CA NO: GE/863/EWS-T-19/2018-19 - AWS

67
CA NO: GE/863/EWS-T-19/2018-19 Srl No 01 MILITARY ENGINEER SERVICES GE 863 EWS, C/O 56 APO NAME OF WORK: SPECIAL REPAIR TO FENCING AND BLDG NO-P-58 OF 581 LT REGT AND PROVN OF ONE MEAT CUTTING ROOM NEAR COOK HOUSE OF 133 MED REGT IN THE AREA OF AGE B/R PRITHI MILATARY STATION UNDER GE 863 EWS CONTENTS SHEET Srl No Documents Page No. From To 1. Contents 1 2. Tender forwarding letter & Instructions for completion of tender documents to be complied with by the tenderer(s) 2 to 5 3. Notice of tender (IAFW-2162) Including Appendix „A‟ and amendment thereof, if any 6 to 12 4. Lump sum tender and contract for works by measurement IAFW-2159 (Revised-1947) i.e. Schedule „A‟, „B‟, `C‟ & „D‟ etc. ____ to ____ 5. *General Conditions of Contracts IAFW-2249 (1989 Print) including errata & amendments thereof. ____ to ____ 6. *Schedule of Minimum Fair Wages ____ to ____ 7. Special Conditions ____ to ____ 8. Particular Specifications section (Specifications and Workmanship for material & works) ____ to ____ 9. List of Drawings. ____ to ____ 10. Source /make of material and testing of materials, Appendix A to G ____ to ____ 11. Errata/Amendments to tender documents. ____ to ____ 12. Relevant correspondence. ____ to ____ 13. Acceptance letter. ____ to ____ 14. Drawings : Sheets ____ to ____ Total No. of Pages * These documents have not been attached with tender documents and can be seen in any MES office on any working day. SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED: ACCEPTING OFFICER

Transcript of CA NO: GE/863/EWS-T-19/2018-19 - AWS

CA NO: GE/863/EWS-T-19/2018-19 Srl No 01

MILITARY ENGINEER SERVICES GE 863 EWS, C/O 56 APO

NAME OF WORK: SPECIAL REPAIR TO FENCING AND BLDG NO-P-58 OF 581 LT REGT AND PROVN OF ONE MEAT CUTTING ROOM NEAR COOK HOUSE OF 133 MED

REGT IN THE AREA OF AGE B/R PRITHI MILATARY STATION UNDER GE 863 EWS

CONTENTS SHEET

Srl No

Documents Page No. From To

1. Contents 1

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

2 to 5

3. Notice of tender (IAFW-2162) Including Appendix „A‟ and amendment thereof, if any

6 to 12

4. Lump sum tender and contract for works by measurement IAFW-2159 (Revised-1947) i.e. Schedule „A‟, „B‟, `C‟ & „D‟

etc.

____ to ____

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

____ to ____

6. *Schedule of Minimum Fair Wages

____ to ____

7. Special Conditions

____ to ____

8. Particular Specifications section (Specifications and

Workmanship for material & works)

____ to ____

9. List of Drawings.

____ to ____

10. Source /make of material and testing of materials, Appendix

A to G

____ to ____

11. Errata/Amendments to tender documents.

____ to ____

12. Relevant correspondence.

____ to ____

13. Acceptance letter.

____ to ____

14. Drawings : Sheets

____ to ____

Total No. of Pages

* These documents have not been attached with tender documents and can be seen in any MES office on any working day. SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED: ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Srl No 02 Tele :01782-275802 Garrison Engineer 863 EngrWks Section C/O 56 APO 8218/T-19/ 03 /E8 18 JuL 2018 M/s ____________________ ________________________ ________________________

NAME OF WORK: SPECIAL REPAIR TO FENCING AND BLDG NO-P-58 OF 581 LT REGT AND PROVN OF ONE MEAT CUTTING ROOM NEAR COOK HOUSE OF 133 MED

REGT IN THE AREA OF AGE B/R PRITHI MILATARY STATION UNDER GE 863 EWS

Dear Sir(s),

1. A set of tender documents along with BOQ for work mentioned above is being uploaded on the

MES portal of www.eprocuremes.gov.in.

2. You are invited to participate in this competitive tendering by submitting in single stage two

covers system i.e “Cover 1” is Fee/PreQual/Technical and “Cover 2” is for price bid. The tender is

to be uploaded on www.eprocuremes.gov.in web site.

3. Tender shall be received online on dates fixed as under:-

(i) Closing date and time of e-bid :Visit www.eprocuremes.gov.in

submission (Cover 1 & 2)

(ii) Date and time of e-bid opening :Visit www.eprocuremes.gov.in

(Cover No 1)

(iii) Date and time of e-bid opening : Will be intimated online after completion

(Cover No 2) of evaluation of Fee/ PreQual/ Technical

4. The salient points/instructions to the tenderers are highlighted as per annexure enclosed

with this letter.

5. This letter along with annexure shall from part of the contract. Yours faithfully, Encls: As above ______________________________ GARRISON ENGINEER SIGNATURE OF CONTRACTOR ACCEPTING OFFICER DATED:

CA NO: GE/863/EWS-T-19/2018-19 Srl No 03 INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLIED WITH BY

THE TENDERER(S)

1. EARNEST MONEY

Contractor(s) who are not enlisted with MES/who are enlisted but have not executed the Standing

Security Bond, shall submit Earnest Money Deposit as detailed in Appendix ‟A‟ to Notice of Tender in

any one of the following forms, along with their tender:-

(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE 863 EWS, C/O 56 APO.

(b) Receipted Treasury Challan, the amount being credited to the revenue deposit of GE

863 EWS, C/O 56 APO.

Note:Earnest Money in the form of Cheque/Bank Guarantee etc, will not be accepted.

NON SUBMISSION OF EARNEST MONEY WILL RENDER THE TENDER AS NON BONAFIDE

AND SHALL NOT BE CONSIDERED FOR ACCEPTANCE

2. SECURITY DEPOSIT: In case the tender submitted by such contractor(s) who are not

enlisted with MES/who are enlisted but have not executed the Standing Security Bond is accepted,

he will be required to lodge with the Principal Controller of Defence Accounts, Chandigarh.

Individual Security Deposit calculated with reference to “TENDERED COST” as notified by the

Accepting Officer subject to a maximum Rs. 11, 25,000.00 (See condition 22 of IAFW-2249) within

thirty days of the receipt by the contractor of the notification of the acceptance of his tender, failing

which this sum will be recovered from the first RAR payment or from the first final bill. However in

cases where any payment is made to the contractor within thirty days of the receipt of him of

notification of the acceptance of tender, the amount of individual security deposit shall be recovered

from such payments.

3. CONTRACTORS WHO ARE ENLISTED UNDER CHIEF ENGINEER WESTERN

COMMAND/COMMANDER WORKS ENGINEER SHIMLA HILLS JUTOGHAND WHO HAVE EXECUTED

STANDING SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF A LOWER

CLASS

3.1 In case the tender is accepted, the amount of “Additional Security Deposit” will be as notified

by the Accepting Officer. This amount would be the difference between the “Individual Security

Deposit” calculated with reference to the “TENDERED COST” and the ” Standing Security Deposit”

already lodged (Refer Condition 22 of IAFW-2249).

4. CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CHIEF ENGINEER WESTERN

COMMAND/COMMANDER WORKS ENGINEER SHIMLA HILLS JUTOGH

4.1 Contractors whose names are on the approved list of any MES formation i.e. other than Chief

Engineer Western Command/commander works engineer shimla hills jutogh and who have

deposited Standing Security Deposit and have executed Standing Security Bond may tender without

depositing Earnest Money with the tender and if the Accepting Officer decides/proposes to accept

the tender, such tenderers will be required to lodge with the Principal Controller of Defence

Accounts, Chandigarh the amount of Individual Security Deposit within thirty days of the receipt by

the contractor of the notification of the acceptance of his tender, failing which this sum will be

recovered from the first RAR payment or from the first final bill. However in cases where any

payment is made to the contractor within thirty days of the receipt of him of notification of the

acceptance of tender, the amount of individual security deposit shall be recovered from such

payments.

4.2 The amount of “Individual Security Deposit” for the work (in case the tender is accepted)

would be the amount calculated with reference to the “TENDERED COST” as per the scales laid down

by the MES for calculation of „Earnest Money‟ enhanced by 25% subject to a maximum of Rs.

11,25,000.00

Contd./-

CA NO: GE/863/EWS-T-19/2018-19 Srl No 4

5 CONTRACTORS NOT ENLISTED IN ANY MES FORMATIONS OR ENLISTED WITH MES FORMATION

BUT NOT EXECUTED STANDING SECURITY BOND

5.1 Contractor who is not enlisted with the MES/who is enlisted but has not executed the

standing security bond, while submitting a tender shall be required to furnish Earnest Money along

with the tender. However if the tender submitted by such a contractor is accepted, the contractor

will be required to lodge with the Principal Controller of Defence Accounts, Chandigarh

Security Deposit (Individual Security Deposit for the specific work) within thirty days of the receipt

by the contractor of the notification of the acceptance of his tender, failing which this sum will be

recovered from the first RAR payment or from the first final bill. However in cases where any

payment is made to the contractor within thirty days of the receipt of him of notification of the

acceptance of tender, the amount of individual security deposit shall be recovered from such

payments. The Earnest money will be refunded to the tenderer after the Security Deposit is lodged

by the contractor or recovered from the payments

6. GENERAL INSTRUCTIONS FOR COMPLIANCE

6.1 The tender documents should be uploaded to MES portal www.eprocuremes.gov.in.

6.2 The tender and all connected document should be digitally signed.

6.3 Even in case of firms or companies which have already given power of attorney to an

individual authorising him to digitally sign tender and contract documents on behalf of the firm and

in pursuance of which tenders are being signed by such persons as a routine, a fresh Power of

Attorney duly executed in his favour by all partners or the firm stating specifically that the person

has authority to bind such partner(s) or the firm, or the company as the case may be, including the

condition relating to Arbitration clause, should be uploaded/submitted with the tender, unless such

authority already been given to the persons concerned by the firm or the company.

6.4 Power of Attorney shall be executed as indicated below:-

(i) In case of an individual, sworn affidavit shall be executed by the contractor himself.

(ii) In the case of partnership concern, power of attorney shall be executed by the all partners.

(iii) In the case of company, power of attorney shall be executed in accordance with the

constitution of the company.

6.5 The contractor shall employ only Indian Nationals after verifying their antecedents and

loyalty. Attention is also drawn to conditions 24 and 25 of IAFW-2249.

6.6 Tender(s) will be opened/downloaded on the due date and time fixed for receipt of tenders/

bid submission. Tenderers who submitted/uploaded their bid and desires of being present at the

time of opening of the tenders may do so at the appointed time.

6.7 CPM

6.7.1 The tender is based on CPM.

6.7.2 The tenderer is expected to be fully conversant with the CPM technique and employ technical

staff who can use the technique in sufficient details. Sufficient books and other literature on the

subject are widely available which the tenderer may make use of.

6.7.3 The time allowed for the completion of work has been worked out through CPM after dividing

the work in board stage.

6.7.4 The tenderers attention is drawn to special condition of the tender regarding preparation of

the detailed net work and time schedules as for the work and his liability for employing sufficient

resources to adhere to this schedule. Any inability on the part of the tenderer in using the technique

will be taken as his technical insufficiency and will effect his class of enlistment and future prospects

for receiving tenders for the works.

CA NO: GE/863/EWS-T-19/2018-19 Srl No 5

6.8 The tenderers shall ensure that the “in lieu” sheet referred to above is returned alongwith the

tender duly signed.

7. The department may issue amendments/errata to the tender documents before due date of

submission/uploading of tenders. The tenderer is required to read the tender documents in

conjunction with amendments, if any, issued by the department. The tenderer is not supposed to

incorporate any amendments/errata in the body of the tender documents. In case the

amendments/errata issued are incorporated by the tenderer is the body of tender they shall not be

considered and the amendments/errata to tender documents as issued by the department shall only

hold good.

8 SPECIAL ATTENTION FOR QUOTING THE TENDER

8.1 The tenderer shall quote his rates/bid on the BOQ Schedule‟ A‟ and General Summary pages

only.

8.2 In case the tenderer has to revise/modify the rates quoted, he may do so only in the BOQ

Schedule‟ A‟ / General Summary before bid submission date.

8.4 In the event of lowest tenderer revoking his offer, the earnest money deposited by him shall

be forfeited. In case of MES enlisted contractors, the amount equal to the Earnest Money stipulated

in the Notice of Tender, shall be notified to the tenderer for depositing the amount through MRO,

failing which the amount shall be recovered from payment due to such Contractor or shall be

adjusted from his Standing Security Deposit. In addition, such tenderer and his related firm shall

not be issued the tender in second call or subsequent calls. It may be noted that issue of further

tender(s) to such firm, shall remain suspended till the aforesaid amount is deposited in Govt.

Treasury by such firm or till the said amount is recovered from the Contractor‟s payments/standing

security .

9. These instructions shall form part of the tender documents and shall be digitally signed &

returned/uploadedalongwith the tender documents.

10. Keeping in view the applicability of GST on all contracts, it is mandatory for the contractors

to upload their GST registration Number along with Technical bid. This will be one of the criteria for

qualifying technical Bid. Contractor who does not upload GST registration Number shall be

disqualified in Technical Bid evaluation and Financial Bid shall not be opened.”

__________________________ GARRISON ENGINEER

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER

DATED:

CA NO: GE/863/EWS-T-19/2018-19 Srl No 06

MILITARY ENGINEER SERVICES NOTICE OF TENDER IAFW-2162

APPLICABLE FOR LUMP SUM/MEASUREMENT CONTRACTS

1. A tender is invited for the work as mentioned in Appendix „A‟ to this Notice of Tender.

2 The work is estimated to cost as indicated in aforesaid Appendix „A‟. This estimate however is

not a guarantee and it is merely given as rough guide and if the work costs more or less, the

tenderer will have no claim on this account. The tender shall be based as mentioned in aforesaid

Appendix „A‟. The work is to be completed within the period as indicated in aforesaid Appendix „A‟, if

any, indicated in the tender from the date of handing over site, which will be on or about two weeks

after the date of Acceptance of tender.

3.1 Normally Contractors whose names are on the MES approved list for the area in which the work lies

and within whose financial category the estimated amount would fall, may tender but in case of

term contracts, Contractors of category „E‟ to „SS‟ may tender. In case where the tendered amount

is in excess of financial category whether or not the estimated amount was within the financial

category of the contractor, the Accepting Officer reserve the right to accept the tender, in which

event, the tenderer would be required to lodge “Additional Security Deposit” as notified by the

Accepting Officer in terms of conditions of contract.

3.2 Contractors whose names are borne on the MES approved list of any MES formation other than CE

WC/COMMANDER WORKS ENGINEER SHIMLA HILLS JUTOGH and who have deposited „Standing

Security‟ and have executed „Standing Security Bond‟, may also tender without depositing „Earnest

Money‟ along with the tender and if the Accepting Officer proposes to accept tender, such tenderer

would be required to deposit “Individual security deposit” equal to the amount as indicated by the

Accepting Officer. with the Principal Controller of Defence Accounts, Chandigarh (See condition 22 of

IAFW-2249) within thirty days of the receipt by the contractor of the notification of the acceptance

of his tender, failing which this sum will be recovered from the first RAR payment or from the first

final bill. However in cases where any payment is made to the contractor within thirty days of the

receipt of him of notification of the acceptance of tender, the amount of individual security deposit

shall be recovered from such payments.

3.3 One tenderer or one firm of the contractors shall submit not more than one tender.

3.4 Under no circumstances will a father and his son(s) or other close relations, who have business

dealing with one another; be allowed to tender for the same contract as separate competitors.

Breach of this contract condition will render the tender of both parties liable to rejection.

4. The GE 863 EWS, C/O 56 APO will be the Accepting Officer, hereinafter referred to as such for

the purpose of this contract.

5.1 Application for the tender form must be submitted to GE 863 EWS, C/O 56 APO so as to reach his

office on or before as mentioned in aforesaid Appendix „A‟.

5.2 Invitation for application for issue of tender does not constitute any guarantee for issue of tender to

any applicant even to an enlisted contractor of appropriate class. Issue of tender will be decided by

the Accepting Officer based on interalia, past contract records, financial position and experience of

similar work executed by the applicant/contractor. The Accepting Officer shall consider applications

received up to the date of receipt of applications/extended date of receipt of applications for issue of

tender. The applicant/contractor will be informed regarding non-issue of tender. The

applicant/contractor, if he so desires, may appeal to the next higher engineering authority with copy

to the Accepting Officer. No appeal/representation shall be entertained in respect of applications for

issue of tender received after the due date of receipt of application/extended date of receipt of

applications.

6.1 Tender form and conditions of contract and other necessary documents together uploaded on

www.eprocuremes.gov.in.

6.2 The appropriate „Standing Security‟ amount for this work will be as deposited by the contractors

enlisted in the area in which the work lies for class mentioned in aforesaid Appendix „A‟.

6.3 In the case of a contractor who has not executed the „Standing Security Bond‟, the tender shall be

accompanied by „Earnest Money‟ for the amount referred to in the aforesaid Appendix „A‟ in the form

of deposit at call receipt issued in favour of GE mentioned in aforesaid Appendix „A‟ by Scheduled

Bank or receipted Treasury Challan, the amount being credited to the revenue deposit of the GE. 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 tender without depositing „Earnest Money‟ along with the tender, but

if the Accepting Officer decides to accept the tender, such tenderer shall lodge „Individual Security

Deposit‟ as notified by the Accepting Officer with the Principal Controller of Defence Accounts

concerned in the prescribed form all as mentioned in Para 4.1 on serial page No 3 hereinbefore..

CA NO: GE/863/EWS-T-19/2018-19 Srl No 07

NOTICE OF TENDER IAFW-2162 (CONTD.)

6.4 A contractor who has executed standing security bond but not for the appropriate class as

mentioned above shall lodge with the Accepting Officer, „Additional Security Deposit‟ as notified by

the Accepting Officer with in thirty days of the receipt by him of notification of acceptance of his tender failing which the sum will be recovered from the first RAR payment or from the first bill in case of term/running contract. However in cases, where any payment is made to the contractor with in these thirty days, the amount of „Additional Security Deposit‟ shall be recovered from such payment.

6.5 The earnest money will be returned applicable to all unsuccessful tenderers by endorsing an authority on the deposit receipt for its refund.

6.6 Either the „Earnest Money‟ will be returned to the successful tenderer by endorsing an authority on the deposit receipt for refund or on receipt of an appropriate amount of security deposit or will retain the same on account of security deposit if such transaction is feasible.

6.7 Copies of the drawings and other documents pertaining to the work (signed for the purpose of notification by the Accepting Officer or his accredited representative) and sample of material and stores to be supplied by the contractor will be kept open for inspection of the tenderers in the office of GE/AGE as mentioned in the aforesaid Appendix „A‟ during working hours.

7. The tenderers are advised to visit the site by making prior appointment with the GE/AGE by giving sufficient time.

8. Tenderers shall be deemed to have full knowledge of all relevant documents, samples, sites etc whether he has inspected them or not.

9. The GE 863 EWS, C/O 56 APO will receive tender on the date and time indicated in the aforesaid Appendix „A‟.

10. Any tenderer, who proposes any alterations to any of the conditions, laid down or proposes any other condition of any description whatsoever is liable to be rejected.

11. The submission/uploading of tender by a tenderer implies that he has read this office notice and the conditions of

the contract and has made himself aware of the scope and specifications of work to be done and of the conditions and rates at which stores, tools, and plants etc will be issued to him, local conditions and other factors bearing on the execution of the work.

12. Tenderer must be in possession of a copy of MES standard Schedule of rates 2009 (Part I) Specifications and

SSR (Part-II)-2010 for rates including amendments/errata thereto.

13. Tenderer must be very careful to deliver a bonafide tender. A bonafide tender must satisfy each and every condition laid down in this notice.

14. The Accepting Officer reserves his right to accept a tender submitted by a Public Undertaking giving a purchase preference over other tender(s), which may be lower and admissible under the government policy.

15 No claim for any compensation or otherwise shall be admissible from such tenderer(s) whose tender(s) may be

rejected on account of said policy. 16 The Accepting Officer does not bind himself to accept the lowest tender or any tender or to give any reason thereof.

17. This Notice of tender shall form part of the contract. ______________________________ GARRISON ENGINEER SIGNATURE OF CONTRACTOR ACCEPTING OFFICER DATED:

CA No: GE/863/EWS-T-19/2017-18 Serial Page No 08

APPENDIX 'A' TO NOTICE OF E-TENDERING : INVITING APPLICATION OF TENTER TO BE READ WITH MAIN NOTICE OF TENDER (IAFW-2162 REVISED 1960)

Garrison Engineer (GE 863 EWS, C/O 56 APO on behalf of President of India invites application from eligible enlisted Contractors of MES and enlisted/un-enlisted contractors working with other Govt. Departments meeting eligibility criteria for considering the tender bids for the stated tender. The prospective likely contractors are requested to look up the website "www.eprocuremes.gov.in" under the portal eprocuremes.gov.in. This is an e- tender, manual offered bids for this tender will not be accepted under any circumstances, only electronic offer bids shall be accepted. For detailed instructions, please refer to website. A condensed version of Notice of Tender to be read with main Notice of Tender (lAFW-2162 Revised 1960) is submitted below

Para of Main NIT

Brief of Para Contents to be filled in

Para 1 Name of work SPECIAL REPAIR TO FENCING OF 581 LT REGT IN THE ARAEA OF AGE B/R PRITHI MIL STN AND PROVN OF 01X TOILET BLOCK WITH 01XURINAL POT , 01XWC AND 01XWHB ALONGWITH WATER STORAGE TANK OF 500 LTR CAPACITY BETWEEN MI ROOM & UNIT RUN CANTEEN OF DOGRA SCOUTS AT SUMDO THE AREA OF AGE B/R POOH UNDER GE 863 EWS

Para 2 Estimated Cost of Work

22.42lakh

Para 3 Cost of Tender Documents

Rs 500/- by way of Demand Draft/Bankers Cheque from any Nationalized Bank/ Schedule Bank in favour of "Garrison Engineer 863 EWS" Payable at Rampur Bhushar along with application. Original DD shall reach this office before opening date of bid (cover-1) along with details of firm otherwise tender will not be considered.

Para 4 Completion Period 210 days

Para 5 Last date of receipt of tender Refer critical dates and also visit www.eprocuremes.gov.in

Para 6 Type of contract Tender shall be based on IAFW 2249 and IAFW 1779-A item rate contract with schedule and PS. Item rate to be quoted by

tenderer in BOQ.

Para 7 Date and time of publishing of tender documents/ sale start date

Refer critical dates and also visit www.eprocuremes.gov.in

Para 8 Earnest money Deposit Rs. 44840/- in the form of DD/Bankers Cheque from any Nationalized Bank/ Schedule Bank in favour of Garrison Engineer 863 EWS. MES enlisted contractors are exempted from submission of EMD.

Para 9 Date of opening of Online applications (Cover-1) and evaluation thereof

Refer critical dates and also visit www.eprocuremes.gov.in

Para 10 Eligibility Criteria

(A) MES Enlisted Contractors

(i) Scanned documents to be up-loaded along with application indicating valid email ID :-

(a) An application form requesting tender documents.

