You are on page 1of 70

CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES

NAME OF WORK Name of Work : REPAIRS/RENOVATION TO BLDG No.205 AND 20/21,


REPAIRS TO FLOORING OF BUILDING No.31 & 161, REPAIRS TO
NEUTRALISATION TANK No.03 NEAR BLDG No.224 ,SPECIAL
REPAIRS TO WATERPROOFING OF BLDG No.P-400 AT QAE(ME),
PROVISION OF SCOOTER SHED FOR 10 SCOOTERS WITH
HARDSTANDING AT QAE(ME) AND PROVISION OF 06 ALUMINIUM
WINDOWS IN LABORATORY BUILDING AT QAE(ME) AT HEF KIRKEE
TENDER ID 2020_MES_341894_4

CONTENTS

Ser Particulars Page Nos


No
1. Contents 01

2. Forwarding letter including instructions 02 to 10

3. Notice of tender IAFW-2162 (Rev 1960) and Appendix ‘A’ to Notice 11 to 19


of Tender
4. Tender and item rate contract for works required under 20 to 43
IAFW-1779 A (Revised 1955)

5. General Conditions of contracts IAFW-2249 (1989 Print) together with 44 to 110


amendments and errata thereto and schedule of minimum fair wages.

6. Special Conditions 111 to 118

7. Particular specifications including list of drawing 119 to 155

8. Errata and amendments to tender documents

9. Relevant Correspondence

10. Acceptance letter

Total Pages

Number of drawings: NIL sheets

SIGNATURE OF CONTRACTOR AGE (CONTRACTS)


DATED : FOR ACCEPTING OFFICER
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 2

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


Tele . Civ . 29702478 Garrison Engineer (I) (P)Fy
Kirkee, Pune - 411 003

8613 / /E8 21Sep 2020

M/S----------------------------

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

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

NAME OF WORK : Name of Work : REPAIRS/RENOVATION TO BLDG No.205 AND


20/21, REPAIRS TO FLOORING OF BUILDING No.31 & 161,
REPAIRS TO NEUTRALISATION TANK No.03 NEAR BLDG No.224
,SPECIAL REPAIRS TO WATERPROOFING OF BLDG No.P-400 AT
QAE(ME), PROVISION OF SCOOTER SHED FOR 10 SCOOTERS
WITH HARDSTANDING AT QAE(ME) AND PROVISION OF 06
ALUMINIUM WINDOWS IN LABORATORY BUILDING AT QAE(ME)
AT HEF KIRKEE

Dear Sir(s),
1. Tender documents in r e s p e c t of above work are uploaded on the site
https://defproc.gov.in. The tender is on single stage two cover e-tendering system. The
contents o f Cover I & Cover II are specified i n NOTICE OF TENDER.

2. Bids will be received online by ACCEPTING OFFICER upto the date and time
mentioned in the NOTICE INVITING TENDER (NIT). No tender lbid will be received in
physical form and any tender/bid received in such manner will be treated as non bonafide
tender/bid.

3. Bid will be opened on due date and time fixed for opening in the presence of
tenderers/bidders or their authorised representatives, who have uploaded their quotation bid and
who wish to be present at the time of opening the bids.

4. Your attention is also drawn to instruction on filling and submission of tender


attached herewith. You may forward your points on tender documents and/or depute your
technical representative for discussion on tender/ drawings and to clarify doubts, if any, on or
before seek clarification end date. You are requested not to write piece meal points and forward
your points duly consolidated before due date viz seek clarification end date .

5. Unenlisted contractors are required to submit the scanned copies (in pdf file) of documents
required as per eligibility criteria mentioned in instructions for filling the tender documents and Appendix
'A' to NIT alongwith EARNEST MONEY DEPOSIT (EMD) and tender fee on https://defproc.gov.in.
portal and submit the physical documents in the office of The Garrison Engineer (I) (P) Fy Kirkee, 8 Engine
House Road, Ordnance Estate, Kirkee, Pune-411003 within time limit specified in NIT.
Inadequacy/deficiency of documents s h a l l make the bid liable for rejection resulting in disqualification
for opening of finance bid.

6. Contractor having not executed standing security bond and standing security deposit in any MES
formation shall upload scanned copy of EARNEST MONEY DEPOSIT (EM D) mentioned in Notice of
Tender and shall ensure receipt of hard copy of EMD in the office of tender issuing authority before date
& time fixed for this purpose. In case of failure to abide by any of these two requirements, the finance bid will not be
opened.
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 3

7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee
and such other documents as mentioned in Appx A' to NIT on https://defproc.gov.in. portal and submit
physical documents in the office of The Garrison Engineer (I) (P) Fy Kirkee, 8 Engine House Road, Ordnance
Estate, Kirkee, Pune-411003 before date & time fixed for this purpose.

8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as the
Accepting Officer will take no cognizance of any quotations/offer received in any other electronic or
physical form like email/fax/by hand/ through post from tenderer/bidder even if they are received
in time.

9. In view of delays due to system failure or other communication related failures, it is


suggested that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due
date and time fixed.

10. General Conditions of Contracts (IAFW-2249) (1989 Print) and errata and
amendments thereto, Schedule of minimum fair wages and MES SSR (Part -I and Part -II) are
not enclosed with these documents. These are available for perusal in this office as well as other
MES offices.

11. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION,


SPECIFICATIONS LAID DOWN IN THE TENDER DOCUMENTS OR ANY NEW
CONDITION, WHATSOEVER, IS LIABLE TO BE REJECTED.

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

13. As per Govt of India Ministry of Finance Department of Revenue, Central board of Excise and
Customs notification, GOODS AND SERVICE TAX has come into force with effect from 01 Jul 2017. A
copy of GST registration certificate issued by the concerned authority shall be uploaded in the technical
bid Cover -1. Contractor not in possession of this document shall be disqualified in ‘T’ bid evaluation and
his finance bid shall not be opened. It is expressed condition of this contract that Goods and Service Tax
shall be payable by the contractor. No claim whatsoever arising at a later date shall be admitted by the
Govt on this account.

14. In case a bidder disqualified in the technical bid being ‘below class’ gets upgraded to the qualifying
class before financial bid opening time, their financial bid shall be opened by amending the technical
evaluation Summary. On the other hand if a bidder has been qualified in technical evaluation but gets
downgraded before financial bid opening the financial bid of the bidder shall not be opened and they will
be intimated the decision to enable the firm to represent to next higher Engineer authority.

Yours faithfully

SIGNATURE OF CONTRACTOR AGE (CONTRACTS)


DATED : FOR ACCEPTING OFFICER
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 4

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

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF E-TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR

1. EARNEST MONEY DEPOSIT (EMD)

Contractor(s) who are not enlisted with MES/who are enlisted but have not executed the Standing
Security Bond shall submit Earnest Money Deposit as detailed in Notice of Tender in one of the following
forms, alongwith their tender/bid :-
(a) Deposit at Call Receipt from a Scheduled Bank in favour of Garrison
Engineer/CCE concerned
(b) Receipted Treasury Challan, the amount being credited to the Revenue Deposit of
Garrison Engineer / CCE.
It is advisable that Earnest Money is deposited in the form of deposit call receipt from an approved
Schedule Bank for easy refund. In case the tenderer/bidder wants to lodge 'EARNEST MONEY
DEPOSIT' in any other form allowed by MES, a confirmation about its acceptability will be obtained
from the Accepting Officer well in advance of the bid' submission end date and time. Earnest
Money Deposit shall be submitted in the name of concerned GE.

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

2. PERFORMANCE SECURITY

2.1 Within 28 days of receipt of the Letter of Acceptance from the Accepting Officer, the successful contractor
shall deliver to the Accepting Officer a Performance Security in any of the forms given below for an amount equivalent
to 5% of the contract sum in favour of Accepting Officer. Work order No.01 to commence the work shall be placed only
after submission of performance Security of adequate value as notified. In case a fixed deposit receipt of any Bank is
furnished by the Government as part of the Performance Guarantee and the bank is unable to make payments against
the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the contractor shall forthwith on
demand furnish Additional Security to the government to make good the deficit’

(a) A Bank Guarantee in the prescribed manner detailed hereinafter.


(b) Government Securities, FDR or any other Government Instruments.

2.2 If the performance security is provided by the successful Contractor in the form of a Bank Guarantee, it shall
be issued by Nationalized/Scheduled Indian Bank but its confirmation shall be done only from the Head Office of the
Bank.

2.3 Failure of the successful contractor to comply with the requirements of sub-clause 2.1 shall constitute
sufficient grounds for cancellation of the award of work and forfeiture of the Earnest Money. In case of MES enlisted
contractor amount equal to the Earnest Money stipulated in the Notice Inviting Tender shall be notified to the
contractor referred above for depositing the amount through MRO. Issue of tender to such contractor shall remain
suspended till the aforesaid amount equal to the Earnest Money is deposited in Government Treasury.

2.4 All compensation or other sums of money payable by the contractor to the Government under the terms of this
contract or under any other contract with Government may be deducted from, or paid by the sale of a sufficient part of
the Performing Security or from the interest arising there from or from any sums which may be due or become due to
the contractor by the Government on any account whatsoever and in the event of his Performance Security being
reduced by reason of any such deduction, or sale as aforesaid, the contractor shall within ten days thereafter make
good in cash or securities, endorsed as aforesaid. any sum or sums which may have been deducted from or realized
by the sale of his Performance Security or any part thereof.
Government shall not be responsible for any loss of securities or any depreciation in the value of securities while in
their charge nor for loss of interest thereon.

2.5 In the event of contract being cancelled under condition 26, 27 & 28 of General Conditions of Contract, the
Performance Security shall be forfeited in full and shall be credited into Consolidated Fund of India.”
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 5

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF E-TENDER DOCUMENTS TO BE COMPLIED WITH BY


THE CONTRACTOR

2.6 BANK GUARANTEE BOND AGAINST PERFORMANCE SECURITY

2.6.1 If the Performance Security is provided by the successful contractor in the form of a Bank Guarantee, it shall be
issued by Nationalized/Scheduled Indian Bank but its confirmation shall be done only from the Head office of the Bank.
The contractor shall give full amount of performance security in any one of the forms mentioned in Para 2.1 (a) & (b)
above as desired.

2.6.2 Form for Bank Guarantee Bond against Performance Security Deposit shall be as Appendix A hereinafter.

2.6.3 The period of validity of the Bank Guarantee Bond against Performance Security shall be up be initially valid upto
the stipulated date of expiry of Defects Liability Period plus minimum 60 days beyond that. In case final bill is not paid
during this period, the contractor shall get the validity of Performance guarantee extended to cover such enlarged time
required for payment of final bill.

2.6.4 In case at a later stage, on account of delay in completion of work or due to any other reason, it is considered
that the validity date stipulated in the Bank Guarantee against Performance Security should be extended, then the
contractor on receipt of directions from the Accepting Officer of the contract shall get the validity extended before the
date of validity expires. If the contractor fails to do so, the Bank Guarantee shall be encashed before expiry.
Accepting Officer shall issue notice to the contractor to get the validity of Performance security
instrument(BGB/FD) extended suitably two months before the expiry of the validity. In case extension is not received
four weeks before the expiry of validity of financial instrument, necessary encashment notice shall be served by
Accepting Officer.

2.6.5 Bank Guarantee Bond in lieu of Performance Security is due for discharge on expiry of Defects Liability Period
provided always that the contractor has been paid the final bill and contractor has rendered the `No Demand
Certificate (IAFW 451)’. Immediately after expiry of the defects liability period and on receipt of `No Demand Certificate
(IAFW 451) from contractor, GE shall ascertain the position of final bill (whether paid or not) and action shall be taken
to release the BGB.
If any recovery is outstanding against the contractor, release of Bank guarantee will be subject to compliance
of the procedure for effecting the recovery/ withholding the due amount as stipulated in Condition 67 (as amended ) of
GCC (IAFW 2249) or condition 34 of GCC (IAFW 1815Z) as applicable
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 6

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF E-TENDER DOCUMENTS TO BE COMPLIED WITH BY


THE CONTRACTOR

.FORMAT OF BANK GUARANTEE BOND

(IN LIEU OF PERFORMANCE SECURITY)

(To be used by Approved Scheduled Banks)

Place of execution …………………………Name of State …………………………………….

Stamp Paper for Rs …………………………………..

“In consideration of the President of India (hereinafter called “the Government”) having agreed to deposit
Rs……………………..(Rupees ………………………………………………………. Only) against Performance Security
as provided under the terms and conditions of Contract Agreement No
………………………………………………………………………..(hereinafter called “the said Agreement”) made between
the President of India and Shri/S’Shri@..................................................................... for the due fulfillment by the said
Contractor (s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for
Rs…………………… (Rupees……………………………………………… only). We …………………Bank* (hereinafter
referred to as “the Bank”), do hereby undertake to pay the Government, an amount, not exceeding
Rs…………………….. (Rupees ….……………………………………………only), against any loss or damage caused to
or suffered or would be caused to or suffered by the Government, by reason of any breach by the said Contractor(s) of
any of the terms or conditions contained in the said Agreement.

2. We…………………….. Bank, * do at the request of the said Contractor(s) hereby undertake to pay the
amount due and payable under this Guarantee without any demur, merely on a demand from the Government, stating
that the amount claimed is due by way of loss or damage caused to or suffered or would be caused to or suffered by
the Government by, reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the
said Agreement or by reasons of the said contractor’s(s’) failure to perform the said Agreement. Any such demand
made on the bank shall be conclusive as regards the amount due and payable by and the liability of the Bank, under
this guarantee and we………………………… Bank* , do hereby undertake to pay the Government the amount
demanded notwithstanding any dispute or disputes raised by the said contractor(s) on any ground whatsoever and
notwithstanding any proceeding pending in any court or tribunal relating to the said Agreement or this Guarantee, the
liability of the Bank under this Guarantee being absolute and unconditional. However, our liability under this Guarantee
shall be restricted to an amount not exceeding Rs
……………….(Rupees…………………………………………………………….. only).

3. We,…………………….. Bank*, further agree that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to
be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till …………………………(Office/ Department), certifies that the terms and conditions
of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges
this Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before
the…………………………….. we shall be discharged from all liability under this Guarantee thereafter.
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 7

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF E-TENDER DOCUMENTS TO BE COMPLIED WITH BY


THE CONTRACTOR

FORMAT OF BANK GUARANTEE BOND (IN LIEU OF PERFORMANCE SECURITY) …..contd..

4. We…………………. Bank*, further agree with the Government, that the Government shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder or to vary any of the forms and
conditions of the said agreement or to extend the time of performance by the said Contractor(s) from time to time or to
postpone for any time or from time to time, any of the powers exercisable by the Government against the said
Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not
be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for
any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said
Contractor(s) or by any such matter or thing whatsoever, which under the law relating to sureties would, but for this
provision, have effect of so relieving us.

5. We …………………….Bank*, lastly undertake not to revoke this Guarantee during its currency except with the
previous consent of the Government in writing and that our liability under this Guarantee shall not be impaired or
extinguished on account of any change in the Constitution of the said Contractor(s).”

6. Notwithstanding what is state here in above our liability under this guarantee is restricted to
Rs……………………(Rupees ……………………………………………………….only) and shall be valid
upto………………… Unless a demand/claim is made to us in writing on or before that date we shall be discharge from
all liabilities under this guarantee.

Dated the …………… day of ……………….. 20…….

For……………………….. Bank*

Manager

Branch Code, Personal Code

Seal of Bank
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 8

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF E-TENDER DOCUMENTS TO BE


COMPLIED WITH BY THE CONTRACTOR

FORMAT OF BANK GUARANTEE BOND (IN LIEU OF PERFORMANCE SECURITY) …..contd..

The above guarantee is accepted by the President of India.

Signature……………….. Dated ……………………..

For and on behalf of the President of India.

Name and Designation

**………………………………..

*In the case of Banks, other than the Nationalised Banks the word ‘Ltd’ will be added after the word ‘Bank’,
where the asterisk mark is indicated.
@

For Proprietorship concern

Shri ………………………………………..Son of……………………………….. resident of


……………………………… carrying on business under the name and styles of …………………………….at
……………………………. (hereinafter called ‘the said Contractor’ which expression shall unless the context
requires otherwise include his heirs, executors, administrators and legal representatives).

For Partnership concerns

(j) Shri………………………… Son of………………………….. resident of.....……………….and

(ii) Shri………………………………. Son of …………………….resident of …………………, carrying on


business in co partnership under the name and style of at (hereinafter collectively called ‘the said
Contractors’ which expression shall unless the context requires otherwise include each of them and their
respective heirs. executors, administrators and legal representatives).

For Companies

……………………………………..Ltd. an existing Company within the meaning of the Companies Act 1956
and having its registered office at in the State of (hereinafter called ‘the said Contractor’ which expression
shall unless the context requires otherwise include their successors and assigns).

** To be accepted by the Accepting Officer of the Contract and the blank space in para 3, line 5, shall be
filled to indicate the said ‘Accepting Officer”.
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 9

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF E-TENDER DOCUMENTS TO BE COMPLIED WITH BY


THE CONTRACTOR

3. GENERAL INSTRUCTIONS FOR COMPLIANCE

3.1 The bids received only in the electronic form will be considered. All bids shall be submitted on
'https://defproc.gov.in.' portal. Documents should be scanned and forwarded in 'pdf form and 'xls' form as
indicated.
3.2 Bids shall be uploaded on `https://defproc.gov.in portal on or before the bid closing date
mentioned in the tender. No tender/bid in any other electronic or physical form like email/fax / by hand/
through post will be considered.
3.3. Bid should be DIGITALLY signed using valid DSC . All pages of tender documents,
corrections/alterations shall be signed/initialled by the lowest bidder after acceptance.
3.4 Drawings, if issued in physical form, must be returned duly initialled by the tenderer/bidder in
separate envelope indicating his name and address.
3.5 The tender shall be signed, dated and witnessed at all places provided for in the documents
after acceptance. All corrections shall be initialled. The Contractor shall initial every page of tender and
shall sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to any of the
conditions whatsoever, is liable to be rejected.
3.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading
the bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor,
scanned copy of an affidavit on stamp paper of appropriate value to this effect stating that he has
authority to bind the firm in all matters pertaining to contract including the Arbitration Clause, shall be
attached in 'pdf' form. In case of partnership concern or a limited company, digital signatory of the
bid/tender shall ensure that he is competent to bind the contractor (through partnership deed, general
power of attorney or Memorandum and Articles of Association of the Company) in all the matters
pertaining to the contracts with Union of India including arbitration clause. A scanned copy of the
documents confirming of such authority shall be attached with the tender/bid in 'pdf form, if not submitted
earlier. The person uploading the bid on behalf of another partner(s) or on behalf of a firm or company
using his DSC shall upload with the tender/bid a scanned copy (in 'pdf' form) of Power of Attorney duly
executed in his favour by such other or all of the Partner(s) or in accordance with constitution of the
company in case of company, stating that he has authority to bind such other person of the firm or the
Company, as the case may be, in all matters pertaining to the contract including the Arbitration Clause.
3.7 Even in case of Firms or Companies which have already given Power of Attorney to an individual
authorizing him to sign tender in pursuance of which bids are being uploaded by such person as a
routine, fresh Power of Attorney duly executed in his favour stating specifically that the said person
has authority to bind such partners of the Firm, or the Company as the case may be, including the
condition relating to Arbitration Clause, should be uploaded in 'pdf' form with the tender/bid; unless such
authority has already been given to him by the Firm or the Company. It shall be ensured that power
of attorney shall be executed in accordance with the constitution of the company as laid down
in its Memorandum & Article of Association.

3.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing
authority well in advance to be received before the date & time fixed for the same.

