Top Banner
CA No.GE/JAL(W)-20/18-19 Serial Page No. 01 MILITARY ENGINEER SERVICES GARRISON ENGINEER (WEST) JALANDHAR CANTT Provision of Trg/Lecture Room and allied infrastructure of certain units under GE (West) Jalandhar Cantt. CONTENTS SHEET Srl No Particulars Page No. 1. Contents Sheet 01 to 01 2. Tender forwarding letter 02 to 02 3. Instructions for completion of tender documents to be complied with by the tenderer(s). 03 to 05 4. Notice of tender (IAFW-2162) Including Appendix ‗A‘ & amendment thereto, if any 06 to 11 5. Item rate tender and contract for works on IAFW-1779A (Revised 1955) Schedule ‗A‘, ‗B‘, `C‘, ‗D‘ and Summary etc. 12 to 43 6. Special Conditions 44 to 50 7. Particular Specifications (Specifications and workmanship for materials & works). 51 to 92 8. General Conditions of contracts IAFW-2249 (1989 Print) including errata & amendments thereof. 93 to 144 9. Schedule of minimum fair wages 145 to 154 10. Errata/ Amendments to tender documents. 11. Relevant correspondence. 12. Acceptance letter. Total No. of Pages _______________________ AGE (Contracts) (Signature of the Contractor) for Accepting Officer
67

MILITARY ENGINEER SERVICES - Amazon AWS

Feb 08, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W)-20/18-19 Serial Page No. 01

MILITARY ENGINEER SERVICES

GARRISON ENGINEER (WEST) JALANDHAR CANTT

Provision of Trg/Lecture Room and allied infrastructure of certain units under GE (West) Jalandhar Cantt.

CONTENTS SHEET

Srl No

Particulars Page No.

1.

Contents Sheet

01 to 01

2. Tender forwarding letter

02 to 02

3. Instructions for completion of tender documents to be complied with by the tenderer(s).

03 to 05

4. Notice of tender (IAFW-2162) Including Appendix ‗A‘ & amendment thereto, if any

06 to 11

5. Item rate tender and contract for works on IAFW-1779A (Revised 1955) Schedule ‗A‘, ‗B‘, `C‘, ‗D‘ and Summary etc.

12 to 43

6. Special Conditions

44 to 50

7. Particular Specifications (Specifications and workmanship for materials & works).

51 to 92

8. General Conditions of contracts IAFW-2249 (1989 Print) including errata & amendments thereof.

93 to 144

9. Schedule of minimum fair wages

145 to 154

10. Errata/ Amendments to tender documents.

11. Relevant correspondence.

12. Acceptance letter.

Total No. of Pages

_______________________ AGE (Contracts) (Signature of the Contractor)

for Accepting Officer

Page 2: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 2

Tel:-0181-2660669

Garrison Engineer (West) Military Engineer Services Jalandhar Cantt 144 005 8027-20/18-19/ /E8 28 Jun 2018 M/s …………………………….

…………………………………

………………………………...

Provision of Trg/Lecture Room and allied infrastructure of certain units under GE (West) Jalandhar Cantt.

Dear Sir(s), 1. Tender documents for the above mentioned works are uploaded herewith.

2. The ACCEPTING OFFICER will receive tender on critical date mentioned in MES e-procurement portal www.eprocuremes.gov.in or www.defproc.gov.in

3. Tender will be opened on due date and time fixed for opening of bid in the presence of those tenderers who will submit priced tenders and will be present at the time of opening of tender.

4. Instructions for compilation of tender documents to be complied with by the tenderers are enclosed with these tender documents.

5. The following documents, which form part of tender documents, are not enclosed: -

(a) IAFW-2249 (1989 Print) General Conditions of Contract.

(b) Schedule of minimum fair wages. Note: Documents at Serial 5(a) & (b) can be seen in any of the MES office during working hours on working days. The tenderers are deemed to have made themselves acquainted with contents of the above mentioned documents not enclosed herewith before submission of tender and no claims whatsoever on this account shall be entertained. 6. This letter shall form part of the tender documents. Yours faithfully,

_______________________ AGE (Contracts) (Signature of the Contractor) for Accepting Officer

Page 3: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 3

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS

TO BE COMPLIED WITH BY THE TENDERER(S) 1. EARNEST MONEY

Contractor(s) who are not enlisted with MES/who are enlisted but have not executed the Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender & tender documents in one of the following forms, in the Office of GE (West) JRC on or before the date of closing of bid opening (Technical bid opening) as given in tender documents. (a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison Engineer (West)

Jalandhar Cantt. (b) Receipted Treasury challan, the amount being credited to the Revenue Deposit in favour

of Garrison Engineer (West) Jalandhar Cantt 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 CONSEQUENTLY LIABLE TO BE IGNORED.

1.2. SUBMISSION OF COST OF TENDER/ EARNEST MONEY :- Cost of tender/Earnest Money in shape / form as indicated in tender documents in hard copy is required to be submitted to the Garrison Engineer (East) Jalandhar Cantt on or before the due date & time of technical bid opening (mentioned in tender documents).

1.2.1. In case of MES enlisted tenderers, if cost of tender/earnest money in original 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/earnest money shall be recovered from any amount due to the MES enlisted contractor. Failure of non submission of hard copy of cost of tender tantamounts to willful 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.

1.2.2. In case of un-enlisted tenderer, if cost of tender/earnest money in original 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 the date of opening of financial bid.

1.2.3. Tenderers who have failed to submit earnest money in original (whether un-enlisted or enlisted who has not lodged standing security deposit) by stipulated date, shall be ineligible for opening of financial bid.

2. SECURITY DEPOSIT

In case the tender submitted by such contractor is accepted, the contractor will b required to lodge with the Controller of Defence Accounts `INDIVIDUAL SECURITY DEPOSIT' calculated with reference to `TENDERED COST 'as notified by the Accepting officer. (See Condition 22 of IAFW-2249).

3. CONTRACTORS ENLISTED WITH CHIEF ENGINEER WESTERN COMMAND AND WHO

HAVE EXECUTED STANDING SECURITY BOND AND DEPOSITED STANDING SECURITY DEPOSIT BUT OF A LOWER CLASS. In case the tender is accepted, the amount of `Additional Security Deposit' will be as notified by the Accepting Officer. This amount will be the difference between the `Individual Security Deposit' calculated with reference to the "TENDERED COST" and the ‗Standing Security Deposit' lodged. (Refer condition 22 of IAFW-2249.)

Page 4: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 4

INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS

TO BE COMPLIED WITH BY THE TENDERER(S) 4 CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CHIEF ENGINEER

WESTERN COMMAND Contractors whose names are on the approved list of any MES formation other than CE Western Command and who have deposited Standing Security and have executed Standing Security Bond may tender without depositing Earnest Money with the tender and if the Accepting Officer decides to accept the tender, such tenderers will be required to lodge Individual Security Deposit as notified by the Accepting Officer before acceptance of his tender.

5. GENERAL INSTRUCTIONS FOR COMPLIANCE 5.1 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.

Attention is also drawn to special condition 3 and also conditions 24 & 25 of IAFW- 2249/conditions 17 & 18 of 1815-Z General Conditions of Contracts.

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

6. General Conditions of contract The printed form of General conditions of contract, IAFW-2249 (1989 print) and errata/amendments thereto forming part of the tender documents can be seen by the tenderer in any of the MES offices during office hours. Tenderers shall be deemed to have full knowledge of IAFW- 2249 with upto date errata and amendments whether they study the same or not.

7. INSTRUCTIONS FOR ONLINE BID SUBMISSION : 7.1 The bidders are required to submit soft copies of their bids electronically on the CPP Portal,

using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

7.2 More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocuremes.gov.in.

7.3 PREPARATION OF BIDS 7.5.1 Bidder should take into account any corrigendum published on the tender document before

submitting their bids. 7.5.2 Please go through the tender advertisement and the tender document carefully to understand

the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

7.5.3 Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document XLS / PDF formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

7.6 SUBMISSION OF BIDS 7.6.1 Bidder should log into the site well in advance for bid submission so that they can upload the bid

in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues

7.6.2 The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

Page 5: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 5

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

7.6.3 Bidder has to select the payment option as ―offline‖ to pay the tender fee /EMD as applicable

and enter details of the instrument. 7.6.4 Bidder should prepare the EMD as per the instructions specified in the tender document. The

original of tender fee /EMD should be posted couriered/given in person to the concerned official, latest by the last date of bid submission. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

7.6.5 Bidders are requested to note that they should necessarily submit their financial bids in the

format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the specified cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

7.6.6 The server time (which is displayed on the bidders‘ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

7.6.7 All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers

7.6.8 The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

7.6.9 Upon the successful and timely submission of bids (ie after Clicking ―Freeze Bid Submission‖ in

the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details

7.6.10 The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

7.7 ASSISTANCE TO BIDDERS 7.7.1 Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

7.7.2 Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk

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

_________________________________ AGE (Contracts) (SIGNATURE OF THE CONTRACTOR) for ACCEPTING OFFICER

Page 6: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 6

MILITARY ENGINEER SERVICES

NOTICE OF TENDER IAFW-2162

APPLICABLE FOR LUMP SUM MEASURABLE CONTRACTS

1. A tender is invited for the work as mention in appendix ‗A‘ to this notice of Tender. 2. The work is estimated to cost as indicated in aforesaid appendix ‗A‘. 2.1 This estimate, however is not guarantee, and it is merely given as rough and if the work costs

more or less, the tenderer will have no claim on this account. 2.2 The tender shall be based as mentioned in aforesaid appendix ‗A‘. 2.3 The work is to be completed with in the period as indicated in aforesaid appendix ‗A‘ in

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

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

lies and with in whose financial category the estimated amount would fall, may tender but in case of term contracts, contractors of category ‗S‘ to ‗F‘ may tender. In case where the tendered amount is in excess of financial category whether or not the estimated amount was with in 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‖ as notified by the accepting officers in terms of conditions of contract.

3.1 Contractors whose names are borne on the MES approved list of any MES formation 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 intimated by the accepting officer before acceptance of the tender, in case , how ever, the accepting officer subsequent to deposition of security deposit decides not to accept the tender for any reasons what so ever the amount deposited will be refunded to the tenderer.

3.2 Not more than one tender shall be submitted by one tenderer or one firm of the contractor. 3.3 Under no circumstances will a father and his son(s) or other close relations who have business

dealing with one and other be allowed to tender for the same contract as separate competition. Breach of this condition will render the tender of both parties liable to rejection.

4. The Garrison Engineer (West), Jalandhar Cantt. will be the Accepting officer, here in after

referred to as such for the purpose of the contract. 5. (a) Applications for the tender form must be submitted to Garrison Engineer (West)

Jalandhar Cantt along with demand draft for the cost of blank tender documents in favour of Garrison Engineer (West) Jalandhar Cantt as per Appendix ‗A‘ to notice of tender, so as to reach his office on or before as mentioned in aforesaid in appendix ‗A‘.

Page 7: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 7

NOTICE OF TENDER IAFW-2162

APPLICABLE FOR LUMP SUM MEASURABLE CONTRACTS (Contd….)

(b) 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, the past track record, financial position and experience of similar work executed by the applicant/contractor. The Accepting officer shall consider applications received upto 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 without assigning reasons. The applicant/ contractor, if he so desires may appeal to the next higher Engineer authority with copy to the Accepting officer. No appeal/ representation shall be entertained in respect of applications for issue of tender as received after the due date of receipt of application/extended date of receipt of applications.

6. Tender form and condition of contract and other necessary documents together with address

envelop to be used for the return of tender form and other documents will be issued on and after as mentioned in aforesaid appendix ‗A‘.

6.1 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 category mentioned in aforesaid appendix ‗A‘. 6.2 In the case of a contractor who has not executed the standing security bound 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‘ from schedule bank/or receipted treasury challan, the amount being credited to the revenue deposit of the GE. A Contractor who is not listed for the area in which the work lies, but who‘s 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 decide to accept the tender, such tenderer shall lodge security deposit as notified by the accepting officer with Controller of Defence Account concerned in the prescribed form before acceptance of tender.

6.3 A contractor who has executed standing security bond but not for the appropriate category 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 Thirty days of the receipt by him of notification of acceptance of tender the amount of additional security deposit shall be recovered from such payment.

6.4 The GE will return earnest money wherever applicable to all un-successful tenderer by

endorsing an authority on the depositing security for its return, on production by the tenderer of a certificate of the Accepting Officer that a bona-fide tender (Vide condition 15 below) was received and all documents were returned.

6.5 Copies of the drawings and other documents pertaining to the work (signed for the purpose of

notification by the accepting officer for his accredited representative) and samples of materials and stores to be supplied by the contractor will be kept open for inspection by the tenderer in the offices of CE/CWE/GE as mentioned in the aforesaid appendix ‗A‘ during working hours.

Contd.........../-

Page 8: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 8

NOTICE OF TENDER IAFW-2162

APPLICABLE FOR LUMP SUM MEASURABLE CONTRACTS (Contd….)

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

sufficient time. 8. Tenderer shall be deemed to have full knowledge of all relevant document, samples, sites etc.

whether he has inspected them or not. 9. Tender will be received by the Garrison Engineer (West) Jalandhar Cantt on the date and time

indicated in the aforesaid appendix ‗A‘ 10. Any tender which proposes any alternations to any of the conditions laid down or which

proposes any other conditions of any description what so ever is liable be rejected. 11. The submission of the tender by a tenderer implies that he has read this office notice and the

conditions of contracts 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 condition 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) and

2010 (Part-II)-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. In case of estimated cost (as shown in Appendix ‗A‘ is Rs. 5.00 crore and above, the accepting

officer reserves his right to accept a tender submitted by a Central Public Sector Enterprises (CPSE) giving a price preference over other tender(s) which may be lower and admissible under the prevailing Govt. policy.

15. No claim for any compensation or otherwise shall be admissible for such tenderers whose

tenders may be rejected on account of the said policy.

16. The Accepting Officer does not bind himself to accept the lowest tender or any tender or to give any reason or not.

17. This notice shall form part of the contract. ________________________________ AGE (Contracts) (SIGNATURE OF THE CONTRACTOR) for ACCEPTING OFFICER

Page 9: MILITARY ENGINEER SERVICES - Amazon AWS

CA No GE/JAL(W)-20/2018-19 Ser Page No. 09

APPENDIX ‘A’ TO NOTICE INVITING TENDER

1. Name of Work Provision of Trg/Lecture Room and allied infrastructure of certain units under GE (West) Jalandhar Cantt

2. Estimated Cost of Work Rs 19.00 Lakhs (At Par Market)

3. Period of Completion 150 days

4. Cost of Tender documents Rs 500/- in the shape of DD/Banker‘s Cheque from any

scheduled bank in favour of GE (West) Jalandhar Cantt and payable at Jalandhar.

5. Website/portal address www.eprocuremes.gov.in and www.defproc.gov.in

6. Type of Contract The tender shall be based on drawings and specifications (IAFW-1779A, Item rates Contracts) and General Conditions of Contracts (IAFW-2249) with Schedule ‗A‘ (list of items of work) to be priced by tenderer.

7. Information & Details:

(a) Bid submission Start Date 12 Jul 2018 at 1000 hrs

(b) Last Date of Bid Submission 17 Jul 2018 upto 1800 hrs

(c) Date of Bid Opening 18 Jul 2018 at 1200 hrs and subsequent date

8. Eligibility Criteria :-

(A)

For MES enlisted contractors

All contractors enlisted with MES in Class ‗E‘ and above and Category ‗a (i)‘& b(i) shall be considered qualified provided they do not carry adverse remarks in WLR of Competitive Engineering Authority.

(B) For other Contractors. (a) The firms not enlisted with MES shall meet the enlistment criteria of ‗E‘ Class MES contractors & category a(i), & b(i) i.e. with regard to having satisfactorily completed requisite value works. annual turnover. solvency, working capital, immovable property / fixed assets, T&P, Engineering establishment, no recovery outstanding in any Govt Department. Police verification / Passport etc. Enlistment criteria may be seen in para 1.4 of section 1 of Part-I of MES Manual on Contracts-2007 (Reprint-2012) as available in all MES formations.

(b) These firms shall also submit copy of Police verification from police authority of the area where the registered office of the firm is located / notarized copy of valid passport of proprietor / each partner / each Director.

(c) They should not carry adverse remarks in WLR/or any other similar report of any authority.

(C) For All contractors Contractor will not be allowed to execute the work by 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, Project Manager. This shall be subject to certain conditions which will be prescribed in the NOT forming part of the tender documents.

9. Tender Issuing and Accepting Officer Garrison Engineer (West) Jalandhar Cantt.

10. Executing Agency Garrison Engineer (West) Jalandhar Cantt.

11 Earnest Money Rs.38,000.00 in favour of Garrison Engineer (West) Jalandhar Cantt.

Page 10: MILITARY ENGINEER SERVICES - Amazon AWS

CA No GE/JAL (W)-20/2018-19 Ser Page No. 10

APPENDIX ‘A’ TO NOTICE INVITING TENDER (contd…)

Notes : - (a) The contractor enlisted upto one* class below the eligible class may also apply/bid. Application/bids from

one class below eligible class applicants may be considered in the event of inadequate response/bids from the applicants of eligible class.

(b) (i) Applications/bids not accompanied by scanned copies of requisite DD/Bankers cheque towards cost of tender and earnest money ( as applicable) shall be considered for validation of ‗T‘ bid and their finance bids will not be opened.

(ii) Tenderers/bidders to note that they should ensure that their original DDs and earnest money (as

applicable) are received within 05 days of submission end date. (iii) In case of applications/bids from enlisted contractors of MES, where scanned copies of requisite DD/Bankers cheque, towards cost of tender has been uploaded but physical copies are not received by the stipulated date, finance bids will be opened. However non-submission of physical copies of cost of tender shall be considered as willfull negligence of the bidder with ulterior motives and such bidder shall be banned from bidding for a period of six months commencing from the date of opening of finance bid.

(iv) In case of applications/bids from un-enlisted contractors, where scanned copies of requisite DD/Bankers cheque towads cost of tender has been uploaded but physical copies are not received by the stipulated date, finance bids will not be opened. Name of such contractors alongwith complete address shall be circulated for not opening of their bids for a period of six months commencing from the date of opening of finance bid. (v) In case of applications/bids (enlisted contractor as well as unlisted contractor) where scanned copies of requisite Earnest money (as applicable) were uploaded but the same are not received in physical form within stipulated time, such bids shall not qualify for opening of finance bid.

(c) Contractors enlisted with MES will upload following documents for checking eligibility:-

(i) Application for bid on Firm‘s letter head (ii) Scanned copy of Enlistment letter (iii) Scanned copy of DD of cost of tender

(d) Contractors not enlisted with MES will be required to upload necessary documents to prove their eligibility

for enlistment in eligible class & category of work including Affidavit for no recovery outstanding. List of documents required for enlistment in MES has been given in para 1.5 of section 1 of Part-I of MES Manual on Contracts 2007 (Reprint-2012). Following documents shall also be uploaded amongst others:-

(i) Details of three highest valued similar nature of works executed during last five years, financial

year-wise in tabular form giving name of work, Accepting officer‘s details, viz Address, Telephone, Fax No, E-mail ID etc, date of accepting of tender and actual date of completion. This shall be duly signed by proprietor/ all partners/ authorized Director of Pvt/Public Ltd as applicable. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case performance report has been given by the client shall also be submitted duly attested.

(ii) Solvency certificate and working Capital Certificate issued by scheduled bank. (iii) Annual turnover certificate for last 2 years issued by chartered Accountant alongwith relevant

pages of audited balance sheets in support thereof.

Page 11: MILITARY ENGINEER SERVICES - Amazon AWS

CA No GE/JAL(W)-20/2018-19 Ser Page No. 11

APPENDIX ‘A’ TO NOTICE INVITING TENDER (contd…)

(iv) Affidavits for possession of movable & immovable properties by proprietor/partner owing the immovable property alongwith Valuation Certificate from Regd. Value in support of movable & Immovable properties. In case of limited Company, the immovable property is required to be in the name of the company.