(b) Enlistment letter along with its enclosures.

(c) Demand Draft towards cost of tender to be uploaded.

(d) Scanned copy of GST Registration No

(ii) Appropriate Enlisted Class 'E' Class

(iii) Category of Enlistment a (i),a(ii) & b (i)

(B) Un-Enlisted Contractors

Scanned documents to be up loaded along with application indicating valid email ID

(i) Documents meeting enlistment criteria of MES for 'E' Class and category a (i), a(ii) & b (i), with regards to satisfactory completion of requisite value of similar works, annual turnover, solvency, working capital, fixed assets, engineer establishment etc. (Affidavits in original and attested copies of supporting documents to be furnished with applications) (Enlistment criteria are available in all MES offices and MES web site "www.mes.gov-in")

(ii) An application form requesting tender documents alongwith tender fee.

(iii) For un-enlisted contractor police verification report.

(iv) Scanned copy of eligibility criteria and affidavit of Rs.100/- of no recovery outstanding in any Govt. Deptt.

(v) EMD of requisite value with price bid i.e. Cover-2.The original EMD/- in the form of DD/Bankers cheque from any Schedule/Nationalized bank in favour of " GE 863 EWS" , Payable at Rampur Bhushar shall reach this office before the date and time of opening of Price Bid i.e, Cover-2,otherwise the tender will be considered as non-bonafide

(vi) Scanned copy of GST Registration No

(vii) Scanned copy of license of the license holder of eligible category for carrying out the electric works

Note for (A) & (B) above: All above documents in .pdf format uploaded in a single folder will only be acceptable.

Para 11 Date and time of publishing of tender documents/ Sale start date & Bid submission start date

Visit www.eprocuremes.gov.in

Last date & time for receipt of online applications (Cover- 1)

Visit www.eprocuremes.gov.in

Date and time of bid closing (Cover -1&2)/ sale end

Visit www.eprocuremes.gov.in

Date and Time of bid opening on or after Visit www.eprocuremes.gov.in

Para 12 Name of CE HQ CE Chandigarh, Chandigarh Zone

Name of CWE HQ CWE Hills, Shimla JutoghCantt

Name of GE/AGE(I) GE 863 EWS, C/O 56 APO

Cont …../-

CA No: GE/863/EWS-T-19/2017-18 Serial Page No 09

APPENDIX ‘A’ TO NOTICE INVITING e-TENDER (Contd.) Note : -

1 For submission of e-tender, bidders are requested to get themselves registered with website www.eprocuremes.gov.inalongwith class-II/III DSC (Digital Signature Certificate) issued by authority agency under IT Act. 2 Tenders are requested to look up the MES official website www.eprocuremes.gov.in under the portal www.eprocuremes.gov.in. this is an e-tender, manual offered bid for this tender will not be accepted under any circumstances, only electronic offer bids shall be accepted. For detailed instructions, please refer to website. Tender information is also available www.eprocuremes.gov.in. the appendix „A‟ to be read with Notice of tender (IAFW-2162 revised 1960). 3 Digital application received without scanned copy of Demand Draft/Banker‟s Cheque shall not be considered for e-tendering. Tender cost shall be non refundable if the application for issue of tender forms (Cover-1) is accepted and tender documents in digital form are only be considered after scrutiny and selection of tenders. However, tender cost shall be returned to the applicant by the accepting officer whose Cover -2 is not opened. Please note that Cover-2 (Financial bid) will be opened only in respect of qualified and eligible contractor who fulfills the eligibility criteria as per Tech bid submitted in Cover-1(applications/ technical bid). 4. DEMAND DRAFT TOWARDS COST OF TENDER AND EARNEST MONEY ON DEPOSIT :-

(i) Original Demand Draft for cost of tender and earnest money scanned and uploaded online for pre – qualification (as applicable) in Cover No 1 must reach to this office offline not later than five days from the date of submission of bid exclusive the date of bid submission Cover 2 (Price bid) of tenderer(s) will not be considered/opened . No claim whatsoever shall be entertained on this account. Copy of demand draft/ Banker‟s Chequealongwith application shall be uploaded online and original to be submitted offline by the tenderer before due date & time fixed for opening of cover No. 1.

(ii) In case of MES enlisted tenderers, if original DD is not received within period stated above, subject to satisfying other prequalifying criteria, the financial bid shall be opened. The amount of cost of tender shall be recovered from any amount due to the MES enlisted contractor. Failure of non submission of hard copy of DD amounts to wilful negligence with ulterior motive and therefore the tenderer shall be barred to tender during the period of 6 months commencing from the date of opening of financial bid.

(iii) In case of un-enlisted tenderers, if original DD is not received within the time stipulated, the cover 1 („T‟ bid) shall not be validated for opening of financial Bid. Name of such contractors alongwith complete address shall be circulated for not opening of bids for the period of six months commencing from date of opening of financial bid.

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

5 The applicant shall also renew/ or forward fresh DD/ Bankers cheque at his own cost on demand by Accepting Officer in case of postponement of tender, failing this the applicant‟s request for issue of tender shall be rejected and he shall not have any claim whatsoever on this account on Govt. 6 Submitting of online application along with other co-related documents for tender documents does not constitute any guarantee for consideration of tender, even to enlisted contractors of appropriate class. Further the applicant contractor shall not become automatically entitled for consideration of tender by virtue of enclosing the tender cost with online application and the Accepting officer shall reserve the right to deny consideration for tendering to any applicant contractor. 7 Consideration of tendering will be decided by the Accepting officer based on interalia, past track record, financial position and experience of similar works executed by the applicant contractor. The Accepting Officer shall consider applications received up to the date of receipt of applications mentioned under Critical dates/Extended dates. The applicant contractor will be informed regarding non-opening of Cover-2 (Financial bid) without assigning any reasons. 8 ELIGIBLE CRITERIA & PROCEDURE FOR MES ENLISTED CONTRACTORS:

(i) Scanned copy of enlistment letter in MES along with its enclosures with application indicating valid email ID. (ii) Scanned copy of application on letter head of firm requesting issue of tender along with Scanned copy of DD /Banker Cheque towards cost of tender documents in favour of GE 863 EWS. (iii) Scanned copy of GST Registration No. (iv) Work load status of the firm would also be considered as a basis to evaluate the capacity of tenderer. (v) The applicant/contractor will be informed regarding non opening of Cover 2(price bid). The applicant/contractor, if he so desires, may appeal to the next Higher Engineer Authority with copy to the Accepting Officer. Copy of representation should reach this office latest within 10 days of date of intimation by this Office. 9 ELIGIBLE CRITERIA & PROCEDURE FOR OTHER ( UNENLISTED )CONTRACTORS:

(i) Documents meeting enlistment criteria of MES for eligible class and category with regards to Contractors not registered in MES should meet the MES enlistment criteria corresponding to satisfactory completion of requisite value of similar works, annual turnover, solvency, working appropriate class and category capital, fixed assets, engineer establishment etc. (Affidavits in original and attested copies of supporting documents to be furnished with applications indicating valid email ID. (Enlistment criteria are available in all MES offices and MES web site www.mes.gov.in. (ii) No recovery outstanding in any GovtDeptt (for which affidavit to be submitted). (iii) Copy of police verification (within last one year) from the police authorities of the area where registered office is located. For proprietor /each partner /each director ,valid passport duly notarized shall also be acceptable in lieu of police verification.

Contd….

CA No: GE/863/EWS-T-19/2017-18 Serial Page No 10

APPENDIX ‘A’ TO NOTICE INVITING e-TENDER (Contd.)

(iv) Scanned copy of Demand Draft OR Banker Cheque towards cost of tender documents in favour of GE 863 EWS. (v) Scanned copy of GST Registration No. (vi) EMD of requisite value with price bid i.e. Cover-2.The original EMD/- in the form of FDR from any Schedule/Nationalized bank in favour of GE 863 EWS and shall reach this Office before the date and time of opening of Financial Bid i.e Cover-2, otherwise Financial bid will not be opened. 10. FOR ALL CONTRACTORS

(a) The contractor not in possession of GST Registration No shall be disqualified in „T‟ bid evaluation and his financial bid will not be opened as per E-in-C‟s letter No 66546/Manual/77/E8 dated 06 Nov 2015 & 66546/Manual/GST/11/E8 dated 23 Jun 2017 & HQ CEWC letter No 37981-A/GST/10/E8 dt 17 Jul 2017.

(b) Contractor will not be allowed to execute the work by subletting or through power of attorney holder on his behalf to a third party/ another firm except sons/daughters of proprietor /Partner /Director and firm‟s own employees, Director, Projector Manager. This shall be subject to certain conditions which will be prescribed in NIT forming part of the tender documents.

(c) As per section 6 of the EPF & MP act,1952,” the contribution which shall be paid by the employer to the Fund shall be ten percent of the basic wages, clearness allowance and retaining allowance (if any) for the time being payable to each of the employees whether employed by him directly or by or through a contractor , and the employees „ contribution shall be equal to the contribution payable by the employer in respect of him “.Therefore the bonus will still lie with the principal Employer to get compliance of contractors under the EPF & MP Act,1952 ,if the total number of workers employed by him through various contractors is more then twenty.

Therefore contractors are required to produce Provident Fund Code Number immediately after acceptance of the bid but in any case before the commencement of the work i.e before releasing the works order by GE. Further works shall commence on ground only after submission of Provident Fund Code Number and no claims whatsoever shall be entertained due to delay in commencement of the work on this account. The contractor shall ensure compliance of EPF & MP Act,1952 by the sub-contractor if any engaged for said works.

(d) Scanned copy of license of the license holder of eligible category for carrying out the electric works

11. In case of rejection of technical /pre-qualification bid, contractor may appealed to next higher Engineering authority i.e HQ CWE Hills, Shimla, Jutogh on email [email protected] against rejection, whose decision shall be final and binding. However contractor / bidders shall not be entitled to any compensation whatsoever for rejection of technical/pre-qualification bid. 12 All above documents in pdf format uploaded in a single folder will only be acceptable. 13 Under no circumstances, subletting in any form will be allowed. Even the power of attorney shall not be accepted and allowed. ____________________________ SIGNATURE OF CONTRACTOR (Jayant Chaudhari) Lt Col Garrison Engineer 8218/T-19/ 02 /E8 dated 30 May 2018 GE 863 EWS Pin-913863 C/o 56 APO

Distribution :-

1 HQ CE, Chandigarh Zone, Chandigarh 2 HQ CWE S/H Jutogh

3 HQ CWE AmbalaCantt 4 HQ CWE Chandimandir

5 HQ CWE (AF) Chandigarh 6 HQ CWE (P) Patiala,

7 HQ CWE (AF) Ambala 8 GE (U) Chandimandir

9 AGE (I) (P) Chandimandir 10 GE (P) (I) Chandigarh

11 GE (AF) Chandigarh 12 GE R&D Chandigarh

13 GE (P) Ambala 14 GE(S) Ambala

15 GE (N) Ambala 16 GE S/H Kasauli

17 SBI Jhakri, Rampur 18 GE Jutogh, Shimla

19 GE Chandimandir

20 MES Builders Associations of India, 599, Sector 9 Panchkula

21 MES Builders Associations of India, 807, Sahyog, 58, Nehru Place, New Delhi

Internal

22 E-2 Section 23 Notice Board

24 Concerned Sub Division

CA NO: GE/863/EWS-T-19/2018-19 Srl No 13

IAFW-1779A (REVISED 1955)

(TO BE READ IN CONJUCTION WITH GENERAL CONDITION OF CONTRACT

IAFW-2249 (1989 PRINT)

MILITARY ENGINEER SERVICES

REGISTERED

Tele: 01782-275802 Garrison Engineer

863 EngrWks Section C/O 56 APO

8218/T-19/ 03 /E8 18 Jul 2018

NAME OF WORK: SPECIAL REPAIR TO FENCING AND BLDG NO-P-58 OF 581 LT REGT AND PROVN OF ONE MEAT CUTTING ROOM NEAR COOK HOUSE OF 133 MED REGT IN

THE AREA OF AGE B/R PRITHI MILATARY STATION UNDER GE 863 EWS

1. Shri/M/S_____________________________ of _______________________ is/are

hereby authorised to offer bid for the above mentioned work.

2. The tender is to be uploaded on MES website eprocuremes.gov.in as per NIT details. 3. All correspondence must be returned to this office whether or not the tender has been

submitted.

4. All correspondence concerning to this tender shall 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 TENDER OR ANY OTHER TENDER.

SIGNATURE OF OFFICER

SIGNATURE OF CONTRACTOR ISSUING THE DOCUMENTS

APPOINTMENT: GARRISON ENGINEER

DATED: _______________ GARRISON ENGINEER

CA NO: GE/863/EWS-T-19/2018-19 Srl No 14

SCHEDULE ‘A’ (BOQ) NOTES NOTES:-

1. 2.

Entire work covered under this contract shall be completed within 180 days from the date of commencement of

work as mentioned in the work order No 1 to be issued by the GE.after acceptance of the tender with date of

commencement as mentioned in said letter issued by AO.

All the items of works shall be executed as per specifications given in Schedule „A‟ read in conjunction with

particular specifications or in absence thereof read in conjunction with specifications given in MES schedule of

rates 2009 Part-I and for any item in case the specifications are not given in particular specification MES

Schedule of rates, specification as given in relevant Indian standard or as per code of practice shall be followed

3. The items and quantities indicated in various sections of Schedule `A’/BOQ are provisional and inserted for

guidance only and may be varied as per actual requirements. However these shall not be varied beyond the limits

laid down in condition 7 of IAFW-2249 (General Conditions of the contracts).

4. The rates are required to be filled in Schedule `A’/ BOQ (Cover-2) by the tenderer. If the BOQ is

revised, the tenderer has to quote in revised BOQ if he failed to do so 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.

5. The amount arrived at the end of the Schedule `A’/BOQ by the tenderer of various Schedules is not firm but

shall be treated as “Contract-Sum” (after considering the total amount of ‘Credit Schedule’ enclosed by

the MES duly priced) as defined in IAFW-2249 (General conditions of the contracts). Page of „Summary of

Schedule „A‟ enclosed herewith after shall be filled up /corrected by department.

6. The unit rate quoted by the tenderer shall deemed to be inclusive of :-

(a) Provision of necessary materials &labour, supply & fixing, laying, jointing, fabrication, assembling and testing etc.

(as applicable) unless mentioned specifically as fixing only or hanging only or supply only or laying only and the

like required for entire completion of the work all as specified and directed.

(b) TAXES, DUTIES & LEVIES ETC. (REFER SPECIAL CONDITION FOR REIMBURSEMENT /REFUND ON

VARIATION IN TAXES DIRECTLY RELATED TO CONTRACT VALUE). All statutory levies/duties/taxes

including GST applicable as on date of receipt of tender. It may be noted that conditional tender regarding this

aspect and/or any other account will not be considered and shall be liable to be REJECTED.

(c) The unit rates quoted by the tenderers shall be deemed to allow for “minor extras” which are not specifically

specified but are essentially required for the execution of work in a workman like manner and sound engineering

practice. In case of difference of opinion as whether, a certain item of works constitute as “minor extra or not”,

the decision of the Accepting Officer shall be final, conclusive and binding.

(d) The qtrs/buildings shall be handed over in phased manner as decided by GE. The contractor shall not claim any

extra amount on this account.

(e) Cutting/leaving/forming chases, holes etc. through in walls, floors, roofs and ceiling as required and making good

the same to match with the adjoining surfaces required in connection with the works included in Schedule „A‟

BOQ and no extra shall be paid on this account.

7. The descriptions of items of works mentioned in Schedule „A‟ are in brief. These are deemed to be amplified

and shall be read in conjunction with the special conditions, particular specifications, specifications for materials

and workmanship, conditions and preambles in relevant trade section of MES Schedule and all these documents

taken as mutually explanatory of one another.

8. Special conditions and preambles given in MES Schedule Part-II under respective trade shall be applicable, if any,

provision in the description of items of Schedule „A: and/or in particular specifications is at variance with the

provisions in special conditions in MES Schedule Part-II and preambles to MES Schedule items, the provisions in

descriptions of Schedule „A‟ and provisions in particular specifications shall take precedence there over.

9. DEMOLITION & DISMANTLING :

(a) Demolition shall be carried out carefully without endangering existing adjoining structures, if any. In case

any damage is caused, the same shall be made good to match with the existing by the Contractor without

any extra cost to the Govt.

(b) The tenderer(s) are advised to visit the site to ascertain the scope of work involved in this schedule.

However the tenderer(s) shall be deemed to have satisfied himself regarding nature of items to be

demolished/scope of work, whether they visit the site or not, no claim on account of above shall be

entertained at any stage.

(c) Old materials to be retrieved from the buildings/other items of demolition shall be the property of the

Contractor as per Schedule of Credit and it shall be responsibility of the Contractor to remove all the

materials from the site (including disposing off the rubbish, spoil, debris, worthless materials etcout side

the MOD land and dumping the same at the places notified by the local administration) and the entire

area shall be made neat and clean to the entire satisfaction of GE.

(d) Any other serviceable materials retrieved from demolition/dismantling having worth value not included in

the Schedule of credit shall be deposited in the MES store yard by the Contractor.

(e) The cost of all the above mentioned aspects shall be deemed to be included in the quoted rates of

contractor.

:

CA NO: GE/863/EWS-T-19/2018-19 Srl No 15

SCHEDULE ‘A’ (BOQ) NOTES NOTES:-

10. The works included in these tender documents are to be executed as per Schedule „A‟ at the location

mentioned in the name of work. However the tenderers are advised to visit the site in consultation with the GE

for ascertaining the actual location, nature, scope and quantum of the works involved against various items of

Schedule “A” and about approach to site etc. It is however clarified that no claim whatsoever whether the

tenderer (s) visit(s) the site or not shall be entertained at any stage on account of above.

11.

The contractor should kept in mind while quoting their/his tender, the fact that the site/buildings were the

repair/work is to be carried out are under occupation and shall remain under occupation while carrying out the

work. The contractor will carry out the work in phased manner in consultation with Engineer-in-Charge. It will

be the responsibility of the contractor to submit in writing his planning programme of work; minimum seven

days in advance to take over site/commence the work or any other requirements. No compensation or extra

shall be admissible on this account

.

12. The tender is based on item rate and the contractor has to quote the rates for each item as described in (BOQ)

Schedule of works. The description of the items in Sch „A‟ is brief and these are deemed to be amplified as stated in

note 6 here-in-above and nothing extra will be admissible on this account.

13 The materials to be incorporated in the work shall be conforming to the relevant IS and shall also bear ISI

certification marking. In the event of items where particular brand/makes are specified which are equivalent to relevant

IS specifications, but not ISI marked, then these items shall be incorporated of the make/brand specified in the CA. In

the event where the items of particular brand/makes are available with ISI certification marking and also without ISI

certification marking, then the items of this specified brand/makes having ISI certification marking shall be

incorporated in the work.

14 Tenderers to note that materials required to be incorporated in this work shall be procured from original

manufacturer or their authorized agent of the original manufacturers of the machine/equipment‟s appliances. These

shall be identical to those existing or specified by the original manufacturer. Original purchase vouchers shall be

produced before putting claims for payment, which shall be verified and defaced by Engr-in-Charge and shall be kept on

record.

15. CREDIT SCHEDULE :

(a) The items and quantities given under the respective columns are provisional, however, the rates inserted for

credit are firm. For calculation of the Contract-Sum, the amount of the „credit schedule‟ as indicated shall be

considered.

(b) The amount for the credit schedule shall be recovered for the actual quantities ordered and retrieved from the

demolition/dismantling/taking down under respective items of Schedule „A‟. The contractor shall be permitted

to remove the materials indicated below in the credit schedule only after affecting the recovery for the same

from the RAR/Final Bill as applicable and after written permission is obtained by the contractor from the

Engineer-in-Charge i.e. after signing of „Demolition Certificate‟ by the GE.

(c) It is clarified that the rate of credit/recovery rate per unit inserted by the MES is based on the items as existing

on site and the same is only a rough indication. However, the tenderer (s) are advised to inspect the

site/buildings/items in consultation with the GE to ascertain the actual worth value and the condition of items

etc. and no claim whatsoever shall be entertained at any stage whether the contractor(s) visit the site or not.

(d) The old materials obtained will not be allowed to be re-used in the work unless it is specifically mentioned in the

description of relevant items of Schedule „A‟.

(e) In case of the dispute related to the interpretation of the provisions with regard to the credit schedule, the

decision of the Accepting Officer shall be final and binding.

