CA NO. CWE/ND-72/2017-18 - Amazon AWS

80
CA NO. CWE/ND-72/2017-18 Serial Page No. 1 MILITARY ENGINEER SERVICES NAME OF WORK : SPECIAL REPAIR TO BLDG NO P-116 (OR MD ACCN) AT VASANT RANGE COLONY UNDER GE (SOUTH), DELHI CANTT - 10 Srl No Description Page No (s) From To 1 2 3 ‘A’ 1. Contents Page. 1 1 2. Tender forwarding letter including instruction to tender. 2 6 3. Notice of tender, IAFW-2162 (Revised 1960) including amendments thereto. 7 12 4. Tender and item rate contract by measurements IAFW-2249 and IAFW-1779 A (Revised 1955). 13 62 5. General condition of contracts IAFW-2249 (1989 Print) amendment and errata to general conditions of contracts (IAFW-2249) including corrigendum to amendment. 63 103 6. Scheduled of Minimum Wages. 104 115 7. Special Conditions. 116 124 8. Particular Specifications. 125 158 9. List of drawings/Appendixes A’, ‘B’ &’C’. 159 174 10. Amendment and Errata to tender documents. 175 11. Relevant Correspondence. 12. Acceptance letter. Total No of Pages ‘B’ 1. Drawing ___NIL___ Sheets (Signature of Contractor) (M M Rastogi) Dated : _____/____/_____ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

Transcript of CA NO. CWE/ND-72/2017-18 - Amazon AWS

CA NO. CWE/ND-72/2017-18 Serial Page No. 1

MILITARY ENGINEER SERVICES

NAME OF WORK : SPECIAL REPAIR TO BLDG NO P-116 (OR MD ACCN) AT VASANT RANGE COLONY UNDER GE (SOUTH), DELHI CANTT - 10

Srl No Description Page No (s) From To

1 2 3 ‘A’

1. Contents Page. 1 1

2. Tender forwarding letter including instruction to tender. 2 6

3. Notice of tender, IAFW-2162 (Revised 1960) including amendments thereto.

7 12

4. Tender and item rate contract by measurements IAFW-2249 and IAFW-1779 A (Revised 1955).

13 62

5. General condition of contracts IAFW-2249 (1989 Print) amendment and errata to general conditions of contracts (IAFW-2249) including corrigendum to amendment.

63 103

6. Scheduled of Minimum Wages. 104 115

7. Special Conditions. 116 124

8. Particular Specifications. 125 158

9. List of drawings/Appendixes ‘A’, ‘B’ &’C’. 159 174

10. Amendment and Errata to tender documents. 175

11. Relevant Correspondence.

12. Acceptance letter.

Total No of Pages

‘B’

1. Drawing ___NIL___Sheets

(Signature of Contractor) (M M Rastogi) Dated : _____/____/_____ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 2

Tele: 25692098 By Regd Post HQ CWE New Delhi Rao Tula Ram Marg Delhi Cantt-10 8390/ND-72/ 07 /E8 12 Jun 2018 M/S______________________ _________________________ _________________________

NAME OF WORK : SPECIAL REPAIR TO BLDG NO P-116 (OR MD ACCN) AT VASANT RANGE COLONY UNDER GE (SOUTH), DELHI CANTT - 10

Dear Sir (s) 1. Tender documents in respect of above work are uploaded on the site www.defproc.gov.in. The tender is on single stage two cover e-tendering system. The contents of Cover I & Cover II are specified in NOTICE OF TENDER. 2. Bids will be received online by ACCEPTING OFFICER upto the date and time mentioned in the NOTICE INVITING TENDER (NIT). No tender/bid will be received in physical form and any tender/bid received in such manner will be treated as non bonafide tender/bid. 3. Bid will be opened on due date and time fixed for opening in the presence of tenderers/bidders or their authorized representatives, who have uploaded their quotation bid and who wish to be present at the time of opening of bids. 4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your points on tender documents and/or depute your technical representative for discussion on tender/drawings and to clarify doubts, if any, on or before 19 Jun 2018. You are requested not to write piece meal points and forward your points duly consolidated before due date viz 19 Jun 2018. 5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documents required as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix ‘A’ to NIT alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement portal and submit the physical documents in the office of CWE New Delhi, Delhi Cantt-10 within the limit specified in NIT. Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in disqualification for opening of finance bid. 6. (a) Contractor having not executed standing security bond and standing security deposit in any

MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date & time fixed for this purpose. In case of failure to abide by any of these two requirements, the finance bid will not be opened.

(b) Contractor having not executed standing security bond and standing security deposit in any MES formation would be required to deposit individual security deposit on acceptance of tender which will be calculated with reference to the tendered cost as per scales laid down by MES for calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of Rs. 18,75,000/- (Rupees eighteen lakhs seventy five thousand only)

7. Enlisted contractor of MES shall submit the scanned copies (pdf files) of enlistment letter, tender fee and such other documents as mentioned in Appx ’A’ to NIT on e-procurement portal and submit physical documents in the office of Accepting Officer before date & time fixed for this purpose.

Contd..../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 3 8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as the Accepting Officer will take no cognizance of any quotations/offer received in any other electronic or physical form like email/fax/by hand/through post from tenderer/bidder even if they are received in time. 9. In view of delays due to system failure or other communication related failures , it is suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due date and time fixed. 10. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendment thereto, Schedule of minimum fair wages and MES SSR (Part-I) and Part-II) are not enclosed with these documents. These are available for perusal in the office of GE concerned and this office. 11. ANY TENDERER, WHICH PROPOSES ALTERATION TO ANY OF THE CONDITION, SPECIFICATION LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW CONDITION, WHATSOVER, IS LIABLE TO BE REJECTED. 12. (a) Contractor having not executed standing security bond and standing security bond

deposit in any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date & time fixed for this purpose. In case of failure to abide by any of these two requirements, the finance bid will not be opened.

(b) Contractor having not executed standing security bond and standing security deposit in any MES formation would be required to deposit individual security deposit on acceptance of tender which will be calculated with reference to tendered cost as per scales laid down by MES for calculation of “EARNEST MONEY” enhanced by 25% subject to maximum of Rs. 18,75,000/- (Rupees eighteen lakhs seventy five thousand only)

Yours faithfully, (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 4

INSTRUCTION ON FILLING AND SUBMISSION OF TENDER 1. EARNEST MONEY DEPOSTI (EMD)

Contractor (s) who are not enlisted with MES/who are enlisted but have not executed the Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in one of the following forms, alongwith their tender/bid :-

(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer/CCE

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

Garrison Engineer/CCE

It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved Schedule Bank for easy refund. In case the tenderer/bidder wants to lodge EARNEST MONEY DEPOSIT in any other form allowed by MES, a confirmation about its acceptability will be obtained from the Accepting Officer well in advance of the bid submission end date and time. Earnest Money Deposit shall be submitted in the name of concerned GE.

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

2. SECURITY DEPOSIT

In case the tender/bid submitted by such contractor who is not enlisted with MES is accepted, the contractor will be required to lodge with the Controller of Defence Accounts INDIVIDUAL SECURITY DEPOSIT calculated with reference to TENDERED COST as notified by the Accepting Officer subject to a maximum of Rs. 18,75,000/-. The amount is required to be lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final Bill (See condition 22 of GCC (IAFW-2249).

3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER WESTERN COMMAND AND WHO HAVE

EXECUTED STANDING SECURIYT BOND AND DEPOSTIED STANDING SECURITY DEPOSTI BUT OF LOWER CALL

In case the tender/bid is accepted, the amount of additional Security Deposit will be as notified by the Accepting Officer. The amount will be the difference between the “Individual Security Deposit” calculated with reference to the “TENDERED COST” and Standing Security Deposit lodged. The amount is required to be lodged with in 30 (Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final bill (Refer Condition 22 of GCC (IAFW-2249).

4. CONTRACTORS ENLISTED IN MES FORMATION OTHER THATN CE WESTEN COMMAND

Contractor whose names are on the approved list of nay MES formation i.e other than CE Westen Command and who have deposited Standing Security and have executed Standing Security Bond may tender/bid without depositing Earnest Money with the bid and if Accepting Officer decides to accept the tender/bid, such tenderers will be required to lodge Security Deposit as notified by the Accepting Officer. The amount if required to be lodged within 30 (Thirty) days of the receipt by the contractor of notification of acceptance of tender/bid, failing which the sum shall be recovered from the 1st RAR payment or from the Final bill.

Contd..../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 5 5. GENERAL INSTRUCTIONS FOR COMPLIANCE 5.1 The bids received only in the electronic form will be considered. All bids shall be submitted on

‘eprocuremes.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ form and ‘xls’ form as indicated.

5.2 Bids shall be uploaded on ‘eprocuremes.gov.in’ portal on or before the bid closing date

mentioned in the tender. No tender/bid in any other electronic or physical form like email/fax/by hand/through post will be consiereed.

5.3 Bids should be DIGITALLY signed using valid DSC. All pages of tender documents,

corrections/alterations shall be signed/initialed by the lowest bidder after acceptance. 5.4 Drawings, if issued in physical form, must be returned duly initialed by the tenderer/bidder in

separate envelope indicating his name and address. 5.5 The tender shall be signed, dated and witnessed at all places provided for in the documents

after acceptance. All corrections shall be initialed. The contractor shall initial every page of tender and shall sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to any of the conditions whatsoever, is liable to be rejected.

5.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading the

bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor, scanned copy of an affidavit on stamp paper of appropriated value to this effect stating that he has authority to bind the firm in all matters pertaining to contract including the Arbitration Clause, shall be attached in ‘pdf’ form. In case of partnership concern or limited company, digital signatory of the bid/tender shall ensure that he is competent to bind the contractor (through partnership deed, general power of attorney or Memorandum and Articles of Association of the Company) in all the matters pertaining to the contracts with Union of India including arbitration clause. A scanned copy of the documents confirming of such authority shall be attached with the tender/bid in ‘pdf’ form, not submitted earlier. The person uploading the bid on behalf of another partner(s) or on behalf of a firm or company using his DSC shall upload with the tender/bid a scanned copy (in ‘pdf’ form) of Power of Attorney duly executed in his favour by such other or all of the partner(s) or in accordance with constitution of the company in case of company, stating that he has authority to bind such other person of the firm or the Company, as the case may be, in all matters pertaining to the contract including the Arbitration Clause.

5.7 Even in case of Firms or Companies which have already given Power of Attorney to an individual

authorizing him to sign tender in pursuance of which bids are being uploaded by such person as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the said person has authority to bind such partners of the Firm, or the Company as the case may be, including the condition relating Arbitration Clause, should be uploaded in ‘pdf’ form with the tender/bid; unless such authority has already been given to him by the firm or the Company. It shall be ensured that power of attorney shall be executed in accordance with the constitution of the company as laid down in its Memorandum & Article of Association.

5.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing

authority well in advance to be received before the date & time fixed for the same. 5.9 Bid (cover 1 & 2) shall be uploaded online well in time. 5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.

Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of IAFW 2249 (General condition of contract).

5.11 Tenderers/bidders who uploaded their priced tender/bids and are desirous of being present at

the time of opening of the tenders/bids, may do so at the appointment time.

Contd..../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 6 5.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the format will

be accepted, else the bid will be disqualified and summarily rejected. 5.13 In case the tenderer/bidder has to revise/modify the rates quoted in BOQ (excel sheet) he can

do so only in the BOQ, through eprocuremes.gov.in site only before the bid closing time and date.

6. REVOCATION/REVISON OF OFFER UPWARD /OFFERING VOLUNTARY REDUCTION, AFTER

OPENING OF FINANCIAL BIDS BY LOWEST BIDDER

In the event of lowest tenderer/bidder revoking his offer or revising his rates upward/offering voluntary reduction, after closing of bid submission date & time, his offer will be treated as revoked and the Earnest Money deposited by him shall be forfeited. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer/bidder for depositing the amount through MRO. Bids of such contractor/bidder shall not be opened till the aforesaid amount equal to earnest money is deposited by him in Govt Treasury. In addition, bids of such tenderer/bidder and his related firm shall not be opened in second call or subsequent calls. Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not be treated as voluntary reduction.

7. NON-BONAFIDE BIDS In case the BOQ is revised by the Department and the bidder has failed to quote in revised BOQ (i.e he has quoted in previous BOQ), such bid shall be treated as willful negligence by the bidder and his quotation shall be considered non-bonafide. In such cases the lowest tender shall be determined by the lowest amount amongst the valid/bonafide bids only. 8. C P M (CRITICAL PATH METHOD) 8.1 The project planning for work covered in the scope of tender is based on CPM. 8.2 The tenderer/bidder is expected to be fully conversant with CPM technique and employ

technical staff who can use the technique in sufficient details. Sufficient books and other literature on the subject are widely available in the market which the tenderer/bidder may make use of.

8.3 The tenderer’s/bidder’s attention is drawn to special condition of the tender regarding

preparation of the detailed network analysis and time schedule for the work and his liability for employing sufficient resources to adhere to the schedule. Any inability on the part of the tenderer/bidder in using the technique will be taken as his technical inefficiency and will affect his class of enlistment and future prospect/invitation to tenders for future works.

8.4 Department may issue amendments/errata in from of corrigendum to tender/revised BOQ to

the tender documents. The tenderer/bidder is requested to read the tender documents in conjunction with all the errata/amendments/corrigendum, if any, issued by the department.

9. These instruction shall form part of the contract documents. Yours faithfully, (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for CWE New Delhi

CA NO. CWE/ND-72/2017-18 Serial Page No. 7

MILITARY ENGINEER SERVICES NOTICE INVITION TENDER (NIT)

1. A tender is invited for the work as mentioned in Appendix ‘A’ to this NOTICE INVITING TENDER (NIT). 2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimate, however, is

not a guarantee and is merely given as a rough guide and if the work cost more or less, a tenderer/bidder will have no claim on that account. The tender shall be based on as mentioned in aforesaid Appendix ‘A’.

3. The work is to be completed within the period as indicated in aforesaid Appendix ‘A’ in

accordance with the phasing, if any, indicated in the tender from the date of handling over site, which will be on or about two weeks after the date of Acceptance of tender.

4. Normally contractors whose names are on the MES approved list for the area in which the work

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

5. The office of CWE New Delhi will be the Accepting Officer here in after referred to as such for

purpose of the contract. 6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the

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

6.1 Tender form and conditions of contract and other necessary documents shall be available on

eprocuremes.gov.in/eprocure.gov.in site for download and shall form part of contract agreement in case the tender/bid is accepted.

6.2 In case of contractor who has not executed the Standing Security Bond, the Cover-1 shall be

accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the form of deposit at call receipt in favour of concerned CCE/GE/GE (I)/AGE (I) (see Appendix ‘A’) by a scheduled Bank or in receipted treasure Challan the amount being credited to the revenue deposit of the concerned CCE/GE/GE (I)/AGE (I) (see Appendix ‘A’).

Contd..../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 8 6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the

MES approved list of any MES formation and who has deposited standing security and executed standing security Bond may bid without depositing earnest money alongwith the tender, but if the Accepting officer accepts the tender/bid, the contractor will be required to lodge with the Controller of Defence Accounts concerned the amount of ‘individual security deposit’ within thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor.

6.4 A contractor who has executed standing security bond but not corresponding to the

appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional Security Deposit as notified by the Accepting Officer within thirty days of the receipt of his notification of acceptance of his tender/bid, failing which this sum will be recovered from the first RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor. However, in case where any payment is made to the contractor within thirty days of the receipt by him of notification of acceptance of tender/bid, the amount of additional security deposit shall be recovered from such payment.

6.5 The CCE/GE/GE (I)/AGE (I) will return the Earnest Money wherever applicable to all

unsuccessful tenderers/bidders by endorsing an authority on the deposit-at-all receipt for its refund, on production by the tenderer/bidder a certificate of the Accepting Officer that a bonafide tender/bid was received and all documents were returned.

6.6 The CCE/GE/GE (I)/AGE (I) will either return the Earnest Money to the Successful

tenderer/bidder by endorsing an authority on the deposit-at-call Receipt for its refund on receipt of an appropriate amount of Security Deposit or will retain the same in part or full on account of security deposit if such a transaction is feasible.

6.7 Copies of the drawings and other document pertaining to the work signed for the purpose of

identification by the Accepting Officer or his accredited representative, sample of materials and stores to be supplied by the contractor will also be available for inspection by the tenderer/bidder at the office of Accepting Officer and concerned GE/GE (I)/AGE (I) during working hours.

7. The tenderers/bidders are advised to visit the site of work by making prior appointment with

CCE/GE/GE (I)/AGE (I)/ Project Manager who is also the Executing Agency of the work (see appendix ‘A’). The tenderers/bidders are deemed to have full knowledge of relevant documents, samples, site etc., whether they have inspected them or not.

8. Any tender/bid which purposes any alteration to any of the condition laid down or which

purposes any other condition or prescription whatsoever, is liable to be rejected. 9. The uploading of bid implies that bidder has read this notice and the Condition of Contract and

has made himself aware of the scope and specification of work to be done and of the condition and rates at which store, tools and plants etc will be issued to him and local condition and other factors having bearing on the execution of the work.

10. Tenderers/bidders must be in possession of a copy of MES Standard Schedule of Rates (see

appendix ‘A’) including amendments and errata thereto.

Contd..../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 9 11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and

subsequent opening of finance bid of any applicant/bidder, even of enlisted contractor of appropriate class, merely by virtue of enclosing DD. Accepting Officer reserve the right to reject the ‘T’ bid and not open the finance bid of any applicant/bidder. ‘T’ bid validation shall be decided by the Accepting Officer based on, inter alia, capability of the firm as per criteria given in Appx ‘A’ to this NIT. The applicant contractor/bidder will be informed regarding non-validation of his ‘T’ bid assigning reasons thereof through the eprocuremes website. The applicant contractor/bidder if he so desires may appeal to the next higher Engineer authority viz Chief Engineer, Delhi Zone, Delhi Cantt-10 by post with copy to the Accepting Officer before the scheduled date of opening of Finance Bid. The decision of the Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder shall not be entitled for any compensation whatsoever for rejection of his bid.

12. The Accepting Officer reserves the right to accept a tender submitted by a Public Undertaking,

giving a price preference over other Tender(s)/bids which may be lower, as are admissible under the Government Policy. No claim for any compensation or otherwise shall be admissible from such tenderer/bidder whose tender/bid is rejected.

13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any

reason for not doing so. 14. The Notice Inviting Tender (NIT) including Appendix ‘A’ shall form part of the contract. Yours faithfully, (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for CWE New Delhi

CA NO. CWE/ND-72/2017-18 Serial Page No. 12

ERRATA/AMENDMENT TO APPENDIX ‘A’ TO NOTICE OF E-TENDER INVITING APPLICATION NIT NO : 72/2017-2018 (CONTD….)

1. Reference Appendix ‘A’ to notice of e-tender for the subject work issued vide this office letter No 8390/ND-72/02/E8 dated 10 Jan 2018. 2. The following errata/amendments shall be made in Appendix ‘A’ to notice of e-tender issued vide letter referred above :-

Location Particulars

Para - 7 DELETE THE EXISTING DESCRIPTION AND ADD AS UNDER :- Publishing date and time of tender documents.

: 12 Jun 2018 at 1700 hrs

Starting date of tender documents downloading.

: 12 Jun 2018 at 1700 hrs

Starting date and time of bid submission (Cover No 1 & 2).

: 03 Jul 2018 at 1700 hrs

Closing date and time of bid submission (Cover No 1 & 2).

: 10 Jul 2018 at 1800 hrs

Date and time of bid opening (Cover No 1).

: 11 Jul 2018 at 1200 hrs

Date and time of bid opening (Cover No 2).

: Will be intimated online after completion of evaluation of tech bids/applications (Cover No 1).

3. Court of the place from where tender has been issued shall alone have jurisdiction to decide any dispute out of or in respect of this tender. After acceptance of tender, Condition 72 - Jurisdiction of Courts of IAFW-2249 shall be applicable. 4. The contractor shall have to employ only those persons as labour who have “Aadhaar linked” bank account. 8390/ND-72/ 05 /E8 HQ CWE New Delhi (M M Rastogi) Rao Tula Ram Marg EE (SG) (QS&C) Delhi Cantt - 10 DCWE (Contracts)

for CWE New Delhi Dated : 12 Jun 2018

CA NO. CWE/ND-72/2017-18 Serial Page No. 13

In lieu of IAFW 1779-A (Revised 1955) (To be read in conjunction with General Condition of Contracts IAFW-2249 : 1989 Print)

MILITARY ENGINEER SERVICES

Tele: 25692098 HQ CWE New Delhi Rao Tula Ram Marg Delhi Cantt-10 8390/ND-72/ 06 /E8 12 Jun 2018

NAME OF WORK : SPECIAL REPAIR TO BLDG NO P-116 (OR MD ACCN) AT VASANT RANGE COLONY UNDER GE (SOUTH), DELHI CANTT - 10

1. Mr/Messer __________________________________________of___________________________

is/are hereby authorized to tender for the above work, the estimated cost of which is Rs. 38.00 Lakhs.

The tender is to be delivered to Commander Works Engineer New Delhi, Rao Tula Ram Marg,

Delhi Cantt-110010 on website www.defproc.gov.in upto 1800 hrs on 10 Jul 2018 addressed to the

Commander Works Engineer New Delhi, Rao Tula Ram Marg, Delhi Cantt-10.

2. All correspondence concerning to this tender should be addressed as indicated on the top of this

letter, quoting the reference as given.

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

[Signature of the officer issuing the documents] (Signature of Contractor) Appointment : DCWE (Contracts) Dated: ----------------------- HQ CWE New Delhi

CA NO. CWE/ND-72/2017-18 Serial Page No. 14 SCHEDULE ‘A’ (LIST OF ITEMS AND PRICES)

NOTES :-

1. The quantities shown in column 4 of Schedule ‘A’/BOQ are approximate and are inserted as a guide only. They however, not be varied beyond the limits laid down in Condition 7 of IAFW-2249 (General Conditions of Contracts). 2. Rates and amount in the columns 6 and 7 of Schedule ‘A’/BOQ are to be filled in by the contractor.

Rates shall be filled both in figures and words in column 6. 3. Total amount is not firm but shall be treated as contract sum referred to in IAFW-2249. 4. Contractor’s attention is invited to the method of measurement and preambles in MES Standard Schedule of rates 2009 (Part -I) and 2010 (Part –II). 5. The Tenderers quoted rates shall be deemed to include all the following charges such as :- (a) GST, Sale tax, service tax, VAT, Octroi, central sale tax, excise duty etc. (b) Insurance if any. (c) Packing, Unpacking if any. (d) Transport and delivery. (e) Entire supply, erecting/installation and execution or work including commissioning, testing all as

specified. (f) Labour cess at the rate of 1% of work done as per Govt of NCT notification. 6. The entire work covered under this contract shall be completed within 06 (Six) Months from the date of Commencement in first work order issued by GE. 7. Wherever indicated in Schedule ‘A’ as “S & F” or “M & L”, the same shall be read as “Supply & fix” and “Material & labour“ respectively. 8. Tenderers are required to get fully acquainted with the scope of work as catered for in the tender documents and also the site of work. No claim will be entertained for any misunderstanding or any inaccuracy with regard to the site condition and provision made in the tender documents. 9. Garrison Engineer referred to in IAFW- 2249 or elsewhere shall be GE (South), Delhi Cantt-10. 10. The materials obtained from demolition / dismantled / taking down items, for which credit are not shown in credit schedule shall be returned by the contractor to MES store yard and / or disposed off by the contractor outside defence land to at any distance without any extra cost to the department. The contractor while quoting his rates shall consider this aspect. 11. Site for execution of works shall be made available to the contractor as soon as WO No 1 is placed by GE. In case it is not possible for the Department to make the entire site available immediately after WO No 1 is placed, the contractor will have to arrange his working programme accordingly. No claim whatsoever for not giving the entire site on placement of WO No 1 and for giving the site gradually will be tenable. 12. Contractor’s quoted unit rates shall be deemed included for cutting chases into walls, floors, ceiling (soffit of roof slab) etc. wherever required, making good disturbed surfaces in CM 1:3/PCC 1:2:4 using 12.5mm/20 mm graded stone aggregate and finishing to match with the adjoining surfaces complete in all respect as directed by GE/Engineer-in-Charge and nothing extra shall be admissible on this account. 14. Court of the place from where tender has been issued shall alone have jurisdiction to decide any dispute out of or in respect of this tender. After acceptance of tender, Condition 72 – Jurisdiction of Courts of IAFW-2249 shall be applicable. 15. The Contractor’s quoted rates shall be deemed to be inclusive of all taxes/cesses viz GST, duties, royalties, octrol and other levies payable under respective statutes as applicable on the date of receipt of tender. It may be noted that any tender imposing any condition in this regard or on any other account shall be treated as a conditional tender and the same shall be liable to be rejected. 16. The contractor shall have to employ only those persons as labour who have “Aadhaar linked” bank account. (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 55

SCHEDULE OF CREDIT (NOTES)

1. The unit and rate under column 4&6 for items mentioned in Schedule of Credit are firm. The quantities inserted under Column 5 are provisional and may vary during execution of work. 2. The entire quantities (serviceable/unserviceable) obtained from demolished/dismantled shall be accounted for towards credit. 3. Materials other than those listed in Schedule of credit obtained from demolition/dismantling shall be the Govt property and shall be deposited in MES store yard all as directed by Engineer-in charge. 4. The contractor shall responsible to remove both serviceable and unserviceable materials from the site and leave the site neat and tidy on or before the date of completion. 5. The recovery on account of materials listed in schedule of Credit 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. 6. The Contractor shall have no claim whatsoever on account of rate of credit materials, quality and quantity of retrieved materials and becoming his property at the rate fixed by the department in Schedule of Credit.