In case of limited Company, the immovable property is required to be in the name of the

Company.

(v) In addition, the un-enlisted contractors shall also furnish affidavit on non judicial stamp paper in the form of hard copy declaring their turnover for last 2 (two) years.

(vi) Scanned copy of DD of cost of tender and earnest money.

(e) In case of rejection of technical/prequalification bid, contractor may appeal to next higher Engineer authority ie Commander Works Engineer Jalandhar Cantt on email [email protected] against

rejection, whose decision shall be final and binding. However contractor/bidder shall not be entitled to any compensation whatsoever for rejection of technical/prequalification bid

_______________________________ (SIGNATURE OF THE CONTRACTOR) (Kishori Lal)

AE (QS &C) AGE (Contracts) For Garrison Engineer

8001/NIT/ 12 /E8

Garrison Engineer (West) Jalandhar Cantt-144005

28 Jun 2018

Page 12: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 12

IN LIEU OF IAFW-1779A (REVISED 1955)

(To be read in conjunction with General Conditions of contracts IAFW-2249, 1989 print)

MILITARY ENGINEER SERVICES

Tel:-0181-2660669

Garrison Engineer (West) Military Engineer Services Jalandhar Cantt 144 005 8027-20/18-19/ /E8 28 Jun 2018

ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN EXECUTION OF PROVISION OF TRG/LECTURE ROOM AND ALLIED INFRASTRUCTURE OF

CERTAIN UNITS UNDER GE (WEST) JALANDHAR CANTT.

1. M/s …………………………………………………………… of …………………………….. are/is

hereby, authorised to tender for the above work. This tender is to be uploaded on MES e-procurement

portal www.eprocuremes.gov.in or www.defproc.gov.in on the date and time mentioned therein.

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

sheet quoting the reference as given.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF TO ACCEPT THE

LOWEST OR ANY TENDER

_______________________ (Signature of the Contractor) SIGNATURE OF THE OFFICER ISSUING TENDER

Page 13: MILITARY ENGINEER SERVICES - Amazon AWS

CA. NO: GE/JAL(W) -20/18-19 Serial Page No. 13

SCHEDULE ‘A’

1. Entire work under this contract shall be completed within 150 days from the date of handing over site mentioned in the work Order No 1. to be issued by the GE.

2. 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 specification 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 approved by Accepting Officer shall be followed.

3 All quantities inserted in Schedule ‗A‘ are Provisional and inserted as a guide only. These shall

however, not be varied beyond the limit laid down in condition of 7 of IAFW-2249 (General Conditions of Contract).

4. Unless otherwise specified unit rates of each item of work is inclusive of ―material & labour‖ (M&L), ―supply and fixing(S&F)―, providing connecting, jointing, testing, and commissioning complete. Wherever in description ―in replacement‖ and ―in repair‖ occurs, the unit rate quoted by the tenderer shall also deemed to include for dismantling, taking up or down, detaching, unscrewing, opening and removing old retrieved material from site without any extra cost to Govt. Unless otherwise specified, add at the end of description of each item as ―complete all as specified.‖. In wake of specifications add as ―directed by EIC.‖

5. Rates under column ‗Figure‘ are required to be filled in by the tenderer.

6. Description of items of work in Schedule ‗A‘ are in brief. These shall be read in conjunction with Special Conditions, particular specifications and specification for material and workmanship and conditions in relevant section of MES Schedule of Rates 2010(Part-II) and 2009(Part-I) and all these documents taken as mutually explanatory of one another and contract shall be read as a whole.

7. Tenderer (s) special attention is drawn to the fact that all the provisions involving use of material or labour or both specification in particular specifications but not specially mentioned in the description of relevant items of Schedule ‗A‘ shall be deemed to be included in the rates quoted by tenderers and nothing extra shall be payable on this account.

8. Special conditions in MES Schedule 2010 Part-II (Rates) and preambles to items given in MES

Schedule Part-II under respective trades shall be applicable. If the provision in the description of item of Schedule ‗A‘ and or in particular specifications at variance with the provisions in special conditions in MES Schedule Part-II and preambles to MES Schedule items, the provision given in description of item of Schedule ‗A‘ and provision in particular specifications shall take precedence there over.

9. Unit rates quoted by the contractor in Schedule ‗A‘ shall be deemed to allow for all minor extras

and constructional details or minor accessories which are essentially required for satisfactory completion of items of work for all execution of the work services in sound and workman like manner. In case of difference in opinion between contractor and the Engineer-in-Charge, the decision of the Accepting officer shall be final, conclusive and binding.

10. The total amount is not firm but will be treated as ―Contract sum ―as referred to in IAFW-2249

after deduction of Credit for old materials as per schedule of Credit. 11. Rates quoted by the tenderers shall be deemed to inclusive for all taxes/Cesses viz GST,

duties, royalties, levies & Octroi, packing and unpacking charges, transport and delivery, over heads, profits, any other labour welfare/cesses tax etc. and other levies payable under respective statutes as applicable on the date of receipt of tender. It may be noted that any tender imposing any condition in this regard or on any other account shall be treated as a conditional tender and the same shall be liable to be rejected. Income tax, GST (as per the law in force) and labour welfare/cesses tax, if any shall be deducted at source, from contractor‘s RAR and final bill.

Contd…/-

Page 14: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO. GE/JAL(W) -20/18-19 Serial Page No. 14

SCHEDULE ‗A‘ NOTES (CONTD….)

12. 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 makes/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.

13. All retrieved materials & parts etc. under the subject contract and remained unused shall become contractor‘s property. Credit of these old retrieved materials as per Schedule of credit shall be deducted from contractor dues. Materials not covered in Schedule of credit shall be the property of Govt. and shall be deposited in MES store yard by contractor without any extra cost to Deptt.

14. Rates fixed by the department in the Schedule of credit are firm. No claim whatsoever shall be entertained from the contractor on account of any variation / condition / quality / non availability of retrieved materials. The materials retrieved may be serviceable / retrieved unserviceable / partly serviceable. The tenderers to note that they shall be deemed to have visited the site of work to ascertain the quality / quantity / availability of retrieved materials before quoting their rates in Schedule ‗A‘.

15. The tenderers to note that no damage is caused to any existing MES property or item even during dismantling / demolition or execution of work as contemplated in the contract. In case any damage is caused in any item, the same shall be made good by the contractor to the entire satisfaction of Engineer-in-Charge without any extra cost to the Govt.

16. Cost of materials and testing charges of cement, bricks and aggregate shall deemed to be included in the rates quoted by the contractor. Frequency of the tests shall be as per relevant IS. The test shall be got carried out from the department lab / Govt. lab.

17. Site for execution of work: Building(s)/site(s) for execution of work will be available as soon as the work is awarded and ordered to commence. In case it is not possible for the department to make the entire building(s)/site(s) available on the award of work, the contractor will have to arrange his working programme accordingly. No claim whatsoever for not giving the entire site on award of work and for giving the site gradually will be tenable, except granting fair and reasonable extension of time. Nothing extra shall be admissible to the contractor on this account.

18. All the painting works such as distempering/synthetic enamel painting/cement base painting/Apex ultima/Plastic emulsion shall be got carried out by the authorized applicators of firms/makes as mentioned in Appendix ‗B‘ h ere-in-after and the same shall be deemed to be included in the unit rate. The authorized applicator shall also be got approved from the Accepting Officer before commencement of the work. The authorized applicator shall procure the paints, distemper etc directly from the manufactures and shall produce the purchase vouchers of the same to the department.

Page 15: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W)-20/18-19 Serial Page No. 39 SCHEDULE ―B‖

LIST OF MATERIAL TO BE ISSUED TO THE CONTRACTOR

SEE CONDITION 10 OF IAFW-2249

Ser No

Particulars Rate at Which Material etc. will be Issued to the Contractor

Place of Issue By Name

Remarks

Unit Rate

-NIL-

________________________________ AGE (Contracts) (SIGNATURE OF THE CONTRACTOR) FOR ACCEPTING OFFICER ______________________________________________________________________________

CA No.GE/JAL(W) -20/18-19 Serial Page No. 40

SCHEDULE `C‘

ISSUE OF TOOLS & PLANTS (OTHER THAN TRANSPORT WHICH WILL BE HIZED

TO THE CONTRACTOR SEE CONDITION 15, 34 & 35 OF IAFW-2249)

Ser No

Qty Particulars Details of MES crew supplied

Hired charges per unit per working day

Stand by charges per unit per day

Place of issue

Remarks

1 2 3 4 5 6 7 8

-NIL-

_______________________________ AGE (Contracts) (SIGNATURE OF THE CONTRACTOR) FOR ACCEPTING OFFICER

CA No.GE/JAL(W)-20/18-19 Serial Page No. 41

SCHEDULE `D‘

(TRANSPORT TO BE ISSUED TO THE CONTRACTOR)

SEE CONDITION 16 & 35 OF IAFW-2249)

Ser No

Qty Particulars Rate per unit per working day (Rs). Place of issue Remarks

1 2 3 4 5 6

-NIL-

________________________________ AGE (Contracts) (SIGNATURE OF THE CONTRACTOR) FOR ACCEPTING OFFICER

Page 16: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W)-20/18-19 Serial Page No. 42

TENDER

TO THE PRESIDENT OF INDIA

Having examined and pursued the followings documents: -

1. Specifications signed by AGE (Contracts).

2. Drawings detailed in the list of drawings.

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

4. MES Standard Schedule of Rates (SSR)-2009 (Part-I) (Specifications) and MES Standard

schedule of Rates (SSR)-2010 (Part- II) together with errata/amendments as follows: -

(a) MES Standard Schedule of Rates (SSR) 2009 Part –II: Amendments 1 to 3.

(b) MES Standard Schedule of Rates (SSR) 2010 Part –II: Amendments 1 to 59.

5. GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 1989 Print) together with errata 1 to

20 and amendments 1 to 40.

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

* Water will be supplied by MES to the Contractor and shall be charged @ Rs. 3.75 for every

One Thousand Rupees worth of the work done priced at the Contract Rates.

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

*(a) That the sum of Rs. 38.000.00 (Rupees Thirty eight thousand only) forwarded as

earnest money shall either be retained as part of security deposit or refunded by the

Government in receipt of the appropriate amount as security deposit all as per condition 22 of

IAFW-2249.

(b) To execute all the works referred to in said documents upon the terms and conditions contained/referred to therein and as detailed in the General Summary and to carry out such deviation as may be ordered vide condition 7 of IAFW-2249 up to maximum of 10% (Ten Percent) and further agree to refer all disputes as required by condition 70 of IAFW – 2249 to the Sole Arbitrator of a serving having degree in Engineering or equivalent or having passed final / direct final examinations of Building and Quantity Surveying of Sub Division-II of Institutions of Surveyors (India) New Delhi recognized by Govt of India to be appointed by Chief Engineer , Jalandhar Zone, Jalandhar Cantt, or in his absence the officer officiating as Chief Engineer, Jalandhar Zone, Jalandhar Cantt., if specifically authorized in writing by the Chief Engineer, Jalandhar Zone, Jalandhar Cantt., whose decision shall be final, conclusive and binding.

* Delete where not applicable.

** Delete whichever is not applicable.

Page 17: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 43 TENDER (CONTD..)

Total brought forwarded from Serial Page No. 38 for the Contract Sum of Rs_____________________

(Rupees_____________________________________________________________________only)

Signature _______________________ in the capacity of _______________________ duly authorised

to sign the tender documents for and on behalf of

_______________________________________________ (In Block Letters)

Witness…………………………… (Signature)

Name & Postal Address…………………………………………………………………………

………………………………………………………………………….

ACCEPTANCE

………………. alterations have been made in these documents and as evidence that these alterations

were made before the execution of the Contract Agreement, the contractor and Sh Kishori Lal AGE

(Contracts) of Garrison Engineer (West) Jalandhar have initialed them.

The said officer is hereby authorised to sign and initial on my behalf the documents forming part

of contract.

The above tender is/was accepted by me on behalf of the President of India for the item rate

contained in Schedule ‗A‘ on the_________________ day of _______________________ 2018.

Signature ____________________ dated this________________ day of _________________2018.

APPOINTMENT: ACCEPTING OFFICER GARRISON ENGINEER (WEST) JALANDHAR CANT (FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Page 18: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 44

SPECIAL CONDITIONS 1. GENERAL : The following special conditions shall be read in conjunction with the General

conditions of contracts, IAFW-2249 and IAFW-1779A including errata/amendments thereto. If any provision in these special conditions is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over.

1.1 The work under this contract shall be carried out in accordance with Schedule `A‘, the particular

specifications and other provisions/preambles in MES Schedule. 1.2 The terms `General Specifications‘ referred to herein before as well as referred to in IAFW-2249

(General conditions of Contracts) shall mean the specifications contained in the MES Schedule. 1.3 General rules, special conditions, specifications and all preambles in the MES Schedule shall

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

1.4 Any work shown on drawing(s) but not described in particular specifications shall, unless

specifically described to be excluded in the contract, be deemed to be included in the contract. In case of doubt with regard to the manner of detail for executing the work, decisions of the Accepting Officer shall be final, binding and conclusive. This shall not be applicable to the items of work pertaining to services for which separate section of Schedule `A‘ setting out the requirements have been given. Should there be item(s) or services as shown on drawings but not included in the relevant sections of Schedule `A‘ those shall, unless otherwise described or stated in the contract, constitute an additional work.

1.5 All heading and marginal notes to these particular specifications or any other documents

comprising this contract are solely for the purpose of giving a concise indication and not a summary of the contents thereof and they shall never be deemed to supersede the contents of the clauses.

1.6 The tenderer is advised to point out in writing discrepancy (s),if any of the tender documents at

least 10 days before the due date of receipt back of tender. In case, discrepancy (s) contract documents is/are noticed by the contractor during execution of the works, it shall be brought out to the notice of the Accepting Officer of contract and other concerned in writing before commencement of the particular work where discrepancy (s) is/are noticed, failing which the contractor shall forfeit his right to claim on account of such discrepancy(s).

1.7 Also where there are obvious mistakes in any of the contract provisions, the Accepting Officer

shall be the sole deciding authority with regard to the intention of the contract documents and his decision in this respect shall be final, binding and conclusive.

2. ADMISSION TO SITE BY CONTRACTOR TO ASCERTAIN HIS OWN INFORMATION 2.1 The tenderer 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 tenderer 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.

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

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

Nationals after verifying their antecedents and loyalty. 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.

Page 19: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 45

SPECIAL CONDITIONS (Contd/-) 3.2 The Engineer-in-Charge shall, at his discretion has 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 authorized concerned and in any case on completion of work.

3.3 The contractor and his agents, employees and work shall observe all the rules promulgated by

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

4. CONDITION FOR WORKING. All works lie in UNRESTRICTED Area.

(B) Conditions for working in Un-Restricted Area: (a) The contractor, his agents, servants, workmen and vehicles may pass through the unit lines in which case the Engineer-in-Charge shall, at his discretion, has 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 other informations called for by the Engineer-in-Charge 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.

(b) The contractor and his work people shall observe all the rules promulgated from time to

time by the authority controlling the area where the work is to be carried out e.g. prohibition of smoking, keeping to specified routes, etc. Any person found violating the security rules laid down by the authority, shall be immediately expelled from the area without assigning any reasons what-so-ever and the contractor shall have no claim on this account. Nothing shall be admissible for any man-hours lost on this account.

5. MINIMUM WAGES PAYABLE 6.1 Refer condition 58 of IAFW-2249. The contractor shall not pay wages lower than minimum

wages for labour as fixed by the Govt of India/State Govt/Union Territory which is higher. 6.2 The fair wages referred to in condition 58 of IAFW-2249 will be deemed to be the same as the

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

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

6 ROYALTIES

Refer condition 14 of General Conditions of contracts (IAFW-2249). No queries on Defence land are available.

7. LAND FOR TEMPORARY WORKSHOP, STORE ETC.

Delete the following from lines 5 to 9 of sub Para 1 of Condition 24 of IAFW-2249 reading ―in the event of area of land …………. land allotted to him‖ and insert as under:-

―The contractor shall be allowed free of charge, the area as marked on the layout plans for the purpose of erection of temporary workshop, stores, etc. No Min of Def land is available for accommodation of labour and canteen for which the contractor shall make his own arrangement at his own expense‖.

Page 20: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 46

SPECIAL CONDITIONS (Contd/-) 8. WATER Refer condition 31 of General Conditions of Contracts IAFW-2249. Water will be supplied by the

MES at the point as directed. As the water supply by MES is likely to be intermittent/short supply, the contractor shall make his own arrangements for storing the water required for the works, labour and workmen etc at his own expense. The contractor shall not have any claim on account of short/intermittent supply and shall make his own arrangements to supplement the requisite quantity of water. shall be charged from the contractor @ Rs. 3.75 per 1000/- Rupees worth of work done.

9. CO-OPERATION WITH OTHER AGENCIES The contractor shall permit free access and generally afford reasonable facilities to other agencies or departmental workmen engaged by the Govt to carryout their part of the work, if any, under separate arrangements.

10. ELECTRIC SUPPLY 10.1 Electric supply required only for the PETTY REPAIR WORKS such as small welding works,

cutting, grinding polishing of marble/granite/ tiles, drilling etc. and as decided by GE shall be made available by the MES at site of works. The electricity consumed shall be worked out by the GE on the basis of consumption power of the devices used and for the time used. The statement of electricity consumed so worked out duly signed by contractor and GE shall be enclosed in the RARs/Final bill and the recovery shall be made @ Rs. 7.11 per Unit accordingly from the RARs/Final Bill. Contractor shall provide all necessary cables, fittings etc. from the tapping point in order to ensure a proper and suitable supply of electricity for execution of work.

10.2 MES do not guarantee continuity of supply and no compensation whatsoever shall be allowed

for supply becoming intermittent or for breakdown in the system. 10.3 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.

11. NET WORK ANALYSIS 11.1 The time and progress chart to be prepared as per conditions 11 of General Conditions of

contracts (IAFW-2249) shall consist of detailed net work analysis and time Schedule. The critical path net work will be drawn jointly by the GE and the contractor soon after acceptance of tender. The time scheduling of the activities will be done by the contractor so as to finish the work within the stipulated time. On completion of the time Schedule a firm calendar date Schedule will be prepared and submitted by the contractor to the GE who will approve it after due scrutiny. The schedule will be submitted within two week from the date of handing over the site.

During the currency of work, the contractor is expected to adhere to the time schedule and this adherence will be a part of the contractor‘s performance under the contract. During the execution of the work, the contractor is expected to participate in the reviews and updating of the net work under-take by the GE. These reviews may be under take at the discretion of the GE either as a periodical appraisal measure or when the quantum of work ordered on the contractor is substantially changed through deviation orders or amendments. Any revision of the time schedule a results of the review will be submitted by the contractor to GE within a week for his approval after due scrutiny.

Page 21: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W)-20/18-19 Serial Page No. 47

SPECIAL CONDITIONS (Contd/-)

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

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

11.3 Contractor shall mobilize and employ sufficient resources to achieve the detailed schedule

within the board frame-work of the accepted method of working and safety. No additional payment will be made to contractor for any multiple shift of work or other intensive methods contemplated by him in his schedule, even though the time schedule is approved by the department.

12. SAMPLE OF MATERIALS 12.1 Refer condition 10 of IAFW-2249 12.2 Materials and articles listed in Appendix `A‘ shall bear I.S.I certification mark and only these

shall be incorporated in the work irrespective of any other specifications specified else where. 12.3 The materials listed in Appendix `B‘ shall be of approved makes as indicated there-in. 12.4 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 him self 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 ISI marked or shall be superior quality to samples displayed and shall comply with the specification given hereafter.