16 The subject tender comprises of under mention work:-

(a) SPECIAL REPAIR TO BLDG NO-P-58 OF 581 LT REGT AND IN THE AREA OF AGE B/R PRITHI MILATARY

STATION UNDER GE 863 EWS (Job No. 36-S/SR-03/2018-19)

(b) PROVN OF ONE MEAT CUTTING ROOM NEAR COOK HOUSE OF 133 MED REGT IN THE AREA OF AGE B/R PMS

UNDER GE 863 EWS(Job No. 36-S/Rev Wk-04/2018-19)

(C ) SPECIAL REPAIR TO FENCING OF 581 LT REGT AND IN THE AREA OF AGE B/R PRITHI MILATARY STATION

UNDER GE 863 EWS (Job No. 36-S/SR-04/2018-19)

SIGNATURE OF CONTRACTOR GARRISON ENGINEER Dated

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No: 16

APPENDIX ‘X’ (BREAKDOWN DETAILS OF QUANTITIES)

SR N0

SRL ITEM NO. OF BOQ

UNIT Qty in job No. 36-S/SR-03/2018-19 (Jhakri)

Qty in job No. 36-S/SR-04/2018-19 (Jhakri)

Qty in job No. 36-S/REV-04/2018-19 (PMS)

TOTAL QUANTITY

1 Item No 01 Sqm 62.00 62.00

2 Item No 02 Sqm 30.00 9.00 39.00

3 Item No 03 Sqm 30.00 30.00

4 Item No 04 Sqm 2.00 2.00

5 Item No 05 Sqm 10.00 10.00

6 Item No 06 Sqm 20.00 20.00

7 Item No 07 Sqm 40.00 40.00

8 Item No 08 Sqm 30.00 30.00

9 Item No 09 Sqm 20.00 20.00

10 Item No 10 Sqm 75.00 13.00 88.00

11 Item No 11 Sqm 100.00 100.00

12 Item No 12 Cum 0.05 0.05

13 Item No 13 RM 40.00 40.00

14 Item No 14 Sqm 105.00 105.00

15 Item No 15 Sqm 105.00 105.00

16 Item No 16 Sqm 105.00 105.00

17 Item No 17 Sqm 17.00 17.00

18 Item No 18 Sqm 15.00 15.00

19 Item No 19 Sqm 2.00 2.00

20 Item No 20 Cum 2.50 2.50

21 Item No 21 Sqm 15.00 11.5 26.50

22 Item No 22 Sqm 15.00 15.00

23 Item No 23 Qtl 0.50 0.50

24 Item No 24 Kg 50.00 50.00

25 Item No 25 Each 4.00 4.00

26 Item No 26 Each 2.00 2.00

27 Item No 27 Cum 0.12 0.12

28 Item No 28 Sqm 7.00 1.96 8.96

29 Item No 29 Sqm 7.00 7.00

30 Item No 30 Sqm 4.50 4.50

31 Item No 31 Kg 10.00 10.00

32 Item No 32 Kg 10.00 10.00

33 Item No 33 Each 36.00 36.00

34 Item No 34 Cum 0.20 0.20

35 Item No 35 RM 10.00 10.00

36 Item No 36 Sqm 5.00 5.00

37 Item No 37 Sqm 10.00 10.00

38 Item No 38 Sqm 4.00 4.00

39 Item No 39 Each 4.00 1.00 5.00

40 Item No 40 Each 24.00 24.00

41 Item No 41 Each 8.00 8.00

42 Item No 42 Each 8.00 8.00

43 Item No 43 Each 4.00 1.00 4.00

44 Item No 44 Each 4.00 4.00

45 Item No 45 Each 4.00 4.00

46 Item No 46 Cum 6.00 6.00

47 Item No 47 Cum 4.50 9.5 14.00

48 Item No 48 Sqm 15.00 15.00

49 Item No 49 Cum 1.00 2.3 3.30

50 Item No 50 Kg 60.00 160 220.00

51 Item No 51 Kg 15.00 8.00 23.00

52 Item No 52 Each 3.00 3.00

53 Item No 53 Each 3.00 3.00

54 Item No 54 Each 6.00 6.00

55 Item No 55 RM 6.00 6.00

56 Item No 56 Each 3.00 3.00

57 Item No 57 Each 3.00 3.00

58 Item No 58 Each 9.00 9.00

59 Item No 59 Each 3.00 3.00

60 Item No 60 Each 3.00 3.00

61 Item No 61 Each 3.00 3.00

62 Item No 62 Each 3.00 3.00

63 Item No 63 Each 3.00 3.00

64 Item No 64 Each 3.00 3.00

65 Item No 65 Sqm 10.00 10.00

66 Item No 66 RM 15.00 15.00

67 Item No 67 RM 10.00 5.00 15.00

68 Item No 68 RM 5.00 5.00

69 Item No 69 RM 10.00 10.00

70 Item No 70 RM 5.00 5.00

71 Item No 71 RM 5.00 5.00

72 Item No 72 Sqm 15.00 8.00 23.00

73 Item No 73 Sqm 20.00 300.00 5.00 325.00

74 Item No 74 RM 750.00 750.00

75 Item No 75 Sqm 2500.00 2500.00

76 Item No 76 Each 125.00 125.00

77 Item No 77 Cum 30.00 30.00

78 Item No 78 Kgs 6300.00 6300.00

CA NO: GE/863/EWS-T-19/2017-2018 Srl Page No: 17

APPENDIX ‘X’ (BREAKDOWN DETAILS OF QUANTITIES) Contd…….. SR N0

SRL ITEM NO. OF BOQ

UNIT Qty in job No. 36-S/SR-03/2018-19 (Jhakri)

Qty in job No. 36-S/SR-04/2018-19 (Jhakri)

Qty in job No. 36-S/REV-04/2018-19 (PMS)

TOTAL QUANTITY

79 Item No 79 Kgs 450.00 450.00 80 Item No 80 100 RM 150.00 150.00 81 Item No 81 100 RM 100.00 100.00 82 Item No 82 Kgs 2600.00 2600.00 83 Item No 83 100 RM 10.00 10.00 84 Item No 84 Per 10 Nos 40.00 40.00 85 Item No 85 Per Kg 40.00 40.00 86 Item No 86 Sqm 335.00 335.00 87 Item No 87 Sqm 30.00 30.00 88 Item No 88 Cum 10.00 10.00 89 Item No 89 Cum 1.30 1.30 90 Item No 90 Cum 0.04 0.04 91 Item No 91 Sqm 1.40 1.40 92 Item No 92 Cum 4.00 4.00 93 Item No 93 Cum 30.00 6.00 36.00 94 Item No 94 Sqm 9.00 9.00 95 Item No 95 Sqm 16.00 16.00 96 Item No 96 Sqm 2.25 2.25 97 Item No 97 Kg 70.00 70.00 98 Item No 98 Sqm 45.00 45.00 99 Item No 99 Sqm 13.00 13.00

100 Item No 100 Sqm 15.00 15.00 101 Item No 101 Sqm 20.00 20.00 102 Item No 102 Sqm 9.00 9.00 103 Item No 103 Sqm 20.00 20.00 104 Item No 104 Sqm 2.88 2.88 105 Item No 105 RM 5.00 5.00 106 Item No 106 Each 4.00 4.00 107 Item No 107 Each 6.00 6.00 108 Item No 108 Each 4.00 4.00 109 Item No 109 Sqm 1.96 1.96 110 Item No 110 Sqm 4.00 4.00 111 Item No 111 Sqm 3.00 3.00 112 Item No 112 Cum 0.80 0.80 113 Item No113 Sqm 45.00 45.00 114 Item No 114 Sqm 15.00 15.00 115 Item No 115 Each 1.00 1.00 116 Item No 116 RM 2.00 2.00 117 Item No 117 Point

48.00 48.00

118 Item No 118 Each 2.00 2.00 119 Item No 119 - - - - -

119.01 Item No 119.01 Point 32.00 1.00 33.00 119.02 Item No 119.02 Point 4.00 4.00 119.03 Item No 119.03 Point 6.00 6.00

120 Item No 120 Per point 6.00 6.00 121 Item No 121 Each 42.00 2.00 44.00 122 Item No 122 Each 10.00 10.00 123 Item No 123 Each 6.00 6.00 124 Item No 124 Each 6.00 6.00 125 Item No 125 EACH 4.00 4.00 126 Item No 126 Each 26.00 26.00 127 Item No 127 Each 6.00 1.00 7.00 128 Item No 128 Each 6.00 6.00 129 Item No 129 Each 18.00 18.00 130 Item No130 Each 3.00 3.00 131 Item No 131 Each 4.00 4.00 132 Item No 132 Each 1.00 1.00

133 Item No 133 RM 40.00 40.00

134 Item No 134 Each 2.00 2.00

135 Item No 135 Each - 1.00 1.00

136 Item No 136 Each 2.00 2.00

137 Item No 137 Each 12.00 1.00 13.00

138 Item No 138 Each 1.00 1.00

139 Item No 139 RM 6.00 6.00

140 Item No 140 RM 60.00 15.00 75.00

141 Item No 141 Each 3.00 3.00

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No: 21

SCHEDULE OF CREDIT NOTES 1. Qty under Col 4 is provisional and inserted for guideline only.

2. The Govt does not guarantee for the quality and quantity of retrieved materials. The contractor is

advised to verity at site the quality of the items for which he is to offer the credit. The contractor shall

have no claim on this account later on.

3. The material obtained from dismantling/demolition shall remain in the custody of contractor. The

recovery on account of materials listed in Schedule of credit shall be made immediately from payment due

to contractors 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 Engr-in-Charge.

4. Any retrieved material not listed in this Schedule shall be MES property and deposited in the MES

store Yard as directed by Engr-in-Charge.

Sl No

Description of item A/U Qty Rate Amount

1 2 3 4 5 6

1 Old Timber Scantling of 40 sq cm and over in section Cum 0.05 6500.00 325.00 2 Old ceiling boards Sqm 105.00 20.00 2100.00 3

Old timber scantlings under 40 sq. cm in section RM 40.00 5.00

200.00 4 Old scrap steel/ iron Kg 275.00 20.00 5500.00

5 Old CGI/ PGI sheets Sqm 15.00 80.00 1200.00 6 Old chowkats or frames exc. 1.5 Sqm but n. exc. 4 Sqm each

but with shutters (without taking off shutters from the frame) Each 6.00 270.00

1620.00

7 Old chowkats or frames n.exc. 1.5 Sqm each but with shutters (without taking off shutters from the frame)

Each 2.00 250.00 500.00

8 Old steel tubing 15 mm bore RM 10.00 12.00 120.00

9 Old steel tubing 20 mm bore RM 5.00 18.00 90.00

10 Old stop valves/ bib taps/ pillar taps Each 15.00 5.00 75.00

11 Old scrap PVC Kg 10.00 30.00 300.00 12 Old scrap PVC connection 15mm size with PTMT nuts of length

450 Each 6.00 1.00

6.00

13 U/S Point wiring of light /fan /socket point etc Point 48 25.00 1200.00 14 U/S PT switch 5/15 Amp, ceiling rose 5/15 Amp/lamp holder l of

any type Each 100

3.00 300.00

15 U/S Light fitting of any type Each 18 20.00 360.00 16 U/S distribution board /sheet metal enclosure with MCB any

size Each 2

20.00 40.00

17 U/S MCB SPN /SP Each 14 2.00 28.00

18 U/S earth plate Each 1 100.00 100.00 Total 14064.00

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No: 22

SUMMARY

Total amount of Sch 'A' B/F from serial page No. 20 Rs. . . . . . . . . . . . . Less Credit of old material B/F from serial page No. 21 Rs. 14064.00 (minus)

________________ NET CONTRACT SUM Rs.

__________________

[Signature of Contractor] Dated :- Accepting Officer

CA NO: GE/863/EWS-T-19/2018-19 Srl No:23

SCHEDULE ‘B’

LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTOR

(REFER CONDITION 10 OF IAFW-2249)

Ser No

Particulars Unit Rate at which materials etc, will be issued to contractor

Rate in Rs.

Place of issue by name

Remarks

NIL

SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED: ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Srl No:24

SCHDULE ‘C’

LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL HIRED TO THE CONTRACTOR (REFER CONDITION 15-34 AND 35 OFIAFW-2249)

Srl

No

Quantity particulars Details of

MES Skew supplied

Hired charges

per unit per working day

Sand by

charges per unit day

Place of issue

NIL

SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED: ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Srl No: 25

SCHEDULE ‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR SEE CONDITION 16 AND 35 OF IAFW-2249

Srl No

Qty Particulars Rate per unit per working

day(s)

Place of issued by

name

Remarks

NIL

SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED: ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Srl No: 26

TENDER

TO THE PRESIDENT OF INDIA

Having examined and perused the following documents:-

1. Specifications signed by GARRISON ENGINEER. 2. Schedule „A‟, „B‟, „C‟ and „D‟ attached hereto.

3. Drawing detailed in the list of drawings.

4. MES Standard Schedule of Rates 2009 Part-I : Nil & Particular specifications and SSR 2010 Part-II rated together with errata /amendments No 1 to 58 for Part-II as applicable to the above

said schedule (here-in-after and in IAFW 2249 referred to as the MES Schedule.

5. General conditions of contracts IAFW-2249 (1989 print) together with amendment Nos 1 to 40 and Errata 1 to 20.

6. Condition 31 of IAFW-2249 (GENERAL CONDITION OF CONTRACTS) water shall not be supplied by the MES.

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

*(A)) That the sum of Rs___________(Rupees ________ ______________only) forwarded as earnest money shall either be retained as a part of the security deposit or refunded by the

Government on the receipt of the appropriate amount of security deposit all as per condition 22 of IAFW-2249.

(B) To execute all the works referred to in the said documents upon the terms and conditions contained/referred to therein/and as detailed in items of schedule „A‟ and carry out such

deviations as may be ordered vide condition 7 of IAFW 2249 upto a maximum of 10 % (TEN PERCENT ) and further agree to refer all disputes as required by condition 70 of IAFW-2249 to the

sole Arbitrator, a serving officer having degree in Institute of Surveyors (India) to be appointed by Chief Engineer, Chandigarh Zone, Chandigarh, or in his absence the office officiating as Chief Engineer if specifically authorised in writing by Chief Engineer Chandigarh Zone Chandigarh-07,

whose decisions shall be final, conclusive and binding.

**Delete whichever is not applicable.

*Delete where not applicable.

CA NO: GE/863/EWS-T-19/2018-19 Srl No: 27

ACCEPTANCE

Signature______________ in the capacity of _____________________ duly authorised

to sign the tender for and on behalf of ___________________________________________________

__________________________________________________________ (IN BLOCK LETTERS).

Witness___________________ Postal address ______________________________

Address __________________ Telegraphic Address _________________________

____________________________Telephone No_________________________________

______________Alternation have been made in the documents and as evidence that these alternation were made before the execution of the Contract Agreement, they have been

initialed by the Contractor and Lt Col Jayant Chaudhari, GARRISON ENGINEER. The said officer is hereby authorized to sign and initial on behalf of the documents forming

part of the contract.

The above tender is/was accepted by me on behalf of the President of India for the contract sum of Rs.____________________(Rupees_________________________________________________________________________________________________________) on the _______ day of__________ 2018

GARRISON ENGINEER ACCEPTANCE OFFICER (FOR & ON BEHALF OF THE PRESIDENT OF INDIA)

CA NO: GE/863/EWS-T-19/2018-19 Srl No: 28 to 67

GENERAL CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)

*Retain As * LUMP SUM CONTRACT (IAFW-2159)

Applicable * TERM CONTRACT FOR ARTIFICERS WORKS (IAFW-1821) * MEASURMENT OF CONTRACTS (IAFW-1779-A)

A copy of the General condition of contracts (IAFW-2249) (print 1989) with Errata 1 to 20 .and

No 1 to40 has been supplied to me/us and is in my/our possession. I/we have read and understood

the provision contained in the aforesaid General condition of contracts before submission of this

Tender and I/We agreed that I/We shall abide by the Terms and conditions thereof, as modified, if

any else, where in these tender documents.

It is hereby further agreed and declared by me/us, that the GENERAL CONDITIONS OF CONTRACTS

(IAFW-2249)) (1989 PRINT) including condition 70 thereof pertaining to settlement of disputes by

Arbitration containing 33 pages (Serial page Nos 28 to 60 and containing seven pages for errata &

amendments (Srl Page Nos 61 to 67).

SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED: ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 SrlNo:68 to 80

[MINIMUM WAGES UNDER THE MINIMUM WAGES ACT 1948]

It is hereby agreed that the “Schedule of Minimum Fair Wages” (SMFW) as published vide

Government of India Notification dated 10 Mar 92 (Revised upto date) forms part of these tender

documents.

My/Our signature hereunder amounts to my/our having read and understood the provisions

contained therein and I/we shall abide by the same and that aforesaid document from part of this

tender.

SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED: ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No- 81

SPECIAL CONDITIONS 1. GENERAL

The following Special Conditions shall be read in conjunction with the General Conditions of

Contracts, IAFW-2249 and IAFW-2159/1779A including Errata/amendments thereto. If any

provision in these Special Conditions is at variance with that of the aforesaid documents, the former

shall be deemed to take precedence there over.

2. ADMISSION TO SITE BY CONTRACTOR & RESPONSIBILITY TO ASCERTAIN HIS OWN

INFORMATION

(a) The tenderers shall contact the Garrison Engineer for the purpose of inspection of site(s) and

relevant documents other than those sent herewith, who will give reasonable facilities for this

purpose. The tenderers shall also make themselves familiar with working conditions, accessibility of

site(s) availability of materials and other cogent conditions which may affect the entire completion of

work under this contract.

(b) The tenderers shall be deemed to have visited the site(s) and made themselves familiar with the

working conditions, whether they actually inspect the site (s) or not. No claim, what so ever may be,

shall be admissible to the contractor on this account.

2A. 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 what so ever, for not giving the entire site on award of

work and giving the site gradually, will be tenable.”

3. SECURITY AND PASSES

3.1 Refer Condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his

representatives, servants and workmen and verify their antecedents and loyalty before employing

them for the works. He shall ensure that no person of doubtful antecedents and nationality is, in

any way, associated with work. If for reasons of technical collaboration or other consideration, the

employment of any foreign national is unavoidable, the contractor shall furnish full particulars to this

effect to the Accepting Officer at the time of submission of his tender.

3.2 The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees

and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such

people.

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

regulations of the installation/Area in force to control the admission of the contractor, his agents,

employees and work people to the site of the work or any part thereof. Passes should be returned

at any time on demand by the Engineer-in-Charge or the authorities concerned and in any case on

completion of work.

4. CONDITIONS FOR WORKING

4.1 The work lies in UNRESTRICTED AREA. However, the contractor, his agents, employees, work

people and vehicles may pass through the unit lines in which case the Engineer-in-Charge shall, at

his discretion have the right to issue passes, control their admission to the site of work or any part

thereof. The contractor shall on demand by the Engineer-in-Charge submit a list of personnel, etc.

concerned and shall satisfy the Engineer-in-Charge as to the bonafides 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.

4.2 The contractor and his agents, employees and work people shall observe all the rules promulgated

from time to time by authority controlling the installation/area where the work is to be carried out

e.g. prohibition of smoking, lighting and fire precaution, search of persons at entry and exit, keeping

to specified routes, restricted hours of working etc. Any person found violating the security rules laid

down by the authority, shall be immediately expelled from the installation/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.

Contd…/-

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No- 82

SPECIAL CONDITIONS (CONTD----)

4.3WORK ON HOLIDAYS :-

The contractor shall not carry out any work on gazetted holidays, weekly holidays and other non-

working days except when he is specially authorised in writing to do so by the GE. The GE may at

his sole discretion declare any day as holiday or non-working day without assigning any reason for

such declaration. Nothing extra shall be admissible on this accounted for any man hours lost.

5. MINIMUM WAGES PAYABLE

5.1 Refer Conditions 58 of IAFW-2249. The “Schedule of Minimum Fair Wages” as published vide Govt.

of India Notification dated 10 Mar 92 (revised upto date) forms part of the tender documents and is

given at pages ___to ___ of the tender documents. The contractor shall not pay wages lower than

minimum wages for labour as fixed by the Govt. of India/State Govt. under Minimum Wages Act or

Contract Labour (Abolition and Regulation Act), whichever is higher.

5.2 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.

5.3 The contractor shall have no claim whatsoever, if on account of local factors and or regulations, he is

required to pay the wages in excess of minimum wages as described above during the execution of

work.

6. ROYALTIES

Reference Condition 14 of General Conditions of Contracts (IAFW-2249). No quarries on Defence

land are available.

7. LAND FOR TEMPORARY WORKSHOPS, STORES ETC.

Delete the following from lines 5 to 9 of sub para 1 of condition 24 of IAFW-2249 reading “In the

event of _______________ allotted to him” and insert as under:-

“The Contractor shall be permitted to store his materials including erecting temporary sheds

therefore at the areas of land marked on the plan/decided by the GE, free of rent, if it is in Class „A‟.

For other type of land, he shall be charged license fee of Rs. 1/- (Rupees One only) per year for

each and every separate area of land allotted to him. ”

8. WATER

8.1 Water will not be supplied by MES, the contractor shall make his own arrangements for storing the

water required for the works, labour and workmen etc. at his own expense.

9. CO-OPERATION WITH OTHER AGENCIES

The contractor shall permit free access and generally afford reasonable facilities to other agencies or

department workmen engaged by the Govt. to carryout their part of the work, if any, under

separate arrangements.

10. ELECTRIC SUPPLY

10.1 Electric energy shall not be supplied by MES, the contractor shall make his own arrangement for

electric energy required for the work, labour and workmen etc at his own expense.

10.2 GE or his representative shall be free to inspect all the power consuming devices or any electric lines

provided by the contractor. Any devices or electric lines provided by the contractor, which are not to

the satisfaction of the GE, shall be disconnected from the supply, if so directed by him and no claim

for compensation whatsoever may be, shall be allowed on this account.

Contd…/-

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No- 83

SPECIAL CONDITIONS (CONTD----)

11. B L A N K

12. SAMPLE OF MATERIALS/MATERIAL TO BE SUPPLIED BY CONTRACTOR

12.1 Refer condition 10 of I.A.F.W. 2249 and clause 1.6 & 1.7 of MES Schedule, Part-I.

12.2 Materials provided by the contractor for incorporation in the works shall, unless otherwise specified

in the particular specifications, be ISI marked. IS means Indian Standards as issued by the Bureau

of Indian Standards. Wherever in the specifications `I.S.' is referred to, it means the edition with all

amendments, current on the due date of receipt of the tender documents. The materials listed in

Appendix 'B' shall be of the makes as specified therein. In case of conflicting provisions regarding

makes in schedule „A‟, particular specifications, Appendix „B‟ & „C‟, the following order of precedence

shall be followed :-

(a) Schedule „A‟ (b) Particular specifications (c) Appendix „A‟

12.3 The tenderer is advised to inspect other materials, which are displayed in the office of GE, before

submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfied

himself as to the nature and quality of materials he is required to incorporate in the work

irrespective of whether he has actually inspected them or not. The materials to be incorporated in

the work by the contractor shall be I.S. I marked or shall be equal or superior in quality to sample

displayed and shall comply with the specifications given hereinafter.

12.4 The contractor shall not procure materials unless the Garrison Engineer has first approved the

samples.

13. RECORD OF CONSUMPTION OF CEMENT

13.1.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages

initialed by Engineer-in-Charge against numbering showing quantities of cement received, used in

work and balance at the end of each day. The form of record shall be as approved by Engineer-in-

Charge. The register shall be signed daily by representatives of MES and the contractor in token of

verification of its correctness and will be checked by Engineer-in-Charge, at least once a week and

on the days cement is brought by the contractor.

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

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

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

Charge for record.

14. BLANK

15. 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 excluding the day of submission of tender.

16. BLANK

17. SECURITY OF CLASSIFIED DOCUMENTS

Contractor's special attention is drawn to conditions 2-A and 3 of IAFW-2249 (General Conditions of

Contracts). The contractor shall not communicate any classified information regarding the work

either to subcontractors or others without the prior approval of the Engineer-in-Charge. The

contractor shall also not make copies of the design/drawings and other documents furnished to him

in respect of the work, and shall return all documents on completion of the works or earlier on

determination of the contract. The contractor shall along-with the final bill, attach a receipt of his

having returned the classified documents as per condition 3 of IAFW-2249 (General Conditions of

Contracts).

18. OFFICIAL SECRETS ACT

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

Contd…/-

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No-84

SPECIAL CONDITIONS (CONTD----)

19. RECORD OF MATERIALS

19.1 The quantity of materials such as paints, water proofing compound, chemicals for antitermite

treatment and the like, as directed by the Engineer-in-Charge (the quantity of which cannot be

checked after incorporation in the works), shall be recorded in measurement books and signed by

the contractor and the Engineer-in-Charge as a check to ensure that the required quantity has been

brought to site for incorporation in the work.

19.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those already

recorded in measurement book shall be suitably marked for identification.

19.3 The contractor shall, on demand, produce to the GE, original receipted vouchers/ invoices in respect

of the supplies. The vouchers/invoices shall be defaced and stamped by Engineer-in-Charge

indicating contract number, name of work, under his dated signature. The contractor shall ensure

that the materials are brought to site, in original sealed containers/packing, bearing manufacturer‟s

marking except in the case of the requirement of material(s) being less than smallest packing.

19.4 Contractor shall produce vouchers/invoices from the manufacturers and/or their authorized agents

for the full quantity of the following materials, as applicable as a pre-requisite before submitting

claims for payment for advances on account of the work done and/or materials collected in

accordance with Condition 64 of General Conditions of Contracts - IAFW-2249. Production of

vouchers by the contractor shall be his MANDATORY contractual obligation and shall be fully filled by

him.

(a) Water proofing compound.

(b) Paints, Distempers and Snowcem

(c) Sanitary fittings.

(d) Steel windows/ventilators

(e) Factory made door shutters.