S No Description of item Unit Qty Rate Amount Remark

s 1 2 3 4 5 6 7 1 Old unserviceable material retrived from

item No 19. RM 5.00 50.00 250.00

2 Old unserviceable material retrived from item No 20.

RM 10.00 45.00 450.00

3 Old unserviceable material retrived from item No 23 to 28.

Each 27.00 10.00 270.00

4 Old unserviceable material retrived from item No 35.

Each 16.00 200.00 3200.00

5 Old unserviceable material retrived from item No 36.

Each 48.00 150.00 7200.00

6 Old unserviceable material retrived from item No 37.

Each 30.00 150.00 4500.00

7 Old unserviceable material retrived from item No 48.

Each 50.00 5.00 250.00

8 Old unserviceable material retrived from item No 55.

Sqm 50.00 20.00 1000.00

9 Old unserviceable material retrived from item No 56 & 57.

Each 80.00 5.00 400.00

10 Old unserviceable material retrived from item No 73 & 74.

RM 320.00 20.00 6400.00

11 Old unserviceable material retrived from item No 75 & 76.

RM 40.00 30.00 1200.00

12 Old unserviceable material retrived from item No 82.

Each 16.00 300.00 4800.00

13 Old unserviceable material retrived from item No 84.

Each 16.00 5.00 80.00

14 Old unserviceable material retrived from item No 92 & 93.

Cum 15.75 200.00 3150.00

15 Old unserviceable material retrived from item No 99.

RM 50.00 5.00 250.00

16 Old unserviceable material retrived from item No 100.

Each 10.00 1.00 10.00

Contd..../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 56

SCHEDULE OF CREDIT (CONTD…..)

17 Old unserviceable material retrived from item No 109.

RM 5.00 40.00 200.00

18 Old unserviceable material retrived from item No 110.

Each 4.00 10.00 40.00

19 Old unserviceable material retrived from item No 122, 124.

Each 32.00 10.00 320.00

20 Scrap Iron from item No 94. Kg 50.00 10.00 500.00 21 Old unserviceable material retrived from

item No 90. Sqm 200.00 20.00 4000.00

22 Old unserviceable point wiring 1.5 Sqmm

any type. Point 458.00 30.00 13740.00

23 Old unserviceable switch/ socket 5/15

Amp/ceiling rose/holder etc any type. Each 866.00 2.00 1732.00

24 Old unserviceable light fittings any type. Each 184.00 30.00 5520.00 25 Old unserviceable security light fitting any

type. Each 2.00 100.00 200.00

26 Old unserviceable copper winding wire of

ceiling fan. Each Job

32.00 30.00 960.00

27 Old unserviceable SPN DB 6 way. Each 16.00 50.00 800.00

28 Old unserviceable MCB SP/SPN. Each 130.00 5.00 650.00 29 Old unserviceable sub main wiring any type. RM 240.00 30.00 7200.00 30 Old unserviceable TPN DB 4 way. Each 2.00 300.00 600.00 31 Old unserviceable MCCB any type. Each 2.00 100.00 200.00 32 Old unserviceable earthing plate, wire etc. Each 2.00 65.00 130.00

Total carried over to Serial Page No ____ TOTAL Rs. 70,202.00

(Signature of Contractor) Dated:-

[ M M Rastogi ] EE (SG) (QS&C) DCWE (Contract) For Accepting officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 57

SCHEDULE ‘B’

ISSUE OF MATERIAL TO THE CONTRACTOR

(SEE CONDITION 10 OF IAFW-2249)

S.No Particulars Rate at which material will be

issued to the contractor Place of issue

by name Remarks

Unit Rate

----------Nil----------

(Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 58

SCHEDULE ’C’

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

[SEE CONDITION 14, 15, 34, & 35 OF IAFW-2249]

S.No Quantity Particulars Details of MES crew supplied

Hire charges per unit

working days (Rs.)

Standby charges per unit per off

{Rs.}

Place of issue

{by name}

Remarks

-----------------------------------------NIL------------------------------------------ ----------------------------------------------------------------------------------------------------------------------------------------- (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer ____________________________________________________________________________________ CA NO. CWE/ND-72/2017-18 Serial Page No. 59

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR

[See condition 16 & 35 of IAFW-2249]

Ser No

Quantity Particulars Rates per unit Per working day (Rs)

Place of issue (by name)

Remarks

____________________NIL________________

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

(Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 60

TENDER

TO THE PRESIDENT OF INDIA Having examined and perused the following details :- 1. Specification signed by DCWE (Contracts). 2. Drawing detailed in the list of drawings. 3. Schedule ‘A’, ‘B’, ‘C’ & ‘D’ attached hereto. 4. MES Standard Schedule of Rates 2009-I (Specifications) and SSR 2010 Part-II (Rates)

Amendment 1 to 59 for Part-II. (Herein after and in IAFW-2249 referred to as MES Schedule). 5. General Conditions of Contracts (IAFW- 2249, 1989 Print) together with amendment No 1 to 40

along with Errata No 1 to 20. 6. Water : Refer Condition 31 of IAFW-2249 : General Condition of Contract :- Water will not be supplied by MES, Refer respective Special Conditions. 7. Should the tender be accepted, I/we Agree :-

*(a) The sum of Rs._________(Rupees. _______________________________________Only) forwarded, as earnest money shall either be retained by the Govt on account of security deposit or be refunded by the Govt on receipt of an appropriate amount of the security deposit within the time specified in Condition 22 of IAFW-2249, if such transaction is permissible.

(b) To execute all works referred to in the said documents upon the terms and conditions or referred to there in at the item rates contained in the aforesaid schedule ‘A’ or at such other rates as may be fixed under the provisions of Condition 62 and to carry out such deviation as may be ordered vide condition 7 of IAFW-2249 up to a maximum of 10 (Ten) percent and further agree to refer all dispute as required vide Condition 70 of IAFW-2249 to the sole Arbitration of Serving Officer having degree in Engineering or equivalent or having passed Final/Direct Final Examination of Sub Division-II of Institution of Surveyors (India) recognized by the Govt of India to be appointed by the Chief Engineer Delhi Zone, Delhi Cantt-10 or in his absence the Officer Officiating as Chief Engineer Delhi Zone, Delhi Cantt-10 Whose decision shall be final, conclusive and binding. * To be deleted where not applicable.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 61

GENERAL SUMMARY

(Signature of Contractor)

Dated :-

[M M Rastogi ] EE (SG) (QS&C) DCWE (Contract) For Accepting officer

(a] Total brought forward from collection of BOQ/Sch ‘A’ Sec–I Serial Page No. _______

= Rs.___________________

(b] Total brought forward from collection of Sch of Credit Serial Page No. ______

= (-) Rs. 70,202.00 ______________________

TOTAL = Rs. ______________________

Net Contract Sum (Rupees---------------------------------------------------------------------------------

---------------------------------------------------------------------)

CA NO. CWE/ND-72/2017-18 Serial Page No. 62

GENERAL SUMMARY

Signature _______________________ Name of Signatory ___________________________________

in the capacity of __________________ duly authorised to sign the tender documents for and

on behalf of (IN BLOCK LETTERS)_________________________________________________________

Postal address_________________________ Witness (Signature)____________________

_____________________________________ Name_______________________________

_____________________________________ 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 initialled by

the Contractor and DCWE (Contracts).

The said Officer is hereby authorised to sign and initial on my behalf, the documents forming

part of this contract.

The above tender was accepted by me on behalf of the PRESIDENT OF INDIA at the item rates

contained in Schedule ‘A’.

Signature ________________ dated this ____________ day of ___________

(For & on behalf of the President of India)

Appointment : Commander Works Engineer New Delhi

Rao Tula Ram Marg Delhi Cantt-110010

CA NO. CWE/ND-72/2017-18 Serial Page No. 63 to 103

GENERAL CONDITION OF CONTRACTS (IAFW –2249 : 1989 PRINT)

FOR ITEM RATE CONTRACTS (IAFW-1779 A)

1. A copy of general condition of contract (IAFW-2249 : 1989 print) with errata 1 to 20 and amendments No. 1 to 40 have been supplied to me/us and is in my/our possession. I/we have read and understood the provisions contained in the aforesaid General condition of contracts before submission of this tender and I/We shall abide by the terms and conditions thereof, as modified, if any elsewhere in these tender documents.

2. It is hereby further agreed and declared by me/us, that the General conditions of contracts (IAFW-2249 : 1989 Print), including condition 70 thereof, pertaining to settlement of dispute by the Arbitration containing 34 pages (Serial Page No 63 to 96) with errata No. 1 to 20 and amendment No. 1 to 40 (Serial Page No 97 to 103) form part of these tender documents. (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer ____________________________________________________________________________________ CA NO. CWE/ND-72/2017-18 Serial Page No. 104 to 115

SCHEDULE OF MINIMUM WAGES 1. A copy of the latest schedule of minimum wages has been supplied to me/us and is in my/our possession. I/We have read understood the provision contained in the aforesaid schedule of minimum wages, before submission of tender and I/We agree that I/We shall abide the terms and conditions thereof, as modified, if any, elsewhere in these tender documents. 2. It is further agreed and declared by me/us that schedule of minimum wages shall form part of these tender documents. (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 116

SPECIAL CONDITIONS

1. GENERAL 1.1 The following special conditions shall be read in conjunction with General Conditions of

Contracts, IAFW-2249 & 1779 A 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.

1.2 The work under this contract shall be carried out in accordance with Schedule ‘A’ the particular specifications drawings and other provisions in MES Schedule. 1.3 The term “General Specification” referred to hereinbefore as well as referred to in IAFW-2249

(General Conditions of Contracts) shall mean the specifications contained in the MES Schedule. 1.4 General Rules, specifications, special conditions all preambles in the MES schedule shall be

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

2. ADMISSION TO SITE BY CONTRACTOR TO ASCERTAIN HIS OWN INFORMATION 2.1 The tenderers shall contact the Garrison Engineer for the purpose of inspection of site(s) &

relevant documents other than those sent herewith, who will afford reasonable facilities for the purpose. The tenderers shall also make themselves familiar with working condition, accessibility of site(s), availability of materials & other cognate conditions, which may effect the entire completion of work under this contract.

2.2 The tenderer shall be deemed to have visited the site(s), and made themselves familiar with the

working conditions, whether they actually inspect the site(s) or not. 3. SECURITY 3.1 Contractor’s attention is invited to Condition 25 of IAFW-2249. He shall employ only Indian

Nationals after verifying their antecedents & loyalty, the contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees and work people concerned & shall satisfy the Engineer-in-Charge as to the bonafides of such people.

3.2 The Engineer-in-Charge shall at his discretion have the right to issue passes as per rules &

regulations of the installation/area in force to control the admission of the contractor, his agents, employees & work people to the site of work or any part thereof. Passes should be return at any time on demand by the Engineer-in-Charge of the authorities concerned & in any case on completion of work.

3.3 The contractor & his agents, employees and work people shall observe all the rules

promulgated by the authority controlling the installation/area in which the work is to be carried out e.g., prohibition of smoking & lighting, fire precaution, search of persons on entry & exit, keeping to specific routes, observing specified timing etc. Nothing extra shall be admissible for any man-hours etc. lost on this account.

4. CONDITIONS FOR WORKING IN UNRESTRICTED AREA :- 4.1 CONDITIONS FOR WORKING IN UNRESTRICTED AREA. The site of work lies in Unrestricted

Area. The restrictions for entry to work site and conditions of working in unrestricted area shall be as under :

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 117

SPECIAL CONDITIONS (CONTD..) 4.1.2 THE WORK LIES IN UNRESTRICTED AREA. The contractor his agents, servants, workmen and vehicles may pass through the unit lines, in which case, the Engineer-in-Charge at his discretion, has the right to issue the passes, control their admission to the site of work or any part thereof. The contractor shall on demand by the Engineer-in-Charge shall submit a list of personnel etc. concerned and any other information called for by the Engineer-in-Charge and shall satisfy the Engineer-in-Charge as the bonafide of such people. Passes shall be returned at any time on demand by the Engineer-in-Charge and in any case on completion of work. 4.1.3 The contractor and his work people shall observe all the rules promulgated from time to time by authority controlling the area where the work is to be carried out e.g. prohibition of smoking etc. Any person found violating the security rules laid down by the authority shall be immediately expelled from the area without assigning any reasons whatsoever and the contractor shall have no claim on this account. Nothing shall be admissible for any man hours lost on this account.

5. BLANK 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 The fair wage referred to in Condition 58 of IAFW-2249 will be deemed to be the same as the

minimum wages payable as referred to above. 6.3 The contractor shall have no claim whatsoever, if on account of local factor and/or regulation,

he is required to pay the wages in excess of minimum wages as described above during the execution of work.

7. ROYALTIES

Reference Conditions 14 of General Conditions of Contracts (IAFW-2249) No Quarries on Defence land are available.

8. LAND

The following conditions shall be read in conjunction with condition 24 of IAFW-2249. The contractor shall be permitted to store materials and make workshop including erection of temporary shade for the purpose of site office at the area of land as decided by the GE & the contractor shall pay a license fee of Re. 1/- per year or part thereof in respect of each and every separate area of lands so allotted to him. The plot of land allotted to the contractor may be used by him for accn of labour and canteen.

9. WATER

Water will not be supplied by the MES to the contractor for construction work and for use of his workmen.

10. CO-OPERATION WITH OTHER AGENCIES

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

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 118

SPECIAL CONDITIONS (CONTD..) 11. ELECTRIC SUPPLY

Electric supply required for the work up to a maximum of 20 KW single phase 50 HZ shall be made available by the MES at point shown on site plan or at a point as directed by Engineer-in-Charge. KWH meters to register the electric energy supplied and main switch shall be provided & installed by the MES. Contractor shall provide all necessary cables, fittings etc, from the tapping point in order to ensure a proper and suitable supply of electricity for execution of work. The contractor will be charged for the electric energy consumed for execution of work at the following rates :-

(i) At Rs. 9.00 per unit for lighting. (ii) At Rs. 9.00 per unit for power 11.1 MES do not guarantees continuity of supply and no compensation whatsoever shall be allowed

for supply becoming intermittent of for breakdown in the system.

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

12. NET WORK ANALYSIS 12.1 The time and progress chart to be prepared as per Condition 11 of General Conditions of

Contract (IAFW-2249) shall consist of detailed network analysis and a time schedule. The GE and the contractor will draw the critical path net- work jointly 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 approved it after the 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 the work, the contractor is expected to adhere to the time schedule and

this adherence will be 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 periodical appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation to or amendments ordered on the contractor. Any revision of the time schedule as a result of there view will be submitted by the contractor to the GE within a week for his approval after due scrutiny.

12.3 The contractor shall adhere to the revised time of schedule thereafter. In case of contractor

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

12.4 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 intensive methods contemplated by him in his schedule, even though the time schedule is approved by the department.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 119

SPECIAL CONDITIONS (CONTD..)

13. RECORD OF CONSUMPTION OF CEMENT 13.1 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 the 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 representative of MES and the contractor in token of verification of its correctness & will be checked by Engineer-in-Charge, at least once a week and on the days cement is issued to the contractor.

13.2 The register shall be kept at site in safe custody of the contractor’s representative during the

progress of the work & shall on demand be produced for verification to the inspecting officer(s).

13.3 On completion of the work the contractor shall deposit the cement register with the

Engineer-in-Charge for record. 13.4 The aforesaid provision will however not absolve the contractor from returning the over drawn

cement if any, detected during the course of examination of the final bill/work. 14. PERIOD FOR KEEPING THE TENDER OPEN

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

15. CONTRACTORS REPRESENTATIVES AND WORKMEN

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

16. SECURITY OF CLASSIFIED DOCUMENTS

Contractor’s special attention is drawn to Condition 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 other 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 work, and shall be return all the documents on completion of work or earlier on termination of the contract. The contractor shall along with the final bill attach a receipt from Engineer-in-Charge of his having returned the classified documents as per Condition 3 of IAFW-2249 (General Condition of Contracts).

17. RECORD OF MATERIALS 17.1 The quantity of materials such as paints, water proofing compound, chemicals for anti-termite

treatment, bitumen for roof/sunken floor treatment and the road work, as directed by the Engineer-in-Charge (The quantity of which cannot be checked after incorporation in the works), shall be recorded in measurement books and signed by the contractor & the Engineer-in-Charge as a check to ensure that the required quantity has been brought to site for incorporation in the work.

17.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge & these already

recorded in measurement book shall be suitably marked for indications.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 120

SPECIAL CONDITIONS (CONTD..)

17.3 The contractor shall, on demand, produce, to the GE, original receipted vouchers/invoices in respect of the supplies. Vouchers/invoices so produced and verified shall be stamped by Engineer-in-Charge indicating contract number. The contractor shall ensure that the materials are brought to site in original sealed containers/packing, bearing manufacturer’s marking except in the case of the requirement of materials being less than smallest packing.

17.4 Contractor shall produce vouchers/invoices from the manufacturer’s and/or their authorised

agents, for the full quantity of the following materials as applicable as a pre-requisite before submitting claims for payments for advances on account of the work done and/or materials collected in accordance with condition 64 of General condition of contracts (IAFW-2249) :-

(a) Water proofing compound (b) Paints, distemper and snowcem/cement base paint (c) Steel window/ventilators. (d) Factory made door shutters. (e) Electrical fittings/fixtures where names of manufacturers/brands are specified or

approved. (f) Salt glazed stoneware pipes. (g) Cables (h) Iron Mongery. (j) Bitumen. (k) Chemicals for Antitermite treatment.

(l) Cast iron pipes and fittings. (m) Sanitary fittings. (n) Tar felt/bituminous products. (o) Floor/wall tiles. (p) Cement. (q) Steel Sections. (r) Steel for reinforcements. 18. RELEASE OF ADDITIONAL SECURITY DEPOSIT 18.1 Refer Condition 22 and 68 of IAFW-2249. 18.2 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.

19. OFFICIAL SECRET ACT The contractor shall be bound by the official Secret Act 1923. 20. CLEANING DOWN

Refer Condition 49 of IAFW-2249, General Conditions of Contract. The contractor shall clean all floors, walls, remove cement/lime/paint marks/drops, etc. clean the joinery glass panes etc, touch up all painters work and carryout all other necessary items of work in connection there with and leave the whole premises / site, clean and tidy before handing over site.

21. OCTROI, SALES TAX AND OTHER DUTIES

The rates quoted by the tenderes shall be deemed to include all duties such as Octroi, Sales tax, excise duty, Labour cess etc as referred in condition 10 of IAFW-2249 and also include state Govt. sales tax on works contracts payable under respective states according to the constitution (46th Amendment Act 1982). Any other condition stipulated by the tenderer regarding sales tax on works contracts will not be considered and such tender shall be liable for rejection.”

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 121

SPECIAL CONDITIONS (CONTD..)

22. CHARGES FOR TESTING OF MATERIALS 22.1 Contractor shall establish his own lab without any extra cost to the government for

arrangements in the presence of the Engineer-in-Charge. The type and frequency of test to be carried out in such site lab shall be as per Appendix ‘C’ of the tender. In such event no charges shall be recovered from the contractor.

22.2 The charges for tests shall be recovered from the contractor only if he does not carry out the

test catered for in the contract and these are tested in the department laboratory. The testing charges shall be recovered at the rates mentioned as per Appendix ‘C’ of the tender documents. Charges for testing of materials (if tested elsewhere) shall be born by the contractor.

22.3 The IS mentioned in the tender documents shall be deemed to be amended to latest amended

version of IS. 24. DAMAGE TO EXISTING STRUCTURES:- Any damage to the existing structures, any

existing road etc., during the execution of work shall be made good by the contractor at his own expense. Rectification, replacement, making good and touching up etc, shall be carried out, conforming to the materials and workmanship originally provided and to the satisfaction of the Engineer-in-Charge. In case of any dispute on this account, the decision of the GE shall be final, binding and conclusive.

25. APPROACHES: The contractor shall make arrangements for and provide at his own cost all

temporary approaches, if required to the site(s), after obtaining approval in writing of the GE to the layout of such approaches.

26. LOCATION OF BUILDINGS AND WORKS: There may be some changes in location/sitting of

building shown in site (layout) plan(s) to suit local conditions and/or departmental requirements. The contractor shall have no claim whatsoever consequent to such changes in the location/sitting of works.

27. WATCH/LIGHTING: The contractor shall at his own cost take all possible precautions to

ensure safety of life and property by providing necessary fencing, barrier, light, watchmen etc., during the progress of work and as directed by the Engineer-in-Charge.

28. HANDING OVER OF SITE: Site for execution of work will be available as soon as the work is

awarded. In case it is not possible to make the entire site available on the award of work, the contractor will have to arrange his working programme accordingly. No claim whatsoever, for not giving entire site on award of work and for giving site gradually, will be tenable.

29. QUALIFIED TRADESMEN:- In compliance with the condition 26 of IAFW-2249 (General condition

of contracts), the contractor shall employ Skilled/Semi Skilled tradesmen who are qualified and possessing certificate in particular trade from Industrial Training Institute (ITI)/National Institute of Construction Management and Research (NICMAR)/National Academy of Construction (NAC) Hyderabad, similar reputed and recognized-Institutes by State/Central Government, to execute the works of their respective trade. The number of such qualified tradesmen shall not be less than 25% of total Skilled/Semi Skilled tradesmen required in each trade. The contractor shall submit the list of such tradesmen along with requisite certificate to Garrison Engineer for verification and approval. Notwithstanding the approval of such tradesmen by GE, if the tradesmen are found to be of inadequate skill to execute the work of their trades, leading to un-satisfactory workmanship, the contractor shall remove such tradesmen within a week after written notice to this effect by the GE and shall engage other qualified tradesmen after prior approval of GE. GE’s decision whether a particular tradesman possesses requisite qualification, skill and expertise commensurate with nature of work, shall be final and binding. No compensation whatsoever on this account shall be admissible.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 122

SPECIAL CONDITIONS (CONTD..)

30. SPECIAL CONDITION FOR CONCILIATION 30.1 SCOPE OF CONCILIATION: The Scope of conciliation shall be restricted to the following types

of disputes with financial limits as indicate therein:-

(a) Disputes relating to levy of compensation for delay in completion-actual amount of compensation.

(b) Disputes relating to technical examination of works.

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

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

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

Note :- For item (a), (b), (c), d) and (e) each as stated above the financial limit shall be Rupees

two lakhs or one percent of the contract amount whichever is less. 30.2 COMMENCEMENT OF CONCILIATION PROCEEDINGS 30.2.1 The party initiating conciliation shall send to the other party written invitation to conciliate, briefly identifying the subject of the dispute. 30.2.2 Conciliation proceedings shall commence when the other party accepts in writing the invitation to conciliate. 30.2.3 If the other party rejects the invitation, there will be no conciliation proceedings. If the party

initiating conciliation does not receive a reply within 30 days from the date on which he sends or within such other periods of time as specified in the invitation, he may elect to treat this as a rejection of the invitation to conciliate and if he so elects, he shall inform in writing the other party accordingly

30.3 NUMBER OF CONCILIATORS: There shall be Sole conciliator. 30.4 APPOINTMENT OF CONCILIATOR: All disputes brought out in condition 30.1 (a) to (e) above

shall be referred to the Sole Conciliation viz Serving Officer not below rank of Superintending Engineer/Superintending Engineer (QS & C) having degree in Engineering or equivalent or having passed final/direct final examination of Sub division II of Institution of Surveyors (India) to be appointed by the Engineer-in-Chief, Army Headquarters, New Delhi or in his absence the Officer officiating as Engineer-in-Chief or Director General of Works specifically delegated by the Engineer-in-Chief in writing.

30.5 STATUS OF EFFECTS OF SETTLEMENT AGREEMENT: The settlement agreement signed by the parties as a result of conciliation proceedings shall have the same status and effect as it is an arbitral award on agreed terms.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 123

SPECIAL CONDITIONS (CONTD..)