12.5 The contractor shall not procure materials unless the samples are first got approved by the GE. 13. --------------------------------------------------------BLANK-------------------------------------------------- 14. GUARANTEE OF WATER PROOFING TREATMENT TO BUILDINGS IN CONTRACTS

INCLUDING SPECIAL WATER PROOFING TREATMENT

14.1 The period of guarantee shall be 10 years (TEN YEARS) from the date of actual date of completion of work. The contractor shall furnish guarantee in favour of the Garrison Engineer for the effectiveness of the water-proofing treatment during the guarantee period. If the work is executed through a Sub Contract, the guarantee furnished by the Sub Contractor should be in favour of the Garrison Engineer and not in favour of the main Contractor.

14.2 An appropriate sum, equal to the amount of security deposit calculated as per scales laid down

for individual securities deposit on the amount of water proofing treatment at the contract rates under the contract, should be retained out of the final bill amount as Security Deposit for the water-proofing work, and it should be released to the Contractor only after the expiry of the guarantee period. The facility of furnishing fixed deposit receipt/BGB in lieu of the sum to be retained as security may be accepted.

15. PERIOD FOR KEEPING THE TENDER OPEN

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

16. ADVANCE ON ACCOUNT OF MATERIAL WHICH DOES NOT LOOSE IDENTITY

(APPLICABLE TO CONTRACTS OF VALUE OF RS 50 LAKHS AND ABOVE) It will be noted that advance on account of the full value of material brought at site is permissible only in respect of fittings and fixtures and other manufactured items which do not loose their identity Materials like bricks, aggregate, pre-cast concrete and similar items shall not be taken in the list.

Page 22: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 48

SPECIAL CONDITIONS (Contd/-) 17. CONTRACTOR‘S REPRESENTATIVES AND WORKMEN

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 for 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.

18. SECURITY OF CLASSIFIED DOCUMENTS

Contractor‘s Special attention is drawn to conditions 2-A and 3 of IAFW-2249 (General conditions of contracts) The contractor shall not communicate any classified information regarding the work either to sub contractors or others without the prior approval of the Engineer-in-Charge. The contractor shall also not make copies of the design/drawings and other documents furnished to him in respect of work and shall return all documents on completion of work or earlier on termination of the contract or earlier on termination of the contract.

19. RECORD OF MATERIALS. 19.1 The quantity such as paints, water proofing compound, chemicals for anti-termite treatment and

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

19.2 Materials brought at site shall be stored as directed by the Engineer-in-Charge and those already recoded in measurement book shall be suitable marked for identification.

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

20. ACCEPTABLE QUALITY OF WORK AND FINISHES 20.1 To determine the acceptable standard of workmanship, one quarter(to be decided by the GE)

shall be completed by the contractor well in advance as directed y GE under close supervision of the Engineer-in-Charge and shall be got approved from the GE. The workmanship of various trades and finishes of this quarter shall serve as guiding samples for work in the remaining quarters/buildings.

20.2 The sample quarter shall be completed in all respects as per time of completion specified in Schedule `A‘.

21. SECURITY AGAINST LOSS OR DAMAGE. 21.1 The contractor shall furnish to the Engineer-in-Charge every morning distribution return of his

plants/equipments on the site of work stating the following particulars:- a) Particulars of plants/equipments, their make, manufacture Model No, if any, Registration No,

if any capacity, years of manufacture and year of purchase etc. b) Total No (Quantity)on site of work. c) Location, indications No, quantity at each location of site of work. d) Purchase value on the date of purchase. For the purpose of the condition, plant/equipment

shall be given, vehicle No i.e trucks and lorries but neither the workmen‘s tools nor any manually operated tools/equipment. The Engineer-in-Charge shall record the particulars supplied by the contractor in the works diary and send the return to the GE for record in his office.

Page 23: MILITARY ENGINEER SERVICES - Amazon AWS

CA No: GE/JAL(W) -20/18-19 Serial Page No. 49

SPECIAL CONDITIONS (Contd/-)

22. RELEASE OF ADDITIONAL SECURITY DEPOSIT.

22.1 Refer condition 22 and 68 of IAFW-2249. 22.2 The contractor in case he has 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. OFFICAL SECRET ACT The contractor shall be bound by the official secret Act 1923. 24. ADVANCE ON ACCOUNT : Condition 64 of IAFW-2249. 24.1 However, at times, due to non availability/inadequate availability of allotment of funds, the

contractor may have to wait for payment of RAR/final bill till adequate funds are allotted even though the RAR/final bill stands technically checked and audited. No compensation to contractor for delay in payment on this account shall be entertained.

25. CLEANING DOWN

Refer condition 49 of IAFW, General Conditions of Contract. The contractor shall clean all floors, walls, remove cement/lime/paint, marks/drops etc clean he joinery glass panes etc touch up all painter‘s work and carry out all other necessary items of work in connection therewith and leave the whole premises clean and tidy before handing over the building/ site of work.

26. REIMBURSEMENT/REFUND ON VARIATION IN ‗TAXES DIRECTLY RELATED TO

CONTRACT VALUE‖ 26.1 The rates quoted by the contractor shall be deemed to be inclusive of all taxes including GST,

duties Royalties, Octroi & other levies payable under respective statutes . No reimbursement /refund for variation in rates of taxes, duties, royalties, Octroi & other levies, and /or imposition/abolition of any new/existing taxes duties, royalties, Octroi & other levies shall be made except as provided in clause 26.2 here in below.

26.2. The taxes which are levied by Government at certain percentage rates of Contract sum/ amount

shall be termed as ―taxes directly related to Contract value‖ such as GST, labour welfare cess/tax and like but excluding income tax. the tendered rates shall be deemed to be inclusive of all ―taxes directly related to Contract value‖ with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of ―taxes directly related to contract value‖ with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the contractor and any decrease in percentage rates of ―taxes directly related to Contract value‘ with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the contractor to the Govt/deducted by the Government form any payments due to the Contractor similarly imposition of any new ―taxes directly related to contract value‖ after due last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any taxes directly related to contact value prevailing on last date for receipt of tenders shall be refunded by the contractor to the Govt/deducted by the Government from the payments due to contractor.

26.2.3 The reasonable time of his becoming aware of variation of 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 there to which he may be in a position to supply. The contractor shall also submit the other documentary proof/ information as the GE may require.

Page 24: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 50

SPECIAL CONDITIONS (Contd/-)

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

documents as are necessary and shall allow inspection of the same by a duly authorised representative of Government, and shall further, at the request of the GE furnish, verified in such a manner as the GE require, any documents so kept and such other information as the GE may require.

26.2.5 Reimbursement for increase in percentage rates/imposition of ―taxes directly related to contract

value‖ shall be made only if Contractors necessarily and properly pays additional ―axes directly related to contract getting the same refunded from the concerned Government Authority and submits documentary proof for the same as the GE may require‖.

27. SUBLETTING 27.1 In case, tender is allotted in favour of a specific firm after being lowest, the same shall be

executed by the said firm only. Under no circumstances, subletting in any form shall be allowed. Even the ‗Power of Attorney‘ shall not be accepted and allowed.

28. SERVICE TAX 28.1 In terms of GOI Min of Grievance (Deptt of Revenue) notification No. 6/2015 dated 01 Mar

2015, Service tax on works contracts has become leviable wef 01 Apr 2015. The liability of paying tax is on the contractor. Accordingly the rate /amount quoted by the contractor shall be deemed to include the service tax and no reimbursement shall be made. The work of pipe line, conduit or plant required for the works such as water supply, water treatment and sewage treatment plant/disposal shall be exempted from service tax covered under the subject contract.

28.2 After depositing the service tax, Contractor shall submit to GE a copy of its receipt of paid

against the works executed / under execution under the GE. 29 EMPLOYEES‘ STATE INSURANCE ACT

The contractor shall have got registered the employees/workers and their families under Employees‘ State Insurance Act 1948 to avail by the employees/workers the benefits of complete medical care (from tertiary medical care), as well as a range of cash benefits in times of exigencies of employment injury, death, disablement, maternity and unemployment etc.

30 EMPLOYEES, PROVIDENT FUND AND MISCELLANEOUS PROVISIONS 30.1 The contractor shall have got registered themselves with Employees Provident Fund

Organization under Employees‘ provident Funds and Miscellaneous Provisions Act - 1952 and deposited necessary contributions with EPFO. All the construction workers incl sub-contractors employed by the contractor shall also have been provided Universal Account Number (UAN) by appropriately registering them on the EPFO Portal.

30.2 The contractors who have applied for Provident Fund Code Number but have not yet been

allotted the Permanent PF Number may upload the proof of temporary PF Number allotted online consequent to online application for PF number.

30.3 While submitting the final bill, the contractor shall enclose a certificate in the final bill certifying

that the all the workers employed directly or indirectly by him are registered with EPFO and the due contributions have been credited into account. Copy of receipt shall also be enclosed with certificate for verification.

30.4 If any non-compliance of provisions of this Act is noticed, the details of contactor shall be

informed to local EPF Officer for taking necessary action against the contractor. _______________________ (Signature of the Contractor) AGE (Contracts) For Accepting Officer

Page 25: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL (W) -20/18-19 Serial Page No. 51

PARTICULAR SPECIFICATIONS 1. GENERAL : The works described in Schedule ‗A` shall be repair to buildings and shall be carried

out all as per special conditions particular specifications and involving provision of building works to buildings as specified in Schedule ‗A`.

2. EXCAVATION AND EARTH WORK 2.1 Excavation and earth work involved under this contract shall be considered as excavation in

soft/loose soil as defined in SSR 2009(Part-I). No extra payment will be admissible to the contractor, in case the strata met with actually at site is found to be different from that mentioned herein. Any deviation involving excavation and earth work will also be priced on the basis of soft/loose soil.

2.2 Excavation in trenches and over areas: Excavation in trenches and over areas in soft/loose soil shall be carried out as described in Para 3.13 of MES Schedule Part-I, and bailing pumping of water if required will be done as described in Para 3.17 of MES Schedule Part-I without any extra cost to the Govt.

2.3 Earth filling around foundation and elsewhere: Soil obtained from excavation will be used in filling

which shall be free from roots, vegetable moulds etc. Earth filling shall be done in layers not exceeding 25cm thick. Each layer shall be watered and well rammed. Spoil obtained from surface excavation; surface dressing shall not be used in the filling.

2.4 Additional earth required for use in earth filing under floors shall be obtained from places outside

Ministry of Defence land. The tenderers are therefore advised to ascertain the exact sources from where the same is required to be brought. No extra payment shall be admissible to the contractor on this account. However, for pricing deviations the lead shall be taken as 5(Five) Kilometers.

3. CONCRETE 3.1 Cement: Cement shall be arranged by the contractor from their own sources, Refer Clause 19

here-in-after. 3.2 (a) Coarse Aggregate: Coarse aggregate for all cement concrete work shall be broken/crushed

stone unless otherwise indicated. Coarse aggregate shall be as specified in Paras 4.4.2, 4.4.3, 4.4.3.1 to 4.4.7(1) of MES Schedule, Part-I.

(b) Fine Aggregate (sand) : Fine aggregate for all cement concrete shall be natural coarse sand and shall be as specified in Paras 4.4.1, 4.4.2, 4.4.3.1, 4.4.3.2, 4.4.4 to 4.4.6 and 4.4.7(2) as laid down for grading Zone II & III in MES Schedule Part-I.

3.3 Grading of coarse aggregate unless otherwise specified shall be as follows: -

(a) For all reinforced cement concrete work of thickness 30mm and over – 20mm graded (b) Plain cement concrete 30mm to 75mm thick – 20mm graded (c) Plain cement concrete over 75mm thickness – 40mm graded (d) Reinforced cement concrete; and plain cement concrete work – 12.5mm graded

under 30mm thick 3.4 Water: Refer Paras 4.9 and 4.9.2 of MES schedule Part-I. 3.5 Mix of cement concrete: Unless otherwise specified, cement concrete mix shall be as specified in

Schedule ‗A‘ and Paras 4.11, 4.11.1 and 4.11.2.4 of MES schedule Part-I. 3.6 Mixing and consolidation of concrete : Mixing, laying and consolidating of cement concrete in

various situations shall be carried out as specified in MES Schedule Part-I.

Page 26: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 52

PARTICULAR SPECIFICATIONS (CONTD…)

3.7 Cast-in-situ/pre-cast articles: Pre-cast covers where indicated shall be of size and specification as indicated in Schedule ‗A‘ and all as directed by Engineer-in-Charge. Refer Para 4.20 of MES Schedule Part-I.

3.8 Cement : The contractor will provide adequate proper weather proof storage accommodation for

storage of cement to the satisfaction of the Engineer-in-Charge.

3.9 Any cement which had been damaged due to any cause whatsoever while in the custody of the contractor shall be removed from the site and recovery thereof shall be affected from the contractor at twice the Schedule ‗B‘ rates.

3.10 The contractor shall maintain proper account of the cement incorporated every day in the work and

shall produce the same to Engineer-in-Charge as and when called upon. 4. BRICK WORK : 4.1 Laying, bonding and uniformity shall be all as per clause 5.22, 5.23 and 5.24 of MES Schedule

Part-I except the following for which no price adjustment shall be made. (a) Top course of all plinths, Parapets steps and top of walls below RCC floor and roof slabs

need not be laid as brick on edge. (b) Brick work in foundation footing need not be in header bond.

4.2 Brick and brick tiles required shall be of best quality as available locally and as per sample kept by

the Garrison Engineer. The size of the brick shall be 23x11.3x7.5 cm with the tolerance specified in clause 5.6.4 of MES Schedule Part-I and of crushing strength for 75 kg/Sqcm.

4.3 Mortar bed for joints shall be such that four courses of brick work and three joints taken

consecutively shall measure 4cm in addition to the combined height of the four bricks themselves. Accordingly the provision regarding the thickness of mortar bed joints made in Para 5.26 of MES Schedule Part-I shall not be applicable to this contract and no price adjustment shall be done due to variation on this account.

4.4 FORM WORK: Form work where required shall be as described in Paras 4.11.6.1, 4.11.6.2,

4.11.6.4 & 4.11.6.5 of MES Schedule Part-I. Form work shall be considered as described in Para 7.15 (applicable to form work for fair finish) of MES Schedule Part-I. No camber shall be provided though specified in the MES schedule.

4.5 Finish to exposed surfaces: Refer to Para 4.11.16 of MES Schedule Part-I. Exposed surfaces of

concrete shall be finished as under:- (a) Exposed surfaces of concrete (reinforced or plain) which are coming in conjunction with other

plastered surfaces shall be plastered as per adjoining surfaces. (b) Remaining exposed surfaces at other location shall be finished as specified in Paras

4.11.16.2(b), (c). and (d) of MES Schedule Part-I, as applicable 6. WOOD WORK AND JOINERY : 6.1.1 Timber and defects in timber : Timber for wood work and joinery shall as per Paras 7.3 to 7.5

of MES Schedule Part-I. Seasoning and moisture contents shall be as per Paras 7.6 and 7.7 of MES Schedule Part-I. Moisture contents shall as specified for zone-I.Unless otherwise specified, the natural timber to be used in various situations shall be as indicated in respective items of schedule ‗A‘.

6.1.2 All wood work and joinery shall be wrought except the surface of timber coming in contact with

brick work, stone masonry, concrete embedded to there in.

Page 27: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 53

PARTICULAR SPECIFICATIONS (CONTD…) 6.2 Framing shall be done in the best possible manner. Members shall be fabricated neatly and

accurately so that these can be assembled without being unduly packed, strained are forced into position and when built up shall be true to size, shape and free from twist or open joints. Framed joints shall be glued together and pinned with bamboo or hard wood pins. The contact surfaces of mortice and tenon shall be glued before putting together with bulk type synthetic adhesive conforming to iS-851-1978 suitable for wood work.

6.3 In case any undue shrinkage or bad workmanship is discovered after erection of joinery, the contractor shall replace the same to the entire satisfaction of the Engineer-in-Charge without any extra cost to the Govt.

6.4 All members of shutter and chowkhats shall be made of one piece and shall be straight without any wash or bow. They shall have smooth, well-planned surfaces and right angles to each other. The right angles of the shutter shall be checked by measuring the diagonal from one extreme corner to the opposite one.

6.5 Wire cloth shall be securely housed into the rebate giving a right angled bend and fixing by means of steel staples at intervals of 75mm over this, wooden beading 15mm shall be fixed with nails to cover the rebate. The space between the beading and the rebate shall be filled with putty to give it a neat finish. Exposed surfaces of the beads shall be rounded.

6.6 Shutters and chowkhats shall be checked after fixing for proper locations, alignment and swinging after the fixtures have been fitted, the shutter shall for proper closure, handling and movement. Any rectification necessary shall be done by the contractor without any extra cost.

6.7 Anti-termite treatment to new wood work before painting: - All natural timber surfaces except those

in ply/particle board and in factory made paneled/glazed shutters which shall be internally treated in factory, shall be treated with two coats of any of the approved chemical such as modified hot and cold with copper chrome arsenic or with acid cupric chromate composition with minimum quantity of chemical impregnated per cubic metre of timber not less than 4 Kgs as per IS-401 or ASCU etc. as directed by GE for protection against termite. The quantity and application of chemicals shall be as per manufacturer‘s instruction. Cost of anti-termite treatment to woodwork is deemed included in the rates quoted in the Schedule `A‘. Woodwork shall be painted or polished as specified after second coat of anti-termite chemical has completely dried.

6.8 Factory Made Shutters : Refer to Para 8.16.8 of MES Schedule Part-I. All paneled and

glazed/wire gauged shutters for doors shall be factory made conforming to IS-1003 manufactured from well selected kiln seasoned chemically treated for Anti-termite. The panel insert shall be 12mm thick exterior grade veneered particleboard BWR type commercial faced on both sides as specified in Para 8.8 of MES Schedule Part-I. Shutters shall be obtained from any one of the manufacturers given here under as approved by GE :-

(a) M/S Pioneer Timber products, 622, Industrial Area Chandigarh-160002. (b) M/S Chandigarh Timber products, Hebatpur Road, PO – Mubarakpur, Distt – Patiala- 140210 (c) M/S CS Modi and Co, Ambala-Chandigarh Road Bhankharpur, Distt- Patiala (d) M/S Rajindra Industrial Area,B-38, Industrial Area Phase-III, SAS Nagar Mohali, Distt- Ropar (Pb) (e) Goyal Industrial Corpn, 8748, DB Gupta Road, New Delhi – 110055. (f) M/S Sri Associated, 244, `C‘ Block, Sirsa (Hr). (g) M/S Sohal Industries, 182, Industrial Area Chandigarh. (h) M/S Satish Kumar and Co, Khajuri Road, Yamuna Nagar (Hr) (i) M/S Jain Wood, 50Km stone, GT Road Sonepat (Hr_ (j) M/S Delhi Constn Equipments (Wood Works), 1/200 Sadar Bazar Delhi Cantt-110010 (k) M/S New Jagdamba Doors, Plot No 17, Industrial Estate Rajpura-140401(Pb)

Page 28: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 54

PARTICULAR SPECIFICATIONS (CONTD…)

(a) M/S Shri Krishna Industries, Plot No 299, Phase-II, Panchkula –134 109. (b) M/S Shakti Industries, Barnala Road, Manapindi Dhanaula –145 105. (c) M/S Sarab Enterprises, New GT Road, Damtal, District Kangra (HP) (d) M/S Everest trading Corpn Patel Nagar, Pathankot.

6.8.1 For pricing deviation, the rates of joinery as given in MES Schedule Part-II shall apply to

glazed/gauged type of joinery including for factory made shutters of appropriate type of timber sizes, as shown on drawings. However the rates of factory made paneled shutters in MES Schedule Part-II for two panels shall be applicable for two or more panels.