(f) Floor/Wall tiles

(g) Iron Mongery

(h) Bituminous products

(j) Electrical and Water Supply fittings/fixtures where names of manufacturers/ brands are

specified or approved.

(k) Cables/wires.

(l) PVC Doors

(m) Any othernon perishable materials as decided by the GE.

20. ACCEPTANCE QUALITY OF WORK AND FINISHES

20.1 To determine the acceptable standard of materials and workmanship, one portion of work (to be

decided by GE) shall be completed by the contractor well in advance (minimum two stages ahead of

remaining work) as directed by GE under close supervision of the Engineer-in-Charge and shall be

got approved by the GE. The workmanship of various trades and finishes of this portion of work shall

serve as guiding sample for the work in remaining work.

20.2 Approval of the stages and workmanship of sample portion of work shall be separately entered and

approved in stage passing register giving reference to building and nameof buildings for easy

identification even at a later date. . The above provisions shall however do not absolve the

responsibility of the contractor for execution of work as per contract provisions.

21. B L A N K

22. RELEASE OF ADDITIONAL SECURITY DEPOSIT

22.1 Refer Conditions 22 and 68 of IAFW-2249.

22.2 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.

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

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 therewith and leave the whole premises in clean and tidy condition before handing

over the building.

24. B L AN K

25. TESTING OF MATERIALS

25.1 DEFINITIONS:-

25.1.1 SITE LABOATORY (FOR ‘A’ LEVEL TESTS): - A laboratory for material testing established by the

contractor at site of work for all the works costing more than Rs.1 crore. However, for works costing

less than Rs. one crore, it will be optional for the contractor to set up his site lab or he may carry

out these tests in the CTL for which recovery of charges shall be made as given in Appendix „G‟ to

the tender documents.

25.1.2 ZONAL LABORATORY (FOR ‘B’ LEVEL TESTS) :- The laboratory for material testing established

by HQ CE Chandigarh Zone/CTL.

25.1.3 All test shall be carried out through CTL only if any other test could not be carried out in CTL than only test can

be carried out through National Test House/Engineering College/SEMT Pune/Approved Govt Labs (excluding private lab) (FOR ‘C’ LEVEL TESTS) : Any of the National Test House/Engg College/SEMT Pune/Approved Govt Lab (excluding private labs) including Govt Labs approved by Zonal Chief Engineer Chandigarh Zone nominated by the GE in writing for a particular contract and test.

Contd…/-

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No- 85

SPECIAL CONDITIONS (CONTD----)

25.2 Frequency of testing of materials and the charges for testing, if tested in CTL Lab are given at

Appendix „G‟. GE may order additional tests depending upon nature of work as required at site, for

which no recovery shall be affected from the contractor‟s dues and only cost of materials, labour and

their transportation shall be borne by the contractor.

25.3 No material will be incorporated in the work unless it has been tested, found fit and approved by the

GE.

25.4 Levels „A‟ tests as described in Appendix „G‟ will be conducted in the site lab of contractor for which

no charge will be recovered as the same will be done at the cost of the contractor in his site lab.

However, if the contractor does not carry out these tests, the tests shall be carried out in the CTL

lab or any other lab approved by the GE (excluding private lab) and then charges for tests shall be

recovered from contractor, in case these tests are carried out in Zonal Lab. Contractor shall employ

a competent technical person for testing as approved by GE and asked such tests shall be carried

out in the presence of Engineer-in-Charge by the technical person.

25.5 Level „B‟ tests as described in Appendix „G‟ will be conducted in CTL Lab and charges for tests shall

be recovered from contractor.

25.6 If any of the Level B tests cannot be conducted in CTL Lab for whatsoever reason, the same will be

got done under the arrangements of the contractor in a laboratory other than CTL Lab approved by

the GE (excluding private lab) in writing and charges for the same shall be borne by the contractor.

25.7 The GE will lay down, in writing, the approved laboratory (excluding private lab) for conduct of each

of level „C‟ tests in CTL only. The charges for „C‟ level tests which could not be carried out in CTL

shall be carried out through test lab as approved (when tests have been carried out in SEMT Pune)

shall be recovered from contractor as actual (where charges not given in Appx) or as given in

Appendix „G‟, when these tests are carried out in SEMT Pune, recovery shall be made at the rates

mentioned in Appendix „G‟ and when these tests are carried out in labs other than SEMT Pune, no

recovery shall be made and charges as per actual shall be borne by the Contractor.

25.8 Contractor shall provide all facilities such as materials and labour, tools/equipment for moulding,

casting of cubes, conveyance of test cubes and other materials to be tested, to the laboratory

directed by the GE.

25.9 The samples for the tests will be drawn by the GE in the presence of the contractor/his authorised

representative.

25.9A Irrespective of whatever is mentioned here-in-before; testing in private labs shall not be permitted

even the lab approved by any Zonal Chief Engineer.

25.10 The lump sum amount quoted by the contractor shall also be deemed to include: -

[a] Expenses on account of testing in zonal lab and/or in pursuance of Para 25.1.1, 25.1.2, 25.4 & 25.5.

[b] Expenses on account of testing in any laboratory approved by the GE in pursuance of paragraphs 2

5.1.3, 25.6, 25.7 & 25.8 above.

25.11 The Accepting officer may order independent testing for which expenditure will be borne by the

Govt. The charges for the independent testing will be borne by the contractor if test fails.

26. to 27. BLANK

28. REIMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY

RELATED TO CONTRACT VALUE:

(a) The rates quoted by the contractor shall be deemed to be inclusive of all taxes viz

GST, duties, Royalties, Cess& other levies payable under the respective Statutes, if any. No

reimbursement /refund for variation in rates of taxes, duties, Royalties & other levies, and/or

imposition/abolition of any new/existing taxes, duties, Royalties, & other levies shall be made except

as provided in sub para (b) here-in-after.

(b) (i) The taxes which are levied by Govt. at certain percentage rates of

Contract Sum/Amount shall be termed as “taxes directly related to Contract value” such as GST,

Labour Welfare Cess/tax and like as applicable 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.

Contd…/-

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No- 86

SPECIAL CONDITIONS (CONTD----)

(ii) The contractor shall with a reasonable time of his becoming aware of variation in

percentage rates and/or imposition of any further “taxes directly related to Contract value” give

written notice thereof to the GE stating that the same is given pursuant to this Special Condition

together with all information relating here to which he may be in a position to supply. The

Contractors shall submit the other documentary proof/ information‟s as the GE may require.

(iii) The Contractor shall for the purpose of this condition keep such books of account and

other documents as are necessary and shall allow inspections of the same by a duly, authorized

representative of Govt. and shall further, at the request of the GE furnish, verified in such a manner

as the GE may require, any documents so kept and such other information as the GE may require.

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

to Contract value” shall be made only if the contractor necessarily & properly pays additional “taxes

directly related to Contract value “ to the Govt. with out getting the same adjusted against any 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.

29. FORCE MAJEURE:-

Should any force majeure circumstances arise, each of the contracting party shall be excused for the

non-fulfillment or for the delayed fulfillment of any of its contractual obligations, if the affected party within

15 days of its occurrence informs the other party in writing.

Force majeure shall mean fires, floods, natural calamities or other acts such as war, turmoil, strikes

(as not limited to be establishment of the seller), sabotage, explosions, quarantine, restrictions beyond the

control of either party.

It is under stood and agreed between the parties hereto that the rights and obligations of the parties

shall be deemed to be in suspension during the continuance of the force majeure event(s) as aforesaid and

the said rights and obligations shall automatically revive upon the cessation of intervening force majeure

event(s). The period within which the rights and obligations of the parties shall be in suspension due to the

force majeure event(s) shall not be considered as a delay with respect to the period of delivery and/or

acceptance of delivery under the contract or otherwise the determinant of either party.

Notwithstanding the provisions of the immediately foregoing clause(s), it is further understood and

agreed between the parties hereto that in the event(s) of any force majeure persisting for an uninterrupted

period exceeding 06 (six) months, either party hereto reserves the right to terminate this contract upon

giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any

liability other than reimbursement on the terms provided in this agreement of the goods received.

30. Universal account number: -

Workers deployed by contractor or sub contractors are enrolled as members of provident fund &

shall be given Universal account number (UAN) certificate regarding deposition of due contribution have

credited in the account of workers employed directly or undirectly and have registered for EPF shall be

rendered by the contractor alongwith final bill.

(SIGNATURE OF CONTRACTOR) GARRISON ENGINEER DATED___________________ ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No 87

PARTICULAR SPECIFICATION

1. GENERAL REQUIREMENTS 1 GENERAL 1.1 Work under this contract shall be carried out in accordance with Schedule „A‟, Particular

Specifications, Sch „A‟ and general specifications and other provisions in MES Standard Schedule

of Rates (here-in-after called MES Schedule), read in conjunction with each other.

1.2 Term “General Specifications” referred to here in after as well as referred to in IAFW-2249

(General Conditions of Contracts) shall mean the specifications contained in the MES Schedule

Part-I.

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

deemed to be applicable to the work under this contract, unless specifically stated otherwise in

these documents in which case the provision in these documents shall take precedence over the

aforesaid provisions in the MES Schedule. The terms as specified wherever appear in tender

documents and Sch „A‟ related to relevant particular specifications and in its absence general

specifications. All references to MES Schedule in these specifications relate to SSR Part-I of MES

Schedule unless otherwise mentioned. References to some paragraphs of MES Schedule have

been made in these particular specifications but other paragraphs and provisions as applicable

are also to be followed for all sections/parts of Schedule „A‟ even though not particularly

mentioned here-in-after e.g. reference to Paras pertaining to general workmanship for

brickwork, iron and steel work etc. have not been made but provision therein as required for

work are applicable.

1.4 Where specifications for any item of work are not given in MES Schedule or in these particular

specifications, specifications as given in relevant Indian Standard or as per code of practice shall

be followed.

1.5 Rates quoted for a particular item by the tenderer shall be deemed to include for any minor

details/items of work and/or constructions which are obviously and fairly intended and which

may not have been included in these documents but which are essential for the execution and

entire completion of the work. Decision of the Accepting Officer as to whether any minor

details/items of work and/or construction is obviously and fairly intended to be included in the

contract or not shall be final, conclusive and binding.

1.6 In all the above and other similar cases, the details indicated elsewhere in the Sch „A‟, which are

similar, or near similar to the missed out items of work shall be followed. In the absence of any

other similar or near similar details, minimum essential requirement for completion of the work

from structural and utility point of view shall be deemed to be included in the quoted rate of a

particular item. In the event of any dispute, decision of the Accepting Officer shall be final,

conclusive and binding.

1.7 Where specifications/provisions given in these particular specifications are at variance with the

provision/specifications given in MES Schedule, specifications/ provision given in these particular

specifications shall be followed.

1.8 EXCAVATION & EARTH WORK.

Excavation in trenches /over area shall be restricted to the dimensions. In case of extra

excavation made it shall be made good by the contractor at his own cost in concrete as referred

in clause 3.13 on page 38 and 39 of MES Schedule Part-I.

1.9 In case timbering to excavation is required and specifically ordered by the GE in writing, it shall

be paid separately through a deviation order.

1.10 Blank

1.11 All rubbish obtained from site clearance, preparatory works and all spoil obtained during

dismantling/demolition shall be removed to a distance exceeding 250 metre and not exceeding

500 metre spread and levelled as directed by the Engineer-in-Charge and the cost thereof shall

be deemed to be included in the particular item of sch „A‟

2 FILLING IN TRENCHES, PLINTH AND UNDER FLOOR ETC.

2.1 Filling excavated earth in foundation trenches, in plinth and under floors shall be carried out as

per Paras 3.19.1 to 3.19.3 of MES Schedule Part-I. Earth obtained from excavation and not

approved for filling or surplus to the requirement shall be removed to a distance as specified in

Clause 1.11 here in before, spread and leveled.

2.2 For workmanship and other specifications refer paras 3.22, 3.22.1 to 3.22.12 of MES Schedule

Part-I. The filled earth shall be spread in layers, rolled and compacted to achieve 95% of the

standard proctor density for each layer.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No 88

PARTICULAR SPECIFICATION (Contd…..)

2.3 All filling will be spread in layers not exceeding 25 cm thick. Each layer will be watered and well

rammed. Thickness of filling given on Sch „A‟ is after consolidation.

2.4 HARD CORE: Unless otherwise specified elsewhere or given on Sch „A‟, hard core shall be of

stones/boulders (broken to gauge) not exceeding 63 mm. Hard core shall be deposited, spread

and leveled in layer not exceeding 15 cm thick and watered, well rammed to a true surface and

compacted. The consolidation thickness of the hard core specified or as indicated in the Sch

„A‟, is the thickness after consolidation and where not specifically mentioned or given in the Sch

„A‟, it shall be considered 150 mm consolidated thickness.

3. CEMENT CONCRETE

3.1 CEMENT

The cement shall not be issued under Schedule „B‟. Contractor shall procure the same under

his own arrangement for the entire completion of the work. Provision of condition 10 of IAFW-

2249 be read in conjunction with this clause. The specifications and other provisions laid down

vide section 4 Para 4.3 of MES Schedule Part-I, shall be read in conjunction with the provisions

contained in the subsequent paras here-in-after.

3.2 Type of CEMENT: - The Cement shall be Ordinary Portland cement grade 43 (IS-8112-1989)

or Portland Pozzolana Cement (IS: 1489-1991) or Ordinary Portland cement grade 53.

However for Reinforced cement concrete works only ordinary Portland cement shall be used.

Mixing of OPC & PPC shall not be allowed in a particular member of the structure or of any

work. While using the PPC, following precautions/conditions shall be met with by the

contractors at site :-

PPC shall meet the strength criteria of 43 Grade OPC as laid down in IS 8112-1989.

Minimum period before striking the form work given in clause 11.3.1 of IS 456:2000 and

MES Schedule Part-I (SSR Part-I) vide clause 4.11.6.3 shall be increased by three days. For

example the minimum period before striking form work for soffits of beams (props left under)

given as 7 days in clause 4.11.6.3 (c ) of SSR Part-I shall be 10 days (7 +3) for PPC.

Extra curing shall be carried out as required.

PPC shall not be used for overhead Reservoirs, underground sumps prestigious buildings (to be

decided by GE) and building with span more than 10 metre. In such cases only OPC shall

be used.

Mixing of OPC & PPC shall not be allowed in a work and separate record shall be maintained

showing location and types of cement used.

The contractor shall submit following test certificate from the manufacturer of

the cement for every batch of cement:-

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

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

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

pumping shall be used.

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

above 1000 0 C should be used.

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

4. SOURCE OF PROCUREMENT: - Cement shall be procured by the contractor under his own

arrangement and at his own cost from any of the main producers of cement mentioned in

Appendix „B‟. However where estimated requirements of cement is less than 1200 Bags and in

term contracts, the contractor can procure the cement from authorised distributors/ dealer of

the approved manufacturer. However, contractor will have to submit test certificate for the

batch, issued by the main producers. The particulars of the manufacturer of cement shall be

supplied by contractor for every lot of cement supplied. The documents in support of purchase

of cement shall be verified by the staff and GE.

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

5.1 The particulars of the manufacturer/authorized dealers of cement along with the date of

Manufacture shall be produced by the contractor for every lot of cement separately. The cement so

brought shall be fresh and in no case older than 60 days from the date of manufacturing. The

documents in support of the purchases of cement shall be verified by the GE/Engineer-in-Charge.

Before placing the order for supply of cement by the contractor, he shall obtain written approval

from the GE/Engineer-in-Charge regarding name of manufacturer, quantity of cement etc. Cement

shall be procured for minimum requirement of one month and in any case not exceeding the

requirement for more than two months at a time. The cement shall be consumed in the work within

three months after receipt. The weight of each consignment shall be verified by the GE/Engineer-in-

Charge and recorded. The cement shall be procured by the contractor preferably in paper

polyethylene bags. The average weight

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No 89

PARTICULAR SPECIFICATION (Contd…..)

of each bag of cement shall not be less than 50 Kg. The average weight shall be tested by takingthe

weight of 50 Kg bags selected at random by GE/Engineer-in-Charge per lot. In case the weight is

less than 50 Kg, whole lot shall be rejected. In case weight is more than 50 Kg it shall be deemed to

contain 50 Kg only and nothing extra shall be claimed by contractor on account of extra cement

used in the work

5.2 SCHEDULE OF SUPPLY:- Schedule of supply of cement shall be finalised by Contractor with the

GE and shall be incorporated in CPM chart so that supply of cement is monitored in a way to avoid

any delay in completion of the work. The complete requirement of cement will be worked out

before making any RAR payment. Procurement of cement by the Contractor shall be completed

sufficiently in advance of the date of completion. No extension of time will be considered for non-

availability of cement. Every Cement godown shall be provided with two locks on each door. The

key of one lock of each door shall remain with the Engineer-in-Charge or his representative and

that of other lock with the Contractor or his authorised agent at site of work so that cement is

removed from the godown only accordingly to the daily requirement with the knowledge of both

the parties. Cement for purpose of accounting shall be on the basis of no. of bags. Minor variations

in cement not more than 2% by weight of cement in a bag will be permissible for purpose of

accounting of cement bags. However cement shall be incorporated in the work on actual weight

basis where specified without any additional cost.

5.3 TESTING OF CEMENT: - The contractor shall submit the manufacturer‟s test certificate in Original

along with 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. The Engineer-in-charge shall record these details in the Cement Acceptance

Register as given at Appendix „E‟ after due verification. The GE shall also organize independent

testing at random samples of every 250 MT of cement (If batch changes within 250 MT then

testing of each batch has to be carried out) from the National Test House, SEMT, CME, Regional

Research Laboratories, Govt. Approved Laboratories, Zonal Laboratories (including other labs

approved by Chief Engineer Chandigarh Zone) as per IS: 3535-1986 (Method of Sampling

Hydraulic Cement), IS: 4019 (Method of Physical test for Hydraulic Cement) and IS: 4032-1985

(Method of chemical analysis of hydraulic Cement). In case cement test result does not fall with-in

the acceptable limits, respective consignment of cement shall be rejected and shall be removed by

the contractor within 24 hours from the site. The cost of tests shall be borne by the contractor

irrespective of status of the results and no claim shall be/to be entertained on this account and

clause of IAFW-2249 and provisions in this regard in Para 1.7.3 of MES Schedule Part-I shall be

deemed to be amended accordingly. Sample of cement from each consignment should be collected

by the Engineer-In-Charge and GE in accordance with IS: 3535-1986. Cost of transportation of

samples to the approved laboratory/test house and all testing charges including cost of sample

shall be borne by the contractor

5.4 STORAGE OF CEMENT: - The cement shall be stored over dry platform at least 20 cm high and in

such a manner as to prevent deterioration due to moisture or intrusion of foreign matters. In case

of store rooms, the stack should be at least 20 cm away from floors and walls. The stacking of

cement shall not be more than 10 bags high. Inspection shall be carried out once a day by rep of

GE associated with the work and rep of contractor. It shall be ensured that tested and untested

Cement shall be segregated and stored separately with distinct identification. Not more than three

months requirement should be procured and held in stock to avoid its deterioration.

6.0 DOCUMENTATION: -The Contractor shall submit original Vouchers and original manufacturer‟s

test certificates from the manufacturer for the total quantity of Cement supplied under each

consignment to be incorporated in the work. Any consignment received at the work site shall be

inspected by the GE along with relevant documents before acceptance. The Original Vouchers

and the Test Certificate shall be defaced by the Engineer-in-Charge showing CA No., Year and

dated signature and kept on record in the office of GE duly authenticated and with cross-

reference to the Control number recorded in the Cement acceptance register. The cement

acceptance register will be signed by JE (Civil), Engineer-in-Charge, GE and the Contractor or his

rep. The Accepting Officer may order Board of officers for random check of cement and

verification of connected documents. The entire quantity of all type of cement shall be suitably

recorded in the measurement Book (Not to be abstracted) and shall be supported with authentic

original purchase vouchers highlighting the makes, batch Nos., quantity etc. for record purposes

before incorporation in the work and shall be signed by the Engineer-in-Charge and the

Contractor.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-90

PARTICULAR SPECIFICATION (Contd…..)

6.1 RECORD OF CONSUMPTION OF CEMENT 6.1.1 For the purpose of keeping a record of cement used, the contractor shall maintain a properly

bound register serially numbered (all pages initialed against the numbering by the Engineer-In-

charge) in the form approved by the Engineer-In-Charge showing daily quantity used in the work

and balance in hand at the end of each day. The register shall be maintained with daily entries

duly authenticated by the contractor or his authorized representative and the Engineer-in-

Charge. Separate register shall be maintained for OPC & PPC indicating locations where the

cement was used.

6.1.2 The register shall be kept at site in the safe custody of the contractor‟s rep and Engineer-In-

Charge during the progress of the work and shall on demand be produced for verification to the

inspecting officer.

6.1.3 On completion of the work, the contractor shall deposit the cement register with the Engineer-In-

Charge for record.

NOTES: 1. In case of any dispute relating to the interpretations arising out of the above-referred

provisions, the decision of the Accepting Officer shall be final, conclusive and binding.

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

6.1.4 Water and electricity: Water and electricity shall not be supplied by the M.E.S. Potable water

shall be used in the construction work and as specified in para‟s 4.9, 4.9.1, 4.9.2 of MES Schedule

Part-I.

7 CEMENT CONCRETE

7.1 MATERIALS

4.1.1 cement: Refer Particular Specifications clause 3 and other sub clauses here-in-before.

7.1.2 Coarse and fine aggregate for cement concrete (PCC & RCC):-Refer Paras 4.4.1 to 4.4.7 of MES

Schedule Part-I.

7.1.3 Coarse aggregate for lime concrete shall be broken bricks as per Paras 4.5, 4.5.1, 4.5.2 of MES

Schedule Part-I. The fine aggregate shall be natural sand as for cement concrete.

7.1.4 Unless, otherwise mentioned in Sch „A‟ grading of coarse aggregate (Broken/crushed stone) unless

otherwise specified shall be as follows: -

(i) For all reinforced/plain cement concrete of thickness up to 25 mm.

or under

-12.5mm graded

(ii) For all reinforced cement concrete work over 25 mm thick

-20 mm graded

(iii) For plain cement concrete over 25 mm and under 75 mm thick.

-20 mm graded

(iv) -do- but 75 mm thick & over -40 mm graded

7.1.5 Grading of broken brick aggregate for lime concrete shall be as per Para 4.5.3 of MES

Schedule, Part-I.

7.1.6 Grading of fine aggregate (sand) shall be as per Para 4.4.7.2 of MES Schedule Part-I for

grading Zone-III. Coarse aggregate up to 20 mm shall be machine-crushed stone and

aggregate of size 40 mm and above shall be manually broken or machine crushed at the

option of contractor. Fine aggregate (sand) shall be obtained from natural source.

7.1.7 WATER PROOFING COMPOUND: Refer clause 4.8 of MES Schedule Part-I.

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

7.1.9 WORKMANSHIP:

8.0 Mix oR grade of cement concrete: - Reference of IS 456-1978 in Clause 4.11.1 shall be

amended to IS-456-2000 (fourth revision) shall be followed in respect of all the situations

of plain or reinforced concrete super ceding the provision of IS-456-1978 including in MES

Schedule Part-I and Para 4.11.1, 4.11.2, 4.11.2.1 to 4.11.2.4 of MES Schedule Part-I. Mix

of concrete in various situations shall be as specification in Schedule „A‟.

