You are on page 1of 46

CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 01

MILITARY ENGINEER SERVICES

GARRISON ENGINEER (ARMY)


HANUMAN CAMP CANTT, AHMEDABAD-380004

Name of REPAIRS TO PLASTERING, FLOORING, ROOFING, JOINERY, OTHER ALLIED


work: WORKS AT ZONE 'A' AREA AT AHMEDABAD CANTT

CONTENTS

Ser Particulars Page No


No From To
1 2 3 4
1. Contents 01 01

2. Notice of tender IAFW-2162 (Rev 1960) and 02 06


Appendix A to Notice of Tender

3 Authorization, Notes for Schedule of works, 07 11


Schedule B, C & D including tender and
acceptance page
4. General Conditions of Contracts IAFW-2249 (1989 12 69
Print) together with amendments and errata thereto
and schedule of minimum fair wages
5. Special Conditions 71 76

6. Particular Specifications 77 102

7. Schedule of credit including General Summary 103 103

8. BOQ 104 112

9. Tender forwarding pages along with instruction on


filling & submission of tender 113 117
10. Tender uploading pages
118 119
11. Corrigendum to Tender documents

12. Relevant Correspondence

13. Acceptance letter

Total Pages

Number of Drawing : NIL

SIGNATURE OF CONTRACTOR Garrison Engineer


ACCEPTING OFFICER
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 02
MILITARY ENGINEER SERVICE
NOTICE INVITING TENDER (NIT)
1. A tender is invited for the work as mentioned in Appendix A to this NOTICE INVITING
TENDER (NIT).
2. The work is estimated to cost as indicated in aforesaid Appendix A. This estimate, however, is
not guarantee and is merely given as rough guide, and if the work cost more or less, 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 the site
which will be on or about two weeks after the date of Acceptance of tender.
4. Normally contractor 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 in categories SS to E may tender/bid. In case, where the
tendered amount is in excess of the financial limit of the contractor and the Accepting Officer
decides to accept the tender/bid, in which event the tenderer/bidder would be required to lodge
additional security deposit as notified by the Accepting Officer in terms and conditions of
contract. Contractors whose names are on the MES approved list of any MES Formation and
who have deposited standing security and have executed standing security bond may also
tender/bid without depositing Earnest Money along with the tender/bid and if the tender/bid
submitted by such a tender/bid submitted by such a tenderer/bidder is accepted, the contractor
will be required to lodge with the Controller of Defence Accounts concerned the amount of
Individual Security Deposit within thirty days of the receipt by him of notification of
Acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR payment or
from the first final bill. In the case of term/running contracts, remaining sum shall be recovered
from subsequent bill(s) of the contractor. Not more than one tender/bid shall be submitted/
uploaded by one contractor or one firm of contractors. Under no circumstances will a father and
his son(s) or other close relations who have business dealing with one another be allowed to
tender/bid for the same contract as separate competitors. A breach of this condition will render
the tenders/bids of both the parties liable for rejection.
5. The Garrison Engineer, Ahmedabad-380004 will be the Accepting Officer hereinafter referred to
as such for the 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 of 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 encasing
the DD and shall not have any clam from Government whatsoever on this account.
6.1 Tender form and conditions of contract and other necessary documents shall be available on
www.eprocuremes.gov.in / www.eprocure.gov.in site for download and shall form part of contract
agreement in case the tender/bid is accepted.
6.2 In case of contract 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 Garrison Engineer (Army) Ahmedabad by a scheduled Bank or
in receipted treasury challan the amount being credited to the revenue deposit in favour of
Garrison Engineer (Army) Ahmedabad.
6.3 A contractor who is not enlisted for the area in which the work list but whose name is in the MES
approved list of any MES formation and who has deposit standing security and executed
standing security bond may bid without depositing earnest money along with the tender; but if the
Accepting officer accepts the tender/bid, the contractor will be required to lodge with the
Controller of Defence Accounts concerned the amount of Individual Security Deposit within thirty
days of the receipt by him of notification of acceptance of this tender/bid, failing which this sum
will be recovered from 1st RAR payment or from the first final bill. In the case of term/running
contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor.

Contd/
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 03
NOTICE OF TENDER (Contd..)
6.4 A contractor who has executed standing security bond but not corresponding to the appropriate class
as mentioned above, shall lodge with the Accepting Officer, Additional Security Deposit as notified by
the Accepting Officer within thirty days of the receipt of his notification of acceptance of his tender/bid,
failing which this sum will be recovered from the first RAR payment or from the first final bill. In the
case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the
contractor. However, in case where any payment is made to the contractor within thirty days of the
receipt by him of notification of acceptance of tender/bid, the amount of additional security deposit
shall be recovered from such payment.
6.5 The Garrison Engineer (Army) Ahmedabad 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.
6.6 The Garrison Engineer (Army) Ahmedabad will either return the Earnest Money to the successful
tenderer/bidder by endorsing an authority on the deposit-at-call receipt for its refund on receipt of an
appropriate amount of Security Deposit or will retain the same in part or full on account of security
deposit if such a transaction is feasible.
6.7 Copies of the drawings and other document pertaining to the work signed for the purpose of
identification by the Accepting Officer or has 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 i.e. Garrison Engineer (A) Ahmedabad during working hours.
7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE/ AGE
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 th 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 financial bid of any applicant/bidder, even of enlisted contractors of appropriate class,
merely by virtue of enclosing DD. Accepting Officer reserve the right to reject the T bid and not open
the financial 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-non validation of his T bid assigning reasons thereof
the www.eprocuremes.gov.in website. The applicant contractor/bidder if he so desires may appeal to
the Next Higher Engineer Authority viz HQ CWE Ahmedabad on email id ahbd3-mes@nic.in with
copy to the Accepting Officer on email ahbd4-mes@nic.in before the scheduled date of opening of
Financial Bid. The decision of the Next Higher Engineer Authority (NHEA) shall be final and binding.
The contract/bidder shall shot be entitled for any compensation whatsoever for rejection of his bid.
12. The accepting officer reserves the right to accept a tender submitted by a Public Undertaking, giving a
price preference over other Tender(s)/Bid(s) 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. Court of the place from where tender has been issued shall alone have jurisdiction to decide any
dispute out of or in respect of this tender. After acceptance of tender, Condition 72 - Jurisdiction of
Courts of IAFW-2249 shall be applicable.
15. This Notice Inviting Tender (NIT) including Appendix A shall form part of the contract.

Signature of Contractor for Accepting Officer


CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 04

APPENDIX A TO NOTICE INVITING E-TENDER (NIT)

1. Name of Work REPAIRS TO PLASTERING, FLOORING, ROOFING, JOINERY, OTHER


ALLIED WORKS AT ZONE 'A' AREA AT AHMEDABAD CANTT
2. Estimated Cost ` 14.00 Lakhs. (At par market)
3. Period of 335 days.
completion
4. Cost of tender ` 500/- in the shape of DD/Bankers cheque from any scheduled/
documents Nationalized bank in favour of GE (A) Ahmedabad and payable at
Ahmedabad.
5. Website/portal www.eprocuremes.gov.in and www.mes.gov.in
address
6. Type of contract The tender shall be item rate contract based on IAFW-1779A with list of
works to be quoted by the contractor.

7. Information &
Details
(a) Bid submission
start date Refer critical dates.
(b) Last date of bid
submission
(c) Date of Opening of
bid
8. Eligibility Criteria
(a) For MES All contractors enlisted with MES in Class E and above and category a(i)
enlisted shall be considered qualified provided they do not carry adverse remarks in
contractors. WLR of competent engineer authority.
(b) For other (i) The firms not enlisted with MES shall meet the enlistment criteria of E
contractors 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. enlistment criteria may be seen in Para 1.4 of
section 1 of part I of MES Manual of Contracts-2007 (Reprint 2012) as
available in MES formations.
(ii) These firms shall also submit copy of police verification from police
authority of the area where the registered office of the firm is located /
notarized copy of valid passport of proprietor/ each partner / each Director.
(iii) The should not carry adverse remarks in WLR or any other similar
report of any authority.
(c) For all Contractor will not be allowed to execute the work by subletting or through
contractors power of attorney holder on this behalf to a third part/ another firm except
sons/daughters of Proprietor/Partner/Director and firms own employees,
Director, Project Manager. This shall be subject to certain conditions which
will be prescribed in the NOT forming part of the tender documents.
9. Tender issuing and Garrison Engineer (Army) Ahmedabad.
Accepting Officer
10. Executing Agency Garrison Engineer (Army) Ahmedabad.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 05

APPENDIX A TO NOTICE INVITING E-TENDER (NIT) (CONTD)

11. Amount of Earnest ` 28,000.00 in the form of DD/Bankers cheque from any Scheduled
Money for contractor /Nationalized Bank in favour of GE (A) Ahmedabad payable at
not enlisted in MES. Ahmedabad. MES enlisted contractor are exempted from
submission of EMD (copy to be uploaded online and original to fwd
offline to receive before due date).

Notes :
1. The contractor enlisted upto one class below the eligible class may also apply/bid.
Application/Bids from one class below eligible class applicants may be considered in
event of inadequate response/bids from the applicants of eligible class.
2.1. 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 financial bids will not be opened.
2.2 Tenderers/bidders to note that they should ensure that their original DDs and earnest
money (as applicable) are received within 05 days of bid submission end date.
2.3 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, financial 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 financial
bids.
2.4 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, financial 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 financial
bids.
2.5 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 financial bids.
3. Contractors enlisted with MES will upload following documents along with T bid for
checking eligibility during technical evaluation. Contractor who does not upload
following documents shall be disqualified in the T bid evaluation and their financial bid
i.e. cover 2 shall not be considered for opening of F bid :-
(a) Application for bid in Firms letter head.
(b) Enlistment letter.
(c) Scanned copy of DD of cost of tender.
(d) Scanned copy of EPF Code Number.
(e) Scanned copy of GST Number, as applicable.

4. Contractors not enlisted with MES will be required to upload necessary documents to
prove their eligibility in eligible class & category of work, including Affidavit for no
recovery outstanding. List of documents required for enlistment in MES has been
given in Para 1.5 of Section 1 of Part-I of MES Manual of Contracts 2007 (Reprint
2012). Following documents shall also be uploaded amongst other:
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 06

APPENDIX A TO NOTICE INVITING E-TENDER (NIT) (CONTD)

4.1 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 Officers 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 / authorised
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.

4.2 Solvency certificate and working capital certificate issued by scheduled bank.

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

4.4 Affidavits for possession of movable & immovable properties by proprietor / partner
owning the immovable property along with 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.

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


of the company.

4.5 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 two years.

4.6 Scanned copy of DD of cost of tender and earnest money.

5. In case of rejection of technical / prequalification bid, contractor may appeal to Next


Higher Engineer Authority i.e. HQ CWE Ahmedabad on email ahbd3-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.

____________________ (GC Kamble)


Signature of Contractor AE (QS&C)
AGE (Contract)
for Accepting Officer
File No. :- 8202/E8
Dated:- Nov 2017
Garrison Engineer (Army)
Camp Hanuman Temple
Ahmedabad-380004
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 07

IAFW-1779-A(REVISED 1955)

(TO BE USED IN CONJUNCTION WITH GENERAL


CONDITION OF CONTRACTS IAFW-2249)

MILITARY ENGINEER SERVICES

Tele Mil : 079-22867992 Garrison Engineer (Army)


Ahmedabad 380003

8202/ /E8 Nov 2017

REPAIRS TO PLASTERING, FLOORING, ROOFING, JOINERY, OTHER


ALLIED WORKS AT ZONE 'A' AREA AT AHMEDABAD CANTT

TENDER ID : 2017_MES_139899_2

Dear Sir,

1. Shri/SShri _______________________________________________ of _____________ is/


are hereby authorized to tender/bid for the above work. The tender/bid is to be uploaded on
www.eprocuremes.gov.in portal on or before the bid closing date mentioned in the tender.