7. 0 PVC DOOR FRAME (CHOWKHAT) 7.1 Providing and fixing PVC Hollow door frame of the size 50mmx47mm with a wall thickness of

5mm, made out of extruded 5mm rigid PVC foam sheet, miter cut at two corners and joined with 2Nos of 150mm long brackets of 15mmx15mm M.S square tube. The two vertical door profiles are to be reinforced with 19mmx19mm M.S Square tube of 19 gauge, EPDM rubber gasket weather seal to be provided through out the frame. The door frame shall be fixed to the wall using 65mm/100mm long M.S Screws through the frame by using PVC fasteners. A minimum of 4 Nos of screws to be provided for each vertical member & minimum 2 Nos for horizontal member.Prelam PVC Door Frame (Chowkhat). All as per Para 17.1 above but 5mm sheet to used will be Prelam PVC Sheet & edges will be painted to match with Prelam sheet.

7.2 Fixing Method. PVC door frame can be fixed on pre finished /finished wall opening. Hold the

door frame vertically, to check the alignment of door frame with the available wall opening.

7.3 Mark the portion of fixing choice of hardware i.e. extendable fasteners/screws/Bombay nails on to the two vertical side and top rail and in the wall simultaneously.

7.4 Drill hole at the marked place and also in the door frame at co-ordinate points. Position door frame again vertically and fix the hardware passing thin the door frame into the wall. To fix the hinge on the door frame, spread on flap of the hinge on the frame and mark the position of screws for fixing. PVC sheet equivalent to the thickness and size of the hinge to be chiseled out so as to sink-in the hinge. This helps in ensuring that there is no gap between the door shutter and the door frame. With the help of drill of half of the size of the diameter of the screw, drill holes on the mark position for screws. The drill should pass thru M.S reinforcement of the stile. Then place screws at the marked portion and gently tighten the screws to fix the hinge on the door frame. Do not hammer the screws.

7.5 SOLID PANEL PVC DOORS SHUTTERS. 7.5.1 Providing and fixing 30mm thick factory made solid panel PVC door shutter (conforming to

criteria of testing as per IS : 4020 with upto date amendments) consisting of frame made out of M.S tubes of 19 gauge thickness and size of 19mm x 19mm for stiles, & 15mm x 15mm for top & bottom rails. M.S frame shall have a coat of steel primers of approved make and manufacture. MS frame shall be covered with 5mm thick heat moulded PVC `C‘ channel of size 30mm x 50mm forming stiles, and 5mm thick, 75mm wide PVC sheets for top rail, lock rail & bottom rail on either side, and 10mm (5mmx2) thick, 20mm wide cross PVC sheet as gap insert for top rail & bottom rail. Paneling of 5mm thick PVC sheet to be fitted in the MS frame welded/sealed to the stiles & rails with 30mm wide x 5mm thick PVC sheet beading on either side, and joined together with solvent cement adhesive etc. An additional 5mm thick PVC strip of 20mm width is to be stuck on the interior side of the `C‘ channel using PVC solvent adhesive complete as per direction of Engineer-in-Charge and manufacturers specifications.

Page 29: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 55

PARTICULAR SPECIFICATIONS (CONTD…) 7.5.2 Louvered Door Shutters. Shall be provided with louvers for the clear opening of

450mmx300mm at the bottom including one additional horizontal rail of size 50mmx30mm and two vertical styles of size 50mmx30mm to accommodate the 5mm thick, 40mm wide PVC sheet louvers (eight Nos) long with side 25mmx5mm size PVC sheet lipping with slant slots of 5mm width for fixing the louvers in position with PVC cement solvent adhesive and then providing 10mmx5mm size PVC sheet beading on two vertical side with self tapping sheet metal screws etc. complete as per direction of Engineer-in-Charge and as per manufacturer‘s specification.

7.5.2.1 Fixing of Door Shutter in Door Frame. The exact size of the door shutter is dependent on the

material of the frame and the thickness of hinges as hinges are sunk into door frames & wooden frames but are mounted on the surface of metal & marble frames.

7.5.3 For fixing the door shutter in the door frame hold firmly the Solid Panel PVC door shutter

vertically in alignment with the door frame. One flap of door hinges is already fixed to the door frame. Spread another flap of door hinges on the 30mm thick surface and mark the position of screws for fixing. PVC sheet equivalent to the thickness and size of the hinge to be chiseled out from the `C‘ channel so as to sink in the hinge. This helps in ensuring that there is no gap between the door shutter and the door frame. With the help of drill of half of the size of the diameter of the screw, drill holes on the mark position for screws. The drill should pass thru MS reinforcement of the stile. Then place screws at the marked portion and gently tight the screw. Do not hammer the screws. Hardware i.e. L-drop, handle, tower bolts of choice can be fixed following same method on to the door shutter at location on rail, and stiles as desired.

7.4 Sizes of Various Parts of Door Shutters :-

Door width Stiles Size Rails Size Remarks

Inch mm Inch mm

2‘ to 2.5‘ 2‖ 50mm 3‖ 75mm -

2.5‘ to 3‘ 3‖ 75mm 4‖ 100mm Gap insert of 15mm to be provided 3‘ and above 4‖ 100mm 5‖ 125mm

7.5.1 The PVC door frames & shutters shall be of Make : ―RAJSHRI/SINTEX‖ The contractor shall

produce the purchase voucher for the entire quantity to be used at site from the manufacturer. 8 BUILDERS HARDWARE: 8.1 Hardware fittings shall be provided according to the site requirement all as specified in schedule

‗A‘ and as directed by GE. Screws used for fixing items of builders hardware shall be steel chromium plated. Articles of builders hardware except butt hinges unless specified otherwise shall be of steel stove enameled black.

8.2 Butt hinges: Refer Para 9.7.2 of MES schedule Part-I. These shall be of mild steel medium weight. Pin of hinges need not be zinc coated. Hinges shall be finished bright with smooth surfaces.

8.3 Barrel Tower Bolts : Refer Para 9.3 of MES Schedule Part-I. The diameter of shoot shall be

10mm. 8.4 Wire cloth: Wire gauge shall be of galvanized mild steel wire cloth having 0.56mm as nominal

dia of wire and average width of aperture as 1.18mm. 8.5 Sliding Door Bolts: Length of sliding door bolts shall be as specified in schedule ‗A‘ and shall be

of clip type conforming to relevant IS with dia of bolt 16mm with smooth sliding action. 8.6 Gate & Shutter hooks & eyes: Refer clause 9.18 & 9.18.1 of MES schedule Part-I. These shall

be of mild steel hooks and eyes type-I.

Page 30: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 56

PARTICULAR SPECIFICATIONS (CONTD…) 9. ROOFING 9.1 Galvanized steel sheet plain or corrugated shall comply with the requirement of IS-277-1985,

specification for galvanized steel sheeting plain or corrugated. The class of galvanized sheet shall be as indicated in schedule ‗A‘.

9.2 Plain sheet shall be reasonably flat and free from twist. Corrugated sheets shall be free from

twist or buckle and shall have uniform corrugation, true in depth and pitch and Parallel to the sides of the sheets. The tolerance on weight of an individual sheet shall be +/- 10% and tolerance on a bundle of sheet shall be +/- 5%.

9.3 Laps : The sheet shall be laid with minimum end lap of 150mm and side lap of two corrugation

as indicated. The side and end laps may be increased to avoid cutting of sheets, if the GE agrees thereto, but no extra payment shall be made for the additional sheeting so fixed. The above minimum end lap of 150mm shall apply to slopes of 1 vertical to 2 horizontal and steeper slopes.

9.4 Laying & fixing of sheets: The sheets shall be laid on the purlins or other structural members as

indicated, to a true plane. With the lines of corrugations truly Parallel or normal to the sides of the area to be covered, unless otherwise required as in special shaped roofs.

9.5 Sheet shall be fixed to the purlins or other structural members with coach screws, round

headed, 6mm dia 65 to 75mm long or galvanized J or L hook bolts and nuts, 8mm diameter with bitumen and GI limpet washers filled with white lead as directed. The length of the hook, bolt shall be varied to suit the particular requirements. The bolts shall sufficiently long so that after fixing they project above the top of their nuts less than 12mm. The grip of J or L hook bolt on the side of the purlins shall be not less than 25mm. There shall be a minimum of three coach screws hook bolts placed at the ridges of corrugations in each sheet on every purlins and their spacing shall not exceed 300mm.

9.6 Where slopes of roofs are less than 21-1/2‖ (1 vertical 2-1/2 horizontal) or where indicated sheets shall be joined together at the side laps by galvanized iron bolts and nuts 25x6mm size, each bolt with a bitumen and a GI limpet washers or a GI limpet washer filled with white lead. The spacing of these seam bolts shall not exceed 20 cm.

9.7 Sheeting on steel bearers, where indicated shall be riveted together with 6mm dia galvanized

wrought iron rivets and galvanized plain round washers ( two to each rivet), at interval not exceeding 20cm for the side laps, and on every corrugation (staggered) for the end laps. The sheets may be riveted in sets of 9 to 12 on the ground and than hoisted in position. Care shall (9.7 Contd) be taken in riveting that the sheet is well supported underneath and no indentation is made on the upper surface. Rivets shall be tightened and drawn closely and the heads spread evenly and equally.

9.8 All holes for bolts, rivets drive screws etc, shall be made in the crown of corrugation and shall

be drilled (and not punched). The hole in the washers shall of the exact diameter of the hook bolt or the seam bolt. The nuts shall be tightened above to give a leak proof roof.

9.9 When the seats are indicated to be painted after erection, the laps shall be painted before

erection. 9.10 Sheets shall not generally be built into gables and Parapets. They shall be bent up along the

side edges closed to the wall and the junction shall be protected by suitable flashing or bitumen mastic ‗gola‘ as indicated.

Page 31: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 57

PARTICULAR SPECIFICATIONS (CONTD…) 9.11 Ridges and hips: Ridges and hips shall be covered with ridge and hip sections with a minimum

150mm lap on either side over the roofing sheets and shall be properly vent to shape and fixed. The end laps of the ridges and hips and between ridges and hips shall also be not less than 150mm.

9.12 Ridges and hips shall be fixed to the roof members with coach screws 6mm dia or 8mm dia GI

hook bolts and nuts and bitumen and GI limpet washers which fix the sheets to the purlin. At least one of the fixing bolts shall pass through the end laps of ridges and hips, on either side. If this is not possible extra hook bolts be provided. The end lap of the ridges and hips shall be joined together by galvanized iron seam bolts 25x6mm size each with bitumen and a GI washer. There will be at least two such bolts in each end lap. Laps shall be set in red lead. The edges of the ridges and hips shall be straight when fixed end to end and their surfaces should be plain and hips shall fit in squarely on the sheets.

9.13 VALLEY FLASHINGS: 9.13.1 Valley and flashing of plain sheeting shall be of width thickness as specified and bent to shape

fixed. They shall lap with the corrugated sheets not less than 150mm width on either side. The end laps of valleys and flashing shall also be not less than 150mm and painted with red lead.

9.13.2 Valley sheets shall be fixed to the roof members below, with the same 8mm dia GI hook bolts

and nuts and bitumen and GI limpet washers which fix the sheets to those roof members. At least one of the fixing bolts shall pass through the end laps of the valley pieces, on either side. If this is not possible extra hook bolts shall be provided. The edges of valleys and flashing shall be straight from end to end. The surfaces shall be true and without bulges and depressions.

9.13.3 Flashing shall be well and properly tucked into joints of brick work of masonry, secured with

hardwood wedges and the joints finished neatly to match the adjoining work.

10 CORRUGATED AND SEMI CORRUGATED CEMENT FIBRE SHEETS: Corrugated and semi corrugated cement fibre sheets shall be confirming to IS-459 of 1970. Refer clause 11.24 to 11.24.6 of SSR-1991 Part-I.

11 STEEL AND IRON WORK 11.1 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 (a) Standard quality - conforming to IS-2062

(ii) Reinforcement of steel - High strength deformed steel bars produced by

thermo treatment process (TMT steel bars of grades Fe 415,Fe 500 & Fe 550) meeting all other mechanical requirements of IS : 1786.

(iii) Non structural steel such as in doors, windows guard bars, hold fasts, hand rail etc.

- Ordinary quality conforming to IS :1977

(iv). Hard drawn steel wire fabric in shelves(where shown in drawings)

- Conforming to IS : 1566-1982 (Mesh size 100mm, dia of wire3.4mm each way.

Page 32: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No 58

PARTICULAR SPECIFICATIONS (CONTD…) 11.2. Steel Reinforcement 11.2.1. Reinforcement Steel : Size, type and grade of reinforcement steel shall be as shown in

drawings. However, wherever deformed bars have been shown in the drawings, high yield strength deformed steel TMT bars of the same size shall be used in lieu without any extra cost. If grade, size and type of reinforcement at any location is not shown in the drawings, the same shall be in accordance with IS—1786 and other relevant IS and as under:-

(a) TMT bars Grade Fe-415, Fe-500, Fe-550 conforming to IS-1786. (b) Fabric reinforcement for concrete shall be conforming to IS-1566-1982.

11.2.2. Reinforcement shall be fabricated, placed in position all as shown on drawings and specified in

clause 10.17 to 10.22 of MES Schedule Part-I without application of heat. 11.2.3. All laps and crossings shall be tied with mild steel wire (annealed) of size not less than 0.9mm

dia and the cost deemed included in the quoted amount of the contractor. 11.2.4 For the purpose of calculating the lump sum and making adjustment arising out of deviations

involving reinforcement bars, the length of each bar for laps shall be taken as 10 (Ten) metres. 11.2.5 Holdfasts/Lugs: Flat iron 25mmx3mm hold fast lugs shall be provided by welding where shown

on drawings except those to be provided to wooden chowkhat, which shall be fixed with bolts/nuts as per details shown on drawings. Holdfasts in wooden Chowkhat shall be plugged with hard wood plugs. Hold fasts /lugs shall be embedded in PCC (1:3:6) bed blocks of size 230mmx230mmx75mm in one brick thick or equivalent walls and 115mmx230mmx75mm in half brick thick or equivalent walls.

11.3 Procurement:- 11.3.1 Structural steel to be supplied by the contractor shall be procured from main producers of steel

like SAIL/Rashtriya Ispat Nigam Ltd/ISCO/TISCO or from the secondary producer listed herein after who manufacture structural steel out of ISI marked billets and are having ISI certificate of ISI marking on their product.

11.3.2 In case lower section or particular section is not being made by the main producer, contractor

may procure the structural steel from secondary producers. Reinforcement steel (TMT bars) of size 18mm and above shall be procured from main producers of steel like SAIL /Rashtriya Ispat Nigam/TISCO and of size 6mm to 16 mm may be procured from following secondary producers or main producers at the option of contractor having Thermex, Tempcore or Evcon turbo system of treatment listed as under. The reinforcement steel of size 18mm and above if not available with main Producers, it can be procured from secondary producers subject to minus prices adjustment on te basis of percentage price difference between main producers and secondary producers of steel determined through board of officers.

(i) M/S Barnala Steel Industries limited Village : Vehlana, Meerut Road Muzaffar Nagar (UP) (ii) M/S Rathi Udyog Limited ,A-3 South GT Road , Ghazibad (UP) (iii) M/S Binjusaria Metal Box Co Pvt Ltd Gaganpahad, R.R Dist (A.P) (iv) M/S Ramsarup Utpadak A-3 South GT Road Ghazibad (UP (v) M/S SRMB Udyog Ltd 46, BB Ganguli Street Kolkata – 700012 (vi) M/S Rathi Udyog Limited Ghazibad (UP) (vii) M/S Shyam Steel Industries Raturia Industrail Area Angadput, Durgapur (viii) M/S Usha Martin Construction Steel Ltd 12/16 Nawal Ganj, Nunhar, Agra – 282008 (ix) M/S Rathi Super Steels Ltd, New Delhi (x) M/S Amba Shakti Ispat Lt Plot No 6, Phase II Industrial Area Kala Amb, Distt Sirmour(H.P) (xi) M/S Doaba Steel Rolling Mills Amloh Road Mandi Gobindgarh – 147301 (xii) M/S Amba Steels Muzaffar Nagar (UP) (xiii) M/S Kashi Vishvanath steel Ltd , Delhi (xiv) M/S Rathi Bars Ltd, New Delhi (xv) M/S Premier Ispat Ltd , Kanpur (xvi) M/S Anant Steels Pvt ltd , Indore

Page 33: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 59

PARTICULAR SPECIFICATIONS (CONTD…) 11.3.3 All finished steel shall be well and clearly rolled to the dimensions, Sections and weight

specified. The finished material shall be free from cracks, surface flaws, laminations, rough, jagged and imperfect edge in a workman like manner.

11.4 TESTING OF MATERIAL

11.4.1.1 The contractor shall submit the manufacturer‘s test certificate in original along with the test sheet giving the result of each Mechanical tests applicable and chemical composition of the steel or authenticated copy of there of duly signed by the manufacturer with each consignment. The Engineer-in-charge shall record these details in the Steel Acceptance Register, after due verification. Independent testing shall also be carried out by the Contractor when directed by GE of random samples of steel drawn from various lots from a National Test House, SEMT, CME, Regional Research labs, Government approved labs, Zonal labs with following frequency:-

NOMINAL SIZE QUANTITY

(a) Steel for Concrete Reinforcement 1. Bar size less than 10mm test for every 25 Tonnes - 1 sample (3 Specimen) for

or part there of. each 2. Bar size 10mm to 16mm test for every 25 Tonnes - 1 sample (3 Specimen) for or part there of. each 3. Bar size over 16mm test for every 45 Tonnes or - 1 samples (3 specimen) for

part there of each

(b) Structural Steel 4. Tensile Test - 1 test for every 25 tonnes or part thereof 5. Bending Test - 1 test for every 10 tonnes or part thereof

Note : When the steel is procured from main producers with BIS certification, further, testing of sample is not necessary unless otherwise directed by the GE/Accepting Officer and the contractor shall not have any claim on this account. However, when steel is procured from approved and authorized secondary producer or conversion agents, testing is mandatory before payment is released to the contractor or steel is incorporated in the work. Test certificate is not required for guard bars hold fasts grills etc. All items of steel not meeting the requirement will be rejected and the particular consignment removed from site by the contractor at his own cost. The contractor will have no claim on this account

11.4.2 Cost of testing, transportation of material used in testing etc shall be borne by the contractor and no extra claim what so ever will be admissible. Number of tests will be as mentioned in Para 9.4.1 above.

11.5 Documentation : Steel acceptance register and measurement book for steel (for record purpose 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 supplier for the total quantity of steel supplied under each consignment received at the work site shall be inspected by the GE along with the relevant documents before acceptance. The original voucher and the test certificate shall be defaced by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross references to the contract No recorded in the steel acceptance register. The steel acceptance register will be signed by the Engineer-in-Charge, GE and contractor. The entitled 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.

11.5.1 Except where otherwise indicated or specified, welding where required shall be done by metal

arc process in accordance with IS-816-1969 as specified in clause 10.15 on pages 10-7 to 10-9 of MES schedule Part-I. Electrodes shall be as per IS-814-1974 specifications for covered electrodes for metal arc welding all as specified in clause 10.8 of MES schedule Part-I. The type of weld where not specified shall correspond to normal engineering practice and shall be as decided by GE.

11.6 STEEL WINDOW/VENTS: Standard steel windows/vents for overall sizes as specified shall be provided in the situations shown therein. Minor variations in over all sizes to suit the standard practice of the manufacturer will however be accepted without any price adjustment.

Page 34: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 60 PARTICULAR SPECIFICATIONS (CONTD…)

11.6.1.1 Steel windows/vents shall conform to IS-1038 and shall be obtained from any of the approved firm/manufacturer‘s specified. Process of flush butt welding may be adopted. However the contractor is permitted to use electric arc welding in lieu of flush butt welding without any price adjustment. Fixing of steel windows/vents shall be done in accordance with IS-1081. However, instead of mastic filling specified in IS cement and sand mortar (1:1) mixed with 5% crude oil by weight of cement shall be used. Sub dividing bars of the units shall be toned and riveted to the frames. Lugs to steel windows/vents shall be provided as shown on drawings as specified in IS. However, no lug will be provided in lintels and cills. However the number of lugs per window/vents shall be provided directed by Engineer-in-Charge.

