41. Ceiling Rose. (I) ANCHOR, (II) LEGRAND, (III) CRABTREE, (IV) SSK (V) CONA. 42. Box type tube light fitting (I) PHILLIPS, (II) CROMPTON GREAVES, (III) BAJAJ, (IV) KESELC (V) SCHREDER, (VI) WIPRO, (VII) GE LIGHTING, (VIII) ASIAN, SURBHI 43. CFL fittings (I) OSRAM, (II) PHILLIPS, (III) CROMPTON GREAVES , (IV) BAJAJ, (V) WIPRO, (VI) GE LIGHTING,

Contd……….

CA No.GE (AF)/SAR-08/2016-17 Srl Page No. LIST OF MAKES/MANUFACTURERS OF EQUIPMENTS/MATERIALS (Contd..)

44. CFL lamps (I) OSRAM, (II) PHILLIPS, (III) CROMPTON GREAVES , (IV) BAJAJ, (V) WIPRO, (VI) GE LIGHTING, (VII) HAVELLS, (VIII) INDO ASIAN 45. HPSV Fittings & Accessories- (I) PHILLIPS, (II) CROMPTON, (III) BAJAJ, (IV) KESELC (V) SCHREDER, (VI) GE LIGHTING, (VII) WIPRO, (VIII) SURBHI 46. Exhaust fans (I) GEC, (II) CROMPTON, (III) BAJAJ, (IV) POLAR (V) USHA 47. SK Fitting (I) VIKAS, (II) PRAKASH, (III) DAYAL, (IV) EVERSHINE, (V) WIPRO. 48. Electric call bell (I) ANCHOR, (II) LEGRAND, (III) CONA (IV) SSK (V) TOPLINE. 49. Energy efficient Tube light (I) ASIAN, (II) OSRAM, (III) CROMTON, (IV) PHILIPS, (V) BAJAJ (VI) WIPRO 50. Rubber Mat (I) JYOTI (II) KARULA (III) DUNLOP 51. Diesel Engine driven Generating Set (A) ENGINE (I) CUMMINS, (II) KIRLOSKAR, (III) (DG Set). CROMPTON GREAVES, (IV) ASHOK LEYLAND, (V) RUSTON, (VI) GREAVES-COTTON. (B) ALTERNATOR:- (I) KIRLOSKAR ELECTRIC, (II) ALSTOM, (III) STAMFORD, (IV) JYOTI.

52. Flame Proof fittings and fixture (I) SUDHIR, (II) BALIGA, (III) FLEXRO (IV) SHYAM

53. Electric Motor (I) SIEMENS, (II) ALSTOM, (III) KIRLOSKAR, (IV) BHARAT BIJLE, (V) NGEF 54. Motor Starter (I) L & T, (II) BCH, (III) TELEMECHANIQUE & CONTROL. 55. Battery Charger (I) SU-KAM (II) EXIDE, (III) AMCO 56. Battery (I) EXIDE, (II) AMRON, (III) NICCO (IV) STANDARD (V) FURKUWA WATER SUPPLY 57. GI pipes & fittings (I) QST, KANPUR (II) JINDAL, (III) TATA, (IV) PRAKASH SURYA 58. CI Iron Pressure Pipes (I) ELECTRO-STEEL CASTINGS, (II) NECO. (III) KESO-RAM

59. Sluice valve (Cast Iron) (I) KIRLOSKAR, (II) LEADER, (III) KARTAR.

60. Non Return Valve(Cast Iron) (I) KIRLOSKAR, (II) LEADER, (III) KARTAR

NOTES i. Makes specified in Schedule 'A' shall only be provided when makes are mentioned in Schedule ‘A’. ii. Makes specified in particular specifications section-II shall be provided only when no makes are specified in the Schedule 'A'

iii. Makes specified in this Appendix 'A' shall be provided only when no makes are mentioned in the Schedule 'A' and Particular Specifications section-II.

SIGNATURE OF CONTRACTOR AE(QS&C) DATED : ______for ACCEPTING OFFICER

Contd……….