31. OUTPUT OF ROAD ROLLERS (REFERENCE CONDITION 15 OF IAFW-2249):

31.1 Where road rollers are hired by the Department to Contractors, a log book for each road roller shall be maintained by the Department recording hours of working of the road roller. In case, however, when the Contractor procures road rollers from sources other than the Department 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 authorized representative and by the Engineer-in-Charge.

31.2 To ensure proper consolidation, roller must work for at least the number of days assessed on

the basis of output given hereunder. If the roller has not worked for the number of days so assessed, recovery shall be effected from the contractor for the number of days falling short of the days assessed on the basis of output stipulated. The recovery shall be effected as under:-

(a) Where road roller is hired out only by the Department to the Contractor, at rates given in Sch ‘C’.

(b) Where road roller is hired by the Contractor only from sources other than the Department at Rs. 5000 per working day of 8 hours.

(c) Where road roller is hired by the contractor from the Department as also from sources other than the department, at higher of the two rates given in Sch ‘C’ of contract and Para (b) above.

31.3 The above provision shall not, however, absolve the Contractor of his responsibility of properly

consolidating surfaces as required under the provisions of the Contract:- 31.4 The output of 8 to 10 Ton Power Road Roller is as under :-

Ser No

Description Output per day of 8 hour work

(i) Consolidation of formation surfaces/sub grade

1850 Sq Mtrs

(ii) Consolidation of stone soling 23cm. thick with 8 to 10 Tonne Roller

518 Sq Mtrs

(iii) -Ditto- 15 cm thick –ditto-

800 Sq Mtrs

(iv) Consolidation of water bound macadam (stone metal) 11 cm spread thickness including spreading and consolidation with blinding materials.

248 Sq Mtrs

(v) -Ditto- 7.5 cm –Ditto- 372 Sq Mtrs

(vi) Consolidation of single coat surface dressing 774 Sq Mtrs

(vii) -Ditto- two coat surface dressing 558 Sq Mtrs

(viii) Consolidation of 2.50 cm thick premixed carpet including Seal coat

600 Sq Mtrs

(ix) Consolidation of 2 cm thick premixed Carpet including Seal Coat

744 Sq Mtrs

(x) Consolidation of bituminous mixture 2 parts of broken stone metal and one part of sand and bitumen, consolidated thickness 4 cms

372 Sq Mtrs

(xi) Consolidation of 3cm thick bituminous concrete.

460 Sqm

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 124

SPECIAL CONDITIONS (CONTD..)

32. RE-IMBURSEMENT /REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO CONTRACT VALUE 32.1 The rates quoted by contractor shall be deemed to be inclusive of all taxes (incl. Sales Tax/VAT

on materials, sales Tax/VAT on works contract, Turnover Tax, Service tax, Labour Welfare Octroi cess/tax etc.), duties, Royalties, control and other levies payable under the respective statutes. No Re-imbursement/ 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.

32.2 The taxes which are levied by Govt at certain percentage rates of Contract Sum/Amount shall

be termed as “taxes directly related to Contract Value” such as Sales Tax/VAT on Works Contracts, Turnover Tax, Labour Welfare Cess/Tax and like but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract Value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract Value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Govt from any payments due to the contractor. Similarly imposition of any new “taxes directly related to contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to Contract value” prevailing on last due date for receipt of tenders shall be refunded by the contractor to the Govt/deducted by the Govt from the payments due to the Contractor.

32.3 The contractor shall, within a reasonable time of his becoming aware of variation in percentage

rates and/or imposition of any further “taxes directly related to Contract Value”, give written notice thereof to the GE stating that the same is given pursuant to this Special Condition, together with all information relating thereto which he may be in a position to supply. The Contractors shall submit the other documentary proof/informations as the GE may require.

32.4 The contractor shall, for the purpose of this condition keep such books of account and other

documents as are necessary and shall allow inspection of the same by a duly 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 informations as the GE may require.

32.5 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.

(Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 125

PARTICULAR SPECIFICATIONS

1. GENERAL

1.1 Work under this contract shall be carried out in accordance with Schedule `A’, Particular Specifications, General Specifications and other provisions contained in MES Schedule Part-I (2009) and Part-II (2010) read in conjunction with each other.

1.2 Term "General specifications" referred to hereinbefore as well as referred to in IAFW-2249

(General Conditions of contracts) shall mean the specifications contained in the MES Schedule 2009 (Part-I).

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

deemed to be applicable to the work under this contract, unless specifically stated otherwise in these documents and in case of any conflicting provisions in MES schedule and in these tender documents, the provisions in these documents shall take precedence over the aforesaid provisions in the MES Schedule. The term "as specified" wherever appears in the tender documents and drawings, relates to relevant particular specifications and in its absence, general specifications. All references to MES Schedule/SSR in these specifications relate to Part-I of MES Schedule 2009 unless otherwise mentioned. Reference to only 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 parts of Schedule 'A', provisional sum and prime cost sum provided in general summary, if any, though not particularly mentioned hereinafter.

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 Code of Practice shall be followed. 1.5 Unit rate quoted 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 work. Decision of the Accepting Officer as to whether any minor detail 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 MATERIALS

1.6.1 Unless specific makes/manufacturers are specified in the tender documents all the materials to be procured by the contractor for incorporation in the work under this contract (with the exception of local materials like bricks, stone aggregate, stones, sand etc) shall be with ISI certifications mark. For materials of specific make/manufacturer’s names refer in clause 1.6.2 here-in-after.

1.6.2 If any specific makes/manufacturers names are specified in Sch ‘A’ or Particular specifications

or in Appendix ‘D’ to Particular Specifications, materials shall be of these specific makes/manufacturers only. ISI marking will not be mandatory for such items where makes/manufacturers have been specified unless the items of makes/manufacturers specified are available both with IS marking and without ISI marking. If any material is not manufactured with IS certifications mark in the country, it shall be confirming to relevant IS and other specifications specified elsewhere and shall also conform to samples displayed in CE's/ CWE's/ GE's office as applicable. However steel windows/ventilators and doors shutters shall be of makes specified in Appendix ‘E’ to these particular specifications' and conforming to relevant IS (IS marking is not mandatory).

1.6.3 Indian Standard (IS) of the year of publication/edition listed or specified in the SSR (Part-I)

or revised thereafter shall be applicable for the work under this contract unless specifically indicated otherwise elsewhere in these tender documents.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 126

PARTICULAR SPECIFICATIONS (CONTD…) 1.6.4 LOCAL MATERIALS. Irrespective of actual distance involved, local materials such as stones,

aggregates, sand, road metals etc shall conform to or superior to the specifications given here in after and to the samples kept in the office of CEs/ CWEs/ GEs. The tenderers are advised to inspect these samples. The tenderers shall be deemed to have inspected the samples and have full knowledge thereof whether they inspect them or not before quoting their tender.

1.6.5 SAMPLES OF MATERIALS :-

(a) Refer condition 10 of IAFW-2249.

(b) Specific requirements regarding dimensions, strength, weight and finishes, as per IS, MES SSR and the particular specifications given hereinafter vis-à-vis actual properties check, tests carried out, reference to test certificates and markings, etc based on which samples of each materials are approved as Conforming to relevant specification shall be recorded in the sample approval register.

(c) The contractor shall produce samples of all materials and shall obtain approval in writing from GE before he places bulk order for the materials for incorporation in the work. The contractor shall not procure materials unless the samples are first got approved from the Garrison Engineer.

1.6.6 RECORD OF MATERIALS (Refer Special Condition 18) :-

(a) The quantity of all the proprietary materials (including the materials the quantity of which cannot be checked after incorporation in the works) shall be recorded in measurement books and signed by the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been brought at site for incorporation in the work.

(b) Materials brought to site shall be stored as directed by the Engineer-in-Charge and shall be suitably marked for identification.

(c) The contractor shall procure all the materials (where specific makes/manufacturer’s specified) directly from their manufacturers or from their authorized dealers only. The contractor shall ensure that the materials are brought to site, in original sealed containers/packing, bearing manufacturers marking except in the case of the requirement of material(s) being less than smallest packing.

(d) The contractor shall produce to the GE original printed and machine numbered purchase vouchers/invoices including manufacturer’s test certificate (where applicable) for all the materials mentioned here-in-before in Special Conditions No.18. Copies of orders placed on the manufacturer/authorized dealers shall also be provided by the contractor to GE along with above documents. Whenever procured and brought to site of work for incorporation in the work, a Xerox copy of such vouchers/invoices shall be stamped (office stamp) and defaced in ink by the Engineer-in-Charge stating "verified for materials purchased and brought to the site of work for incorporation in the subject work and signed with date before allowing payment for these materials through RAR.

(e) Payment for the materials shall neither be made in the RARs nor will these be allowed for incorporation in the work unless documents as stated above are produced by the contractor and are verified by the Engineer-in-Charge/GE. In case of any disputes on account of above CWE’s decision shall be final and binding.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 127

PARTICULAR SPECIFICATIONS (CONTD…) 1.7 STANDARD OF WORKMANSHIP :-

To determine the acceptable standard of workmanship and of fittings, wiring etc, the GE shall order the contractor to execute certain typical portion of work (different trades) and services sufficiently in advance of other work in one portion of the building. These shall be executed and completed under the close supervision of the Engineer-in-charge and shall be got approved from GE. On approval by the GE of such items, these items shall signed and/or suitably identified by the GE and labeled as guiding samples. The record of such inspection and passing of each stage of these samples shall be recorded by GE under his dated signatures. Work on such sample/portion of the building shall be progressed well ahead (minimum two stages ahead) of other portions of the building. Approved finishes/workmanship shall be followed in the work as a whole.

1.8 MAKING GOOD

The contractor shall cut, leave or form holes, recesses, chases etc, in concrete, brick work, walls, ceilings, floors and in any other situations as required or as directed by the Engineer-in-Charge and make good in cement and sand mortar (1:3)/PCC (1:2:4) type Bo as decided by Engineer-in-Charge and finish to match the adjoining surfaces.

1.9 SCOPE OF WORK

The scope of work under this contract comprises of full, final and entire completion of works under Sch ‘A’, General Summary and as specified in these Particular Specifications, General specifications and as directed by GE.

2. ANTITERMITE REATMENT TO FOUNDATIONS AND GROUND FLOOR :- 2.1 The Antitermite treatment shall be carried out in strict compliance with IS-6313 (Part I to III) of 1981 for pre-construction treatment using chemical chloropyriphgos/Chlordance emulsifiable concerntrate. The chemical used for Anti termite treatment shall be got tested from approved test house/Laboratories. 2.2 The scope of work pertaining to Antitermite treatment shall be restricted to the provision in Para 6.2.1, 6.2.2, 6.2.3, 6.4, 6.5 and 6.6 of IS6313 (Part-II). The provisions of chemical in other paragraphs of the said IS will also apply to the extent they are applicable to the items of works, specified in various Paras of IS mentioned above. The rate of application for different locations shall be as given in respective Paras of IS. 2.3 The contractor shall obtain approval of the GE for the chemical he proposes to use in the work out of those specified in clause 2.10.1 above. A record of chemicals obtained in sealed containers shall be maintained in the measurement book duly signed by Engineer-in-Charge and the contractor. 2.4 The work of antitermite treatment shall be got executed by the contractor through an approval agency (as approved by the CWE) who is a member of PCAI (Pest Control Association of India) holding valid license as per clause 12 of insecticides Act, 1968 and persons employed to do the antitermite treatment shall be qualified as per Rule 10 of the rules framed under Insecticides Rules, 1991. 2.5 With reference to paras 6.2.2 and 6.3 of the IS the contractor shall note that earth filling to be done by him shall be carried out in layers not exceeding 25 cm each, watered and rammed as specified.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 128

PARTICULAR SPECIFICATIONS (CONTD…) 2.6 In order to facilitate the satisfactory fulfillment of guarantee, the following information will be inscribed on buildings mentioned in tender on a plate of 900mmx600mm size prepared by plastering the brick surface with 15mm thick in cement and sand mortar (1:4) at such a place and in such a manner as approved by the GE, Date of expiry of guarantee shall be commenced from the physical date of completion of the buildings as certified by the GE. Antitermite treatment carried out during ___________(Month & Year) Chemical used _____________________________ Agency who executed the work_______________________ Guarantee expires on _____________________ 3. CONCRETE :- 3.1 MATERIALS FOR CONCRETE :-

(i) LIME. Lime shall be eminently hydraulic lime (Class ‘A’) and shall conform to IS : 712 as specified in clause 4.2 of SSR (Part I).

(ii) CEMENT. Cement shall not be issued under Sch ‘B’. The contractor shall procure cement from manufacturer as specified here-in-after. Cement shall be stored in dry a place covered all round and no stacks shall be more than 15 bags high.

(ii) COARSE AGGREGATE. Coarse aggregate shall be crushed stone aggregate and shall conform to specifications given in clause 4.4 on Srl Page 52 of SSR (Part I). However in case of controlled quality concrete the provisions made in IS-456 shall be applicable. Where due to less thickness of concrete the use of 20mm graded is not possible, the aggregate shall be of 12.5mm grading as specified in clause 4.4.7.1 on Srl Page 53 of MES Sch (Part-I) without any price adjustment.

3.2 CEMENT. Cement to be used in all types of works shall be ordinary Portland cement Grade

43 conforming to IS: 8112-1989(Latest Revision) or Portland Pozzollana cement confirming to IS 1489-1991. The Contractor shall procure cement for all sections of Schedule ‘A’ required for this contract as the work proceeds at site.

3.2.1 Cement shall be procured by the contractor from the main producers of cement enumerated as under :-

S.No Company Name Address

1. M/S Cement Manufacturing Company Ltd

Mayur Garden, 2nd Floor, opp-Rajuv Bhawan, GS Road, Guwhati-7810005 Ph-0361-2462215/216/513 Fax- 0361-2462217 Email: [email protected]

2. M/s Ultra tech Cement Ltd ‘B’ Wing 2nd Floor Mahakali Caves Road, Andheri (East), Mumbai-400093 Ph- 022-66917800

3. M/s OCL India Ltd. Rajgangpur, Distt- Sundargarh Orissa, Pin- 770017 Ph-0361-2668504, Fax- 2662131 Website www.calcom.co.in

4. M/s Dalmia Cement (Bharat Ltd)

Dalmiapuram Distt- Truchirappalli, Tamil Nadu-621651

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 129

PARTICULAR SPECIFICATIONS (CONTD…)

S.No Company Name Address

5. M/s Chettinad Cement Corporation Ltd.

4th Floor, Rani Seethai hall Building, 603, Anna Salai Hall, Chennai-600006 Tele No. 044-42951800, Fax No. 044-28291558 Email: [email protected] Website : www.chettinadcement.com

6. M/s Heidelberg cement India Ltd.

9th Floor, Infinity Tower “C” DLF Cyber City, Gurgaon, Haryana-122002 Ph- 0124-4503700 Fax-0124-4147698

7. M/s My Home Industries Ltd.

9th Floor, Block-3, My Home Hub, Madhapur, Hyderabad-500081 Ph-040-66929696 Fax-040-66929797/98

8. M/S Parasakti Cements Ltd. 123/3RT, Plot # 8-3-214/21 Srinivasa Nagar Colony (West) Hyderabad-500038 Tel-040-44119100/200 Fax- 040-23747562

9. M/S Zuari Cement Ltd No. 6 MC Nichols Road Chetpet Chennai-600031 Ph- 044-28363958, 28365047

10. M/s Toshali Cements Pvt. Ltd.

123/3RT 2nd Floor, Sanjeeva Reddy Nagar, Hyderabad-500038 Ph- 0402300675 Corporate office; 9-14-13, CBM compound, near mehar apartments, Visakhapatnam- 530003

11. M/S Saifco cement Pvt Ltd Opposite Post Office, Batwara Srinagar-190004 (J&K) Ph-01942466061

12. M/S Prism cement Ltd 3/113, Vivek Khand, Gomti Nagar Lucknow-226010 Ph-05222396847/2397589

13. M/s Shree Guru Kripa Cement Pvt. Ltd.

4/4 Trikuta Nagar Jammu Ph-0191-2472043

14. M/S barak Valley Cements Ltd

Debendra Nagar Badarpur Ghat Distt Karimganj Assam-788803 Ph-03845269258

15. M/S Dhruv Industrial Company Ltd

49/27 Sinha Market General Ganj Kanpur-208001

16. M/s Ultra Tech Cement ‘B’ Wing 2nd Floor Mahakali Caves Road, Andheri (East), Mumbai-400093

17. Madras Cement Auras Corporate Centre, 98-A, Dr. Radhakrishnan Salai, Mylapora, Chennai-600004 Ph-044-28478666

18. Saurashtra Cement Gala No. A-1, Ground Floor, Udhyog Sadan No 3 MIDC, Central Road, Andherei (East), Mumbai-400093 Ph-022-32955557/67, Mob : 9320290081

19. Lafarge cement (Lafarge India Pvt. Ltd.)

Crescenozo, 1004, B-Wing, 10th Floor C-38/39, G Block, Bandra Kurla Complex, Bandra (East), Mumbai-400051

20. The Associated cement Companies Ltd.

414-421, Splendor Forum (4th Floor), 3, Distt Centre, Jasola, New Delhi-110044 Ph-011-46583600

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 130

PARTICULAR SPECIFICATIONS (CONTD…)

S.No Company Name Address

21. Grasim Industries Ltd. Birlagram, Nagda, Madhya Pradesh, Pin-456331 Ph-07366246760/246766

22. The India Cement Dhun Building, 827, Anna Salai, Chennai-600002

23. Andhra Cement Ltd Durga Cement Works Durgapuram, Dechepalli Guntur, Andhra Pradesh, Pin-522414 Ph-0863257429

24. Century Cements Industry House, 159 Chruch gate Reclamation, Mumbai-400020 Ph-022-22023936

25. Binani Cements Ltd. Mercantile Chambers, 12 J.N Heredia Marg, Ballard Estate, Mumbai-400001 022-22690506/10

26. Mangalam Cement Ltd. PO Adityanagar, Morak, Distt-Kota, Rajasthan-326520 Mob-9351468076

27. Birla Corporation Ltd Birla Building (3rd & 4th Floor) 9/1 R.N Mukherjee Road Kolkata-700001 Ph-033-30573700

28. Orient Cement 5-9-22/57/D, 2nd and 3rd Floor, GP Birla Centre, Adarsh Nagar, Hyderabad-500063 Ph-04423688600

29. Shree Cement Bangur Nagar, Beawar, Distt-Ajmer, Rajasthan-305901 Ph-01462228101/06

30. JK Cement

31. JK Lakshmi Cement Ltd Jaykaypuram, Dist-Sirohi, Rajashthan Ph-02971 244409/10

32 Jaypee Rewa Cement

33 Ambuja Cement Ltd. Kodinar, PO-Ambujanagar, Taluka-Kodinar, Distt-Junagadh, Gujrat-362715 Ph-02795237000

34 M/S Calcom Cement India Ltd (NE Region only)

Silpukhuri South Bank Guwahati, Assam Pin-781003 Ph-03612668504 Fax-2662131, Web :- www.calcom.co.in

35 M/S Trumboo Industries Pvt. Ltd (only for J & K area)

50, Sanat Nagar, Near Industrail Area, Srinagar Pin-190005(J&K) Tele 01942439979 Fax- 01942440001 Email – [email protected]

36 M/s Shree Digvijay Cement Co. Ltd. ( For Gujrat area only)

2nd Floor< Amola Chambers, CG, Road, Navrangpuram. Ahamabad-380006 Ph-07930084670

37 M/S Cement Corporation of India Ltd. (For AP & Adjoining states only)

PO-CCI Tandur, Distt-Ranga Reddy, Andhra Pradesh-501158 Ph-08411247240

38 M/s Cemtac Cement Pvt Ltd (For J&K region only)

Head office Lake wood Plaza, (Near Petrol Pump) Nawgam, Srinagar 190015 (J&K) Ph-01942431500

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 131

PARTICULAR SPECIFICATIONS (CONTD…)

S.No Company Name Address

39 M/S Meghalaya Cements Ltd. (For Eastern Region only)

Lohai House, MG Road, factory Bazar, Guwahati-781001 Tel – 0361-260367/671

40 M/s Narayan Kar & Associates Pvt. Ltd. (For North-Eastern region only)

Badhjungnagar Ind Growth Centre, P.O Kheyerpur-799008 Ph-03812514927/4786

41 Star Cement Manghalaya (to be used in CE Shillong Zone & CE (AF) Shilong area only)

Lumshnong, PO-khaliehriat, Distt-Jantia Hills, Meghalaya Ph-03655278215/16/18

42 J & K Cement Corp, Kathua (For J&K Northern Command only)

43 Shiva Industries, Kathua (For J&K Northern Command only)

The particulars of the manufacturer/supplier of cement alongwith the date of manufacture shall be produced by the contractor for every lot of cement separately. The documents in support of the purchases of cement shall be produced before the Engineer-in-Charge for verification by the GE.

3.2.1.1 The following conditions shall have to be satisfied before PPC can be allowed to be used in the work :-

(a) PPC should meet the strength criteria as per IS-8112-1989.

(b) The minimum period before striking off formwork while using PPC shall be as given in PS Clause 3.8 hereinafter.

(c) In cold climate regions where temperature is lower than 15 o C only OPC shall be used.

(d) Mixing of OPC & PPC shall not be allowed in a work. However with the strict control of ground executives different buildings can have different types of cement.

(e) While procuring PPC, the following requirements are to be ensured and certificate to the effect is to be obtained by the contractor for each batch from the manufacturer and the same shall be submitted to the GE for approval to procure PPC.

(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 cement.

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

(iv) The fly ash received from thermal power plants using high temperature

combustion above 1000oC should be used.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 132

PARTICULAR SPECIFICATIONS (CONTD…) 3.2.2 TESTING :-

The contractor shall submit the manufacturer’s test certificate in original alongwith the Test Sheet giving the result of each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, duly signed by the manufacturer with each consignment clearly bringing out lot No. The Engineer-in-Charge shall record these details in the Cement Supply & Acceptance register as given in Appx ‘E’ here-in-after after due verification. The GE shall also organize independent testing of random samples of cement (both physical and chemical properties) drawn from various lots for each consignment to cement brought out by the contractor before incorporation in the work from the National Test House, SEMT, Regional Research Laboratories, Government approved laboratories, as per IS : 3535 (Method of sampling Hydraulic cement), IS : 4031 (Method of physical test for Hydraulic Cement) and IS : 4032 (Method of chemical analysis of Hydraulic cement.)

3.2.3 Following mandatory tests shall be carried out for cement procured by the Contractor:-

(i) Initial and final setting time.

(ii) Soundness test.

(iii) Compressive strength test at 3, 7 & 28 days as specified in relevant IS Code. 3.2.4 The cement shall conform to chemical requirements and physical requirements as specified in

respective IS. The tests carried out as per provisions of IS codes specified herein before shall be the criteria for acceptance of cement by Engineer-in-Charge. If samples from a lot/lots are not within the acceptance limits of Indian standard the lot/lots shall be rejected without any claims or compensation to the contractor for the lot/lots purchased. The contractor shall replace the lot/lots with the fresh one, which shall be tested again for acceptance. The cost of all tests carried out on cement before acceptance for incorporation in the work shall be borne by the contractor whether the results are acceptable or not.

3.2.5 STORAGE :-

Cement shall be stored over dry platform at least 20cm high in such a manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of storerooms, the stock should be at least 20cm above from floors and 60 cm away from walls in addition to precautions specified in clause 4.3.1 on Srl Page 51 & 52 of SSR (Part-I). Inspections shall be carried out once a day by the Engineer-in-Charge. It shall be ensured by the Engineer-in-Charge that tested and untested cement are segregated and stored separately with distinct identification. The cement godown shall be provided with two locks on each door. The key of one lock at each door shall remain with the Engineer-in-Charge or his representative and that of the other lock with the contractor’s authorized representative at site of works so that cement is removed from the godown only according to daily requirement with the knowledge of both the parties.

3.2.6 DOCUMENTATION :-

The contractor shall submit original vouchers from the supplier for the total quantity of cement supplied under each consignment to be incorporated in the work. All consignments received at the work site shall be inspected by GE alongwith the relevant documents before acceptance. The original vouchers and the Test Certificates shall be defaced by the Engineer-in Charge and kept on record in the office of GE duly authenticated and with cross-reference to the control number in the cement Supply & Acceptance Register. The cement supply & Acceptance Register will be signed by Supdt B/R Gde-I/JE (Civil), Engineer-in-Charge, GE and the Contractor. The Accepting Officer may order a Board of Officers for random check of cement and verification of connected documents. The entire quantity of all types cement shall also be suitably recorded in the Measurement Book for record purpose not to be abstracted before incorporation in the work and shall be signed by the Engineer-in-Charge and the contractor.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 133

PARTICULAR SPECIFICATIONS (CONTD…) 3.2.7 SCHEDULING OF SUPPLY :-

Schedule of procurement of cement shall be finalized by the contractor with GE and shall be incorporated in the CPM chart so that procurement is in accordance with the progress contemplated in the CPM prepared. The complete requirement of cement shall be worked out before making any RAR payment and procurement of cement by the contractor shall be completed sufficiently in advance of the execution of work.