2. All documents must be uploaded while submitting the tender/bid on above mentioned portal.

3. THE PRESIDENT OF INDIA DOES NOT BIND HIM SELF TO ACCEPT THE LOWEST OR
ANY TENDER.

Signature of Officer
Issuing the tender Documents
Appointment
SIGNATURE OF CONTRACTOR Garrison Engineer
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 08
NOTES FOR SCHEDULE OF WORKS/BOQ
LIST OF WORKS AND PRICES
Note: -
1. Quantities shown in Schedule of works/BOQ are approximate and inserted as guide only.
They shall however not to be carried beyond the limits laid down in condition 07 of IAFW-
2249 (General Condition of the Contracts).
2. Rate in figures are to be filled by the tenderer.
3. Unit Rates. The rates to be quoted against each item shall include for Material and Labour,
Supply and fixing and or Laying complete including testing as required as specified unless
otherwise specifically mentioned in the description of respective items.
4. The total amount of this Schedule is firm but will be treated as Contract Sum referred to in
IAFW-2249 General Conditions of contracts. Wherever the schedule of credit is involved the
contract sum shall be arrived at after deducting amount of Schedule of Credit from the total
quoted amount.
5. If contractor does not quote his rate against any item or NQ appears in the rate/amount
column, then it shall be deemed that rate quoted is Rupees Zero i.e. the contractor intends
to execute the particular item at no cost basis (free of cost) to the Govt items and their
quantities for which no rates or prices have been quoted shall be deemed to have been
covered by the rates and prices quoted for the other items of bills of quantities. Hence,
contractors are requested to thoroughly check their quoted rates before submitting bid
online. No representation by the contractor on this matter shall be entertained by the
department in the matter.
6. In case the BOQ is revised by the Department and the bidder has failed to quote in revised
BOQ (i.e. he has quoted in previous BOQ), such bid shall be treated as willful negligence by
the bidder and his quotation shall be considered as non-bonafide. In such cases the lowest
tender shall be determined by the lowest amount amongst the valid/bonafide bids only.
Decision of Accepting Officer to retender or otherwise shall be final & binding.
7. The tenders quotation shall include all Taxes, statutory levies, duties, octroi construction
labour welfare tax, value Add Tax (VAT), service tax cess including surcharge tax, on works
contract, Goods and service tax as applicable. It may be noted that conditional tender
regarding sales tax on works contract WILL NOT BE CONSIDERED and shall be liable to be
rejected.
8. The subject work pertains to routine maintenance and hence work will be required to be
executed in piecemeal as and when required and contractor shall consider this factor while
quoting rates and shall have no claim whatsoever in this aspects.
9. The works in BOQ items will be based on complaints/demand received from users for
welcome maintenance of the quarters during the period of contract.
10. A maintenance/repair demand register shall be provided by the contractor and kept with
concern JE. Contractors rep will note down the demand at 09:30 AM daily. AGE/JE shall
intimate the requirement of maintenance/repair of the quarter to the contractor vide demand
register. The maintenance shall be attended within 24 hours and completed within three
days, failing which a penalty of ` 300.00 per quarter shall be levied for each day of delay. All
the activities carried out including Nos & make of fittings fixtures replaced in the quarter shall
be entered in the register and contractor will obtain the signature of users after completion
of the maintenance/repair of quarter with date. Stationery required for register etc shall be
provided by the contractor. The register shall be produced in the E8 Section for verification
while claiming RAR & FB payments. The compensation as per general condition of contract
shall be levied in case the overall work is not completed within stipulated time which shall be
over & above the penalty.
11. PERIOD OF COMPLETION :- The entire work under this contract shall be completed within
335 days from the date of handing over the site.

Contd
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 09

IN LIEU OF IAFW-1779-A(REVISED -1955)

SCHEDULE B

(Issue of materials to be contractors)


(See condition 10 to IAFW-2249)

Ser Particulars Unit Rate at which Place of issue Remarks


No stores will be ( by name)
issued to the
contractor
1 2 3 4 5 6

NIL

SCHEDULE C

(LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT)


WHICH WILL HIRED TO THE CONTRACTOR
(See condition 34 & 35 of IAFW-2249)

S. Qty Particulars Details of MES Hires charges Standby Place of Remarks


No Crew supplied per unit per charges issued (by
working day per off day Name)
1 2 3 4 5 6 7 8

NIL

SCHEDULE D

(LIST OF TRANSPORT TO BE HIRED TO THE CONTRACTOR)


(See condition 16 & 35 of IAFW-2249)

Ser No Qty Particulars Rate per unit per Place of issued Remarks
working day by Name )
1 2 3 4 5 6

NIL

SIGNATURE OF CONTRACTOR Garrison Engineer


ACCEPTING OFFICER
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 10

TENDER

THE PRESIDENT OF INDIA,

Having examined and pursued the following documents:-

1. Specification signed by the Garrison Engineer and /or by AGE (Contract).

2. Drawings, detailed in the Particular specifications.

3. Schedule A, B, `C & `D attached hereto.

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


Rates-2010 Part-II (Rates) together with amendment No 01 to 03 for Part-I and amendment
No 01 to 58 for Part-II hereinafter referred as the MES Schedule.

5. General conditions of Contracts IAFW-2249 (1989 Print) together with amendments Nos. 01
to 40 and errata 01 to 20 in English.

6. Water : Condition 31 of IAFW-2249, General Conditions of contract water will be supplied by


the MES for all works and shall be paid for by the contractor at ` 3.75 for every ` 1000/-
worth of work done as priced at contracts rates.

Should this tender be accepted:-


* I/WE AGREE
(a) That the sum of ` __________ (Rupees ______________________________ only
forwarded as earnest money, shall either be contained on account of security deposit
or be refunded by the Govt on receipt of an equal amount as security deposit within
the time specified in condition 22 of IAFW-2249.

(b) To execute all the works referred to in the said documents upon the terms and
conditions contained or referred to therein at the item rates contained in the aforesaid
MES schedule A/BOQ or at such other rates as may be fixed under the provisions of
conditions 62 of IAFW-2249 and to carry out such deviations as may be ordered vide
Conditions 7 of IAFW-2249 upto a maximum of (+/-) 10% (Ten percent) and further
agree to refer all disputes as required by conditions 70 of IAFW-2249 to the sole
arbitration of a serving officer having degree in Engineering or equivalent or having
passed final / direct final examination of Sub division II of Institution of Surveyor
(India) recognized by the Govt of India to be appointed by Chief Engineer Bhopal
Zone or in his absence the officer officiating as Chief Engineer Bhopal or Senior
Surveyor of Works if specifically delegated in writing by Chief Engineer Bhopal Zone
whose decision shall be final conclusive and binding.
To be deleted whichever is not required.

Garrison Engineer
Accepting Officer
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 11

Brought forward from Sl page No _______for ` ___________________________________

Rupees_________________________________________________________________)

Signature_________________ (Name)__________________________________in capacity

of _______________________duly authorized to sign the tender for and on behalf of

M/S __________________________________________________________(Block letters)

Dated : ____________________

Witness ___________________ Postal address and telephone No

Address____________________ ______________________

_____________________ ______________________

ACCEPTANCE

________alterations have been made in the documents and as evidence that these
alterations were made before the execution of the Contract Agreement; they have been initiated by
the contractor and Shri K Ramesh Babu, IDSE, Garrison Engineer

The said officer is hereby authorized to sign and initial on my behalf the documents forming
part of this contract.

The above tender as accepted by me on behalf of the President of India at the item rates
contained in Schedule A/BOQ on the ______________day of ________________

Signature ________________________dated this _______________day of ___________

Appointment : Garrison Engineer


(Army)
Ahmedabad
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 12 to 69

GENERAL CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT).


FOR TERM CONTRACT FOR ARTIFICERS (IAFW-1821)
LUMP SUM CONTRACT (IAFW-2159)
AND
MEASUREMENT CONTRACTS (IAFW-1779 & 1779-A)

1. It is hereby agreed by me/us that the following documents shall form an integral part of the
tender documents:-

(a) General condition of contracts including condition 70 pertaining to the settlement of


disputes by arbitration IAFW-2249 (1989 print), containing 33 pages (Ser page No.
12 to 44).

(b) Errata No. 1 to 20 amendment No. 1 to 40 for IAFW-2249 in 19 pages (Serial page
No. 45 to 63).

(c) Schedule of minimum rates of wages (Revised) dated 10.03.92 in 6 pages (serial
page No.64 to 69).

2. This tender submitted by me/us is subject to the aforesaid documents and copy of which is
in my/our possession and which I/we have read full and understood before submission of
this tender.

3. My/our signature hereunder is in token of my/our having accepted the aforesaid documents
as forming an integral part of this tender.

NOTES:- (i) The documents mentioned above can be seen in the Office of the
Garrison Engineer (Army) Ahmedabad-380004 or in any other
MES formation during working hours.

(ii) In case the difference in interpretation due to wording in English


or Hindi versions, the English version will prevail as per article
348 of constitution of India.

Garrison Engineer(A)
SIGNATURE OF CONTRACTOR ACCEPTING OFFICER
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 70
SPECIAL CONDITION
1. GENERAL : These special conditions shall be read in conjunction with the general
conditions of contracts (IAFW-2249) and IAFW-1821 including errata and amendments
thereto. Any provision in these special conditions if at variance with the provisions in the
above-mentioned documents shall be deemed to take precedence there over.

2. VISIT TO SITE WORK : Reference Para 8 and 11 of notice of tender (IAFW-2162) and
condition 4 of IAFW-2249. The tenderer shall be deemed to have satisfied himself before
submitting his tender as to the nature of the ground and sub strata of soil (as far as
practicable). The climatic conditions, the form and nature of the site, nature of work and
means of access to the site the accommodation he may require and in general shall be
deemed to have himself obtained all necessary information on inspection of site as to risks
contingencies and other circumstances which may after his tender. No extra payment
consequent to any mistake or misunderstanding or otherwise on this account will be allowed.

3. OTHER AGENCIES :- Contractors attention is invited to the fact that during the currency of
this contract, Works on other services, which are outside the scope of work this contract,
may be entrusted for execution to other agencies. The contractor shall permit full access
and afford all facilities for such other agencies or departmental workman, if any engaged by
Govt to carry out their part of work in the area. No extra payment shall however, be made to
the contractor on this account whatsoever.

4. CONTRACTORS REPRESENTATIVES AGENTS SERVANTS AND WORKMAN :-


Contractor shall employ only Indian Nationals as his representatives agents servants and
workmen and verify their antecedents and loyalty before employing them for the work. He
shall ensure that no person of doubtful antecedents and nationality is in any way associated
with the work. If for reasons of technical collaboration or other consideration 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 the tender. The GE shall have full power
and without giving reasons to the contractor immediately cease to employ in connection with
this contract any representative agent servant, workmen or employee whose continued
employment is in his opinion undesirable. The contractor shall not be allowed any
compensation on this account.

5. SECURITY OF CLASSIFIED DOCUMENTS :- Contractors special attention is drawn to


condition 2-A and 3 of general conditions of contracts (IAFW-2249). The contractor shall not
communicate any classified information regarding works either to sub contractor or other
without prior approval of the Engr-in-Charge. The contractor shall also not make copies of
the design/drawings and other documents furnished to him in respect of works and he shall
return all documents on completion of the works or on earlier termination of the contract.
The contractor shall along with final bill attach a receipt from the Engr-in-Charge in respect
of his having returned the classified documents as per condition 3 of general conditions of
contracts (IAFW-2249).

6. VALIDITY OF BIDS :- The tender shall remain open for acceptance for a period of 60 days
from the next date subsequent to bid submission end date.

7. CRITICAL PATH METHOD CPM NET WORK (WORKS OVER 5 LAKH)

(a) The time and progress chart to be prepared as per condition 11 of General condition
of Contracts (IAFW-2249) it shall consist of detailed network analysis and a time
schedule. The critical path network will be drawn jointly by the Engr in-Charge and
contractor soon after acceptance of tender. The time scheduling of the activities will
be done by the contractor so as to finish the work within the stipulated time. On
completion of the time schedule, the contractor will submit to GE., who will approve it
after his scrutiny. The schedule will be submitted in four copies within two weeks
from the date of handing over site.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 71
SPECIAL CONDITION (Contd.)
(b) During currency of the work the contractor is expected to adhere to the time schedule
and this adherence will be a part of the contractors performance under contract.
During the execution of work contractor is expected to participate in the review and
updating of the network under taken by the GE. These reviews may be undertaken
at the discretion of the GE either as a periodic appraisal measure or as when the
quantum of work ordered on the contractor is substantially changed through deviation
orders or amendments. Any revision of the schedule as a result of the review will be
submitted by the contractor to GE within a week who will approve it after due
scrutiny. The contractor will adhere to the revised schedule thereafter. GEs
approval to the revised schedule resulting in a completion date beyond the stipulated
date of completion shall not automatically amount to a grant of extension of time.
Extension of time shall be considered and decided by the appropriate authority
mentioned in condition 11 of (IAFW-2249) separately regulated.
(c) Contractor shall mobilize and employ sufficient resources to achieve the detailed
schedule within the broad framework 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 method contemplated by him in his work schedule even though the
time schedule is approved by the department.
8. SAMPLES OF MATERIALS AND INDIAN STANDARDS :-
(a) In case where materials are specified to conform to samples the tenderer is advised
to inspect samples of materials, which are displayed in the office of the GE before
submitting his tender. The tenderer shall be deemed to have inspected the samples
and satisfied himself so as to the nature and quality of materials he is required to
incorporate in the work irrespective of whether he has actually inspected them or not
. The materials to be incorporated in the work by the contractor shall conform to or
shall be superior in quality to the sample displayed and shall comply with the
specification given here- in after.
(b) The contractor shall produce sample of materials and get them approved by the GE
before commencement /incorporation in the work.

(c) Contractor shall provide items/articles from the firms mentioned in particular
specifications. Where a firm listed in particulars specifications is manufacturing both
ISI/non ISI marked materials. Only ISI marked items/articles shall be provided. In
case of materials, which are not, manufactured ISI marked. The same shall conform
to relevant IS or superior to IS and the contractor shall produce sufficient proof to
satisfy that these items/articles are conforming to relevant IS or superior to IS.