3.9 Bid (Cover 1 & 2) shall be uploaded online well in time.


3.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to special condition 3 referred hereinafter and also conditions 24 & 25 of IAFW
2249 (General conditions of contract).
3.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being present at the
time of opening of the tenders/bids, may do so at the appomted time.
3.12 The tenderer/bidder shall quote his rate on the BoQ file only. No alteration to the format will be
accepted, else the bid will be disqualified and summarily rejected.
3.13 In case the tenderer/bidder has to revise / modify the rates quoted in the BoQ (excel sheet) he
can do so only in the BoQ, through https://defproc.gov.in. site only before the bid closing time and date.
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO 10

INSTRUCTIONS FOR FILLING IN AND SUBMISSION OF E-TENDER DOCUMENTS TO BE COMPLIED WITH


BY THE CONTRACTOR
4. REVOCATION / REVISION OF OFFER UPWARD/ OFFERING VOLUNTARY REDUCTION. AFTER
CLOSING OF BID SUBMISSION DATE & TIME
In the event of lowest tenderer/bidder revoking his offer or revising his rates upward/ offering voluntary
reduction, after closing of bid submission date & time, his offer will be treated as revoked and the Earnest
Money deposited by him shall be forfeited. In case of MES enlisted Contractors, the amount equal to the
Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer/bidder for depositing the
amount through MRO. Bids of such Contractors/bidders shall not be opened till the aforesaid amount
equal to the earnest money is deposited by him in Govt Treasury. In addition, bids of such
tenderer/bidder and his related firm shall not be opened in second call or subsequent c a l l s . Reduction
offered by the tenderer/bidder on the freak high rates referred for review shall not be treated as
voluntary reduction.
5. CPM (Critical Path Method)
5.1 The project planning for work covered in the scope of tender is based on CPM.
5.2 The tenderer/bidder is expected to be fully conversant with the CPM technique and employ
technical staff who can use the technique in sufficient details. Sufficient books and other literature on the
subject are widely available in the market which the tenderer,/bidder may make use of.

5.3 The tenderer's/bidder's attention is drawn to special condition of the tender regarding preparation of
the detailed network analysis and time schedule for the work and his liability for employing sufficient
resources to adhere to this schedule. Any inability on the part of the tenderer/bidder in using the
technique will be taken as his technical inefficiency and will affect his class of enlistment and future
prospect/invitation to tenders for future works.
5.4 Department may issue amendments/errata in form of CORRIGENDUM to tender /revised BOQ
to the tender documents. The tenderer/bidder is requested to read the tender documents in conjunction
with all the errata/ amendments/corrigendum, if any, issued by the department.

6.0 ELECTRICAL LICENSE


(a) The exemption referred in Section 184 of Electricity Act, 2003 is not applicable to this contract. Valid Electrical
license issued by concerned State Government/Union Territory shall only be applicable.
(b) For execution of electrical works under this contract shall require Electrical License in accordance with Rule 29
mentioned above. The contractor shall have valid Electrical License issued by the concerned State/Union Territory in
the name of the Firm or get the work executed through an agency having valid Electrical License.
(c) Prior to commencement of electrical work/electrical component of works and other works as mentioned in this
contract, copy of valid Electrical License in the name of the contractor or copy of agreement with agency having valid
Electrical License along with agency’s Electrical License shall be submitted by the contractor to the GE through
Engineer in Charge. In case contractor does not possess valid Electrical License and he intends to get such work
executed through agency having valid Electrical License and with whom he has agreement, prior approval of such
agency shall be got done from CE (FY) Hyderabad .
(d) Engineer-in-Charge shall ensure that electrical work/ electrical component or works and other works in the contract
required to be executed in accordance with Rule 29 mentioned above are executed by contractor/agency having valid
Electrical License, as applicable. In addition, Supervisor for execution of electrical works/ electrical component of
works employed by the contractor shall possess Supervisor Certificate of Competency issued by concerned State
Government/Union Territory and the worker/ tradesmen for execution of electrical works /electrical component of
works shall hold necessary permit issued by concerned State Government/Union Territory.
(e) Reference of Electrical License and details of Supervisors’ Certificate of Competency and permit of tradesmen
employed for execution of electrical work/electrical component of works shall be duly incorporated in the Works Diary
and relevant site documents respectively for the whole period during which such work is executed.
(f) Uploading Electrical License or MoU/Agreement with agency having valid Electrical License (in case the bidder
does not possess valid Electrical License) is not required alongwith T-Bid in Cover-l by the bidders for qualifying in
bidding process. Instructions mentioned otherwise in these tender documents elsewhere shall be deemed to be
amended accordingly for this aspect.

7.0 These instructions shall form part of the contract documents

-------------------------------------
SIGNATURE OF CONTRACTOR AGE (CONTRACTS)
DATED : FOR ACCEPTING OFFICER
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO. 11

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


MILITARY ENGINEER SERVICES
NOTICE INVITING TENDER

1. A tender is invited for the work as mentioned in Appendix 'A' to this


NOTICEINVITING TENDER (NIT)
2 The work is estimated to cost as indicated in aforesaid Appendix 'A'. This estimate,
however, is not a guarantee and is merely given as a rough guide and if the work
cost more or less, a tenderer/bidder will have no claim on that account. The tender
shall be based on as mentioned in aforesaid Appendix 'A'.
3. The work is to be completed within the period as indicated in aforesaid Appendix
'A' in accordance with the phasing, if any, indicated in the tender from the date of handing
over site, which will be on or about two weeks after the date of Acceptance of tender.

4. Normally contractors whose names are on the MES approved list for the area in
which the work lies, and within whose financial category the estimated amount would
fall, may tender/bid but in case of term contracts, contractors of categories SS to E may
tender/bid. Not more than one tender/bid shall be submitted/uploaded by one contractor
or one firm of contractors. Under no circumstances will a father and his son(s)
or other close relations who have business dealing with one another be allowed to
tender/bid for the same contract as separate competitors. A breach of this condition
will render the tenders/bids of both the parties liable for rejection.

5. The office of The Garrison Engineer (I) (P) Fy Kirkee, 8 Engine House Road, Ordnance Estate,
Kirkee, Pune-411003_will be the the Accepting Officer here in after referred to as such for
purpose of the contract.
6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by
the tenderer/bidder on or before the date & time mentioned in NIT. A scanned copy of DD
with enlistment details/documents shall be uploaded as packet 1/cover-1 ('T' bid)
of the tender/bid on e-tendering portal. DD is refundable in case T bid is not accepted
resulting in non-opening of 'Q' bid. The applicant contractor shall bear the cost of
bank charges for procuring and encashing the DD and shall not have any claim
from Government whatsoever on this account.

6.1. Tender form and conditions of contract and other necessary documents shall be available on
https://defproc.gov.in. site for download and shall form part of contract agreement in case
the tender/bid is accepted.
6.2 In Case of contractor who has not executed the Standing Security Bond, the
Cover-I shall be accompanied with by Earnest Money of amount as mentioned in
Appendix 'A' in the form of deposit at call receipt in favour of concerned CCE/ GE/
GE(I)/ AGE(I) (see Appendix 'A') by a scheduled Bank or in receipted treasury
Challan the amount being credited to the revenue deposit of the concerned CCE/ GE/
GE(I)/ AGE(I) (see Appendix 'A').

6.3 The CCE/ GE/ GE(I)/ AGE(I) will return the Earnest Money wherever applicable
to all unsuccessful tenderers/bidders by endorsing an authority on the deposit-at-call
receipt for its refund, on production by the tenderer,bidder a certificate of the Accepting
Officer that a bonafide tender/bid was received and all documents were returned.
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO. 12

NOTICE INVITING TENDER (CONTD)

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

6.5 In case of contractor becoming lowest and accepting officer decides to accept their bid,
performance security amount in the manner as described hereinbefore shall be lodged by the
contractor.
6.6 Copies of the drawings and other document pertaining to the work signed for
the purpose of identification by the Accepting Officer or his accredited representative,
sample of materials and stores to be supplied by the contractor will also be available for
inspection by the tenderer/bidder at the office of Accepting Officer and concerned GE/
GE(I)/ AGE(I) during working hours.

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


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

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

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

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


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

11. Invitation for e- tender does not constitute any guarantee for validation of 'T' bid
and subsequent opening of finance bid of any applicant/bidder, even of enlisted
contractors of appropriate class, merely by virtue of enclosing DD. Accepting Officer
reserves the right to reject the 'T' bid and not open the finance bid of any applicant bidder.
'T' bid validation shall be decided by the Accepting Officer based on, inter alia, capability of
the firm as per criteria given in Appx 'A' to this NIT. The applicant contractor/bidder will be
informed regarding non- validation of his '1' bid assigning reasons thereof through the
https://defproc.gov.in. website. The applicant contractor/bidder if he so desires may appeal
to the next higher Engineer authority viz HQ CE (Fy) Hyderabad on email id cefyh2-mes@nic.in
with copy to the Accepting Officer on email before the scheduled date of opening of Finance
Bid. The decision of the Next Higher Engineer Authority (NHEA) shall be final and
binding. The contractor/bidder shall not be entitled for any compensation whatsoever for
rejection of his bid.
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO. 13

NOTICE INVITING TENDER(CONTD)

12. The Accepting Officer reserves the right to accept a tender submitted by a
Public Undertaking, giving a price preference over other Tender(s)/bids which may be
lower, as are admissible under the Government Policy. No claim for any compensation
or otherwise shall be admissible from such tenderer/bidder whose tender/bid is rejected.
13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or
to give any reason for not doing so.

14. This Notice Inviting Tender (NIT) including Appendix 'A' shall form part of the
contract.

____________________________
SIGNATURE OF CONTRACTOR AGE (CONTRACTS)
DATED : FOR ACCEPTING OFFICER
CA NO : GE (I) (P) FY/KKE/ OF 2020-2021 SERIAL PAGE NO.14

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

1 Name of Work REPAIRS/RENOVATION TO BLDG No.205 AND


20/21, REPAIRS TO FLOORING OF BUILDING
No.31 & 161, REPAIRS TO NEUTRALISATION
TANK No.03 NEAR BLDG No.224 ,SPECIAL
REPAIRS TO WATERPROOFING OF BLDG
No.P-400 AT QAE(ME), PROVISION OF
SCOOTER SHED FOR 10 SCOOTERS WITH
HARDSTANDING AT QAE(ME) AND PROVISION
OF 06 ALUMINIUM WINDOWS IN LABORATORY
BUILDING AT QAE(ME) AT HEF KIRKEE

2 Estimated Cost Rs 46.50 lakhs

3 Period of completion 270(Two hundred and seventy) days


4 Cost of tender documents Rs 500/- in the shape of DD, Bankers cheque from
any schedule Bank in favour of GE (I) (P) Fy Kirkee
and payable at Kirkee Pune.

5 Website/portal address www.edefproc.gov.in and www.mes.gov.in

6 Type of contract The tender shall be item rate contract based on


IAFW 1779 ‘A’ and GCC (IAFW-2249) with
Schedule ‘A’ (list of items of work) to be priced by
tenderer.

7 Information & Details :

(a) Bid submission start date 25 Sep 2020

(b) Last date of bid submission 01 Oct 2020

(c) Date of bid opening 09 Oct 2020

8 Eligibility Criteria

(a) For MES enlisted contractors All contractors enlisted with MES in Class ‘D’ and
above and category a (i) subject to the remarks wrt
performance in respect of works in hand reflected
in Work load return(WLR) circulated by competent
engineer authority. Refer Notes below.
CA NO : GE (I) (P) FY/KKE/ OF 2020-2021 SERIAL PAGE NO.15

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

(b) For contractors not enlisted with (a) The firms not enlisted with MES shall meet the
MES enlistment criteria of ‘D’ class MES contractors &
category a (i) i.e. with regard to having
satisfactorily completed requisite value works,
Annual turnover, Solvency, working capital,
immovable property/fixed assets, T&P, Engineering
establishment, no recovery outstanding in any Govt
Department, Police verification/Passport etc. As
per Enlistment criteria may be seen in Para 1.4 and
1.5 of Section 1 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 /
notarised copy of valid passport of proprietor/each
partner/each Director.

(c) Firms 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/spouse 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 NIT forming part of the tender
documents.

9 Tender issuing and Accepting Officer Garrison Engineer (I) (P) Fy Kirkee.

10 Executing agency Garrison Engineer (I) (P) Fy Kirkee.

11 Earnest Money Rs. 93000.00 in favour of GE (I) (P) Fy Kirkee


CA NO : GE (I) (P) FY/KKE/ OF 2020-2021 SERIAL PAGE NO.16

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

NOTES:
(a) Contractor enlisted one class below (two class below in case of remote and difficult area) may also bid for this
tender. Their application shall be considered subject to fulfillment of other eligibility criteria given in NIT when number
of applicants of eligible class qualifying for the tender are less than 07(Seven).
(b) In case number of eligible class contractors satisfying the eligibility criteria given in NIT are 07 or more than 07,
application of one class below shall not be considered except those who have previously completed similar works
satisfactorily and are meeting the criteria of up-gradation in respect of past experience and/or average annual turnover
as applicable and financial soundness (solvency/financial soundness and working capital) provided the value of work is
less than twice the tendering limit of such contractors. Contractors one class below the eligible class may upload
necessary documents wrt works experience and financial soundness in Cover 1 of tender (`T’ bid).

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

(ii) Contractors should ensure that their original DDs and earnest money (as applicable) are received within
five days of bid 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, their finance bids will be opened However non-submission of physical copies of cost of
tender shall be considered as willful 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(Cover II).

(iv) In case of applications/bids from un enlisted contractors, where scanned copies of requisite DD/Bankers
Cheque towards cost of tender has been uploaded but physical copies are not received by the stipulated
date, finance bids will not be opened. Name of such contractors along with complete address shall be
circulated for not opening of their bids for a period of six months commencing from the date of opening of
finance bid.

(v) In case of applications/bids (enlisted contractor as well as un enlisted 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.

(d) Contractors may note that they shall not be loaded beyond their tendering limit as under:-

(aa) In case contractors of eligible class are selected for issue of tender: four to five times the tendering
limit.

(ab) In case of one class (two class in case of difficult and remote area as the case may be) contractors are
selected for issue of tender: six to seven times the tendering limit.

(cc) In case of un-enlisted contractors: two times the upper tendering limit of class for which contractor
meets the criteria for enlistment.

(e) In case any deficiency is noticed in the documents required to be uploaded by the tenderers as per NIT,
after opening of Cover 1(T bid) and during technical evaluation, a communication in the form of
email/Whatsapp/SMS/speed post etc shall be sent to the contractor to rectify the deficiency within a period of
seven days from the date of communication failing which financial bid (Cover II) shall not be opened and
contractor shall not have any claim on the same.

(f) Contractors enlisted with MES will upload following documents for checking eligibility:-
(i) Application for bid in Firm's letter head
(ii) Enlistment letter
(iii) Scanned copy of DD towards cost of tender
(iv) Scanned copy of Provident fund code number
(v) Scanned copy of Goods and Service tax registration number
CA NO : GE (I) (P) FY/KKE/ OF 2020-2021 SERIAL PAGE NO.17

APPENDIX ‘A’ TO NOTICE INVITING TENDER (NIT)

(g) 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 r e q u i r e d for enlistment in MES has been given in para1.5 of
section 1 of Part I of MES Manual on Contracts 2007(reprint2012). Following documents s h a l l 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 acceptance 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 same shall also be submitted duly
attested.

(ii) Solvency ce rti fi cate a n d working Capital Certificate issued by scheduled bank.

(iii) Annual turnover certificate for last 2 years issued by Chartered Accountant along with relevant
pages of audited balance sheets in support thereof.

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

(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.

(vii) Scanned copy of Provident fund code number

(vii) Scanned copy of Goods and Service tax registration number.

(e) In case of rejection of technical /prequalification bid, contractor may appeal to next higher
Engineer authority i.e HQ CE (Fy) Hyderabad on email cefyh2-mes@nic.in 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.

(f) Court of the place where tender has been issued shall alone have jurisdiction to decide any dispute
out of or in respect of this tender. After acceptance of tender, condition 72 `Jurisdiction of courts’ of IAFW
2249 shall be applicable.

Signature of Contractor

8613/ /E8
Garrison Engineer (I) (P) Fy (R Sathish Kumar)
8 Engine House Road, Ordnance Estate Maj
Kirkee, Pune – 411 003 Garrison Engineer
Accepting Officer
21 Sep 2020
CA NO : GE (I) (P) FY/KKE/ OF 2020-2021 SERIAL PAGE NO.18

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


(To be read in conjunction with General conditions of contracts IAFW-2249)

Tele Civ .29702478 Garrison Engineer (I)(P)Fy


Kirkee, Pune - 411 003

8613/ /E8 21 Sep 2020

e-TENDER
Name of Work : REPAIRS/RENOVATION TO BLDG No.205 AND 20/21, REPAIRS TO FLOORING
OF BUILDING No.31 & 161, REPAIRS TO NEUTRALISATION TANK No.03 NEAR BLDG No.224
,SPECIAL REPAIRS TO WATERPROOFING OF BLDG No.P-400 AT QAE(ME), PROVISION OF
SCOOTER SHED FOR 10 SCOOTERS WITH HARDSTANDING AT QAE(ME) AND PROVISION OF
06 ALUMINIUM WINDOWS IN LABORATORY BUILDING AT QAE(ME) AT HEF KIRKEE

A tender/ bidder who is qualified as per the eligibility criteria mentioned in the tender documents
and has interalia sound past record is hereby authorized to tender for the above work. The complete
tender is uploaded on MES portal of https://defproc.gov.in.The tender/bid (both COVER-1 & COVER-2)
shall be submitted/ uploaded on the MES website portal (www.defproc.gov.in) as per time and date
mentioned in tender documents. The Cover 1 (Technical bid) and Cover 2 (Finance bid) will be opened
online only as per critical dates given. Any correspondence concerning this tender should be addressed
as indicated at the top of this sheet quoting the reference as given.

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

Signature of the Officer issuing the documents

Appointment. AGE (CONTRACTS)


CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO. 19

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

SCHEDULE `A’ NOTES


1. The entire work covered under this contract i.e. BOQ shall be completed within a period of 270(Two hundred
and seventy) days from the date of handing over of site.
2. The description of items of works in BOQ are in brief. These shall be read together with Drawings, Specifications,
Special conditions, notes, method of measurements, preambles, etc, as given in MES Schedule and General
Conditions of Contracts (IAFW -2249) shall be followed except where specifically provided for otherwise. The
intention of Accepting Officer in this regard shall be final, conclusive and binding on the Contractor. The words `all as
specified and directed by Engr-in-charge’ are deemed to be included at the end of description of the items under Col.2
3. Quantities inserted in Col 4 are provisional and are given as a guidance only for tenderers. These shall,
however not be varied beyond the limits laid down in Condition 7 of General Condition of Contracts (IAFW-
2249).
4. Tenderer shall insert his unit rates in figures only under column 13 in BOQ. The rates inserted shall be
for material and labour/supply & fix complete unless otherwise specifically mentioned in the description of
respective items.
5. The rates quoted by the tenderer in BOQ shall be deemed to include for any minor details of works and/or
construction which are obviously and fairly intended and which may not have been specifically referred to in the tender
documents but which are essential for the execution and completion of the work in a workman like manner and sound
construction. In case of difference of opinion between the contractor and Garrison Engineer as to whether it constitutes
minor or extra constructional detail included in the unit rate quoted or not, the decision of the Accepting Officer, shall be
final, conclusive and binding.
6. It is an expressed condition of this contract that GOODS AND SERVICE TAX shall be payable by the Contractor
and is deemed to the included in his quoted rates. The Tenderers quotation shall also include all other admissible taxes,
statutory levies, duties, Octroi, construction labour welfare tax as applicable. No claim whatsoever arising at a later date
shall be admitted by the Govt on this account.
7. Work lies in RESTRICTED AREA.