3.2.8 FINE AGGREGATE (SAND) :-

Fine aggregate for all concrete work shall be Badarpur sand and /or Ghaggar river sand (from near Chandigarh area or any other Sand) conforming to samples, complying with the requirement as specified in clause 4.4.7 (2) for grading zone I of SSR (Part I). Sand in the Zone-II grading may also be permitted provided mix design is done and the requisite strength of the concrete is achieved.

Note :- Wherever Badarpur sand has been specified in the tender documents, the Contractor shall be permitted to use Ghaggar sand (from near Chandigarh area) at his own cost, if he so desire due to inadequate supply/non availability of Badarpur Sand. No price adjustment shall be made on this account. Sample of sand shall however, be got approved from the GE before incorporation in the work. Other provisions in the respective clauses shall remain unchanged.

3.3 All mixes of concrete and mortar mentioned in this tender document shall be by volume except design mix concrete conforming to IS-456 for which all the ingredients are proportioned and mixed by weight. 3.4 MIX OF CEMENT CONCRETE 3.5.1 MIXING OF CONCRETE :-

The contractor shall use power driven mechanical concrete mixer of adequate capacity with hopper of approved type of mixing. The coarse and fine aggregate for mixing of cement concrete shall be put in the hopper after measuring the same by weigh batching, the drum shall be loaded with about the half of the coarse aggregate, then with the fine aggregate, then with the cement and finally with remaining coarse aggregate at the top. Water shall be added immediately before the rotation of the drum is started. The period of mixing shall be not less than 2 minutes after adding all the materials in drum and shall continue till the resulting concrete is uniform in appearance.

3.5.2 SAMPLING AND ACCEPTANCE CRITERIA FOR CONCRETE :-

The criteria for sampling and acceptance of the concrete shall be as per Para 15.1 to 16.1 of IS-456 (Code of practice for plain and reinforced concrete). The minimum frequency for the work tests shall be as specified therein and as specified here in after.

3.5.3 PACKING AND TRANSPORTATION OF SAMPLES :-

The Contractor must, at his own expenses, properly pack the samples. The Contractor shall bear the cost of transportation of the samples required to be tested from site of work to the laboratory of Chief Engineer Delhi Zone or any other laboratory.

3.6 TESTS :-

The following tests shall be carried out during the execution of work. Tests shall be carried out in accordance with IS-516 and IS-1199. The contractor shall provide all facilities and equipment for casting and curing of test cubes.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 134

PARTICULAR SPECIFICATIONS (CONTD…)

(a) SLUMP TEST:

The frequency of the test shall be decided by the GE. The slump for the vibrated concrete shall be as specified in IS-456. The GE, however, reserves the right to vary the limit which will be ascertained at the time of deciding the mix design for each grade. Any batch from which a slump test is being made shall not be transferred to the places of laying until the slump in excess of the required for the particular batch is not removed from the site.

(b) COMPRESSIVE STRENGTH TEST :

(i) Three cubes shall be tested at 7 days and three at 28 days for crushing and the remaining three cubes shall be kept as reserved exclusively for Govt use for subsequent testing (if so desired by Govt) and preserved for one year from certified date of completion of work under the contract. The contractor cannot object testing of other cubes for the purpose as a matter of right.

(ii) For the purpose of subsequent identification of the work test cubes, the concrete to which these pertains shall be cross referred and record of this maintained and signed by the Engineer-in-Charge and contractor or his authorized representative.

3.7 TRANSPORTING, PLACING, COMPACTION AND CURING :-

(i) It should be as per clause 13 of IS 456. Concrete shall be transported without delay and incorporated in works at the position of laying within 20 minutes from the time of discharge from the mixer. (ii) Mixed concrete shall be deposited in final position and solidly packed around reinforcement, carefully poured and consolidated by means of portable vibrators or mechanically operated and of the kind as suitable for a particular situation as directed by the GE. Care shall be exercised that no voids or honey comb pockets are formed. The concrete shall not be laid in position for more than 1 metre in height in one concrete operation. The compaction of concrete in RCC roof and floor slabs shall be done with plate vibrators.

(iii) Exposed surfaces of concrete shall be kept continuously in a damp or wet Condition by ponding or by covering with a layer of sack, canvas, Lenin and kept constantly wet for at least 14 days. The concrete shall be protected from premature drying for at least 8 days after pouring and shall be cured as directed by the Engineer-in-Charge for a period of not less than 14 days.

3.8 CURING AND MINIMUM PERIOD FOR STRIKING OF FORM WORK WITH POZZOLANA CEMENT

USED :-

3.8.1 Where pozzolana cement is used for RCC works in various locations, the minimum period for curing and striking off form work shall be as under in lieu of that specified in clause 4.11.6.3 of MES Schedule Part-I :-

(a) Curing :- Structural RCC work, PCC work, Plastering etc. : 14 days (b) Striking off form Work Walls, columns and vertical sides of beams-3 to 4 days (c) Slabs (Props left under) : 8 days (d) Beams soffits (Props left under) : 9 days

(e) Removal of props to slab/beam :- (i) Spanning upto 6 M span : 16 days (ii) Spanning beyond 6 M span : 22 days

(f) For cantilever portion of slab form work with support shall be retained until the completion of the casting of the entire frame work of the building.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 135

PARTICULAR SPECIFICATIONS (CONTD…) 3.8.2 In case of bad weather, periods mentioned above may be revised at the discretion of the Engineer-in-charge. The contractor shall be deemed to have considered the above provision before tendering and quote lump sum accordingly. No claim will be entertained if longer periods required for striking off form work and curing and all such effected matters is looked into upon the use of pozzolana cement as a result being issued to the contractor in full or in part or for bad weather.

3.8.3. Curing shall be carried out using pump of suitable capacity at no extra cost to the Govt. all as directed by Engineer-in-Charge. 3.9 FORM WORK 3.9.1 Formwork shall comply with the requirement specified in Para 11 of IS-456 & IS 14687. Use of deformed and dented steel sheets shall not be permitted for use as form work. 3.9.2 All formwork including props shall be of Steel of adequate strength. Props shall be adjustable type, to avoid slant props. However, the form work to be used for surfaces specified in these specifications to be plastered shall be such that after application of the specified thickness, fair finished surface is achieved as specified herein. The contractor may at his discretion use timber or steel or ply wood form work for which no price adjustment will be admissible & in such cases he will have to properly roughen the concrete surfaces for receiving plaster finish. Wall thickness shall not be made use of as formwork. Wall shall be built after the columns are cast. In the event of deviation, rates in MES Sch for clean sawn form work will be applicable. In this connection also refer to clause 14.14.3 of SSR (Part I). In case of bad weather stripping time for form work as specified may be increased as directed by Engineer-in-charge without additional payment to contractor. 3.10 CONCRETE SURFACING :- 3.10.1 Exposed surfaces of all RCC work such as soffit of roof/floor slab, sides & bottom of beams,

lintels, seismic bands shelves & RCC railing /parapets etc unless otherwise specified herein after in particular specifications shall be provided with a coat of 5mm thick plaster in cement and sand mortar (1:3) finished even and smooth. In case this thickness of plaster exceeds 5mm at places due to local unevenness, no extra payment is admissible. The exposed surfaces of columns, beams, lintels and the like coming in conjunction with plastered surfaces shall be plastered as specified in plastering section. The term exposed surfaces does not include the surfaces hidden under earth filling etc, and in such cases irregularities, protruding form work marks shall be removed and air holes, if any, shall be stopped with cement and sand mortar (1:3). Cost of above provisions shall be deemed to be included in the Contractor’s quoted rates.

3.11 CONCRETING UNDER SPECIAL CONDITIONS :-

3.11.1 During hot or cold weather the concreting should be done as per the procedure set out in IS 7861 Part-I & II. 4. COMMON BURNT CLAY BUILDING BRICKS :-

4.1 MATERIALS

Common Burnt Clay Building Bricks shall be confirming to the requirements laid down in IS 1077-1986 and shall be of size 230 x 115 x 75 mm, having minimum compressive strength of 75 Kg / Sq cm (Class designation 75), best locally available and shall comply with the requirements as specified.

4.1.1 The brick shall have smooth rectangular faces with sharp corner & slight round edges, and shall be well burnt, uniform in colour, free from cracks, flaws, nodules of lime and emit clear ringing sound when struck.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 136

PARTICULAR SPECIFICATIONS (CONTD…)

4.1.2 Sampling and tests. Samples of bricks shall be subjected to the following tests.

(a) Dimensional tolerance. (b) Water absorption.

(c) Efflorescence. (d) Compressive strength.

4.1.3 Sampling .for carrying out the above tests, shall be done as per IS: 5454 at random according to the size of lot given in Table 1 below. The sample thus taken shall be stored in a dry place until tests are made.

4.1.4 Samples shall be taken as per details given below:-

(a) Sampling from a stack. The brick stack, shall be divided in to a number of real or imaginary sections and the required number of bricks drawn from each section. Sampling from trucks shall be as per IS: 5454.Scale of sampling and criteria for conformity for visual and dimensional characteristics:-

No. of bricks in a lot

For characteristics specified for individual bricks No. of bricks to be selected for dimensional characteristics No. of bricks to be

selected Permissible no. of defective in the sample

2001-10000 20 1 40 10000-35000 32 2 60 35001-50000 50 3 80

(b) VISUAL CHARACTERISTICS.

The number of bricks to be selected from a lot and shall be in accordance of Col. 1 & 2 of Table for visual characteristics in all cases and dimensional characteristics if specified for individual bricks. All the bricks selected above in accordance with col. 1 & 2 of Table shall be examined for visual characteristics as specified in col 2. If the number of defective bricks found in the sample is less than or equal to the corresponding number as specified in col. 3 of table , the lot shall be considered as satisfying the requirements of visual characteristics, otherwise the lot shall be deemed as not having met the visual requirements. (c) DIMENSIONAL CHARACTERISTICS. The number of bricks to be selected for inspecting the dimensions and tolerance shall be in accordance with col. 1 & 4 of Table 1. These bricks will be divided into groups of 20 bricks thus formed will be tested as per IS: 1077 for all the dimensions and tolerance as given below :- (i) Type of bricks – Non modular bricks (ii) Nominal size _ 230X114X75mm (iii) Actual size – 230X111X70 mm (iv) Dimensional for group of 20 bricks :-

Length 442 to 478 cm (460 ± 18 cm) Width 213 to 231 cm (222 ± 9 cm) Height 134 to 146 cm (140 ± 6 cm)

A lot shall be considered having found meeting the requirements of dimensions and tolerance if none of groups of bricks inspected fails to meet the specified requirements. (d) Scale of sampling and criteria for physical characteristics shall be as per IS: 5454. The Lot, which has been found satisfactory in respect of visual and dimensional requirements, shall be next tested for physical characteristics like compressive strength, water absorption, and efflorescence.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 137

PARTICULAR SPECIFICATIONS (CONTD…)

4.1.5 The physical requirements of the bricks shall be tested as per IS: 3498 (Part-I to IV). 4.1.6 The bricks shall have physical characteristics as specified here under:-

(a) Water absorption - 20% Max (b) Compressive strength - 75 Kg/CM2 (c) Efflorescence - Nil to Slight sign of efflorescence i.e. 0-10% of

surface area of the brick should show a thin deposit of salt.

4.1.7 A lot shall be considered having satisfied the requirements of physical characteristics if the condition stipulated herein are all satisfied.

(a) The average compressive strength shall satisfy the requirements specified in Para here in before.

(b) The compressive strength of any individual brick tested in sample shall not fall below the minimum average compressive strength specified for the corresponding class of brick by more than 20 %.

(c) Average water absorption shall be as specified in Para here in before.

(d) The Number of bricks failing to satisfy the requirements of the efflorescence specified in Para here in before should not be more than the permissible in IS: 5454.

4.1.8 Handling and storage of bricks shall be as per Clause 5.6.9 of SSR Part-1. 4.1.9 The general quality of brick shall be as per Clause. 5.6.5 Part I.

5. WOOD WORK (CARPENTERS WORK) :-

5.1 The timber to be used in various situations (except flush shutters, veneered particleboards block board timber for formwork) unless otherwise specified elsewhere in particular specifications shall be as under: - (i) Wooden plugs, cleats, chock stops, draining board etc: IInd class Hardwood (Sal). (ii) All woodwork other than block board veneered particle: IInd class Hardwood board, plywood and as mentioned above. (iii) Any other woodwork not mentioned above/elsewhere : IInd Class Hardwood (Sal). 5.2 Maximum permissible moisture content in timber used for various purposes is 14%. The contractor shall get the timber (except that required for temporary use such as formwork etc kiln seasoned to ensure that permissible moisture content is not exceeded. 5.3 No price adjustment will be made either to the unit rates quoted against respective Items of Schedule ‘A’ Section I or while pricing any deviation on account of kiln seasoning as specified here in before, as this element is deemed to be included in the rates. 5.4 SURFACE FINISH :-

Exposed faces of carpenters work shall be wrought except surfaces buried or in contract with concrete/ brickwork etc which shall be left clean sawn. 5.5 TOLERANCE :-

Tolerance up to 1.5mm for each wrought face for carpenter work shall be allowed except for fillets, beads and wooden shutters, which should be of specified thickness/size.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 138

PARTICULAR SPECIFICATIONS (CONTD…)

5.6 PLY WOOD :-

Plywood shall comply with IS- 303 and shall be BWP superior grade and shall be as specified. The bonding shall be done with phenol formaldehyde synthetic resine. 5.7. VENERED PARTICLE BOARD :-

Veneered particle board shall be of exterior grade, solid core three layered flat pressed teak wood particle board with commercial veneered facing on both sides and bonded with BWP type phenol formaldehyde synthetic resin and shall conform to IS-3097. Thickness of veneered particleboard shall be 19mm/12mm thickness as indicated in Sch ‘A’. Edges of all particleboards shall be sealed with lipping/beading as directed by the Engineer-in-Charge.

5.8. PRELAMINATED PARTICLE BOARD :-

Pre-laminated Particle Board shall be melamine faced both sides, three layered, flat pressed, exterior grade bonded with phenol formaldehyde synthetic resin. The board shall be grade-I, Type-I, conforming to IS-12823 –1990 and shall be ISI marked. Shade shall be as approved by GE.

5.9. JOINERY 5.9.1 TIMBER FOR JOINERY :- 5.9.2 All shutters shall be factory made and shall be 35mm thick as indicated in Sch ‘A’ and as

specified herein after. All painting work including priming coat shall be applied after obtaining approval of unfinished shutter procured from factory and brought at site.

5.9.3 All other timber required for joiners work not mentioned above or elsewhere in particular specifications shall be Ist Class Hard wood (Well seasoned (Teak wood). 5.9.4 For seasoning of timber for Joiners work refer Clause 5.3 here in before. 5.9.5 Provision of clause 5.2 regarding moisture contents shall equally apply to timber for factory made shutters. 5.10 PANELLED, GLAZED AND GAUZED SHUTTER :-

5.10.1 Refer to Para 8.16.8 of MES Schedule Part I. All paneled and glazed/wire gauzed shutters for doors shall be 35 mm thick factory made conforming to IS : 1003 (Part-I) manufactured from well selected kiln seasoned chemically treated for anti-termite second class hard wood with frame (except Mango). The panel inserts shall be 12 mm thick exterior grade wood veneered particle board as specified in Para 8.8 of MES Schedule Part I and shutters shall be of approved make as per Appendix ‘D’. Shisham wood may be used by the contractor in styles and rails of doors without any price adjustment.

5.10.2 The shutters shall be conforming to IS but dimensions of various parts of joinery as directed and

will supersede those stipulated in para 8-20 on page 8-5 of SSR Part I and respective IS. In case of deviations for factory made paneled/gauzed and glazed shutters, rates given in SSR- 2010 for wooden paneled, skeleton shutters shall apply irrespective of type of panels used. Cost of testing, transportation & materials used in testing for paneled shutters shall be borne by the contractor and not extra claim what so ever shall be admissible whether the results are acceptable or not. The GE shall organize testing at frequency as laid down in IS `1003 from CBRI Roorkee/Nation Test House/IIT Kanpur/Regional Research Lab for each lot at random from samples of doors brought out by the contractor before making this payment or incorporating in the work.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 139

PARTICULAR SPECIFICATIONS (CONTD…)

5.11 FLUSH SHUTTERS :-

Flush shutters shall have teak wood edging/lipping conforming to IS-2202 Part- I. Wherever block board shutters are specified provide flush shutters as specified above with the same thickness of block board. Thickness of flush shutters shall be 35 mm unless otherwise indicated. The flush shutters shall be non-decorative commercial type, ISI marked. The makes of flush shutters shall be got approved from the Accepting Officer.

5.12 TOLERRANCE AND WIDTH OF BOARDS :-

Frames (styles, rails etc) for glazed and gauzed shutters shall be out of one plank upto 230mm width, Boards exceeding 230mm width shall be out of one plank or shall be in two equal planks with a central tongued and grooved joint.

5.13 TREATMENT WITH CHLOROPYRIPHOS/ CHLORDANE :-

5.13.1. All woodwork and joinery except plywood, veneered particle boards and timber formwork shall be given treatment with Chloropyriphos/chlordane. The quantity of Chloropyriphos/Chlordane to be used and method of application shall be as given in clause here in after. The cost of Chloropyriphos/Chlordane treatment specified in the clause shall be deemed to be included in the unit rates of respective items of Sch ’A’ Section I.

5.13.2 The components of joinery and wood work as mentioned in clause above before their

assembling, shall be dipped completely in solution of Chloropyriphos/Chlordane and Kerosene oil in the proportion as mentioned in the relevant IS for at least one hour.

5.13.3 After the operation as specified in clause above the components of the aforesaid joinery and wood work shall be assembled as required, plaining and sand papering done if required, at any portion of the surface, a coat of the solution mentioned in above shall be properly applied with brush on the assembled surfaces of joinery and wood work. 5.14. BUILDERS HARDWARE FITTINGS :-

5.14.1 Iron mongery (Hardware fittings) shall ISI marked or shall be of approved make and as specified here in after. All iron mongery and hardware fittings, (except hinges & other than those required for steel window/vents) shall be of aluminum alloy/anodised or as directed. All fittings (aluminum alloy anodised) shall be ISI marked and as approved by GE. All screws shall be of cadmium plated steel. 5.14.2 The dia of conduit pipe in Cupboards shall be 19/20 mm and thickness shall not be less than 1.0mm. 5.14.3 Hinges shall be as described below: - 5.14.3.1 Butt hinges shall be cold rolled pressed mild steel ISI marked (IS-1341) and shall be medium weight. Hinges for steel windows shall be box type and as specified in clause 10.25.3 of SSR Part I. 5.14.3.2 Single action spring hinges of mild steel with steel wire spring enameled black of size 110mm, ISI marked shall be provided to wire gauge shutters in lieu of butt hinges. Helical door springs are not required to be provided to wire gauge shutters. 5.14.3.3 Hinges shall be fixed to wood and wood based members with CP steel screws. Hinges shall be welded to mild steel frames.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 140

PARTICULAR SPECIFICATIONS (CONTD…) 5.14.4 Mild steel pressed handle shall be ISI marked {IS-208 (Revised)}. Mild steel handles shall be pressed oval type with 32mmx 3mm plate. The handles for steel windows shall be steel heavy duty mounted on steel plate and shall have a two point nose which shall engage with steel striking plate on the fixed frame and all as specified in clause 10.25.4 of SSR Part I. 5.14.5 Mild steel sliding bolts (aldrop bolts) stove enameled black shall be ISI marked (IS-281). 5.14.6 Tower bolt shall be barrel tower bolt, ISI marked (IS-204). However, the diameter of the bolts shall be 10mm. 5.14.7 Double action spring hinges shall be of mild steel with steel wire spring stove enameled and shall be ISI marked (IS-453). 5.14.8 Hasps and staples shall be ISI Marked (IS-363). These shall be anodized aluminium safety type, including bolt to hinge plate and fixed with chromium plated steel screws. 5.14.9 Flush bolt shall comply with IS-5187. It shall be type 2, aluminum with cast aluminum alloy or extruded aluminum alloy body and plate & extruded aluminum alloy bolt and steel strip spring. 5.14.10 The tie hanger in cupboards shall be of aluminum anodized conduit pipe of 10mm internal diameter, 300mm long with standard aluminum anodized brackets as approved by GE. Wall thickness of aluminum conduit shall not be less than 1mm. Note :- (1) All aluminum anodized fittings shall conform to relevant IS and approved by the GE. (2) All stainless steel fittings shall be of Ae-SI-316 grade conforming to relevant IS & as approved by the GE 5.14.11 19mm dia mild steel conduit pipe (1.6 mm wall thickness) with appropriate socket shall be stove enameled black japan externally and shall be provided. 5.14.12 Aluminum knobs shall be of 29mm to 40mm diameter of anodized aluminum alloy fixed with steel nuts, screws & washer. 5.14.13 Aluminum alloy (anodized) aldrop bolts (Sliding bolts) shall be ISI marked (IS-2681). 5.14.14 Rubber stopper shall be vulcanized rubber 50mm dia and shall be fixed to bottom rail of door shutter with steel screws as directed by Engineer-in-charge. 5.14.15 Ball catch spring shall be of brass heavy duty complying with the requirement of IS-8756. 5.14.16 Hook and eye shall be of mild steel chromium plated type 2 and of standard size. 6. STEEL AND IRON WORK 6.1 The entire steel required for incorporation in the work shall be arranged by the contractor and

shall comply with the requirement of following specifications:-

(a) REINFORCEMENT STEEL : High strength deformed steel bars produced by Thermo Mechanical Treatment process (TMT) steel bars of Grade Fe 500 (D) meeting all other requirements of IS-1786-2008. The procurement shall be done as per procedure given below.

(b) STRUCTURAL STEEL:- Standard quality : Fe-410-S Conforming to IS- 2062,

Structural Steel Tube shall be YST-310 grade.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 141

PARTICULAR SPECIFICATIONS (CONTD…) (c) HOLD FASTS, GRILLS ETC & OTHER THAN STRUCTURAL: Fe-310-0 conforming to IS –1977

(d) GALVANISED SHEETS PLAIN OR CORRUGATED : Conforming to IS -227.