9. RECORD OF MATERIALS
9.1 The quantity of materials such as paints, water proofing compound, chemicals for anti-
termite treatment etc., and the like, as directed by the Engineer-in-Charge the quantity of
which cannot be checked after incorporation in the works shall be recorded in measurement
books and signed by the Contractor and the Engineer-in-Charge as a check to ensure that
the required quantity has been brought to site for incorporation in the work.
9.2 Materials brought to site shall be stored as directed by the Engineer-in-Charge and those
already recorded in Measurement Book shall be suitably marked for identification.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 72
SPECIAL CONDITION (Contd.)
9.3 The Contractor shall, on demand, produce to the GE, and original receipted paid vouchers in
respect of the supplies. The paid vouchers so produced shall be verified, defaced and
stamped by Engineer-in-Charge indicating contract number, name of work, under his
dated signature. The Contractor shall ensure that the materials are brought to site, in
original sealed containers/packing, bearing manufacturer's marking except in the case of the
requirement of materials being less than smallest packing.
9.4 Contractor shall produce paid vouchers from the manufacturers and/or their authorised
agents for the full quantity of the following materials, as applicable as a prerequisite before
submitting claims for payment for advances on account of the work done and/or materials
collections in accordance with condition 64 of General Conditions of Contracts IAFW-2249.
(a) Water proofing compound.
(b) Paints, Distempers, cement based paint and like.
(c) Factory made door shutter, false ceiling, windows/ventilators and tanks etc.
(d) Sanitary fittings, and pipes
(e) Floor/wall tiles, Paver blocks, chequred tiles
(f) Salt glazed stone-ware pipes.
(g) Water supply fittings/fixtures where names of manufacturers/brands are specified or
approved.
(h) Cement, Steel, False ceiling material, ATT chemicals, RCC repair material
(j) AC/ Galvalume sheets
(k) Water proofing treatment materials

9.5 The contractor shall produce manufacturer's test certificate along with the paid vouchers for
the following items :-
(a) Cement and steel.
10. QUARRIES : Reference condition 14 of IAFW-2249. Quarries are not available on Defence
land for use by the contractor.
11. RELEASE OF ADDITIONAL SECURITY DEPOSIT (Ref condition 22 and 68 of IAFW-2249)
:- The contractor in case he has to deposit additional security for the contract is advised to
deposit the additional security in two equal parts so as to facilitate release of additional
security in accordance with condition 68 of IAFW-2249.
12. AVAILABILITY OF LAND FOR STORAGE OF MATERIALS/TEMPORARY WORKSHOP
OFFICE (REFERENCE CONDITION 24 OF IAFW- 2249)

Delete the following in Para 1 of condition 24 of IAFW-2249. In the event of _______


of areas of land allotted to him and following shall be read in conjunction with condition 24
of IAFW-2249.

The contractor shall be permitted to store his materials including erection of


temporary sheds thereof and to erect his temporary workshop and the like at the area of land
marked for all-purpose on the site plan free of rent if it is on class A1 land. For other types of
land, he shall be charged a license fee of ` 1/year or part of year for each and every
separate area of land allotted to him.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 73

SPECIAL CONDITION(Contd..)
13. AVAILABILITY OF LAND FOR ACCOMMODATION OF LABOUR AND CANTEEN
(Reference condition 24 of IAFW-2249).

No land will be allotted for labour camp and canteen

14. FAIR WAGES : The contractor shall have no claim what so ever if, for any reason other
than those mentioned in condition 63 of IAFW-2249 he is required to pay wages in excess of
minimum wages as laid down by Govt of India ( Shown in the schedule of minimum rate of
wages) or the minimum wages fixed by the state Govt whichever is higher.

15. SECURITY AGAINST LOSS OR DAMAGE : The contractor shall furnish to the Engr-in-
Charge every morning distribution return of his plant/equipment on the site of work stating
the following particulars :-

(a) Particulars of plants /equipments their make, manufacture model No if any,


registration No if any, capacity year of manufacture and year of purchase etc.

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

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

(d) Purchase value on the date of purchase. For the purpose of this condition,
plant/equipment shall be given vehicle No of trucks and Lorries but not the
workmens tools or any manually operated tools/equipments. The Engr-in-Charge
shall record the particulars supplied by the contractor in the work diary and send
return to the GE for records.

16. OFFICIAL SECRET ACT : The contractor shall be bound by the Official Secret Act 1923.

17. ELECTRIC SUPPLY

17.1 Electric supply required for the work shall be made available by the MES at point(s) shown
on site plan. The exact location of the electric point(s) will be shown by the GE.KWH meter
to register the electric energy supplied and main switch shall be provided and installed by
the MES. Contractor shall provide all necessary cables, fittings etc from the tapping point in
order to ensure a proper and suitable supply of electricity for execution of work. The
contractor will be charged of the electric energy consumed for execution of works at the
following rates:-

(a) At ` 9.00 per unit for lighting.


(b) At ` 9.00 per unit for power.

17.2 The contractor shall provide all necessary connections, cables, fittings etc from the main
switch in order to ensure proper and suitable supply of electricity. Government will not
guarantee continuity of power supply and no compensation shall be permissible if the supply
becomes intermittent or for breakdown or any reasons whatsoever.

17.3 GE or his representative shall be free to inspect all the power-consuming devices or any
electric lines provided by the contractor. Any devices or electric lines provided by the
contractor, which are not to the satisfaction of the AGE, shall be disconnected from the
supply, if so directed by him. The type of supply will be AC 440Volts 50 cycles.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 74

SPECIAL CONDITION(Contd..)

18. WATER (REFER CONDITION 31 OF IAFW-2249)


(a) Contractor shall upload his willingness along with his tender application whether he is
willing to draw water from MES or not.

(b) If contractor does not buy water from MES piped sources he is required to indicate
his intention in willingness certificate to be submitted along with his tender
application, failing which it will be deemed that he will buy water from MES.

(c) In case he desires not to buy water from MES. He will make his own arrangement
for the water at his own cost from sources(s) outside defence premises and no claim
what so ever shall be admissible on this account. In case contractor buys MES water
for uses in the work the water will be available subject to following :-
(i) The contractor shall be charged for the water supplied by MES for use in the
work and by his workman/employee at the rate of ` 3.75 per every Rs.1000/-
work of work done priced at contract rates. The supply shall be un metered.
(ii) Point of supply, if not indicated in site plan the same shall be decided by GE.
However the location of such point of supply shall be within the perimeter of
site of work or near to the site of work but in the case further than 200 meters
from nearer site point decided by the GE. Cost of supply of water at point
stated above shall be borne by MES. Beyond that it will be responsibility of
the contractor to make arrangement as described in Para 2 of condition 31 of
IAFW-2249.
(iii) Size of ferrule at the point of supply shall be 15mm bore unless otherwise
indicated in site plan.
(iv) MES will not be liable for any damage or compensation on account of failures
of supply of water or curtailment in the supply as the case may be, arising
from accident or becoming necessary as a result of drought/or any other
unavoidable causes.
19. STATUTORY LEVIES INCLUDING SALE TAX, VAT, SERVICE TAX GST ON WORKS
CONTRACT : The tenderer should include all statutory levies including sale tax VAT service
tax. GST on works contract in his quoted rates. Conditional tender regarding sales tax will
not be considered and is liable to be rejected.
20. CONDITION OF WORKING IN UN RESTRICTED AREA :-
(a) Refer condition 25 of IAFW 2249. The contractor shall employ only Indian Nationals
as his representatives, servants and workmen and verify their antecedents and
loyalty before employing them for the work. He shall ensue that no person of
doubtful antecedents and nationality is in any way associated with work. If for
reasons of technical collaboration on other considerations. 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.
(b) The contractor shall on demand by the Engr-in-Charge shall submit list of his agents
employee and work people concerned and shall satisfy the Engr-in-Charge as to the
bonafide of such people.
(c) The Engr-in-Charge shall at his discretion have the right to issue passes with
photographs as per rules and regulations of the installation/area in force to control
the admission of the contractor his agents employee and work people to site of the
work or any part therefore. Passes should be returned at any time on demand by the
Engr-in-Charge of the authorities concerned and in any case on completion of work.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 75

SPECIAL CONDITION (Contd..)

(d) The contractor and his agent employees and work people shall observe all the rules
promulgated by the authority controlling the area in which the work is to be carried
out e.g. prohibition of smoking lighting, fire precautions. Search of persons at entry
and exit, keeping to specified routes, restricted hours of working etc. Any person
found violating the security rules laid down by the authority, shall be immediately
expelled from the area without assigning any reasons whatsoever and the contractor
shall have no claim on this account. Nothing shall be admissible for any man-hours
lost on this account.

(e) Contractor shall make arrangement to issue photo passes to the labours employed
by him and no extra payment on this account shall be admissible by the department.

21. REIMBURSEMENT IN CASE OF ENEMY ACTION. If as a result of enemy action, the


contractor suffers any loss or damage, the Government shall reimburse to the contractor
such loss or damage to the extent and in the manner hereinafter provided:-

(a) The loss suffered by him on account of any damage or destruction of his plan/
equipment (as defined in special condition) here in before or materials or any part of
parts thereof. (The amount of loss assessed by the Accepting Officer of the contract
or the CWE in case of contracts by GE, on this account shall be final and binding).

(b) The compensation paid by him under any law for the time being in force, to any
workmen employed by him for any injury caused to him or to the workmens legal
successors for loss of the workmans life.

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

22. RE-IMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO


CONTRACT VALUE.

(a) The rates quoted by the Contractor shall be deemed to be inclusive of all taxes
(including Sales Tax/VAT on materials, Sales Tax/VAT on Works Contracts,
Turnover Tax, Service tax, Swach Bharat Abhiyan tax, Labour Welfare Cess/tax,
GST etc.) duties, Royalties, Octroi, Goods and Service Tax & other levies payable
under the respective Statutes. No reimbursement/refund for variation in rates of
taxes, duties, Royalties, Octroi & other levies, and/or imposition/abolition of any
new/existing taxes, duties, Royalties, Octroi & other levies shall be made except as
provided in sub Para (b) here-in-below.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 76

SPECIAL CONDITION (Contd..)

(b) (i) The taxes which are levied by Govt at certain percentage rates of Contract
Sum/ Amount shall be termed as taxes directly related to contract value
such as Sales Tax / VAT on works Contracts, Turnover Tax, Labour Welfare
Cess/ tax Service tax, Goods and Service Tax and like but excluding Income
Tax. The tendered rates shall be deemed to be inclusive of all taxes directly
related to contract value with existing percentage rates as prevailing on bid
submission end date of tenders. Any increase in percentage rates of taxes
directly related to Contract value with reference to prevailing on bid
submission end date of tenders shall be refunded by the Contractor. Similarly
imposition of any new taxes directly related to Contract value after the bid
submission end date of tenders shall be reimbursed to the Contractor and
abolition of any taxes directly related to Contract Value prevailing on bid
submission end date 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 that
the same is given pursuant to this Special Condition, together with all
information relating thereto which he may be in a position to supply. The
Contractors shall submit the other documentary proof/ informations as the
GE may require.

(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,
any documents so kept and such other informations 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 necessary and
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.

Garrison Engineer (A)


SIGNATURE OF CONTRACTOR ACCEPTING OFFICER
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 77
PARTICULAR SPECIFICATION
1. GENERAL: -

(a) Work under this contract shall be carried out as detailed in Schedule A/BOQ and in
accordance with Particular Specification, drawing, General Specification and other
provisions given in MES SSR 2009 Part-I (Specification) & SSR 2010 Part-II (Rates)
including errata amendment thereto.
(b) Term `General Specifications referred to in these documents as well as referred to in
IAFW-2249 (General Conditions of Contracts) shall mean the specification contained
in the MES SSR Part I 2009.
(c) General rules, specifications, special conditions and preambles contained in the MES
Standard Schedule of Rates shall be deemed to be applicable to the work under this
contract unless stated otherwise in these documents. The clauses in this particular
specification shall take precedence over the provisions in the MES schedule if there
are any varying and conflicting provisions.

2. SCOPE OF WORK : The contract includes for full and final and completion of all works
described in Schedule A/BOQ and specified in these particular specifications forming part
of the tender for the REPAIRS TO PLASTERING, FLOORING, ROOFING, JOINERY,
OTHER ALLIED WORKS AT ZONE 'A' AREA AT AHMEDABAD CANTT.

3. SAMPLES OF MATERIALS

(a) All materials to be incorporated in the work shall be ISI marked. In case any ISI
marked items are not available, these shall be conforming to relevant IS and make
shall be approved by GE.

(b) Amdts to IS issued till date of tender are deemed to be included.

(c) In case ISI does not exist for any item, it may conform to current BS/ DIN/ ASMT
specifications. In such case copy of relevant standard shall be submitted by
tenderers.

(d) The contractor after obtaining written approval of make and samples shall procure
the materials and equipment from approved firm or through their authorized agents
and shall ensure that all materials are brought to site in manufacturers original
packing with seal intact.

(e) The contractor is required to submit the original purchase vouchers /cash memos
duly machine numbered and dated in respect of purchases of the articles showing all
taxes, makes and number as required. The PVs shall be produced to the Engr-in-
Charge for his verification of materials /equipment and obtaining the approval
/permission of GE for release of payments/ incorporation of works. On approval,
Engr-in-Charge shall deface the original PVs etc and defaced original with two Xerox
copies there-of shall be submitted by the contractor to the Engr-in-Charge for
reference and record. The original PVs shall be released to the contractor after
technical check and payment of final bills.
4. ACCEPTANCE OF MATERIALS : The order of precedence of acceptance of materials
shall be as under :-
(a) Material with ISI markings. In case of non-manufacture of ISI marked materials,
materials conforming to relevant ISI.
(b) In case of non-manufacture of ISI mark materials, a material conforming to relevant
IS.
(c) In case non availability of materials at (a) & (b) above, the best available materials
in the market as defined in Clause 1.3 (b) of MES SSR 2009 Part-I and approved by
GE.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 78
PARTICULAR SPECIFICATION (Contd /-.)
5. SCHEDULE OF CREDIT
(a) Items of materials listed in Schedule of Credit shall become contractors property and
shall be removed from the site only after written permission of Engr-in-Charge to do
so.
(b) The rates quoted in schedule of credit shall be deemed to have been for the
quantities mentioned therein irrespective of the quantities actually/retrieved and after
appraisal of the existing condition of the items. Credit shall be given as the work
proceeds.
(c) The materials shown in credit shall not be used in the work and any materials are not
shown in the schedule of Credit shall be property of Govt. and shall be return to the
MES stores.
(d) The UNSV materials retrieved & which are not included in the schedule of credit shall
be taken on charge by the Engr-in-Charge and necessary proof shall be kept on
record.