8. Contractors attention is invited to clause 2 performance security specified herein before in the tender documents.
9. Defects liability period for the subject work shall be 24 (Twenty four) calendar months from the date of completion
of work as certified by GE
10. The reimbursement of variation in prices of Material, Fuel & labour under condition 63 of IAFW 2249 General
Conditions of Contracts IAFW 2249 is not applicable and not payable under this contract.
11. SPECIAL RATE(STAR RATE):
(a) In case of any deviation, mode of pricing shall be decided by Accepting officer in terms of Condition 62 if IAFW-
2249.
(b) In the event of a deviation order involving fixation of special (star) Rate, Draft Rate shall be prepared by GE
(within a maximum period of 30 days) after initiating the proposal for deviation by Engineer in charge seeking approval of
Accepting Officer and notified to contractor. While notifying the Draft Rate, it will be clearly stipulated that the same is
merely an estimated rate and firm rate shall be fixed based on actuals and receipt of supporting documents from
contractor such as vouchers/literature of product/test certificates etc (as applicable) on completion of the work involving
Star Rate. Any objection to the method of fixing Star Rate will be dealt as per Condition 7 of IAFW-2249.
(c) Draft Star Rate shall be made based on market enquiry through telephonic enquiry/ quotations/rate lists/internet
based sources, material & labour constants available in various civil engg books and record available in respect of Star
Rates approved in the past similar items of work etc. Contractor shall assist GEs office in preparation of draft Star Rate.
(d) The Draft Star Rate shall be purely a draft rate and shall not be used for claiming final payment during execution
of work.
(e) After completion of the item of work involving Star Rate, contractor shall submit the vouchers/literature of
product/test certificates (as applicable, decision of GE being final in case of any disagreement) for finalization of Star
Rate. The Star Rate shall be technically checked by Director (c) depending upon the financial effect & approved by
competent authority within a period of one month from submission of the relevant documents by contractor as mentioned
above.
(f) The star rate as approved by competent authority after technical check by Director (c) depending upon the
financial effect shall be referred as “the rate decided by GE” under Para 62(G) of IAFW-2249.

SIGNATURE OF CONTRACTOR AGE (CONTRACTS)


DATED : FOR ACCEPTING OFFICER
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO. 40

SCHEDULE OF CREDIT
NOTES
(i) The credit for the materials lying at site are as detailed below. The credit assessed by the department is only a
rough indication. Contractor shall have no claims what so ever against the Government, irrespective of the condition
of the materials lying at site and if the actual cost of the materials turnout to be different from the amount offered by
him.
(ii) The quantities inserted in the column 4 are approximate and the tenderer will have no claim if the quantities at site
turnout to be different during execution. The assessed rate of credit shown in column 5 is for the materials as in
position and rate is firm.
(iii) The credit amount shall be deducted from the BOQ amount to arrive at the contract sum.
(iv) The materials listed in this Schedule shall be recorded in the Measurement Book and abstracted and this amount
shall be deducted from the value of work done under BOQ through RARs. The contractor shall not be allowed to
remove the materials listed in this Schedule till such time the value of work done by him is more than the value of
credit.
S.NO DESCRIPTION OF ITEM UNIT QTY RATE AMOUNT REMARKS
1 2 3 4 5 6` 7
1 Old/ unserviceable strip any size/type RM 380 5.00 1900.00

2 Old/ unserviceable air termination rod any size Each 22 8.00 176.00
3 Old/ Unserviceable test point terminal block any size Each 6 40.00 240.00
4 Old/ unserviceable GI tubing any type/size RM 33 26.00 858.00
5 Old/ unserviceable m.s.plate Each 22 18.00 396.00
6 Old/ unserviceable epoxy insulators Each 100 0.50 50.00
7 Old tiles any type Sqm 188.00 10.00 1880.00
8 Old iron scrap any type kg 550.00 12.00 6600.00
9 Old HDPE pipes RM 3.50 50.00 175.00
10 Old/ unserviceable AC corrugated sheet Sqm 45 8.00 360.00
11 Old/ Unserviceable wood scrap Cum 2.7 500.00 1350.00
12 Old/ unserviceable ceiling board Sqm 160 10.00 1600.00
13 Old/ unserviceable chowkhat with frame area not Each 14 150.00 2100.00
exceeding 1.5 sqm each.
14 Old brick/Stone masonry Cum 1 150.00 150.00
15 Old/ unserviceable chowkhat with frame area Each 7 200.00 1400.00
exceeding 1.5 sqm n exc 4sqm each.
16 Old broken glass Sqm 2 5.00 10.00
14 Old point wiring incl switch sockets 5A/15A, ceiling Point 31 50.00 1550.00
rose, holder etc
15 Old unserviceable main switch/MCB DB with MCB of Each 3 10.00 30.00
any type/size
16 Old u/s light fitting any Type Each 12 20.00 240.00
14 Old unserviceable sub main wiring of any capacity RM 50 10.00 500.00
/size
15 Old u/s security light fitting any Type Each 4 50.00 200.00
Total of Schedule of Credit Rs 21765.00

Signature of Contractor AGE(Contracts)


For Accepting Officer
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO. 41

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


SCHEDULE “B”

ISSUE OF MATERIALS TO THE CONTRACTOR (SEE CONDITION 10 OF IAFW-2249)


Sl Particulars Rates at which materials will Place of issue Remark
No be issued to the contractor by name
Unit Rate in Rs
1 2 3 4 5 6

NIL

SIGNATURE OF CONTRACTOR AGE (CONTRACTS)


DATED : FOR ACCEPTING OFFICER
SCHE DULE‘C’

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

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

Sl Quantity Particulars Details of Hire Stand by Place of Remarks


No MES charges charges issue by
crew per unit per unit name
supplied per per off
working day (Rs)
day (Rs)
1 2 3 4 5 6 7 8

NIL

SIGNATURE OF CONTRACTOR AGE (CONTRACTS)


DATED : FOR ACCEPTING OFFICER

SCHE DULE‘D’

TRANSPORT TO BE HIRED TO THE CONTRACTOR


(SEE CONDITION 16 & 35 OF IAFW-2249)

Sl Quantity Particulars Rates per unit Place of issue Remarks


No per working by name
day
1 2 3 4 5 6

NIL

SIGNAFTURE OF CONTRACTOR AGE (CONTRACTS)


DATED : FOR ACCEPTING OFFICER
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO.42

(In lieu of IAFW-1779A Rev 1955)


TENDER
To
The President of India
Having examined and perused the following documents:-
1. Specifications signed by AGE (Contracts)
2. Drawings as detailed in the specifications.
3. Schedule ‗A BOQ, ‗B‘, ‗C‘ and ‗D‘ attached hereto.
4. MES Standard Schedule of Rates-2009, Part-I (Specifications) and MES Standard
Schedule of Rates-2010, Part-II (Rates) (hereinafter and in IAFW-2249 referred to as the MES
SCHEDULE) together with errata/amendment No. 1 to 3 for Part-I and 1 to 59 for part –II as
applicable to the applicable to the above said Schedule.

5. General Conditions of Contracts IAFW-2249 (1989 Print) together with amendment No 1


to 48 and errata No 1 to 20.

6. Water. Condition 31 of IAFW -2249, (1989 Print) General Conditions of Contracts). Water will
not be supplied by MES and shall arranged by the contractor for this work..

7. SHOULD THIS TENDER BE ACCEPTED I/WE AGREE


* (a) That the sum of Rs. 93,000/- (Rupees Ninety three thousand only) forwarded
as Earnest Money shall either be retained as a part of Security Deposit or be refunded by
the Government on receipt of an appropriate amount of Security Deposit, as per condition
22 of IAFW-2249.

(b) To execute all the works referred to in the said documents and as evidence
upon the terms and conditions contained or referred to therein at the item rates contained
in the aforesaid BOQ OR, at such other rates as may be fixed under the provisions of
condition 62 of IAFW-2249 and to carry out such deviations as may be ordered vide
condition 7 of IAFW-2249 upto a maximum of 10 % (TEN) percent and further agree to
refer all disputes, as required by the condition 70 and 71 of IAFW -2249 to the
sole arbitration of a serving officer having degree in Engineering or equivalent or having
passed final/direct final examination of Sub-Division II of Institution of Surveyors (India)
recognized by the Govt of India to be appointed by the Chief Engineer (Fy) Hyderabad, or
in his absence the officer officiating as Chief Engineer, if specifically delegated in writing by
the Chief Engineer (Fy) Hyderabad, Secunderabad-03, whose decision shall be final,
conclusive and binding.
* To be deleted where not Applicable
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO. 43

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


TENDER (CONTD.)

Signature_ in the capacity of duly authorized


to sign the tender documents for and on behalf of

M/s (IN BLOCK LETTERS)

Dated

Witness Postal Address

Address

Telegraphic Address
Telephone No
Mobile No

ACCEPTANCE

alterations have been made in this document and as evidence


that these alterations were made before the execution of the contract agreement they have been
initialed by the contractor and Shri/S'Shri M G Mudgal AGE (Contracts)

The said officers is/are hereby authorized t o s i g n a n d initial on my behalf the documents
forming part of this contract.

The above tender has been accepted by me on behalf of the President of India at the item
rates contained in the BOQ for the contract sum of
Rs (Rupees

On day of

Signature

APPOINTMENT - GARRISON ENGINEER (I) (P) Fy


KIRKEE, PUNE - 411 003
FOR AND ON BEHALF OF THE PRESIDENT OF INDIA
CA NO. GE(I)(P)FY/KKE/ OF 2020-2021 SERIAL PAGE NO. 44 to 110
(In lieu of IAFW-2249 (1989 Print)

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


FOR MEASUREMENT CONTRACTS (IAFW-1779 AND 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 Condition 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 General Conditions of Contracts
(IAFW-2249:Print-1989) including conditions No 70 & 71 thereof pertaining to settlement of
disputes by arbitration containing 33 pages (Serial Page Nos 45 to 77) with errata 1 to 20 and
amendments 1 to 48 (Page No. 78 to 100) form part of these tender documents.

AGE(CONTRACTS)
(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER
DATED:

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the Schedule of Minimum Fair Wages as published by


Government of India or provincial Government, Notification (whichever is higher) issued upto date
of submission of tenders shall form part of these tender documents containing 10 pages from
page Nos. 101 to 110

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. We also here by agree that payment to labours shall be
made as per minimum wages notified by State Govt or Central Govt whichever is high.

AGE(CONTRACTS)
(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER
DATED
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 110

SPECIAL CONDITIONS

1 GENERAL . The following special conditions shall be read in conjunction with General
Conditions of Contracts IAFW -2249 (1989 print), IAFW -1779A (Rev-1955) IAFW -2159 (REVISED - 1947),
including errata/ amendments thereto. If there are any provisions in these special conditions which are at
variance with the provision in the above mentioned documents, the provision in these special
conditions shall be deemed to take precedence.

2 VISIT TO SITE OF WORK . The tenderer is advised to visit the site of work with prior
permission from the GE. He is deemed to have made himself familiar with the working conditions,
accessibility to and nature of site, availability of materials and such other relevant conditions which affect
the execution and completion of work, under this contract. The contractor shall be deemed to have
visited the site before submitting tender irrespective of the fact whether he visits or not.

3 APPROACHES . The contractor shall prepare at his own cost all temporary approaches to the sites
where not existing, for the use of labour, employees and transport.

4 OTHER AGENCIES AT SITE : The contractor's attention is invited to the fact that during
the currency of this contract, work on other services which are outside the scope of work of this
contract may be entrusted for execution to other agencies. The contractor shall offer all facilities for
such other agencies to work contemporaneously at the site of work.

5 CONTRACTOR'S REPRESENTATIVES, SERVANTS, AGENTS AND WORKMEN.

The contractor shall employ Indian Nationals as his representative, agents, servants and workmen and
verify their antecedents and loyalty before employing them on the works. He shall ensure that no person
of doubtful antecedents and nationality is in any way associate with the works. If for reasons of
technical collaboration or other consideration the employment of any foreign national is unavoidable the
contractor shall furnish full particulars to this effect to the Accepting Officer at the time of submission of
his tender.

The GE will have full powers and without giving reasons requires the contractor immediately to
cease to employ in connection with this contractor any representatives, agents, servants, workmen
of employees whose continued employment is in his opinion undesirable. The contractor shall not
be allowed any compensation on this account. In this connection reference is invited to condition 30 of
IAFW -2249.

6. MATERIALS IN METRIC SIZES.

6.1. If the material (other than those issued under Sch „B‟) are not available in metric sizes as
shown on drawings, the contractor shall provide materials in equivalent inch sizes which would not
be less than the metric size dimension under any circumstances, at no extra cost to the government.

7 SECURITY OF CLASSIFIED DOCUMENTS. Contractor's attention is drawn to condition 2 & 3 of


General Conditions of Contracts (IAFW -2249). The contractor shall not communicate any classified
information regarding the works either to sub- contractor or others without prior approval of the
Engineer-in-Charge. The contractor shall also not make copies of the documents on completion of the
works or the earlier determination of the contract. The contractor shall alongwith final bill attach a
receipt from Engineer-in-Charge in respect of his having returned the classified documents as per
conditions No 3 of IAFW -2249.

Contd.......
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 111

SPECIAL CONDITIONS (Contd--)

8 RELEASE OF PERFORMANCE SECURITY DEPOSIT. Performance Security Deposit lodged by the


contractor as per conditions of contract shall be released as mentioned in condition 68 of IAFW 2249 and
on expiry of defects liability period specified in Sch A note No. 09 and condition 46 of IAFW 2249.

9 OFFICIAL SECRET ACT . Refer Condition 2-A of General Conditions of Contracts (IAFW-2249)
1989 Print). The contractor shall be bound by the official secret act and particularly section thereof.

10 QUARRY AND AREA FOR LABOUR COLONY

Availability of quarry on Defence land.

(a) Quarries are not available on MD lands for excavating moorum/ hard soil/rock.

(b) Availability of land for storage of materials, temporary works on Office. Land will be allotted to
the contractor for storage of materials, erections of temporary storage shed and workshop, office, etc.
at the place marked in site plan or as given by GE.

11 BLASTING. Blasting is prohibited.

12 STANDARD OF WORKMANSHIP . To determine the acceptable standard of workmanship, the


contractor shall execute certain portion of works (different grade and services as may be required in
the GE) ahead of the other work in one room annex under close supervision of the Engineer-in-Charge.
On approval by the GE of such items they will be signed by the contractor and GE and labelled as a
guiding sample so that further works may be executed to conform these samples.

13. SAMPLES OF MATERIAL


a) The contractor's attention is invited to inspect the samples of materials maintained in the Central
Sample room in the office of GE, before submitting his tender. He will be deemed to have full
knowledge thereof whether he inspects them or not. The materials to be provided by the
contractor shall conform to the following samples:-
i) Stone ii) Brick iii) aggregates (broken stone), iv) Sand v) Lime (vi) Any other item of
materials not mentioned above but which is required for which samples are maintained in sample
room.

(b) Materials provided by the contractor incorporated in the work shall unless otherwise specified in
particular specifications comply with the requirement of the relevant Indian Standards (IS)of the
year of publication (Edition as specified in the SSR 2009 Part I). The contractor may, however
at his own discretion provide and incorporated in the works, such materials complying with the
requirements of any corresponding subsequently amended or revised edition, of the ISI without any
adjustment in the contract sum.

Contd.....
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 112

SPECIAL CONDITIONS (Contd--)


14. PROPRIETARY MATERIALS.

(a) The proprietary materials such as water proofing compound paints etc. when brought to site
shall be inspected by the Engineer-in-Charge.

(b) The quantity brought to site shall be recorded in Measurement Book and signed by the
contractor or his accredited representative and the Engineer-in-Charge as a check to ensure that
the required quantity had been brought to site for incorporation in the work.

(c) Proprietary materials brought at site shall be stored as directed by the Engineer-in- Charge
and those already recorded in measurement books shall be marked for identification.

(d) Contractor shall on demand produce to the GE original receipt paid vouchers/invoices in
respect of materials supplied to ensure that the contractor has actually brought the required
quantity of the materials from the manufacturers/suppliers and also to find out the rates thereof.

(e) The contractor shall ensure that the materials are brought to site in original sealed
containers of packing bearing manufacturers markings.
15. WATER. Refer Conditions 31 of General Conditions of Contracts (IAFW -2249).
Water will not be supplied by MES and shall be arranged by the contractor all as specified and
directed
16 ELECTRIC SUPPLY
Electricity will not be supplied by MES.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 113

SPECIAL CONDITIONS (CONTD--)

17 CPM NET WORK

a) The time and progress chart to be prepared as per condition 11 of IAFW -2249,
(General Conditions of Contract) shall consists of detailed network analysis and time
schedule. The CPM chart giving the detailed network and time schedule forwarded is for reference
only. However, the critical path network will be initially drawn jointly by the GE and contractor after
acceptance of tender. The time schedule of the work 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 GE who will approve it
after due scrutiny. The schedule will be submitted in four copies within two weeks after the date of
handing over site.

(b) During the currency of the 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 review
and updating of the network undertaking by the GE. This review may be undertaken at the discretion
of GE either as a periodical apppraisal measure or when the quantum of work ordered on the
contractor is substantially changed through deviation orders or amendments. Any
revisions of time schedule as result of the review will be submitted by the contractor to the GE for his
approval after due scrutiny. The contractor will adhere to the revised schedule thereafter. In case of
contractor disagreeing with a revised schedule the same will be referred to the Accepting Officer who
decision shall be referred to the Accepting Officer whose decision shall be final, conclusive and
binding. GE's approval to the revised schedule resulting in a completion date beyond the stipulated
date of completion shall not automatically amount to 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.
(c) The contractor shall mobilize and employ sufficient sources to achieve the detailed
schedule within the broad frame work of the accepted methods of working and safety

(d) No additional payment will be made to the contractor for any multiple shift work or other incentive
methods comtemplated by him in his work schedule even though the time schedule is approved by
the department.

18. VALUATION OF DEVIATION . Condition 62 of General Conditions of Contract (IAFW


2249) may please be referred.

19. VALIDITY OF TENDER . The tender shall remain open for acceptance for a period of 60
(Sixty) clear days from the date on which the tenders are due to be submitted ( last date of
bid submission) excluding the last date of submission of tender.

20. RECAUTION AGAINST RISK . The contractor shall be responsible at his own expense to take
precaution to prevent any damage from whatsoever cause arising other than the accepted risk to
minimise the amount of any such loss or damage and for addition of necessary protective means
required for the purpose in accordance with condition 36 of IAFw-2249 and Rule 50 of ES safety
code vide Annexure `C' of IAFW -2249 until the work have been handed over complete to the
Engineer-in-Charge

21 WATCHING AND LIGHTING. The contractor shall provide and maintain all necessary
watching and lighting arrangement to keep the traffic off the trenches. Necessary boards and
signed posts shall be provided and set upto the entire satisfaction of Engineer-in- Charge. The
contractor shall reimburse to Government on account of any loss or damage that may
occur on this account

Contd...
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 114

SPECIAL CONDITIONS(Contd…)

22. RECORD OF CONSUMPTION OF CEMENT . For the purpose of keeping a record of cement issued
and consumed in work the contractor shall maintain a pucca bound register in the form approved by
Engineer-in-Charge showing daily receipts from the MES quantity used in the work and balance
in hand. This register shall be signed daily by the contractor‟s representative and the Engineer-
in-Charge in token of their verification of its correctness. This check, will not, however
absolve the contractor of his responsibility to justify the consumption of cement at the time of
finalisation of his account. The register shall be kept at site in the safe custody of the contractor
during progress of the work and he shall on demand produce the same for progress of the work and
he shall on demand produce the same for verification of inspecting officer (on completion
of the work, the register shall be handed over to the Engineer-in-Charge for record with MES).

23 STACK MEASUREMENTS . Refers special condition 20-A-1 on page No 402 of MES


schedule 2010 Part II, Material shall be stacked at leveled place and their measurements
recorded in measurement took and signed and dated by MES representative and the
contractor as a check to ensure that the required quantities have been brought at site for
in-corporation in the work, No deduction shall be made in stack measurement for
unevenness of ground. Stack measurement however, shall not absolve the contractor for
providing more material required to complete the work or required specification and to repair
post holes, breaks, that may occur during ruling.

24 DAMAGE WORK, UNDERGROUND CABLE PIPE LINE ROAD SURFACE DRAIN ETC.

Any damage done to any existing structures and fixtures, etc, during execution of work, be made
good by the contractor at his own expense. Rectification, reinstatement, replacement, making
good and touching shall be carried out according to the materials and workmanship
originally provided and the entire satisfaction of GE.

The contractor shall be responsible for supporting of all cables, pipe line, surface drains, etc met with
in excavation and shall adequately protect them against damage until the trenches are filled.
Rectification reinstatement and replacement shall be carried out by the contractor at his own cost
so as to match with the existing work in all respect and entire satisfaction of the GE.