8.1.1 Workability of concrete: - Refer to Para 4.11.4 of MES Schedule Part-I.

8.1.2 Mixing of concrete: -Refer para 4.11.5 & 4.11.5.1 of MES Schedule Part I. Concrete for all

RCC & PCC (design mix) shall be mixed in normal batching plant of adequate capacity as

approved by GE. The batching plant should have weighing gauge with weighing accuracy of

one percent.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-91

PARTICULAR SPECIFICATION (Contd…..)

8.1.3 FORM WORK: Refer to Paras 4.11.6.1 to 4.11.6.5 of MES Schedule Part-I. Form work shall

be of steel or plywood with steel props, of adequate strength, at the option of the

contractor. However deformed steel sheet shall not be permitted for use as form work. In

case of any deviation involving form work to surfaces exposed to view, the pricing shall be

done at the rate of timber form work for fair finish and in case unexposed concrete

surfaces, the pricing shall be at the rates of timber form work, for rough finish.

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

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

8.1.6 COMPACTION OF CONCRETE: - Refer to Para 4.11.11 & 4.11.11.1 of MES Schedule Part-

I. Consolidation/compaction of concrete shall be done with approved mechanical vibrators

except in locations where rolling and tamping is permitted by Engineer-in-charge.

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

8.1.8 PROTECTION, INSPECTION & FINISHING TO EXPOSED SURFACE OF CONCRETE: -

Refer Para 4.11.14, 4.11.15 & 4.11.16 of MES Schedule Part-I.

8.1.9 Exposed soffits of RCC floors/RCC slabs, soffits and sides of slab/beam, parapet and

staircase, soffits and sides of shelves, RCC fascia, RCC parapet, chajja and cantilevers etc.

which are not continuous with adjoining plastered surface will be finished with a thin layer

of plaster in cement mortar (1:3) of thickness as specified in Sch „A‟ and finished fair and

even without using extra cement after removal of form work.

8.1.10 Exposed surface of columns, beams, lintels, bands and similar items which are continuous

with plastered surfaces of walls shall be plastered in the manner as that for adjoining walls

plastering.

8.1.11 Exposed surface of columns, beams, lintels, bands and similar items which are not covered

under clause 4.2.10 & 4.2.11 above shall be finished with a thin layer of 5 mm thick

plaster in cement mortar (1:3) and finished fair and even without using extra cement after

removal of form work.

8.1.12 Exposed surface of concrete shall be roughened with wire brushes and hacked cut closely

for making key for plaster before the application as described above.

8.1.13 If thickness of plaster in cement mortar (1:3) as specified in Sch „A‟ is required to be

increased in excess of specified thickness to achieve fair and even surfaces, it shall be

provided by the contractor without any extra cost to Government and the same shall be

deemed to have been included in the lump sum amount quoted by the contractor against

various sections of Schedule „A‟.

8.1.14 SAMPLING AND STRENGTH TEST: Refer clause 15 on page 29 of IS:456-2000. Tests

on cubes for „Compressive Strength Test‟ at 7 days shall also be carried out.

8.1.15 ACCEPTANCE CRITERIA: - Refer clause 16 on page 29 of IS: 456-2000.

8.1.16 INSPECTION AND TESTING OF STRUCTURES :- Refer Clause 17 on page 16 & 19 of

IS:456-2000.

8.1.17 If test results shows that concrete is of grade lower than specified grade and department

decides to accept the same due to any reasons, the decision of Accepting officer in this

respect shall be final and binding, such concrete shall be classified and price adjustment

shall be made as given in succeeding paragraphs.

8.1.18 The grade of concrete shall be classified as M-10 or M-15 or M-20 or M-25 according to

immediate next below grade e.g. if test result shows the grade of concrete as M-18 instead

of M-20 it shall be treated as concrete of grade M-15.

8.1.19 When such below strength concrete is accepted, adjustment in price shall be made by

pricing such concrete for classified grade as mentioned above and as given below:-

“Grade of concrete M-20 on testing if shows results of M-18 to be classified as concrete of

grade M-15 i.e. PCC (1:2:4) and grade of concrete M-15, if shows result of M-12, then to be

classified as concrete of M-10, i.e. PCC (1:3:6) and so on.”

8.1.20 Concrete cover to reinforcement: - Concrete cover to reinforcement shall be provided as per

IS-456-2000 unless otherwise mentioned on Sch „A‟ and elsewhere in tender documents.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No 92

PARTICULAR SPECIFICATION (Contd…..)

9. DESIGN MIX CONCRETE 9.1 Where concrete is specified by grade, the same shall be design mix all as per IS:456- 2000, IS:10262-

1982, SP-23 (S&T)-1982 and as specified here-in-after.

9.2 As soon as possible, after receiving the order to commence the work, the contractor shall

Procure sufficient quantities of the aggregate and cement and submit samples to the Govt.

laboratory as approved by GE to test their characteristics and carry out the mix design. The

representatives of the Garrison Engineer and the contractor may be associated with concrete mix

design. In case of disputes, the matter will be referred to the Accepting Officer whose decision shall

be final and binding.

9.3 The optimum mix to achieve the target mean strength shall be determined in the laboratory

conditions. The concrete shall conform to the following specifications in accordance with IS :456-

2000 : -

9.4 BATCHING

9.4.1 In proportioning concrete, the quantity of both cement and aggregate shall be determined by mass

and all in accordance with clause 10.2 and sub clauses thereon of IS-456-2000 as applicable.

9.4.2 In case the quantity of design mix concrete in the entire work is less than 1000Cum,mixing of

Concrete shall be done in a mechanical mixer using weigh batching and as per clause 10.3 of

IS:456-2000. Weigh batching shall be done preferably with layer type weigh batcher. The concrete

mixer shall confirm to IS:1791 and fitted with water measuring (metering) devices. In case the

quantity of design mix concrete in the entire work is more than 1000 Cum, the contractor shall

install fully automatic computerized batching plant at site or alternatively RMC as per approved

design mix from approved RMC plant shall be used without any extra cost to the Deptt.

9.5 TRIAL MIXES

9.6 The actual mix proportion will be arrived at by means of number of trial mixes by changing the

water cement ratio, proportions of fine and coarse aggregate, fineness modulus of aggregate by

changing their grading and proportions etc. Attempts shall be made to make the mix design as

economical as possible.

9.7 VARIATION IN QUANTITIES OF CEMENT

(a) The minimum cement content specified here-in-before shall be provided even if the laboratory

mix design gives lower values of cement content.

(b) As a result of the mix design, if the quantity of cement required in order to obtain the desired

properties of concrete is more than the minimum quantity of cement specified then the cement

content as per mix design shall be provided but no adjustment shall be made in the prices of the

relevant works.

9.8 SAMPLING: The sampling procedure and the frequency of sampling shall be as per clause 15.2 of

IS:456-2000

Srl No.

Specifications required Grade of concrete

M-25 M-30

1 2 3 4

(a) (b) (c) (d) (e) (f)

Slump (in mm)

(i) Low

(ii) Medium

Permissible maximum water cement ratio

28 days characteristic strength (N/Sq mm)

28 days target mean strength (N/Sq mm)

Exposure

Minimum cement content in kg per cum of

concrete

25-50

50 -100

0.50

25

31.60

Moderate

As per

IS: 456-2000

25-50

50-100

0.45

30

38.25

Moderate

As per

IS: 456-

2000

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No 93

PARTICULAR SPECIFICATION (Contd…..)

9.9 TEST SPECIMENS

All test specimens shall be 150mm cubes. For each sample, six cubes shall be cast out of which

three cubes each shall be tested for 7 days and 28 days compressive strength. The specimens

shall be tested as described in latest IS:516.

9.10 TEST STRENGTH OF SAMPLE

The test strength of the sample shall be the average strength of three specimens. The individual

variation should not be more than +15 percent of the average.

9.11 ACCEPTANCE CRITERIA

The acceptance criteria of the test results shall be as laid down in clause 16 of IS:456-2000.

9.12 WORKABILITY

The workability of the concrete shall be checked frequently as per IS-1199.(Methods of Sampling

and Analysis of Concrete). Slump i.e. workability shall be controlled by properly accounting for

moisture of aggregates. Records of moisture content and slump shall be kept duly verified by

AGE and GE.

9.13 CHANGE OF MIX DESIGN

During the progress of the work, mix design will have to be changed due to changes in the qualities

of the ingredients of the concrete. GE‟s decision in this regard shall be final and binding.

9.14 PACKING AND TRANSPORTATION OF SAMPLES

The contractor must at his own expense properly pack the samples. The contractor shall bear the

cost of testing and cost of transportation of the samples required to be tested frosite of work to the

laboratory of CWE/GE or any other laboratory.

9.15. CONCRETE SURFACING

9.15.1 Exposed surface of all RCC work such as soffit of roof/floor slabs, sides and bottom of beam,

lintels, seismic bands, shelves and RCC railing etc, unless otherwise specified here-in-after in

particular specifications or unless otherwise shown/mentioned on drawings shall be provided with a

coat of 5 mm thick plaster in cement and sand mortar (1:3) finished even and smooth. If the

thickness of plaster exceeds 5mm at places due to unevenness, no extra payment shall be

admissible. The exposed surface of columns, beams, lintels and the like coming in conjunction with

plastered surfaces shall be plastered with the same mortar as per adjoining surface with the

plastered surfaces. Similarly cement mortarmoulding wherever indicated over RCC/PCC members,

the same shall be in cement- sand mortar 1:3 and of thickness all as indicated in drawings. The

term exposed surfaces does not include the surface hidden under earth filling, and in such case

irregularities and protruding form work marks shall be removed and air holes if any shall be deemed

to be stopped with cement and sand mortar (1:3). Cost of the above provisions shall be included in

the contractor‟s quoted lump-sum, and nothing extra shall be admissible on this account.

9.16FORM WORK

9.16.1 Form work shall comply with the requirement as specified in para 10 on pages 33 and 34 of IS-456.

9.16.2 Form work shall be of timber of adequate strength.

9.16.3 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 surfaces is achieved as

specified therein. The contractor may at his discretion use timber or steel or plywood form work for

which no price adjustment will be admissible and in such cases he will have to properly roughen the

concrete surface for receiving plaster finish (para 14.14.3 of SSR 2009 Part I refers). Wall thickness

shall not be made use of as form work wall shall be built after the columns are cast.

10.1

STEEL, IRON & ALUMINIUM WORK

10.2

Entire steel required for use in the work shall be arranged by the contractor and shall comply

with the requirements of following specifications (Test certificate shall be produced as

„specified‟ in succeeding Paras) : - (i) Structural Steel E 250 : Standard quality Fe-410-W quality „C‟ Conforming to

IS: 2062. (However for pricing of deviations, rates

given in SSR for Fe-410-S grade shall be followed)

(ii) MS round Bars for

reinforcement

: IS:432 (Part-I) (1982) Grade-I for bars

(iii) Hold Fasts, grills, guard bars,

fencing posts, railing, gates

etc. which do not constitute

structural members

(Structural Steel E 190)

: Standard quality Fe-290 Conforming to IS:2062.

(However for pricing of deviations, rates given in

SSR for Fe-410-O grade shall be followed)

(iv) High strength deformed steel

bars produced by TMT

process.

: Fe-500D/Fe-550/Fe-550D Conforming to IS:1786-

2008

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-94

PARTICULAR SPECIFICATION (Contd…..) NOTE: Where-ever in the Sch „A‟, for the reinforcement HYSD-415 grade bars/deformed

bars/ twisted bars/high strength deformed bars/TMT bars Fe-415 grade/mild steel round

bars 8mm dia and above are given, in lieu of above type of bars, high strength deformed

steel bars produced by TMT process Fe-500D/Fe-550/Fe-550D Conforming to IS:1786-

1985 (equal to diameter given on Sch „A‟) shall be provided.

10.3

GALVANISED STEEL SHEETS:Galvanised steel sheets (plain or corrugated) shall be

conforming to IS: 277 and fabric reinforcement shall be conforming to IS: 1566.

10.4 FABRIC REINFORCEMENT: - Hard drawn steel wire fabric where given as reinforcement

shall conform to IS: 1566. Wire fabric for general use such as fencing, window grills etc.

shall conform to IS: 4948 all as per MES Schedule Part-I clause 10.33. The weight of

expanded metal shall be 4-kg/square metre.

10.5 PROCUREMENT, TESTING, DOCUMENTATION, STORAGE & SUPPLY ETC. STEEL AND

IRON WORK

10.6 GENERAL

10.7 Steel shall not be issued under Schedule „B‟. Contractor shall purchase the same from any

of sources m entioned here in after for entire completion of work.

10.8 Reinforcement steel shall be high strength deformed steel bars produced by Thermo

Mechanical Treatment Process (TMT steel bars of grade Fe-500D/Fe-550/Fe-550D

Conforming to IS:1786-1985) meeting all other requirements of IS:1786.

10.9 The standard quality of steel shall be used at places as defined in Para 10.4.1, 10.4.2 &

10.4.3 of MES Schedule Part-I, unless otherwise given on the Sch „A‟.

10.10 PROCUREMENT

Structural Steel, Galvanized Steel Sheets & Fabric Reinforcement for concrete may be

procured from authorized dealers of main producers in case total requirement of structural

steel/Galvanized Steel Sheets/Fabric reinforcement for concrete is less than 05 metric

tonnes.Structural steel sections ordinary quality required for railings, gates, fencing,

window guard bars/grills, door 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 the contractor without any price

adjustment.

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

specified. The finished material shall be reasonable, free from cracks, surface flaws,

laminations, rough, jagged and imperfect edges and other harmful defects and shall be

finished in a workman- like manner.

10.11(a)

10.11(b)

10.11©

10.11(d)

10.11(e)

10.11(f)

10.11(g)

10.11(h)

Structural steel section shall be procured from main producer/primary producer as

mentioned in Appendix „B‟. In case of non-availability with main producer/primary

producers, the structural steel can be procured from approved secondary producers with a

reduction of 5% (five percent) of the accepted rate of structural steel. In case of desired

section of structural steel is not rolled/manufactured by main/primary producers, there

shall be no price adjustment in use of structural steel procured from approved secondary

producers.

The structural steel shall be purchased by the contractor from the storage depot of the

main producers/primary producers/ secondary producers as per provisions contained here-

in before and not from their authorized agents/dealers.

Steel sections for railings, gates, fencing, guard bars, grills, steel chowkhats and holdfasts

etc. which do not constitute structural members can be procured from main

producers/secondary producers/BIS marked manufacturers or their authorized dealers

Without any price adjustment.

High strength deformed (TMT) steel bars for the work shall be procured directly from the

primary producers as mentioned in Appendix „B‟

GALVANISED IRON SHEETS & FABRIC REINFORCEMENT FOR CONCRETE: These

shall be procured directly from main producers/BIS marked manufacturers without any

price adjustment.

Galvanized sheets & fabric reinforcement for concrete can be procured from authorized

dealers of main producers in case the total requirement of steel is less than 5 tonne.

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

specified. The finished material shall be reasonably free from cracks, surface flaws,

laminations rough, jagged and imperfect edges and other harmful defects and shall be

finished in a workman like manner

Tolerance in size and weight of reinforcement bars shall not be more than specified in

Clauses 10.17.4 & 10.17.5 of MES Schedule Part-I.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-95

PARTICULAR SPECIFICATION (Contd…..)

10.12 TESTING OF MATERIALS

10.13 The contractor shall submit the manufacturer‟s test certificate in original along with the test

sheet giving the result of each mechanical test as applicable and the chemical composition of

the steel or authenticated copy there of duly signed by the manufacturer with each

consignment. The Engineer-in-Charge shall record these details in the Steel Acceptance

Register, as given in appendix „F‟ after due verification. The GE shall also organize independent

testing of random samples of steel drawn from each and every lot from a National Test

House, SEMT CME, Regional Research Labs, Government approved Labs, Zonal Labs, with

following frequency in case of particular section required in the whole contract is more than

200 Kg-

NOTES: 1. For various tests acceptance criteria, tolerance etc refer to Appendix ‘F’ and relevant BIS

Codes.

2. Independent testing of steel by the GE shall be optional at the discretion of the GE in case of

procurement of steel from main producers and testing charges shall be governed by condition 10

A of IAFW-2249 i.e. testing charges shall be borne by the Deptt. If the test results are found in

order otherwise these shall be borne by the contractor. Testing by the GE as per above frequency

is mandatory before payment is released to the contractor or steel is incorporated in the work for

steel procured from secondary producers and testing charges shall be borne by the contractor

irrespective of the outcome of test results. However, tests will not be insisted upon for the steel

required for guard bars, holdfasts, grills, and such other allied items. Any items of steel, not

meeting the requirements, shall be rejected and the particular consignment removed from the

site by the contractor at his own cost. The contractor shall have no claim on this account. The

contractor at his cost shall provide all facilities required for the testing and cost of materials

consumed in the test and transportation charges etc. shall be borne by the contractor for steel

procured from main producers/ secondary producers.

3. The GE may also increase frequency and number of samples/tests for his satisfaction. The cost

of these additional tests shall be governed as per condition 10(A) of IAFW-2249. However cost of

samples, transportation and other overheads shall be borne by the contractor irrespective of the

test results.

4. The TMT steel received from secondary producers shall be tested by GE in person, before

incorporation in the work, by simple field tests and records shall be maintained. Simple field test

involves sand papering the X-Section of the TMT bar and dipping the same in chemical solution

to give a clearly defined annular ring of tempered steel. The contractor at his cost shall arrange

facilities for such tests.

10.14 DOCUMENTATION: -Steel Acceptance Register and Measurement Book for steel (for record

purposes and not to be abstracted) shall be maintained by the Engineer-in-Charge. The

contractor shall submit original machine numbered receipted paid vouchers from the

manufacturer for the total quantity of steel supplied under each consignment to be incorporated

in the work. GE shall inspect all consignments received at the work site along with the relevant

documents before acceptance. The original vouchers and the Test Certificates shall be defaced by

the Engineer-in-Charge and keep on record in the office of the GE duly authenticated and with

cross-reference to the Control No. recorded in the steel Acceptance Register. JE (Civil), Engineer-

in-charge, GE and contractor, will sign the steel acceptance register. The entire quantity of all

steel items shall also be suitably recorded in the measurement book for record purpose as „not to

be abstracted‟, before incorporation in the work and shall be signed by the Engineer-in-Charge.

The accepting officer may order a board of officers for random check of steel and verification of

connected documents.

Srl

No.

Nominal Size Steel for

Concrete Reinforcement

Quantity

1. Bars size less than 10 mm 1 sample (3 specimens) for each test for every 25 tonne

of steel or part thereof.

2. Bars size10 mm to 16 mm 1 sample (3 specimens) for each test for every 35 tonne

of steel or part thereof.

3. Bars size over16 mm 1 sample (3 specimens) 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.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-96

PARTICULAR SPECIFICATION (Contd…..)

10.15 STEEL IN COILS ETC.Any bar of any diameter for reinforcement may be procured in round

bundles or rolls and the cost of straightening the same shall be borne by the contractor. When

bars are procured in bundles the lengths 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 metre) out of each

consignment(s) received getting it straightened length measured and weighed in presence of

contractor‟s accredited representative. The length and the weight(s) shall be recorded from which

unit weight of bars worked out on the basis of unit weight determined as above shall form the

basis for the purposes of calculating quantity of steel used/to be used in the work and taking

payment of material lying at site. However if the unit weight works out more than the unit weight

given in MES Schedule then unit weight given in MES Schedule shall be followed for computing

weight of steel for the purpose of making payment of steel lying at site. 10.16 STORAGE

10.17 Steel of different sizes shall be stacked separately. For each classification of steel, separate

areas shall be marked. Steel shall be marked with distinct painting.

10.18 All steel shall be stored in such a manner so that it is always at least 15 cm above the ground

level. 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 from site by 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 whatsoever.

10.19 SCHEDULING OF SUPPLY

10.20 Schedule of supply of steel shall be finalized 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.

10.21 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.

10.22 STEEL REINFORCEMENT:WORKMANSHIP

10.23 Reinforcement shall be provided as given on Sch „A‟ and in the absence, provisions of IS: 456

and IS:1786-1985 shall be followed.

10.34 Reinforcement shall be fabricated, placed in position all as given on Sch „A‟ and specified in

clause 10.17 to 10.21 of MES Schedule Part-I without application of heat.

10.25 WELDING OF REINFORCEMENT: - Welding to reinforcement is not permitted. However

where due to congestion of reinforcement where the welding is required, the same shall only

be done for the particular location only with the prior approval of Accepting officer.

10.26 WELDING: GENERAL:- Welding wherever given on Sch „A‟ shall be done by metal arc process

in accordance with IS-816 and IS:823, unless specifically indicated otherwise on Sch „A‟.

Running welding shall be done unless otherwise specified.

10.27 SAMPLE OF MATERIALS:-

(a) The materials to be incorporated in the work by the contractor shall conform to or shall be

superior in quality to the samples kept in GE's Office and shall comply with the specifications

given here in after.

(b) The contractor shall produce samples of all materials and shall obtain approval in writing

from GE before placing the bulk order for the materials for incorporation in the work.

In respect of materials for which samples are not kept or detailed specifications are

not given here in after the material shall comply with relevant, India Standard

Specifications listed in MES Schedule and as directed by Engineer-in-Charge.

(c) Only ISI marked item/material shall be incorporated in the work and if any item/material

having ISI mark not manufactured in market, then it shall be conforming to latest relevant

IS.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-97

PARTICULAR SPECIFICATION (Contd…..)

10.28 GALVANISED IRON (PLAIN & CORRUGATED) SHEET:

Refer para 10.29 MES Schedule Part-I and of class-8, CGI sheet shall be 0.63 mm thick and PGI

sheet for ridges and gutters shall be 0.80 mm thick of make mentioned in Appendix „B‟. Mass of

coating shall be as specified in Sch „A‟.

10.29 GALVANISED IRON (CORRUGATED) SHEET ROOFING:

Where indicated on Sch „A‟ CGI sheet roofing shall be provided all as directed by Engineer-in-

Charge. Various component of the steel structure such as steel trusses in roof where directed by

Engineer-in-Charge and shall be fabricated at manufacturer‟s workshop, assembled and erected

carefully by the contractor. The centerline dimensions shall be strictly achieved. The manufacturer

of steel trusses shall be any of the approved manufacturers by the GE.

10.30

Mild steel members in rafters, purlins and false rafter shall be provided all as as directed by

Engineer-in-Charge. If thickness of gusset plate shall be 10mm thick. Base plate/ sole plate and

anchor plates etc shall be provided directed by Engineer-in-Charge. Holding down bolts and.

Purlin where indicated on the Sch „A‟s shall be provided as directed by Engineer-in-Charge. And

same shall be as under :-

11 FLOORING

11.1 GENERAL:-Refer Para 13.25 of MES Schedule Part-I.

11.1.2 Floor, skirting and dado of various types shall be provided all as given in „Schedule „A‟.

11.1.3 Finishing layer of the floors shall be carried out through all opening and over dwarf walls.

11.1.4 Where two different types of floor finish are provided on either side of an opening, the superior

floor finish shall be extended over the opening.

11.1.5 SUB BASE: Sub base or sub floor shall be laid at a stretch without forming panels over well

rammed earth filling in ground floor and no adjustment shall be made for form work on this

account.