11.6.2 In the event of deviations, the pricing shall be done at the market rates as per condition 62 of IAFW – 2249.

11.6.3 Steel required for steel windows/vents shall not be issued under Sch ‗B‘.

11.6.4 Side hinges shutters shall be provided with projecting/non projecting type steel hinges as given in Schedule `A‘. Handles shall be of two point type. Handles for stay arms and casemet stage shall be mild steel stove enamelled black/japanned. For flyproof shutters, the hingses shall be projecting type steel hinges but the handles shall be of one point type. Hardware fittings/iron mongery for steel windows/vents shall be provided as shown on drawings or in relevant IS.

11.6.5 Samples for each type of windows/vents with complete fittings shall be produced for approval of the GE. Manufacturers certificate to the effect that their product conforms to the ISI specification shall be produced by the contractor at the time of submitting samples for approval before procurement of bulk quantity of the material for incorporation in the work. However the contractor shall produce manufacturer‘s certificate for entire quantity as specified above.

11.6.6 Steel windows/vents shall be obtained any of the following:- (a) M/S Agew steel manufacturers Pvt. Ltd Ahmedabad-300002. (c) M/S Multiwyn Industrial Corporation, Calcutta-700016. (d) M/S Godrej and Boycom Mfg. Co Pvt. Ltd Bombay (e) M/S Sen Haryic Bombay. (f) M/S Steel Master Industries Old Adda, Kapurthala, Jalandhar City. (g) M/S Ishwar Industries Bombat Bazar, Meerut Cantt. (h) M/S Shivam Hook and Test, A-1/308, Janak Puri, New Delhi. (i) M/S Pioneer Fabricators (P) Ltd. Ritharim, Delhi Road, Meerut. (j) M/S Metal window Corp, 29/1 New Rohtak Road Industrial Area, New Delhi. (k) M/S Shree Krishna Associates, 304 Industrial Area, Phase-II, Panchkula-134109 (l) M/S Rattan Singh & Sons, Jalandhar City. (m) M/S Steelman industries, old adda Kapurthala, Jalandhar. (n) M/S Mohindra Fabricators, Focal Point-VII, Haryal, Pathankot, Distt Gurdaspur (Pb) (o) M/S Friends Manufacturing Company, B-1, focal point, Kotkapura, Punjab-151204. (p) M/S Ashwani & Sons, E-15 Patel Nagar 2nd Ghaziabad-201001.

11.6.7 Pressed steel frames shall be procured from any of the following manufacturers :- (a) M/S Steel Master Industries Old Adda, Kapurthala, Jalandhar City. (b) M/S Pioneer Fabricators (P) Ltd. Ritharim, Delhi Road, Meerut. (c) M/S SS Engg Industries, Patel Nagar – 11, Gaziabad (UP). (d) M/S Shree Krishna Associates, 304 Industrial Area, Phase-II, Panchkula-134109 (e) M/S Rattan Singh & Sons, Jalandhar City. (f) M/S Steelman industries, old adda Kapurthala, Jalandhar. (g) M/S Dahaiya Industries, 308 Industrial Area, Phase-I Panchkula (h) M/S Friends Manufacturing CO, B-1, focal point, Kotkapura, Punjab-151204. (i) M/S Ashwani & Sons, E-15 Patel Nagar 2nd Ghaziabad-201001.

11.6.8 Rolling Shutters shall be procured from any of the following manufacturers :- (a) M/S Steel Master Industries Old Adda, Kapurthala, Jalandhar City. (b) M/S Steelman industries, old adda Kapurthala, Jalandhar. (c) M/S Friends Manufacturing Company, B-1, focal point, Kotkapura, Punjab-151204. (d) M/S Shaparia Dock & Steel Co. Ltd Bombay. (e) M/S Hindustan General Industries Ltd. Kutab Roa, New Delhi. (f) M/S Parkash & CO. 48, Rani Jhansi Road, Delhi.

11.6.8 Steel windows/vents & pressed steel frame shall be obtained from the firms of which the samples have been approved by the GE

Page 35: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No 61

PARTICULAR SPECIFICATIONS (CONTD…) 11.7 BOX TYPE WINDOWS (STEEL) :- 11.7.1 Box type window shall be manufactured strictly as per drawing and shall be procured from any

of the approved Firms/ Manufacturers specified below. to the latest IS specifications. (a) M/S Steelman Industries, Old Adda Kapurthala, Jalandhar. (b) M/S Steel Master Industries 98, old Adda Kapurthala, Jalandhar-144008. (c) M/S Ram fabricators Pvt Ltd, Panchkula (d) M/S NCL Alltek & Seccolor Ltd, New Delhi (e) M/S Tee Pee Enterprise, Ludhiana

11.7.2 Thickness of the sheet shall be of 18 gauge.and all other details shall be strictly followed from

the respective drawings. 11.8 Painting to steel surfaces : Unless otherwise specified, all steel work except reinforcement bars

shall be given two coats of synthetic enamel paint over a coat of red oxide primer. 11.9 Payment of Steel The payment of steel shall only be allowed after production of original

purchase vouchers, test certificates by the contractor for each consignment of steel and results of testing if carried out by the department are found satisfactory after testing as specified here-in-before. Test certificates for ordinary quality structural steel of particular section of which quantity is less than 1.00 MT and if the test certificates are not produced, the contractor can get tested the sample of each consignment of each diameter of bars through approved laboratories as brought out here-in-before.

11.10 GALVALUME SHEET ROOFING Refer para11.3 of SSR Part-I 2009. 12. FLOORING 12.1 Generally : Unless otherwise specified, the various types of floors as indicated in sch ‗A‘

shall be as specified here in after and in MES schedule Part I.

12.2 Finishing (wearing coat) layer of the floor shall be extended over dwarf walls, doors and other openings, wearing coat of superior finish shall be provided in door openings which have two different type of wearing coats on each side of them.

12.3 PCC floor shall be finished with a steel trowel to an even and smooth surface without using extra cement or as described in respective items of Sch `A‘.

12.4 Glass diving strips, 3mm thick to the full depth of the floor exclusive of the sub base shall be provided.

12.5 Terrazzo floors shall be provided to specifications as described here-in-after and in MES sch. All surface of terrazzo toping in all situations shall be grinded and polished with wax polish all as specified in MES sch.

12.6 Type of floors. 12.7 PCC floor : PCC floor and sub base shall be as specified in Sch ‗A‘ and as specified in MES

sch.

12.8 Terrazzo floor : Terrazzo floor cast in situ shall be as specified in sch ‗A‘ and MES sch. Screed bed shall be of 30mm thick, PCC 1:2:4 type B-O. Marble aggregate shall of a graded size 4mm to 7mm. Only Grey cement shall be used for terrazzo toping or as described in Schedule `A‘.

12.9 Cement slurry : Cement slurry @ 3 Kg/sqm shall be applied between PCC base and sub base of floor.

Page 36: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 62

PARTICULAR SPECIFICATIONS (CONTD…)

13 PLASTERING GENERALLY

13.1 Repairs to plastered surfaces : Refer sch ‗A‘ and Para 14.28 of MES sch Part I. 13.2 Dubbing out shall be carried out in addition to the specified thickness of plastering and shall be

carried out on the wrought face of one brick thick walls, half brick thick wall and brick on edge walls along with the plaster and not as a separate process. The rates quoted for plastering shall deem to be inclusive for the dubbing out as stated above.

13.3 Unless otherwise specified in the particular specifications all plastered shall be finished even

and smooth with steel trowel without using extra cement. The plastering shall be done in one coat.

13.4 Water proofing compound shall be added as per manufacturers instructions where water

proofing plaster has been indicated to be provided or as described in Sch `A‘. 13.5 Mortar for plaster shall be mixed in a mechanical mixture 13.6 Plastering to external and external surfaces shall be carried out as per Paras 14.3, 14.5, 14.11,

14.12, 14.13.2 and 14.16 of MES sch Part I. 14. HOLD FASTS 14.1 Hold fasts for doors shall be embedded in PCC 1:3:6 ( type C-1) blocks built in brick

work. The size of the blocks for walls one brick thick and over shall be 23cmx23cmx 15cm and that for half brick walls shall be 23cmx11cmx15cm.

15. POINTING GENERALLY 15.1 Work shall executed as indicated in sch ‗A‘ and Paras 14.3, 14.5, 14.12, 14.13.2, 14.14, 14.29,

14.29.1, 14.29.2, 14.29.3, 14.29.5.1 and 14.29.6 of MES sch part-I as applicable.

16. WHITE/COLOUR WASH 16.1 White/colour wash on new surfaces: All lime wash or white wash as specified shall be in three

coats. The colour wash shall consists of two coats of colour wash over a coat of white wash. Pigment for the colour shall be as approved by the GE. Refer Paras 15.2, 15.3, 15.4, 15.9 to 15.11 of MES sch Part I.

16.2 White/colour wash on old decorated surfaces: Refer Paras 15.12.2 MES sch Part I. 17. GLAZING 17.1 Glazing shall be carried out all as specified in MES sch part I. 17.2 The sheet glass for glazing shall be ordinary quality glass or as described in Sch `A‘. 17.3 In any such situation where glazing is divided into panes or panels of varying size adjoining

each other, the glass for all such panes/parels irrespective of size shall of the same thickness as required for the largest panes.

17.4 Unless otherwise indicated, the glass shall be fixed with wooden beads and putty all as

specified in MES sch. 18 PAINTING GENERALLY 18.1 Paints shall be synthetic enamel paint of Ist quality not inferior to that specified in the IS as

applicable and procured from manufacturers as mentioned below:- (a) Johnson & Nicholson - Berolac brand (b) Berger Luxol Brand (c) Shalimar Superlac brand (d) Asian Apcolite Brand

Page 37: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 63

PARTICULAR SPECIFICATIONS (CONTD…)

18.2 Paint for priming coat, under coat and finishing coat shall be of the same manufacturers.

18.3 No treatment shall be given to wire gauge ( Wire cloth) and the like and steel reinforcement in PCC and steel reinforcement in brick wall etc.

18.4 Tint of paint shall be as approved by the GE. 18.5 All surfaces to be treated shall be suitably prepared before applying priming coat as specified in

the MES sch Part-I. 18.6 Priming coat on a prepared surface shall be applied only after the surface has been passed by

the Engineer-in-Charge and marked as such.

18.7 Primer: Primer for woodwork shall be pink primer and for steel works, it shall be red oxide zinc chrome.

18.8 Tarring : Surface of timber in contact with or embedded concrete brick work etc shall be treated

with tar (two thick coats). 18.9 Painting : All new internal and external wooden surfaces and wood based surfaces shall be

prepared, knotted and given two coats (under coat and finishing coat) of synthetic enamel paint over priming coat. However the bottom edges of door shutters need not be painted, as specified and shall be treated with priming coat of painting.

18.11 All new surfaces of steel/iron work except reinforcement, galvanized surfaces or surfaces

specified to be treated otherwise or specified to be left untreated shall be prepared and given two coats (one under coat and one finishing coat) of synthetic enamel paint over a priming coat of zinc chrome (ready mixed) conforming to IS-2074.

18.12 Painting on old painted surfaces: Surfaces shall be prepared as specified in Para 17.10 to 17.10.2 of MES sch I and apply one coat of paint as specified in sch ‗A‘ and MES sch.

19. CEMENT. 19.1 Type of Cement. The details of various types and grades of cement are enumerated below:-

(a) Ordinary Portland cement, grade 43 ( IS:8112-1989). (b) Ordinary Portland cement, grade 53 ( IS:12269-1987). (c) Rapid Hardening Portland cement ( IS:8041-1990). (d) Portland Pozzolana cement ( IS:1489-1991). (e) High Alumina cement ( IS:6452-1989). (f) Sulphate Resisting Portland cement ( IS:12230-1988). The type of cement to be selected will depend upon the specific use in the work subject to certain conditions given in clause 4.3 of MES Schedule of Rates Part-I Specifications and as specified here-in-after.

19.2 Procurement of Cement. :The cement shall be procured directly only from the main producers

listed below. Particulars of the manufacturers of cement alongwith the date of manufacture shall be provided by the contractor alongwith the date of manufacture for each lot of cement separately. For repairs, maintenance and works where entire requirement of cement is less than 300 bags, same can be procured from authorized dealers of firms approved.

Page 38: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 64

PARTICULAR SPECIFICATIONS (CONTD…)

S.No

Company Name Address Type of cement

1. M/s Sanghi Industries ltd Brand ―SANGHI‘

10th floor Kateria arcade, Off S.G Highway, PO Makarba, Distt Ahmedabad, Pin-380051 MO-09825803690, Tel-079-26838000 Fax-079-26838111 Website-www.sanaghicement.com

(a) OPC - 53 Gde (b) PPC

2. M/s Cement Manufacturing Company Ltd Brand ‗STAR‖

Mayur Garden, 2nd floor opp-Rajuv Bhawan, GS Road, Guwahati-781005 Ph-0361-2462215/216/513 Fax-0361-2462117 Email: [email protected]

(a) OPC - 43 Gde (b) OPC- 53 Gde (c) PPC

3. M/s Ultra Tech Cement Ltd Brand- ―ULTRATECH‖

‗B‘ Wing 2nd floor, Mahakali Caves Road Andheri (East)Mumbai-400093 Ph-022-66917800

(a) OPC - 43 Gde (b) OPC- 53 Gde (c) PSC

4. M/s OCL India Ltd Brand ‗KONARK:

Rajgangpur, Distt-Sundargarh Orissa, Pin-770017 Ph-0361-2668504, Fax 2662131 Website-www.calcom.co.in

(a) OPC - 43 Gde (b) PPC

5 M/s Dalmia Cement (Bharat) Ltd Brand ―DALMIA CEMENT

Dalmianpuram, Distt-Truchirqapalli, Tamil Naidu-621651

(a) OPC - 43 Gde (b) PPC

6. M/s Chetinand Cement Corporation ltd Brandh ―CHETINAD‖

4th floor, Raniu Seethai Hall Building, 603, Anna Salai Hall, Chennai-600006 Tel No-044-42951800 Fax No-044-28291558 [email protected] Website-www.chettinandcement.com

(a) OPC - 43 Gde (b) OPC- 53 Gde (c) PSC

7. M/s Heidelberg Cement India Ltd Brand : ―MYCEM‖

9th floor, Infinity tower ―C‘ DLF Cyber city-Gurgaon Haryana-122002 Fax-0124-4503700 Fax-0124-4147698

(a) PPC

8. M/s My home Industries Ltd Brand-MAHASHAKTI for PSC ―MAHA‖ for OPC-43 Gr ―MAHA SHAKTHI‖ for PPC

9th floor, Block-3, My home Hub, Madhapur-Hyderabad-5000081 Ph-040-66929696 Fax-040/669297/97/98

(a) OPC - 43 Gde (b) PPC (c) PSC

Page 39: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 65

PARTICULAR SPECIFICATIONS (CONTD…)

9 M/s Parasaki Cements Ltd Brand ―PRASAKTI

123/3RT, Plot #8 -3-214/21 Srinivasa Nagar Colony (West) Hydeerabad-500038 Tele-040-44119100/200 Fax-04023747562

(a) OPC - 43 Gde (b) PPC

10. M/s Zuari Cement Ltd Brand ―ZUARI‖

No 6, MC Nichols road Chetpet Chennai-600031 Ph-044-283-63968, 26365047

(a) OPC - 43 Gde (b) PPC

11. M/s Toshali Cement Pvt Ltd Brand : ‗GAJAPATI‖

123/3RT, 2nd Floor, Sanjeeva Reddy Nagar, Hyderabad-500038 Ph-040-2300675 Corporate office 9-14-13. C.B.M, Compound, Near Mehar Appartment, Visakhapatnam-530003

(a) OPC - 43 Gde (b) PPC (c) PSC

12. M/S Saifco Cement Pvt Ltd Brand: ―SAIFCO‖

Opposite Post Office, Batwara Srinagar- 190004 (J & K) Ph. 0194-2466061 3/113, Vivek Khand, Gomto Nagar Lucknow -246606 Ph. 0522- 2396847, 2397589

(a) OPC 43 Gr

13. M/s Prism Cemet Ltd. Brand ―PRISM‖`

3/113, Vivek Khand, Gomto Nagar Lucknow -226010 Ph. 0522- 2396847, 2397589

(a) OPC 43 Gr (b) PPC

14 M/s Shree Guru Kripa Cement (Pvt) Ltd Brand: ― SARTAJ‖

4/4 Trikuta Nagar Jammu Ph. 0191-2472043

(a) OPC 43 Gr (b) PPC

15. M/s Barak Valley Cements Ltd

Debendra Nagar Badarpur Ghat Distt Karimaganj Assam-788803 Ph. 0345-269258

(a) OPC 43 Gr

16. M/s Dhruv Industrial Company Ltd. Brand: ―DHRUV‖

49/27 Sinha Market General Ganj Kanpur-208001

(a) OPC 43 Gr (b) PPC

17. Madras Cement Brand ―MADRAS‖

Auras Corpoartion Centre,, 98-A, Dr Radhakrishnan Salai, Mylapore, Chennai-600004 Ph-044 28478666

(a) OPC 43 Gr (b) PPC

18. Saurashtra Cement Brand: ―SAURASHTRA‖

Gala No A-1, Ground Floor, Udhyog Sadan No 3 MIDC, Central Road, Andheri (East), Mumbai-400093 Ph- 022 32955557/67 Mob-9320290081

(a) OPC 43 Gr (b) PPC

19. Lafarge Cement (Lafarge India Pvt Ltd) Brand: ―LAFARGE‖

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

(a) OPC 43 Gr (b) PPC

Page 40: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 66

PARTICULAR SPECIFICATIONS (CONTD…)

20. The associated Cement Companies Ltd Brand: ―ACC‖

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

(a) OPC 43 Gr (b) PPC

21. Grasim Industries Ltd Brand: ―GRASIM‖

Birlagram, Nagda, Madhya Pradesh. Pin-456331 Ph-07366-246760/246766

(a) OPC 43 Gr (b) PPC

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

(a) OPC 43 Gr (b) PPC

23. Andhra Cement Ltd. Durga Cement Works, Durgapuram, Dechepalli Guntur, Andhra Pardesh, Pin-522414 Ph- 0863 257429

(a) OPC 43 Gr (b) PPC

24. Century Cements Brand: ―CENTURY‖

Industry House, 159 Church gate Reclamation, Mumbai-400020 Ph- 022 22023936

(a) OPC 43 Gr (b) PPC

25. Binani Cement Ltd. Brand: ―BINANI‖

Mercantile Chambers, 12, J.N Heredia Marg, Ballard Estate, Mumbai-400001 Ph- 022 22690506/10

(a) OPC 43 Gr (b) PPC

26. Mangalam Cement Ltd Brand: ―MANGALAM‖

PO Adityanagar, Morak, Dis-Kota, Rajasthan -326520 Oh- 39514682076

(a) OPC 43 Gr (b) PPC

27. Birla Corporation Ltd Brand: ―BIRLA‖

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

(a) OPC 43 Gr (b) PPC

28.