In case of any dispute on above account, the decision of the GE shall be final and binding.

25. CONDITIONS FOR WORKING IN RESTRICTED AREA :- The work lies within the
Restricted area following are the conditions for work in restricted area :-

(a) Definition : Restricted area(s) for the purpose of this contract means the
area(s)declared as such by the unit and shown in site plan/described in special conditions. For the
purpose of this contract all the area of works are in Restricted Areas.
(b) Visit to site within the Restricted Area(s) : Permission to enter the Restricted areas at the
time of submission of tenders can be obtained through the GE. Tenderers are advised to send prior
intimation to the Garrison Engineer about particulars of agent, representative, etc. and the date
time of their proposed visit so that necessary arrangement may be made by him to secure
admission. Whether a tenderer visits the site or not shall be deemed to have full knowledge of
the restrictions on entering into exist from the working within the Restricted Area.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 115

SPECIAL CONDITIONS (CONTD--)


25 (contd)
(c) Entry & Exit : The contractor, his agents, representatives workmen and his materials,
carts/trucks or their transport etc, will be allowed to enter through and leave from only such
gate or gates and at such time as the EE or Depot Authorities in charge of Restricted Area may at
their sole discretion, permit to be used. Contractor's authorised representative is required to be
present at the place of entry and exit for the purpose of identifying workmen, cars, trucks etc to the
personal incharge of the security of the Restricted Area.
d) Identity Cards & Passes : The contractor, his agents, representatives are required,
individually,to be in possession to identity card/pass will examined by the security staff at the
time of entry into a exist from the Restricted area and also at any time and for any number of
times inside the Restricted Area.
(e) Identity of Workmen : Every workmen shall be in possession of an identity card. The identity
cards shall be issued after thorough investigation of the antecedents of the labours by the
contractor and attested by the Officer-in-Charge of the unit concerned in accordance with the standing
rules and regulations of the unit. In case of doubts in respect of any workmen, the decision of the
GE in this respect shall be final and binding.
The contractor shall produce police investigation report to the individuals and contractor, however, shall
not be absolve from his responsibility for the proper conduct and action of his workmen, agents or
representatives. Any damage loss caused by the contractor agents, representatives and
workmen to the existing property of work shall be made good by the contractor free of cost and to the
entire satisfaction of GE. Contractor shall submit all details of his workmen representatives agents to
Garrison Engineer.
GE will forward details to Factory Authorities to obtain police verification from competent authorities.
No person will be allowed inside the factory premises without prior police verification. Contractor
will use labour and drivers those police verification has been done. However, in cases where the
contractor is not able to get the drivers and cleaners accompanying the civil trucks, with police
verification, as an except on and on emergency basis the factory will give permission for truck
driver and cleaner without police verification. The contract sum shall be deemed to be included
for the expenditure of PVR. This aspect should be considered before submitting the tender. No
claim on this account shall be entertained by the Department.

(f) Search : Through search of all persons and transport shall be carried out at each gate and for as
many times gate is used for entry or exist and may also be carried out any time of number of times at
the work site within the Restricted area.

(g) Working Hours : The units controlling restricted area, usually working during six days in the
week and remain closed on the 7th day. The working hours normally observed are as follows :-

Monday to Saturday : 0800 Hrs to 1630 Hrs


Sundays and Holidays : Closed.
Working hours at subject to change at any time. The working hours available to contractor's labour
and staff are, however, appreciably reduced because of the time taken in security checks in format
that time. The tenderers attentions is invited to the facts that the total number of working hours for
a unit are prescribed in regulations and that they do not be increased by the GE or Authorities of Unit
Definition and working day given under Condition(s) of IAFW-2249 does not apply in cases where
the works are carried out in Restricted Area.

Contd....
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 116

SPECIAL CONDITIONS (CONTD--)


25(contd..)
(h) Working on Holidays : The contractor shall not carryout any work on gazetted holidays,
weekly holiday and other non-working days except when he is expressly authorized in
writing to do so as a holiday or non working day without assigning any reason for such
declaration.

(j) Access to Restricted Area after completion of work:- After the works are completed
and surplus stores etc removed by the contractor, his agents, representatives or
workmen, etc may not be allowed any access to the Restricted Area except for attending
to and rectification of defects pointed out to his by GE.
(k) Fire Precautions :-

(i) The contractor, his agents, representative, workmen, etc shall strictly
observe the orders pertaining to fire precaution prevailing within the restricted area.
(ii) Motor transport vehicle if allowed by Govt authorities to enter the restricted
area must be fitted with serviceable fire extinguisher.

(l) Female Searcher :- If the contractor desires to employ female labour for works to
be carried out inside the area of factory, depot, park etc and a female
searcher is not borne on the authorized strength of the factory, depot, park etc at
the time of submission of the tender he shall be deemed to have allowed in his
tender for pay and allowances etc for the female searcher Class IV servant)
calculated for the period female labour is employed by him inside that area.
If more than one contractor employ female labour during any month and female
searcher as to be employed in addition to the authorised strength of the factory,
deposit part etc, salary and allowances paid to the additional female searcher(s)
shall be distributed on an equitable basis between the contractors employing
female labour stacking into consideration the values and period of completion of
their contracts. The GE's decision in regards the amount recoverable on this
account from a contractor shall be final and binding.

26. CONSTRUCTION LABOUR WELFARE TAX


Consequent upon promulgation of Ordinance by the President of India, Contractors shall
be liable to pay element for Construction Labour Welfare Tax and the quoted rates shall be
deemed to be inclusive of this element. No extra payment shall be admissible to the
contractor on this account.

27. RE-IMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY RELLATED TO


CONTRACT VALUE

(a) The rates quoted by the contractor shall be deemed to be inclusive of all
taxes/cesses viz GST, Labour Welfare cess/tax etc),duties, Royalties, Octroi & other levies
payable under the respective statutes. No reimbursement/ refund for variation in rates /
cesses viz GST, labour welfare cess/ tax etc, duties , Royalties, Octroi and other levies
and/or imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & other
levies shall be made except as provided in Sub para (b) here-in-below.
(b) (i) The taxes/cesses which are levied by Govt at certain percentage rates of
Contract Sum/Amount shall be termed as “taxes directly related to Contract value such as
GST. Labour Welfare cess/ fare and likes 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 of receipt of tender. Any increase
in percentage rates of taxes directly related to Contract value with reference to
prevailing rates on last due date of receipt of tender shall be reimbursed to the
Contractor and any decrease in percentage rates of “taxes directly related to Contract
value” with reference to prevailing rates on last due date for receipt of tenders shall be
refunded by the Contractor to the Govt/deducted by the Govt from any payments due to
the Contractor. Similarly imposition of any new “taxes directly related to Contract value”
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 117

SPECIAL CONDITIONS (CONTD--)


27(contd..)
after the last due date for receipt of tenders shall be reimbursed to the Contractor and
abolition of any “taxes directly related to Contract value” prevailing on last due date for
receipt of tenders shall be refunded by the Contractor to the Govt/deducted by the Govt
from the payments due to the Contractor.

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

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

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


related to Contract value” shall be made only if the Contractor necessarily &
properly pays additional “taxes directly related to Contract value” to the Govt, without
getting the same adjusted against any other tax liability or without getting the same
refunded from the concerned Govt Authority and submits documentary proof for the
same as the GE may require.

28 MINIMUM WAGES PAYABLE.

28.1 Refer condition 58 of IAFW -2249. The Schedule of Minimum Fair Wages is not enclosed to
these tender documents. The contractor shall not pay wages lower than minimum wages for
labour as fixed by the Govt of India/State Govt under Minimum Wages Act or Contract Labour
(Abolition & regulation Act), whichever is higher.

28.2 The fair wage referred to in condition 58 of IAFW -2249 will be deemed to be the same
as the minimum wages payable as referred to above.

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

29.1 SCOPE OF CONCILIATION

29.1.1 The scope of conciliation shall be restricted to the following types of disputes with financial
limits as indicated therein:-

(a) Disputes relating to levy of compensation for delay in completion – actual amount of
compensation.
(b) Disputes relating to technical examination of works.
(c) Disputes relating to interpretation of the provisions of the contract with reference to the
application to parties
(d) Disputes relating to non return of Schedule „B‟ stores over issued to contractor.
(e) Any other dispute having fair chances of being resolved by conciliation and considered fit to
be referred to conciliation by the parties.

(f) For item (b),(c),(d) and (e) each as stated above the financial limit shall be Rupees two lakhs
or one percent of the contract amount whichever is less.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 118

SPECIAL CONDITIONS (CONTD--)

29.2 COMMENCEMENT OF CONCILIATION PROCEEDINGS

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

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

29.2.3 If the other party rejects the invitation, there will be no conciliation proceedings. If the party
initiating conciliation does not receive a reply within 30 days from the date on which he sends or
within such other periods of time as specified in the invitation, he may elect to treat this as a
rejection of the invitation to conciliate and if he so elects, he shall inform in writing the other
party accordingly.

29.3 NUMBER OF CONCILIATORS. There shall be a sole conciliator.

29.4 APPOINTMENT OF CONCILIATOR. All disputes brought out in Para 29.1.1(a) to


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

29.5 STATUS OF EFFECT OF SETTLEMENT AGREEMENT. The settlement agreement


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

30. CLEANING DOWN

30.1 Refer condition 49 of IAFW -2249,(General Conditions of Contracts) :-


The contractor shall clean all floors, walls, remove cement/lime/paint marks /drops
etc. clean the joinery glass panes etc. touch up all painters work and carryout all
other necessary items of work in connection therewith and leave the whole premises
clean and tidy before handing over the building.

AGE(CONTRACTS)
(SIGNATURE OF CONTRACTOR) FOR ACCEPTING OFFICER
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 119

PARTICULAR SPECIFICATIONS

1. GENERAL

1.1 (a) General Rules and specifications given in MES Schedule 2009 Part-I together
with amendments 1 to 3 for Part-I is applicable as well as general rules, special conditions
and preambles to various rates given in MES SSR 2010 Part-II together with
amendments 1 to
59 for Part-II are applicable shall be deemed to be applicable to the work under this contract
unless otherwise mentioned in this tender documents shall take precedence over
the aforesaid provision in the MES standard schedule of rates..

(b) Term `General Specifications' referred to herein- before as well as referred to in


IAFW-2249 (General Conditions of Contract) shall mean the specifications contained in the
MES Schedule Part I.

(c) General Rules Specifications, Special Conditions and all preambles in the MES
Schedule shall be deemed to be applicable to the work under this contract, unless
specifically stated otherwise in these documents in which case the provisions in these
documents shall taken precedence over the aforesaid provisions in the MES Schedule.
The term "as specified" where appears in tender documents and drawings, relates to
relevant particular specification and in its absence general specifications. All reference
to MES Schedule (Standard Schedule of rates) in these specifications relate to Part I of
MES Schedule unless otherwise mentioned. Reference to only some paragraphs MES
Schedule has been made in these particular specifications other paragraphs and
provisions as applicable are also to be followed for all sections/parts of BoQ even
though not particularly mentioned hereinafter.

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

(e) However, some of the minor details/items which shall be deemed essential for execution
and entire completion of work are detailed as under for guidance.

1.2 SCOPE OF WORK

1.2.1 The scope of work broadly comprises of works at locations as described herein after
including the works mentioned in BOQ as specified and directed by Engineer in charge.
(a) REPAIRS /RENOVATION TO BLDG. NO. 205 FOR CONTROL ROOM TO TNT SECTION AT
HEF KIRKEE

(b) REPAIRS TO FLOORING OF COMPRESSOR HOUSE BUILDING No.31 ME SECTION AT


HEF KIRKEE

(c) REPAIRS TO DAMAGED FLOORING OF BLDG No.161 AZIDE SECTION AT HEF KIRKEE

(d) REPAIRS TO NEUTRALISATION TANK NO.03 NEAR YELLOW WATER PLANT BLDG NO.
224 TNT SECTION AT HEF KIRKEE

(e) REPAIR/RENOVATION TO DAMAGED DRAIN OF BLDG NO. 20/21 AT HEF KIRKEE

(f) SPECIAL REPAIRS TO WATERPROOFING OF BLDG No.P-400 AND ALLIED WORKS AT


QAE(ME), HEF PUNE
(g) PROVISION OF SCOOTER SHED FOR 10 SCOOTERS WITH HARDSTANDING AT QAE(ME)
HEF PUNE
(h)PROVISION OF 06 ALUMINIUM WINDOWS IN LABORATORY BUILDING AT QAE(ME) AT
HEF KIRKEE
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 120

PARTICULAR SPECIFICATIONS

1.2.2 MATERIALS: Materials shall be all as stipulated in special condition clause No.13
specified hereinbefore and or as per relevant clauses/preambles of SSR 2009 Part I.

1.2.3 Letters conveying approval of samples/materials by GE/Engineer-in-Charge will


interalia mention source of supply/reference to clause of the tender documents
containing specification of particular materials.

1.2.4 As far as practicable all manufactured articles other than those manufactured in contractor‟s
workshop at site, shall bear BIS certification mark. List of such items is given in special
condition. It is mandatory for the contractor, that BIS certified and marked items/articles as
listed there in should only be incorporated in the work. Names of approved
manufacturers/suppliers of certain items/materials are given in these specifications.
Contractor is advised to check availability lead-time of procurement from these suppliers
before quoting.

1.2.5 Local materials such as stone aggregate, sand, lime etc shall generally confirm to
the sample kept in GEs office, addition to their conformity with relevant specifications
given in the tender documents. The samples of such materials shall be got approved from
GE in writing, before the materials are brought at site in bulk.

1.2.6 T&P, MACHINERY AND TRANSPORT


1.2.6.1 T&P, Machinery and transport as found necessary as per the scope of work for smooth and
speedy execution of the work as per the specification and as demanded by Engr-in-charge
shall be deployed by the contractor. Inadequate engagement of Engineers as per condition
25 of IAFW-2249 and deployment of T&P, Machinery & Transport required as per the scope
of work shall be considered as serious lapse attracting ban /removal /downgrading
/debarment of the Firm/Company.

2.0 DEMOLITION/DISMANTLING/TAKING DOWN. Demolition/dismantling/taking down shall


be carried out to the portion as directed by Engineer-in-charge all as specified in
specification of SSR Part-I (2009) and preamble contained in SSR Part-II (2010) for
respective items Schedule `A‟ items rates shall be inclusive for these. Contractor shall
make every precaution to prevent damage to any part of the structure and also to the
adjacent structure due to carelessness and negligence. In case of damage, contractor
shall make good the damage to the entire satisfaction of GE without extra cost to the
Government.

3.0 CONCRETE WORKS

3.1 CEMENT

3.1.1 GENERAL: Cement required for the work under the contract shall be procured,
supplied and incorporated in the works by the contractor under his own
arrangement. Cement shall be of tested quality and shall comply with the requirements
mentioned in the drawings, SSR, IS specifications as amended and particular
specifications given herein after. Type of cement for the subject work shall be
Ordinary Portland cement Grade 43 (forty three) in accordance with IS 8112-
1989.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 121

PARTICULAR SPECIFICATIONS(Contd)

3.1.2 SOURCES OF PROCUREMENT

[a] Cement shall be procured by the contractor from any of the following main
producers of OPC. However, cement may be procured from authorised
dealers of manufacturers in case the total requirement of cement is less than
1200 bags.

(i) The Associated (xi) Madras Cement


Cement Companies Ltd

(ii) Companies Ltd Ltd


Grasim Industries (xii) Mangalam Cement Ltd

(iii) Ultra Tech Cement (xiii) Birla Corporation Ltd

(iv) The India Cement (xiv) Orient Cement

(v) Dalmia Cement (Bharat) Ltd (xv) Lafarge Cement (Lafarge


(OPC 43 grade) India Pvt Ltd)
(vi) Andhra Cement Ltd (xvi) Shree Cement

(vii) Century Cements (xvii) J K Cement

(viii) Saurashtra Cement (xviii) Jaypee Rewa Cement

(ix) Binani Cement (xix) Ambuja Cement Ltd

(X) JK Lakshmi Cement Ltd (xx) Cement manufacturing


Company Ltd
(xxi) Cement Corporation of India Ltd (OPC 43 grade)

[b] The contractor shall furnish the particulars of the manufacturer/ main
producers of cement along with the date of manufacture to the Garrison Engineer
for every lot of cement separately. The cement so brought shall befresh and in
no case older than 60 days from the date of manufacture. The Garrison Engineer
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.

[c] Cement shall be procured for minimum requirement of one month and not
exceeding the requirement for more than two months at a time. The cement shall
be consumed in the work within three months after receipt. Cement shall
conform to the requirement of Indian Standard specification and each bag of
cement shall bear relevant ISI mark. The weight of each consignment shall be
verified by the GE and recorded. The content of cement shall be checked
at random to verify the actual weight of cement per bag. However, each bag
of cement shall be of nominal average net mass of 50 Kgs, subject to tolerance
given in relevant clause and Annexure ‘B’ of IS - 8112 of 89 and as per
relevant clause of IS-1489-1991.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 122

PARTICULAR SPECIFICATIONS (Contd)

3.1.3 TESTING OF CEMENT

3.1.3.1 The contractor shall submit the manufacturer’s test certificate in original along with test
sheet giving the result of each physical test as applicable in accordance with the
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 provision:

3.1.3.1 [a] Method of sampling hydraulic cement as per IS - 3535 - 1986.

[b] Method of chemical analysis of hydraulic cement as per IS-4032-1985.

[i] Thetest sheet shouldincluderesultsof the following mandatory tests: -


Specific surface by Blains air Permeability method.

[ii] Soundness Test by Le’ Chateller method.

[iii] Initial setting time. [iv] Final Setting time.

[v] Compressive strength test at 3, 7 & 28 days as specified in the


relevant IS code.

[vi] The test report should also show the chemical properties of the
cement as per relevant IS codes.

3.1.3.2 The test certificate and test sheet shall be furnished with each batch of
manufacture. The Engineer-in-Charge shall record these details in the cement
acceptance register to be maintained by him which will be signed by JE (Civil),
Engineer-in-Charge, Garrison Engineer and the contractors as given in the format
herein after for verification.

3.1.4 INDEPENDENT TESTING OF CEMENT BY GE

3.1.4.1 In addition to above, the GE will organise independent testing as


per test mentioned in Cement supply/Acceptance Form of random sample of cement drawn
from various lots from the National Test House/SEMT wing/ Engineering Colleges/any
other private approved laboratories by Zonal CE/ Accepting Officer as per IS-3535-1986
(Method of sampling Hydraulic cement), IS-4031 (Method of physical test for Hydraulic
cement) and IS-4032-1985 (Method of Chemical Analysis of Hydraulic cement). The
cement shall be tested for physical properties as per relevant IS codes for the job/
contract. In case the cement is not of requisite standard despite manufacturer’s Test
Certificate the Contractor shall remove the total consignment from the site within 24 hours
at his own cost after written rejection order of the consignment by the GE. The cost of
tests shall be borne by the contractor irrespective of the results of testing.

3.1.5 SAMPLING OF INDEPENDENTAND ADDITIONAL TESTS

3.1.5.1 Sample of cement from each lot shall be collected in accordance with Para 5.6 of
IS-3535-1986, for independent or additional tests. Atleast 2% of the bags subject to
a minimum of five bags shall be sampled as per procedure laid down in IS-3535. The
cement should be tested within 1-3 weeks of supply but before incorporation in the
work.

3.1.5.2 The random samples as per relevant IS shall be selected by GE before carrying out
testing. The record of such samples selected by the GE for testing shall be properly
maintained in the ‘Cement Testing Register’ giving cross reference to relevant
consignment of cement and quantity received etc.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 123

PARTICULAR SPECIFICATIONS(Contd)

3.1.5.3 Cost of transportation of samples to the approved laboratory/test house and all testing
charges including cost of sample shall be borne by the contractor.

3.1.5.4 The contractor shall be required to set up adequate testing facilities at site to the
entire satisfaction of Garrison Engineer for conducting setting time tests and
compressive strength test as per IS codes referred to herein before for the samples
collected from the lot brought at site. These tests shall be carried out with in 7
days of receipt of cement at site. The tests can alternatively be carried out at the
Zonal laboratory, or any other recognised laboratory so designated by GE.