6. TAKING DOWN/ DISMANTLING/ DEMOLITION : This shall be carried out as indicated in


schedule A'/BOQ, all as specified in clause 21.1 and 21.2 of MES SSR Part I 2009. Utmost
care / precautions shall be taken by the contractor while taking down /demolition /dismantling
existing damaged items. If the said items are damaged at the time of execution of work the
same shall be made good by contractor to its original form and to the entire satisfaction of
the Engr-in-Charge. In the event of discrepancy arising what so ever the decision of GE
shall be final, conclusive & binding upon the contractor. The debris / rubbish obtained from
demolition/dismantling shall be removed off the premises by the contractor to a distance as
directed by the Engr-in- Charge without any extra cost.
7. EXECUTION
7.1 (a) (i) The work is to be executed in bldg / qtrs in occupation. The bldgs shall be
handed over to the contractor in groups according to the gang of labour
employed by him. The contractor shall complete all the items according to
schedule A/BOQ incl removing of waste material in these groups of bldg
handed over to him. It shall be ensured that all the debris, waste etc. are
removed from premises on completion of days work and the premises kept
clean. No inconvenience to the occupants shall be allowed and if any
property of the occupant is damaged by the contractors workmen the same
shall be made good without any extra expenditure to Govt.

(ii) During execution of work, any damage to building or breakage of items, if


done by the contractor, the same shall be made good to match with existing
specification without any extra expenditure to Govt.

(b) If there is any disagreement between the contractor and Engr-in-Charge with regard
to bldg or breakage of item and making good to match with existing specification or
making good to match with adjoining surface finish involved in any item of schedule
`A/BOQ the or what-so-ever the decision of GE shall be final, conclusive & binding
upon the contractor.

7.2 Program and Planning : The contractor and Engineer-in-Charge in consultation with users
shall prepare the program for carrying out periodical services/ repairs works in the buildings.
The area /pockets of buildings, its date/period, shall be prepared and program shall be got
approved from the users. Accordingly the buildings occupants shall be intimated two days in
prior so that there is no in -convenience to the occupants. Suitable notes regarding the
program of cleaning shall also be pasted on the building for information to the occupants.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 79
PARTICULAR SPECIFICATION (Contd /-.)
8. EXCAVATION AND EARTH WORK :- Excavation land earthwork shall be carried out
all as described in schedule A/BOQ and all as specified SSR Part I 2009. The rates quoted
shall be deemed to be include for bailing or pumping out of water accumulated due to any
causes.
9. HARD CORE: Hard core shall be of hard broken stones or boulder. It shall be hard tough
clean and free from dust and other deleterious materials. It shall be well graded for
providing a dense and compact sub grade. Hardcore filling shall be spread and leveled in
layers not exceeding 15 cm thick, watered and well rammed or rolled all as specified in Para
3.27 of SSR Part-I 2009.
10. CEMENT
10.1 Type of Cement :- The Cement used shall be of 43 grade ordinary Portland cement
conforming to IS : 8112 1989 or Portland Pozzolana cement conforming to IS : 1489 Part
I:1991 Specification for Portland Pozzolana cement ,Part-I fly ash based. Cement bags shall
bear ISI certification mark and date of manufacture. 53 Grade ordinary port land cement may
be used by contractor in lieu of 43 Grade cement OPC without extra cost.
10.2 The following checks and procedure shall be followed before the cement supplied by the
contractor is accepted and is approved for incorporation in the work:-
10.2.1 PROCUREMENT : Cement shall be procured from the following manufacturers/main
producers:-
(a) M/s Cement Manufacturing Company Ltd
(b) M/s Ultra Tech Cement
(c) M/s OCL India Ltd
(d) M/s Dalmia Cement (Bharat) Ltd
(e) M/s Chettinad Cement Corporation Ltd
(f) M/s Heidelberg Cement India Ltd
(g) M/s My Home Industries Ltd
(h) M/s Paraskti Cement Ltd
(j) M/s Zuari Cement Ltd
(h) M/s Toshali Cement Pvt Ltd
(j) M/s Saifco Cement Pvt Ltd
(k) M/s Prism Cement Ltd
(l) M/s Shree Guru Kripa Cement Pvt Ltd
(m) M/s Barak Valley Cement Ltd
(n) M/s Dhruv Industrial Company Ltd
(o) Ultra Tech Cement
(p) Madras Cement
(q) Saurashtra Cement
(r) Lafarge Cement (Lafarge India Pvt Ltd)
(s) The Associated Cement Companies Ltd
(t) Grasim Industries Ltd
(u) The India Cement
(x) Andhra Cement Ltd
(y) Century Cement
(z) Binani Cement Ltd
(aa) Mangalam Cement Ltd
(ab) Birla Corporation Ltd
(ac) Orient Cement
(ad) M/s Sanghi Industries Pvt Ltd (OPC 53 Gde & PPC)
(ad) Shree Cement
(ae) J K Cement
(af) J K Lakshmi Cement Ltd
(ag) Jaypee Rewa Cement
(ah) Ambuja Cement Ltd
(aj) M/s Shree Digvijay Cement Co. Ltd
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 80
PARTICULAR SPECIFICATION (Contd /-.)

The contractor shall furnish the particulars of the manufacturers of cement along with
the date of manufacture to the GE for every lot of cement separately. The documents in
support of the purchases of cement shall be verified by the site staff and GE. The cement so
brought shall be fresh and in no case older than 60 days from the date of manufacture.
Before placing the order for cement by the contractor, he shall obtain written approval from
the GE regarding name of manufacture, quantity of cement etc. Based on the CPM Chart
finalized, monthly requirement of cement and the proposed date wise schedule of deliveries
for bringing the cement at site shall be worked out by the contractor and the same shall be
submitted to the GE for information and approval. Cement shall be procured for requirement
of not more than two months at a time. The cement shall be consumed in the work within
three months after receipt. Cement shall conform to the requirements of IS 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.
10.2.2 USE OF PPC For using PPC, the following requirements should be met:-
(a) PPC should meet the strength criteria of 43 Grade OPC as laid down in IS-8112-
1989.
(b) The minimum period for curing and striking off form work shall be as under in lieu of
that specified in clause 4.11.6.3 of MES schedule Pt-I :-
(i) Curing: - Structural RCC work, PCC work, Plastering etc. :14 days
(ii) Striking off Formwork from Walls, columns and vertical : 3 to 4 days
sides of beams.
(iii) Slabs (Props left under) :14 days
(iv) Beams soffits (Props left under) :14 days
(v) Removal of props to slab/beam
(aa) Spanning upto 6 M span : 16 days
(ab) Spanning beyond 6 M span : 22 days
(vi) For cantilever portion of slab formwork with support shall be retained until the
completion of the casting of the entire framework of the building.
(c) Mixing of OPC & PPC shall not be permitted in the same buildings except for plaster
and mortar.
(d) While procuring PPC, the following requirements are to be ensured and certificate to
the effect is to be obtained by the contractor for each batch from the manufacturer
and the same shall be submitted to the GE for approval to procure PPC.
(i) The quality of fly ash is strictly as per IS-1489 (Part-I) 1991 and as amended
up to date.
(ii) Fly ash is inter-ground with clinker not mixed with clinker.
(iii) The fly ash content in PPC does not exceed the limits laid down in IS-1489
(Part-I)-1991 and as amended up to date.

10.2.3. TESTING OF CEMENT: The manufacturer/ main producer shall carry out inspections and
testing of cement in accordance with the relevant BIS provisions. The Contractor shall
submit the Manufacturers Test Certificate in original along with the Test Sheet giving the
result of each physical test as applicable and the chemical composition of the cement or
authenticated copy thereof, duly signed by the manufacturer with each consignment. The
Engineer-in-Charge shall record these details in the Cement Acceptance Register (Annexure
`IV) given here in after, after due verification.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 81

PARTICULAR SPECIFICATION (Contd /-.)

The GE shall also organize independent physical testing of random samples of


cement drawn from each lot from NABL laboratories as NATIONAL TEST HOUSE, SEMT
WING/GOVT ENGINEERING COLLEGES/ ANY OTHER PRIVATE LABORATORIES
APPROVED BY ZONAL CE / CWE as per relevant BIS and record the results in the relevant
portion of Cement Acceptance Register. The random samples of cement to be tested shall
be drawn as per Quality Assurance Manual. The cost of materials for testing, samples,
conveyance etc shall be borne by the contractor irrespective of the test result. However the
cost of testing charges shall be governed in terms of condition 10(A) of IAFW 2249. In case
as per the result of independent test, the cement is found to be not of requisite standard
despite manufacturers test certificate, the contractor shall remove the total consignment
from the site within 24 hrs at his own cost after written rejection order of consignment by the
GE.

10.2.3.1 The record of random 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

10.2.3.2 The contractor shall be required to set up adequate testing facilities at site to the entire
satisfaction of GE for conducting setting time test and compressive strength test as per BIS
for the samples collected from the lot brought at site. These tests shall be carried out within
7 days of receipt of cement at site. The test can alternatively be carried out at the Zonal
laboratory, or any other recognized laboratory so designated by GE. The contractor shall be
allowed to use the cement only after satisfactory compressive strength of 7 days. 7 days
strength shall be relied upon to accept the lot of cement; 28 days compressive strength test
shall be final criteria to accept/reject the lot.

10.2.4 Storage : A temporary cement storage shed of appropriate capacity shall be constructed
by the contractor at the site for keeping the consignments of cement as and when brought at
site. The cement shed shall meet the following requirement:-

[a] The roof, walls, doors, windows, ventilators of Storage accommodation shall not allow
any leakage, seepage and dampness.

[b] Suitable dunnage of height not less than 200mm shall be provided to prevent
deterioration due to moisture or intrusion of foreign matters.

[c] Each cement consignment shall be staked separately; similarly the tested and
untested cement shall be segregated and stored separately with distinct
identification.

[d] Cement bags shall be stacked at least 200mm away from the walls and adequate
protective top cover shall also be provided.

[e] Stacks in no case shall be higher than 10 bags and the stacks shall be arranged in
header & stretcher fashion.

[f] The cement godown shall be provided with two locks at each door. The key of one
lock at each door shall remain with Engineer-in-Charge and the key of the other lock
with contractor or his authorized agent at site of works so that cement is removed
from the go down as and when required with the knowledge of both the parties.

[g] The store shed shall be inspected once a day for ensuring proper preservation of
cement bags & also for the purpose of taking out cement as per daily requirement.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 82
PARTICULAR SPECIFICATION (Contd /-.)

10.2.5 Documentation: The contractor shall submit original vouchers from the manufacturer for
the total quantity of cement supplied under each consignment to be incorporated in the
work. All consignments received at the work site shall be inspected by GE and documents
verified before acceptance. The original vouchers and the Test Certificates shall be defaced
by the Engineer-in-Charge, signed by contractor and kept on record in the Office of GE duly
authenticated and with cross reference to the Control Number recorded in the Cement
Acceptance Register. This register shall be signed by JE, Engineer-in-Charge, GE and the
Contractor. The Accepting Officer may order a Board of Officers for random check of
cement and verification of connected documents. The entire quantity of cement shall also be
suitably recorded in the Measurement Book (Not to abstracted) for record purposes before
incorporation in the work and shall be signed by the Engineer-in-Charge and the Contractor.
11. CEMENT CONCRETE :
(a) Cement concrete shall be described in schedule A/BOQ and specified in MES SSR
Part I 2009.
(b) Coarse aggregate for all cement concrete work shall be of crushed or broken stone
graded coarse aggregate of granite /trap /basalt stones free from impurities and
screened free of dust special quality from Shevaliya. Fine aggregate (Sand) shall
be best locally available natural sand from River Sabarmati free from deleterious
materials. Fine aggregate (Sand) and coarse aggregate shall be conforming to IS
383-1970 and all as specified in Para 4.4 of SSR Part-I 2009 and shall be approved
by GE before incorporation in the work. Water for concreting and curing shall be all
as specified in Clause 4.9 of SSR Part I 2009.
12. BRICK MASONRY
(a) Bricks shall be sub class B bricks, normal size as locally available with crushing
strength not less than 50 Kgs/Sqcm. The nominal size of bricks shall be 230 mm
long. 115 mm wide and 75mm high with a tolerance of + 8% on the dimensions.
The GE at his discretions may permit use of bricks (without any price adjustment)
which may not strictly conform to the said tolerance limit in sizes provided he is
satisfied that the bricks conform to the specifications in all other respects. With
reference to Special Condition 5.1 Page 47 of MES Schedule Part II half brick shall
be taken as 11.5 cm for the purpose of measurements irrespective of size of bricks
locally available.
(b) Half brick thick wall of height more than 90 cm shall be reinforced with two 8mm dia
TMT bars horizontally at every fourth course starting from floor level and anchored in
walls/columns at junctions, unless otherwise shown on drawings.