Oriental Cement Brand: ―ORIENT‖

5-9-22/57/D. 2nd and 3rd Floor, GP Birla Centre, Adarsh Nagar, Hyderabad-500063 Pin-044 23688600

(a) OPC 43 Gr (b) PPC

29. Shree Cement Brand: ―SHREE‖

Bangur Nagar, Beawar, Dist- Ajmer, Rajasthan- 305901 Ph-01462 228101-06

(a) OPC 43 Gr (b) PPC

30. J K Cement Brand: ―J K‖

(a) OPC 43 Gr (b) PPC

31. J K Lakshmi Cement Ltd Brand: ―J K LAKSHMI‖

Jaykaypuram, Dist-Sirohi, Rajasthan Ph-02971 244409/10

(a) OPC 43 Gr (b) PPC

Page 41: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 67

PARTICULAR SPECIFICATIONS (CONTD…)

32. Jaypee Rewa Cement Ltd. Brand: ―JAYPEE‖

(a) OPC 43 Gr (b) PPC

33. Ambuja Cement Ltd Brand : ―AMBUJA‖

Kodinar, PO-Ambujanagar, Taluka-Kodinar, Dist-Junagadh, Gujrat-362715, Ph- 02792 237000

(a) OPC 43 Gr (b) PPC

APPROAVAL CEMENT MANUFACTURERS FOR MES WKS ON REGIONAL LEVEL

S.No Company Name Address Type of cement

1. M/s Calcum Cement India Ltd (Only for NE region)

Silipukhuri South Block Guwahati Assam Pin-781003 Ph-0361-2668504, Fax 2662131 Wevsite : www.calcom.co.in

(a) OPC - 43 Gde (b) PPC

2. M/s Trumboo Industries Pvt Ltd (Only for J&K region) Brand : ‗TCIMAX‖

50, Sant Nagar, near industrial area Srinagar Pin No – 190005 (J&K) Tele No 0194-2439979 Fax No-0194-2440001 Email : [email protected]

(a) OPC - 43 Gde

3. M/s Digvijay Cement Co. Ltd (Only for Gujrat) Brand ―KAMAL‘

2nd floor, AMola chamber, C.G. Road Navrangpuram, Ahmedabad-380006 Ph-079-3000846570

(a) OPC - 43 Gde (b) PPC

4. M/s Cement Corporation of India Ltd (Only for AP & Adjoining states) Brand : ―MAHASHAKTI‖

PO-CCI Tandur, Distt- Ranga Ready, Andhra Pradesh-5011158 Ph-08411-247340

(a) OPC - 43 Gde

5. M/s Cemtac Cement Pvt Ltd (Only for J&K region) Brand : ―CEMTAC‖

H/O Lake wood Plaz (Near Petrol Pump) Nawgam, Srinagar-190015 (J&K) Ph-01942431500

(a) OPC - 43 Gde

6. M/S Meghalya Cement Ltd (Only for Eastern Region) Brand : ―TOP CEM‖

Lohia house. M G Road Factory Bazar, Guwahati-781001 Tel-0381-260367/671

(a) OPC - 43 Gde (b) PPC

7. M/s Narayan Kar & associates Pvt Ltd (Only for NE region)

Bodhjungnagar Ind, Growth Centre PO Khayerpur-799008 West Tripura Ph-0381-2514927/4786

(a) OPC - 43 Gde (b) PPC

Page 42: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 68

PARTICULAR SPECIFICATIONS (CONTD…)

8. Star Cement Meghalaya (Only for CE Shillong Zone & CE (F) Shillong Area)

Lumshnong, PO Khaliahriat, Distt-Jantiua Hills Meghalaya Ph-03655-278215/16/18

(a) OPC - 43 Gde (b) PPC

9. J&K Cement Corp, Kathua (Only for J&K region)

(a) OPC - 43 Gde

10. Shiva industries, Kathua (Only for J&K region)

(a) OPC - 43 Gde

19.2.2 The particulars of the manufacturer/authorized dealers of cement alongwith 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 GE shall verify the documents in support of the purchases of cement. Before placing the order for supply of cement by the contractor, he shall obtain written approval from the GE regarding name of manufacturer, quantity of cement etc. Cement shall be procured for minimum requirement of one month and not exceeding the requirement of the same for more than two months at a time. The cement shall be consumed in the work within three months after receipt. Cement shall conform to the requirements of Indian Standard Specification and each bag of cement shall bear relevant IS mark. The weight of each consignment shall be verified by the GE and recorded.

19.2.3 The cement shall be procured by the contractor preferably in paper polyethylene bags. The

average weight of each bags cement shall not be less than 50 Kilo-gram. The average weight shall be tested by taking the weight of 50 Kilo-gram bags selected at random by GE per lot. In case the weight is less than 50 Kilo-gram whole lot shall be rejected. In case weight is more than 50 Kilogram it shall be deemed to contain 50 Kilo-gram only and nothing extra shall be claimed by contractor on account of extra cement used in work.

19.2.4 Purchase vouchers as mentioned here-in-before shall bear machine number from the

manufacturers/authorized dealers. The contractor shall also produce the certificate of authorization of the authorized dealer of the main producer.

19.2.5 Use of Portland Pozzolana Cement (PPC). While using PPC, the following conditions shall be

met with :- (a) Strength criteria for PPC shall be 14 days as per IS-8112-1989. (b) Stripping time shall be 14 days. (c) Both OPC and PPC shall not be permitted for use in samr building except for

plaster and mortar. (d) Mandatory certificates of testing and quality assurance will continue to be

submitted as hither – to- fore, with fly ash content as per IS 1489-1991-Pt-I. (e) Extra curing shall be carried out as required. (f) PPC shall not be used for over head Reservoirs, underground sumps,

prestigious buildings (to be decided by GE) and building with span more than 10 meters. In such cases only OPC shall be used.

(g) Mixing of OPC and PPC shall not be allowed in a work and separate record shall be maintained showing location and types of cement used.

(h) While procuring PPC, the following requirements are to be ensured and certificate to that effect shall be obtained by Contractor for each batch from the manufacturer:- (i) The quality of fly ash is strictly as per IS 1489 Part-I 2002. (ii) Fly ash is inter-ground with clinker and mixed with clinker.

Page 43: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 69

PARTICULAR SPECIFICATIONS (CONTD…) (iii) Dry fly ash is transported in closed containers and stored in cilos. Only

pneumatic pumping shall be used. (iv) The fly ash shall be procured from thermal plants using high temperature

combustion above 1000 degree C. (v) The fly ash content in PPC shall not exceed 25% to ensure consistency. (vi) Ensure strict compliance of clause 4.1.3 and clause 9.2 of IS-1489 (Part-

I) : 2009 by getting fly ash and cement tested at National Council of Cement and Building materials, Ballabhgarh, Haryana, PIN-121004 or any other laboratories as mentioned in clause 10.2.6.3 here-in-after.

19.2.6 Testing of Cement 19.2.6.1 The testing of cement as mentioned in Para 21.2.4.2 to 21.2.6 shall only be carried out for a

lot of more than 50 bags of cement required for individual work order and testing shall not be carried out for less than 50 bags, for less than 50 bags of cement, the test certificate from manufacturer/authorised dealer shall be sufficient.

19.2.6.2 The contractor shall submit the manufacturer‘s test certificate in original along with test sheets

giving the results of each physical test as applicable in accordance with relevant IS provision and the chemical composition of cement or authenticated copy thereof duly signed by the manufacturer with each consignment, as per the following IS provisions:-

(a) Method of sampling for hydraulic cement as per IS-3535-1986. (b) Method of physical test for hydraulic cements as per IS-4031. (c) Method of chemical analysis of hydraulic cement as per IS-4032-1985.

The test certificate and test sheet shall be furnished in original with each batch of cement purchased from manufactures. The Engineer-in-Charge shall record these details in cement acceptance register to be maintained by him which will be signed by Supdt B/R Gde-I/JE (Civil), Engineer-in-Charge, Garrison Engineer and Contractor as given in the format here-in-after after due verification.

19.2.6.3 The contractor shall however, organize setting time and compressive strength test of cement through designated laboratory on samples collected from the lot brought at site before incorporation in work. The contractor will be allowed to use the cement only after satisfactory compressive strength of seven days. To meet this requirement contractor is required to keep minimum 10 days stock before any new lot is brought at site which can be used in the work. The contractor shall be required to remove the cement not meeting the requirement from site within 24 hours. Seven day strength test will be relied upon to accept the lot of cement to commence the work. 28 days compressive strength test will be the final criteria to accept/reject the lot.

19.2.6.4 Notwithstanding the submission of purchase vouchers/test certificates, following tests shall be mandatory carried out as per IS-3535-1986:- (a) Initial and final setting time. (b) Soundness test. (c) Compressive strength test to 3 and 7 days as specified in the relevant Paras of

the Indian Standard. (d) Consistency test of cement.

Other tests need not be carried out for cement procured with BIS certification mark unless specifically asked by GE or Accepting Officer and the contractor shall not have any claim on this account. The GE shall also organize independent Physical Tests from NABL Laboratories as National Test House, SEMT Wing CME Pune, Regional Research Laboratories, IITs, MES Zonal Laboratories, Govt Engg Colleges and National Institute of Technology as per relevant BIS and shall be recorded in respective portion of Appendix ―E‖. Random samples of cement to be tested shall be drawn as per MES Quality Assurance Manual.

Page 44: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 70

PARTICULAR SPECIFICATIONS (CONTD…) 19.2.6.5 The cement shall conform to chemical requirements and physical requirements as specified in

the respective clauses of the Indian Standard. The tests carried out as per provisions of IS codes specified here-in-before, shall be criteria for acceptance of cement by Engineer-in-Charge. If samples from lot/lots are not within the acceptable limits of Indian Standard, the lot/lots shall be rejected without any claims or compensation to the contractor for the lot/lots purchased. The contractor shall replace the lot/lots with the fresh one which shall be tested again for acceptance.

19.2.6.6 The cost of all tests carried out on cement before acceptance for incorporation in the work

shall be borne by the contractor whether the results are acceptable or not. No claim or compensation shall be entertained on this account and clause of IAFW-2249 deemed to be amended accordingly. Any cement lot/lots on being tested found not to be conforming with the relevant clauses of Indian Standard shall not be paid as material at site.

19.3 Storage of cement: Refer clause 4.3.1, 4.3.2 and 4.3.3 of SSR Part-I 2009 for storage and

precaution in storage of cement. The height of platform shall be at least 20 cm from floor 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 20cm away from floors and walls. The stacking of Cement shall not be more than 10 bags high. Joint inspection of storage of cement shall be carried out by Engineer-in-charge and contractor once in a day. The cement fully set or partially set shall not be used in the work and shall be removed by the Contractor immediately without any extra cost.

19.3.1 Tested and untested cement shall be segregated and stored separately with distinct

identification.

19.3.2 The 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 according to the daily requirement with the knowledge of both the parties. During the period of storage, if any cement bag(s) found to be in damaged condition due to whatsoever reason, the same shall be removed from the cement godown on written order of the GE and suitable replacement for the cement bag(s) as removed shall be made and no claim whatsoever shall be admissible on this account.

19.4 Documentation 19.4.1 The Contractor shall submit original vouchers from the manufacturer/authorised dealer for the

total quantity of cement supplied under each consignment to be incorporated in the work. All consignments received at the work site shall be inspected by the GE along with the relevant documents before acceptance. The original Vouchers and the Test Certificate shall be defaced by the Engineer-in-charge and kept on record in the office of GE duly authenticated and with cross reference to the consignment number/contract number recorded in the cement acceptance register clearly mentioning ‗Batch No.‘ and ‗Date of manufacture‘ with cross reference to the consignment number/contract numbers recorded in the Cement Acceptance Register. The cement acceptance register will be signed by JE (Civil), Engineer-in-charge, GE and the contractor. The Accepting Officer may order a Board of Officers for random check of cement and verification of connected documents.

19.4.2 The entire quantity of all cement shall suitably be recorded in the measurement Book (Not to be

abstracted) for record purpose before incorporation in the work and shall be signed by the Engineer-in-charge and the contractor.

19.4.3 In addition to the cement Acceptance Register, the cement consumption register shall be

maintained as stipulated in special conditions here-in-before.

Page 45: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 71

PARTICULAR SPECIFICATIONS(Contd….) 19.5 Schedule and Supply 19.5.1 Schedule of supply of cement shall be finalised by contractor with the AGE 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 supply shall be regulated in such a way that cement is consumed in work within three months of its procurement.

19.5.2 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. The contractor will forfeit his right to demand extension of time if the supply of cement got delayed due to his failure in placing order in time to the manufacturer.

19.5.3 General for Cement : The payment shall only be allowed after production of original purchase vouchers, certified copies of test certificates from manufacturer or their authorised dealers for each consignment and results of testing (where required) carried out in laboratory on receipt of cement (7 days compressive test) are found satisfactory after testing as specified here-in-before. Payment for cement shall be made as material lying at site as per condition 64 of IAFW-2249. Rate of cement given in SSR shall be applicable for cement irrespective of grade of cement specified for use in the work.

21.0 SANITARY AND TOILET FITTINGS 21.1 General

21.1.1.1 Unless otherwise specified elsewhere, all sanitary appliances shall be vitreous china (white) first quality of make HINDWARE/PARRYWARE/CERA and shall conform to IS-2556 for General requirements and the specific requirements as mentioned in relevant clause of MES Schedule.

21.1.1.2 All waste pipes, except of sinks, and fitting upto floors/Nahani trap shall be galvanised steel

tubing medium grade conforming to IS-1239 (Part-II).

21.1.1.3 Flush pipe and socket of flushing ream of WC shall be jointed with white and red led cement (White and red led in equal portion by weight) and linseed oil added to form paste.

21.1.1.4 ‗P‘ or ‗S‘ trap shall be of cast iron and jointed to WC pan with cement joints as specified in

clause 18.48.5 of MES Schedule.

21.1.1.5 PVC low level flushing cistern of 10 Ltr discharge capacity shall be provided and shall be ISI marked and of specified make.

21.1.2 The sizes given here-in-after are approximate sizes. The sizes of sanitary fittings to be provided shall be the nearest size as per manufacturers‘ catalogue as approved by the GE.

Page 46: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 72

PARTICULAR SPECIFICATIONS (CONTD…) 21.2 Water closet (Squat pattern): Water closet (Squat pattern) shall conform to IS-2556 (Part-III)

and shall be of shall be of pattern long pan, size 580mm long, provided with ‗P‘ or ‗S‘ trap and the following fittings:-

(i) A pair of 25 cm x 13cm glazed Chequred finishing rectangular footrest. (ii) PVC low level flushing cistern 10 ltrs discharge capacity. (iii) PVC flush pipe 40 mm dia as per clause 18.35 of SSR 1991 Part-I. (iv) The pan shall be set in the lime concrete (1:2) at least 15cms around and

finished just below the rim to receive the specified thickness of floor finish.

21.3 Where flushing cistern cannot be fixed in wall due to window/lintel as per sanitary plan, the same shall be fixed in the side wall with additional bend, the cost of which shall be deemed to be included in the lump sum cost of buildings given in Schedule ‗A‘ Section-I.

21.4 Wash Hand Basin: The Wash Hand Basin shall be of size 55cm x 40cm vitreous glazed white (without pedestal). It shall be provided with 32mm dia CP waste fitting, 32mm dia CP bottle trap connected to 32mm dia medium grade GI waste pipe upto floor trap to be concealed in wall by cutting chase of suitable size. WHB to be supported on a pair of angle iron (40x40x6mm) brackets of suitable length, made to shape, painted white, embedded in walls in cement concrete (1:2:4) type B-1 of size 11.5cm x 11.5cm x 11.5cm. One 15mm bore ISI marked brass chromium plated pillar cock to be provided to each wash hand basin.

21.5 MIRROR: One mirror shall be provided over each WHB. It shall be polished sheet glass of thickness 5.5mm. Size shall be all as shown on drg. or 60 x 45cm where not indicated on drgs. It shall be provided with anodized aluminum angle frame of size 10mm x 10mm x 1.6mm with 6mm thick plywood (BWP type) backing. Mirror shall be hung by key slots on steel screws fixed to wooden plugs embedded in walls or rawl plugs in case of prefabricated RCC wall components. Makes of the Mirror:- ATUL/ SWASTIC/GOLDEN FISH/MODI GUARD.

21.6 Wash down water closet (Pedestal pattern): Wash down water closet shall be of vitreous china white fixed with ‗P‘ or ‗S‘ trap and with the following fittings: - (a) PVC flush pipe 40mm dia and as per clause 18.35 of SSR-1991 Part-I. (b) PVC low level flushing cistern 10 litres discharge capacity. (c) Plastic seat and cover as per clause 18.36 to 18.36.4 of SSR-1991 Part-I. (d) Fixing bolts.

21.6.1 Urinals: Type of Urinals shall be all as shown in the drawing. In case not shown in the drawing, these shall be of half stall type of vitreous china white, in Gents toilet of Officers Mess only and at other locations these shall be of bowl type flat back of size 465mmx355mmx265mm vitreous china white.

21.1.1 Urinal Partitions: The type & size of Urinal Partitions shall be as shown in the drawings. In case not shown in the drawings, these shall be RCC Urinal Partitions with finish as per dado. The RCC partitions shall be made of RCC M-25 (design mix). Reinforcement shall be all as shown in the drawing of the RCC partition wall.

21.1.2 Waste pipe of urinals shall be extended upto floor trap.

21.2 Toilet paper holder: This shall be provided as shown in the drawing. The make of toilet paper holder shall be the same as that of WC. It shall be vitreous china white box type with spring loaded chromium plated steel roller. 22. PLUMBING 22.1 General 22.1.1 Plumbing work shall be carried out as specified in clauses 18.13 to 18.23 of MES Schedule

Part-I.

Page 47: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 73

PARTICULAR SPECIFICATIONS (CONTD…) 22.1.2 Plumbing work shall be laid all as shown on drawings in single stack system. Sludge water for

kitchen/bath shall be conveyed through 75 mm CI pipe through SWG gully traps. Waste pipe from SWG gully trap to first manholes shall be 100 mm CI. Soil waste pipe from WC shall be 100 mm CI pipe up to first manhole. All vent pipes shall be 75 mm CI provided to soil/waste stacks taken up to 80 cm above roof level.

22.1.3 Soil/waste/vent pipes/fittings/accessories: These shall be of cast iron (sand cast) conforming to IS-1729 with or without ears and with spigot and socket ends. All pipes and fittings shall have ISI certification mark.

22.3 Fixing of pipes to walls: CI Pipes and fittings shall be fixed to walls as specified in clause 22.4 Jointing: All CI pipes and fittings shall be jointed with run lead joints as specified in clauses

18.48 & 18.67 of MES Schedule. 18.67.4 to 18.67.6 of MES Schedule Part-I

22.5 Nahani/Floor trap: Nahani/floor trap shall be provided in situation as shown on drawings. These shall conform to IS-3989. Floor trap shall be provided with CP steel gratings. Note:- Where Nahani traps of 22.5cms depth cannot be accommodated in sunken floors, a 300 x 300

mm portion of slab shall be sunken to the extent it accommodates the Nahani trap without any additional cost.

22.6 Shorter Lengths: Except for WC connection, the contractor may use pipes, pieces without

sockets in shorter lengths (Less than one pipe length) if approved by the GE and connect these to pipe fittings with double sockets/collars, including additional joints as specified above without extra cost to the Govt.

22.7 GULLY TRAPS:

(a) Where shown gully trap shall be salt grazed stone ware complying with the requirements

of IS-651. (b) Gully trap shall be square mouthed 150 x 150 mm size with 100mm dia outlet type ‗B‘

set in PCC 1:3:6 type C-2 block measuring 45cm sq. Thickness of bed concrete shall be 10cm. Jointing to drain pipe shall be done in cement mortar (1:1).

(c) Cast and perforated grating shall be 150 x 150 mm bituminous coated and fixed as

directed by the Engineer-in-charge.

(d) PCC (1:2:4) type B-1 as in kerbs and RCC cover slabs shall be provided all as directed by the Engineer-in-charge.

22.8 Trenches to pipe lines up to first manholes: The excavation in trenches in any type of soils shall

be done as per the width given in SSR Part-I and depth as required at site. The trenches shall be back filled after testing of pipes with excavated soil in layer not exceeding 25 cm and surplus spoil disposed to a distance not exceeding 50 metres.

22.9 Testing: All soil/waste/vent pipes shall be tested as specified in clause 18.67.7 of MES

Schedule. Record of testing shall be maintained separately for each building.