(e) FABRIC REINFORCEMENT FOR CONCRETE : Conforming to IS- 1566. Wire fabric for General use, window Grills, etc shall be conforming to IS-4948 and all as per MES Sch Part-I clause 10.33

6.2 PROCUREMENT 6.2.1 REINFORCEMENT STEEL :- TMT Reinforcement steel shall be procured by the contractor directly

from main producers enumerated as under :-

Ser No

Firm Name & Address Size/Dia and Type

1 Steel Authority of India Ltd. Central Marketing Organisation, Northern Region, 17th Floor, scope Minar, Laxmi Nagar Distt Centre, Delhi-110092

For all types & dia of TMT bars

2 Tata Iron & Steel company (TISCO, or Tata Steel) Bombay House, 2,4 Homi Modi Street, Mumbai-400001, India Tel : (9122) 2049131, Fax : (9122) 2049522, 287,840 Email : [email protected]

-do-

3 Rashtriya Ispat Nigam Ltd. (RINL) Visakhapatnam Steel Plant, Visakhapatnam-530031, India Tel : (91891)518226, 518376, Fax : (91891) 518316 Email: [email protected]

-do-

4 M/S SRMB Srijan Ltd. Srmb House, ;7, khetra das lane, Kolkata-700012 Tel : 033-66006600, Fax : 033-2211 0483

Fe 500, Fe 500 D, Fe 550 & Fe 550 D TMT bars (8mm to 32mm)

5 M/S Jindal Steels and Power Ltd. Plot No 2, Sector 32, Gurgaon-122001, Haryana Tel : +91 1662 222471-84, Fax : +91 1662 220476

Fe 500, Fe 500D, Fe 550 & Fe 550D TMT bars

6 M/S Steel Exchange India Ltd. My home Laxminivas, Apartments, Ameerpet, Hyderabad-500016, A.P. Tel : 040-23403725, Fax : 040-23413267 [email protected]

Fe 500 & Fe 500D (Simhadri TMT Rebars)

7 M/S Jai Balaji Industries Ltd. 1401-1402 Nirmal Tower, 14th floor, 26, Barakhamba Road, New Delhi-110001 Ph-033-22489808/22488173, Fax : 033-22430021/22426263 [email protected]

Fe 500 & Fe 500D TMT Rebars

8 M/S SPS Steel Rolling Mills Ltd. 68, Ballygunge Circular Road, Kolkata-700019 Ph-033-2895160/67, Fax-033-22894386 [email protected]

Fe 500, Fe 550 & Fe 500D (ELEGANT TMT Rebars)

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 142

PARTICULAR SPECIFICATIONS (CONTD…)

Ser No

Firm Name & Address Size/Dia and Type

9 M/S Shyam Steel Industries Ltd. Shyam Towers EN-32, Sector-V, Salt Lake, Kolkata-700091 Tel : 033-40074007, Fax-033-40074010, [email protected]

Fe 500 & Fe 500D TMT Rebars

10 M/S Concast Steel & Power Ltd, Kolkata 21, Hemant Basu Sarani Suit Nos-511 & 512, 5th Floor, Kolkata-700001 Phone : 91-33-2213 0481-87

Fe 500 (8mm to 32mm)

11 M/S Adhunik metaliks Ltd., ORRISAZ Lansdowne Towers, 2/1A Sarat Bose Road, Kolkata-700020

Fe 500 & Fe 500D (8mm to 32mm)

12 M/S Shri Bajrang Power & Ispat Ltd, Raipur, Chhatisgarh, Vill : Borjhara, Urla Industrial Area, Raipur-493221, Chhatisgarh Tele : 0771 4288019/29/39

Fe 500 & Fe 500D (8mm to 32mm)

13 M/S JSW Steel Ltd, Karnataka Jindal Mansion, 5A Dr G Deshmukh Marg Mumbai-400026

Fe 500, 500D & CRS steel bars (8mm to 40mm)

14 M/S Electrosteel Steels Ltd, Bokaro, Jharkhand. GK Tower, 2nd & 3rd Floor, 19 Camac Street, Kolkata, WB-700017 Board No : 91-33-2283-9990

Fe 500D (10mm to 32mm)

15 M/S Jindal Steels and power Ltd. (for structural steel). Plot No 2, Sector-32, Gurgaon-122001, Haryana Tele : 0124 661 2000, Fax : 0124 661 2125 Website : www.jindalsteelpower.com

(for structural Steel) Angle, Beam, Column, Channel & Plates

6.2.2 STRUCTURAL STEEL :

Structural steel sections of all sizes shall be procured directly from main producers SAIL or TISCO or RINL only. In case of non-availability of Structural Steel sections of any size with any of the main producers ie SAIL, TISCO or RINL (non-availability produced duly signed by auth reps of each main producers i.e SAIL, TISCO and RINL) the same can be procured from approved secondary producers who manufacture structural steel out of ISI marked billets and are having BIS certification / ISI Marking on their products at the option of contractor with minus price adjustment of 5% (five Percent) of “Supply only” SSR rate of Structural Steel adjusted by quoted percentage by Contractor for Schedule / percentage inserted by MES for Deviation purpose as per Contract Agreement. In case of item rate quoted by the Contractor the minus adjustment shall be 5% (five percent) of the quoted rate by the Contractor of Structural Steel. In case the desired section of Structural Steel is not rolled/manufactured by main producers i.e.SAIL, TISCO & RINL, there shall be no price adjustment in use of Structural Steel procured from approved Secondary producers.

6.2.3 GALVANISED STEEL SHEETS & FABRIC REINFORCEMENT OF CONCRETE :

These shall be Procured directly from main producers. Testing provisions are given here in after in these particular specifications.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 143

PARTICULAR SPECIFICATIONS (CONTD…)

6.3 Contractor shall have to check from GE as to whether the proposed secondary producer is approved by the Deptt. or not. No claim whatsoever shall be entertained in case proposed secondary producer is rejected due to non approval of Deptt.

6.4 Structural steel, Galvanised steel sheets and Fabric reinforcement for concrete may be

procured from authorized dealers of main producers in case total requirement of structural steel / Galvanised steel sheets / Fabric reinforcement for concrete is less than 05 Tonnes.

6.5 Steel sections for railings, gates, fencing. Guard bars, grills , steel chowkhats , hold fasts etc.

which do not constitute structural members, may be procured from main producers / secondary producers / BIS marked manufacturers or their authorized dealers at the option of contractor without any price adjustment . Testing of these articles is optional at the discretion of GE.

6.6 The contractor may procure TMT steel from the authorized conversion agents of main

producers provided that the main producers have given such direction in a specific sale / purchase order and they are producing TMT steel using Thermax / Tempcore / EVCON Turbo Technology. In such case the purchase Voucher or cash memo shall be from main producers.

6.7 All finished steel shall be well and clearly rolled to the dimensions, sections and weight

specified. The finished material shall reasonably free from cracks, surface flaws, laminations rough, jagged and imperfect edges and other harmful defects and shall be finished in a workmanlike manner.

6.8 Tolerance in size and weight of reinforcement bars shall be as specified in clause 10.17.14 and clause10.17.5 of MES Sch. (Part-I). 6.9 TESTING OF STEEL :- 6.9.1 The contractor shall submit the manufacturer’s test certificate in original along with test sheet

giving the results of each chemical test as applicable and the chemical composition of steel or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in Steel Supply & Acceptance Register, as given at Appendix ‘F’ after due verification and send a certified true copy of test sheet to GE for record. The CWE/GE shall also organize independent testing of random samples of steel drawn from various lots from National Test House, SEMT Wing CME, Regional Research Labs, Govt. approved Labs, Zonal Labs etc. as per recommended minimum frequency shown in Table below. Samples from each lot should be tested for quality and elongation. The elongation shall not be less than 18%.

Ser No

Nominal size of steel for concrete Reinforcement

Quantity

1. Bars of size less than 10mm 1 sample ( 3 specimen ) for each test for every 25 tonne of steel or part thereof

2. Bars size 10mm to 16mm 1 sample ( 3 specimen ) for each test for every 35 tonne of steel or part thereof

3. Bars size over 16mm 1 sample ( 3 specimen ) for each test for every 45 tonne of steel or part thereof

STRUCTURAL STEEL 4. Tensile Test 1 Test for every 25 tonne of steel or part thereof 5. Bend Test 1 Test for every 10 tonne of steel or part thereof

6.9.2 Independent testing of reinforcement steel by GE is optional at the discretion of GE in case of

procurement of steel from main producers and in case of testing, testing charges shall be borne in accordance with condition 10 A of IAFW-2249. i.e. testing charges shall be born by the Deptt if test results are found in order otherwise these shall be borne by the contractor.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 144

PARTICULAR SPECIFICATIONS (CONTD…)

6.9.3 Independent testing of reinforcement steel by the GE is mandatory in case of procurement of steel from conversion Agents, authorized dealers and testing charges shall be borne by contractor irrespective of outcome of test results.

6.9.4 Independent testing of structural steel by GE is optional at the discretion of GE in case of

procurement of steel from main producers and in case of testing, testing charges shall be borne in accordance with condition 10 A of IAFW-2249. i.e. testing charges shall be borne by the Deptt if test results are found in order otherwise these shall be born by the contractor.

6.9.5 Independent testing of Structural steel by the GE is mandatory in case of procurement of steel

from secondary producers and testing charges shall be borne by contractor irrespective of outcome of test results.

6.9.6 In all cases, the contractor at his own cost shall provide all facilities required for testing and cost

of material consumed in tests and transportation charges shall be borne by contractor. 6.10 DOCUMENTATION :- 6.10.1 The contractor shall produce original purchase vouchers from the manufacturer for the total

quantity of steel supplied under each consignment to be incorporated in the work. The GE along with relevant documents before acceptance shall inspect all the consignments received at the work site. The original purchase vouchers and test certificates shall be defaced by Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference to the control number recorded in the steel acceptance register.

6.10.2 The Steel Supply & Acceptance register shall be signed by JE, Engineer-in-Charge, GE and contractor. The entire quantity of steel be suitably recorded in the measurement book “not to be abstracted” before incorporation in the work and shall be signed by Engineer-in-charge and contractor. 6.11 LIST OF APPROVED SECONDARY PRODUCERS OF STRUCTURAL STEEL :-

S.No Name of Secondary producers

1 M/S Shri Badrinarain Alloy and Steel Ltd. ,95 Stephan House 4 BBD Bag, Kolkata

2 M/S KL Steel Pvt Ltd. , Post Box No 61 , Lal Kuan , Bulandshahr Road Gaziabad UP

3 M/S Pushpak Steel Industries Pvt Ltd, Gate No 119, Alandi Market Road, Dhanore, Tahkhed Pune

4 M/S Shree Parashnath Re-rolling mills Ltd, 4C, Maharshi Devendra Road, 3rd Floor, Kolkatta-700007

5. M/S KL Concast Pvt Ltd, Z-18, Naraina, New Delhi

6 M/S SRMB Udhyog Ltd , 46 BB Galguly street Kolkata

7 M/S Karam Steel Corporation, Nasrali Road, PO Box No.56, Mandi Gobindgarh-147301 (PB)

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 145

PARTICULAR SPECIFICATIONS (CONTD…)

6.12 STEEL IN COILS ETC :-

Any bar of any dia for reinforcement may be procured in round bundles or coils and the cost of straightening the same shall be borne by the contractor. When bars are procured in bundles, the length of each bundle shall be worked out on the basis of unit weight predetermined by the GE by getting suitable length (not less than 3 m) out of each consignment received, getting it straightened, length measured and weighed in presence of contractor’s accredited representative. The said length and the weight shall be recorded from which unit weight (weight per unit length) shall be calculated. The length of bars worked out on the basis of unit weight determined as above shall form the basis for the purpose of calculating quantity of steel used/to be used in work and making payment of materials lying at site. However if the unit weight works out more than the unit weight given in SSR, then unit weight given in SSR shall be followed for computing weight of steel for the purpose of making payment of steel lying at site.

6.13 STORAGE :-

Steel of different sizes shall be stacked separately. For each classification of steel, separate areas shall be earmarked. Steel shall be marked with distinct painting marks for easy identification. All steel shall be so stored that it is always at least 15cm above the GL Steel shall be stored in a manner so as to prevent distortion and corrosion. Any section that has deteriorated and corroded or if considered defective by Engineer-in-Charge shall not be used in the work and shall be removed by the contractor without any extra cost. It will be the responsibility of the contractor to make sure that all possible arrangements are made for the safe custody of the steel. In case of any loss of steel only contractor will be responsible and the loss will/shall be made good without any delay or claim what so ever.

6.14 SCHEDULING AND SUPPLY :-

Schedule of supply of steel shall be finalised by contractor with GE and shall be incorporated in CPM chart so that supply of steel is monitored in a way to avoid any delay in completion of the work. The complete requirement of steel of various sizes will be worked out before making any RAR payment and procurement of steel by the contractor will be completed sufficiently in advance of the date of completion, No extension of time will be considered for non availability of any section of steel.

6.15 Assembly of reinforcement shall be as per clause 12 of IS 456. 6.16 NOMINAL COVER TO REINFORCEMENT

If nominal cover is not shown on drawing, it shall be as under :-

Exposure Nominal cover in mm and less

than **

Slab Wall Beams Colums

Mild 20mm 20mm 20mm 20mm 40mm *

Moderate 30mm 30mm 30mm 30mm 40mm *

* In case of columns of minimum dimension of 200mm or under, whose reinforcing bars do not

exceed 12mm, a nominal cover may be of 25mm. ** For further details refer clause 26.4 of IS 456 of 2000. 6.17 WELDING :-

Welding where directed shall be gas or arc electric welding which shall be at the contractor’s option and as per IS: 816 and IS: 1323 as applicable.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 146

PARTICULAR SPECIFICATIONS (CONTD…) 6.18 PRESSED STEEL WINDOWS / VENTS

6.18.1 Standard pressed steel windows/vents of overall sizes as indicated in Sch’A’. Minor variation in overall sizes to suit the standard practice of the manufacture will however be accepted without any price adjustment. 6.18.2 Pressed Steel windows/vents shall conform to IS-1038 & IS-7452 and shall be procured from

any of the approved firms/manufacturers specified in Appendix ‘D’ here-in-after process of flush butt-welding may be adopted for fabrications. However the contractor is permitted to use electric arc welding in lieu of flash butt welding without any price adjustment. Fixing of steel windows/vents shall be done in accordance with IS-1081. However instead of mastic filling specified in IS, cement and Jamuna sand mortar (1:1) mixed with 5% crude oil by weight of cement can be used. Lugs to steel windows/vents shall be provided as specified in IS. However no lug will be provided in lintels and cills. Sub dividing bars of units shall be tennoned & riveted to the frame. Before fixing, both the steel windows (fly proof and glazed shutter) shall be jointed with spacer bars of 10 mm dia MS bar.

6.18.3 Side hung shutters shall be provided with projecting type/non projecting type steel hinges as

directed. Handle for stay arms and casement stays shall be mild steel stove enameled black japanned. For fly proof shutter the hinges shall also be projected/non projected type steel hinges but the handles shall be of one point type. Hardware fittings/iron mongery for steel windows/vents shall be provided as directed/specified in relevant IS.

6.18.4 Samples for each type of window/vents with complete fittings shall be produced for approvals of the GE. 6.18.5 Manufacturer’s certificate to the effect that their product conforms to IS specifications, shall be produced by the contractor at the time of submitting samples for approval before procurement of bulk quantity of the materials for incorporation in the works. Samples shall be retained in the sample room of the GE till completion of the work. 6.18.6 Steel windows/vents shall be obtained from the firms of which the samples have been approved by the GE. 6.19 PRESSED STEEL CHOWKHATS FOR DOORS

6.19.1 Pressed steel frame Chowkhats where specified to be provided shall be made out of mild steel sheet (PBI) of 1.25 mm thick and shall comply with requirements of IS-4351 of 1976 (specification for steel doors frames). The threshold to the feet of frames shall be provided & PCC (1:3:6) type C-0 shall be filled in the back portion of doors frames completed including providing shock absorbers all as specified in clause 10.27 of SSR (Part-II) and as directed. Steel surfaces shall be painted with 2 coats of synthetic enamel paint over a coat of red oxide primer over prepared surface. To avoid bulging of frame during back fill, 2 Nos flat iron 25 x 3mm horizontal member and 3 Nos each in vertical member to be provided in each frame & shall be 200 mm long. Frames shall be of cold formed section manufactured by standard rolling mills. Pressed steel framed chowkhats shall be factory made from any of the firms as specified in Appendix ‘D’.

6.19.2 Frames of pressed steel chowkhats shall be of cold framed section manufactured by standard

rolling mills. 6.19.3 Pressed steel farmed chowkhats shall be factory made from any of the make as specified in Appendix ‘D’ here-in-after.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 147

PARTICULAR SPECIFICATIONS (CONTD…)

6.20 ALUMINIUM DOORS/ WINDOWS/VENTS/PARTITIONS :

All aluminium sections where shown on schedule shall be as indicated with minimum thickness 50 micron if not mentioned in schedule. Aluminium sections in various locations including sections to be used in false ceiling shall be extruded built up standard tubular and other sections of approved make conforming to IS: 733 and IS:1285, anodised dyed to required shade according to IS: 1868. (Minimum anodic coating of grade AC 15), fixed with rawl plugs and screws or with fixing clips, or with fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC / neoprene felt etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per the directions of Engineer-in-Charge. These shall be of procured from approved manufacturers as specified. Aluminium joinery shall be manufactured out of heavy extruded section.

6.20.1 The size of various components such as frame, styles and rails, beading and other components,

the thickness of aluminium sheet out of which these are fabricated shall be all as per details shown on schedule.

6.20.2 Any variation/deviation from the above shall be provided only after obtaining written approval

from the Accepting Officer. However, the contractor shall note that the variation if found on plus side no extra payment will be admissible and if found on lower side the same will be adjusted through a minus deviation.

6.20.3 The aluminium fittings shall be fitted/fixed all as per manufacturer’s instructions and as

directed by Engineer-in-Charge. 6.20.4 The panels such as Glass panels/Prelaminated particle board panel with decorative lamination

on both sides etc, shall be all as described elsewhere in the specifications. The panels shall be fixed with standard aluminium beading self interlocking type with EDPM rubber gasket.

6.20.5 All screws shall be cadmium plated. EDPM rubber shall be provided for all glazing for giving

cushion to glass. Everite/Hardwyn make floor spring conforming to IS-6315 with set of special brass pivot with weighing capacity up to 130 Kg with stainless steel cover plate of ISI mark shall be provided to the door shutters.

6.20.6 GRILLS FOR ALUMINIUM WINDOWS/VENTS :-

Where shown on schedule aluminium windows/vents shall be provided with aluminium grills of the design as approved by GE. The aluminium grills shall be Polyester powder coating in any colour with minimum thickness 50 micron if not shown in schedule. The grills shall be fixed all as direction of engineer-in-charge.

6.20.7 FROSTED GLASS IN DOORS / WINDOWS :-

The weight of glass shall not be less than 10 kg / sq.m. Frosted glass panes shall be fixed with frosted face on the inside. Glass panels shall be fixed by providing a thin layer of putty conforming to IS 419.

6.21 PVC DOOR SHUTTER :-

6.21.1 PVC door shutter shall be 30mm thick factory made solid panel PVC door shutter consisting of frame made out of MS tubes of 19mmx19mm for stiles, and 15mmx15mm for top and bottom rails. MS frame shall be covered with 5 mm thick heat moulded plain PVC sheet ‘C’ channel having a 5mm thick PVC sheets for top rail, lock rail and insert for top rail and bottom rail and single side prelim PVC sheet and stile and rail having one side feathered edge and on other side 10mm 90 degree bent edge. PVC door shutter shall be all as shown on sketch and specified in SSR (Part II)-2010.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 148

PARTICULAR SPECIFICATIONS (CONTD…) 7 ROOF COVERING:-

7.1 ROOF AND FLOOR SLABS :-

7.1.1 All roof/floor slabs shall be flat/shell roof type. RCC slabs on Beams / columns/portal/walls as directed. Necessary slopes shall be provided as directed. The floor slabs shall be accordingly sunk to achieve the requisite slopes/drops and to accommodate different thickness of flooring.

8. FLOORING GENERAL

8.1 Floor finish shall be carried over all openings and dwarf walls. 8.2 Surface of concrete floors unless otherwise specified shall be finished even & smooth using extra cement with steel trowels. 8.3 Ramp shall have chequered finish over sub base or as directed. 8.4 Where the floor finish is to be laid over RCC slab, the top surface of slabs shall be cleaned with hard wire brushes and given a coat of neat cement slurry using 3Kg of cement per square meter just before laying the floor finish. 8.5 Concrete sub base where require shall be laid in bays not exceeding 20 square metres. 8.6 Cement concrete sub base or sub base floor and wearing coat shall be laid separately and not monolithically. 8.7 PCC floor topping shall be laid in square or rectangular panels with each side not exceeding 1.2 metres. 8.8 If any extra thickness of concrete is required to provide slope in the floor as directed by the Engineer-in-Charge the same shall be provided by the contractor at no extra cost to the department. 8.9 CEMENT DADO/ SKIRTING:-

Cement skirting/dado where shown shall be 6mm thick in cement and sand mortar (1:2) over 10mm thick cement and sand mortar (1:4) screed trawled even and smooth.

8.10 NON SKID CERAMIC TILE FLOORING:-

Non skid ceramic rectified tiles shall be of Grade V / Ist quality of shade as approved by GE, hydraulically pressed, high temperature (around 1200 degree C) in single operation having breaking strength 350 to 400 kg per sq m and weighing 14 kg per Sq m and shall be laid and jointed/with white cement paste with pigment. The tiles shall be laid over 10mm thick cement and sand screed (1:3) over 35mm thick PCC (1:2:4) type B1 over 100 mm thick PCC (1:5:10) type E-2 over 75 mm thick sand cushion over rammed earth in ground floor. The screed shall be treated with a coat of neat cement slurry @ 3 Kg / Sqm. In first floor and subsequent floors the tiles shall be laid over 10 mm thick cement and sand screed (1:3) over cement slurry @ 3kg per Sq m over RCC floor slabs.

8.11 RECTIFIED TILES IN FLOORING:-

Rectified tiles shall be as approved by GE, grade first quality coloured (or white where specified in Schedule of finishes). The tiles shall be laid on 20 mm thick cement mortar (1:3) over neat cement slurry @ 3 kg / sq m over RCC slab in first and subsequent floors and pointed in white cement with pigment to match the colour of tiles. The tiles shall conform to EN-176. The colour and shade of the tiles shall be as decided by GE. In the ground floor, the tiles shall be laid on 20 mm thick cement mortar (1:3) over 35mm thick PCC (1:2:4) type B1 over 100 mm thick PCC (1:5:10) type E-2 over 75 mm thick sand cushion over rammed earth, jointed with neat cement slurry @ 3 kg / sq m and pointed in white cement with pigment to match the colour of tiles.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 149

PARTICULAR SPECIFICATIONS (CONTD…)

8.12 RECTIFIED TILE IN SKIRTING:-

Glazed ceramic rectified colour or white as directed shall be as approved by GE of Grade first quality. The tiles shall be laid over 10mm thick screed of cement mortar (1:3) set and jointed in neat cement slurry and pointed in white cement with pigment to match. The workmanship and laying of tiles shall be all as specified in clause 13.40 of MES Sch Part-I.

8.13 Glazed rectified tiles shall be free from crack twist, uneven edge, crazing and such other

defects. The tiles shall, be grooved and/or recessed to provide an adequate key for the screed. The tiles shall be firm set in the mortar bedding. The joints shall be tight regular uniform.

8.14 After fixing the tiles shall be thoroughly washed and cleaned to the satisfaction of the GE.

Glazed ceramic rectified tile skirting shall be provided not less than 5.5mm thick of shade & make as per the floor tiles as approved by GE, grade first quality. Tiles shall be laid over 10mm thick cement screed in cement mortar (1:3). The tiles shall be set, jointed with cement slurry and pointed with white cement and pigment to match the colour of the tiles. Tiles shall be procured by the contractor from any one of the make from the list of makes specified hereinafter.

8.15 RECTIFIED TILES IN DADO 8.16 VITRIFIED TILES :-

8.16.1 VITRIFIED TILES IN FLOORING:-

The Vitrified tiles shall be laid on 20 mm thick cement mortar (1:3) over neat cement slurry @ 3 kg / sq m over RCC slab in first and subsequent floors including filling joints with neat cement slurry mixed with pigment to match the colour of tiles. The tiles shall conform to EN-176. The colour and shade of the tiles shall be as decided by GE. The tiles shall be any one of the make as specified in Appendix D/E. In the ground floor, the tiles shall be laid on 20 mm thick cement mortar (1:3) over 35mm thick PCC (1:2:4) type B1 over 100 mm thick PCC (1:5:10) type E-2 over 75 mm thick sand cushion over rammed earth

8.16.2 VITRIFIED TILES IN SKIRTING / DADO:-

Vitrified tiles in skirting / dado shall be fixed over 10mm thick cement mortar (1:3). The tiles shall be set, jointed with cement slurry and pointed with white cement and pigment to match the colour of the tile.

8.17 KOTA STONE SLAB FLOORING:-

Kota stone slab flooring shall be provided where directed Kota stone shall be hard, durable, regular in shape, of uniform colour and free from cracks, decay and weathering as approved by the GE. The size of slabs shall be as indicated, set, jointed and pointed in neat cement slurry mixed with pigment to match with the colour of stone. The slabs used in one location shall be of uniform size and shall be laid over 25 mm thick cement mortar screed (1:4) over 100 mm thick PCC (1:5:10) type E2 over 75mm thick sand cushion over rammed earth in ground floor. In first floor the slabs shall be laid over 25 mm thick screed of CM (1:4), set, jointed and pointed in neat cement slurry mixed with pigment to match with the colour of stone over neat cement slurry @ 3 kg/Sq m over RCC slab. Kota stone slabs shall be machine cut and shall have polished top surface with glossy finish and true fine cut dressing on all sides up to full depth. All angles and edges shall be true, square and free from chipping and surface shall be true and plain. Kota stone flooring shall be cut to achieve mirror finish. White marble border with white marble 15 to 18 mm thick Abu white “Makrana”/“Rajnagar”, 10 cm wide duly polished shall be provided where specified in the Schedule of finishes. The pattern of flooring shall be as directed by GE. The joints of the tiles shall not be more than 1mm.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 150

PARTICULAR SPECIFICATIONS (CONTD…) 8.18 KOTA STONE SKIRTING / DADO:-

Machine cut mirror polished kota stone slab in skirting / dado shall be provided as directed. Thickness of slabs shall be 18 to 20 mm thick and of size as approved by GE. The slabs shall be laid over 10mm thick screed in cement mortar (1:4) and jointed and pointed in grey cement mixed with pigment to match the shade of the slab.