11.1.6 Cement concrete in the sub base or sub floor and top stretch coat shall be laid separately and not

monolithically.

11.1.7 LEVELS AND FALLS: Refer Paras 13.25.3 of MES Schedule part-I.

11.1.8 SIZE OF PANELS: - Refer Paras 13.32.1 of MES schedule part-I. PCC floor topping shall be laid

in panels of size (not exceeding 1.2 x1.2 metre) suitable for size of rooms in accordance with

provisions contained in above mentioned paras of MES Schedule Part-I. Panels shall be formed

by using glass dividing strips of width equal to the thickness of PCC topping with its PCC base as

per specified in Sch „A‟.

11.1.9 Glass dividing strips shall be provided for forming panels for the depth of floor topping. Glass

dividing strips shall not be provided in plinth protection and where other type of joints are

occurring.

11.1.10.1 PCC FLOORS :Refer Clauses 13.25 and 13.32 of MES Schedule, Part-I.

It shall be of thickness as specified in Sch „A‟.

11.1.11 Pattern of PCC flooring shall be provided as per the pattern as directed by Engineer-in-Charge

11.2 MATERIALS

11.2.1 CEMENT: Cement shall be as specified in Clause 3 of Particular Specifications here-in-before.

11.2.2

AGGREGATE

11.2.3 BRICK AGGREGATE: - Refer clause 13.6 and 13.7 of MES Schedule part-I.

11.2.4

11.2.5

11.2.6

STONE AGGREGATES AND SAND: Stone aggregates and sand shall be as specified for

concrete work, here in before.

GLAZED CERAMIC AND EARTHENWARE TILES/VITRIFIED TILES:- Glazed Earthen wire/

ceramic tiles flooring, skirting and dado.: Refer clause 13.15, 13.40 to 13.41 of SSR Part-I. The

tiles shall be first quality of make mentioned in Appendix „B‟

NON SKID CERAMIC TILES:- Nonskid ceramic tiles for floors and skirting shall be colored and

as specified in clause 13.14.2 of Sch „A‟ part –I. The shade of nonskid tiles shall be as approved

by Garrison Engineer and make of the tiles shall be as mentioned in Appendix „B‟.

12.0

13.0

14.0

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-98

PARTICULAR SPECIFICATION (Contd…..)

KOTA STONE SLAB FLOORING

Refer clause 13.47 on serial page No 309 & 310 of MES Schedule part I 2009 as applicable for

materials and workmanship. Screed bed or bedding layer shall be with cement and coarse sand

mortar of ratio and thickness as mentioned in respective item of Sch „A‟ and as directed

CHEQUERED TILES

Refer clause 13.17 of MES Schedule part I 2009 as applicable for materials and workmanship.

Screed bed or bedding layer shall be with cement and coarse sand mortar of ratio and thickness

as mentioned in respective item of Sch „A‟ and as directed. The tiles shall confirming to IS

1237-1980make of the tiles shall be as mentioned in Appendix „B‟.

WOOD WORK

Timber to be used in various situations shall be mentioned in the respective items of Sch„A‟. All

work shall be wrought on all faces unless otherwise specified in Schedule „A‟.

Maximum permissible moisture contents in timber used for various purposes in 14%. Contractor

shall get the timber (except that required for temporary use such as form work) kiln seasoned to

ensure that permissible moisture contents stated in this clause is not exceeded. The timber which

exceeds the permissible moisture contents limit even though kiln seasoned shall be rejected

JOINERY: Timber to be used in various situations shall be as given in respective items of Sch „A‟.

SURFACE FINISH: Exposed surfaces of joinery works shall be wrought except surfaces buried in

contact with concrete/brick work etc which shall be left clean sawn.

TOLERANCE: Tolerance up to (+/-) 2mm for each wrought face for carpenter‟s work shall be

allowed except for fillets, beads and wooden shutters which should be of specified thickness/ size.

PLYWOOD: Plywood shall comply with IS-303 and shall be BWP grade. The bonding shall be

done with phenol formaldehyde synthetic resin adhesive.

VENEERED PARTICLE BOARD: Veneered particle board where specified in Sch „A‟ shall be of

exterior grade, solid core, three layered, flat pressed made out of class I species of timber, general

purpose type with commercial veneer facing on both sides and bonded with phenol formaldehyde

synthetic resin and shall conform to IS-3097 Thickness of veneered particle board shall be as

shown in relevant item of Sch „A‟.

FLUSH SHUTTERS: The flush shutter shall conform to IS-2202 (Part-I) and solid core type as

specified in para 8.25 on page No 161 & 162 of SSR Part-I. Flush shutters shall be non-decorative

commercial type. Flush shutters shall be factory made and from the firm as approved by GE.

Flush shutters shall be got approved from GE before bulk procurement and incorporation in the

work by the contractor

15. JOINERY

TIMBER FOR JOINERY

15.1 Timber to be used for joinery in various situations shall be mentioned in respective items of

Schedule „A‟.

15.2 All other timber required for joinery work not mentioned above or elsewhere in particular

specifications shall be second class hard wood or other equivalent as approved by GE.

15.3 For seasoning of timber for joinery work refer clause 6.2 here-in-before.

15.4 Provision of clause 6.2 mentioned here-in-before regarding moisture contents shall apply to

timber for the factory made shutters mentioned in relevant items of Sch „A‟.

15.5 PANELLED GLAZED AND GAUZED SHUTTER

Factory made shutter shall be procured from any one of the manufacturers mentioned in Appendix

„C‟ as approved by GE.

15.6 The shutters shall be conforming to IS but dimensions of various parts of joinery will be those

stipulated in para 8-24 on page 161 of SSR part-I and respective IS unless otherwise mentioned in

Schedule „A‟

15.7. STEEL WINDOW & VENTILATOR Refer clause 10.26 in SSR Part-I 2009.

16. FACTORY MADE SOLID PVC PANEL DOOR& FRAME Refer clause 8.34.2 of SSR Part-I 2009.

17. TIMBER FRAMES AND CHOWKATS Refer clause 8.18 & 8.19 of SSR Part-I 2009.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-99

PARTICULAR SPECIFICATION (Contd…..)

18.0 TREATMENT WITH CHLORPYRIPHOS

All wood work and joinery (except factory made shutters, plywood, veneered wood particle boards

and timber form work) shall be given treatment with chlorophyriphos. The quantity of

Chlorophyriphos to be used and method of application shall be as given in clause here-in-after. The

cost of Chlorophyriphos treatment specified in the clause shall be deemed to be included in the unit

rates of the respective items quoted by the contractor.

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

assembling shall be dipped completely in solution of Chlorophyriphos and kerosene oil in proportion

as mentioned in the relevant IS for at least one hour.

After the operation as specified in clause above, the components of the aforesaid joinery and wood

work shall be assembled as required and planning 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.

19. BUILDERS HARDWARE FITTING

Builder‟s hardware fittings shall conform to the sample or shall be of approved make and as

specified here-in-after. These shall be of type and size as mentioned in respective item of

Schedule „A‟.

Hinges shall be as described below :-

19.1.1 Butt hinges shall be cold rolled pressed mild steel and shall be medium weight. Conforming to IS-

1341-1992.

19.1.2 Hinges shall be fixed to wood or wood based members with steel screws and shall be welded to mild

steel frames.

19.1.3 Mild steel pressed handle shall be pressed oval type with 32mmx3mm plate, Mild steel pressed

handle shall conform to IS-208-1979.

19.1.4 Aluminum alloy handles shall conform to IS-208-1979 and shall be anodized.

19.1.5 Aluminum alloy tower bolts shall conform to IS 204 (Part-II) 1978 and shall be anodized. Bolts

shall be 10mm dia up to 125mm and 12mm dia for size 150mm and above.

19.1.6 Aluminum alloy sliding bolts shall conform to IS: 2681-1979 and shall be anodized.

19.1.7 Continuous (Piano) Hinges :-These shall be as per IS 3818-1986 (Type-II) and shall be ofmild steel

galvanized.

a. Double acting spring Hinges shall conform to IS 453-1973 and shall be of mild steel

with steel wire spring.

b. Door Spring Rat-Tail Type : These shall conform to IS-452-1973 and shall be of mild steel

c. Mortice Night latch shall conform to IS 3847 and shall be of make as specified in APPX B.

d. Aluminum alloy hasp and staple shall conform to IS: 369-1976 and shall be anodized. 19.1.7

Ball catch spring shall conform to IS-8756-1978

19.1.8 Kicking plate shall be Aluminum alloy sheet 1mm thick and shall be anodized.

19.1.9 Mild steel sliding bolts (AL drop bolts) shall be with ISI certification mark. Type and size of sliding

bolt shall be as mentioned in respective item of Schedule „A‟.

19.1.10 Mild steel Tower bolt shall be barrel tower bolt and shall conform to IS 204 (Part-I). However, the

diameter of the bolts shall be 10mm up to 125mm and 12mm dia for size 150mm and above. Hold

fasts wherever required shall be built in PCC as described in sch `A‟ and making good the jambs and

disturbed portion to match the existing surfaces.

19.1.11Mild steel bar for grills etc are confirming to Fe 410-0 or Fe 310-0

20.0

PLINTH PROTECTION: Plinth protection shall be as specified in Sch „A‟. Joints shall be

provided at not more than 4 meter interval at corners and at junctions of walls. Where width of

plinth protection if not mentioned in respective item of Sch „A‟ it shall be 750 mm

21.0

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-100 PARTICULAR SPECIFICATION (Contd…..)

PLASTERING AND POINTING

Refer para 14.28 and 14.29 of SSR part-I.Sand for plaster shall be as specified for brickwork

here-in-before.Mix and thickness of cement plaster as specified in respective item of Sch „A‟.

21.1 The thickness of plaster mentioned here in after is finished thickness exclusive of dubbing

coat. Plastering & dubbing coat shall, however be done in one operation with plaster.

21.12

21.13

All corners, angles, junctions and edges shall be truly vertical or horizontal as the case may be

and shall be carefully finished. Corners around jambs of opening and junction of walls shall be

rounded to minimum radius to 5 mm. Groove at junction of all walls and RCC slabs to the entire

thickness of wall plaster shall be provided as specified herein after. Also trowel grooves shall be

provided at junction of walls and RCC columns or any other dissimilar material i.e. wooden/steel

chowkhatsetc

Contractor‟s attention is invited to local practices and the local availability of materials like bricks,

form work etc., and cater for any extra dubbing required for touching up properly and for smooth

and even surfaces. This shall be deemed to have been included in the item rate quoted for

plasterwork, as applicable

22.0 TARRING 22.1 Surfaces of steel and wood in contract with or embedded in concrete brick work etc shall be treated

with tar/coal tar black paint as specified in clause No 17.12 of SSR (Part-I).

22.2 Unless/otherwise specified in the particular specifications, portions of iron and steel mongry

embedded in brick work or concrete work and hold fest/lugs shall be tarred with tar/coal tar black

paint and sanded before being built in. 23. PAINTING

23.1 Painting shall be of quality not inferior to that specified in the ISS as applicable.

23.2 Paint for primer coat under coat and finishing coast shall be of the same manufacture, in case of

painting with synthetic enamel paint finishing coat shall have flat finish.

23.3 All the surfaces to be treated shall be suitably prepared as specified in SSR Part I vide clause 17.6.1

to 17.6.3 and 17.8.1 to 17.8.6.

23.4 BRUSH APPLICATION. Refer clause 17.5.3 of SSR Part-I.

23.5 Paint to be used in the work shall be any of the brands as given in „'AppxB„

23.6 The paint shall be procured by the contractor directly from the manufacturers or their authorized

dealers and original purchase vouchers bearing machine Nos for the full quantity showing the name

of manufacture and brands of paint shall be produced to the Engineer-in-Charge for verification

before making any payment to the contractor.

It is obligatory for the contractor to ensure that paint is procured in manufacturer's original packing

with name of the brand clearly indicated, thereon. Engineer-in-Charge should also verify the same

before allowing incorporation thereof in the work.

24. BLANK

25 BLANK

26. Sheet Glass

26.1 The sheet glass shall be conforming to IS-2835. It shall be of good quality, free from sleeks,

bubbles, smoking, air holes and other defects.

26.2 Thickness of glass shall be as mentioned in respective item of Sch „A‟.

26.3 The glass shall be fixed to steel window/vent with glazing clips and putty as specified in clause

16.10.1 of SSR Part-I

26.4 The glass shall be fixed to wooden shutter in the wooden beads as specified in clause 16.9.2 of SSR

Part-I.

27 WHITE/COLOURWASH.

27.1. Material: Refer Paras 15.2 to 15.4 of SSR Part-I.

27.2. Workmanship: Refer Paras 15.12 of SSR Part-I. For white washing on ceiling adequate qty of zinc

oxide shall be added to lime wash for achieving white shade. Skirting and dado are not to be

white/colour washed.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-101

PARTICULAR SPECIFICATION (Contd…..)

28. CEMENTBASEPAINT:

28.1. Material: Refer Paras 15.7 of SSR Part-I.

28.2. Workmanship: Refer Paras 15.15 of SSR Part-I.

28.3. DISTEMPER:

28.4. Material : Refer Paras 15.5 & 15.6 of SSR Part-I.

28.5. Worknmaship : Refer Paras 15.13 & 15.14 of SSR Part-I.

28.6 WHITE, COLOUR WASH AND DISTEMPERING

28.7 Refer paras 15.1 to 15.7 and 15.10 to 15.12.6.2 of SSR 2009 Part-I

29 PVC INSULATED PANEL Refer clause 8.34.1.8 of SSR Part-I.

29.1 ANODISED ALUMINIUM FRAME WORK (SNAP GRID) FOR FALSE CEILING WORK

Refer clause 10.38 of SSR Part-I

30. WIRECLOTH : Wire cloth shall comply with IS-1568-1970 wire cloth shall of galvanized mild steel

or stainless steel as described in Sch „A‟ and shall conform to dimensions as mentioned therein.

Wire cloth shall be regularly woven with a number of equally spaced wires in both warp and weft

directions to produce uniformly square meshes or openings. Wire cloth shall be fixed in the panels

of doors/ windows shutters and steel windows/vents as per standard Engineering practice and all as

directed by Engineer-in-Charge.

Mild steel sliding bolts (aldrop bolts) shall be with ISI certification mark. Type and size of sliding bolt

shall be as mentioned in respective item of Schedule „A‟

Mild steel Tower bolt shall be barrel tower bolt and shall conform to IS 204 (Part-I). However, the

diameter of the bolts shall be 10mm upto 125mm and 12mm dia for size 150mm and above.

30.1 SITE CLEARANCE: Refer relevant items of Schedule „A‟ in conjunction with the specifications of

relevant trade sections here-in-before and MES Schedule Part-I.

31 DISMANTLING/TAKING DOWN.

31.1 The work of dismantling/demolition shall be done carefully & in a workman like manner as specified

in relevant para of MES Schedule. No material obtained from dismantling/demolition shall be allowed

to be reused in the work except those materials as specifically mentioned so in Sch „A‟.

31.2 The materials obtained from dismantling/demolition shall be-come the property of the contractor to

the extent mentioned in credit schedule and recovery shall be effected at the recovery rate

mentioned in Credit Schedule. The materials beyond credit schedule, if any, retrieved shall be the

property of the Govt& shall be deposited by the contractor in the MES store yard without any extra

payment. All rubbish and unserviceable material shall be removed by the contractor and filled in low

lying areas without any extra payment as directed by Engineer-In-Charge.

32.0

32.1

32.2

32.3

32.4

STONE MASONARY

Stone masonry shall be constructed as described in the relevant item of Schedule „ASection-18.

Also refer to Para 6.7.1(a) and 6.10.1.1 to 6.10.1.7 of MES Schedule Part –I.

Stone : Squared rubble stone masonry : Refer to Para 6.2.1 to 6.2.4 stone shall be best

locally available.

Mortar for masonry : Shall be as described in the relevant items of Sch „A‟ Sec-16)

Bond Stones : Bond stones shall be of size as specified/required at site and it shall be precast

PCC (1:2:4) Type B-1 bond stones as described in the relevant item of Sch „A‟. It shall be not

less than 2 Nos per sqm of face and staged.

33 PCC BLOCK MASONARY WORK :-

33.1 PCC BLOCKS: - Solid PCC concrete block shall casted as per IS-2185. These shall be

manufactured for minimum average compressive strength of 5N/ Sqmm at 28 days unless

otherwise specified here in before or shown on drawings.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No-102 PARTICULAR SPECIFICATION (Contd…..)

33.2 Precast concrete block shall be casted mechanically in approved machine in PCC 1:3:6 using

20mm graded crushed stone aggregates as per IS-2185. The PCC block shall conform to the

requirements of relevant IS. The PCC block for masonry shall be of size (Nominal dimensions)

40x20x20 cm or 30x20x20cm or 20x20x20cm and for10 CM thick walls it shall be 30x20x10 Cm

or 20x20x10cm. The PCC block masonry20 cm thick wall or more, shall be set in cement mortar

(1:6). The PCC block masonry wall 10 cm thick, shall be set in cement mortar (1:4)

33.3 The work for precast block masonry shall be carried out as specified in clause 4.23.1 to

4.23.15of SSR Part-I 33.4 Precast concrete block shall be manufactured casted at site of work. The size for casting of PCC

block shall be as directed by Engineer-in-Charge.

33.5 Contractor shall keep watch and ward of PCC block to avoid any breakage/ loss.

33.6 Wherever 10 cm thick wall are shown on drawings these shall be reinforced with 2 Nos8 mmdia

TMT bars with 6mm dia MS round bars @ 150mm center to center shall be provided and placed

horizontally at every fifth course starting from bottom.

33.7 Width of RCC lintels, lintel bands and cells coming in conjunction with PCC block masonry

walls/pillars shall be kept to the actual width of PCC block masonry work of that place unless

offsets have been specifically shown in which case the width as shown on drawings shall be

maintained. However framed RCC structure dimensions shall be same as shown on drawings.

33.8 In framed construction PCC block walls not supported on plinth/grid beams, shall have

foundation as shown on drawings. 10 cm thick walls up to 2100 mm high shall be erected

directly supported on sub base of floors. 10 cm thick walls above 2100 mm high and dwarf &

toe walls shall be provided with foundations as shown on drawings. 33.9 TESTING

33.10 Following three tests shall be carried out in accordance with IS-2185 as stipulated in Appendix

„D‟ to Special conditions

(a) Compressive strength (b) Block Density (C) Water absorption

33.11 All the above tests shall be carried out as prescribed in Appendices of IS-2185 and IS-2156 as

stipulated in Appendix „D‟ to Special conditions.

33.12 A record of “Concrete pour” for blocks and number of blocks casted/ incorporated in testing shall

be jointly maintained to assess the quantity of cement utilized. The contractors shall bear the

cost of blocks, preparation of blocks and their curing, transportation and handling complete.

34. INTERNAL WATER SUPPLY :-BLANK

35.0 PLUMBING:-

GENERAL:

Plumbing work shall be carried out as specified in clauses 18.13 to 18.23 of MES Schedule Part-I and

shall be laid all as shown on drawings. Unless otherwise indicated on drawings,75 mm bore CI vent

pipe with cowl shall be provided and shall be taken 180 cm above roof level for RCC roofs and of

appropriate height in case of sloped sheet roofs.

35.1 SOIL, WASTE, VENT PIPES, FITTINGS AND ACCESSORIES:

These shall be of cast iron Centrifugally cast (spun pipes) conforming to IS-3989-1984, ISI marked,

spigot and socket ends with lead joint.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No- 103

PARTICULAR SPECIFICATION (Contd…..)

38. INTERNAL/EXTERNAL ELECTRIFICATION 38.1 GENERAL: - Refer clause 19.2 of MES Schedule Part-I. 38.1.2 Before the execution of the work in internal wiring, the contractor is to submit complete layout

plan of each building showing the location of main/sub-main switch boards, distribution Board/Sub

distribution board‟s with complete wiring circuit diagram to the entire satisfaction of theGE.

38.1.3 SAMPLE APPROVAL:-All suitable/sockets/Data sockets, light fixing to be incorporated in the work

shall be of highest standard quality as specified and shall confirm to IS specifications.

The materials shall be as follows: - Srl.No MATERIAL Refer to Paras of MES Sch., Part-I

(a) Cable, Cords and Earthing leads. 19:24

(b) Cables for internal wiring for light power &sub

mains

19.25

(c) Flexible Cords, Twisted with Copper Conductors 19.27

(d) Teakwood battens, blocks and boards. 19.28

(e) PVC Conduit and conduit fittings. 19.29

(f) Wooden Plugs/Gutties and rawl plugs 19.30

(g) Screws and fastenings link clips 19.31

(h) Ceiling rose 19.32

(j) Shades 19.33

(k) Bulkhead fittings 19.34

(l) Fluorescent Tube Lamps, Fittings and Accessories 19.35

(m) Mercury Vapour Lamp 19.36

(n) Tumbler Switches 19.37

(o) Socket outlets 19.40

(p) Lamp holder 19.41

(q) Street Light Fittings 19.42

(r) Distribution Fuse Boards 19.44

(s) MCBs 19.46

(t) Light Fittings 19.47

38.1.4 SWITCHES AND SOCKETS: - Switches and Sockets shall be ISI marked and of makes given in

Appx ‟B‟.

38.1.5 DISTRIBUTION FUSE BOARD: - Refer Paras 19.44 and 19.46 of MES Schedule Part-I. Miniature

circuit breaker as described in Schedule „A‟ shall be provided for distribution of circuits with proper

current and rupturing capacity rating.

39. UNDERGROUND CABLES XLPE

39.1 Cross linked polyethylene (XLPE) insulated, PVC sheathed HT Cable 1100 Volts grade steel stip

or wire armored with stranded aluminum conductor shall conform to IS-7098 (Part-I). Testing of the

underground cable during and after laying shall be done as per relevant IS Code and as mentioned

in MES Schedule Part-I.

39.2 LAYING AND JOINTING OF UNDER GROUND CABLES

(a) The cables shall be laid and jointed strictly as specified in the MES Schedule-2009 (Part-I) and in

accordance with instructions furnished by the cable manufacturers and the latest IS specification

and as specified hereinafter.

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No- 104

PARTICULAR SPECIFICATION (Contd…..)

(b) The sand for the purposes of cushioning shall be fine sand.

(c) The bricks for covering the cables shall be as described in Schedule „A‟.

(d) After the layer of brick cover is laid the remaining trench will be filled with excavated earth all as

specified in item of Schedule „A‟.

(e) The cable shall be snaked at all joints and junction boxes. Snaking shall be as directed by the

Engineer-in-Charge. Extra length on account of snaking will also be measured under respective

items of Schedule „A‟. The quantity payable under Schedule „A‟ items shall be the length of cable

laid including the length in snaking and no price

(f) Adjustment shall be made for variation in quantities of connected (allied) items like sand

cushion, sand cover and brick layer protection cover.

(g) Where the cables run vertically, they shall be firmly fixed with flat iron clamps as directed by the

Engineer-in-Charge at one metrecentre to centre along the supports.