(c) Mortar bed joints shall normally conform to thickness with tolerance as specified in
clause 5.26 of MES Schedule PartI. However, joints up to 15mm thick are
permitted with prior approval of the Garrison Engineer without any price adjustment
and no extra claim shall be admitted for the extra cement consumed.
(d) Bricks shall be laid and bonded all as specified in Clauses of MES Schedule as
applicable to old size bricks (FPS Conventional bricks).
(e) In framed construction, brick panel wall not supported on plinth/grid beams, shall
have foundation as for non load bearing wall and half brick walls upto 2100 mm high
in such situation shall be erected directly supported on sub-base of floors. Dwarf
walls shall be provided with foundations as shown in the drawings and half brick
walls above 2100 mm high shall be erected directly supported on sub base of floors
with lintel band at 2100 mm high as shown in drawings.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 83
PARTICULAR SPECIFICATION (Contd /-.)

13. PVC DOOR SHUTTER :- Factory made solid panel PVC door shutter 30mm thick (style)
consisting of frame made out of MS tubes for top and bottom rails. MS frame shall be
covered with heat moulded plain colour PVC C channel having a PVC sheet strip of 20mm
width stuck indise with solvent cement for stiles and plain colour PVC sheets for top rail, lock
rail and bottom rail on either side and as gap insert for top rail and bottom rail: Paneling of
plain colour PVC sheet to be fitted in the MS frame welded /sealed to the stiles and rails with
suitable PVC sheet beading and jointed together with solvent cement, supplying and fixing in
the frame at site as per specification and drawings.

14. PVC SOLID FRAME FOR DOOR SHUTTER :- PVC Solid door frame of size 50 mm x
47mm made out of 5mm plain colour PVC sheet reinforced with MS square tube, supplying
and fixing in opening as per specification and drawing.

15. SKELETON FACTORY MADE DOOR SHUTTER

(a) Shutters shall be factory made 2nd class hard wood hollock (Terminalia myriocarpa)
Kiln seasoned and chemically treated and all as described in Sch A/BOQ and all as
specified in clause 8.20 and 8.21 of MES SSR Pt-I (2009).

(b) The over all door shall conform to the IS-1003.

Note :- (i) All wooden door shutters shall be factory made as specified above.

(ii) Plugging to wall, shall be done with wooden plugs as per clause 7.29 of SSR
Part I 2009.
(iii) In the event of deviation arising for fly proof factory made door shutters, the
pricing shall be done as per condition 62 (B) of IAFW-2249. The skeleton
door shutters of second-class hard wood shall be procured from any of the
approved manufacturer

16. FACTORY MADE PANEL DOOR SHUTTERS

(a) Shutters shall be factory made 2nd class hard wood hollock (Terminalia myriocarpa)
or Ist class hard wood kiln seasoned and chemically treated as per Sch A
description and all as specified in clause 8.20 and 8.21 of MES SSR Pt-I (2009).

(b) Factory made Paneled Door Shutters Factory made paneled door shutters shall be
made of kiln seasoned as per IS 1141 & chemically treated as per IS-401 2nd class
hard wood . Hollock (Terminalia myriocarpa) for styles & rails. Panels shall be of
12mm thick particle board veneered Commercial (both faces_ BWP grade
conforming to IS bonded with liquid phenol formal dehyde synthetic resin adhesive
conforming to IS-3097 for all type of doors except in case of external doors directly
exposed to weather where the panel shall be 9mm thick BWP marine grade plywood
except in case of external doors directly exposed to weather where the panel shall be
9mm phenol formal dehyde synthetic resin adhesive conforming to IS-710.

(c) The over all door shall conform to the IS-1003.

Note :- (i) All wooden door shutters shall be factory made as specified above .
(ii) Plugging to walls, shall be done with wooden plugs as per clause 7.29 of
MES SSR Part I 2009.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 84

PARTICULAR SPECIFICATION (Contd /-.)

17. FLUSH DOOR SHUTTERS : Flush door shutter shall be factory made conforming to IS:
2202 (Part-I) 1999 and shall be solid core with commercial ply on both sides. Flush door
shall be of type indicated in drawing or in specification in MES schedule Part-I, 2009. Flush
door shall be free from twist or warp in plane and all the four edges of the door shutter shall
be square. Both the face of the door shutter shall be sanded to a smooth even texture.
Shutter shall be shop prepared for taking mortise lock and latches or any other locking
arrangement. Tolerance on nominal thickness shall be 1.2mm thickness of shutter shall be
uniform throughout with the variation is not exceeding 0.8mm when measured at any two
points. Factory shall be approved/nominated from the any one of those indicated in
Appendix A of particular specification.

18. ALUMINIUM ANODIDED SECTION FOR DOOR, WINDOWS VENTILATORS ETC

18.1 These shall be provided as per IS 1948-1961 are rarely available in market, therefore
sections manufactured by reputed firms shall be used for fabrication as indicated. Chemical
and mechanical properties of sections shall comply with requirements given in IS733-1983,
Specification for wrought aluminium and aluminium alloys bars, rods and sections, IS 737-
1986, Specification for wrought aluminium and aluminium alloys sheet and strip for general
engineering purpose and IS 1285-2002, Specification for wrought aluminium and aluminium
alloys extruded round tube and hollow sections for general engineering purpose. Aluminium
sections and fittings shall be anodised and minimum average thickness of anodising (coating
of anodising) on all aluminium section and fittings shall be 15 micron and shall conform to IS
1868-1996, Testing of anodising coating shall be in accordance with IS-5523-1983. Jointing
of sections, providing fittings, lugs, method of fixing etc shall be as per IS 1948-1961.
Aluminium doors, windows and ventilators etc shall have matt, powder coated finish unless
otherwise mentioned in Schedule A.

18.2 The sizes and types of aluminimum section are conforming to IS.aluminimum sections and
fitting s shall be as specified in Schedule A/BOQ. Joining of section , providing fittings, lugs
methods of fixing etc shall be as per IS-1948-1961,aluminium doors, windows, ventilators
partitions shall have matt, scratch-brush of polished as indicated. Glazing panel shall be
done with aluminum beading with CP brass or stainless steel screws spaced not more than
10cm from each corner and intermediate not more than 20cm apart. When glass panes are
fixed with aluminium beading having mitred joints, epoxy resin or silicon sealant shall be
applied between gl;ass panes and sash bar and also between glass panes and beadings.
Aluminimum panels shall also be from firm of sections used for fabrication of aluminium
doors, windows, ventilators and partition etc. Joints shall be filled with PVC/neoprene felt,
cleats as indicated. The standard aluminium sections shall be of M/s
INDAL/JINDAL/HINDAL Co

19. STEEL VENTILATORS / WINDOW (ISI MARK)

(a) Steel window and ventilators shall be conforming to the specifications given in Para
10.25 of MES SSR Part I 2009.

(b) The handles for side-hung shutters shall be of steel corrosion resistant black Japan
finish and shall be mounted on a steel handle plate. Striking plate shall of mild steel.

(c) Steel windows and ventilators frames shall be pointed with cement mortar (1:3) as
specified in MES SSR Part I 2009. Lugs shall be embedded in PCC 1:2:4 type B-1
or CM 1:4 and shall be tarred and sanded before fixing.

(d) Hinges shall be projecting type hinges unless specified in Sch A/BOQ.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 85

PARTICULAR SPECIFICATION (Contd /-.)

(e) Steel windows and ventilators shall be fixed with lugs on jambs. Lugs shall not be
provided for fixing windows /ventilators to lintels and cill even though shown on drgs,
instead fixed with screw and wooden plugs at cill/lintel.

(f) The contractor shall submit one sample of each type of steel windows with all fittings
for approval of Accepting Officer and AO shall certify that the steel windows and
fittings conform to the contract specification in all respect. The Engr-in-Charge shall
ensure that all windows provided and fixed are strictly in conformity with the
approved sample. The term Steel Window used in the particular specification shall
be Steel window/ventilators.

20. BUILDERS HARD WARE : Builders hard ware item shall be all as described in schedule
A/BOQ and as specified in SSR Part-I. All the item provided except mild steel stove
enameled fittings shall have ISI marking

20.1. ARTICLES :-

(a) HINGES :- Butt hinges shall be of cold rolled mild steel of medium weight all as
specified in clause 9.7.2 of MES schedule. Stainless steel hinges should be heavy
duty be provided in toilet /bathroom of approved make.

(b) TOWER BOLTS:- Tower bolts shall be Aluminium anodized conforming to


specifications given in MES schedule. Diameter of bolt shall be 10mm (ISI Mark).

(c) SLIDING DOOR BOLTS : Sliding bolts where shown on drgs, shall be of Aluminium
anodized bolt not less than 16mm dia (ISI mark).

(d) HANDLE: Handle shall be aluminium anodized with plate 3mm thick (ISI marked).

(e) DOOR STOPPER:- Doorstopper shall be brass cast body and tongue with hard
drawn steel spring confirming to IS: 1823-1981.

(f) MORTICE LOCK:- All aluminium doors shall be provide with Mortice lock 6 levers,
brass body, brass chromium plated covering plate and knob/handle of approved
make. Make : Linc/Harrison/Godrej.

(g) DOOR SPRINGS:-

(i) DOOR SPRINGS RAT TAIL TYPE : All wire gauzed shutters shall be
provided with door springs Rat Tail Type made of mild steel all as specified in
clause 9.7.8 of MES schedule. Where helical spring hinges have been shown
in drawings, the same shall be amended to read as Door springs Rat Tail
Type.

(ii) DOUBLE ACTION SPRING HINGES : It shall be confirm to IS-459-1973 and


shall be mild steel stove enameled electro galvanized steel wire spring.

(h) HYDRAULIC DOOR CLOSER:- Hydraulic regulated door closer shall be IS-3564-
1975 marked and it shall aluminium alloy of approved colour body, designation.
Universal type.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 86

PARTICULAR SPECIFICATION (Contd /-.)

21. WIRE CLOTH : Wire cloth shall comply with IS-1568-1970, Specification for wire cloth for
general purpose. Wire shall be of galvanized mild steel / stainless steel and the cloth shall
conform to the dimension as mentioned in schedule A/BOQ. Wire cloth shall be regularly
woven with a number of equally spaced parallel wires in both warp and weft directions to
produce uniformly square meshes or openings. The wire cloth shall be properly selvedge by
one or more wires in each edge. Woven wire cloth when fixed in panels of door, window or
opening shall be secured into the rebates of stiles and rails or frame and fixed with beads.
Edges of the wire cloth shall be bent over beads and the bead pressed shall into the angle of
the rebate to hold the wire cloth on two faces. Wire netting galvanized when fixed to wood
frames, shall be fixed with staples at intervals not exc 30 cm. Wire netting shall be tightly
stretched during fixing to prevent sagging. Authorized joints shall be sewn together with
15cm over lap with 1.6mm annealed wire.

22. STEEL AND IRON WORK. Steel and ironwork in various situations shall be carried out as
specified in MES Schedule PartI 2009 (Specifications), Section 10.
22.1 Steel supplied by the contractor shall conform to the following grades and quality :-
(a) REINFORCEMENT STEEL :
(i) High strength deformed steel bars produced by Thermo Mechanical
Treatment Process (TMT steel bars of grade Fe 500/Fe 500D/Fe 550/Fe
550D) meeting all other requirements of IS- 1786. In case of TMT/CTD bars
of grade Fe-415 indicated in drawings, the same shall be Fe-500 grade
without any price adjustment on plus side.
(ii) Mild steel bars shall conform to IS-432 (Part-I) and Grade I.

(b) STRUCTURAL STEEL


(i) Standard quality conforming to IS : 2062.
(ii) Ordinary quality conforming to IS : 1977.

(c) Galvanized Steel Sheets (Plain & Corrugated) Conforming to IS : 277.


(d) Fabric Reinforcement for Concrete. Conforming to IS : 1566.
(e) Steel tubes for structural purpose shall conform to IS:1161 and shall be of grade
YST-240.
22.2 SOURCE OF PROCUREMENT

22.2.1 All steel in MES works shall be contractors supply. In exceptional circumstances CEs
Command may permit selective issue of steel under Sch B.

22.2.2 The contractor shall procure TMT steel Reinforcement bars of steel directly from SAIL
/RINL/TISCO or approved primary producers approved by E-in-Cs Branch shall be
produced directly from manufactures for all works.