8.19 INTERLOCKING TILES :-

Interlocking tiles shall be all as specified. Pattern and colour of same shall be approved by GE. 8.20 UDAIPUR GREEN SLAB FLOORING:

Udaipur Green slab flooring shall be provided where indicated in schedule. Stone shall be hard, durable, regular in shape, of uniform colour and free from cracks, decay and weathering as approved by the GE. The size of slabs shall be of size 450mm X 550mm and thickness shall be 20-25mm, set, jointed and pointed in neat cement slurry mixed with pigment to match with the colour of stone. The slabs used in one location shall be of uniform size. Stone slabs shall be machine cut and shall have polished top surface with glossy finish and true fine cut dressing on all sides up to full depth. All angles and edges shall be true, square and free from chipping and surface shall be true and plain. Kota stone/Udaipur Green flooring shall be cut to achieve mirror finish. The pattern of flooring shall be as directed by GE. The joints of the tiles shall not be more than 1mm.

8.21 KOTA/UDAIPUR GREEN STONE SKIRTING / DADO:- Machine cut mirror polished kota stone/Udaipur Green slab in skirting / dado shall be provided where shown on schedule. Thickness of slabs shall be 18 to 20 mm thick and of size as approved by GE. 8.22 UDAIPUR GREEN STONE IN STAIRCASE:-

Where indicated on schedule, provide Udaipur Green stone slab flooring. Udaipur Green stone in risers and treads shall be in one piece and thickness shall be 18-20 mm thick, set, jointed and pointed in neat cement slurry mixed with pigment to match with the colour of stone. The slabs used in one location shall be of uniform size. The edges of stone should be bull nosed and two lines cutting on edge shall be provided

8.23 GRANITE COOKING PLATFORM / WASH BASIN COUNTER :-

The cooking platform / wash basin counter shall be provided with 18 to 20 mm thick machine cut granite stone slab, wherever is indicated on schedule, on top and side skirting, mirror polished set on 20mm thick screed of cement and sand mortar (1:3). The stone slab shall be provided in one piece. The edges of stone should be bull nosed.

8.24 GRANITE CLADDING:

Where ever granite cladding is shown on schedule, it shall be provided with granite stone 18-20 mm thick, mirror finished of black granite shade if not indicated on schedule. Granite stone slab shall be machine cut to required size and shape. The top surface of slab before laying shall be machine polished. The size of granite slab to be fixed shall be as given in drawing. Stone shall be fixed/bounded properly to the backing using stainless steel fixing devices as approved by GE.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 151

PARTICULAR SPECIFICATIONS (CONTD…) 9. GLAZING 9.1 The glazing shall be done with selected quality sheet glass conforming to IS-2835, unless

otherwise specified in particular specifications here-in-after. All sheet glass shall be of good quality, free from specks, bubbles, smoke wanes, air holes and other defects.

9.3 Glass shall be fixed to steel windows/vents with oil putty all as specified in clause 16.10 of SSR (Part-I). 9.4 The glass shall be fixed to wooden shutters with wooden beads as directed and as specified in clause 16.9 of MES Schedule (Part-I). 9.5 The contractor shall produce vouchers/certificates from suppliers/manufacturers to the GE as a proof that the putty conforms to IS-419. 10. PLASTERING AND POINTING :-

10.1 GENERAL 10.1.1 External finish shall be taken 15cms below the ground level except where plinth protection/

ramp and the like is provided, in which case it shall be taken up to the bottom of the plinth protection/ramp etc.

10.1.2 Plaster/pointing, skirting/dado shall be returned to in jambs reveals and soffits of

lintels/window cills etc. 10.1.3 All plastered/rendered surfaces shall be trawled to even and smooth surface with steel trowel (without using extra cement). 10.1.4 Unless Badarpur sand is specifically specified, sand for plastering shall be 50% fine sand

(Jamuna) and 50% coarse sand (Badarpur) conforming to the samples approved by the GE. However 100% Badarpur sand shall be used for sand faced plaster.

10.1.5 12mm deep 10mm wide groove shall be formed on the internal and external surface at the

junction of RCC beams/slabs. However size of grooves shall be 5mm x 5mm at places like junction of RCC Columns and brick work.

10.2 PLASTERING :-

10.2.1 Cement plaster on internal surfaces above skirting/dado shall be done in cement and sand mortar 1:6 in one coat and shall be 15mm thick, unless specified otherwise elsewhere in particular specifications or directed. Mortar for dubbing out and rendering shall be of same type and mix. Dubbing out may be executed as separate coat or alongwith the rendering coat. 15mm thick cement plaster in cement and sand mortar 1:4 shall be provided with WPC below DPC level 15 cm depth on external surface of the brick wall irrespective what is directed. 10.2.2 All exposed surfaces of beams, columns, lintels, cills seismic bands and the like coming in conjunction with plastered surfaces shall be plastered as per adjoining surfaces & to the thickness required to bring them in the same place as that of adjoining plaster.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 152

PARTICULAR SPECIFICATIONS (CONTD…) 11. WHITE WASHING/COLOUR WASHING :-

11.1 White wash/colour wash shall be provided where directed. A lime wash shall be done in 3 coats. The colour wash shall consist of 2 coats of colour wash (off white shade No 3.033 or No 4.05 as per IS-1650) over one coat of white lime wash where the finish on plastered surfaces is not indicated in schedule of finishes it shall be colour wash as specified above, However soffit shall be provided 3 coats of white (Lime) wash. Lime/Colour was shall be carried out all as specified in 15.2 & 15.11 & 15.12 of SSR Part-I. Pigment for colour wash shall be pidilite colour stainer as approved by GE. To achieve better finish of white wash Zinc oxide shall be mixed with lime wash at the rate of 2 percent of slaked lime. In final coat of white wash fevicol DDL shall be mixed as per manufacturers instructions. No ultramarine blue shall be mixed in any coat. However sodium chloride, as specified in clause 15.12.3 of SSR Part-I shall be mixed in first and second coats. White/colour wash shall be applied with the brush in place of Moonj brush as per clause 15.12 of SSR (Part-I). The finish shall be true and mixture without patches and brush marks.

12. PAINTING :- 12.1 GENERAL :- 12.1.1 The Contractor shall use fresh and first quality paint. The Contractor’s rates shall also be deemed to included for the preparation of surfaces and application of primer. The Contractor shall obtain the permission of GE in writing well in advance for the makes/brands of paint that he will use in the work. He shall also submit samples thereof. The synthetic enamel paint shall be from any of the firms/brands mentioned in Appendix ‘D’ here-in-after. 12.1.2 The Contractor shall, if so required by the GE, produce certificate from the manufacturers or their representatives to establish that the brands of paints used by him are of the approval make. Paints shall be brought at the site in manufacturer’s drums with seal intact. 12.1.3 Paints used in priming coat, under coat and finishing coat shall be of the same manufacturer. The paints shall be applied first using vertical strokes until the surfaces are covered and then brushed cross wise for complete coverage with light strokes so as to smooth out laps and brush marks and finally laid off with vertical strokes. This constitutes single coating of paint. 12.1.4 Surfaces specified/ directed to be oil painted/painted shall be passed by the Garrison Engineer and marked as such before each coat is applied. Each coat shall be of slightly varying shade (not applicable to white shade) and shall be passed by the Garrison Engineer before next coat is applied. Unless specified to be treated otherwise in specifications here-in-after, all wood based surfaces shall be given the priming coat of pink primer, one under coat and one finishing coat of synthetic enamel paint. The priming coat of paint shall be applied before fixing. 12.1.5 Unless specified to be treated otherwise in these particular specifications here-in- after, all surfaces of iron and steel shall be given one priming coat of red oxide one under coat and one finishing coat of synthetic enamel paint. Iron and steelwork in reinforcement, galvanised iron or tinned ironwork shall, however, not to be painted.

12.1.6 All exposed cast iron soil/waste/vents/ anti syphonage pipes and fittings there to shall also be painted with synthetic enamel paint (One under and one finishing coat) externally matching in colour with the adjoining surfaces.

12.1.7 If the under coat of the paints is not executed within six months after applying the priming coat of paint, the priming coat shall be done again by the Contractor at no extra cost to the Govt.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 153 PARTICULAR SPECIFICATIONS (CONTD…)

12.2 CEMENT BASE PAINT:-

12.2.1 Cement base paint shall be provided as directed. It shall be cement paint & shall comprise of two coats of cement paint of approved tint and applied as specified in Clause 15.7 & Clause 15.15 of MES Schedule (Part-I). First quality brand shall be used form the firm/brands mentioned in Appendix ‘D’ here-in-after.

12.3 ALUMINIUM PAINT :- Aluminium paint shall conform to IS 2339 of approved brand and manufacture. The paint comes in compact dual container with the paste and the medium separately. Provide two coats of aluminium paint over a coat of prime as directed.

12.4 DRY DISTEMPER:- Dry distemper shall be in two coats over a coat of primer as per Clause 17.1.3 of SSR (Part-I) manufactured by reputed firms mentioned for paints conforming to IS-427 shall be provided over prepared surface as specified in clause 15.13 of SSR ( Part – I). DDL (Fevicol) synthetic resin in the preparation as recommended by the manufactures shall also be added in Distemper solution.

12.5 OIL BOUND DISTEMPER :- Oil bound distemper shall be provided with two coats of approved make over a coat of alkali resistant priming coat and shall be applied as specified in SSR (Part –I).

13. INTERLOCKING TILES :- Interlocking tiles shall be all as specified. Pattern and colour of same shall be approved by GE.

14. NON SKID CERAMIC TILE FLOORING:- Non skid ceramic rectified tiles shall be of Grade V / Ist quality of shade as approved by GE, hydraulically pressed, high temperature (around 1200 degree C) in single operation having breaking strength 350 to 400 kg per sq m and weighing 14 kg per Sq m and shall be laid and jointed/with white cement paste with pigment. The tiles shall be laid over 15 mm thick cement screed bed in Cement Mortar (1:6), set and jointed in neat cement slurry at the rate of 3 kg per sqm and pointed in white/coloured cement to match the shade of tiles.

15. GALVALUME SHEET ROOFING :-

15.1 Galvalume sheet shall be 0.50mm thick (total coated thickness), 550 Mpa minimum, yield strength. It shall be coated with hot dip alloy of 55% Aluminium 43.5% Zinc 1.5% Silicon and finished with resin coat on both surfaces @ 150 gm/sqm of coating (total both surfaces) having overall width and laid width as specified and shall be fixed using hot dip galvanized, self-drilling and self-tapping screws neoprene and EPDM washers. Penetrations and laps in sheet shall be sealed by using proper sealant profile, HDPE fillers shall be provided wherever required to close voids between sheets, sheet & fasteners etc. Make of Galvalume Sheet shall be Tata Blue Scope/LLoyed Insulation/Jindal Steel Works Ltd.

16. PLUMBING, DRAINS AND SANITARY FITTINGS. 16.1 MATERIALS/ FITTINGS/ FIXING ACCESSORIES :-

All Sanitary fittings shall be as specified in Sch ‘A’, best quality, ISI marked. The samples of sanitary fittings, fixing accessories shall be approved by the GE before bulk procurement for incorporation in the work. Sanitary fittings shall be of one of the following brands/ manufacturers conforming to the catalogue numbers where referred to in these tender documents. ISI marked fittings of these brands shall be provided instead of those without ISI markings.

16.2 All the specials viz. single & double branch pieces, bends, ducks foot bends etc shall be provided with access door fitted with 3mm rubber washer screwed with set of screws. The outlet of ‘P’ trap of WC shall be jointed with connecting pipe/branch piece.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 154

PARTICULAR SPECIFICATIONS (CONTD…) 16.3 The Contractor shall employ qualified & licensed plumber for supervision of installation & testing of the sanitary fitting & plumbing. The connection shall be provided as directed to conform to sound engineering practice. The layout of soil, waste, vent & anti syphonage pipes shall be marked on the walls in coloured chalk & approved by the GE before execution of work. 16.4 All sanitary fittings etc shall be of 1st quality confirming to relevant IS/ISI marked 17. TRAPS

17.1 FLOOR TRAP :-

Floor trap shall conform to IS-3989 and shall be of cast iron with CI grating (without hinges) & outlet with nominal diameter of 75mm shall be long arm and shall be jointed to connecting pipe/branch pieces with lead joint. Floor trap shall be provided in lieu of nahani trap wherever directed. 17.2 GULLY TRAP :-

Gully trap shall be salt glazed stone ware with rebated top 100mm bore outlet with cast iron grating of size 15cmx15cm. It shall be set in cement concrete (1:3:6) type C-1 foundation of size 53cmx53cm with overall depth equal to depth of gully trap plus 10cm (10cm below gully trap) and kerb of PCC (1:2:4) type B-1 on top of PCC foundation block around CI or MS grating of size 32.5cmx32.5cm.

18. CAST IRON PIPES & PIPE FITTINGS/ SPECIALS :- 18.1 CI pipes socket & spigot type shall be centrifugally cast (spun) type of class mentioned in

Schedule ‘A’. 18.2 All CI pipe fittings/specials shall conform to IS-1538, be suitable for class / grade of pipe and

bear ISI mark. 18.3 Caulking lead :- Plg lead and wool shall conform to IS-782. 18.4 Weight of jointing material of cast iron pipes shall be as under :-

S.No Bore of Pipe/fittings Spun yarn/jute per joint Pig lead per joint

(a) 100mm 0.04 Kg 1.30 Kg (b) 75mm 0.03 Kg 1.00 Kg (c) 50mm 0.02 Kg 0.80 Kg

In case the quantity of lead and spun yarn/jute mentioned above is insufficient or it

cannot be accommodated in joints, the variation of quantity of lead specified above and actually provided in joint shall be regularized through deviation order.

19. SMOKE TEST :-

Soil Waste, Vent and Anti-syphonage pipes shall be subject to smoke test as specified in MES Sch Part I.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 155

PARTICULAR SPECIFICATIONS (CONTD…) 19.1 Galvanized pipes :-

Pipes shall be galvanized steel tubes conforming to I.S 1239 (medium Grade Class-C) and quality certificates shall be furnished. Pipes shall be provided with all required fittings e.g. tees, couplings, bends, elbows unions reducers nipples plugs all GI waste pipes shall be terminated at the point of connection with the appliances with an outlet of suitable diameter. Pipes in chase shall be painted with two coats of red oxide primer and two or more coats of synthetic enamel paint or as given in the schedule of quantities

19.2 G.I. pipes fittings & valves :- 19.2.1 All pipes inside the buildings and where specified, outside the building shall be galvanized steel

tubes medium grade conforming to I.S. 1239 of class C of approved make as specified. 19.2.2 Fittings shall be of malleable iron galvanized of approved make. Each fitting shall have

manufacturer’s trade mark stamped on it. Fittings for G.I pipes shall include couplings, bends tees, reduced nipples unions bushes. Fittings shall conform to IS 1879 (Part-I to X).

19.2.3 Pipes and fittings shall be jointed with screwed joints. Care shall be taken to remove burr from

the end of the pipe after cutting by a round file. Genuine red lead with grommet and a few strands of fine hemp shall be applied. All pipes shall be fixed in accordance with layout and alignment shown on the drawings. Care shall be taken to avoid air pockets. GI Pipes inside toilets shall be fixed in wall chases well above the floor. No pipes shall be run inside a sunken floor as far as possible. Pipes may be run under the ceiling or floors and other area as shown on drawings.

19.2.4 PIPE PROTECTION :-

Where specified in the schedule of quantities all pipes in chase or below floor shall be protected against corrosion by the application of two coats of bitumen’s paint covered with polythene tape and a final coat of bitumen paint.

19.2.5 All water supply pipes below ground shall be protected against corrosion by one layer of 4 mm

thick multilayer anticorrosive polymeric mix tape applied over a coat of primer as per recommendations of the manufactures.

19.2.1 GUN METAL’S VALVES 19.3.1 Valves 65 mm dia and below shall be heavy gunmetal full way valves or globe valves conforming

to IS 778 class I. Valves shall be tested at manufacturer’s work shop and the same stamped on it.

19.3.2 All valves shall be approved by the Garrison Engineer before they are allowed to be used on

work. 19.4 BALL VALVE. The ball valve shall be brass high-pressure type and shall conform to IS-1703.

The ball shall be of high quality polythene to with stand the required pressure with all necessary fittings and shall conform to relevant IS.

19.5 TESTING OF PIPE LINES. Pressure and leakage tests of pipelines and fittings shall be carried

out as per clause 18.48.7 on page 18-17 & 18.18 of MES Schedule (Part-I). 20. HDPE OVER HEAD TANK :-

Over head HDPE Water tank shall be of capacity as directed. HDPE Water Storage tank shall be provided with 15mm bore light grade GI over flow pipe which shall be taken up to the nearest sump. Wash out pipe shall be of 20mm bore GI pipe, light grade, 25cm long.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 156

PARTICULAR SPECIFICATIONS (CONTD…) 20.1. Pressure testing for CPVC pipes shall be carried out in each installation before concealing the

pipes as per manufacturer’s instructions. 21. EUROPEAN TYPE WATER CLOSET AND CISTERN: European type water closets shall be vitreous China, white glazed of shape and size as per makes mentioned in Appendix ‘D/E’.

21.1 Low level flushing cistern HDPE, ‘Feather touch’ operated, conforming to IS-7231. The cistern shall with 32 mm bore polythene flush pipe of sufficient length internal fittings (valve less symphonic) brass handle and pair of painted cast iron brackets HDPE Dual flush with 5/10 liters also be provided to conserve water complete. 21.2 INDIAN STYLE WATER CLOSET AND CISTERN:- Indian style water closet shall be vitreous China, white glazed of size 580 x 440mm, Orissa pattern as per makes as specified in Appendix ‘D/E’. (i) Low level flushing cistern HDPE, ‘Feather touch’ operated, conforming to IS-7231. The cistern shall with 32 mm bore polythene flush pipe of sufficient length internal fittings (valve less symphonic) brass handle and pair of painted cast iron brackets HDPE Dual flush with 5/10 liters also be provided to conserve water complete.

The pan shall be set in the lime concrete (1:2) at least 15cm around and finished just below the rim to receive the specified thickness of floor finish. Where flushing cistern cannot be fixed in wall due to window/lintel as per sanitary plan, the same shall be fixed in the side wall with additional bend. The cost of bend shall be deemed to be included in the lump sum cost of buildings given in schedule ‘A’ Section-I

21.3 TOILET PAPER HOLDER :- As per makes as specified in Appendix ‘D/E’ shall be provided with each European Type W.C screwed to wall with brass screws to lugs embedded in walls/fixing material such as dotofix, rod of toilet paper holder shall be of steel chromium plated 19mm dia with a spring complete all as specified.

21.4 WASH HAND BASINS:- Wash hand basins shall be of size 550x400 mm wall mounting type of

shape as per makes as specified in Appendix ‘D/E’. The brackets shall be embedded in walls in cement concrete (1:2:4) type BI block of size 10 cm x 10 cm x 23 cm. Necessary counter shall be provided where shown on drawing.

21.5 TOWEL RAIL:- Towel rail, shall be of mild steel chromium plated of 19mm bore tube conforming to sample. These shall be fixed to walls with steel cadmium to screw or wooden plugs/fixing material, such as deta-fix. The length of towel rail shall be 90cm unless otherwise shown on Schedule.

21.6 MIRROR OVER WASH HAND BASIN :- 600 X600 mm MIRROR shall be provided over each wash hand basin if the size is not shown on schedule thickness of mirror shall be 5.5mm. The mirror shall be tested by the Engineer–in-Charge by viewing in at distance up to 3 meters from its face to make sure that the image is undistorted. If found otherwise, the mirror shall be rejected. It shall be free from all flaws, specks or pebbles. The glass shall be uniformly silver plated on the back silvering shall have a uniform protective coating of red lead paint. Aluminium angles at sides and plain AC Sheet 6mm thick backing shall be given for Mirrors. Mirror shall be any of the following manufacturers:-

(a) Atul Glass House (b) AIS (c ) Hindustan safety Glass works Pvt Ltd (d) Saint Gobain (e) Fixing of mirror shall be as specified in Clause 18.91 of SSR (Part-I)

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 157

PARTICULAR SPECIFICATIONS (CONTD…)

21.7 PIPE AND FITTINGS. General location of soil, waste, vent anti syphonage pipes are as directed by Engineer-in-Charge. Detailed lay out shall be marked on the walls in coloured chalk approved by GE before execution of work.

21.8 Soil, waste, vent and anti syphonage pipes including fittings shall be of cast iron spigot and

socket spun pipes conforming to IS-3989. Jointing shall be done with lead caulked joints except vent pipes fittings which shall be jointed with cement joints. The pipes and fittings shall be either without ears or with ears.

21.9 All other specifications regarding materials and workmanship shall be as per clause 18.23 and 18.67 of MES Schedule (part-I) respectively.

21.10 The vent pipes shall be taken from soil pipes to a height of 120 cm, height measured from top of roof (of last storey) to the bottom of the cowl, CI cowl shall be provided on top of vent pipes and shall be fixed with cement joints.

21.11 Soil pipes shall be taken up to 45cms below ground level and provided with ducks foot bend.

21.12 Soil/drain pipes from ducks foot bend shall be of cast iron up to first manhole and waste pipe from gully traps shall be of SGSW pipe grade ‘A’ conforming to IS up to first manholes. The waste pipe shall be taken up to 15cm below plinth protection level and provided with ducks foot bend.

21.13 All exposed cost iron bends/branches and other junctions shall be provided with oval pattern access doors with bolts as per relevant IS and 3mm rubber insert packing to make them air and water tight.

21.14 The branch connection with the vertical pipes shall be so arranged that the vertical pipe is

atleast 5cm away from the face of the wall. It should also be ensured that no joint between branch piece and vertical pipe terminates in the wall thickness. Irrespective of what is shown on drawings, separate stacks for soil, waste and antisyphonage pipes shall be provided.

22. WATER PROOFING TREATMENT TO RCC ROOF SLABS (APP TREATMENT) 22.1 Water proofing shall be provided with APP modified water proofing membrane 3 mm thick

(weighing not less than 3.50 Kg/Sqm) and shall be under strict supervision of manufacturer’s technical representative. The treatment over roof slab shall be carried out as under:-

(i) Preparation of concrete surfaces by wire brush and cleaned top surfaces of cement concrete. (ii) PCC type B-0, 1:2:4 (12.5mm gradded aggregate) to maintain slop with average thick of 25mm as in roof padding. (iii) Supply and Laying of APP polymeric water proofing membrane minimum 3 mm thick and weighing not less than 3.50 Kg/Sqm, black finish, reinforced with non woven polyester matt at core (weighing not less than 160 gsm) with thermo fusible polyethylene sheet on both sides, laid over bitumen primer @ 0.4 Ltr/Sqm by torching application with a butane gas torch with an overlap of 100mm at the sides and 150mm at the ends, as per manufacturers instructions including preparation of surface complete all as specified and directed. Make : STP Ltd/IWL Ltd.

Note . The work for water proofing treatment on roofs shall be got executed through original manufacturer or their authorised applicator.

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 158

PARTICULAR SPECIFICATIONS (CONTD…) (iv) M&L for plain cement concrete tiles with grey cement and no pigment as in roof tiles of size 250 mm x250mm x 20 to22 mm thick laid over 15 mm thick cement mortar (1:4) and gap between tiles not exceeding 8 mm, grouted up to full thickness of tile with cement mortar (1:3) Mixed with water proofing compound as per manufacturers direction, complete all as specified and directed.

(v) Covered fillet in PCC 1:2:4 type B 0 of radius 75 mm to be provided at junction of roof and parapet.

22.2 The contractor shall stand guarantee to the Government for a period of 10 years from the

certified date of completion of the work. The contractor shall furnish a written guarantee for the effectiveness of the treatment for a period of ten years in favour of GE.

22.3 Should the GE at any time, prior to the expiry of the said guarantee of ten years, find defects in

the water proofing of roof, the contractor on demand in writing from the GE, specifying the building/structures complained of shall forth with undertake to carry out such treatment as may be necessary to render the said building /structures water proof roof slab at this own expense, till expiry of the guarantee 10 years from the certified date of completion. In the event of contractor’s failure to comply with GE’s directions (within the period to be specified by the GE) the GE may under take rectification work at the risk and cost of the contractor. The liability of the contractor under this condition shall not however extend beyond the period of 10 years from the certified date of completion unless the notice was served on the contractor previously to rectify the defects.