3.1.5.5 The contractor shall submit original purchase vouchers 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 to ensure the requirements as mentioned hereinbefore, before acceptance.
The original purchase vouchers and the test certificates shall be verified for subject
contract & defaced by the Engineer-in-Charge and kept on record in the office of the
Garrison Engineer duly authenticated and with cross reference to the consignment/control
number recorded in the cement Acceptance Register. The cement Acceptance Register
shall be signed by the Junior Engineer (Civil), Engineer-in-Charge, GE and the
Contractor. The contractor shall maintain schedule of supply of cement for each
consignment.

3.1.5.6 The Accepting Officer may order a board of officers for random check of
cement and verification of connected documents during the currency of contract.

3.1.6 STORAGE/ ACCOUNTING/ PRESERVATION OF CEMENT

3.1.6.1 Cement shall be stored in covered godown over dry platform at least 20 cm high in
such a manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case
of storeroom, the stack should be at least 20cm away from floors and walls. The stacking of
cement shall be done as specified in relevant IS. The storage, accounting and preservation of
cement supplied by the contractor shall be done as per standard engineering practice till the
same is incorporated in the work and the cost of the same shall be deemed to be included in the
unit rate/amount quoted by the tenderer. The Engineer-in-Charge shall inspect once a day to
verify that cement lying at site is stored, accounted, preserved and maintained as per the
norms.The cement shall be stored so as to differentiate each tested and untested consignment
separately with distinct identification. If the GE is not satisfied with the storage/preservation of
cement, he may order for any test(s) of cement as applicable for that consignment to ensure its
conformity to the quality mentioned in the manufacturer’s test certificate. The contractor shall bear
the cost of necessary testing(s) in this regard and no claim whatsoever shall be entertained.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 124

PARTICULAR SPECIFICATIONS(Contd)

3.1.6.2 Stacking of cement shall be done as per relevant IS and as under:-

[a] Each cement consignment shall be stacked separately displaying the control
No and date of receipt of cement and removal shall be made on the basis of
‘First in First out’.
[b] Adequate top cover will be provided

3.1.6.2 [c] Stacks in no case shall be higher than 10 bags. The maximum width of each
stack shall be 3.00m. If the stack is to be more than 7 or 8 bags high, the bags shall be
arranged in header and stretcher fashion, i.e. alternately lengthwise and cross wise so as to tie the
piles together and avoid danger of topping over.

[d] Adequate space shall be kept between two stacks.

3.1.6.3 Cement godown shall be provided with two locks on each door. The key of one lock
at each door shall remain with the Engineer-in-charge or his representative and
that of the other lock with the contractor’s authorised agent at site of works so that
cement is removed from the godown only according to 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 orders of the GE and suitable replacement for the
cement bag(s) so removed shall be made and no claim whatsoever shall be admissible
on this account.

3.1.6.4 Cement shall be removed from the store only according to daily requirement with
the knowledge of both the parties and daily consumption of cement shall be
recorded in cement consumption register, which shall be signed by the Engineer-in-
charge and the contractor. Cement constants given in Appendix ‘A’ to E-in-C’s
Branch letter No. 35289/35/E8 dated 3/16 Jan 1976 shall form the basis of
consumption of cement for various items of works unless specifically indicated
otherwise.

3.1.6.5 In case the consumption of cement as per cement consumption register is found to
be more than the estimated quantity of cement due to whatsoever reason, the
contractor shall not have any claim whatsoever for such excess consumption of
cement.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 125

PARTICULAR SPECIFICATIONS(Contd)

3.1.6.6 Movement of cement shall be recorded in In/Out Cement Register as per the
following proforma: -

IN/OUT CEMENTREGISTER

Cement IN Cement OUT Signature

Qty Balance (In Bags)


Age of Cement

Remarks
Control No

Contractor

AGE/GE
Reasons*
(In Bags)

(In Bags)
SI
N
Date

O
Qty

Qty

(a) (b) (c) (d) (e) (f) (g) (h) (j) (k) (l)

* NOTE: The following reasons may be mentioned for taking out cement from store: -

[a] For testing purpose

[b] For use in work

3.1.7 SCHEDULE OF SUPPLY

3.1.7.1 The procurement of cement should be such that it matches with the physical
progress of the work. The schedule of procurement shall be worked out by the GE
in consultation with the contractor. The schedule shall be got vetted by GE from
time to time. The contractor shall ensure that the schedule is adhered to. The
contractor shall forfeit his right to demand extension of time if the supply of
cement is get delayed due to his failure in placing order in time to the
manufacturer.

3.1.8 MEASUREMENTS AND PAYMENT OF CEMENT

3.1.8.1 The entire quantity of cement shall also be suitably recorded in the Measurement
Book for record purposes as ‘Not to be abstracted’ before incorporation in the work and
shall be signed by the Engineer-in-Charge and the contractor.

3.1.8.2 The payment shall only be allowed after production of original purchase vouchers,
certified copies of test certificates from manufacturer for each consignment and results
of testing carried out in laboratory on receipt of cement (7 days
compressive test) are found satisfactory after testing as specified herein before.
Cement shall be paid as material lying at site as per condition 64 of IAFW-2249.
Rate of cement given in SSR or market rate whichever is less shall be applicable for
cement irrespective of grade of cement specified for use in the work.

3.1.8.3 Paid vouchers for cement is not required to be produced in case of RMC concrete.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 126

CEMENTSUPPLY& ACCEPTANCEREGISTER

1. CA No. & Name of Work

2. Control No.*

3. Name of Manufacturer/Brand Name/Gde of Cement (a) Manufacture ………….. (b) Brand …………… (c) Grade …………….

4. Quantity of Cement & Lot No./Week No. (in bags): Qty …………… (b) Lt No./Week No. ……………

5. Manufacturer’s Test Certificate No. …………………

6. Random Test Details (a) Physical test Report from ……. Vide their letter No. ……. (Name of approval Lab/Engg College) (c)
Chemical test report from …….. vide their letter No. ……. (Name of approval Lab/Engg College)

7. Details of Physical & Chemical properties.

Physical Requirement (As per IS 4031) Chemical Requirements (As per IS 4032)
Compressive
S t a n d a r d C o n s is t e n c y
S p 2e c if ic S u r f a c e A r e a

Le

S o u n d n e s s b y A u to

T e m p d u r in g t e s t i n g

A n h y d r id e
I n s o lu b l e R e s d u e ( % )
Strengths

L o s s o n ig n it io n ( % )
(Mpa)
by

M a g n e s iu m ( % )
L im e S a t u r a ti o n
t t inu tge s )

F a c t o r ( R a t io )

C h lo r i d e s ( % )
A c lu m in a I r o n
I n it i a l S e t t in g

R a t i o ( R a t io )

A l k a ile s ( % )
S oundness

TF i nm ael S( Me in

S u lp h u r ic
C h a te lla r

03 D ays
07 D ays
28 D ays
(M /k g )

C la v e

(% )
(% )
0C

As per relevant IS
As per
manufacturer’s test
As per
random test
Remarks with Signature Accepted / Rejected
Contractor Junior Engineer Engineer-in-charge Garrison Engineer

Remarks of BOO / Inspecting Officer / CWE * To be allotted serially by GE Consignment wise


CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 127

PARTICULAR SPECIFICATIONS(Contd)

3.2 FINE AGGREGATE

3.2.1 The fine aggregate shall be natural sand/ crushed stone sand from any of the
approved source. Fine aggregate for concrete shall generally conform to the
specifications laid down in MES Schedule Part – I. The source of fine aggregate
shall be as approved by GE.

3.3 COARSE AGGREGATES

3.3.1 Coarse aggregate for all cement concrete work shall be graded crushed granite
stone all as specified and shall be conform to grading given under MES Schedule
Part-I. Normal size of graded stone coarse aggregate to be used for various
situations shall be as specified in Schedule “A”. The source of aggregate shall be as
approved by GE.

3.4 GRADING OF COARSE AGGREGATE

3.4.1 Graded Aggregate of nominal sizes given hereunder shall be used, unless specified
otherwise, in the specifications hereinafter:

[a] Plain or reinforced cement concrete except in Foundation of Brick or Stone


Walls/Pillars, Floors and Sub base to Floors:
[i] For structural elements of depth/thickness - 20mm
more than and including 80mm

[ii] For structural elements of depth/thickness - 12.5mm


less than 80mm

Note: However, in no case the nominal size of aggregate shall be greater


than one-fourth the minimum thickness of the member.

[b] Plain Cement concrete in Foundation of Brick/Stone Walls, Pillars, Floors and
Sub Base to Floors:
[i] Under 30mm thickness - 12.5mm

[ii] 30 to 80mm thickness - 20mm

[iii] Exceeding 80mm thickness - 40mm

3.5 WATER

3.5.1 Water required for incorporation in the work shall conform to the requirement
stipulated in IS-456 and as per clause 4.9 of MES Schedule Part-I.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 128

PARTICULAR SPECIFICATIONS(Contd)

3.6 PLAIN CEMENT CONCRETE/REINFORCED CEMENT CONCRETE

[i] All materials, workmanship, inspection, sampling and testing shall be as per the
requirements given in IS-456-2000.

[ii] The contractor shall provide all facilities and equipment for casting, curing and
conveyance of test cubes of cement concrete to the laboratory approved by the GE.
Test of concrete cubes during execution shall be carried out as laid down in IS-456
by the contractor in laboratory. Contractor shall supply free of cost concrete cubes
for testing any number of times as demanded by GE. All incidental charges
for taking out cubes, transporting to laboratory, testing charges etc; shall be
borne by the contractor. The number of cubes made and tested shall be recorded to
account the quantity of cement consumed.

[iii] Batching: All ingredients shall be batched by volume. All measuring


equipments shall be kept in a clean and serviceable condition and their
accuracy checked periodically.

[iv] Mixing, Transportation, placing: Refer corresponding clauses under

Design Mix concrete.

[v] Compaction: The concrete should be adequately compacted by suitable means


as directed by Engineer-in-Charge.

[vi] Curing: Refer corresponding clauses under Design Mix concrete.

[vii] Sampling, testing and acceptance criteria: Refer IS-456-2000 where the strength
.is specified for volumetric mix.

4.0. BRICK WORK


4.1 MATERIAL

4.1.1 Bricks shall be sub class ‘B’ bricks (old size) conforming to IS-1077-1986, normal size as
locally available with crushing strength not less than 35Kg per Sqcm. The nominal size
of the bricks shall be 230mm long, 115mm wide and 75mm height with tolerance of (+)/(-
) 8% on dimension. The GE at his discretion may permit use of bricks (without any
price adjustment) which may strictly confirm to the said tolerance limit in sizes provided
be its satisfied that the bricks conform to the specification in all other respects. With
reference to special condition 5.1 on Sl Page No 51 of MES Schedule Part-II half of
bricks shall be taken as 11.5cm for the purpose of measurements irrespective of size of
bricks locally available.
4.1.2 CEMENT : Refer relevant clause specified herein before.

4.1.3 SAND : Sand for mortar shall be specified in clause 5.4 of MES Schedule Part-I.

4.2 WORKMANSHIP
4.2.1 Unless otherwise specified herein after or shown on drawings / B O Q brick work in
various situation shall be built in cement mortar as under :-
(i) Brick work in half brick and under:- Brick work in cement
mortar 1:4. (ii) Brick work in all situation including foundation:-
Cement mortar 1:6.

4.2.2 Half brick thick wall of height more than 90cm shall be reinforced with two 6mm dia MS bar
horizontally at every fourth course starting from floor level and anchored in wall, columns
at junctions, unless otherwise shown on drawing.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 129

PARTICULAR SPECIFICATIONS(Contd)
4.2.3 Mortar bed joint shall normally conformed to thickness with tolerance with specified in
clause 5.26 of MES Schedule Part-I. However, joints upto 15mm thick are permitted with
prior approval of GE without any price adjustment and no extra claim shall be admitted.

4.3 LAYING & BONDING

4.3.1 Bricks shall be laid and bonded all as specified in clauses of MES Schedule Part I as
applicable to old size bricks (FPS conventional bricks).

4.3.2 In framed construction, brick panel Wall not supported on plinth/grid beams shall
have foundation as for non load bearing wall and half brick wall upto 2100mm height in
such situation shall be erected directly supported on sub base floor. Half brick wall above
2100mm height and dwarf wall shall be provided with foundation as shown on drawing.
Half brick wall shall be provided with lintel band at 2100mm high.

5. STEEL AND IRON WORK :


GENERAL :
All steel required for the work under the contract shall be procured, supplied and incorporated
in the works by the contractor under his own arrangement.
5.1. GRADES AND QUALITY :
Steel supplied by the contractor shall confirm to the following grades and quality :-
(a) Steel for concrete reinforcement :
(i) High strength cold twisted deformed steel bars shall confirm to IS-1786-1985
(Reaffirmed 1990) and Grade Fe-500/550D.
(ii) Mild steel bars shall confirm to IS-432 Part-I, Grade-I.
(iii) TMT (Thermo Mechanically Treated) bars shall confirm to Gde-500/550D of
IS-1786.
(b) Structural steel :
(i) Structural steel standard quality shall confirm to IS-2062-2006 and Grade
E-250 (Fe-410-W). This type of steel shall be provided indicated in Sch „A‟ /
where directed and as per clause 10.4.1 of MES Schedule Part-I 2009.

(ii) Structural steel ordinary quality shall confirm to IS-2062-2006 and Grade
E-165(Fe-290). This type of steel shall be used for structures not subjected to
dynamic loading. This type of steel will not be used where welding is used in
Fabrication and in the area falling in earth quake zones where severe damage
is expected and design of structure is based on plastic theory. This type of
steel shall be provided in the location indicated in Sch „A‟ / where directed and
as per clause 10.4.2 of MES Schedule Part-I 2009.

(iii) Structural steel ordinary quality shall be used in frames of doors and
windows, guard bars, grills and like and shall confirm to IS-1977 Grade Fe-
290. This type of steel shall be provided in the locations where indicated in
Sch „A‟ / directed and as per clause 10.4.2 of MES Schedule Part-I 2009.

(c) Hard drawn steel wire fabric for concrete r e i n f o r c e m e n t /fabric


reinforcement shall confirm to IS-1566.
(d) Galvanised steel sheets (Plain and corrugated), shall confirm toIS-277 of 1985
and having minimum zinc coating of 120 gm per Sqm.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 130

PARTICULAR SPECIFICATIONS(Contd)

Note : 1 : For clause 5 .1 (a) (iii) hereinbefore, the Grades and source of TMT
steel bars shall be as specified herein after.
Note : 2 : Any items of steel specified in clause No. 10.1. (a) to (d) above not confirming to
grade and quality shall be rejected and the rejected steel items under particular consignment shall be
removed from the site by the contractor at his own cost within 7 (Seven) days. The contractor will
have no claim whatsoever on this account.

5.2.1 SOURCE OF PROCUREMENT :


(a) The contractor shall procure all the reinforcement steel directly from the
manufacturers/producers viz SAIL / RASHTRIYA ISPAT NIGAM / TISCO / M/s JAI BALAJI
INDUSTRIES LTD / M/s SHYAM STEEL INDUSTRIES LTD/STEEL EXCHANGE INDIA /
INDIA LTD / JINDAL STEEL AND POWER LTD / M/S SRMB SRIJAAN PVT LTD /
CONCAST STEEL AND POWER LTD / ADHUNIK METALLICS LTD / SHRI BAJRANG
POWER AND ISPAT LTD / M/S JSW STEEL LTD / ELECTROSTEEL STEEL LTD / M/S
SHYAM METALLICS AND ENERGY LTD / M/S KAMACHI SPONGE AND POWER CO.
LTD / M/S BDG METAL AND POWER LTD, The contractor shall procure all the structural
steel directly from the manufacturers/producers viz SAIL / RASHTRIYA ISPAT NIGAM /
TISCO List of approved secondary producers of structural steel is given hereinafter.

Contractor shall place order on producer/ manufacturer and if any particular section is not
readily available with main manufacturer/producer and the main manufacturer/producer
directs the contractor to collect steel from authorized conversion agent, the same shall be
allowed, subject to condition that the purchase voucher for such collection of steel shall be of
main manufacturer/producer only. The billing of such purchase shall clearly indicate the
name of the original manufacturer/producer. Contractor shall not procure any steel items
directly from conversion agents.

5.2.1. (b) The steel procured from main manufacturer, secondary manufacturers shall confirm to the
requirements as stated in clause above, The steel items supplied by the producer/
manufacturer, through their conversion agent shall also confirm to the requirements as
stated in clause above. and producer shall stand guarantee for quality of steel and shall
countersign the test certificate issued by conversion agent,

(c) However, non structural steel as for guard bars, hold fast, railing and the structural steel
where total requirement under the contract is less than 2.00 tones may be procured locally
after obtaining permission of the Accepting Officer in writing.

(d) The contractor shall produce original vouchers from manufacturers/producers for the
total quantity of steel supplied under each consignment and to be incorporated in the work.
The original vouchers shall be kept on record of the GE duly defaced by Engineer-in-
charge and authenticated.

5.2.2 : The name of approved secondary manufacturers of structural steel are :-

M/s Shyam Sel Ltd, 29, Ganesh Chandra M/s Kashi Vishwanath Steel Ltd,
Avenue 1st floor , Kolkata -13 Kashipur , A-80, Vivek Vihar, Phase-I,
Delhi- 110095
M/s KL Steel Pvt. Ltd Post Box No. 61, Lal M/s Shri Badrinarain Alloys and Steel Ltd
Kuan, Bulandshahar Road, 95, Stephen House, 4 B B D Bag,
Gaziabad ( UP) Kolkata – 700001
M/s Pushpak Steel Industries Pvt Ltd M/s Amba Shakti Ispat Ltd,
Gate No. 119, Alandi Markal Road , Plot No. 6, Phase-II, Industrial Area Kala
Dhanore, Tal Khed, Pune Amb, Distt Sirmour-30
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 131

PARTICULAR SPECIFICATIONS(Contd)

5.3 TESTING AND TEST CERTIFICATE


(a) The contractor shall produce manufacturers test certificate in original
alongwith the test sheet giving the result of each mechanical test as
applicable and the chemical composition of the steel supplied as specified
in relevant IS codes, duly signed by the manufacturer with each
consignment.
Note : Production of test certificate in respect of steel required for guard
bars, hold fasts, grills and like by the contractor may not be insisted upon.
(b) The original test certificate shall also be kept on record in the office
of GE duly defaced by Engineer-in-charge and authenticated.
(c) In addition to production of test certificate as mentioned in clause 5.2.
(a) and (b) above ,the contractor shall provide all facilities to the department
for independent testing of steel in Government approved laboratories with-
out any extra cost to the department.

5.3.1 Minimum frequency of testing for each source and each consignment : (a)
Steel for concrete reinforcement :

(i) Bar size less than 10mm dia : One sample (3 specimens)
for each test every 25 tones
or part thereof.
(ii) Bar size 10mm to 16mm dia : One sample (3 specimens)
for each
(inclusive) test for every 35
tones or part thereof
(iii) Bar size over 16mm dia : One sample (3 specimens)for
every 45 tones or part

(b) Structural steel :


(i) Tensile test : One test for every 25 tonnes of steel or part thereof.
(ii) Bend test : One test for every 10 tonnes of steel or part thereof.

5.3.2 Chemical test : Chemical test shall be carried out to ascertain chemical composition, which
shall confirm to the norms laid down in relevant IS-Codes.

5.3.3 Bend test and tensile test for structural steel shall be carried out as per IS-226. For high
strength deformed bars tensile, bend test and re-bend test shall be done as per IS-1786.
For MS bars tensile and bend test shall be carried out as per IS-432.

5.3.4 GE has the right to get one more sample (3 specimen) tested if he is not satisfied with the
consignment. However testing charges for the additional sample over and above
frequency given in clause 5.3.1 above, shall be borne by the department.