22.2.3 Structural steel shall also be procured from primary producers as approved by E-in-Cs
Branch. In case non-availability with primary producers, the structural steel can be procured
from approved secondary producers with reduction of 5% (five percent) of accepted rate of
structural steel. In case the desired section of structural steel is not rolled / manufactured by
primary producers, there shall be no price adjustment in use of structural steel produced
from approved secondary producers. Contractor shall procure steel from either main
producers of steel i.e. SAIL, Rashtriya Ispat Nigam Ltd. or from one of the approved primary
producers with approval of GE given here as under :-
(a) M/s SRMB Srijan Private Ltd Kolkata West Bengal-700012
(b) M/s Jindal Steel and power Ltd Gurgoan-120001 HARYANA
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 87
PARTICULAR SPECIFICATION (Contd /-.)
(c) M/s Steel Exchange India Ltd Hyderabad-500016
(d) M/s Jai Balaji Industries Ltd New Delhi-110001.
(e) M/s SPS Steel Rolling Mills Ltd Kolkata, West Bengal-700019
(f) M/s Shyam Steel Industries Ltd Kolkata, West Bengal-700091.
(g) M/s Concast Steel & Power Ltd Kolkata, West Bengal-700001.
(h) M/s Adhunik Metaliks Ltd Orrisa Kolkata, West Bengal-700020.
(j) M/s Shri Bajrang Power & Ispat Ltd, Raipur, Chhatishgarh-493221.
(k) M/s JSW Steel Ltd Karnataka, Mumbai-400026
(l) M/s Electro steel Steels Ltd, Bokaro Jharkhand-700017
The names of approved secondary producers for structural steel are as under.
(a) M/s KL Steel Pvt Ltd, Post Box No-61 LalKaun, Buland Shahar Road Ghaziabad.
(b) M/s Pushpak Steel Industries Pvt Ltd Gate No 119 Alandi Markal Road, Dhanore,
Tah Khed Pune.
(c) M/s Amba Sakti Ispat Ltd. Plot No -6, Phase-II Industrial Area, Kala Amb Sirmour.
(d) M/s Tata Steel Structural, Tata Steel Tube Division, Alandi Markal Road, Dhanore
Tah Khed Pune.
(e) K/s KL Industries Nasarat Road, Post Box No 56, Mandi Gobindgarh-147301.
(f) M/s KL Concast Pvt Ltd, Z-18 Naraina, New Delhi.
TMT Bars Manufacturer :-
(a) M/s SRMB Srijan Private Ltd Kolkata West Bengal-700012
(b) M/s Jindal Steel and power Ltd Gurgoan-120001 HARYANA
(c) M/s Steel Exchange India Ltd Hyderabad-500016
(d) M/s Jai Balaji Industries Ltd New Delhi-110001.
(e) M/s SPS Steel Rolling Mills Ltd Kolkata, West Bengal-700019
(f) M/s Shyam Steel Industries Ltd Kolkata, West Bengal-700091.
(g) M/s Concast Steel & Power Ltd Kolkata, West Bengal-700001.
(h) M/s Adhunik Metaliks Ltd Orrisa Kolkata, West Bengal-700020.
(j) M/s Shri Bajrang Power & Ispat Ltd, Raipur, Chhatishgarh-493221.
(k) M/s JSW Steel Ltd Karnataka, Mumbai-400026
(l) M/s Electro steel Steels Ltd, Bokaro Jharkhand-700017
(m) M/s Shyam Metalics & Energy Ltd, Viswakarma, 1st Floor, 86C, Topsia Road
Kolkata 700046.
(n) M/s Kamachi Sponge & Power Corporation Ltd, ABC Trade Centre, 3rd Floor (Inside
Devi Theatre Complex) Old No 50, New No 39, Anna Salai, Chennai-600002

22.2.4 Galvanised steel Sheets & Fabric Reinforcement for Concrete : These shall be
procured directly from main producers as approved by E-in-Cs Branch and shall be ISI marked.
22.2.5 Steel sections for railings, gates fencing guard bars, grills steel chowkhats ,hold fasts etc
which do not constitute structural members ,can be procured from main producers
/secondary producers/BIS marked manufactures or their authorised dealers at the option of
contractor without any price adjustment. Tests shall not be insisted upon for such steel
sections.
22.3 Procurement
22.3.1 All finished steel shall be well and clearly rolled to the dimensions, section and weight
specified. The finished material shall be reasonably free from cracks, surface flaws,
lamination rough, jagged and imperfect edges and any other harmful defects and shall be
finished in a proper manner. Tolerance on size and weight of the reinforcement bars shall
not be more than those specified in clause 10.17.4 and 10.17.5 of SSR Part-I and as
specified in IS-1786. The steel shall conform to the requirements as stated in clause 22.2.1
above. The contractor shall within 15 days of placing of work order indicate the source for
procurement of steel to GE in writing. The documents in support of the purchase of steel
shall be verified by the site staff and GE. The particulars of the manufacturer/supplier of steel
shall be submitted by the contractor for every lot of steel separately. The Engineer in Charge
shall record these details in STEEL SUPPLY ACCEPTANCE FORM as given here-in-after.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 88

PARTICULAR SPECIFICATION (Contd /-.)

22.3.3 The contractors shall place their demand/requisition of steel with adequate lead-time. The
steel shall be procured form the storage depots of the main producers/approved secondary
producers (as applicable) and not from their authorised agents/ dealers as the authorised
agents deal with the steel manufactured by more than one manufacturer.

22.3.4 However, reinforcement steel, structural steel and galvanized steel sheets and fabric
reinforcement for concrete may be permitted form authorised dealers of main producers in
case of small contracts of value not exceeding ` 7.5 Lakhs.

22.3.5 Thermex / Tempcore / EVCON Turbo / SIEMENs HYQST / TMT : Process of


manufacturing TMT steel is being installed by some more manufacturers. The case for their
approval shall be progressed in due course as and when the installation of
Thermex/Tempcore/EVCON Turbo/ SIEMENs HYQST/TMT process of manufacturing TMT
steel are completely installed.

22.4 Testing of Steel :

22.4.1 The manufacturer is to carry out inspections and testing of steel in accordance with relevant
BIS provisions. The contractor shall submit the manufacturers test certificate in original
along with the test sheet giving the results of each mechanical test as applicable and the
chemical composition of the steel or authenticated copy thereof, duly signed by the
manufacturer with each consignment. The Engineer-in-Charge shall record these details in
Steel Acceptance Register, as given at Appendix 22.4.1 after due verification and send a
certified true copy of test sheet to G for his records.

22.4.2 Independent testing of steel/structural steel/GI sheets and fabric reinforcement for concrete
shall also be organized by the GE and testing charges shall be borne by the contractor.

22.4.3 The GE/CWE shall also organize in dependent test of random samples of steel drawn from
various lots from National Test House, SEMT Wing CME, Regional Research Labs, NABL
approved labs etc as per the recommended minimum frequency shown in Table at
Appendix. Sample from each lot should be tested for quality and elongation. The elongation
shall not be less than 18%.

22.4.4 Cost of samples, transportation and testing shall be borne by the contractor. The records of
such checks shall be maintained in steel test register.

22.4.5 Nominal mass of any size of finished section of steel shall be checked as specified in
relevant IS code. The nominal mass so determined shall be recorded in steel testing register
giving cross reference to consignment number. Nominal mass of any size of finished section
of steel if found to be beyond the tolerance limits on minus side as specified in relevant IS
code, the same shall be rejected and the contractor shall remove the same at his own cost
without any extra cost to the Government. However, if the weight of steel section is beyond
the tolerance limit on higher side the same can be provided with approval of the Garrison
Engineer but without any extra cost to the Government.

22.4.6 If any test result of any particular size of section of steel of any consignment is not found
satisfactory as specified in relevant IS, retest, shall be carried out for that particular section
of steel. Even after carrying out retest, if that section of steel is not found satisfactory the
contractor shall remove the same at his own cost and no claim of contractor shall be
entertained on this account.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 89

PARTICULAR SPECIFICATION (Contd /-.)

22.4.7 DOCUMENTATION : The contractor shall submit original vouchers from the manufacturer
for the total quantity of steel brought under each consignment to be incorporated in the work.
The GE shall inspect all consignment received at the work site along with relevant
documents before acceptance. The original Vouchers and the test certificates shall be
defaced by the Engr-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 shall be signed by JE, Engineer in charge, GE and
contractor.The entire quantity of steel shall also be suitable recorded in the Measurement
Book (MB) for record purpose as Not to be abstracted, before incorporation in the work and
shall be signed by the Engineer-in-Charge and the contractor.

22.4.8 Storage : Steel supplied by the contractor shall be stored in accordance with requirements
of ISS. Each grade and quality of steel shall be stored separately and have identification
tacks indicating the source, quality and grade.

22.4.9 Preservation and Maintenance of Steel : The steel brought by the contract shall be
preserved to ensure that no rusting take place till it is incorporated in the works.

22.4.10 Schedule of Supply : The contractor shall procure all the steel sections in accordance
with CPM chart.

22.4.11 Payment : Running payment of steel shall be governed in accordance with condition 64 of
IAFW-2249. Payment shall only be allowed after production of Test Certificate and
purchase vouchers by the contractor for each consignment of steel and results of
independent testing carried out by department after testing. Any item of steel, failing in
test, shall be rejected and particular consignment removed from the site by the contractor
at his own cost.

22.4.12 Measurement : The entire quantity of steel items shall be suitably recorded in
measurement book showing length and weight as Not to be abstracted before
incorporation in the work and shall be signed by the Engineer-in-Charge and the
contractor.

22.4.13 Weight Conversion : Weight of steel supplied by the contractor shall be calculated at unit
weights given in Appendix A of MES Schedule Part-II. For sections not listed in MES
Schedule, the ISI conversion table shall be followed or manufacturers catalogue if the
weights are not available in MES Schedule/ISI table.

22.4.14 Bending and fixing of bars for concrete reinforcement including mild steel wire for binding
shall be carried out all as specified in MES Schedule 2009 Part-I (Specifications).

22.4.15 Hooks shall be provided only for mild steel bars. Instead of hooks, ends of cold twisted /
deformed steel / TMT bars shall be bent as shown on drawings.

Appendix 22.4.1
STEEL SUPPLY AND ACCEPTANCE REGISTER
1. CA No & Name of Work : __________________________
2. Contract No : __________________________
3. Name of Manufacturers TC No : __________________________
4. Manufacturer : __________________________
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 90

PARTICULAR SPECIFICATION (Contd /-.)

5. Random Test Details :


(a) Physical test report from ____________ vide letter No ____________
(Name of NABL approved Lab/Govt Engg College)
(b) Chemical test report from ___________ vide letter No ____________
(Name of NABL approved Lab/Govt 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

Corrosion resistant

Percent elongation
Tensile Strength
Phosphorous %

Phosphorus %
Manganese%

Wt per meter

Rebend Test
Yield stress
Sulphur %
Carbon %

Sulphur +

(Mib 18%
Bend test

Remarks
(N/mm2)

(N/mm2)
Silicon%

element

As per IS 1786-2008
As per
manufacturers test
certificates
As per independent
test

Remarks with Signature Accepted/Rejected


Contractor Junior Engineer Engineer-in-Charge Garrison Engineer
Remarks of BOO/Inspecting Officer/CWE
Appendix 22.4.6
FREQUENCY FOR NORMAL MASS, TENSILE, BEND AND REBEND TEST OF STEEL
Normal Size Quantity
Steel for Concrete
1 Bars size less than 10mm 1 Sample (3 specimens) for each test for every 25
tones or part thereof.
2 Bars size 10mm to 16mm 1 Sample (3 specimens) for each test for every 35
tones or part thereof.
3 Bars size over 16mm 1 Sample (3 specimens) for each test for every 45
tones or part thereof.
Structural Steel
4. Tensile test 1 test for every 25 tones of steel or part thereof.
5. Bend test 1 test for every 25 tones of steel or part thereof.
Note : for various test, acceptance criteria, tolerance etc, refer to Appendix 22.4.1 relevant BIS
codes.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 91

PARTICULAR SPECIFICATION (Contd /-.)

23. GALVALUME SHEET ROOFING :-

23.1 Galvalume sheet shall be 0.60mm thick (total coated thickness), 550 Mpa minimum, yield
strength. It shall be coated with hot dip alloy of 55% Aluminium 43.5% Zinc 1.5% Silicon and
finished with resin coat on both surfaces @ 150gm/sqm of coating (total both surfaces)
having overall width and laid width as specified and shall be fixed using hot dip galvanized,
self drilling and self tapping screws neoprene and EPDM washers, Penetrations and laps in
sheet shall be sealed by using proper sealant profile. HDFE fillers shall be provided
wherever required to close voids between sheets, sheet & fasteners etc.

23.2 Fixing system shall be as per manufacturers instructions and shall be safe against effects of
wind velocity.

23.3 Make of galvalume sheet shall be TATA/ Jindal / Essar

24 to 25 BLANK

26.0 CEMENT PLASTERING

26.1 GENERAL.

(a) Proper surfaces to be plastered and not the surface thoroughly.

(b) Curing of plaster work shall be properly done. The contractor may use a spray pump
or similar device without any price adjustment taking precautions against damage to
plaster due to impact of splashing water.

(c) Sand for plastering and pointing shall be from the source mentioned in Appendix A
as approved by the GE.

(d) Joint of masonry to be plastered shall be racked out as the work proceeds as
specified in the MES Schedule.
(e) The thickness and type for plaster as specified in respective item of Sch A/BOQ
shall be excluding dubbing out.
26.2 The type and mix of mortar for plastering shall be as indicated.
26.3 The rates for plastering/rendering shall include for dubbing out.
26.4 The thickness of mortar shall mean the minimum thickness at any point on a surface and
shall not include the thickness of dubbing out.
26.5 CURING. After the completion, the plaster /pointing shall be kept wet for at least seven
days and shall be kept protected during that period from extremes of temperature and
weather.

27. AC SHEET CEILING : AC Sheet building boards shall be all as specified in clause No 12.2
of SSR Part I 2009 and thickness as specified in Sch A/BOQ. It shall bear ISI mark. It shall
be provided all as specified in Sch A/BOQ and SSR Part I and all as directed by Engr-in-
Charge.

28. AC CORRUGATED SHEET FOR ROOF COVERING AC sheets shall be all as specified in
clause No 11.2.2 and 11.24 of SSR Part I 2009. AC sheets shall bear ISI mark.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 92

PARTICULAR SPECIFICATION (Contd /-.)

(a) Laps: The sheets shall be laid with a side lap of half corrugation. The end laps in
sheets shall be calculated but not less than 150mm. The contractor is incorporate
one end lap to avoid cutting sheets but no extra payment shall be made for the
additional sheeting sheltered. As far as possible, the side laps shall be sheltered from
the prevailing wind direction.

(b) Wherever floor corners of sheets over lap, two of them shall mitred in order to secure
a perfect fit. In order to under width of clashing, the sheet should finished as far as
possible with a unturned edge.

(c) Sawing and Drilling :- Sheets shall be cut with a wood saw. Holes in the sheets
shall be drilled 2mm larger than the diameter of the fixing bolts through the crown of
the corrugation, they shall not be punched.