22.4 The amount of security deposit against the guarantee for water proofing treatment calculated as per the scales laid down for calculating “Individual security Deposit” on the amount of water proofing treatment at contract rates, rounded off next rupee. 23. The work under the subject contract caters for following JOBs :-

(a) DA/87/SR/2017-18 : SPECIAL REPAIR TO BLDG NO P-116 (OR MD ACCN) AT VASANT RANGE COLONY UNDER GE (SOUTH), DELHI CANTT - 10 (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 159 APPENDIX ‘A’

LIST OF MATERIALS HAVING ISI/BIS CERTIFICATION MARKING

S.No Name of Materials Relevant IS

1. CONCRETE (a) Integral cement water proofing compound (b) Ply wood for concrete shuttering work

2645 4990

2. JOINERY (a) Wooden flush door shutters, solid core type (b) Particle board and hard board face panel

2202 (Part-I) 2202 (Part-II)

3. BUILDERS HARDWARE (a) Steel Butt hinges (b) Non- ferrous metal butt hinges (c) Parliament hinges (d) Hydraulic operated door closer (e)Continuous piano hinges (f) Mild steel sliding door bolts

1341 205 362 3564 3818 281

4. STEEL & IRON WORK (a) Steel doors, windows and ventilators

1038

5. ROOF COVERING (a) Bitumen felt for water proofing and damp proofing

1322

6. CEILING AND LINING (a) Ply wood for general purpose (b) Block boards (c) Veneered particle board (d) Marine plywood (e) Fiber hard board (f) Wood particle board

303 1659 3097 710 1658 3087

7. FLOORING (a) White Portland cement (b) Cement concrete flooring tiles

8042 1257

8. WATER SUPPLY PLUMBING DRAINS AND SANITARY APPLIANCES (a) Concrete pipes with or without reinforcement (b) Salt glazed stoneware pipes and fittings (c) flushing cisterns for water closets and urinals (d) Cast copper alloy screw down bib tap and stop valves (e) Galvanized mild steel tubes (f) Galvanized mild steel tubes fittings (g) Sand cast iron ,spigot and socket soil, waste and ventilating pipes & fittings (h) Ball valves including floats for water supply purpose (g) Cast iron manhole covers and frames ( j) Automatic flushing cistern for urinals (k) Vitreous china ware appliances (l) Plastic WC seat cover (m) Vertically cast iron pressure pipes for water gas and sewage (n) Pillar taps for water supply purposes (o) Centrifugally cast iron pipes for water gas and sewage (p) Centrifugally cast (spun) iron spigot& socket soil, waste and ventilating pipes, fittings and accessories.

458 651 774 781 1239 (Part-I) 1239 (Part-II) 3989 1703 1726 (Part-I to VII) 2336 2556 (Part-II to X) 2546 1537 1795 1536 3989

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 160

APPENDIX ‘A’ (Contd….)

LIST OF MATERIALS HAVING ISI/BIS CERTIFICATION MARKING S.No Name of Materials Relevant IS

9. ELECTRICAL WORKS (a) Ceiling roses

371

(b) Tumbler switches 3854 (c) Socket outlet 3-pin plug & socket 1293 (d) Switch, fuses (Main &Switch) 4064 (Part-I & II) (e) Pigid non-metallic conduit 9537 (Part-II) (f) Single core cable polythene insulated and PVC sheathed cable 1596 (g) Rigid steel conduits 2215 (h) Fluorescent lamps 2418 (Part-I) (g) Switch gears 2208 MCB 8828

Note:- All fitting & fixture for buildings including hardware and all other items enumerated in this Appendix sanitary fittings& electrical fittings etc shall be ISI marked. In case any fittings /fixtures of ISI marked is not manufactured then the fittings & fixtures conforming to relevant IS may be incorporated as approved by the GE. The contract provision shall be deemed to be amended accordingly & unit rate shall be deemed to be inclusive for the same & no extra payment on this account shall be admissible. (Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 SERIAL PAGE NO. 161

APPENDIX-‘B’

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK

S.NO NAME OF PRODUCT MAKES/BRANDS/MANUFACTURER E/M ITEMS

1. POWER TRANSFORMERS 132/66/33/22 KV.

CROMPTION GREAVES, ECE INDUSTRIES LTD, VOLTAMP, ANDREW YULE, MEGAWIN, ITE GURGAON, RAJASTHAN TRANSFORMER & SWITCH GEAR, AREVA (T&D).

2. DISTRIBUTION TRANSFORMERS 11 KV ABOVE 500 KVA CAPACITY.

POWER GEAR, ANDREW YULE, INDIAN TRANSFORMERS & ELECTRICALS-GURGAON (ITE-GUR), VOLTAMP, PACTIL, CROMPTON GREAVES, HINDUSTAN TRANSFORMERS, POWER WARE, RAJASTHAN TRANSFORMER AND SWITCH GEAR, SAI TRANSFORMER, URJA TECHNIQUES, DIAMOND, JK TRANSFORMER, UNIVERSAL.

3. DISTRIBUTION TRANSFORMERS UPTO 500 KVA CAPACITY.

POWERWARE, INDIAN TRANSFORMERS & ELECTRICALS-GURGAON, DIAMOND, HINDUSTAN TRANSFORMERS.

4. CHEMICAL EARTHING OBO, JMB, JMV (EARTHING), ENOV, POWER TRACK, TIRUPATI

5. STAR RATED ENERGY EFFICIENT TRANSFORMERS STEP DOWN UPTO 200 KVA CAPACITY (4/5 STAR RATING ONLY TO BE USED).

ANY MAKE AS APPROVED BY BUREAU OF ENERGY EFFICIENCY AND BEARING 4/5 STAR RATING LABEL. LIST OF MAKES AVAILABLE ON BEE WEBSITE. 6. HT SWITCH GEAR 132/33 KV & 66

KV, VCB (OUT DOOR/INDOOR)/CT & PT.

CROMPTON GREAVES, ANDRAW YULE, ALSTOM, C&S ELECTRIC, CEC, ITE GURGAON, AREVA (T&D).

7. HT SWITCH GEAR 33/66 KV, SF6 (OUT DOOR/INDOOR).

ANDRAW YULE, CROMPTON GREAVES, ALSTOM, C&S ELECTRIC, L&T, AREVA (T&D).

8. HT SWITCH GEAR 11 KV, VCB (INDOOR/OUT DOOR), HT RING MAIN UNIT, SF6/VACUUM, 11KV/CT&PT.

ALSTOM, L&T, C&S ELECTRIC, ANDRAW YULE, CROMPTON GREAVES, ADVANCE PANELS & SWITCH GEAR.

9. HT SWITCH GEAR PROTECTION RELAYS (ELECTROMECHANICAL/ NUMERICAL)

CROMPTON GREAVES, BHARTIYA INDUSTRIES

10. PACKAGE/UNIFIED SUB-STATION

CROMPTON GREAVES, L&T, ANDREW YULE, C&S ELECTRIC, INDIAN TRANSFORMERS & ELECTRICALS GURGAON, RAJASTHAN TRANSFORMER AND SWITCH GEAR, DIAMOND, HINDUSTAN TRANSFORMERS, SUDHIR, POWERWARE.

11. LT & HT CABLE JOINTS HEAT SHRINKABLE/COLD SHRINKABLE/PUSH ON TYPE.

DENSON, M-SEAL, BIRLA 3M, RAYCHEM, CABSEAL

12. GANG OPERATED SWITCH DEVICE JAIPURIA, RASHTRIYA, REYCHEM, GE POWER, DENKE POWER SWITCH, ATLAS, SCREW INDIA, SSK ENTERPRISE

13. LIGHTENING ARRESTERS LEMLOS CO, HPL, ALPRO, CENOTECH INDIA, JAIPURIA, RASHTRIYA

14. HT/LT PCC POLES CEMENT FABRIC CHANDIGARH, PUNJAB, CONCRETE LTD CHANDIGARH, HARYANA CONCRETE UDYOG LTD, PCIC, ECI, HINDUSTAN PREFAB, PRACTO ENGINEERS, ICB INDUSTRIES KASHMIR CEMENT, KB INDUSTRIES, PRE CAST CEMENT, CONCRETE FABRIC, CONCRETE UDYOG LTD, MOAHAN CONCRETE UDYOG LUCKNOW.

Contd………./-

CA NO. CWE/ND-72/2017-18 SERIAL PAGE NO. 162

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD…..)

S.NO NAME OF PRODUCT MAKES/BRANDS/MANUFACTURER

E/M ITEMS 15. CT & PT, 11 & 33 KV ABB, SIEMENS, CROMPTON GREAVES, PRAGATI, AE,

KAPPA (AS PER OEM HT PANEL MANUFACTURER)

16. HT XLPE CABLES 132/66/33 KV & 11 KV.

HAVELLS, GLOSTER CABLES LTD, NICCO, RPG CABLES, POLYCAB, ICL, GEMSCAB, RAVIN, ELEKTRON, CRYSTAL ELECTRIC CO PVT LTD, DIAMOND RALLISON PVT LTD, UNISTAR, PLYCAD, POLYCAB

17. HT/ LT STEEL TUBULAR SWAGED POLES

QUALITY STEELS, PARUTHI ELECTRICALS, MS ELECTROSTEEL, SURJIT STEEL INDUSTRIES, SOHAN LAL & SONS, TTI, AST, MAHENDRA INDUSTRIES, VIKRAM INDUSTRIES

18. STEEL TUBULAR DECORATIVE POLES OCTAGONAL/HIGH MAST LIGHT AND POLES

KEI, RALLISON, SURYA, NICCO, PARAGON, GEMINI, GRANDLAY, POLYCAB, PLAZA, E STANDARD, KALINGA GOLD, GEMSCAB, INDOASIAN, HPL, BAJAJ, SHALABH, LBEE, VRONICA, EON, PARUTHI ELECTRICALS.

19. LT PANELS/APFC PANELS/ AC CONTROL PANELS/ PUMP HOUSE PANELS FOR SS HAVING CAPACITY 1000 KVA AND ABOVE.

CROMPTON GREAVES, POWER SYSTEM & CONTROLS JALANDHAR, UNIVERSAL SWITCH GEAT CONTROL CONELEC SYSTEM, UNILEC, NEPTUNE, CONTROL, WEL, TRICOLITE, RMS PANELS, SMS PANELS & SWITCH GEAR, POWER WARE, BENTEC, CATER PILLER, ADLEC, UNITECH, INDIAN TRANSFORMERS & ELECTRICALS, INDUSTRIAL POWER CONTROL, SYSTEMS & SERVICES (POWER CONTROLS), DV ELECTROMATIC PVT LTD, KRYPTON POWER CONTROLS (INDIA) PVT LTD, AVON CONTROLS, SUPER POWER CONTROL PVT LTD, HANSON ENTERPRISES PVT LTD, STANDARD SWITCHGEAR, ELECTRA POWER, EAP ELECTRO, AE, HPL, SOMBANSI, ADHUNIK SWITCHGEAR, NATIONSAL ENGG WORKS, UNI SWITCH GEAR PVT LTD, MILESTONE, LOMER SUPREME CONTROL JALANDHAR, SUDHIR POWER LTD, SHALABH, SPC ELECTROTECH PVT LTD, EXPERT ENGG, ADVANCE PANELS AND SWITCHGEARS, HAVELLS, POWER TECH SWITCHGEARS (I) PVT LTD, C&S ELECTRIC, BCH.

LT PANELS/APFC/PANELS/ AC CONTROL PANELS/ PUMP HOUSE PANELS FOR SS HAVING CAPACITY BELOW 1000 KVA

20. HIGH VOLTAGE INSULATING RUBBER MAT

KARULA PREMIER POLYFILM, SUNTEX INSULATION, SAFEVOLT, SINTEX

21. LT AIR CIRCUIT BREAKERS C&S ELECTRIC, BCH, INDOASIAN, HAVELLS, CROMPTON, STANDARD, HPL, GE

22. MCCBS C&S ELECTRIC, BCH, INDOASIAN, HAVELLS, CROMPTON GREAVES, HPL, STANDARD ELECTRICALS

23. MCB/ELCB/RCCB/ ROCB/ISOLATORS/MCB DISTRIBUTION BOARD

BCH, CROMPTON GREAVES, INDOASIAN, C&S ELECTRIC, HAVELLS, STANDARD ELECTRICALS, HPL, GE.

24. POWER CONTACTORS BCH ELECTRIC, C&S ELECTRIC, STANDARD, INDOASIAN, HAVELLS, HPL.

25. VOLTMETER/AMMETER/ FREQUENCY METER/ PF METER (ANALOG TYPE).

IMP, AMTL, HPL, MECO, ESSMA, HAVELLS, INDOASIAN, C&S ELECTRIC

26. VOLTMETER/AMMETER/ FREQUENCY METER/ PF METER (ELECTRONIC TYPE/ DIGITAL TYPE)

SECURE, DUCATI, L&T (RISHAB), RAAS, CONCORD, C&S ELECTRIC, MECO, AMTL.

Contd………./-

CA NO. CWE/ND-72/2017-18 SERIAL PAGE NO. 163

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD….)

S.NO NAME OF PRODUCT MAKES/BRANDS/MANUFACTURER

E/M ITEMS

27. LT CABLES, 1100 VOLTS, XLPE NICCO, ASIAN CABLES, HAVELLS, POLYCAB, ANCHOR, KALINGA GOLD, GRANDLAY, PLAZA, HPL, PARAGAON, GLOSTER CABLES LIMITED, INDUSTRIAL CABLE, SHALABH, HEAT FLEX, SS CABLE INDUSTRIES, BONTON, PARAMOUNT, HIND INDUSTRIES, DIAMOND, WINDSOR, EON ELECTRICAL , LT GEMSCAB, ALCON WIRES AND CABLES, RALLISON PVT LTD, CABCOM, ICL.

28. PCC CABLE COVER MEHTAB TILES, PEARLESS INDUSTRIES, HINDMOZAIC GUJRAT, JJ CONCRETE LUCKNOW

29. CHANGE OVER SWITCHES GE POWER, BECH, C&S ELECTRIC, HPL, HAVELLS, STANDARD, GE, INDOASIAN, ANCHOR, HAGER

30. SMART/TAMPER PROOF ENERGY METERS

LANDIS & GYR, HPL, AMTL, HAVELLS, GENUS, C&S ELECTRIC, INDO-ASIAN. 31. VOLTAGE STABILIZERS UPTO 25

KVA. POWERWARE, SINETRAC, VOLINA, MICROTECH, INDIAN TRANSFORMERS & ELECTRICALS, VENE AAR KAY, VINITEC, ARISE

32. VOLTAGE STABILIZERS ABOVE 25 KVA (SERVO CONTROLLED).

POWERWARE, SINETRAC, VOLINA, LOGICSTAT, BLULINE, PACTIL, VOLTAMP, INDIAN TRANSFORMER ELECTRICALS, VENER-7, AAR KEY, VINITEC.

33. UPS (OFF LINE & ON LINE) SU-KUM, MICROTECH, APS, LABOTEK, V-GUARD, SINETRAC, LUMINOUS, MOSER BAER.

34. DG SETS

ENGINE : COTTON GREAVES, MAHINDRA & MAHINDRA, RUSTON, CUMMINS, KIRLOSKAR OILS ENGINES, ASHOK LEYLAND, CATERPILLAR. ALTERNATOR : BHARAT BIJLI, CROMPTON GREAVES, SEIMENS, KIRLOSKAR ELECTRIC, STAMFORD, CATLER PILLAR, MTU, VOLVO, LEROY SOMER, JYOTI.

35. DG SET INTEGRATOR AKSON, SUDHIR, MAHINDRA, KIRLOSKER GREENS

36. LT CAPACITOR BANKS. EPCOS, CROMPTON GREAVES, DUCATI, UNIVERSAL (UNISTAR), C&S ELECTRIC, HAVELLS, BCH, GE.

37. HT CAPACITOR BANKS ABB, UNIVERSAL, BHEL, SCHNEIDER, SIEMENS, EPCOS INDIA PVT LTD.

38. RIGID PVC CONDUIT CAMPLAST, SUPREME, KALINGA, DUTRON, AKG, KINJAL, PRINCE, DIPLAST, TIRUPARTI, POLYCAB, JAIN IRRIGATION, SAVOIR, INDO.

39. MS CONDUIT/ERW CONDUIT PIPE AKG, BEC, NIC, PRAKASH TUBES, OSWAL, TIRUPATI

40. PVC COPPER WIRES- 650/1100 VOLTS.

INDOASIAN, PARAMOUNT, C&S ELECTRIC, BCH, V-GUARD, POLYCAB, BONTON, NICCO, KALINGA PREMIUM, HPL, HAVELLS, PLAZA, PARAGON (ELEKTRON), ANCHOR, GEMINI, ALCON.

41. PT SWITCH/SOCKETS/ CEILING ROSES/ FAN RAGULATORS.

C&S ELECTRIC, STANDARD, HAVELLS, SSK, POLYCAB, FINE, PLAZA, CONA, INDOASIAN

42. LAMINATED SHEET COVER HYLUM, FORMICA, GREEN LAMINATED BOARDS.

43. MODULAR SWITCH/ SOCKETS/ FAN RAGULATORS.

ANCHOR, L&T (ORIS), C&S ELECTRIC, LEADER, SSK, INDO ASIAN, HAVELLS, CLIPSAN, STANDARD, POLYCAB, HPL.

Contd....../-

CA NO. CWE/ND-72/2017-18 SERIAL PAGE NO. 164

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD….)

S.NO NAME OF PRODUCT MAKES/BRANDS/MANUFACTURER

E/M ITEMS

44. STREET LIGHT FITTINGS & ACCESSORIES – HPSV (70/150/250/400), HPMV – (80/125/250/400)/ METAL HALIDE.

C&S ELECTRIC, GE LIGHTING, HAVELLS, HPL

45. TUBE LIGHT/STREET LIGHT FITTING SURYA ROSHNI LTD, INSTA POWER, HALONIX, TECHNOLOGIES LTD, HAVELLS, POLYCAB, C&S ELECTRIC, SCHNEIDER, GE LIGHTING. 46. FLOOD LIGHT FITTINGS SURYA ROSHNI LTD, INSTA POWER, HALONIX, TECHNOLOGIES LTD, HAVELLS, POLYCAB

47. ACSR CONDUCTOR DIAMOND, BHARAT CONDUCTORS, RHINO

48. BOX TYPE DECORATIVE TUBE LIGHT FITTING.

SURYA, HALONIX, SHAKTI, ANCHOR, HPL, LEGERO, POLYCAB, C&S ELECTRIC, SCHNEIDER, GE LIGHTING HAVELLS.

49. CFL FITTINGS C&S ELECTRIC, GE LIGHTING, OSRAM, HAVELLS, SURYA, HALONIX, ANCHOR, HPL, SINTEX, INDOASIAN.

50. CFL LAMPS OSRAM, HALONIX, SURYA, HPL, SINTEX, INDO ASIAN

51. LED LAMP ELEKTRON, IMPERIAL, SANGWAN ENERGY SYSTEM PRIVATE LTD, HALONIX. 52. SK FITTINGS VIKAS, PRAKASH, JEMCO, SPARKS, HOMEDEC

53. (A) CEILING FANS (ONLY 5 STAR BEE RATING C/FANSSHALL BE SPECIFIED). (B) EXHAUST/WALL MOUNTED FANS/AIR CIRCULATORS).

KHAITAN, ORIENT, POLAR, GEC, HAVELLS, ALMONARD, MIE, OSRAM, ANCHOR, LUMINOUS, ORTEM

54. WATER HEATERS (ONLY 5 STAR BEE RATING WATER HEATERS SHALL BE SPECIFIED).

CROMPTON GREAVES, BAJAJ, RECOLD, HAVELLS, MORPHY RICHARDS, VENUS, USHA LEXUS, BLACK & DECKER, JAGUAR, LUMINOUS, INDOASIAN, SHRIRAM, THERMOKING, ARISE, ORISON, EON

55. BUS BAR TRUNKING SYSTEMS. L&T, C&S ELECTRIC, GE

56. BATTERY CHARGER SU-KAM, AMCO, SINETRAC, WAC, BCH, AMAR RAJA

57. LEAD ACID BATTERIES AMAR RAJA, SUKAM, TATA GREEN, APC, LUMINOUS, POWER ZONE, ARISE, AMCO

58. LED LIGHT FITTINGS HAVELLS, C&S ELECTRIC, SURYA ROSHNI LTD, SYSKA LED, ELEKTRON, HALONIX TECHNOLOGIES, KALINGA PREMIUM, EON

59. FLAME PROOF SWITCH/ SOCKET/ DB

SHYAAM, C&S ELECTRIC

60. FLAME PROOF LIGHT/ FITTINGS SHYAM, C&S ELECTRIC, FLEXO ELECTRICALS, PLUTO FLAME PROOF CONTROL, FLEXPRO.

61. FLAME PROOF EXHAUST FAN, PEDASTAL FAN/ FLAME PROOF AC

BAJAJ, SHYAAM, CROMPTON, FCG, SUDHIR

62. SOLAR STREET LIGHT FITTINGS WIPRO, SURYA

Contd....../-

CA NO. CWE/ND-72/2017-18 SERIAL PAGE NO. 165

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD….)

S.NO NAME OF PRODUCT MAKES/BRANDS/MANUFACTURER

E/M ITEMS

63. STREET LIGHT TIMERS INDOASIAN, HAVELLS, SINETRAC, GE, BCH, C&S ELECTRIC

64. AVIATION OBSTRUCTION LIGHT WIPRO, SURYA

65. TRANSFORMER OIL M&I MATERIAL (MIDEL) POWER LINK, POWER OIL, SAVITA.

66. GI PIPES/MS PIPES NIDHI PIPES, INDUS TUBES LTD, SWASTIK, SURYA ROSHNI (PRAKASH) TUBES, OSWAL.

67. HDPE/UPVC/PPR PIPES ALONPOLY EXTRUSION LTD, KIRTI, SAVIOR FAIRE, SARVORAM.

68. CI PIPES JAI BALAJEE, KEJERAWAL, NECO, BENGAL IRON COPN

69. DI PIPES JAI BALAJEE, KEJERAWAL, KISWOK, RASHMI METALIKS

70. SLUICE VALVES/ NON RETURN VALVES/ AIR RELEASE VALVES.

BIR, KARTAR, SANT

71. BUTTERFLY VALVES/ CHECK VALVES

AIP, BVI, MINAR, MAC INTERNATIONAL, NETA METAL, UPADHAYAY, NEW METAL WORKS, BIR KARTAR

72. GUN METAL GOBE VALVE AIP, BVI, MINAR, MAC INTERNATIONAL, NETA METAL, UPADHAYAY, NEW METAL WORKS, BIR, KARTAR, SANT

73. GI FITTING ZENTO, NANDA MANUFACTURING, UNIQUE, NIDHI, OSWAL.

74. PUMP SETS-MONO BLOCK WILLO, ARISE, KALSI, BS PUMPS, JYOTI, FLOWMORE, MAX FLOW, JOHNSON & JOHNSON.

75. CENTRIFUGAL PUMPS WILLO, ARISE, KALSI, BS PUMPS, JYOTI, FLOWMORE, MAX FLOW, ARMSTRONG

76. SUBMERSIBLE PUMPS WILLO, ARISE, GRETINDIA, JYOTI, MODI ATLANTA, SU PUMPS, CROMPTON GREAVES, COLAMER, MODI INDIA, GREAT IND ARMSTRONG.

77. NON CLOG SEWAGE PUMPS FLOWMORE, GREAT IND, JOHNSON & JOHNSON

78. VERTICAL TURBINE PUMP FLOW MORE, BAJAJ ATLANTA, JOHNSON & JOHNSON

79. DOSING PUMP/ BLEACHING DOZER RMCO AQUAPURA, CHLROTECH, VIKRAM PAC.

80. MOTOR STARTERS HAVELLS, INDOASIAN, HPL, STANDARD

81. ELECTRIC MOTOR JYOTI, NGEF, BCH

82. SINGLE PHASE PREVENTORS/ PHASE SEQUENCE CORRRECTOR

AUTO ELCTRONICS, AKASH, TELE MECHANIC, INDO ASIAN, HAVELLS, BCH

83. LIFTS/ ELEVATORS KONE, SCHINDLER, OTIS, THYSSEN KRUPP, KITACHI JHONSON

Contd....../-

CA NO. CWE/ND-72/2017-18 SERIAL PAGE NO. 166

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD….)

AIR CONDITIONING 1. WINDOW TYPE/SPLIT TYPE AIR

CONDITIONERS. (NOTE : ONLY 5 STAR BEE RATING ACS SHALL BE SPECIFIED WHERE ANNUAL USAGE IS > 1000 HRS, 3 STAR FOR OTHER PLACES E.G CONFERENCE ROOMS.