23. INTERNAL ELECTRIFICATION

23.1. GENERAL

23.1.1 The works described in Schedule ‗A` shall be carried out all as per special conditions particular specifications and involving provision of building works to buildings as specified in Schedule ‗A`.

Page 48: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 74

PARTICULAR SPECIFICATIONS (CONTD…)

23.1.2 Refer Para 19.2 of MES Schedule Part-I. 23.1.3 No price adjustment in prices shall be made on account of changes in location of fittings and

accessories. 23.1.4 The material shall be as follows: -

Srl No Materials Reference to Para of SSR 2009 (Part –I)

1 2 3

(a) Cables, cords and earthing leads 19.24 (b) Cables for internal wiring for light, power and sub mains. 19.25 (c) Wooden battens, blocks and boards 19.28. (d) Conduit and conduit fittings 19.29 (e) Wooden plug (Gutties) & Rawl plug 19.30 (f) Screws, fastenings and link clips 19.31 (g) Ceiling rose 19.32 (h) Shades 19.33 (j) Bulk head fittings 19.34 (k) Socket outlet 19.40 (l) Lamp holder 19.41

(m) Main switch (Switch fuses) 19.45 (n) Switch Board 19.105 (o) Switch piano flush type (p) Distribution fuse board 19.44 (q) MCB (Miniature circuit Breaker) 19.46 (r) Lighting fitting 19.47 (s) Sunk type boxes 19.38

23.2 Distribution fuse board-Refer Paras 19.44 and 19.46 of MES Sch Part-I.

23.2.1 Miniature circuit breakers as described in Sch ―A‘ shall be provided for distribution of circuits.

23.2.2 Generally-Refer Para 19.101 to 19.112 of MES Schedule Part I

23.2.3 Fitting: Reference Para 19.113 of MES Schedule Part-I. These shall be as specified in Schedule ‗A‘.

23.2.4 Accessories- Switches, Lamp holder, ceiling roses socket outlets Refer Para 19.114 of MES Schedule Part-I.

23.2.5 Attachment of fittings and accessories-Refer Para 19.115 of MWS Schedule Part-I.

23.3. Battened wiring - Refer Para 19.116 to 19.123 of MES Schedule Part-I.

23.4. Terminal points of light and power plugs(socket outlets) switches, regulators, fittings etc shall terminate in recessed cast iron boxes flush to the walls, top covered with 3mm thick plastic laminated sheets, instead of wooden blocks.

23.5. Earthing-Refer Paras 19.137 to 19.145 of MES Schedule Part I. The rate in Schedule ‗A‘ Section-II includes for excavation in any type of soil, cement concrete(1:3:6) type C-I as in chamber with cast iron cover etc.

23.6. Conduit and conduit fittings-Refer Para 19.125 of MES Schedule Part-I. Conduit and conduit fittings shall be of rigid black Japanned externally.

23.7. The internal wiring is to be carried out with multistranded aluminium conductor PVC sheathed is unsheathed cable.

Page 49: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 75

PARTICULAR SPECIFICATIONS (CONTD…)

23.8. Setting of Electrical Equipment: Refer Para 19.101 of SSR- 2009(Part-I)

23.9 Batten Wiring - Refer Para 19.116, 19.116.1 to 19.116.4 to 19.123 of MES Schedule 2009(Part-I).

23.10 Control at point of entry of supply Refer Para 19.103, 19.103.1 to 19.103.3 of MES Schedule 2009(Part-I).

23.11 Type of switch boards Refer Para 19.105, 19.105.1 to 19.105.1.1, 19.105.1.2 & 19.105.2 of MES Schedule 2009(Part-I).

23.12 Marking of Apparatus Refer Para 19.106, 19.106.1 to 19.106.5 of MES Schedule 2009(Part-I).

23.13 Main and Branch distribution Board and their location

Refer Para 19.107, 19.107.1 to 19.107.7 of MES Schedule 2009(Part-I).

23.14 Wiring of Distribution Boards Refer Para 19.108, 19.108.1 to 19.108.6 of MES Schedule 2009(Part-I).

23.15 Joints and looping back Refer Para 19.109, 19.109.1 of MES Schedule 2009(Part-I).

23.16 Passing through walls and floors Refer Para 19.111, 19.111.1 of MES Schedule 2009(Part-I).

23.17 Fitting Refer Para 19.113, 19.113.1, 19.113.5 of MES Schedule 2009(Part-I).

23.18 Accessories Refer Para 19.114, 19.114.1 to 19.114.5, 19.114.5.1 of MES Schedule 2009(Part-I).

23.19 Attachment of fittings and Accessories Refer Para 19.115, 19.115.1 to 19.115.3, of MES Schedule 2009(Part-I).

23.20 Conduit wiring

Refer Para 19.123 to 19.131, 19.132, 19.132.1 to 19.132.6 of MES Schedule 2009 Part-I). Forming/cutting chases in wall and making good after fixing and testing of conduit wiring is included in the rates quoted by the contractor.

23.21 Light fittings Brackets Light fittings brackets shall be in MES Schedule of Rate Part I as specified.

23.22 Testing Refer Paras 19.146, 19.146.1, 19, 146.1.1 to 19.146.1.7 19,146.2.19.146.2.1 to 19.146.2.3 and 19.146.3 of MES Schedule 2009(Part-I).

23.23 Excavation and Earth Work (a) Excavation and earth work involved under Schedule ‗A‘ of this contract shall be considered as excavation in any type of soil (i.e. soft/loose, hard/dense and mud) as defined in MES Schedule. In case the strata not actually at site is found to be different from any type of soil (i.e. soft/ loose, hard /dense and mud) necessary price adjustment shall be made through deviation order. However, the rates in MES Schedule for soft/loose soil will be applicable to any type of soil as aforesaid for the work under this contract.

(b) All spoil obtained from excavations other than the spoil obtained from site clearance and surface dressing, as approved by GE, shall be used for filling ground foundations and other situation to make up levels/slopes etc as specified in layers not exceeding 25 cm thick. Each layer, well watered and rammed.

(c) Surplus spoil, if any from excavation after use in earth fillings shall be removed to a place not exceeding 50 metres and deposited, speeded and leveled to the satisfaction of Engineer-in-Charge without any additional payment.

Page 50: MILITARY ENGINEER SERVICES - Amazon AWS

CA NO.GE/JAL(W) -20/18-19 Serial Page No. 76

PARTICULAR SPECIFICATIONS (CONTD…)

23.24 GI PIPE

GI pipe shall comply with IS-1239 (Part-I) 1979 and GI fittings shall comply with IS-1239 (Part-II) 1982 and shall be to the specifications as per clause 18.4.1 to 18.4.4 of SSR-2009 (Part-I).

23.25 WORKMANSHIP

The whole work shall be of high class and shall be carried out to the entire satisfaction of the GE and Engineer-in-Charge. Only experienced workmen will be employed and the contractor on demand by the Engineer-in-Charge shall produce evidence of experience of his workmen at commencement of the work or at any time there after during the currency of the contract.

23.26. Allied Works. All civil work shall be executed all as directed by Engineer-in-Charge. 23.26.1.The contractor shall employ licensed plumber for all works. Refer clause 18.40 and 18.41 of

MES Schedule Part I. 23.27. Testing : All repaired/overhauled equipment/New one provided shall be tested in the presence

of Engineer-in-Charge for satisfactory results. Any equipment not found giving satisfactory results shall be required/overhauled/replaced again by the contractor without any extra cost to the Govt.

23.28. Guarantee Period. Any old item/equipment/replaced with the new one or the new one

provided, the contractor shall be fully responsible for properly functioning for twelve months from the actual date of completion. It any defect noticed during this period the contractor shall be fully responsible for replacement the same with new items/equipment without any extra cost to the Govt.

__________________ (Signature of contractor) AGE (Contracts) For Accepting Officer

Page 51: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 77

APPENDIX ‗A‘ TO PARTICULAR SPECIFICATIONS

LIST OF MATERIALS REQUIRING ISI CERTIFICATION MARKING

Ser No.

NAME OF MATERIALS RELEVANT IS

1 2 3

1. CONCRETE (a) Integral water proofing compound. 2645 (b) Plywood for concrete shuttering work. 4990 2. JOINERY (a) Wooden flush door shutters solid core type. 2202 (Part-I)

(b) Ply wood for general purpose. 303-1975

3. BUILDING HARD WARE (a) Steel butt hinges 1341 (b) Non ferrous butt hinges 205 (c) Ferrous tower bolts 204 (Part-I) (d) Non ferrous tower bolts 204 (Part-II) (e) Door handles (Non ferrous) 208 (f) Parliament hinges (ferrous) 362 (g) Hydraulically operated door closures. 3564 (h) Continuous piano type 3818 (i) Sliding door bolts (Non ferrous) 2681 (j) Tee and trap hinges 206 (k) Mild steel sliding door bolts 281

4. STEEL AND IRON WORK Steel doors, windows, and ventilators 1038 5. FLOORING (a) White Portland cement 8042 (b) Cement concrete flooring tiles 1237 6. WATER SUPPLY, PLUMBING DRAINS AND SANITARY APPLIANCES

(a) Concrete pipes with or without reinforcement. 458 (b) Flushing cisterns for water closets and urinals other than plastic 774 (c) Cast copper alloy screw down bib tap and stop valves 781 (d) Galvanised mild steel tubes 1239(Part-I) (e) Galvanised mild steel tube fittings 1239(Part-II) (f) Sand cast iron spigot and socket soil waste and ventilating pipes 1729

and Fittings (h) Ball valves (horizontal plunger type) including floats for water 1703 supply purpose. (i) Cast iron manhole covers and frames 1726 (j) AC pressure pipes 1592 (k) Automatic flushing cisterns 2326

(l) Vitreous chinaware appliances (i) Wash down water closets 2556(Part-II) (ii) Squat pans 2556(Part-III) (iii) Wash Hand Basin 2556(Part-IV) (iv) Laboratory sink 2556(Part-V) (v) Urinals bowl type 2556(PartVI Sec-I) (vi) Half stall urinals 2556 (Part-VI Sec-II) (vii) Syphonic wash down water 2556(Part-VIII) (viii) Foot rests 2556(Part-X)

Page 52: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 78

APPENDIX ‗A‘ TO PARTICULAR SPECIFICATIONS SECTION-II(Contd…)

1 2 3

(m) Plastic WC seats & covers 2548(Part-I & II)

(n) Vertically cast iron pressure pipes for water, gas and sewage 1537 (o) Pillar taps 8934

(p) Centrifugally cast (spun) iron spigot and socket soil, waste and 3989 ventilating pipes fittings and accessories.

(q) Rubber sealing ring for gas mains, water mains and sewers 5382 (r) Cast iron fittings for pressure pipes for water, gas and sewerage 1538 (s) Cast iron rain water pipes. 1230

7. ELECTRIC WORKS (a) Ceiling roses 371 (b) Socket outlet-3 pin plug & socket 1293 (c) Switch fuses (main & switch) 4064 (d) Rigid steel conduit 3837 & 9537 (e) Rigid non-metallic conduit 3419 (f) Single core cable polythene insulated and PVC sheathed cable 1596 (g) Starter for tube light 2215 (h) Fluorescent lamps 2418 (Part-I) (j) Aluminium stranded conductor 398 (Part-I &II) (k) Switch gears 2208 (l) HRC cartridge fuse links upto 650 volts 9924 (Part-II) (m) Porcelain insulators for overhead power lines 731 (n) MCB 8828

NOTE: Items listed above shall be ISI marked whether specifically mentioned or not elsewhere. ________________________________ (SIGNATURE OF THE CONTRACTOR) AGE (Contracts) for ACCEPTING OFFICER

Page 53: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 79

APPENDIX `B‘ TO PARTICULAR SPECIFICATIONS

NAMES/MANUFACTURERS OF EQUIPMENTS/MATERIALS

SrlNo.

DESCRIPTION OF ITEM

NAME OF FIRMS BRAND

1 2 3 4

1. Synthetic enamel paint Asian Paints, Nariman point, PB no. 11801 Bombay

APCOLITE

Shalimar Paints, 13 Camac street Calcutta-700017

SUPERLAC

Goodlass Nerolac Paint Ltd., PB No.163322, Nerolac House, Power parel Bombay-400013

NEROLAC

Jenson & Nicolson Paint Ltd. BOROLAC

Berger Paints industrial Ltd., 32, Chowringhee Road Calcutta-700071

LUXOL

ICI Ltd. Division, ICI House, 34 Chowringhee Road Calcutta-700071

DULUX

Akzo Nobel Dulux Super Gloss 5in One , Dulux Glass

2. Oil Bound Distemper Shalimar Paints DURADO Asian Paints TRACTOR

Goodlass Nerolac Paint Ltd NEROLAC

Berger Paints industrial Ltd. BISON

Akzo Nobel NOBEL (MAGIK)

3. Plastic Emulsion Paint Asian Paints POYALE/ APCOLITE ADVANCE

Berger Paints industrial Ltd. Silk Rangoli/easy clean

Goodlass Nerolac Paint Ltd. Impression ecoclean, Impression 24 carat

Akzo Nobel Velvet touch

Jenson & Nicolson Paint Ltd. Equivalent

Shalimar Paints Equivalent

4. Exterior Paint acrylic emulsion

ASIAN PAINTS APEX ULTIMA

BERGER PAINTS WEATHER COAT

ICI PAINTS WEATHER SHIELD

NAROLAC PAINTS EXCEL Akzo Nobel Weather shield max

5. Cement Base Paint DUROCEM ,SUPER SNOWCEM, SUPER POWERCEM, ACROCEM,BIRLA

6. Vitrified/Non Skid Ceramic/Glazed Tiles

SOMANY, KAJARIA, ORIENT, REDSUN, ASIAN, NITCO, BELL, EURO, SPATEK, NAVEEN, MARVITO,JOHNSON

Page 54: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 80

APPENDIX `B‘ TO PARTICULAR SPECIFICATIONS (CONTD…)

NAMES/MANUFACTURERS OF EQUIPMENTS/MATERIALS

SrlNo.

DESCRIPTION OF ITEM

NAME OF FIRMS BRAND

1 2 3 4

7. Terrazzo Tiles, Plain or chequered cement concrete tiles, interlocking concrete paver blocks

NITCO New Delhi, NTC Panchkula, REDSUN Panchkula, Methab Indore, Jain Concrete Block Co Jalandhar.

8. Sheet /Plain /Pin head/figured glass

SAINT GOBAIN /MODI GUARD/ATUL/AIS

9. Iron & Aluminium Mongry, Builder‘s hardware

ISI Marked as approved by GE

10. PVC/UPVC Door frames and shutters etc

SINTEX/ RAJSHREE/FIXOPAN/ACCUCEL/FENESTA/POLY WINDOWS/ACCURA POLYTECH

11. Drapory rods Vista Levalor

12. Looking Morror SAINT GOBAIN/MODI FLOAT/TRIVENI FLOAT GLASS/CROWN/PRAYAG POLYMERS

13. PVC/PTMT plumbing & sanitary items

PRAYAG/POLYTUF/SHAKTI

14. Fiber Cement/Ridges CHARMINAR/ UPPAL/EVEREST

15. Gypsum Board False ceiling

Armstrong/India Gypsum/Lafarge

16. Bib taps/stop cocks/Ball valves/pillar cocks/gate valves and bathrooms sanitary fittings (Metallic)

JINDAL/ PRAKASH & C0/GMT/GEM/PARKO/SOMA/ MARC/ANCHOR/NETA/JAQUAR/DRIPLESS FAUCETS /LEADER/HIND TRADING CO/ESS ESS/ONIDA/SILVERSHINE.

17. Sanitary appliance and fittings (Vitreous China sanitary ware/PVC)

CERA(First Quality) / HINDUSTAN (First Quality) PARRYWARE(Superfine) / NEYCER(Standard) / Hindware(First Quality)

18. PVC Flushing Cistern IS:774-1984 COMMANDER/PARRYWARE/JOHNSON/JAQUAR/HINDUSTASN/MILENIUM/PRAYAG

19. Stainless steel Kitchen Sink/ Platrack

JAYANA/NIRALI/NEEKANTH/PRAYAG/BLUESTAR(SILVER SHINE)/ DIAMOND/KOBRA/ALLEX

20. Bathroom cabinet with looking mirror

COMMANDER/PARRYWARE/JOHNSON PEDDER/PRAYAG/ SUPREME

21. PVC/HDPE water storage tanks

SINTEX/FUSION/FROUNTIER//LOTUS/ POLYCON/SHEETAL/DIPLAST/SSPI/POLYWELL

22. Polythene Film ARUN MANUFACTURING SERVICES (P) LTD. CLIMAX SYNTHETICS PVT. LTD. BAG POLY INTERNATIONAL PVT LTD

23. Aluminium section for doors and windows and partitions

JINDAL/VINDAL/INDAL

24. Aluminium Composite Panels ALCOBOND/ALSTRONG/ALCAD

Page 55: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 81

APPENDIX `B‘ TO PARTICULAR SPECIFICATIONS (CONTD…)

NAMES/MANUFACTURERS OF EQUIPMENTS/MATERIALS

SrlNo.

DESCRIPTION OF ITEM

NAME OF FIRMS BRAND

1 2 3 4

25. Particle board (Veneered & unveneered Laminated

KITPLY/ NOVAPAN/NOVATEAK/DURA BOARD/BHUTAN BOARD/NUWOOD/MYSORE/NEPAL/ARMSTRONG/GREEN PLY/ARCHID/NOVAPAN/MERINOVA/ECOBOARD

26. Plywood for General Purpose ASSAM VALLEY /KITPLY/SWASTIK/DURA/BHUTAN BOARD/NUWOOD/ARCHID/GREEN PLY/

27. Decorative laminaties FORMICA/SUNGLOSS/BHUTAN BOARD/RAM MICA/ ANCHOR/ARCHID

28. GI pipes JINDAL/PARKASHSURYA/TATA/OSWAL/BST/ZEINTH/ADVANCE STEEL TUBES/SWASTIK/NIDHI/

29. APP Modified polymeric Membrane STP/BENGAL BITUMEN/TORCHTAR/MODERN BITUMODE/TEXSA INDIA/IWL

30. False ceiling Gypboard,Armstrong, Anchorlam, Anchor, Bhutan Board, Duratuff, Aerolite, Everest, Bhutan Board.

32 Electrical light fittings

JAMCO, PRAKASH, ARUN,

33 Switches, socket outlets, ceiling roses, lamp holder, fan regulators (Ordinary and modular).

ANCHOR, FINE, LEADER, C&S, SIEMENS, ABB,SCHNEIDER, CONA, SSK, LEGRAND, HAVELLS, PLAZA. 34 Sheet metal enclosure / Distribution

boards/switch fuses / MCB / Isolator/MCCB/ELCB/RCCB

INDO ASIAN , STANDARD , CRYSTAL , HPL , HAVELLS , LEGRAND , SCHNIDER , L&T, ABB, BENLO BBBBENLOSIEMNS, C&S, GE, BCH 35 PVC conduit.

ATLAS , SUPREME , KALINGA , AKG , FINOLEX , BLUESTAR , POLYPLAST

36 Steel conduit.

BEC, VIMCO,

37 Regulator electronic type

ANCHOR, FINE, LEADER, C&S, SIEMENS, ABB,SCHNEIDER, CONA, SSK, LEGRAND, HAVELLS, PLAZA. 38 Laminated sheet.

HYLUM, ANCHOR, FORMICA

39 Electric buzzer bell

ANCHOR, FINE , LEADER, CONA, SSK

40 LT PVC, XLPE cables

ICL, UNIVERSAL, L&T, PLAZA, CCI, HAVELLS, POLYCAB, GLOSTER, NICCO , FINOLEX , RPG, ASIAN, KALINGA, GRANDLAY, ALCON, PARAGON, WINDSOR, GEMSCAB, SPEAR (CABCOM)

41 Street, Domestic, Commercial light fittings. Box type.

PHILIPS, CROMPTON GREAVES, BAJAJ, GE, WIPRO, HAVELLS, LEGERO

42 CFL Fittings, ballasts & CFL Lamps/luminares

PHILIPS, CROMPTON GREAVES, BAJAJ, GE, WIPRO, HAVELLS, OSRAM

43 Ceiling Fans, Exhaust/wall mounted fans / Air circulators.

CROMPTON, KHAITAN, BAJAJ,USHA, ORIENT, POLAR, GEC,HAVELLS,ALMONARD

44 Ballasts (electronic/ copper wound)/ parts suitable for CFL/MH/FTL/ BOX type fittings etc.

PHILIPS, CROMPTON GREAVES, GE, WIPRO, HAVELLS.