(d) Fixing Accessories :- AC sheets corrugated and semi corrugated shall be fixed with
galvanized iron L type or J type or crank hook bolt and nuts bearing one galvanized
iron washer and bitumen washers. Fixing bolt shall not be less than 8mm dia and
galvanized washers shall be as per SSR Part-I.

(e) Laying and fixing :- AC sheeting shall be done as per SSR Part I. 9.6 AC sheets
required to be incorporated in the work shall conform to relevant IS specifications and
shall be procured from the approved manufacturers or from their authorized
agents/distributors.

29. BLANK.

30. FLOORING : The work of flooring shall be carried out all as described in Sch A/BOQ and
Specified in section 13 of SSR Part I.

31. PCC FLOORING: It shall be provided all as specified in Sch A/BOQ SSR and as directed
by the Engr-in-Charge. It shall be laid in bays of 2 mtr x 2 mtr along with 3mm thick glass
dividing strips for PCC floor unless otherwise specified. The surface finish shall be even and
smooth using extra cement unless otherwise specified. Sub base shall not be laid in bays
as described above and its surface shall be even and fair to receive top flooring.
32. GRANITE STONE : The stone shall be of selected quality , hard , sound , dense and
homogeneous in texture, free from cracks, decay, weathering and flaws. They shall be hand
or machine cut to the required size and thickness as indicated and they shall be of uniform
colour and as specified in clause no 13.12 of SSR Part I. Laying and fixing shall be all as
specified in Clause No 13.39.6 of SSR Part I and as specified in schedule

33. NON SKID CERAMIC TILES IN FLOOR:- Non-skid Ceramic tiles shall be 1st class
superior/premium quality confirming to grade B-II (A )as per IS-13712 -1993. Tiles shall be of
size as specified in Sch A/BOQ and 7 to 8mm thick. Tiles shall be white /light colour as
approved by GE. Tiles shall be laid set and jointed in neat cement slurry and pointed with
white cement and all as specified in clause 13.40 of MES SSR Part I and as directed by
Engr-in-Charge.
34. GLAZED CERAMIC TILES IN SKIRTING & DADO :- Ceramic glazed tiles shall used in
skirting / dado be all as described in Sch A/BOQ. Tiles shall be laid all as specified in
clause 13.40 of MES SSR PartI and as directed by Engr-in-Charge.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 93

PARTICULAR SPECIFICATION (Contd /-.)

35. VITRIFIED TILES :- Vitrified floor tiles shall be 1st quality. These tiles are classified under
group B-1a of ISO 13006. Tiles shall be hard dense , impervious and frost resistant. Water
absorption of tiles shall be less than 0.5% and flexural strength shall be more than
35N/Sqmm. These tiles shall be of size as indicated in Sch A and colour, texture and shade
shall be as approved by GE. Laying of these tiles shall be as specified in clause No. 13.41 of
SSR Part-I 2009.
36. PCC INTERLOCKING TILES/ PAVER BLOCKS : PCC interlocking tiles/ paver block as
specified in clause no 13.18 of SSR Part I. Laying and fixing shall be all as per clause
no13.31 of SSR Part I, manufacturers instruction and as specified in schedule.

(a) 60mm thick precast PCC coloured interlocking tiles set, jointed in neat cement slurry
and pointed in white or coloured cement to match , laid over a layer of sand cushion.
The precast interlocking tiles / paver blocks shall factory made, strength &
composition as per manufacturers and minimum as specified in schedule. They shall
be laid as per manufacturers instruction. The pattern / design as approved by Engr
in charge.

37. CHEQUERED CEMENT CONCRETE TILES :- Tiles shall be all as specified in clause 13.17
of MES SSR Part I . Tiles shall be laid all as specified in clause 13.39 of MES SSR Part I
and as directed by Engr in-Charge.

38. KOTA STONE : The stone shall be of selected quality , hard, sound dense and
homogeneous in texture, free from cracks, decay, weathering and flaws. They shall be hand
or machine cut to the requisite thickness as specified and they shall be of uniform colour
and as specified in clause No 13.47 of SSR part I. Laying and fixing shall be all as specified
in Clause No 13.47.2 to 13.47.4.5 of SSR Part I and as specified in schedule.

39. SANITARY WARE : Sanitary fittings shall be vitreous china and shall conform to IS 2556
Part I 1974. It shall be of Ist quality / best brand, ISI marked. This shall be all as described
in schedule A/BOQ and as specified in section 18 of SSR Pt-I.

40. BLANK

41. WATER CLOSET (ORISSA) PATTERN : Water closet shall conform to IS-2556 of size
580mmx 440mm. Orissa pattern, vitreous china (white /colored) with integral foot rest. The
flushing shall be at the narrow and unless indicated to the provided at both the ends. Each
pan shall be provided with a 100mm dia P or S trap with or without an inspection vent as
directed. The trap shall be glazed inside. The inside of the pans shall be regular and smooth
to ensure an efficient flush. Pain cement concrete (1:4:8) type C-2 shall be used for fixing of
the water closet.

42. STAINLESS STEEL SINK : Stainless steel sink with or without drain board shall be of size
as specified in Sch A/BOQ. It shall be complete as per clause No 18.100 of SSR Part I. It
shall be type A-1 or A2 type as per Sch A/BOQ. This shall include plugs washers and
waster including fixing cantilever brackets and connecting union to pipe. Thickness of sink
shall be 1mm.
43. GLAZING : Glass for glazing shall be sheet glass B quality or ordinary quality (OO)
confirming to IS-2835-1977. Glass shall be as specified in Paras 16.2.2 and 16.2.3 of MES
schedule Part I, Putty for glazing shall be as specified in Para 16.5 of MES schedule Part I.

44. PAINTING (OIL PAINTING TO STEEL & WOODEN SURFACES)


(a) Paints and allied material shall be as specified in Para 17.2 to 17.5 of MES SSR
Part I.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 94

PARTICULAR SPECIFICATION (Contd /-.)

(b) Members specified to be painted should be first passed by the Engr-in-Charge and
marked as such before commencement of painting work. Each coat of paint shall be
passed by Engr-in-Charge before the successively coat is applied.
(c) If the under coat of paint is not applied within six months after applying the priming
coat of paint, the priming coat shall be applied again by the contractor without any
extra cost to the govt.
(d) Surface inaccessible for applying further coats shall be painted before fixing.
(e) Painting to Steel & Iron Surface : Painting to steel and iron work shall be carried
out all as specified in Para 17.8 of MES SSR Part I. Unless otherwise specified
hereinafter in particular specifications apply two coats of synthetic enamel paint over
one coat of red oxide primer for steel windows and ventilators.
(f) Painting to wood work : Painting to wood work shall be carried out all as specified
in 17.6 of MES SSR Pt I unless otherwise specified herein-after in particular
specification.

45. WHITE WASH /COLOUR WASH


(a) Lime used for white washing /colour washing shall be freshly burnt fat lime(Class C
or magnesium lime class D or F ) white in colour conforming to IS : 712-1984
(Specification for bldg lime)
(b) White wash / colour wash shall be carried out as specified in clause 15.12 to
15.12.6.2 of MES SSR 1991 Part I respectively.
46. DISTEMPER OIL EMULSION
(a) Distemper of required colour and shade (as ordered by Engr-in-Charge) shall be
obtained ready mixed. The distemper oil-emulsion shall be Ist quality.
(b) Distempering with distemper oil emulsion shall be carried out as specified in clause
15.14 of MES SSR Part-I 1991.

47. CEMENT PAINTING ; Preparation of old surfaces for cement paint surfaces shall be
prepared as specified under clause 15.11 of MES SSR Part-I 2009. The cement paint shall
be done all as specified in clause 15.15 to 15.15.12 on MES SSR Part-I 2009.

48. E-Board False Ceiling and Paneling :- E-Board classic shall be versatile designer cement
board, with self embossed textures, with functional properties of fibre cement and superior
aesthetics. E-board classic shall be of make Everest Industries Limited or equivalent. It shall
be conform to ISO 8336:1993(E) & IS 14862:2000. It shall have superior aesthetics,
dimensionally stable, resistant to environmental erosion, it shall have sound insulation upto
26 db for 6mm thick & ground impact resistance.

49. PRE-LAMINATED PARTICLE BOARD:- It shall be flat pressed, three layered type wood
particle board, phenol formaldehyde synthetic resin adhesive bounded (BWP type adhesive)
stamped IS: 3087-1995 (for decorative lamination grade -1, type-1) one or both sides pre-
laminated as indicated/specified. In case of one side pre-lamination the other side of the
board shall have a balancing lamination.

50. WATER PROOFING TREATMENT TO NON-ACCESSIBLE ROOF. Water proofing


treatment to non-accessible roof slab shall be provided as specified here in after and the unit
rate quoted shall include for the following :-
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 95

PARTICULAR SPECIFICATION (Contd /-.)

(a) The roof surface shall be thoroughly wire brushed, washed dried up and cleaned of
all foreign mortar and dust to receive primer.

(b) Over the RCC roof surface shall be plastered with 10mm thick cement mortar 1:3
mixed with water proofing compound. The plaster shall be provided when the
concrete is green. The plaster surface shall be steel toweled to get a smooth surface.
(c) On the clean and dried plastered surface, one coat of bituminous primer confirming
to IS-3384 @ 0.30ltr/sqm shall be applied. The primer and the membrane to be used
shall be of same manufacturer.
(d) On this primed surface the APP Polymer modified membrane, 3mm thick, pre-
fabricated reinforced with polyester non-woven, weight not less than 3 Kg/Sqm shall
be laid by torch application method.

The APP membrane shall be procured from the firms as under :-

MOPLY FP of M/S TEXSA INDIA LTD or `BENGAL SUPERMAT of M/S


BENGAL BITUMEN or `MAK POLY PLAST SUERLAY of M/S MK PRODUCTS INDIA
(Pvt) Ltd or SUPER THERMOLAY OF M/S STP Ltd or LLOYD INSULATOR LTD
or TIKI DAN LTD or HYDRO TECH LTD

(e) The membrane shall have the following properties :-

(i) Softening Point : 150 degree Celsius


(ii) Cold flexibility of minimum (-) 5 degree Celsius
(iii) Single central non- woven polyester reinforcement of > 160 gms/Sqm.
(iv) Tensile strength of >750N/Sqcms and >450N/Sqcms in longitudinal and
Transverse direction respectively.
(v) A minimum elongation of > 20% in both directions.
(vi) A dimensional stability % change of maximum 1%
(vii) Water tightness/impermeable at 2 Kgf/Sqcm
(viii) Water absorption of not more than 1% on mass on within 24 hours

(f) The over lap while torching shall be 100mm on length side and 150mm on width side
of membrane.

(g) The membrane shall be taken upto a height of minimum 300mm through a fillet
75mmx75mm and shall be inserted inside a groove cut in the parapet and fixed. If
the height of parapet is 300mm or less, membrane shall be taken till top of the
parapet and finished after covering the top surface of the parapet. In case of roof
projections, the membrane shall be taken about 50mm on the reverse side of roof at
the edges.

(h) Coved fillet in PCC (1:2:4) type B-0 of radius 75mm provided at the junction of floor /
roof and parapet wall / mumty / chimney / other vertical surface.

(j) The work as specified above shall be executed through authorized applicator of
manufacturer. The contractor shall furnish the following :-

(i) Quality confirmation from the manufacturer of the product along with quantity
supplied.

(ii) Manufacturers Test certificate : The certificate from any approved


laboratory as directed by GE. The testing charges shall however the borne
by the contractor.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 96

PARTICULAR SPECIFICATION (Contd /-.)

(iii) Certificate from authorized applicator of having completed the work as per
specifications

(iv) Authority letter in respect of applicator from the manufacture of being


authorized applicator .

(k) Adequate precautions to be taken to ensure that the membrane does not get
punctured during execution.

(l) After laying waterproofing treatment, the top surface shall be treated with one coat of
bituminous aluminum paint as described in schedule

(m) SECURITY DEPOSIT TOWARDS WATER PROOFING TREATMENT : Should the


GE at any time during construction or reconstruction or prior to the expiration of a
period of ten years after the certified date of completion of the buildings or group of
buildings find that the building shown leakage, dampness or any sign of defective
water proofing treatment. The contractor shall on demand in writing from the GE
specifying the buildings complained of not withstanding the fact that the same may
have been inadvertently passed certified that paid for forthwith under take to carry
out such treatment as may be necessary to render the said buildings water proof at
his own expense for a period of ten years from the certified date of completion of said
buildings and in the event of his failing to do so within a period to be specified the GE
may expense in all respect of the contractor, the liability of the contractor under the
conditions shall not extend beyond the period of TEN YEARS from the certified date
of completion unless the GE had previously given the notice to the contractor.

(n) A sum of equal to 2.0% ( Two percent) of quoted amount of relevant Water proofing
items of Sch A shall be retained from the contractors final bill amount as security
deposit for the water proofing treatment and the same shall be released after
satisfactory completion of guarantee period as stated above. The contractor may
alternatively submit fixed deposit receipt for the said sum from a schedule back in
lieu of the sum to be returned out of the final bill.

(o) The security deposit treatment to in clause hereinbefore may be refunded to the
contractor after expiry of the period 10 years from the certified date of completion by
the GE provided always that the contractor shall first have been paid the final bill and
have rendered no demand certification (IAFW-451) Condition 10.48 & 68 of General
conditions of contracts (IAFW-2249) shall be deemed to be amended to the extent
mentioned above .