5.3.5 If the test results as per manufacturers test certificates or of independent testing of
random samples are not as per criteria laid down in the relevant BIS provisions, the entire
lot which is represented by the samples shall be rejected. All such rejected materials
shall be removed and replaced by the contractor at his own cost forth with.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 132

PARTICULAR SPECIFICATIONS(Contd)

5.3.6 Cost of transportation of samples (to and from) to the approved laboratory/test house and all
testing charges shall be borne by the contractor.
5.4. STORAGE :
Steel supplied by the contractor shall be stored in accordance with the requirement of
IS. Each grade and quality of steel shall be stored separately and have identification tacks
indicating the source quality and grade.

5.5. PRSERVATION AND MAINTENANCE OF STEEL : The steel brought by the contractor shall be
preserved to ensure that no rusting takes please till it is incorporated in the works.

5.6. SCHEDULE OF SUPPLY :


The contractor shall procure the steel sections, timely as required in accordance with CPM chart,
agreed between GE and the contractor. The contractor will have no right to demand extension of
time if the supply of steel gets delayed due to his failure in placing order in time to the
manufacturer/supplier

5.7. PAYMENT : Receiving payment of steel shall be governed by in accordance with condition
64 of IAFW- 2249 payment shall be allowed only after production of test certificate and
purchase vouchers from main manufacturer/producer.

5.8. MEASUREMENT :
The entire quantity of steel brought to site shall be recorded in Measurement Book “NOT TO BE
ABSTRACTED” indicating the reference to manufacturer, source of supply, voucher number and
test certificate before incorporation in the work and shall be signed both by the Engineer-in-charge
and the contractor. Proper documentation/record shall be maintained as per the instructions on the
subject.

5.9. WEIGHT CONVERSION :


(i) Weight of steel supplied by the contractor shall be calculated at unit weights given in
Appendix `A‟ of MES Schedule Part-II 2010. For section not listed in MES schedule the ISI
conversion table shall be followed. Manufacturer‟s certificate shall be followed if the weights are
not available in MES Schedule/ISI tables.
(ii) Normal waste and off cuts shall be stacked neatly which shall be the property of the
contractor. Contractor shall be allowed to remove such cut pieces after inspection and
certification by the Engineer-in-charge.
(iii) Advance on account of payment made towards these cut pieces shall be recovered from
advance on account of payment immediately falling due and before removal of such cut pieces
from site.
(iv) Binding and fixing of bars for concrete reinforcement including mild steel wire for binding
shall be carried out all as specified in MES Schedule.
(v) Hooks shall be provided only for mild steel bars. In case of cold twisted/deformed steel bars
ends shall be bent instead of hooks as shown on drawings/specified in relevant IS.
(vi) Binding wire for reinforcement shall be mild steel wire (annealed) of size not less than
0.9mm.
Note :
(a) Mixing of different type and grades of bars shall be done in the same RCC member as main
reinforcement to satisfy clause 26.1 of IS-456 of 2000.
(b) TMT bars of grade higher than 415 Mpa will not be used under following seismic conditions.
(i) When the structure is located in seismic Zone IV and V
(ii) When the structure is located in seismic zone-III and has importance factor greater than 1.00.
(iii) The structure is located in seismic Zone-III and is an industrial structure.
(iv) The structure is located in seismic Zone-III and is more than five stories high. (c) TMT shall
not be treated as corrosion resistant steel bars.

5.10. STEEL SUPPLY/ACCEPTANCE FORM : For each consignment of steel supply/acceptance form
will be filled in and jointly signed by the department representative (AGE/JE) and contractor and
accepted/rejected by GE before incorporation in the works as per Annexure `A‟.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 133

PARTICULAR SPECIFICATIONS(Contd)
ANNEXURE ` A
STEEL SUPPLY AND ACCEPTANCE FORM
1. CA No.& Name of work
2. Control No*.
3. Name of manufacturers TC No
4. Manufacturer
5. Random test details (a) Physical test report from…..vide their letter No……(Name of NABL
approved lab/Engg college)
(b) Chemical test report from…..vide their letter No……(Name of NABL
approved lab/Engg college)

6. Type of steel, dia & Qty (a) Type: TMT/CRS (b) Dia…..mm
(c) Actual wt…..MT (d) Conversion wt…..MT

Chemical test Mechanical test

stress
+
Phosphorous %

Phosphorous %
Manganese %

Re Bend test
elongation %
Wt per metre

Percentage
Silicon %
Sulphur %
Carbon %

(N/sqmm)

(N/sqmm)
Corrosion

Bend test

Remarks
resistant

strength
element
Sulphur

Tensile
As per IS 1786 Yield
As per
manufacturers
test certificate
As per
independent
test

Remarks with Signature Accepted/Rejected


Contractor Junior Engineer Engineer in charge Garrison Engineer

Remarks of inspecting Officer/GE

* To be allotted serially by GE/Engineer in Charge consignment wise

5.11 HOLDFASTS AND BOLTS : Provide holdfasts as indicated in drawings. Holdfasts shall be tarred
and sanded before fixing. Where holdfasts and required to be provided through concrete column,
etc, same shall be bolt type as shown on drawing.

5.12. DOCUMENTATION
5.12.1 The contractor shall submit original vouchers from the manufacturer for the total quantity of steel supplied under
each consignment to be incorporated in the work. The GE shall inspect all consignments received at the work site
along with the relevant documents before acceptance. The original vouchers and the Test Certificates shall be defaced
by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference to the
control number recorded in the steel acceptance Register. The Steel Acceptance Register will be signed by JE,
Engineer-in-Charge, GE and contractor. The entire quantity of all steel items shall be suitably recorded in the
Measurement Book as “Not to be Abstracted” before incorporation in the work and shall be signed by the Engineer-in-
Charge and the contractor.
5.13 CHEQUERED PLATES
Chequered plates shall be as per requirements given in IS-3502-1994, Specification for steel chequered plates. Pattern
of chequered plates shall be as directed. Unless otherwise indicated, minimum bead height shall be 0.8 mm. Plates shall
be cleanly rolled and shall be reasonable free from harmful surface defects such as cracks, surface flaws, imperfect
edges, etc. Thickness of chequered plates specified shall be exclusive of the raised portion.
5.14 BOLTS NUTS AND WASHERS
This shall be as per BOQ and as specified in SSR Part I.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 134

PARTICULAR SPECIFICATIONS(Contd)
6.0 PVC SOLID WALL LINING AND PANELLING

This shall be all as per BOQ and provided at locations as directed. Solid PVC Wall Lining shall consist
of PVC sheet stuck with solvent cement on PVC sheet paneling fillets as per direction of Engineer in
charge & manufacturer's instruction. Rectangular or circular pillars or other insets in the wall shall be
covered using heat bent PVC sheet to ensure heat bending of the PVC sheet at the required angle:
suitable groove shall be cut in the PVC sheet if required. Two PVC lining sheets shall be stuck
adjacent to each other after leaving a gap of 2mm. If so desired strips of 5 mm thick PVC sheet of
width 75 mm feathered at the edges can be stuck at the places where two PVC sheets are joined,
using solvent cement. Broader arrangement shall be as shown in drawings in SSR Part I. PVC sheet
fillet shall be 5mm thick & 35mm wide PVC sheets with ‘U’ shape groove of 2mm depth in the centre.
The purpose of the groove is that the head of the screw used to fix the fillet to the wall sinks into it so
as to make the surface of the fillet plain.

7.0 EXCAVATION :
(a) T h i s s h a l l b e c a r r i e d o u t a s p e r B O Q . Excavation shall be done to the depth as
shown on drawings/as required at site and directed by Engineer-in-charge.
(b) Decision of the GE shall be conclusive and binding as regards classification of soils and rocks.

7.1 FILLING :

(a) Soil obtained from excavation (except earth/spoil obtained from surface dressing) may be used
for filling, if approved by Engineer-in-charge.
(b) The use of vegetable soil, Turf, mud, peat, etc in filling will not be permitted.
(c) If the soil obtained from excavation is not approved or soil/rock obtained from excavation is
insufficient for filling and additional quantity is required for filling, the same shall be met with by
bringing approved moorum from outside MD land.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 135

PARTICULAR SPECIFICATIONS(Contd)
7.2 REMOVAL OF SPOIL :
(a) Spoil obtained from surface dressing, excavation and surplus soil , if any, obtained from
excavation, remaining after filling in foundation trenches/filling under floors or the entire excavated
soil, if not approved for use, shall be removed to a distance mentioned in Sch „A‟ spread and leveled
in the manner as directed by the Engineer-in-charge. Rubbish shall be cleared away from site from
time to time is directed by Engineer-in-charge.

7.3 HARD CORE


Hard core shall be of hard broken stones or boulders as indicated in BOQ. Material for hard core shall
be hard,tough, clean and free from dust and other deleterious matter. The material for hard core shall
be well graded for providing a dense and compact sub-grade. Materials for hard core shall be broken
to gauge not exceeding 63mm as per BOQ.

7.4 MOORUM FILLING


These shall be as per BOQ locally available and as specified in SSR Part I.

8. PLASTERING AND POINTING :

8.1 GENERAL :

(a) Plastering/pointing shall be carried out all as per BOQ and/or specified hereinafter and as
directed.

(b)The thickness of the plaster mentioned is the minimum thickness above the product part of
masonry and is exclusive of thickness of key. Dubbing if is deemed to be included in the plaster
work and nothing extra shall be paid.

(c) Plastering shall be in one coat (including dubbing) unless otherwise specified.

(d) Mortar for plastering work/pointing may be machine mixed or hand mixed at the
discretion of the contractor.

(e) Preparation of mortar for plastering and pointing of mixes indicated hereinafter shall be as per
clause 14.13 and 14.13.3 of SSR Part-I.

(f)Where application of sagol is indicated, sagol shall confirm to what is locally known as
`Gujarat Sagol‟ and of approved quality. The mixing of sagol may be done manually.

(g)The preparation of surface and application of plaster shall be as per clause 14.14 of
SSR Part-I as applicable to new work.

(h)The junctions of skirting/dado and plaster shall be as directed by Engineer-in-charge.

(j)The junction of wall plaster with concrete floors/roof slabs, beams and columns shall be
coven and plaster grooves 20mm wide and 10mm deep shall be provided internally at all junction of
masonry and RCC as indicated on drg

(k) Chicken wire mesh shall be provided to the full length of junctions of dissimilar constructions
(i.e. junctions of walls and columns, walls and beams) externally before external plaster is
applied. Chicken wire mesh shall be provided equally on either side of the junction. Chicken wire
mesh as commercially available shall be used.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 136

PARTICULAR SPECIFICATIONS(Contd)

9. FLOORING / HARD-STANDING:
9.1 GENERAL : Refer clause 13.25 of SSR Part-I. Exposed edges of floor shall be finished to match
with top surfaces of floors. Junction between floor and walls shall be as directed by Engineer-in-
charge at site Floors shall be laid to level or to slope or sunk as shown on drawings or as directed
by Engineer-in-charge.

9.2 The finished surfaces shall be free from any un authorised rise or hollows .For type of floors refer
B O Q including notes thereon. PCC floors shall be laid in alternate bays adopting panel
dimensions specified in clause No.13.32.1 of SSR Part-I. Floor bays shall be so arranged that
the bays are of equal width not exceeding 1200 mm. Sub-base of ground floors shall be laid over
hard core over consolidated approved earth filling unless otherwise specified hereinafter. Sub-base
need not be laid in bays. No price adjustment shall be made on this account.

9.3 MARBLE STONE :-


9.3.1 Marble slabs shall be of type as indicated in BOQ. Marble shall be hard, sound, dense and
homogeneous in texture with crystalline and coarse grains. It shall be uniform in colour and free from
stains, cracks, decay and weathering. Hardness on Mho’s scale shall be minimum 3. The edges of the
slab shall be true. Machine cut slabs with square edges may be supplied by the contractor without any
price adjustment. The samples of marble slab shall be got approved from GE for their colour and
matching or mismatching of grains.

9.4 VITRIFIED CERAMIC TILES FLOORING/SKIRTING :


This hall be as per BOQ and as specified. 10mm thick vitrified ceramic tiles of size 600mm
x600mm of approved make/quality over screed bed/back coat in cement mortar as specified in
BOQ shall be provided as directed. Make, pattern and colour shall be as approved by GE. Tiles
shall be set in neat cement slurry @ 3kg/sqm(minimum) set closely to have appearance joint free,
tracing joints shall be painted with coloured cement slurry to match with adjustment surface of the
tiles all as directed by Engineer-in-Charge

9.5 PRECAST INTERLOCKING PAVER BLOCKS


Precast concrete Paver blocks shall conform to IS 15658:2006, Specification for Precast concrete
blocks for paving. Paver blocks shall be sound and free from cracks or other visual defects. The
tolerance on length or breadth of paver blocks shall be +2mm and tolerance on thickness of tiles shall
be +3mm. Water absorption shall not be more than 6 percent by mass. Shapes shall be triangular,
Zigzag, Haxagon or other shape as indicated. Colour of paver blocks shall be as indicated or as
decided by GE. Thickness and grade of concrete of paver blocks shall be as per BOQ.

9.6 PLINTH PROTECTION

This shall be all as per BOQ and as directed. All joints in bays, as well as between walling and the concrete in
plinth protection shall be filled-in with mastic filling comprising 1 part of heated bitumen VG-30 grade and 3
parts of sand (all by weight). Quoted rates shall include cost of the same.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 137

PARTICULAR SPECIFICATIONS(Contd)
9.7 ACID RESISTANT TILES/BRICKS: Acid resistant tiles shall conform to IS 4457-1982, Specification
for ceramic unglazed vitreous acid-resistant tiles. The tiles shall be of vitreous ware and free from
deleterious substances and shall be unglazed. The finished tile when fractured, shall appear fine
grained in texture, dense and homogeneous. The tiles shall be sound, true to shape, flat and free from
flaws and other defects. The size and thickness of tiles shall be as indicated. The tolerance on
thickness and warpage shall not exceed 2.0mm. The compressive strength shall be 700 Kg/sqcm. The
loss in weight when tested for acid resistance shall not exceed 1.5 percent.
Acid resistant bricks shall conform to IS 4860-1968 Class I. The size and thickness of tiles shall be as
indicated. The tolerance on thickness and warpage shall not exceed 2.5mm. The minimum
compressive strength shall be 700 Kg/sqcm and minimum flexural strength shall be 100 kg/sqcm.
Membrane shall be 10mm thick AR mastic (Coromastic of Carborundum Universal Ltd (Prodorite Div)
or equivalent approved make) shall be applied as per manufacturer’s instructions. Primer coat shall be
Prodorlac Spl of Carborundum Universal Ltd (Prodorite Div) or equivalent approved make. Furane
shall be Cumifuran- compound of powder and syrup- of Carborundum Universal Ltd (Prodorite Div) or
equivalent approved make. Mixing, proportion, methodology of application of the various stages of
work as specified in BOQ such as primer coat, Cement prodor S powder, cement prodor K solution,
furane shall be as per manufacturers instructions only.

9.8 NON SKID CERAMIC TILES :


9.8.1 N o n s k i d C eramic tiles in flooring shall be conforming to IS-13712, grade B-II(a) and as per clause 13.14.2
of SSR Part-I

9.8.2 Tiles in floors of WC, bath & toilet shall be of with „non-skid finish‟ as approved by GE.

9.8.3 Screed bed and sub base shall be as per BoQ.

9.9 KOTA STONE FLOORING :-


9.9.1 Provide polished machine cut Kota stone in floors / partition all as described in relevant item of BoQ‟.
Kota stone shall be selected quality , hard, sound , dense and homogeneous texture and free from cracks ,
decay. They shall be machine cut to requisite thickness. All angles and edges of slab shall be true , square and
free from chippings and the face shall be true and plain. For stair case steps treads and risers slab shall be of
full width and of suitable length. The nosing shall be chamfered and two parallel grooves ten by ten
immediately. Grinding and polishing shall be carried out all as specified in SSR Part I and as directed by
Engineer in charge
9.10 PCC FLOORS
This shall be all as per BOQ. Provisions contained in clause 13.25, 13.26, 13.27, 13.28 & 13.32 of
MES Schedule are to be adopted for laying floors and pavements. Cement,sand and aggregates shall
be as specified in SSR and in these particular specifications. Construction and contraction joints shall
be provided all as per SSR Part I and where directed. Sealing compound shall be grade A.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 138

PARTICULAR SPECIFICATIONS(Contd)
10.0 ALUMINIUM WORKS:
10.1 ALUMINIUM WINDOWS / DOORS AND VENTILATORS/ PARTITION
(a) Aluminium doors / windows / ventilators shall generally confirm to clause 10.37 of MES Schedule Part I.
Aluminium doors/windows/ventilators shall be made out of extruded aluminium sections and powder coated.
The colour of powder coating shall be as approved by GE. Sections of Aluminium doors / windows /
ventilators shall be obtained from any of the firm as listed in Approved name for products.
(b) All fittings to aluminium doors / windows / ventilators shall be as per the manufacturers instructions.
All articles of builders hardware shall be new, sound and strongly made, finished to correct shape free
from defects of flaws of any types, shall have smooth action and conform to sample kept in the office of
GE.Samples of builder's hardware shall be submitted to the GE for approval before ordering. Provide
articles of hardware all as per BoQ. Door Closers (Hydraulically Regulated) shall be of aluminium as per
clause 9.16 of SSR Part I. Unless otherwise specified here-in-after in these particular specifications all
articles of builder's hardware shall be of Brass/Aluminium anodized conforming to sample kept in the office
of GE . Where anodized aluminium sections are specified in BOQ the same shall be carried out as per SSR
Part I and as directed.

10.2 FALSE CEILING :


10.2.1 Powder coated Aluminium Frame Work (snap grid) for false ceiling Work shall be as per BOQ and as
specified and directed.

(a) MATERIALS:-
(i) Aluminium sections incorporated in frame work shall conform to IS 733, IS 737 and IS 1285.
(ii) The snap grid consist of powder coated aluminium main/cross tee of size as indicated.
(b) WORKMANSHIP:-
(i) Snap grid frame work shall be fixed to ceiling with supporting hanger consisting of 6mm dia mild steel rod, J bolts
with necessary bolts, nuts and washers all as manufacturer’s instruction.
(ii) The main and cross tees shall be jointed at junction/crossings with anodized aluminium angle bracket of size as
indicated, if not indicated it shall be 15mmxl5mmx1.5mm, weighing 0.12 Kg per running metre, fixed with
suitable mild steel, bolts nuts and washers, all as per manufacturer’s instructions.
(iii) The snap grid (main/cross tee section) shall be supported at ends all along the wall with anodized aluminium
angle of size as indicated, if not indicated it shall be 40mmx25mmx2mm, weighing 0.36 Kg per running metre.
(iv) Size of the snap grid shall be as indicated.
(v) PVC protected sheeting shall be used to avoid scratches, damage to the framework while fixing to ceiling.
(vi) Ceiling boards shall be as specified in BOQ.

11. GLAZING :
11.1 SHEET GLASS : Sheet glass for glazing shall be plain, clear, good quality, free from specks, bubbles smoke
wanes, air holes and other defects and shall confirm to IS-2835. The thickness of sheet glass shall be 4 mm
nominal thickness or as per BOQ. Glazing shall be done with sheet glass to all windows except in
situations where pin headed glass has been directed. Figured glass shall be 4mm thick as specified in SSR
Part-I.

11.2 FIGURED GLASS : Figured glass shall conform to IS 5437- 1994 Specification for wired and figured
glass. These shall not contain any stones with cracks or stones bigger than 2 mm dia. Specification
for material and workmanship for glazing shall be as clause 16 of SSR Part I.

13. PAINTING:
13.1 GENERAL: Painting shall be of quality as specified in relevant IS as per clause 17.2 of SSR Part-I and as
described in relevant item of Schedule „A‟ Workmanship and preparatory works shall be as per clause 17.6
of SSR Part- I as applicable for new works. Painting shall be with priming coat, under coat and one
finishing coat unless mentioned otherwise.

13.2 Primer for woodwork shall be pink primer and for steel shall be red oxide generally. Priming coat shall be
redone at his own cost, if more than six months have lapsed before executing the under coat and after
application of priming coat.