Page 56: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 82

NOTES: 1. Makes specified in Schedule ‘A’ shall only be provided when makes are mentioned in Sch ‘A’. 2. Makes specified in Particular Specification Section-II shall be provided only when no makes are

specified in Schedule ‘A’.

3. Makes specified in this Appendix ‘B’ shall be provided only when no makes are mentioned in Schedule ‘A’ and Particular Specifications Section-II.

4. Whether or not specified all fittings and items whichever available shall be ISI marked. Equivalency among makes shall be recommended by EIC and approved by GE keeping in view price, specifications, model, brand, Catelogue part, market trend and all other factors etc.

________________________________ (SIGNATURE OF THE CONTRACTOR) AGE (Contracts) for ACCEPTING OFFICER

Page 57: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No 83

APPENDIX `C‘ TO PARTICULAR SPECIFICATIONS

SOURCE OF MATERIALS

Ser No

MATERIAL

NAMES/SOURCE OF MATERIALS

1 2 3

1. Sand for plastering/pointing and mortar

for masonry.

Nasrala sand mixed with coarse sand from Chandigarh/Pathankot to achieve grading.

2. Sand for plain concrete, and coarse sand for reinforced concrete

Pathankot./ Chandigarh

3. Sand for filling under floor.

Beas sand.

4. Coarse aggregate for plain and reinforced concrete.

Crushed stone aggregate cut of boulders from Chaki river near Pathankot/ Chandigarh.

5. Aggregate for soling and WBM Broken stone aggregate from Pathankot/ Chandigarh.

6. Hard Core Broken stone aggregate from Pathankot/ Chandigarh.

7. Bricks/Brick tiles Local sub class `B‘ old size, best available as specified.

NOTE: - The source of materials shall be as given in Column 3 above or in vicinity thereof. The tenderer shall ascertain the actual position/exact location of source before submitting his tender. The contractor shall be deemed to have ascertain the location/actual position of the source whether actually be ascertained the availability and its distance from the site of work or not and no claim shall be entertained on this account for any reasons whatsoever and all taxes and all levies and royalty etc. shall be borne by the contractor.

_______________________________ AGE (Contracts) SIGNATURE OF THE CONTRACTOR for Accepting Officer DATED______________________

Page 58: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 84

APPENDIX ‗D‘ TO PARTICULAR SPECIFICATIONS MATERIALS AND THEIR TESTS

NOTES 1. The materials listed in Appendix ‗D‘ shall be tested as per the frequency indicated therein.

2. It is mandatory for the Contractor to set up his own Site Lab.

3. Out of the tests carried out in Contractor‘s own Site Lab, a percentage/selected checks as decided by the Accepting Officer, shall be got done independently in the Zonal/Govt approved lab, the expenditure for which shall be borne by the department. 4. Level of testing shown under Col 6 as ‗A‘, ‗B‘, ‗C‘ are defined as under:-

Level ‘A’ : (a) ―Site Lab‖ means own site lab established by Contractor at the

work site for such tests. This lab shall house all the facilities including T&P, machinery, equipment, manpower etc. required for conducting tests. This lab shall be operative for the entire duration of the contract till its completion. Tests shall be carried out in the presence of Engineer-in-Charge.

(b) Records shall be maintained at work site. These test results shall be signed by Contractor or his authorised representative and Engineer-in-Charge.

(c) Within 15 days of placement of work order No. 1, Site Lab shall be established and this fact alongwith the particulars of the technical representative of the Contractor responsible for the Site Lab, shall be reported by the Contractor to GE in writing who will verify the facts and satisfy himself of the facilities provided and the particulars of the technical representative of the Contractor. Thereafter, GE shall issue a certificate to this effect in writing listing out equipment, particulars etc. of each material test. Only after issue of this certificate by GE, the tests shall be carried out and materials so approved shall be incorporated in the work.

(d) Manpower, material and infrastructure like electricity, water etc. required for conducting these tests shall be provided by the Contractor.

(e) Tenderer is deemed to cater for the above provisions in his quoted lump sum.

(f) Remedial measures, if any, required to achieve/obtain desired results for each test shall be taken promptly by the Contractor.

Page 59: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 85

APPENDIX ‗D‘ TO PARTICULAR SPECIFICATIONS (CONTD…) MATERIALS AND THEIR TESTS

NOTES (CONTD…)

(g) In case during any point of time, Contractor fails to adhere to the

laid down frequency of the tests due to non availability of the required facilities in his site lab, the tests shall be carried out in Departmental Laboratories, in which case the testing charges as in Appendix ‗D‘ shall be levied. However, in case the testing facilities are not available in departmental laboratories, the tests shall be required to be conducted in National Test House/SEMT, CME Pune/Engineering College Labs or any other Government approved lab and the actual charges as levied by these test houses/labs shall have to be paid by the contractor without any extra cost to the department. Whether the testing facilities exist in Contractor‘s Site Lab, Departmental Laboratories or not shall be decided by the GE, whose decision shall be final and binding. All facilities for tests including conveyance/labour etc. shall also be borne by the contractor without any extra cost to the department. Contractor‘s quoted lump sum is deemed to include for this eventuality and nothing extra shall be payable to the Contractor. No extension of time shall be admissible on this account.

(h) However, in case GE in his opinion, considers that Contractor is purposely not adhering to the laid down frequencies of the tests, he shall reserve the right to deduct penal recovery which shall be double the rates of tests indicated in Appendix ‗D‘. However, besides effecting penal recovery for non-compliance of contractual testing frequency, for adhering to quality control norms of testing, simultaneously GE will get tests done from Zonal Lab as per laid down frequency and necessary testing charges shall be recovered from running bills. In case facilities are not available to conduct test in Zonal Lab, then GE will get them tested from any other source and necessary testing charges paid by GE shall be debited to the running payments of the Contractor. GE‘s decision shall be final and binding on recoveries.

(j) No charges shall be recovered from the Contractor for tests carried out in his Site Lab.

Level ‘B’ & ‗C‘

: The Test charges mentioned under column 7 of Appendix ‗D‘ are the charges to be paid by the contractors in case the tests are conducted in departmental laboratories and the tendered lump sum shall deemed inclusive of the same. However, in case the testing facilities are not available in departmental laboratories, the tests shall be required to be conducted in National Test House/SEMT, CME Pune/Engineering College Labs or any other Government approved lab and the actual charges as levied by these test houses/labs shall have to be paid by the contractor without any extra cost to the department. Whether the testing facilities exist in departmental laboratories or not shall be decided by the GE, whose decision shall be final and binding. All facilities for tests including conveyance/labour etc. shall also be borne by the contractor without any extra cost to the department.

Page 60: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 86 APPENDIX `D' TO PARTICULAR SPECIFICATIONS

MATERIALS AND THEIR TESTS

Ser. No.

Materials Test Method of Testing Frequency of Tests

Level of Tests

Rate per Test in Rs.

Remarks

1 2 3 4 5 6 7 8

1 Bricks (i) Compressive

Strength. (ii) Water Absorption. (iii) Efflorescence

IS :3495 (Part-II)

-do-

IS-3495 (Part-I)

As per IS : 5454 as given under :- `A' 180/- Checks for visual and dimensional characteristics shall also be carried out as per IS : 5454

Lot size Sample size Permissible No. of defective bricks.

1001 to 5 0 10000

`A' 150/-

10001 to 10 0 35000

`A' 180/-

35001 to 15 1 50000

2 Coarse aggregate

(i) Sieve analysis IS :2386 (Part-I)

One test for every 16 Cu.m of aggregate or part thereof brought to site.

`A‘ 120/- LEGEND A - SITE LAB B - ZONAL LAB C - NATIONAL TEST

HOUSE/SEMT Wing Pune/Engg College.

(ii) Flakiness Index

-do- -do- `A' 90/-

(iii) Estimation of deleterious materials

IS-2386 (Part-I)

One test for every 100 Cu.m of aggregate or part thereof brought to site.

`A' 120/-

(iv) Organic impurities -do- One test per source of supply `C' 120/- (v) Moisture Contents -do- (Part-II) Regularly as required. `A' 120/-

(vi) Specific gravity -do- One test per each source of supply `B' 120/-

(vii) Abrasion value and impact value

IS : 2386 (Part - IV)

One test for 16 cum of aggregate or part thereof.

`B' 180/-

Page 61: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 87 APPENDIX `D' TO PARTICULAR SPECIFICATIONS (Contd…)

1 2 3 4 5 6 7 8

3 Fine Aggregate (i) Sieve Analysis IS : 2386 (Part - I)

One test for every 15 Cu.m of fine aggregate or part when brought to site

`A' 180/-

(ii) Test for clay, silt and impurities

-do-(Part-I) -do- `A' 90/-

(iii) Specific Gravity -do- (Part-II)

One for each source of supply `B' 180/-

(iv) Moisture Contents -do- (Part-II)

Regularly as required subject to two tests/day when being used

`A' 180/-

(v) Test for organic impurities

-do- (Part-II)

One test for each source of supply

`C' 180/-

4 Cement (i) Setting time IS : 4031 - 63

Once for each consignment or as and when required

`B' 210/-

(ii) Soundness

-do- -do- `C' 140/-

(iii) Compressive strength

-do- -do- `B' 420/-

(iv) Fineness -do- -do- `C' 140/-

(v) Consistency Test -do- -do-

`C' 140/

5 Structural Concrete (M-15 Grade & above).

(i) Slump test or compacting factor test or vee-bee time

IS : 1199 The minimum frequency of sampling of concrete of each grade shall be as under:-

`A‘ 180/- Random sampling shall be carried out to cover all missing units.

Qty of Concrete in the work No. of Samples

(ii) Compressive Strength

IS : 516 1-5 cum 1 6-15 cum 2 16-30 cum 3 31-50 cum 4 51 cum & above 4+1 for each addl 50 Cu.m or part thereof.

`A‘ 120/- As per IS:456 clause 14 for frequency of sample

Page 62: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 88 APPENDIX `D' TO PARTICULAR SPECIFICATIONS (Contd…)

1 2 3 4 5 6 7 8

6 (a) PCC block for walling (Hollow block)

(i) Compressive strength IS : 2156-1984 (Appx`B‘)

8 block out of 14 `A‘ 60/- Sample: 14 blocks from consignment of every 5000 blocks or part thereof.

(ii) Water absorption

-do- 3 block out of 14 `B‘ 120/-

(iii) Density -do- (Appx`A‘)

3 blocks out of 14

`B‘ 90/-

(b) PCC solid block for walling

(i) Compressive strength IS : 2185 12 blocks out of 18 `A‘ 60/- Sample: 18 blocks from consignment of every 1000 blocks or part thereof. These blocks to be checked for dimension and weight.

(ii) Water absorption -do- 3 block out of 18 `B‘ 120/- (iii) Density -do- 3 blocks out of 18 `B‘

120/-

7 Cement Flooring tiles/ Terrazo tiles

(i) Water absorption

IS : 1237 (Appx`D‘)

6 tiles out of 18 `B‘

180/- Sample of 18 tiles from each source of supply selected at random. (ii) Wet transverse strength IS : 1237

(Appx`E‘) 6 tiles out of 18 `B‘ 144/-

(iii) Resistance to wear IS : 1237 (Appx`F‘)

6 tiles out of 18 `C‘ 540/-

8 Burnt clay roofing tiles (Hand made) as per IS:2690 (Part-II)

(i) Water absorption

IS : 3495 (Part-II)

6 tiles out of 12 `B‘ 216/- 12 tiles from each source of supply selected at random

(ii) Compressive strength -do- (Part-I)

6 tiles out of 12 `A‘ 180/-

Length : 150-250 mm Width : 100-200 mm Thickness : 35-50 mm

9 Mangalore Pattern roofing tiles

(i) Water absorption

IS : 654 (Appx`A‘)

6 tiles out of 32 `B‘ 180/- 32 tiles from each consignment of 3000 tiles or part thereof. These tiles shall be checked for dimension and weight.

(ii) Breaking Load -do- (Appx`C‘)

6 tiles out of 32 `B‘ 120/-

Page 63: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 89 APPENDIX `D' TO PARTICULAR SPECIFICATIONS (Contd…)

1 2 3 4 5 6 7 8

10 Timber (i) Specific gravity and weight IS:1708-1960

Minimum 3 samples from a lot of 4 Cu.m or 250 pieces of seasoned timber

`B‘ 120/-

(ii) Moisture content

-do- -do- `A‘ 120/-

11 Water for construction purposes

(i) Test for Acidity IS:456 and 3015

Once at the stage of approval of source of water.

`B‘ 240/- 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/-

(iii) Test for solid contents

-do- -do- `C‘ 300/-

12 Welding of steel work

Visual inspection test IS-822-1970 clause 7.1

100% by visual inspection Work site 360/- Specialised tests their method & frequency to be decided on consideration of their importance by the Accepting Officer.

13 Timber panelled and glazed door/ window and shutters including factory made shutters.

(a) Dimensions, sizes, workmanship and finish.

IS: 1003-1977 (Part-I)

Frequency of sampling for each lot shall be as under :-

Lot Size

Sample Size

`A‘ 180/-

26 to 50 5

51 to 100 8

101 to 150 13

151 to 300 20

301 to 500 32

501 to 1000 50

1001 and above 80

(b) Strength Test

(i) Slamming IS:1303-1990

(ii) Impact indentation -do- From each lot 5% of the factory made shutters shall be tested for strength tests.

Manufacturer

(iii) Shock resistance -do-

(iv) Edge loading. (v) Moisture Content (vi) ASCU treatment. (vii) Gluing of joints

-do- -do- -do- -do-

Page 64: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W)-20/18-19 Serial Page No. 90 APPENDIX `D' TO PARTICULAR SPECIFICATIONS (Contd…)

1 2 3 4 5 6 7 8

14 Plywood (IS:303-1989)

(a) Moisture Content IS:1734-1983 (Part-I)

Six test pieces cut from each of the boards selected as per table I shall be subjected to tests.

`B‘ 240/0 Sampling shall be as per IS-7835-1975 tables.

15 Veneered Particle Board (Medium density) IS:3097-1985

(a) Density IS:635 (Part-I)

Three test specimens from each sample (size 150 mm x 75 mm).

`C‘ 60/- Sampling shall be as per IS:3487-83 with moisture meter .

(b) Moisture content -do- -do- `A‘ & `B 60/-

(c ) Water absorption -do-

(Part-16)

-do- but sample size 300 mm x

300 mm

`A‘ 60/-

(d) Swelling due to surface absorption

-do-

(Part-17)

-do- but sample size 125 mm x

100 mm

`A‘ 60/-

(e) Swelling in Water -do- -do- but sample size 200 mm x

100 mm

`A‘ 60/-

(f) Modulus of rupture -do-

(Part-4)

Three test specimens as per

IS:2380-77

`B‘ 90/-

(g) Screw withdrawl strength

-do-

(Part-4)

-do- as per IS:2385 `C‘ 120/-

SIGNATURE OF THE CONTRACTOR AGE (Contracts) DATED:____________________ for ACCEPTING OFFICER

Page 65: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 91 APPENDIX ‗E‘ TO PARTICULAR SPECIFICATIONS

CEMENT SUPPLY & ACCEPTANCE REGISTER

1. CA No & Name of Work. _________________________________________________________

2. Control No _____________________________________________________________________

3. Name of Manufacture/Brand Name/Gde of Cement (a) Manufacture _______ (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 approval Lab/Engg College)

(b) Chemical test report from _______ vide their letter No _______________ (Name of approval Lab/Engg College)

7. Details Of Physical & Chemical properties :-

Physical Requirements (As per IS-4031) Chemical Requirements (as per IS-4032)

Sp

ecific

Su

rface

Are

a (

M2/K

g)

So

un

dn

ess b

y L

e

Ch

ate

llar

So

un

dn

ess b

y

Au

to C

lave

Initia

l S

ett

ing T

ime

(Min

ute

s)

Fin

al S

ett

ing T

ime

(Min

ute

s)

Compressive Strengths (MPA)

Tem

p d

urin

g

testing

0C

Sta

nd

ard

Co

nsis

tency (

%)

Lim

e S

atu

ration

Ra

tio (

Ra

tio)

Aclu

min

a iro

n

Ra

tio (

Ra

tio)

Insolu

ble

Resd

ue

(%)

Ma

gn

esiu

m (

%)

Su

lphu

ric

An

hyd

ride

(%

)

Loss o

n ig

nitio

n

(%)

Alk

aile

s (

%)

Ch

loride

s (

%)

03 D

ays

07 D

ays

28 D

ays

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19

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 BSO/Inspecting Officer/CWE

Signature of Contractor AGE (Contracts) For ACCEPTING OFFICER

Page 66: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 92

Appendix ‗F‘

STEEL SUPPLY & ACCEPTANCE FORM

1. CA No. & Name of work. 2. Control No 3. Name of Manufacturer‘s TC No. 4. Manufacturer 5. Randon Test Details (a) Physical test report from_________ vide their letter No._________________________________ ( Name of approv Lab/Engg College) (b) Chemical test report from_________ vide their letter No._________________________________ ( Name of approval Lab/Engg College 6. Types of steel, Dia & Qty (a) type : TMT/CRS (b) Dia –---------mm (c) Actual Wt_______ MT (d) Conversion wt_____ MT :

Srl No.

Particulars Chemical Test Mechanical Test

Carbon %

Sulphur%

Phosph-

Orous%

Manganese

%

Silicon%

Corrosion resistant element

Wt per

Metre

Stress (N/mm²)

0.2% proof

Tensile strength (N/mm²)

Elongation %

Bend

test

Rebend Test

Remark

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

1 AS per IS 1786

2 As per manufacture‘s test certificate

3 As per independent test

Remarks with Signature Accepted/Rejected

Contractor Junior Engineer Engineer-in-Charge Garrison Engineer

Remarks of BOO/Inspecting Officer/CWE

_________________________________ AGE (Contracts) (SIGNATURE OF THE CONTRACTOR) for Accepting Officer

Page 67: MILITARY ENGINEER SERVICES - Amazon AWS

CA No.GE/JAL(W) -20/18-19 Serial Page No. 93 to 144

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

FOR ITEM RATE CONTRACTS (IAFW-1779A)

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

It is hereby further agreed and declared by me/us, that the MES General Conditions of Contracts (IAFW-2249: Print - 1989) including Condition 70 thereof pertaining to settlement of disputes by Arbitration containing 33 pages (Serial page Nos 93 to 125) with errata 1 to 20 and Amendment Nos.1 to 40 (Serial page Nos. 126 to 144) form part of these tender documents. _______________________________ (SIGNATURE OF THE CONTRACTOR) AGE (Contracts) FOR ACCEPTING OFFICER

_____________________________________________________________________

CA No. GE/JAL (W) -20/18-19 Serial Page No. 145 to 154

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the "Schedule of Minimum Fair Wages" (SMFW) as published vide Government of India Notification dated *10 Mar 92 (Revised upto date) comprising 10 pages, form part of these tender documents.

My/Our signature hereunder amounts to my/our having read and understood the provisions contained therein and I/We agree that I/We shall abide by the same and that aforesaid documents form part of this tender. NOTE: "Schedule of Minimum Fair Wages" referred to above is available for reference, in any

MES Office at Jalandhar Cantt" _______________________________ (SIGNATURE OF THE CONTRACTOR) AGE (Contracts) FOR ACCEPTING OFFICER