39.3 CABLE ROUTE INDICATORS

BLANK

40.0 MCB/ISOLATOR: -MCB and Isolators shall be manufactured by any one of the manufacturer

mentioned in Appendix ‘B’ here in after. Fixing of MCB and Isolators shall be done as per

manufacturer‟s instructions. The contractor shall procure MCB‟s and Isolators either direct from the

manufacturer or his distributor, as approved by the GE. MCB‟s/ Isolators /RCCB‟s shall be of make

as of Distribution board

40. WORKMANSHIP

40.1 GENERAL: - Refer clause 19.101 to 19.111 of MES Schedule Part-I.

40.2 FITTINGS: - Refer clause 19.113 of MES Schedule Part-I & Schedule „A‟.

40.4 ACCESSORIES: - Switches, lamp holders, ceiling roses, socket outlet- Refer para 19.114 of MES

Schedule Part-I.

40.5 Attachment of fittings and accessories: Refer clause 19.115 of MES Schedule Part-I.

41 INTERNAL WIRING: -Refer clause 19.125 to 19.132 of MES Schedule Part-I. Wires for power and

light circuits will be drawn in separate conduits as per Para 19.102.1 of MES Schedule Part-I.

Cable for point wiring shall be, PVC insulated and unsheathed, 1100 volt grade ISI marked.

41.1 Terminal points of light and power plugs (Socket outlets) Switches, regulators, fittings etc shall

terminate in recessed mild steel/pressed steel boxes fixed flush to the walls, top covered with 3mm

thick plastic laminated Bakelite sheet instead of wooden blocks. The boxes shall be painted

internally with two coats of synthetic enamel paint over a coat of red oxide primer. External

surfaces in contact with brick work/RCC shall be painted with one coat of anti-corrosive paint.

41.2. EARTHING: -Refer clause 19.137 to 19.145 of MES Schedule Part-I. The contractor‟s special

attention is drawn to Para 19.140 of SSR-2009, Part-I (Specifications), according to which, in case,

the desired earth electrode resistance cannot be obtained on completion of test result of earthing

and there is no option of site, then the ARTIFICIAL TREATMENT OF SOIL shall be done by the

contractor, as specified in SSR-2009, Part-I, mentioned here in before, without any additional cost to the Govt.

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

41.4 All internal wiring shall be carried out with multi-stranded copper conductor PVC sheathed/un-

sheathed cable.

41.5 The installation shall be accepted on satisfactory performance of the tests mentioned in MES

Schedule, Part-I.

41.6 TESTING: - On completion of the internal wiring, testing for each building shall be carried out as

per clause 19.146 of SSR-2009 Part-I and signed both by contractor and Engineer-in-Charge.

42. DISMANTLING/TAKING DOWN.

42.1 The work of dismantling/demolition shall be done carefully & in a workman like manner as specified

in relevant para of MES Schedule. No material obtained from dismantling/demolition shall be allowed

to be reused in the work except those materials as specifically mentioned so in Sch „A‟.

42.2 The materials obtained from dismantling/demolition shall be-come the property of the contractor to

the extent mentioned in credit schedule and recovery shall be effected at the recovery rate

mentioned in Credit Schedule. The materials beyond credit schedule, if any, retrieved shall be the

CA NO: GE/863/EWS-T-19/2018-19 Srl Page No- 105 34

(PARTICULAR SPECIFICATION (Contd…..)

property of the Govt& shall be deposited by the contractor in the MES store yard without any extra

payment. All rubbish and unserviceable material shall be removed by the contractor and filled in low

lying areas without any extra payment as directed by Engineer-In-Charge.

43. APPROVAL OF SAMPLE: Sample of all the materials to be incorporated in the work shall be

approved in writing before incorporation of the work.

44. PURCHASE VOUCHER: The contractor shall to submit his original purchase voucher duly

machine numbered in respect of STEEL, CEMENT AND MAJOR ELECTRIC EQUIPMENT as directed.

The purchase vouchers shall be produced to the Engineer- in – Charge for verification of material,

equipment‟s, before his permission to incorporate the same in the work is communicated to the

contractor. Two certified copies of the same shall be made by the Engineer-in-Charge for reference

and record. The original purchase vouchers shall be released to the contractor after technically

check of final bill by CWE as required. SIGNATURE OF CONTRACTOR GARRISON ENGINEER Dated: ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 106

APPENDIX ‘A’ LIST OF MATERIALS HAVING ISI CERTIFICATION MARKING

Ser.

No.

DESCRIPTION OF

ITEM

Refer Indian Standard Code

1 2 3 1. CONCRETE (a) Integral cement water proofing compound.

(b) Plywood for concrete shuttering work.

2645

4990

2. JOINERY

Wooden flush door shutters, solid core type, ply wood face panels.

2202 (Part-I)

3. BUILDERS HARD WARE

(c) Steel butt hinges.

(d) Non–ferrous metal butt hinges.

(e) Ferrous tower bolts.

(f) Non-ferrous tower bolts.

(g) Door handles.

(h) Parliament hinges.

(i) Hydraulically operated door closures.

(j) Continuous (piano) hinges.

(k) Non-Ferrous metal sliding door bolts.

(l) Tee and strap hinges.

(m) Mild steel sliding door bolts.

1341

205

204 (Part-I)

204 (Part-II)

208

362

3584

3818

2881

206

281

4. ROOF COVERINGS

Bitumen felts for water proofing and damp proofing

1322

5. CEILING AND LINING

(a) Ply wood for general purpose.

(b) Block boards.

(c) Veneered decorative plywood.

(d) Marine plywood.

(e) Fiber hard boards.

(f) Veneered Particle Board (Exterior Grade)

(g) Decorative thermo setting synthetic resin bonded laminated sheets

303

1659

1328

710

1658

3097

2046

6. FLOORING

(a) White Portland cement

(b) Cement Concrete flooring tiles

3042

1237

7. WATER SUPPLY, PLUMBING, DRAINS & SANITARY APPLIANCES

Contd../-

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 107

APPENDIX ‘A’Contd../-

1 2 3 4

(a) Concrete pipes (with and without reinforcement)

(b) Flushing Cistern for WC and urinals.

(c) PVC flushing cistern.

(d) Cast copper alloy screw down bib tap and stop valves for

water services.

(e) Galvanized mild steel tube

(f) Galvanized mild steel tube fittings

(g) Centrifugally cast (Spun) Iron spigot and socket; soil,

waste and vent pipes, fittings and accessories.

(h) Ball valves (Horizontal plunger type) including floats for

water supply purposes.

(j) Cast iron manhole covers and frames.

(k) AC pressure pipes.

(l) Automatic flushing cistern.

(m) Vitreous China ware appliances:-

(i) General requirements.

(ii) Wash down water closet.

(iii) Squat pan.

(iv) Wash hand basin.

(v) Laboratory sink.

(vi) Urinal bowl type.

(vii) Half stall urinals.

(viii) Syphonic wash down water closet.

(ix) Foot rests.

(n) Plastic WC seats and covers.

(o) Pillar taps.

(p) Centrifugally cast (spun) iron pressure pipes for water, gas

and sewage.

(q) Rubber sealings for gas mains, water mains and sewage.

(r) Cast iron fittings for pressure pipes for water, gas and

sewage.

458

774

7231

781

1239(Part-I)

1239(Part-II)

3989

1703

1726

1592

2326

2556 (Part-I)

2556 (Part-II)

2556 (Part-III)

2556 (Part-IV)

2556 (Part-V)

2556 (Part-VI,

Sec-1)

2556 (Part-VI,

Sec-2)

2556 (Part-II)

2556 (Part-X)

2548

1795

1536

5382

1538 (Pt-I to

XXIII)

8. ELECTRICAL WORKS

(a) Ceiling roses.

(b) Rigid steel conduit.

(c) Rigid non-metallic conduit.

(d) Starter for tube light.

(e) HRC cartridge fuse links up to 650 volt.

(f) Aluminium conductor for overhead transmission purposes.

(g) Porcelain insulators for overhead power lines.

371

9537 (Part-II)

3419

2215

9224(Part-II)

398

731 SIGNATURE OF CONTRACTOR GARRISON ENGINEER ACCEPTING OFFICER DATED: _____________________

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 108

APPENDIX ‘B’ MAKES OF PRODUCTS TO BE INCORPORATED IN WORK

Ser. No.

DESCRIPTION OF ITEMS

NAME OF MANUFACTURER

BRAND TYPE OF CEMENT

1 2 3 4 5 6

1.0 MAIN PRODUCER OF THE CEMENT

(i) THE ASSOCIATED CEMENT COMPANIES LTD

ACC OPC 43 GRADE & PPC

(ii) ULTRA TECH CEMENT LTD ULTRATECH PSC,OPC 43 GRADE & OPC 53 GRADE

(iii) GRASIM INDUSTRIES LTD GRASIM OPC 43 GRADE & PPC

(iv) THE INDIA CEMENT OPC 43 GRADE & PPC

(v) DALMIA CEMENT(BHARAT) LTD DALMIA CEMENT

OPC 43 GRADE & PPC

(vi) ANDHRA CEMENT LTD OPC 43 GRADE & PPC

(vii) CENTURY CEMENT CENTURY OPC 43 GRADE & PPC

(viii) JK LAKSHMI CEMENT LTD JK LAKSHMI OPC 43 GRADE & PPC

(ix) BINANI CEMENT LTD BINANI OPC 43 GRADE & PPC

(x) MANGALAM CEMENT LTD MANGALAM OPC 43 GRADE & PPC

(xi) BIRLA CORPN LTD BIRLA OPC 43 GRADE & PPC

(xii) LAFARGE CEMENT (LAFARGE INDIA PVT LTD)

LAFARGE OPC 43 GRADE & PPC

(xiii) PRISM CEMENT LTD PRISM OPC 43 GRADE & PPC

(xiv) AMBUJA CEMENT LTD AMBUJA OPC 43 GRADE & PPC

(xv) J K CEMENT J K OPC 43 GRADE & PPC

(xvi) SHREE CEMENT SHREE OPC 43 GRADE & PPC

(xvii) ZUARI CEMENT LTD ZUARI OPC 43 GRADE & PPC

(xviii) TOSHALI CEMENTS PVT LTD GAJAPATI OPC 43 GRADE & PPC &PSC

(xix) SAURASHTRA CEMENT SAURASHTR

A

OPC 43 GRADE & PPC

(xx) JAYPEE REWA CEMENT JAYPEE OPC 43 GRADE & PPC

(xxi) THE RAMCO CEMENTS LTD MADRAS OPC 43 GRADE & PPC

(xxii) ORIENT CEMENT ORIENT OPC 43 GRADE & PPC

(xxiii) SANGHI INDUSTRIES LTD SANGHI OPC 53 GRADE & PPC

(xxiv) CEMENT MANUFACTURING COMPANY LTD

STAR PPC,OPC 43 GRADE & OPC 53 GRADE

(xxv) OCL INDIA LTD KONARK OPC 43 GRADE & PPC

(xxvi) CHETTINAD CEMENT CORPORATION LTD

CHETTINAD OPC 43 GRADE & PPC &PSC

(xxvii) HEIDELBERG CEMENT INDIA LTD

MYCEM PPC

(xxviii)

MY HOME INDUSTRIES LTD

MAHA OPC-43

MAHA SHAKTI

PSC

MAHA SHAKTHI

PPC

(xxix) M/S SHREEGURU KRIPA CEMENT (PVT) LTD

SARTAJ OPC 43 GRADE & PPC

(xxx) PARASAKTI CEMENTS LTD PARASAKTI OPC 43 GRADE & PPC

(xxxi) SAIFCO CEMENT PVT LTD SAIFCO OPC 43 GRADE

(xxxii) BARAK VALLEY CEMENTS LTD BVCL OPC 43 GRADE

(xxxiii) DHRUV INDUSTRIAL CO LTD DHRUV OPC 43 GRADE&PPC

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 109

APPENDIX ‘ B ’ Contd../- Ser. No.

DESCRIPTION OF ITEMS

NAME OF MANUFACTURER BRAND TYPE OF STEEL

1 2 3 4 5 6

2.0 STEEL AND IRON WORKS

(a) Primary Producer Of TMT Bar and Structural Steel

(i) RASHTRIYA ISPAT NIGAM LIMITED, VISAKHAPATNAM STEEL PLANT, VISAKHAPATNAM -530 031

RINL

(ii) TATA IRON & STEEL COMPANY, BOMBAY HOUSE -2, 4 HOMI MODI STREET , MUMBAI -400001 (INDIA) TATA

TATA

(iii) STEEL AUTHORITY OF INDIA

LIMITED, CENTRAL MARKETING ORGANISATION, NORTHERN REGION, 17TH FLOOR, SCOPE MINAR, LAXMI

NAGAR, DISTRICT CENTRE DELHI -110092

SAIL

(iv) ADHUNIK METALIKS LTD, ORISSA, LANSDOWNE TOWERS , 2/1A SARAT BOSE ROAD, KOLKATA - 700020

ADHUNIK MET+

TMT BARS OF GDE FE-500, FE-500D (FOR 8 TO 32MM DIA ONLY)

(v) CONCAST STEEL & POWER LTD.

KOLKATA, 21 HEMANT BASU, SARANI, SUIT NOS 511 & 512, 5TH FLOOR KOLKATA – 700 001

CONCAST

MAXX

TMT BARS OF GDE FE-500,

FE-500D (FOR 8 TO 32MM DIA ONLY)

(vi) ELECTROSTEEL STEELS LTD, BOKARO, JHARKHAND, GK

TOWER 2ND& 3RDFLOOR , 19 CAMAC STREET, KOLKATA (WB) -700017

ELECTROSTEEL

TMT BARS OF GDE FE-500D (FOR 8 TO 36MM DIA ONLY)

(vii) JAI BALAJI INDUSTRIES LTD,

REGISTERED OFFICE, 5 BENTEK STREET, KOLKATA – 700001 &

DELHI OFFICE, 510 BLOCK B, NAVRAUNG HOUSE ,21 KASTURBA GANDHI MARG, NEW DELHI -110001

JAI BALAJI TMT BARS OF GDE FE-500,

FE-500D

(viii) JINDAL STEEL AND POWER LTD, JINDAL CENTRE, PLOT NO 2,

SECTOR -32, GURGAON -122001

JINDAL STRUCTURAL STEEL (ANGLE, BEAM, COLUMN,

CHANNEL & PLATE

(ix) JSW STEEL LTD, KARNATAKA, JINDAL MANSION, 5A DR G DESHMUKH MARG, MUMBAI -400026

JSW TMT PLUS

TMT BARS OF GDE FE 500, FE-500D, CRS (FOR 8 TO 40MM ONLY)

(x) SHRI BAJRANG POWER & ISPAT LTD, VILLAGE –BORJHARA, URLA INDUSTRIAL AREA RAIPUR-4933221(CHHATTISGARH)

GOEL TMT TMT BARS OF GDE FE-500, FE-500D (FOR 8 TO 32MM DIA ONLY)

(xi) SHYAM STEEL INDUSTRIES LTD,

SHYAM TOWERS EN-32, SECTOR V, SALT LAKE, KOLKATA -700091

SHYAM TMT TMT BARS OF GDE FE-500,

FE-500D & CRS

(xii) SRMB SRIJAN PVT LTD, SRMB HOUSE 7, KHETRA DAS LANE KOLKATA – 700012

SRMB TMT BARS OF GDE FE-500, FE-500D , FE-550D (FOR 8 TO 32MM DIA ONLY)

(xiii) BDG METAL & POWER LTD . HMP HOUSE , 4 FAIRLIE PLACE , 5THFLOOR , KOLKATA - 700001

BDG-6 TMT BARS OF GDE FE-500, FE-500D, FE-550, FE-550D (FOR 8 TO 32MM DIA ONLY)

(xiv) GALLANTT METAL LTD , WARD 10BC , PLOT NO. 123

,GROUND FLOOR , GANDHI DHAM , KUTCH , GUJARAT -370201

GALLANTT TMX

TMT BARS OF GDE FE-500, FE-500D, CRS (FOR 8 TO

32MM DIA ONLY)

(xv) SPS STEEL ROLLING MILLS LTD, ELEGANT TOWERS 68A,

BALLYGUNGE CIRCULAR ROAD, KOLKATA -700091

ELEGANT TMT TMT BARS OF GDE FE-500, FE-500D, FE-550

(xvi) STEEL EXCHANGE INDIA LTD, MY HOME LAXMINIVAS, APARTMENT, AMEERPET HYDERABAD-500016 (AP)

SIMHADRI TMT

TMT BARS OF GDE FE-500, FE-500D , HS CRM

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 110

APPENDIX ‘ B ’ Contd../-

1 2 3 4 5 6

(xvii) M/S JINDAL STEEL & POWER LTD, OP JINDAL ROAD, HISSAR, HARYANA – 125005

JINDAL TMT BARS OF GDE FE-500, FE-500D, FE-550 & FE-550D

(xviii) M/S SHYAM METALLICS & ENERGY LTD, VISWAKARMA

1ST FLOOR 86C, TOPSIA ROAD, KOLKATA -700046

SEL TMT BARS OF GDE FE-500,FE-500D (FOR 8 TO

32MM DIA ONLY)

(xix) M/S KAMACHI, SPONGE & POWER CORPORATION LTD, ABC TRADE CENTRE,

3RDFLOOR (INSIDE DEVI THEATRE COMPLEX), OLD NO. 50, NEW NO.39, ANNA SALAI CHENNAI -600002

KAMACHI TMT BARS OF GDE FE-500, FE-500D, FE-550 & FE-550D, HCRM (FOR 8

TO 40MM DIA ONLY)

(b)Secondary Producer Of Structural Steel

(i) K L Steel Pvt Ltd, Post Box No. 61, LalKuan, Bulandshahar Road, Ghaziabad (U.P) (Tele: 0120-2867911, 2867915, Fax : 0120-2867917

(ii) Shri Badrinarain Alloys & Steels Ltd, 95, Stephen House, 4 BBD Bag, Kolkata –

700001 (Tele: 033-2220 5381/2248 1601, Fax: 033-2248 8664)

(iii) Pushpak Steel Industries Pvt Ltd, Gate No 119, AlandiMarkal Road, Dhanore, TahKhed, Pune (Tele-Fax: 020-26444700/070)

(iv) Supreme Alloys Pvt Ltd, AN-28 to AN-33 & CN-132, MasooriGulaotiRoat, Ghaziabad,UP (Ph:0120-3244225-27, 3244429, 3291349, Fax: 0120-2800077

(v) SRMB Udyog Ltd, 46, BB Ganguli Street, Kolkata – 700 007 (Tele 2236 9999

(vi) Shree Parashnath Re-Rolling Mills Ltd, 4 C MaharshiDvendre Road, 3rd

Floor, Kolkata 700007 (Ph: 033-2274 0045/4475, Fax: 033-2274 0039)

(vii) Tata Steel Structure, Tata Steel-Tube Division, Jeevan Tara building, 1st Floor, 5,

Sansad Marg, New Delhi-110001 (Tele:991112334, 264601734, 309983, 309986)

(viii) K L ConcastPvt Ltd, Z-18, Naraina, New Delhi.

(ix) Karam Steel Corp, Nasrali Road, PO Box No. 56, MandiGobindgarh– 47 301

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 111

APPENDIX ‘ B ’ Contd../- Ser. No.

DESCRIPTION OF ITEMS MAKE

Ser No

Product Make Remarks

1. Pressed Steel Door/Windows Frames, Chowkhats

(a) Shri Krishna Associates, Panchkula (b) Master Industries, Panchkula (c) SS Engg Industries, Gaziabad (d) MS Metal window Corporation, New Delhi (e) Dahiya Industries, Panchkula

2. Steel window/ventilator (a) Ganpat Doors, Rajpura (b) MS Surbi Metal (India) (c) Shri Krishna Associates, Panchkula (d) Steel Master Industries Jalandhar

3. Rolling Shutters and Grill (a) Prakash &Co,New Delhi (b) Dahiya Industries, Panchkula (c) Shri Krishna Associates ,Panchkula (d) Ishwar Industries, Meerut Cantt

4. Factory Made Panelled Door Shutter (a) Chandigarh timber products, Patiala (b) MS New Jagdamba Doors (c ) MS Supreme doors and allied products, Kanpur (d) Shri Krishna Industries, Panchkula

5 Factory Made Flush Door Shutter (a) Sitapur Plywood Manufactrures,Sitapur (b) MS LaxmiDoors,Luckhnow (c ) Merino Flush Door,Faridabad (d) GoyalIndustries,Faridabad

5. PVC Door Frame/Shutter Sintex, RajshriPlastiwood ltd., MS Dura Plast

6. Standard Mortice Lock Godrej, Hariison , Link

7. Hydraulic Door Closer/Floor Spring Everest, Godrej, Universal,

8. Anodised aluminum section for doors, windows frame, fixed glazing, partition

(a) Santosh &co,New Delhi (b) Dada Aluminium Fabricators,Jalandhar (c ) NairsArkinetalEnterprises,New Delhi (d) M/S Aluminium Tech Industries,Delhi

9. Aluminum composite panels ALCO BOND, ALUMINIUM CLAD, ALSTRONG, ARMSTRONG

10. Medium Density Fibre (MDF) & MDF Prelaminated Board

KITPLY, BHUTAN BOARD, NOVAPAN, , DECO, GREEN PANEL MAX

11. Plain /Veneered/ Pre-Laminated Particle Board

KITPLY, ARCHID PLY, DURA BOARD, BHUTAN BOARD, GREEN PLY, NOVAPAN, BAKELITE ,HYLAM LTD

12 Ply wood ARCHID PLY , DURA PLY BHUTAN BOARD, CENTURY SWASTIK PLY,MYSORE CHIP BOARD LTD.

13 Gypsum Board Armstrong, Anchor, India Gypsum. Lafarge

14 False Ceiling and Frame Armstrong ,Anchor Gypboard ,Everest

15. Glazed / Non-skid Floor/Wall Tile ASIAN ,KAJARIA, ORIENT, JOHNSON

16. Acid Proof Tile SOMANY, JOHNSON ,ENDURA

17 Vitrified Tiles(Normal /Anti Skid) ASIAN ,KAJARIA, SOMANI, ORIENT, JOHNSON

18. Inter locking Tile/Paver block/Terrazo /Chequered/PCC Tiles

NTC, NITCO, ULTRA, MEHTAB, SURYA, HINDUSTA TILE, BHARAT TILES

19. Wall Care putty ASIAN, BIRLA, JK

20. Cement Base Paint ASIAN PAINT, BERGER JENSON & NICHOLSON , NEROLAC

21. Plastic emulsion paint/OBD ASIAN (ROYAL)BERGER (SILK) GOODLASS NEROLAC (IMPRESSION ECOCLEAN)

22. Looking Mirror MODI FLOAT SAINT GOBIN PRAYAG,CROWN

23. Synthetic enamel Paint ASIAN PAINTS (APCOLITE),BERGER (LUXOL) GOODLASS NEROLAC (NEROLAC) JENSON & NICHOLSON (BOROLAC)

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 112

APPENDIX ‘ B ’ Contd../-

24. Exterior acrylic emulsion (a) ASIAN PAINTS (APEX) (b) BERGER (WEATHER COAT SMOOTH) (c) GOODLASS NEROLAC (NEROLAC EXCEL 100% EXTERIOR)