13.3 The final finish of paint shall be glossy, suitable for internal/external use, as approved by the GE.
13.4 Galvanized steel articles (sheet, pipes, etc and wire cloth and builders hardware) shall be left untreated.

13.5 All paint shall be synthetic enamel paint and shall be obtained from any one of the approved
manufacturers and shall be of first grade/first quality.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 139

PARTICULAR SPECIFICATIONS(Contd)

14.0 WATER PROOFING : This shall be all as per BOQ and as specified in these particular
specifications. The surfaces of roof and part of parapet and gutters,drain mouths etc, over which water
proofing treatment is to be applied shall be cleaned of all foreign matter such as fungus, moss, dust
etc., by wire brushing and dusting. Membrane shall be taken out carefully and relaid as directed. In case the
membrane is damaged during taking out/refixing, new membrane shall be provided by the contractor at no
extra cost to the department as directed by the Engineer in charge. Decision of GE in this regard shall be final
and binding. Concrete works shall be as per BOQ and as specified in SSR and as specified herein afterwards.
The contractor shall give guarantee for the works of waterproofing as specified herein afterwards.

14.1 Guarantee for water proofing treatment :-


The contractor shall furnish a guarantee for the water tightness of the water proofing treatment for a
period of 10 years from the date of completion of entire work under the contract as certified by
the GE. This guarantee shall be given in the form as approved by the GE, on non-judicial stamp
paper of appropriate value. During the aforesaid guarantee period of 10 years the contractor shall
be solely responsible for the water tightness of the roof slabs. Any leakages/defects noticed by
the GE during this period shall be promptly rectified by the contractor without any extra cost to the
Government. Should the GE at any time during construction or reconstruction or prior to expiration
of 10 years guarantee period finds that the works executed is not confirming with the specifications
agreed upon or if leakages of any kind are noticed to the contractor shall on demand in writing from
the GE inspite of the fact that the work may have been inadvertently passed, certified and paid for
shall forthwith get the work rectified at his own expense and render the complete work free from any
type of leakages. In the event of his failing to do so within period to be specified by the GE in his
aforesaid demand, the GE may get the defect/repaired or rectified through other agency at the
risk and expenses of contractor in all respects. Liability of the contractor for water tightness shall
however not extend beyond the guarantee period of 10 years unless the GE had previously given
the notice to the contractor to carry rectifications/repairs. The security deposit/SSD lodged by the
contractor will be released only after the expiry of this guarantee period.

14.2 SECURITY DEPOSIT FOR WATER PROOFING TREATMENT. An amount @ 2% of the finished
cost (as intimated by GE) enhanced by 25% shall be retained from, final bill towards security
deposit for water proofing treatment and shall be released only on expiration of guarantee period.
The contractor may furnish fixed deposit receipt of the same amount for the period of 10 years of
scheduled bank in favour of Garrison Engineer (I)(P) Fy Kirkee.

14.3: Provision of cement mortar tablet with details of water proofing treatment on each building:-
(a)The contractor shall provided a cement mortar tablet in CM 1:3 of size 45 cm x 45cm and
following details shall be embossed in small readable letters 25mm deep in the tablet, on
external wall of each building :-
(i) Water proofing treatment done vide CA No GE(I) (P) Fy/KKE/ of 2019-20
(ii) Date of expiry of Guarantee period
(iii) Name of contractor : M/s
(b) The rates quoted by the contractor shall deemed to be included for the above provision and no
extra claim will be entertained on this account.

14.4 PONDING TEST FOR COMPLETED WPT :


After completion of WPT all as specified, the entire work shall be pond tested for period of
24 hrs by ponding with water 5 o 7.5 cm in height of the presence of GE. The GE should certify
completion of WPT only after ensuring that no seepage/leakage is observed during
pond testing. Otherwise WPT shall be redone in affected area. Aluminium paint all as
specified shall be then provided over approved WPT.

14.5 . The GE should ensure that the Guarantee certificate for WPT carried out is obtained from the
contractor on proper format, before issuing the completion certificate further GE shall render
conformation to this effect in the copy of completion certificate endorsed to CE in respect of GE
contract.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 140

PARTICULAR SPECIFICATIONS(Contd)

14.6 WATER PROOFING COMPOUND


Integral water proofing compound/Liquid shall conform to the requirements of IS 2645: 2003 -
Specification for Integral Cement Waterproofing Compounds and as specified in SSR Part I
15. CEMENT BASE PAINT :
(a) Cement paint shall comply with IS- 5410-1969 specification. It shall be in powder from free
from lumps.
(b) The surfaces shall be prepared as specified for white washing. Before applying the
paint the surfaces shall be wetted with water as specified in clause No. 15.15.3 of SSR Part-I (c)
The cement paint shall be prepared by adding water to powder in the proportion as specified in
clause No. 15.15.1 o SSR Part-I.
(d) The cement paint shall be applied and then curing shall be done as specified in clause
No. 15.15.4 to 15.15.12 of SSR Part-I.

15A. DISTEMPER OIL EMULSION :


(a) Distemper of required colour and shade shall be obtained ready mixed conforming to IS-428-
1969 specification for distemper oil emulsion. It shall be in form of homogeneous paste free from
odour of putrefaction when mixed with water.
(b) The surfaces shall be prepared as specified in clause No. 15.14.1 of SSR Part-I.
(c) The distemper paste shall be thinned with water in the proportion to prepare oil emulsion
distemper as specified in clause No. 15.14.4 of SSR Part-I.
(d) Distemper shall be applied with brush to obtain uniform finish as specified in clause No.15.14.5
of SSR Part-I

16. WHITE CEMENT BASED PUTTY

16.1 MATERIAL :-

White cement based putty shall be obtained ready mixed from the approved manufacture as approved by GE.
White cement based putty shall be in the form of fine dry homogeneous powder free from odours of
putrefaction and when mixed with water shall have the following properties :-.

(a) Tensile Adhesion strength at 28 days > 1.0 N/mm2


(b) Compressive strength at 28 days > 9.0 N/mm2
(c) Initial setting time > 100 minutes
(d) Final setting time > 500 minutes
(e) Water retaintivity > 98%.

16.1.2 Preparation of putty:-

White cement based putty shall be made by adding 30 to 35% of water by volume strictly as per manufacturer
instructions, and the mix stirred to obtain a thick uniform paste. The water mixed putty shall be kept well
stirred during use and shall be applied within 2 to 3 hours of preparation.

16.1.3 Preparation of Surfaces:

The surface shall be prepared as specified in SSR Part I for white washing and colour washing.

16.1.4 Wetting of Surface

Before applying white cement based putty, the surface shall be thoroughly wetted to ensure proper covering
capacity, workmanship and better sticking properties of putty.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 141

PARTICULAR SPECIFICATIONS
16.1.5 Application of Putty:

(a) Unless otherwise indicated, the surfaces shall be treated with two coats of putty. First coat of putty shall be
applied on wet surfaces starting from the bottom of surfaces towards top and shall be applied with putty blade
to maintain homogeneity of application of putty. The surface so prepared shall be allowed to dry for at least 3
hours. After the surface becomes dry, the surface shall be gently rubbed with wet sponge or putty blade so as
to remove the loose particles. Then the second coat of putty shall be applied as like first coat and the surface
shall be allowed to dry completely for minimum 12 hours.

(b) After ensuring that the surface is completely dry, the surface shall be rubbed gently with waterproof emery
paper greater than 500.

16.1.6 Precautions during application

16.1.6.1 Mixing of the “White Cement Putty” is very important activity and hence extreme care is required to
be taken for proper and thorough mixing with hand or mechanical stirrer in order to get best results. Mixing is
to be continued till a uniform paste is formed. It is important that during mixing, the required amount of water
is added incrementally to “White Cement Putty” and not vice versa (do not add putty into water).

16.1.6.2. The “White Cement Putty” shall be applied over wet surface.

16.1.6.3 The “White Cement Putty” shall not be rubbed strongly and harshly with rough emery paper. This
breaks the film formed over the “White Cement Putty”, which decreases the water repellency properties.

16.1.7 Make shall be any one of the same listed herein after as approved by GE.

16A HDPE PIPES This shall be all as per BOQ and as specified in SSR Part I.

17.0 ELECTRIFICATION:

17.1. STANDARD AND QUALITY OF WORK :

17.1.1 The entire electrical work under this contract shall be carried out in strict compliance with these
specifications and in conformity with the provisions contained in the latest edition (including
amendments) of India Electricity Act 1940, Indian Electricity Supply Act 1948 as amplified and
enforced by the Maharashtra State Govt.

17.2 All electrical work shall be carried out by properly skilled electrician under the supervision of
suitably qualified electrical supervisors and the contractor on demand by Engineer-in-charge shall
produce such evidence either at the commencement of the work or at any time thereafter
when called for.

17.3 All equipments and materials to be used in the work shall have ISI mark on them as are available
in the market. However if equipments and materials with ISI mark are not available, the
equipments and materials supplied by the contractor shall comply with relevant ISS and if relevant IS
has not been issued, theses shall comply with current relevant BSS unless otherwise specified in
these tender documents.

17.4 In case tenderers offer conforms to standard specification other than ISS/BSS, copies of such
standard specification with English translation and salient points of comparison between the
two standards shall be submitted along with the tender.

17.5 Approval of the GE as referred to in Clause 19.2.1 of MES Schedule Part-I (2009) shall be in
writing. Approved samples shall be labeled as such and signed by both the contractor and the GE.
The sample shall be kept in the custody of the GE till the final completion of the work, except for
high value items for which the required quantity is not more than five.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 142

PARTICULAR SPECIFICATIONS(Contd)
17.6 The materials shall be brought to the site by the contractor in the manufacturer‟s original
packing with seal intact or with makers wrapper on and shall not be installed unless
approved by Engineer-in-charge/GE.

17.7 Tenderer is free to choose any of the makes mentioned in Appendix `A‟, however he shall give
in writing along with the submitted tender, the makes selected by him in his offer. In absence of such
letter, the decision of Accepting Officer shall be final and binding.

17.8 All the materials and equipments shall be of the best class and quality and shall be capable of
satisfactory operation in the tropics under hot and humid atmospheric conditions. The installation
shall strictly comply with the provisions contained in the latest edition of Indian Electricity Rules.

17.9 The workmanship shall be of the highest grade and the entire construction shall be in accordance
with the best modern engineering practice.
17.10 All similar materials and removable parts of similar equipments shall be interchangeable with each
other. The equipments should be designed to facilitate inspection and repairs and ensure
satisfactory operation under the atmospheric conditions prevailing at site, under sudden variations of
load and voltage as may be met with under difference working conditions in the system.

17.11 MATERIALS AND SAMPLES : All materials incorporated in the electrical installations works
shall generally be indigenous make confirming to relevant ISS/BSS as applicable. As far as
practicable all material incorporated in the work shall have ISI mark on them. Before starting the
work, the contractor shall produce to GE samples of all materials for his approval and such approved
types, make and quality materials shall only be incorporated in the work. One set of sample shall be
retained by the GE duly signed by him and the contractor till the completion and final acceptance of
the work.

17.12 The contractor shall make himself acquainted with the existing site conditions of the
equipments/appliances, which are to be repaired under the contractor. The contractor should
carefully examine and study the literature/makes of these appliances available.

17.13 The old parts removed, which have not been included in Schedule of Credit, shall become the
property of the Govt. and returned to store yard of AGE E/M without extra cost as directed.

17.14 The rates quoted for Schedule A are inclusive of transportation of the appliances from site to the
Contractor’s workshop/site/factory place of repair of the item/equipment and back where applicable.
Decision of the Accepting Officer as to whether any minor details of work and or construction is
obviously and fairly intended to be included or not in the contract shall be final conclusive and
binding.

17.15 Spare parts to be replaced for the equipment /AC plant in the subject shall be of same make of the
existing parts and as approved by GE.
17.16 It shall be ensured by the Engineer in charge that the cost of replacement of any appliance shall not
exceed 50% cost of new appliance at a time.

17.17. REWINDING
17.17.1 Rewinding of fans shall be done with super enameled copper winding wire of the gauge as
dismantled from the respective motor of the fan etc with the same number of turns to maintain the
specific RPM of the motor as specified by the manufacturer. Winding shall be super enamelled copper
winding wire for fans as recommended by the manufacturer of motors with appropriate gauge. Winding
wires shall be conforming to relevant IS specifications. Rates quoted by the contractor for rewinding of
different motor are deemed to have included the cost of other allied materials required for rewinding to
motor unit.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 143

PARTICULAR SPECIFICATIONS(Contd)

18. SYSTEM OF WORK


Any repair work which is sought to be done, the Engineer-in-charge alongwith the contractor first
inspect the plant/machinery of the equipments to be repaired or their parts to be replaced and record
is maintained for entering into M.B. Contractor if desires can take the equipment to his workshop for
repair. The cost of transporting of the such equipments to his workshop is deemed to be included in
the quoted rates of respective items. Register and proper gate pass/RV will also be maintained for the
purpose.

19 DAMAGE TO EXISTING PART


19.1 Any damage to the any part of plant during repair/replacement done due to contractor's negligence the
same shall be made good by the contractor with the standard material/parts used originally to the
entire satisfaction of the Engineer-in-charge at contractor’s expense and nothing extra shall be paid on
this account. In case of any dispute regarding making good, the decision of GE shall be final, binding
and conclusive.

20.0. REPAIRS OF PLANTS / EQUIPMENTS


20.1 The repairs/ dismantling of existing plant will only commence after the contractor has brought in all
spares and make repair facilities required for the work at site.
20.2 The repair works shall be carried out all as specified in BOQ and as directed.

20.3 The contractor shall clean all floors, remove cement, paint drops etc leave the work premises clean
tidy before handing over the installation. No extra payment shall be claimed by the contractor on this
operation.

20.4 Any defects or damage which in the opinion of the GE (whose decision in this respect
is final) are not entirely due to wear and tear shall be made good by the contractor at his own expense.

21 FLEXIBLE CORDS
21.1 The flexible cords wires for fans motor shall be with copper conductor tinned annealed stranded
elastomer insulated and textile braded and shall be as per IS – 9968 (Pt – 1981)

22.0 FAN/VALVES/SPARES

22.1 These shall be all as specified in BOQ. Make shall be any one of the same as specified in BOQ and
as approved by GE. The make shall however preferably be the one that is existing at site or as
directed.
23. PAINTING

23.1 Refer clause No.17.2 and 17.3 of MES Schedule Part-I for paints and painting Works.

23.2 Three coats of paint, wherever occurs/specified in these documents on wooden /steel surfaces shall
consist of one priming coat (of wood primer/ red oxide primer), One under coat and one finishing coat
of synthetic enamel paint. Tint shall be as approved by GE.

23.3 Preparation of surfaces of wood work or steel work shall be carried out as specified in clauses 17.6.1
and 17.8.1 of MES Schedule Part-I. Paint shall be applied by spray painting method.

23.4 Paints shall be superior quality or grade I quality and shall be procured from any manufacturers listed
Herein after as approved by GE:
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 144

PARTICULAR SPECIFICATIONS(Contd)

23.5 The contractor shall inform GE within three weeks of the acceptance of tender, the brand
names of the manufactures of paint which he proposes to incorporate in the works as specified
hereinabove. Painting shall be done by spray paint (DUCO spray machine or equivalent) for the
electrical appliances where specified to be painted in BOQ.

24. LOSS/DAMAGE TO EQUIPMENT


During execution of repair work, the attention of the contractor is drawn to take down carefully, proper
taking down handing and securing against the theft or other cause. For such loss the recoveries
decided by the GE shall be binding over contractor to recover the cost or the contractor will be liable to
make good at his own cost.

25 ELECTRIFICATION:

25.1 GENERAL
a) The materials, workmanship and the installation as a whole will generally be governed by
the specifications, rules and the principles laid down in MES Schedule Part I, Section 19,
Specifications given hereunder are in amplification/ modifications of the specifications given in MES
Schedule and where at variance with these specifications, the specifications given hereunder will
take precedence.

b) Items of electrical work shall be deemed to include interalia, all allied minor items to make the
installations in the building complete in all respects, duly tested and certified as fit for switching on, off
electric supply and taking into the installations /buildings.
c) Particular attention is drawn to the neatness in appearance which is to be achieved by judicious
planning of the runs of cables, the locations of light fittings, switches etc. and the reinstatement of
any surface of works painted, etc, damaged in the process of erection of electrical
installation.
d) Due regard be given to the door and windows, openings, locations of water taps,
locations of sinks, etc, in fixing the runs of cables and positions of fittings and control
switches and outlet points.
e) The installation shall strictly comply with the provn contained in the latest edition of Indian
Electricity Rules and latest edition of the Indian Standard Specifications, as applicable to the work,
except where such regulations and rules are modified by the specifications. It shall be of high
standard and approved constructions used in modern electrical works as regards design as
well as workmanship. Completed works shall be suitable in all respects for the type of voltage
specified.
f) All electrical works shall be executed by skilled licensed workers(s). Only licensed supervisors
and workers will be employed and the contractor on demand by the Engineer-in-Charge shall
produce such evidence of qualifications for his worker, supervisors,either at the commencement of
the work or any time thereafter during the contract.
g) The runs of battens / conduits shall be marked on the walls/ structures & approval of the GE
obtained in writing before fixing plugs, battens, fittings, clips, conduits etc. as applicable.
h) All the electrical fittings/accessories, wiring and runs of cables shall be clear of doors,
windows, built in cupboards openings etc.
j) Loop in' system of wiring shall be used throughout the installation. Connectors may, however
be used at the discretion of Engineer-in-Charge due to unavoidable practical difficulties.
k) Hooks and MS box for hanging ceiling fan and conduits running in RCC shall be laid/fixed while
casting RCC. The fan hooks and MS box shall be painted with three coats of oil paint.
l) All metallic items e.g. fan regulator, switch boxes, etc are to be properly earthed wire 14 SWG GI
earth wire.
m) All the wiring upto 1.0 M height from the FFL is to be properly protected by metallic conduit/light
grade GI pipe as directed by the Engineer-in-Charge. Rates quoted are deemed to include the
cost of the above item.
n) Separate conduit shall be provided for lighting and power circuit.

o) No steel will be issued for the manufacture of fan hooks, MSBs, SMBs and MS box housing.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 145

PARTICULAR SPECIFICATIONS(Contd)

25.3 MATERIALS AND SAMPLES : All materials incorporated in the electrical installations works
shall generally be indigenous make confirming to relevant ISS/BSS as applicable. As far as practicable all
material incorporated in the work shall have ISI mark on them. Before starting the work, the contractor shall
produce to GE samples of all materials for his approval and such approved types, make and quality
materials shall only be incorporated in the work. One set of sample shall be retained by the GE duly signed
by him and the contractor till the completion and final acceptance of the work.

25.3.1 Samples of the following shall be supplied by the contractor to GE for approved within 15 days
of the date of issue of work order :-

(a) All type of cables, conduits, casing capping PVC square block
(b) Fittings wires and accessories for internal electrification work.
(c) The samples shall be mounted in a wooden board of suitable size. The samples board shall
bear the CA NO & Name of contractor. This board shall be kept in GE’s office and shall be
returned by GE after completion of work.
(d) The contractor shall ensure that the materials used in the work are identical with the approved
samples. The materials shall be brought to the site by the contractor in the maker’s original packing
with the seal inlet or with wrapper and shall not be installed unless approved by the Engineer-in-
charge.

25.3.2 All material to be incorporated in the work shall be of the highest standard and unless
specifically specified otherwise here-in-after , shall , strictly comply with the relevant IS or BSS for
which no IS has been issued.

25.4. TAKING DOWN WIRING


25.4.1 Taking down electric wiring mentioned in Schedule 'A' shall equally be applicable for the points
where CI sunk box with Hylam sheet cover is existing. The old wiring T. W. battens. PVC/Steel
conduit/PVC casing capping, Wooden/PVC blocks, hylam sheet cover and old electrical ceiling rose,
holders, brackets etc after reuse shall the property of the contractor as specified in the schedule of
credit.
26. POINT WIRING
Point wiring on PVC conduit mentioned in BOQ shall be carried out as specified in SSR Part I.
The PVC conduit shall be ISI marked.
26.1 ACCESSORIES
All the accessories required for point wiring shall be as specified in clause 19.29 to 19.31 of SSR Part I.