LG, BLUE STAR, VIDEOCON, SAMSUNG, GODREJ

2. WATER COOLERS VOLTAS, BLUE STAR, SHRI RAM (USHA) AND SIDHWAL. 3. REFRIGERATOR GODREJ, PANASONIC, ELECTROLUX, HAIER 4. DEEP FREEZER SIDHWAL, CARRIER, FEDDERS, LLYOD 5. CASSETTE TYPE AC PANASONIC, TOSHIBA, LG 6. PILLAR TYPE AC LG, BLUE STAR, WHIRLPOOL, PANASONIC 7. DUCTABLE AC LG, BLUE STAR 8. AIR CURTAIN CROMPTON GREAVES, ALMONARD, ROBUSTIX 9. FIRE DAMPER DYAN CRAFT, RAVISTAR, MAPRO, CARRY AIR, AIR FLOW,

RUSKIN

10. ALUMINIUM EXTRUDED, ALUMINIUM GRILL/ DIFFUSER

DYNA CRAFT, RAVISTAR, MAPRO, CARRYAIRE, SERVEX, GREEN HECK, BRIGHT FLOW, RUSKIN.

11. DESERT COOLERS CROMPTON GREAVES, BAJAJ, OSRAM, ORISON 12. CHILLERS/CHILLING UNITS YORK, TRANE, DAIKIN, MACQUAY, CARRIER, VOLTAS, BLUE

STAR, KIRLOSKAR.

13. AIR HANDLING UNIT, COOLING COIL FOR AHU

BLUE STAR, VOLTAS, CARRIER, FEDDERS, LLOYD WAVES, HITECH, EDGETECH

14. COOLING TOWERS WELLDONE 15. FRACTIONAL HP MOTORS AUE, SIEMENS 16. VARIABLE FREQUENCY DRIVES

(VFD) ALLENBRADELY, WOLF AUTOMATION, SIMPHOENIX

17. POT/ Y-STRAINER EMERALD/ RAPID COOL/ LEADER 18. PRESSURE GAUGE/ DIAL TYPE

THERMOMETERS DROPCO, DIGITAL MARKETING SYSTEM TAYLOR, DS ENGG, DWYER, AUTO MAT LUB SYSTEM.

19. INSULATION (FIBRE GLASS)

SHRI FIRE PACK, IMPEX INSULATION, TRANS INSULATION.

20. INSULATION (EXPANDED POLYETHYLENE FOAM)

CAPRICORN, ECOTHEM INSULATION

21. INSULATION (CROSS POLYETHYLENE FOAM).

SUPREME, PARAMOUNT, AEROFLEX, TROCELLONE

22. INSULATION (NITRILE RUBER)

ARMAFLEX, KAIFLEX, KFLEX, VIDOFLEX, PARAMOUNT

23. TF THERMOCOL FOR PIPE INSULATION

KIWI THERMO PACK, PRAKASH PACKAGING, SAHARA THERMO PACK

24. CONTROLS (3 WAY VALVES)/ THERMOSTATS

ANERGY, SIEMENS, HONYWELL

25. EXTRUDED ALUMINIUM GRILLS/ DIFFUSERS/ FIRE DAMPERS

DYNE CRAFT, MAPRO, CARRYAIRE, SERVEX, GREEN HECK

26. COPPER REFRIGERANT PIPING DIAMOND, STAR 27. GI SHEETS FOR DUCTING SAIL, TATA, JINDAL, OSWAL, BHUSHAN 28. ACTUATOR CASTLE, ROTORK, NIBCO, AIP 29. CENTRIFUGAL FANS (AHUs) COMBIFREE, LLOYD, YILIDA 30. STRIP HEATERS RAYCOLD, DASSPASS, AUE, HONEYBEE

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 167

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD…./-)

31. HUMIDSTAT/ THERMOSTATE PENN, DANFOSS, HONEYWELL, SIEMENS, JOHNSON, RAPIDCOOL, ANERGY

32. AIR FILTER/ HEPA FILTER DELTA, HANNY, AIRTECH, TERMODYNE

33. FACTORY BUILT DUCTS CORI ENGINEER, RESISSTO FLEX, ROLASTAR, TECHNO AIR, CAMDUCT, ZECO, DUCTOFAB, ECODUCT

34. FLEXIBLE CONNECTOR CORI ENGINEER, RESISTO FLEX, DUNLOP

35. HOT WATER GENERATOR THERMAX, INDCON 3M, RAPID CONTROL, ZENITH 36. WATER TREATMENT PLANT SCALE MASTER, SCALE GUARD, WELDONE, AQUAMECH,

DELTA 37. DUCT FLANGE ZECO/ ROLSTAR/ ECODUCT 38. EXPANSION VALVE DANFOSS, INDFOSS, SPORLON, ALCO 39. FLOW SWITCH RAPID COOL, SIEMENS, BCH, L&T

40. AUTOMATIC AIR VENT RAPID CONTROL, ANERGY 41. 3 WAY MODULATING VALVE JOHNSON, ASKA, RAPID CONTROL, CASTLE

42. ROOM THERMOSTAT/ AHU THERMOSTAT

HONEYWELL, SIEMENS, DASPASS, ESCORTS, INDFOSS

43. HP/ LP CUTOUTS/ CONTROLS HONEYWELL, PENN, DANFOSS, INDFOSS

44. AIR WASHERS BREEZE AIR, NICOTRA, PECMA, AIREF, AIRLOW

45. PROPELLERS FANS ABB, KRUGER

46. BUTTERFLY VALVE AUDECO, ADVANCE, DEEPAK, ZOLOTO

FIRE DETECTION, FIRE ALARM AND FIRE FIGHTING SYSTEM

1. FIRE HYDRANT MINIMAX, FIREX, SAFEX, FLAME GUARD

2. RRL HOSE PIPE NEWAGE, DUNLOP, COSMOS, FLAME GURAD

3. FIRE PANEL MATHER & PLATT, MINIMAX, SAFEX, AGNI, HONEY WELL, SYSTEM SENSOR, FIREX, NOTEFIRE

4. HOOTER/ SIREN MINIMAX, MELTRON, AHUJA, PHILIPS, AGNI

5. MANUAL CALL BELL POINT AGNI SURKSHA, MINI MAX, FIREX

6. SMOKE/HEAT/IONISATION DETECTOR ADDRESSABLE & NON ADDRESSABLE

RAVEL

7. WATER SPRINKLER HEAD TYCO, CEASEFIRE, SAFEX, MINIMAX, STARTECH FIRE SYSTEM, ELECTRONIC CONTROLS, CEASEFIRE

8. FIRE EXTINGUISHER ALL TYPE MINIMAX FIREX, NEWAGE, NITIN, CEASEFIRE, EXFLAME, SAFE FIRE

9. FIRE FIGHTING EQUIPMENTS EX FLAME, SAFE FIRE

10. ACCESSORIES EX FLAME, SAFE FIRE

11. AUTOMATIC FIRE DETECTION 7 SUPPRESSION SYSTEM

SVS

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 168

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD…./-) B/R ITEMS

1. Pressed Steel Door Frames/Chowkhats for Doors/Cupboard and Window frames

SS Engg Industries, Gaziabad, Dahiya Industries, Panchkula, M/S Metal Window Corporation, New Delhi, M/S Ishwar Industries, Meerut, M/S Trisul Industries, M/S Aswani & Sons, M/S Jangid Engineering Works, Gaziabad, M/S GS Udyog, Kanpur, Shri Krishna Associates, Panchkula, Steel Master Industries, Panchkula, Pioneer Fabrication, Meerut, Vardhman Precision Tubes and profiles, New Delhi, M/S Royal Safe Works, New Delhi, M/S Delite Safe Works, New Delhi, M/S Jangid Engineering Works, M/S Steelman industries, Jalandhar, M/S Laxmi Steel Works, Rohtak.

2. Steel Windows/ Vents Ganpat doors, Rajpura, M/S Metal Window Corporation, M/S Mohindra Fabricators, M/S SK Fabrication (India), M/S Gurjeet Industries, M/S GR Kalsi & Co, M/S SKS Industires, M/S Steel Plasts Machines, M/S Surbi Metal (India), Govind Enterprises, Delhi, M/S GS Udyog, Kanpur, M/S Shree Krishna Associates, Panchkula, M/S Jangid Engineering Works, Jaipur, Godrej and Boyce, Mfg, Mumbai, Steel Master Industires, Jalandhar, Shri Krishna Associates, Punchkula, M/S Bharat Steel Fabrication & Engineer, Ghaziabad, M/S Laxmi Steel Works, Rohtak, M/S Steel Man Industries Jalandhar, Chhabra Steel Udyog, Ashish Industries, Trisul Industries, Shivam Metal Shapers.

3. Rolling Shutters & Rolling Grills Prakash & Co, New Delhi, Ishwar Industries, Meerut Cantt, Dahiya Industries, Panchkula, Shubdwar, M/S Prakash Industries, SKS Steel Industries, New Delhi, M/S Akash Rolling Shutters, Delhi, M/S Auto Rolling Shutters Enterprises, Delhi, Rama Rolling Shutters Industries, New Delhi, Shri Krishna Associates Panchkula, M/S Bharat Rolling Shutters Industries, Jabalpur, M/S Prakash Rolling Shutter Delhi, M/S Steelman industries Jalandhar, Chabra Steel Udyog.

4. Welded wire mesh/ Fabric Multiweld Wire Co Ltd, Mumbai, Jainsons Sales Corp, Delhi, Jaisons Industries.

5. Factory made Panelled Door Shutters

Chandigarh Timber Products, Patiala, M/S New Jagdamba Doors, M/S AB Composites Pvt Ltd, M/S Haryana Industries, M/S Supreme Doors and allied products, Kanpur, M/S NND Wood Industries, Sriganganagar, M/S Shakti Industires, Dhanaula, M/S Sarab Enterprises, Kangra, M/S Ecocell Doors, Udaipur, M/S Massonite Doors, Pathankot, Pioneer Timber Products, Chandigarh, Goyal Industrial Corporation, New Delhi, Shri Krishna Industries, Panchkula, M/S Laxmi Doors, M/S Joinery Manufacturing Co Kolkata.

6. Factory made Flush Door Shutters

Sitapur Plywood Manufacturers Sitapur, M/S Laxmi Doors, Lucknow, Merino Flush Door, Faridabad, MP Wood, Goyal Industries Faridabad.

7. PVC Door Frame/ Shutters M/S Poly Window, Pune Accura, Polytech Ahmedabad, Fixopan indo Plast Pvt Ltd, New Delhi.

8. UPVC Windows/ Doors Accura Polytech, Kumar Arch Tech, Poly Windows, Pune, H2O Solution (Windows & doors).

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 169

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD…./-)

9. Iron Mongery Mowjee, M/S Kitch Architectural Product Pvt Ltd, RS Industries

10 Standard Mortice Lock Godrej, Harrison, Link 11 Hydraulic Door Closer Amar, Sandhu, Priya 12 Anodised Aluminium Doors/

Windows/ Frames/ Partitions Aluminium System Corp, Mumbai, Nairs Arkinetal Enterprises, New Delhi, Aluminium Manufacturing Co, Kolkatta Santosh & Co, New Delhi, Dada Aluminium Fabricators, Jalandhar, M/S Alumilite Pvt Ltd, Dhiraj, M/S Ajay Industries, Bombay, M/S Ramniklal S Raste, Jabalpur, M/S Aluminium Tech Industries, Delhi, M/S VR Associates, Delhi, Mahavir, Ambala, Consolidated Engineer Com, New Delhi, Aluminium Pvt Ltd, Ajit India Pvt Ltd.

13 Aluminium wooden doors and windows fittings

M/S Elite Enterprises, Mumbai, M/S Classic, New Delhi, M/S Aluminium Udyog, M/S Mohan Metal Industries, Delhi

14 Aluminium Section Valco Industries Ltd Chandigarh, Banco Aluminium Ltd, Vadodra Gujarat.

15 Aluminium Sheets Jagdish Aluminium Pvt Ltd Ahmedabd, Gujarat, Alco Industries Pvt Ltd New Delhi

16 Aluminium Composite Panels Alstone 17 Particle Board (Veneered

&Unveneered Laminated) Bakelite Hylam Ltd

18 Plywood for General Purposes Swastik Ply, Jaipur, National Plywood Industries Pvt Ltd, Kolkatta, Merino Plywood, Mayur Ply, Jayna Plywood, M/S Janardhan Ply Board Industries

19 Decorative Laminates Sungloss, Formica, Ecolam, BakaliteHylam

20 Fibre Board (Medium Density)

Managalam Timber Products, Kolkatta, Ramco Industries Ltd, DECO, Green Panel Max plain exterior MDF.

21 Pre Fab Panel Boards/ wall lining ceiling tiles

Ramco Industries Pvt Ltd, Endura Modular Systems, Reliance Bldg System, BPB India Gypsum Ltd, V Board

22 Galvanised steel sheets & colour coated galvanized steel sheets.

Aone Industries, Bhushan, CRIL, Prestar.

23 Polycarbonate sheets Duratuff, Lexan, VMT Plaste Ltd, M/S Coxwell Domes Engg Pvt Ltd.

24 Galvalume Sheets Multicolor, Aone Industries, Metco Global, CRIL, Kirby, Prestar, BhushanGalvacdor

25 AC Sheets/ AC Boards (Corrugated, Semi Corrugated)

Swastik, Bombay, M/S Eternit Everest Ltd, UP Asbestos Ltd

26 Gypsum Board India Gypsum, Lafarge, Son Industries, Kanpur

27 PVC Tiles/ Sheets RikvinFloot Ltd, New Delhi, Fixopen Machineries, New Delhi, Krishna Tiles, Polyfin.

28 Glass Mosaic Tiles Paladio, Accura, Bisazza, Mridul, Unistone, Arihant

29 Terrazzo Tiles/ PPC Tiles/ PPC Chequered tiles

Ultra Tiles Pvt Ltd, Bharat Tiles, Mehtab Tiles, Regent Tiles, Hindustan Tiles, SS tiles

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 170

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD…./-)

30 Interlocking Tiles/ Exterior Tiles/ Paver Blocks

Terra Firma, A-One tiles, Coral, Mehtab, Tiles, Pavit, SS Tiles, Hindustan Tiles, Surya K, Singh Tradors

31 Decorative Textures/ Coatings Luxture Surface coatings, Spectrum Paint

32 Exposed Brick Façade Unistone, Pioneer Bricks, Regent Tiles 33 Glazed Earthon Ware Tiles Orient Ceramic, Asian Vermora, Orient Bell 34 Glazed Ceramic/ Non skid wall/

Floor tiles National tiles, Ultra tiles, Orient Ceramic Asian, Swastik, Varmora, Orient Bell, Bonzer-7 (Trial) , Cengress, Simpolo, Sunheart, Vermora

35 Vitrified Tiles (Norma/Anti Skid) Murdushwar Ceramics Ltd, Orient, Asian, Swastik, Crystal, Bonzer-7 (Trial) , Cengress, Simpolo, Sunheart, Vermora

36 HDPE Storage Water Tanks Rotex, Fusion, SPL, Diplast Plastics, Aqua Polymers 37 Sanitary appliances/ fittings

(Chinaware) Duravit, Madhusudan Ceramics, Sompolo, Somany

38 Water Closet Seats and cover (Solid Bakelite) Thermostat Moulded toilet seat cover

Supreme, Prayag, Polytuff, Milennium

39 PVC Flushing Cisterns KhodiyaPottey Works, Millennium, Supreme, Prayag, Shakti

40 CI Flushing Cistern Sanifix India, Phenoweld Polymer, Anupam Industries 41 Stainless Steel Kitchen Sink with

or without Draining Board, Plate Rack

Pheonix, Diamond, AMC, Prestige, Allex, Neel, Prayag Polymers, Anupam Industries, Vardhaman Enterprises (Jainko), Elite Metal Products, Franke India Pvt Ltd, Prakash Sanitary Appliance, Shakti Enterprises), Ajanta Millennium

42 Stainless Steel Plate Rack

SPC

43 Ball Valves (Horizontal Plunger Type)

Hind Enterprises, Prakash& Co, Leader Valves, Bombay metal, Taurus Engineering Industries, Prima.

44 Shower Roses Chromium Plated (Swivel Type)

JainkoBlustar, Prima, JAL, Shakti

45 Bath Room Fancy fittings Anchor, Spectrum, Pico, Dripless, Kingston, Prima, Jalangi, Shakti, Coronet

46 Bib Taps and Stop Taps (CP) Fancy fittings

ELITE, ZIM, Prima, Essco, Jainko, Prayag, Jalangi, Shakti, Coronet

47 Ready Made Bathroom Cabinets Grantolite, Alpina, Prayag, Pearl

48 Salt Glazed Stone Ware Pipes/ Glazed Stone Ware Pipes

ShriKamakshi Agencies, Hind Creamics, Bhardwaj Stone ware, Binary Udyog, Ceramic Industries

49 Concrete Hume Pipes Jain Spun, Daya Spun, Delhi Spun Pipe, Ramnik Enterprises

50 AC Pipes JK Super Pipes, Sarbamangala Manufacturing Co, Maharashtra Asbestos

51 PVC Rain Water Pipe/ Sewage Pipes

Kissan, Prince, Diplast Plastics

52 CI Pipe/ fittings Nidhi Pipe Ltd, Swastik Ltd, Surya Roshni (Prakash), Indus Tubes Ltd, Bhushan, APL, Applo

53 CI Pipes fittings (for Sewerage/Rain Water)

Ashutosh Casting Ltd, Veetus Industries Ltd, Anand Founders & Engineers, Electrosteel, Kesoram, BIC, NFL

54 Soil Waste Pipes fittings/ steel Manhole Cover

BIC

Contd....../-

CA NO. CWE/ND-72/2017-18 Serial Page No. 171

MAKES OF PRODUCTS TO BE INCORPORATED IN THE WORK (CONTD…./-)

55 PPR Pipes Diplast Plastics, Veekay Technocrat Pvt Ltd, Amitex Polymers, Kitec Industries Ltd

56 HDFE Pipes/ SNR Pipes (Water/Sewage)

Kirti Industries India Ltd, Vertex Green Poly pipes, Uniplus, Diplast Plastics, Rathi

57 Sand Cast Iron Spigot & Socket Soil Waste, Vent Pipes & fittings

Raj Iron Foundry, BIC Kolkatta, Kajecao, NFL

58 Cement Based Paints Acquolac Paints, Godavari Paints, Rajdoot Paints, Classic Paints, Acropaints, British Xtracem

59 Dry Distemper/Oil Bound Distemper/ Plastic Emulsion/ Exterior Emulsion/ Silicon Paints & Coating

Shalimar Paints, Godavari Paints, Acro Paints, British 20-20 Acrylkic

60 Plastic Emulsion Paint Berger (Rangoli emulsion), Asian (Premium emulsion), Akzo Noble (Supersmooth), Nerolac (Lotus Touch, Beauty Gold), Jenson & Nicholson (Eqvt Make), Shalimar (Eqvt Make), British (Glamour Premium)

61 Paint Exterior Berger (Weather Coat Smooth), Asian (Apex Weather proof), Akzo Noble (Weather shield), Nerolac (Suraksha Advanced), British (Espa Cool)

62 Synthetic Enamel Paint Aquolac Paints, Shalimar Paints, Acro Paints, British (Yak)

63 False Ceiling Tiles/ Board (Gypsum Board/ POP/ Mineral Fibre).

Reliance big system, BPB India Ltd, Shree Nepal Boards, Bhutan Boards, Duratuff, Anchor, Dexume, V Board

64 Drapery rods Vista Levalor 65 Mirror looking Saint Gobain, Modi Float, Triveni Float Glass, Crown,

Prayag Polymers

66 False ceiling/ Metal False Ceiling Gypboard, Armstrong, Anchorlam Anchor, Bhutan board, Duratuff, Aerolite, Hi Steel Dexume

67 PTMT fittings PRAYAG, Shakti, Polytuf, Pearl Millennium, Ajanta Polymers

(Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 172 (Appendix ‘C’)

RECOVERY CHARGES FOR TESTING OF MATERIALS

Legend :- A-Site Lab, B-Zonal Lab, C-National Test House/SEMT/Govt Approved Lab/Engg Collage.

S.No Materials Test Method of test

Frequencies of Test

Level of Test

Rate in Rs for each

sample

Remarks

1 2 3 4 5 6 7 8 1. Bricks As per IS 5454 as

given under Permissible

% of defective

bricks

Check for visual and

dimensional characteristic shall also be allowed as per IS-5454

Lot Size Sample Size

1001 to 100005 0 10001 to

3500010 0

35001 to 5000015

1

(i) Compressive

IS-3495 (Part-II)

A 180

(ii) Water Absorption

IS-3495 (Part-II)

A 150

(iii) Efflorescence

-do- (Part-I)

A 180

2. Coarse Aggregate

(i)Sieve Analysis

IS-2386 (Part-I)

One Test for every 15 cum of Aggregate or part thereof.

A 120

(ii)Flakiness Index

-do- One Test for every 15 cum of Aggregate or part thereof.

A 90

(iii) Estimation of deleterious materials

-do- One Test for every 100 cum of Aggregate or part thereof.

A 120

(iv) Organic Impurities

-do- One Test per source of supply

C 120

(v) Moisture Content

IS-2386 (Part-II)

Regularly as required

A 120

(vi) Specific Gravity

-do- (Part-III)

One Test per source of supply

B 120

3. Fine Aggregate

(i)Sieve Analysis

(IS-2386) (i) One test for every 15 Cum or part when brought at site.

A 180

(ii)Test for clay silt impurities

-do- (i) One test for every 15 Cum or part when brought at site.

A 90

Contd……/-

CA NO. CWE/ND-72/2017-18 Serial Page No. 173

RECOVERY CHARGES FOR TESTING OF MATERIALS (Contd…)

S.No Materials Test Method

of test Frequencies of

Test Level of

Test Rate in Rs for each

sample

Remarks

1 2 3 4 5 6 7 8 (iii) Specific

Gravity -do- One for each

source of supply.

B 180

(iv) Moisture Content

-do- (Part-III)

Regular as required subjected to 2 test per day when being used.

A 180

(v) Test of Organic impurities

-do- (Part-II)

One for each source of supply

C 180

4. Cement (i) Setting Time

IS-4031 (Latest Edition)

One for each Consignment

B 180

(ii) Soundness IS-4031 (Latest Edition)

One for each Consignment

C 120

(iii) Compressive Strength

IS-4031 (Latest Edition)

One for each Consignment

B 360

(iv) Fineness IS-4031 (Latest Edition)

One for each Consignment

C 120

5. Structural Concrete

(i) Slump test or Compacting Factor Test of Vee Bee Time

IS-1199 The minimum frequency of sampling of concrete of each grade shall be as under:-

A 180

Cum Nos of samples 1-5 1 6-15 2 16-30 3 31-50 4

(ii) Compressive Strength

IS-516 A 120 Refer IS-456-1978,

Clause 14.2 for

frequency of sample.

Contd……/-

CA NO. CWE/ND-72/2017-18 Serial Page No. 174

RECOVERY CHARGES FOR TESTING OF MATERIALS (Contd…)

S.No Materials Test Method of test

Frequencies of Test

Level of Test

Rate in Rs for each

sample

Remarks

1 2 3 4 5 6 7 8 6. Cement

flooring Tiles/Terrazzo Tiles

(i) Water Absorption

IS-1237 1980 (Appx ’D’)

6 tiles out of total 18

B 180 Sample 18 tiles from

each source of supply

selected at random.

(ii) Wet transverse strength

-do- (Appx ’E’)

6 tiles out of total 18

B 144

(ii) Resistance to wear

-do- (Appx ’F’)

6 tiles out of total 18

C 540

7. Timber (i) Specific Gravity and weight

IS-1708-1960

Minimum 3 samples from a lot of 4 Cubic meters or 250 pieces of seasoned timber.

B 120

(ii) Moisture content

IS-456 &3025

(Signature of Contractor) Dated:

[M M Rastogi] EE (SG) (QS&C) DCWE (Contracts) For Accepting Officer

CA NO. CWE/ND-72/2017-18 Serial Page No. 175

ERRATA/AMENDMENT RE-IMBURSEMENT/ REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO CONTRACT VALUE Ser No Ref to page No,

Para, line etc Errata/Amendments

1 Page No 124, Para 32.1, Line 1 to 3

For : “all taxes (incl. Sales Tax/VAT on materials, sales Tax/VAT on works contract, Turnover Tax, Service tax, Labour Welfare Octroi cess/tax etc”. Read : “all taxes/cesses viz GST.

2 Page No 124, Para 32.1, Line 5

For : “new/existing taxes”. Read : “new/existing taxes/cesses”.

3 Page No 124, Para 32.2, Line 1

For : “The taxes”. Read : “The taxes/ cesses”.

4 Page No 124, Para 32.2, Line 2 & 3

For :“such as Sales Tax/VAT on Works Contracts, Turnover Tax, Labour Welfare Cess/Tax and like but excluding Income Tax”. Read : “such as GST, Labour Welfare Cess/Tax and like as applicable but excluding Income Tax”.

(Signature of Contractor) (M M Rastogi) Dated : _____/____/______ EE (SG) (QS&C) DCWE (Contracts) for Accepting Officer