25. Stainless steel Kitchen Sink/Plate rack

NIRALI, DIAMOND, COBRA, NEELKANTH, PRAYAG POLYMERS, JAINKO

26. HDPE Water Tanks DI-PLAST, SINTEX, ROTEX POLYCON ,AQUA POLYMERS

27. CP Bath fittings GEN, PARCO, SONA ,KINGSTON

28. Sanitary appliances CERA (FIRST QUALITY), PARRYWARE (SUPERFINE) HINDUSTAN (FIRST QUALITY), HINDWARE

29. Bathroom cabinet mirror CERA , PARRYWARE, COMMANDER

30. PVC Rain Water Pipes KISSAN, PRINCE, SUPREME, DIPLATST ,FINOLEX

31. Poly Carbonate Sheet DUROTUFF , LEXA, COXWELL., VMT PLASTIC LTD.

32. Ac Sheet/Board CHARMINAR , EVEREST, RAMCO,SWASTIK

33. GI Tubing JINDAL,TATA, BHUSHAN, PRAKASH

34. CGI Sheet JINDAL,TATA, BHUSHAN (ISI MARK), SAIL, RINL

35. Pre-engineer/pre-painted galvalume Sheets

CRIL , INDIAN ISPAT, KIRBY, TATA BLUE SCOPE BHUSHAN GALVACOLOR

36. Aluminum Section HIDALCO JINDALINDAL,TATA BLUE SCOPE

37. PVC Flushing Cistern HINDUSTAN SANITORY WARE SUPREME SHAKTI ,SERA

38. Shower rose CP GEM ,SHAKTI, JAINKO, PRIMA

39. Bib Tap, Pillar Tap and Stop Cock GEM ,SHAKTI, JAINKO, PRAYAG, PARKO

40. Bath fancy fitting KINGSTON ,SHAKTI, PRIMA MARC

41 Soil Waste Pipe Fittings/ Steel

Manhole Cover

SKF, SINGHAL IRON FOUNDARY, NECO, SILC

42 Sand cast iron & socket soil waste, vent pipes & fittings

SRIF, RIF, NECO, NFL, BIC KOLKATTA, RAJ IRON FOUNDARY

43 Salt Glazed stone ware pipes/glazed

stone ware pipes

SHRI KAMAKSHI AGENCIES, HIND CERAMICS,

BHARDWAJ STONE WARE, CERAMIC INDUSTRIES, BINARY UDYOG

44 Ptmt fittings Parayg,Shakti,polytuff

E&M ITEMS

1 Pt switch /sockets/ ceiling roses/fan/ragulators

C & S ELECTRIC, STANDARD, HAVELLS, POLYCAB, INDOASIAN

2 Modular switch/ sockets/ fan regulators

ANCHOR, L & T (ORIS), C & S ELETRIC, LEADER, INDOASIAN, HAVELLS, STANDARD, POLYCAB,

3 MCB/ ELCB/ RCCB/ RCBO/

ISOLATORS/ MCB DISTRIBUTION BOARD

CROMPTON GREAVES, INDOASIAN, C & S ELECTRIC, HAVELLS, STANDARD, PLAZA

4 Mccbs C & S ELECTRIC, INDOASIAN HAVELLS, CROMPTION, ANCHOR, STANDARD

5 Rigid pvc conduit SUPREME, KALINGA, DURTON, AKG, KINJAL, PRINCE, DIPLAST, , POLYCAB,

6 Ms Conduit/ ERW Conduit Pipe AKG, BEC, NIC, PRAKASH TUBES, OSWAL, 7 FR/FRLS WIRES (Control/ sub main

wires/ Telephone for Internal wiring with Copper Conductor)

INDOASIAN,, C & S ELECTRIC, , POLYCAB, NICCO, KALINGA, HAVELLS,PLAZA, ANCHOR,

8 TUBE LIGHT/ STREET LIGHT FITTING

SURYA ROSHANI LTD, INSTA POWER HALONIX TECHNOLOGIES LTD, HAVELLS, POLYCAB, C&S ELECTRIC, SCHNEIDER.

9 LED LAMPS ELEKTRON, IMPERIAL, SANGWAN ENERGY SYSTEM PRIVATE LTD, HALONIX.

10 10 LED LIGHT FITTING HAVELLS, C & S ELECTRIC, SURYA ROSHANI LTD, SYSKA LED, HALONIX TECHNOLOGIES.

11 PVC COPPER WIRES INDOASIAN, PARAMOUNT, C&S ELECTRIC POLYCAB, NICCO, HAVELLS, PLAZA, ANCHOR

12 Fluorescent tube light Fittings, T5 Fitting Ceiling/down/spotlights,

Domestic Lights & Lamps

BAJAJ, CROMPTON GREAVES, PHILIPS, WIPRO

13 Lamp Holder PHILIPS, SSK, LEGRAND, WIPRO, HAVELLS, ANCHOR,

14 Exhaust Fan Khaitan,Orient,Havells,luminous

CA NO: GE/863/EWS-T-62/2017-2018 Serial Page No. 113 Note :- (i) Makes specified in Sch „A‟ shall only be provided when makes are mentioned in Sch „A‟

(ii) Makes specified in Particular Specifications shall be provided only when no makes are specified in

theSch „A‟.

(iii) Makes specified in the Appx „B‟ shall be provided only when no makes are mentioned in

theSch „A‟ and Particular Specifications.

……………………………………… SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED__________________ ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 114

APPENDIX ‘ C ’ APPROVED LIST OF MANUFACTURERS/FIRMS

Ser. No.

DESCRIPTION OF ITEM

NAME OF MANUFACTURER/FIRMS

1 2 3

1

Factory made wooden paneled,

wire gauge, glazed shutters for doors/windows

(a) AB Composites Pvt Ltd 1/IB/18, RamkrishanNaskar Lane, Kolkata

(b) Goyal Industrial Corporation, 8748, DB Gupta Road, New Delhi – 110055.

(c) M/s Chandigarh Timber Product Patiala..

(d) Laxmi Doors, 121, Model Town Ambala City.

(e) New Jagdamba Doors, Plot No.17, Industrial Area Phase-III, SAS Nagar, Mohali.

(f) M.P Wood Product Indore.

(g) Shakti Industries, Barnal Road, Manapindi, Dhanaula – 145105.

(h) M/s Jain Wood Industries (JAYANA BOARD, DELHI)).

(j) M/S Haryana Industries ( Northern Ply & Boards).

(k) (l)

(m)

Shri Krishna Industries, Plot No. 299, Phase-II, Panchkula – 134109. M/S Jain Doors Pvt Ltd, HISDC Industrial Area KundliSonepat (Haryana)

M/s Pioneer Timber Product Chandigarh

2. Factory made steel window and ventilators (With Z‟ Section)/ Box Type

windows & ventilators IS:1038)

(a) M/S S.K. FABRICATION (India), 4KM, Mansa Road, Bathinda.

(b) M/s Steel Man Industries (Regd), Old AddaKapurthala, Near Hotel Dolphin, Jalandhar-144008

(c) M/s Shri Ganpati Doors, 18, Industrial Estate Rajpura -140401(Pb).

(d) M/s Agew Steel manufacturer Pvt Ltd, Ahmedabad

(e) M/s Steel Master Industires, Panchkula.

(f) M/S Shri Krishna Associates, 304 Indl. Area, Phase-II, Panchkula.

(g) M//S Gurjeet Industries 1133 Meerut Road.

(h) M/S GR Kalsi and Co., Plot No. 7B, ParbhatIndl. Area, Rohtak Road Delh.

(j) M/S SKS steel Industries, 487, Peer Garhi, New Delhi.

(k) M/s Metal Window Corporation, 29/1, New Rohtak Road, AnandPrabat, Industrial Area, Gali No 6, Delhi-5.

(l) M/S Steel Plast Machines, Plot No. 175/3, GIDC Industrial Estate, Noida.

(m) M/S Surbhi Metals (India) Pvt Ltd., C-173, Mandore Industrial Area Jaipur..

(n) M/S Jangid Engineering Works, Dungar Industrial Area Jaipur..

(o) M/s Multiwyn Industrial Corp, Kolkata

(p) M/s Satkar Industries, Pathankot Road, Jalandhar

3. Factory made Pressed Steel

Chowkats as per IS:4351

(a) M/s Ishwar Industries, Meerut

(b) Dahiya Industries, 308, Industrial Area, Phase-I, Panchkula.

(c) SS Eng\g., Industries, 308, Industrial Area, Phase-I Panchkula.

(d) M/S Trishul Industries

(e) (f)

(g) (h) (j)

M/S Shri Krishna Associates, Panchkula M/s S K Steel fabricators, Ludhiana

M/s Bhawani Steel Fabricators, Gaziabad. M/s Steel Master Industries, Panchkula M/s Laxmi Steel Works, Rohtak.

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 115

APPENDIX ‘C’ (Contd….) APPROVED LIST OF MANUFACTURERS/FIRMS

1 2 3

4. Rolling Shutters (a) M/s Dahiya Industries Panchkula.

(b) M/s SKS Steel Industries, New Delhi.

(c) M/s Steelman Industries Jalandhar.

(d) (e ) (f) (g)

Rama rolling shutters Industries, New Delhi.

M/s Prakash & Co, New Delhi. M/s Ishwar Industries, Meerut Cantt. M/s Shri Krishna Associates, Panchkula.

5. PVC Door /windows & Frame : IS: 4020 (PT-I TO 16), PVC sheet for wall, false ceiling etc

(a) M/s RajshreePlastiwood Indore.

(b) (c) (d) (e) (f)

M/s Sintex. M/s Dura plast Extraction Pvt Ltd. M/s Fenesta.

M/s Eccocell Udaipur.

M/s AccuraPolytech, Ahmedabad.

6. Flush Door Shutters (a) (b) (c ) (d) (e) (f) (g) (h) (j) (k) (l)

M/s Green ply industries M/s Century Ply.

M/s Dura Ply. M/s Mysorer Chip Board M/a Archid M/s Swastik Plywood M/s Jain Wood Industries. M/s Goyal Industries, Faridabad.

M/s Laxmi doors, Lucknow. M/s Sitapur Plywood manufacturers, Sitapur.

M/s Marino Flush Door, Faridabad.

7.

8.0

Water Proofing Treatment with Acrylic Based Polymer Compound UPVC Window/doors

(a) (b) M/s Century Ply.

(b) LIK Prrof Water Proofing CelilCout, Bhagat Singh Road, Mumbai - 39

(c) (a) (b) (c) (d) (e)

India Water Proofing Co., The Liassan Chambers, 5A, Brelvi Road, Mumbai-01.

M/s Poly Windows. M/s Fenesta. AccuraPolytech. H2O Solution. Kundli Industrial Estate, Sonipat.

……………………………………… SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED__________________ ACCEPTING OFFICER

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 116

APPENDIX ‘D’

SOURCE OF MATERIALS

Ser No

Name of Materials Source of Materials

1 2 3

1. Coarse Aggregate for

RCC & PCC

Broken/crushed stone boulders obtained

from Ghaggar River near Mubarakpur and

broken/crushed river shingle/crushed stone

boulders obtained from satluj river for Jhakri,

Jeori, KarchamPoari, Sumdo, Pooh and Khab 2. Sand for all RCC and

PCC work

Satluj river sand for Pooh and Khab,

Parechu/Spiti river sand for Sumdo

3. Sand for plastering

pointing & brick work

-do-

4. Lime Local

5. Brick and Brick tiles Chandigarh/Haryana/Punjab

6. Stone Local

NOTE: Sources of materials shall be as given in col 3 above or is vicinity thereof. The tenderers shall

ascertain the actual position / exact location of source before submitting his tender and no

additional payment shall be made on account of any misunderstanding of its distance from site of

work. ……………………………………… SIGNATURE OF CONTRACTOR GARRISON ENGINEER ACCEPTING OFFICER DATED__________________

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 117

APPENDIX ‘ E ’ CEMENT SUPPLY & ACCEPTANCE REGISTER

1. CA NO & Name of work:

2. Control No* :

3. Name of Manufacturer/Brand/Gde of Cement (A) Manufacturer _______ (B) Brand ______ (C) Grade :

4. Qty of cement & Lot No/Week No (in bags) : (A) (Qty ________) (B) Lot No/Week No ________

5. Manufacturer‟s test certificates no ______________

6. Random Test details (a) Physical test report from ______________ vide their letter No ___________ (Name of approved Lab/Engg College)

(b) Chemical test report from _____________ vide their letter No ___________ (Name of approved Lab/Engg College)

7. Details of Physical & Chemical properties:

Specific

Surf

ace A

rea

(m2 p

er

Kg

Soundness b

y L

e

Chate

llar

Soundness b

y A

uto

Cla

ve

Initia

l Sett

ing T

ime

(Min

ute

s)

Fin

al Sett

ing T

ime

(Min

ute

s)

Compressive

strengths

Tem

p d

uring t

esting 0

C

Sta

ndard

consis

tency

(%)

Lim

e S

atu

ration

(Ratio)

Aclu

min

a I

ron R

atio

Insolu

ble

ratio (

%)

Magnesiu

m (

%)

Sulp

huric A

nhydride

(%)

Loss o

n ignitio

n (

%)

Alk

alies (

%)

Chlo

rides (

%)

03 d

ays

07 d

ays

28 d

ays

As per

relevant IS

As per

manufacturer‟s

test certificate

As per random

test certificate

Remarks with Signature : Accepted/Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE

* To be allotted serially by GE consignment wis

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 118

Appendix ‘ F ’

STEEL SUPPLY AND ACCEPTANCE FORM

1. Contract No. and name of work:

2. Name of manufacturer‟s T.C.No:

3. Manufacturer

4. Random Test Details (a) Physical test report from………………………………Vide their letter No………………………. (Name of approved Lab/Engg collage)

(b) Chemical test report from………………………………Vide their letter No………………………. (Name of approved Lab/Engg collage)

5. Type of steel, dia and quantity:

(a) Type : TMT/CRS

(b) Dia : mm

(c) Actual wt : MT

(d) Conversion Wt : MT

Chemical Test Mechanical Test

Carbon

%

Sulphur

%

Phosphorous

%

Manganese

%

Silicon % Corrosion

resistant

element

Wt

per

meter

Yield

Stress

(N/mm2)

Tensile

strength

(N/mm2

)

Elongation

%(min)

Bend

test

Reben

d test

Remark

s

As per IS

1786 2008

As per

manufacturer‟

s

As per

independent

test

Remarks with Signature: Accepted/Rejected

Contractor Junior Engineer Engineer-in-charge Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE

* To be allotted serially by GE consignment wise

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 119 APPENDIX ‘ G‟

TESTING OF MATERIALS

Ser.

No.

MATERIALS TEST METHOD OF

TESTING

FREQUENCY OF TEST LEVEL

OF

TESTS

RATE

PER

TEST

(Rs.)

REMARKS

1 2 3 4 5 6 7 8

1 Bricks (i) Compressive

Strength

IS:3495

(Part-II)

AS PER IS:5454-1978 „A‟ 180.00 Checks for4 visual and dimensional

characteristics shall also be carried

out as per IS-5454 Lot Size Sample

Size

Permissible

No. of

defective

bricks

1001 to

10000

5 0

10001 to

35000

10 0

35001 to

50000

15 1

(ii) Water Absorption IS:3495

(Part-II)

-Do- -Do- -Do- „A‟ 150.00

(iii) Efflorescence IS:3495

(Part-I)

-Do- -Do- -Do- „A‟ 180.00

Contd…../-

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 120

-2-

1 2 3 4 5 6 7 8

2 Coarse

aggregate

(i) Particle size and

shape (Sieve

analysis)

IS:2386-

1963

(Part-I)

One test for every 15 Cum of

aggregate or part thereof ,brought at

site

„A‟ 120.00

(ii) Flakiness Index

-Do- -Do- „A‟ 90.00

(iii) Estimation of

deleterious materials

IS:2386-

1963 (Part-

I)

One test for every 100 cum of

aggregate or part thereof brought to

site.

„A‟ 120.00

(iv) Organic impurities -Do- One test per source of supply „C‟ 120.00

(v) Moisture Contents

-Do-

(Part-II)

Regularly as required

„A‟ 120.00

(vi) Specific gravity

-Do- One test per each source of supply „B‟ 120.00

3 Fine

Aggregate

(i) Particle size and

shape (Sieve

analysis)

IS: 2386-

1963

(Part - I)

One test for every 15 Cum of fine

aggregate or part when brought at

site

„A‟ 180.00

(ii) Estimation of

deleterious materials

(Test for clay, silt &

impurities)

-Do-

(Part-II)

-Do- „A‟ 90.00

(iii) Specific Gravity

-Do-

(Part-II)

One for each source of supply. „B‟ 180.00

(iv) Moisture Contents -Do-

Regularly as required subject to 2

tests for each source of supply

„A‟ 180.00

(v) Organic impurities -Do-

(Part-II)

One test for each source of supply „C‟ 180.00

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 121 -3

1 2 3 4 5 6 7 8

4 Cement (i) Setting time IS: 4031-

63

Affirmed 1

One for each consignment as and

when required

„B‟ 180.00

(ii) Soundness

-Do-

-Do- „B‟ 120.00

(iii) Compressive

strength

-Do-

-Do- „B‟ 360.00

(iv) Fineness (By Blaine

Air Permeability

Method)

-Do- -Do- „B‟ 120.00

5 Structural

Concrete

(M-15 Grade

& above)

(i) Slump test or

compacting factor test

or vee-bee time

IS:1199-

1959

The minimum frequency of sampling

of concrete of each grade shall be as

under:-

Qty of

concrete in

the work

No. of Samples „A‟ 180.00 (i) Random

sampling shall be

carried out to cover

all mix units.

(ii) Refer IS 456-

2000 clause 14 for

frequency of

sampling

1 to 5 cum

1

6 to 15 cum

2

16 to 30

cum

3

31 to 50

cum

4

51 cum &

above

4 plus 1 additional

sample for each 50 cum

or part thereof.

* Clause 15.2 of IS-456-2000

(ii) Compressive Strength

IS: 516-1959

-Do- „A‟ 120.00 -Do-

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 122 -4-

1 2 3 4 5 6 7 8

6 Cement Flooring

tiles/ Terrazzo

tiles

(i) Water absorption

IS:1237-1980

(Appendix „D‟ )

6 tiles out of 18 „A‟ - Samples of 18 tiles

from each source of

supply selected at

random.

(ii) Wet transverse

strength

-Do-

(Appendix „E‟ )

-Do-

„B‟

180.00

(iii) Resistance to wear -Do-(Appendix

„F‟ )

-Do-

„B‟

144.00

„C‟ 540.00

7 Timber (i) Specific gravity and

weight

IS:1708-1986

(Part II)

Minimum 3 samples from lot of 4 Cum or

250 pieces of seasoned timber.

„B‟ 120.00

(ii) Moisture content

-Do- (Part I)

-Do-

„A‟ 120.00

8 Water for

construction

purposes

(i) Test for Acidity IS:456, 3015 Once at the stage of approval of source

of water.

„B‟ 240.00 Also refer clause 4.3

of IS:456 and its

subsequent sub

clauses regarding

suitability of water

(ii) Test for Alkalinity

-Do-

-Do-

„B‟ 240.00

(iii) Test for solid contents -Do-

-Do- „C‟ 300.00

9 Welding of

steel work

Visual inspection test IS-822-1970

Clause 7.1

100% by visual inspection Work

site

360.00 Specialised tests

their method &

frequency to be

decided on

consideration of

their importance by

the Accepting

Officer.

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 123

-5-

1 2 3 4 5 6 7 8

10 Timber

panelled and

glazed door/

window and

shutters

(a) Dimensions ,sizes,

workmanship and finish

IS:1003

(Part-I)

Lot Size Sample Size „A‟ 180.00

26 to 50

5

51 to 100

8

101 to 150

13

151 to 300

20

301 to 500

32

501 and 1000

50

1001 and above 80

As per Table 1 of IS:4020-1998

STRENGTH TEST

(i)Slamming

(ii) Impact

indentation (iii) Shock

resistance

(iv) Edge loading

IS:1303

From each lot, 5% of the factory made

shutters shall be manufacturer tested

for strength tests

„C‟ As per

actual

rate

11 Plywood

(IS:303)

(i) Moisture Content IS:1734-

1983

(Part-I)

Six test pieces cut from each of the

boards selected as per table shall be

subject to tests.

„C‟ -

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No. 124

-6- 1 2 3 4 5 6 7 8

1

2

Wood Particle

Board

(Medium

density IS:

303)

(i) Density IS:2360

(Part-III)

Three test specimen from each sample

(size 150mm x 75 mm)

„A‟ 60.00 Sampling shall be

as per IS: 3487

with moisture meter

(ii) Moisture content -Do- -Do- „A‟&

„B‟

60.00

(iii) Water absorption

-Do-

(Part-16)

-Do-

(Size 300 mm x 300 mm)

„A‟ 60.00

(iv) Swelling due to

surface absorption

-Do-

(Part-17)

-Do-

(Size 125 mm x 100 mm)

„A‟ 60.00

(v) Swelling in water

-Do- -Do-

(Size 200 mm x 100 mm)

„A‟ 60.00

(vi) Modulus of rupture

-Do-

(Part-4)

Three tests specimen as per IS-2380

„B‟ 90.00

(vii) Screw and nail

withdrawal strength

-Do-

(Part-4)

As per IS-2385 „C‟ 120.0

0

Notes: 1.Please refers Clause 25 of Special Condition.

………………………………………

SIGNATURE OF CONTRACTOR GARRISON ENGINEER DATED__________________

CA NO: GE/863/EWS-T-19/2018-19 Serial Page No 125

ERRATA/AMENDMENT TO APPENDIX ‘A’ TO NOTICE OF E-TENDER INVITING APPLICATION (CONTD....)

1. The following errata/amendments shall be made in Appendix ‘A’ to notice of e-tender :-

Ser

No

Location Particulars Location

1 Para 1 Name of Work For: “SPECIAL REPAIR TO FENCING OF 581 LT REGT IN THE ARAEA OF AGE B/R PRITHI MIL STN AND PROVN OF 01X TOILET BLOCK WITH 01XURINAL POT , 01XWC AND 01XWHB ALONGWITH WATER STORAGE TANK OF 500 LTR CAPACITY BETWEEN MI ROOM & UNIT RUN CANTEEN OF DOGRA SCOUTS AT SUMDO THE AREA OF AGE B/R POOH UNDER GE 863 EWS Read: “SPECIAL REPAIR TO FENCING AND BLDG NO-P-58 OF 581 LT

REGT AND PROVN OF ONE MEAT CUTTING ROOM NEAR COOK HOUSE OF 133 MED REGT IN THE AREA OF AGE B/R PRITHI MILATARY STATION UNDER GE 863 EWS

2 Para 2 Estimated Cost of work For: 22.42 Read: “21.94

3 Para 4 Completion Period

For: 210 days Read: “180 days

4 Para 8 Earnest money Deposit For: “44840.00 Read: “43880.00.

5 Para 10 (iii) & B(I)

Category of enlistment For: “a(i), a(ii) & b(i)” Read: “a(i), & b(i)

6 Para 11 DELETE THE EXIXTING DESCRIPTION IN PARA 11 AND INSERT IN LIEU AS UNDER

(a) Publishing date and time of tender documents.

:

Refer .www.eprocuremes.gov.in

(b) Starting date of

tender documents

downloading.

:

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

:

(d) Closing date and

time of bid submission end (Cover No 1 & 2).

:

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

:

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

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

SIGNATURE OF CONTRACTOR GARRISON ENGINEER

DATED: ACCEPTING OFFICER