26.2 SWITCHES
Switches shall be as specified in BOQ and shall be fixed as described in SSR Part I.

26.3 SOCKET OUTLETS


Socket outlets shall be as specified in BOQ and shall be fixed in accordance with clause
19 of SSR Part I.

26.4 CEILING ROSE


Ceiling rose shall comply with IS-371-1979 and shall be fixed all as directed by Engineer-in- charge.

26.5. LAMP HOLDER


Lamp holder shall be all as mentioned in BOQ & as specified in SSR (part I) 2009 clause 19.114.2.

26.6 MATERIALS FOR ELECTRIFICATIONS WORK

All materials required for electrifications work shall be of standard quality and of approved make. All
the fittings shall be approved by GE in wiring before incorporation in the work. All electric point
wiring where lamps (bulbs) are to be fitted shall be completed by contractor in a workman like
manner and with sound Engineering practice. Lamps ( bulbs) however shall be issued to the
contractor by Engineer-in-charge and shall be fixed in position by contractor.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 146

PARTICULAR SPECIFICATIONS(Contd)

26.7 MCB/DB
MCBs to be incorporated in this work should be as per IS-8828/1978 with amendments No 1 & 2
and the mounting rails should be as per IS-11039/1983 cables will be commented with appropriate
size lugs to MCBs.

26.8 DISTRIBUTION BOARDS


Distribution fuse boards and cutout shall be sheet metal steel complying with IS-2675-1983
specification for enclosed distribution fuse boards and cutouts for voltage not exceeding 1000 volts.

26.9 MS BOX HOUSING FOR ACCESSORIES :

i) All electrical accessories shall be mounted in MS housing of 16 gauge embedded flush


with the surface of wall. Top cover of housing must be minimum 15 mm bigger on all sides.
The front of the housing must be minimum 15mm bigger on all sides. The front of the housing
shall be plastic laminated sheet 3 mm thick and smooth finished. Top cover must be removable
type fixed to the housing with adequate number of non-rusting type polished machine screws
(wood screw shall not be used for this purpose).
ii) The top surface to housing shall be provided with a groove edge chamfered for cable entry. The
housing should have suitable earth terminal which will be connected to the earth terminal on
the main/sub-control boards from which the circuit originates by means of 14 SWG GI/copper
continuity earth wire, the cost of which is deemed to be included in the rate for point wiring, and
it is deemed to be included cost of supply and fixing housing and top cover also.

26.10 WOODEN PLUGS (GUTTIES)


All wooden plugs shall be seasoned hard wood not less than 5 centimetre long 2.5 cm square on
inner face and 2 cms square on the outer exposed face.

26.11. TESTING
All the electrical works shall be tested in accordance with SSR 2009 Part I and test results shall be
kept on record. A line diagram showing each and every fixture shall be submitted by the contractor
to Engineer- in-charge in triplicate on completion of work.
i) All the electrical installation shall be tested by the contractor in the presence of
Engineer-in-Charge as specified in MES Schedule Part I. Testing shall be recorded duly signed
by the contractor and Engineer-in-Charge.
ii) a) Earth test
b) Insulation Resistance Test
c) Continuity Test
iii) The installation shall be taken over only when the Engineer-in-Charge is ensured that
the installation has been certified as per the laid down rules of the Indian Electricity Act & IE
rules.
26.12. WIRING IN CONDUIT/PVC Casing caping : Cable shall be c o ppe r conductor, 1100 volts
grade, single core PVC insulated unsheathed multi stranded (FRLS) conforming to IS-8130-1984
shall be of required size ISI Marked. PVC conduit shall be ISI marked out of the makes mentioned
herein below.

26.13. LIGHT FITTINGS : This shall be of make and type as specified in BOQ and as
directed. Make shall be as approved by GE.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 147

PARTICULAR SPECIFICATIONS(Contd)
26.14 LED LIGHT FITTINGS

26.14.1 LED Light fittings shall be as per BOQ of make as approved and work shall be executed
as described in BoQ and as per manufacturer’s instructions. The contractor shall furnish a guarantee for the
LED light fittings provided by them under this contract for a period of 05 years from the date of
completion of entire work as certified by the GE. This guarantee shall be given in the form as approved
by the GE, on non-judicial stamp paper of appropriate value. During the aforesaid guarantee period of 05
years the contractor shall be solely responsible for carrying out the repairs/replacement of the fitting as
directed by Engineer in Charge and as per manufacturer’s instructions without any extra cost to the
Government. Should the GE at any time prior to expiration of 05 years guarantee period finds that the light
fittings are not functional, the contractor shall on demand in writing from GE, forthwith get the fittings
repaired/replaced at his own expenses. In the event of his failing to do so within period to be specified by
the GE in his aforesaid demand, the GE may get the fittings repaired/replaced through other agency at
the risk and expenses of contractor in all respects. Liability of the contractor for the light fittings shall
however not extend beyond the guarantee period of 05 years unless the GE had previously given the notice
to the contractor to carry out repairs/replacement.

26.14.2 SECURITY DEPOSIT . An amount @ 2% of the quoted amount of LED light fittings enhanced by
25% shall be retained from, final bill towards security deposit and shall be released only on expiration of
guarantee period. The contractor may furnish fixed deposit receipt of the same amount for the period of 05
years of scheduled bank in favour of Garrison Engineer (I)(P) Fy Kirkee

27.15 EARTHING:
(a) Earthing shall be all as per ISS, IEE Regulations and electrical plate No.3 in MES Schedule
Part-I 2009. The contractor shall obtain the approval of GE for layout of earthling before the
commencement of work and it shall be executed in the presence of an authorized MES
representative.

(b) The earth plate shall be of GI of size 600mm x 600 mm x 6mm thick placed vertically with its
top not less than 1.5 m below the ground and shall be surrounded with charcoal dust to packed
thickness 30 mm around the plate (i.e below above & outward) on all sides.GI wire/strip capable of
withstanding mechanical & electrical stresses soldered with GI earth plate shall run upto the bottom
of the plate.

(c) The Charcoal dust & return filling shall be done in layers not exceeding 150 mm and shall be
properly watered and rammed. Surplus soil shall be disposed off & site left clean and tidy on
completion.

(d) All earth electrodes shall be tested for earth resistance by means of standard earth meggar.
The tests shall take place in dry months preferably after a protracted dry spell.
(e) The resistance of earth electrode shall not exceed 5 ohms. In case the resistance of
electrode exceeds 5 ohms due to soil conditions then the earthing shall be carried out
through another method as per IS-3043 & cost variations adjusted through a deviation order. The
decision regarding this will be given by the GE which shall be final & binding.
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 148

PARTICULAR SPECIFICATIONS(Contd)
27.13 ALUMINIUM/GI STRIP : These shall be all as specified in clause 19.147 of SSR part I 2009.

27.14. INSULATORS: This shall be all as per BOQ and as specified in SSR Part I 2009.

28.15 GI TUBING & FITTINGS : GI tubing and fitting shall confirm to relevant IS. Tubing shall be
medium grade. The permissible tolerance in weight shall be (+) 10 percent or (-) 8 percent. Pipes and fitting
shall be clearly finished, well galvnised, in and out reasonably straight and shall be free from scale, cracks,
surface flaws and other defects. Zinc coating shall be uniformly adherent, reasonably smooth & free
from impurities such as flux, pimples, lumping etc. GI tubing‟s shall be fixed with clamps all as specified in
SSR Part-I.

28 APPROVED NAME FOR PRODUCTS TO BE INCORPORATED IN THE WORKS:-


Following makes of materials shall be got approved before commencement of work:-

Sr. No. Materials Make/Name of firms


1 Synthetic Enamel Paint (a) LUXOL (Berger) (b) BROLAC (Johnson)
(c) SHALIMAR (Superlac)
(d) APCOLITE (Asian)

2 Oil bound distemper a) Asian, b) Nerolac, c) Berger,


(d) Johnson & Nicholson.
(1st Quality)

3 Cement Paint (a) SUPER SNOWCEM (b) DUROCEM


(c) AQUACEM
4 PVC wall lining M/s Rajashree Plastiwood/ M/s Sintex

5 Builders Hardware (ISI (a)JAYANT (b) ECIE (c) ARGENT (d) CIEF (e) JYOTI
marked) (f) CROWN (g) AJANTA (h) MOWJEE
(i) CLASSIC.(j) Shalimar (k) Garg
6 Glass(sheet/wired/figured and (a) MODIGUARD (b) SWASTIK
Mirror (c) ATUL (d) SAINT GOBAIN

7 Aluminium sections for Jindal/Indal/Hindalco


windows and false ceiling

8 Ceiling boards Everst/Charminar/RHINO


9 Interlocking paver blocks M/s Mehtab Tiles Indore, M/s Topaz Tiles Pune, M/s
Swamy Tiles
10 PVC copper/aluminium HAVELLS/ FINOLEX/ NICCO/POLYCAB/ICC
conductor cables 1100V

11 Wiring accessories and (a) ANCHOR (b) FINOLEX


fittings
12 PVC conduit/PVC casing (a) PRESSFIT (b) MODI
caping (c) PRECISION

13 MCB DB/MCCB/MCBs/ L & T/SIEMENS/ SCHNEIDER/ HAVELLS/


sheet LEGRAND/INDO ASIAN
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 149

PARTICULAR SPECIFICATIONS(Contd)
28 (contd..)

Sr. No. Materials Make/Name of firms

14 Switches/Switch Socket ANCHOR/LEADER/VINAY/Havells


outlets/ Socket Outlet/
Call Bell/Lamp
holder/Ceiling rose/
Fan regulator/Plug top
15 LED Light Fittings, tube Havells/Bajaj/ Crompton Greaves/Philips /
rod Luker Electric Technologies Pvt Ltd/WIPRO/Fortune
Arrt LEDLighting Pvt Ltd

16 Exhaust fan Crompton/Havells/Bajaj/Almonard

17 White cement based putty Asian/JK/Birla wall care

18 Vitrified tiles/ceramic SPARTEK/BELL/KAJARIA/SOMANY/JOHNSON/


tiles(nonskid/glazed) NITCO

19 Cement prodor (solution Carborundum Universal Ltd (Prodorite Division)/or


and powder), AR mastic equivalent approved in M/s Fosroc/ M/s Pidilite as
membrane, primer coat, approved
furane (powder and syrup),

20 Acid resistant tiles/bricks Carborundum Universal Ltd (Prodorite Division)/


M/s H R Johnson
21 Insulators WC insulators Bengal Pottories/Jayashree/ National/ M/s
Jaipuria Brothers/ BHEL / Southern Insulators

22 GI Pipes and fittings TATA/Swastik/Jindal/Prakash surya

23 Liquid waterproofing Aquatek Conchem/Dr Fixit/Fosroc/M/s Denson/M/s


compound Bauchemic(I) Pvt Ltd/M/s Pidilite/M/s India waterproofing Co
Ltd
24 Integral water proofing Cico/Aquaproof/Aquaflex/Scott No 1
compound (ISI marked)
25 HDPE pipes Supreme/Prayag

26 Hydraulic door closer Everite/Universal/Dyana/Perfect Hydraulic/Prabhat Door king

AGE CONTRACTS
SIGNATURE OF CONTRACTOR FOR ACCEPTING OFFICER
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 150

PARTICULAR SPECIFICATIONS(Contd)

29.00 CHARGES FOR TESTING OF MATERIALS IN COMMAND TEST LABS(CTL) :-

MATERIAL AND THEIR TESTS


RECOVERY RATES OF TESTING CHARGES

Sl Materia Test Method of Frequency of Tests Level Rate Remarks


No ls testing of test per test
Rs. Ps.
1 2 3 4 5 6 7 8
1 Bricks (i) Compressive IS-3495 As per IS-5454 as A' 330/- Checks for
strength (Part-II) given under :- visual and
(ii) Water -do- Lot Sample : A' 330/- dimensional
Absorption Permissible size : characteristics
(iii) -do- (Part-I) Nos of defective A' 330/- shall also be
Efflorescence Bricks carried out as
10001 to : 5 : 0 per IS- 5454.
10000
10001 to : 10 : 0
35000
35001 to : 15 : 1
50000

2 Coarse (i) Sieve IS:2386(Part- One test for every A' 660/-
Aggreg Analysis I) 15 cum of
ate aggregates or part
thereof brought at
site
(ii) Flakiness -do- -do- `A’ 250/-
Index
(iii) Estimation IS:2386 One test for `A’ 600/-
of deleterious (Part-I) every100cum of
materials aggregates or part
thereof
(iv) Organic -do- One test per `B’ 275/-
impurities source of supply

(v) Moisture -do- (Part-II) Regularly as `A’ 330/-


content required

(vi) Specific IS:2386 One test for each `B’ 330/-


Gravity (Part-II) source of supply
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 151

PARTICULAR SPECIFICATIONS(Contd)

MATERIAL AND THEIR TESTS


RECOVERY RATES OF TESTING CHARGES (contd…)

3 Fine (i) Sieve IS:2386 One test for `A' 660/-


Aggreg Analysis (Part-I) every15cum of FA
ate or part when
brought to site
(ii)Test for clay, -do- (Part-II) -do- `A' 500/-
slit and
impurities
(iii) Specific -do- One for each `B’ 330/-
gravity (Part-II) source of supply

(iv) Moisture -do- (Part-II) Regularly as `A' 330/-


content required subject to
2 tests/ Day when
being used
(v)Test for -do- One test for each `B’ 275/-
organic (Part-II) source of supply
impurities
4 Cement (i) Setting time IS:4031-63 Once for each B' 500/-
affirmed1980 consignment or as
and when required
(ii) Soundness -do- -do-- B' 550/-

(iii) -do- -do-- B' 550/-


Compressive
Strength

(iv) Fineness -do- -do-- B' 275/-

5 Structur (i) Slump test IS:1199 The minimum A' 300/- (i) Random
al (OR) frequency of sampling shall
concrete compacting sampling of be carried out
(M-15 factor test concrete of each to cover all
grade
(OR) grade shall be mix units.
and
above) asunder :
Vee-Bee time. Qty of concrete : No A' 900/- (ii) Refer
IS:516 of samples in the IS456-2000
(ii)Compressive work (cum) clause 14 for
strength 1-5 : 1 frequency of
6-15 : 2 sampling.
16-30 : 3
31-50 : 4
51 & above : 4+1
for each addl
50cu.m or part
thereof
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 152

PARTICULAR SPECIFICATIONS(Contd)

MATERIAL AND THEIR TESTS


RECOVERY RATES OF TESTING CHARGES (contd…)

6 (a) PCC (i) Compressive IS:2156-1984 8 Blocks out of 14 A' 900/- Samples: 14
Blocks strength (Appx'B') blocks from
for - Consignment
walling (ii)Water do-- 3 Blocks out of 14 B' 330/- of every 5000
(Hollow
absorption (Appx'E') blocks or part
Block)
thereof.
(iii) Density 3 Blocks out of 14 B' 330/-
-do--
(Appx'A')

(b) PCC (i) IS:2185 12 Blocks out of A' 900/- Samples: 18


solid Comprehensive 18 blocks from
Block strength Consignment
for of every 1000
Walling
(ii)Water -do-- B' 330/- blocks or part
absorption 3 Blocks out of 18 thereof. These
blocks to be
(iii) Density -do-- B' 330/- checked for
3 Blocks out of 18 dimension and
weight.
7 Cement (i) Water IS:1237 6 tiles out of18 B' 330/- Samples:18
flooring absorption (Appx 'D') tiles from
Tiles/Te Each source of
rrazzo (ii)Wet -do— -do-- B' 660/- supply
Tiles
transverse (Appx 'E') selected at
strength random.
-do— -do-- C' 1000/-
(iii) Resistance (Appx' F')
to wear
8 Burnt (i) Water IS:3495 6 tiles out of12 B' 216/- Sample : 12
clay absorption (Part-II) tiles from each
roofing source of
tiles (ii) -do-- (Part-I) -do-- A' 180/- supply
(hand- Compressive selected at
made) strength random.
As per
IS:2690
(Part-II)
Length
150
mm to
250
mm
width
100
mm to
200
mm
thickne
ss
35mm
to
50mm
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 153

PARTICULAR SPECIFICATIONS(Contd)

MATERIAL AND THEIR TESTS


RECOVERY RATES OF TESTING CHARGES (contd…)

9 Mangal (i) Water IS:654 6 tiles out of32 B' 180/- Sample : 32
ore absorption (Appx 'A') tiles from
pattern
roofing each
tiles (ii) Breaking -do— -do-- B' 120/- consignment of
load (Appx 'C')
3000 tiles or
part thereof.
The tiles shall
be checked for
dimension.

10 Timber (i) Specific IS:1708 Minimum 3 B' 120/-


gravity and samples from a lot
weight of 4cu.m or
250 pieces of
seasoned timber

-do-- -do-- A' 120/-


(ii) Moisture
content
11 Water (i) Test for IS:456&3015 Once at the stage B' 500/- Also refer
for acidity of approval of clause 4.3 of
constru source of water IS: 456 and its
ction subsequent
purpos -do-- -do-- B' 500/- sub clauses
e (ii)Test for regarding
alkalinity suitability of
B' 500/- water.
-do-- -do--
(iii) Test for
Total dissolved
solids (TDS)
content

12 Weldin Visual IS:822 100% by visual wor 360/- Specialized


g of Inspection test Clause 7.1 inspection k tests, their
steel site Method and
work frequency to
purpos be decided on
e consideration
of their
importance
by the
Accepting
Officer
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 154

PARTICULAR SPECIFICATIONS(Contd)

MATERIAL AND THEIR TESTS

RECOVERY RATES OF TESTING CHARGES (contd…)

13 Timber (a) Dimension, IS:1003 Frequency of A’ 180/-


panele sizes, (Part-I) sampling from
d and workmanship each lot shall be
glazed and finish asunder :-
door/
window Lot Size: Sample
shutter Size
s 26 to 50 :
(includi 5
ng 51 to 100:
factory 8
made 101 to 150:
shutter 13
s) 151 to 300:
20
301 to 500:
32
501to 1000:
50
1001 & above:
80

(b) Strength test From each lot 5%


of the factory
(i) Slamming IS:1303 made shutters
shall be
(ii) Impact -do— manufacturer
Indentation tested for strength
tests
(iii) Shock -do—
Resistance

(iv) Edge -do--


loading

14 Ply Moisture IS:1734 Six test pieces cut C’ 240/- Sampling shall
wood content (Part-I) from each of the be as per
(IS- boards selected IS:7835- tables
303) as per table shall
be subjected to
tests
CA No. GE(I)(P) FY/KKE/ OF 2020-2021 SERIAL PAGE No. 155

PARTICULAR SPECIFICATIONS (Contd)

MATERIAL AND THEIR TESTS

RECOVERY RATES OF TESTING CHARGES (contd…)

15 Wood (i) Density IS:2360 Three test A' 60/- Sampling shall
particle (Part-III) specimen from be as per
board each sample IS: 3487- with
(Mediu (Size150mmx75m moisture
m (ii) Moisture -do- m) A' 60/- meter.
density content &'B'
IS:3097 -do-
) (iii) Water -do- (Part-16) A' 60/-
absorption
-do-
(Size 300mm x300
(iv) Swelling -do- (Part-17) mm) A' 60/-
due to surface
absorption -do-
(Size 125mmx100
(v)Swelling in -do- mm) A' 60/-
water
-do-
(Size200mmx100
(vi) Modulus of -do- (Part-4) mm) B' 90/-
rupture
Three test
(vii) Screw with -do- (Part-4) specimen as per C' 120/-
drawl strength IS:2380

-do- as per
IS:2385
16 Reinfo (a) Physical As per IS As per IS B 2500
rceme tests upto
nt 16mm dia
steel (Nominal mass,
tensile
elongation,
bend and
rebend)
(b) More than -do- -do- B 2750
16mm dia -do-

Legend (i) A- site lab (ii) B-Zonal lab (iii) C-National test house/ SEMT wing Pune/Engg College.

SIGNATURE OF CONTRACTOR AGE(CONTRACTS)


FOR ACCEPTING OFFICER

You might also like