(p) Materials required for waterproofing shall be purchased by the contractor from the
manufacturers or their authorized agent only and brought to site. The GE before
approval shall verify name of authorized agent from the manufacturer. Only ISI
approved materials shall be approved for use. Contractor shall provide a tablet on
the plinth of each building of size 45cmx60cm in cement plaster 10mm thick in CM
1:4 including CA No, Name of contractor, Date of completion of the water proofing
treatment period and date of expiry of guarantee period etc. This shall be engrave in
the plaster and painted as directed by GE.

51. ANTI TERMITE TREATMENT

(a) Post construction antitermite treatment shall be provided as indicated in BOQ and as
directed by Engr in Charge
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 97

PARTICULAR SPECIFICATION (Contd /-.)

(b) Antitermite treatment specified hereinafter shall be got done through specialist firm,
the firm shall meet the following requirements Firm executing work shall have valid license
for doing antitermite treatment as per insecticide Act 1962 (as amended from time to time.)
The firm shall be a member of IPCA. The person to carryout antitermite treatment should be
qualified as per rule 10 promulgated under insecticide rule 1971. However , if contractor
himself is enlisted for antitermite treatment he may carryout work himself.

(c) Anti termite treatment shall be provided all as specified in clause 3.26 of MES SSR
Part I except that termite mound treatment if required to be provided shall be ordered as
deviation.

(g) Chemical for antitermite treatment shall be purchased by the contractor from the
manufacturers or their authorised agents only and brought to site in manufacturers sealed
containers.
(h) The antitermite treatment chemical when brought to site shall be inspected by the
Engineer-in-Charge and the quantity brought to site shall be recorded in the measurement
books and signed by contractor and Engineer-in-Charge as a check to ensure that the
required quantity has been brought to site for incorporation in the work.

(j) The chemical brought a site shall be stored as directed by the Engineer-in-Charge
and those already recorded in the MB, shall be marked for identification

(k) The contractor shall produce to the GE original purchase vouchers in respect of the
chemicals to ensure that he has actually brought the required quantities and quality of
materials from manufacturers or their authorized agents. These vouchers shall be verified
by the Engineer-in-Charge as soon as the chemical is brought to site contactor and suitable
endorsement made on the face of original purchase vouchers indicating the CA No and
other particulars of the work against which used. Certified true copies of all such vouchers
Shall be carefully maintained by the Engineer-in-Charge.

(l) Frequent checks with regard to the composition of the chemical may be carried out
by the GE in any approved laboratory and record thereof be maintained .

(a) Daily record shall be maintained duly signed by the contractor and Engineer-
in-Charge giving the following details :-
(i) Location of work done.
(ii) Name of chemical and its concentration used.
(iii) Quantity of chemical required for work done during the day and
quality of chemical actually used.

(b) Reference clause 3.26.1 of SSR Part I chemical for antitermite treatment shall
be chlorophyriphos Lindane only and shall be ISI marked.

52. REHABILITATION OF RCC WORK


52.01 SURFACE PREPARATION OF CONCRETE
Remove cover and concrete upto one cm clear form the corroded main reinforcement using
wooden mallet/steel wire brush/water jet to completely expose the reinforcement in the
distressed portion. All loose, unsound and cracked concrete should be removed all as
directed by Engr-in-charge.

52.02 SURFACE PREPARATION OF REINFORCEMENT


Remove the rust from reinforcement completely by rubbing with wire brush or emery pape.
Apply a rust removing chemical as approved by GE over the corroded reinforcement. This
de- rusting compound starts reacting with the rust within few minutes after application and
converts the rust into a non metallic complex compound of black colour. It forms a non-
porous, impermeable and moisture repelling coating of good mechanical stability.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 98

PARTICULAR SPECIFICATION (Contd /-.)

52. 3 APPLICATION OF DE-RUSTING CHEMICAL


De- rusting compound shall be applied uniformly by brush (after cleaning the bars by wire
brush) till such time it penetrates through the rust layer. Though the reaction starts within
few minutes, it generally takes 6 hours to complete the same. However, the de-rusting
compound shall be allowed to dry and the next activity be commenced only after 24 hours.

52. 4 PROVISION OF ADDITIONAL STEEL


In case of the diameter of reinforcement bar is reduced substantially, then equivalent
additional steel shall be welded all as directed by Engr in charge and described in item
of Sch A/ BOQ and specified in SSR Part I.

52. 5 PRIMING OF REINFORCEMENT BARS


The exposed and cleaned reinforcing bars shall be provided with a coat of nitozinc primer of
M/S FOSROC, (which is a epoxy based anticorrosive zinc rich coating for reinforcing bars)
or other equivalent as indicated in Appn C, brand materials having similar technical
specifications as approved by GE. It shall be applied in a manner such that the primer has
a coating of at least 40 microns. It is important that the coating over the bars is continuous
and no portion is left without coating. The additional reinforcement it provided shall also be
coated with the same primer all as directed by Eng in charge.

52 6 PROVISION OF BONDING AGENT


For proper bond between old and new concrete epoxy based bonding material as approved
by GE shall be applied to the old concrete surface after removing loose concrete.

52. 7 REPAIR USING SHOT CRETE


After taking the steps as mentioned above, the distressed parts of the structure are now
ready to undergo shotcreting using shotcrete pumps and allied equipments . The concrete
for shot creting shall generally be of proportion (1: 1: 2) (suggested proportion) i.e one part of
cement, one parts of coarse sand and two part of 10mm and down aggregate. The concrete
for shotcrete shall be designed as M 25 grade from recognized institute/ lab as approved by
GE. The concrete shall be applied over the exposed parts of the distressed structural
elements while the bond coat is still tacky (This is important) and strictly as per the
instructions of the manufactures and as directed by Engr in- charge. Testing of design mix
concrete shall be done by the contractor as per standard Engg practice & IS code & results
shall be kept on records.

52. 8 REBOUND
The rebound (material ricocheting off the surface while shotcreting) shall not be used back
in the work. The acceptable limits of rebound in different working conditions shall generally
be as under :-

Floor and slab - 15%


Slopping and vertical surfaces - 30%
Overhead works - 50%

In case the rebound exceeds the limits mentioned above, necessary adjustment in various
parameters of shotcrete shall have to be made all as directed by Engr in charge . No
price adjustment for such eventually be made and the rate quoted against item (s) of
shotcrete concrete shall be deemed to be inclusive for such eventualities.

52. 9 After the day s job shotcreting shall be carried out next day only after applying bonding on
previous days concrete in order to achieve proper bond.

52. 10 Minimum wet curing period shall be 14 days. Curing must commence within 10 hours of
placing concrete or early depending upon the prevailing temperature on that day.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 99

PARTICULAR SPECIFICATION (Contd /-.)

52. 11. 1REPAIR USING POLYMER MODIFIED MORTAR


Moisten the exposed concrete surface. After the moisture concrete surface has dried,
apply a bond coat using materials as approved by GE and as per the manufacture
instructions while bounding coat is still wet, the polymer mortar (as per manufacturers
instructions) shall be applied wet (I e while the bond coat is still fresh). It shall be ensured
that the repairs to mortar is protected from rapid drying and cured properly to ensure
uniform development of strength.

53. MAKES OF MATERIALS : Makes of the materials to be incorporated in the work shall be as
per list of makes enclosed in Appx. The contractor shall provide these materials from one of
the manufacturer as mentioned in the list and as approved by GE.
54. MINOR MISSING DETAILS : Decision of Accepting Officer as to whether any minor items of
work and or construction is obviously and fairly intended to be included or not shall be final
conclusive and binding upon the contractor.
55. MAKING GOOD : The disturbed work (B&R & E&M) during the execution of the work and
not included in Sch A/BOQ shall be made good by the contractor without any extra cost to
the department.

56. PROBABLE SOURCES OF MATERIAL

Note : The contractor may bring materials conforming to contract specifications from other sources
without price adjustment. If the contractor proposes to use materials from other sources, it
shall be approved in writing by the GE before incorporation in the work.

S. Name of Material Name of Sources


No
1. Coarse aggregate for concrete , flooring, WBM, Shevaliya
soling etc
2.. Stone chips for hard core, premix carpet etc Shevaliya
3. Sand for plastering, mortar, seal coat etc Sabarmati River
4. Bricks Best locally available

SIGNATURE OF CONTRACTOR ACCEPTING OFFICER


CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 100

PARTICULAR SPECIFICATION (Contd /-.)

APPROVED NAMES FOR PRODUCTS TO BE INCORPORATED IN WORKS

NOTE: The make of products given in this appendix are expected to confirm IS specifications/ bear
ISI mark. In case, they do not confirm to IS, they automatically deemed to be deleted from this list.
The Tenderers therefore, shall make market enquiry about the same and no claim whatsoever on
this account shall be entertained. In such cases, the make shall be as approved by the Garrison
Engineer. The makes if given in schedule A/BOQ shall take precedence over this list of makes.

1. PVC Doors & PVC Lining

(a) M/S Sintex Plast Containers


(b) M/S Rahashri Plastic wood, Indore Ltd
(c) M/S Duro Plast Pvt Ltd
(d) M/s ENGCO Industries, Jodhpur
(e) M/s Accucell
2. MANUFACTURE OF FACTORY MADE DOOR SHUTTERS (IS 1003 OF 2202)

(a) M/s Goyal Industries Corporation, 8743, Deshbandhu Gupta Road, New Delhi
(b) M/s Jain door Pvt Ltd Plot No. 4, Phase-IV, HSIDC Ind area, Kundli, Distt Sonepat-
131028 (Haryana)
(c) M/s ENGCO Industries, Jodhpur
(d) M/s India Wood & Wood Products Manglore
(e) M/s Prince timber, Jamnagar
(f) M/s A-1 Teak Products, Indore
(g) M/s Pioneer Timber Product
(h) M/s Metha Seaschem
(j) M/s Mankuva Timber

3. Windows & Ventilators Steel (ISI marked ) (IS-1038) :-

(a) M/S Godrej & Boyce Steel mfg.


(b) M/S Surabi metals (i) Pvt Ltd- Jodhpur
(c) M/S Jangid Engieer Jaipur
(d) M/S AGEW Steel manu Ahmedabad
(e) Sen Harvic

4. Aluminum/Brass Mongery (IS-205)(ISI marked) :

(a) M/S JH Aluminum Pct Ltd Madras (b) M/S Mech (India) Industries Delhi
(c) M/S Mohan Metal Industries Delhi (d) M/S SV Aluminum Industries Madras
(e) Classic (f) Prestige
5. Floor Springs/ Hydraulic Door Closers
(a) Doorset (b) Hardwin (c) Godrej
(d) Everlite (e) Universal (f) Prabhat Door King

6. Aluminum Doors, Windows Grills, Ventilators, Ceiling : -


(a) Jindal (b) Indal (c) Hindalco.
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 101

PARTICULAR SPECIFICATION (Contd /-.)

7. Glazing (Glass) (IS-2553, IS-5437) :-

(a) Modi guard


(b) M/S Hindustan Pilkington Glass, Wks Ltd.
(c) M/S Atul Glass Ind New Delhi
(d) Modi Float
(e) M/S Ashi India Safety Glass Ltd. Mahendranagar.
(f) Saint Gobin

8. AC Sheets (IS-459) and building boards (IS-1838) AC Plain Sheet / AC Pipes (ISI
Marked):-

(a) Everest (b) Charminar (c) Ramco (d) Lotus

9. Galvalume Sheet
(a) TATA (b) Jindal (c) Essar.
10. PARTICLE BOARDS (IS-3097, IS-2202) (ISI marked)/ Prelaminated Particle Board :-

(a) M/S Century Plywood,


(b) M/S Kit Ply Industries Ltd
(c) M/S Novapan India Ltd
(d) M/S Ecoboard Industries Ltd New Delhi

11. Perforated particle board/tiles for insulation and accoustic:

(a) Anchor Ceiling Tiles (b) Arm Strong


(c) Gypboard (d) Bison Panel

12. Glazed Tiles, Ceramic Tiles, Matt, Wear Resistance Tiles, Nos Skid Tiles (IS -13712)
(a) Johnson (b) Somany (c) Orient Bell
(d) Spartek (e) Kajaria

13. Vitrified Tiles


(a) Johnson Marbonite (b) Asian Granito (c) Bell Granito
(d) Kajaria (e) Somany (f) Euro Tiles
14. Terrazo/PCC Floor Tiles/Interlocking/Paver Blocks/Chequred Concrete Tiles :-
(a) M/S Nitco Tiles Pvt Ltd. Mumbai (b) M/S Navya Jodhpur
(c) M/S Ultra Tiles (d) M/S Topaz
(e) M/S Mehtab Tiles Indore (f) M/s SAP Paver Jodhpur
15. Sanitary fittings (IS 2556/IS-771)(ISI marked 1st quality)
(a) Neycer (Neyveli Ceramic) (b) Hindware
(c) Parry-ware (super fine) (d) Cera (1st quality)
(e) Hindustan Sanitary Ware
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 102

PARTICULAR SPECIFICATION (Contd /-.)

16. Stainless Steel Sinks and Draining Board (IS-536) (ISI marked) :-

(a) Nirali, (b) Blue Star (c) Neelkanth


(d) Diamond (e) Jayna

17. Synthetic Paints (IS-11883/IS-57/IS-44/IS-427/IS-428)


(a) Berger (Luxol) (b) Jenson and Nicholson (Brolac)
(c) Nerolac Paint Ltd. Bombay (d) Shalimar (Superlac)
(e) Asian (Apcolite)
18. Distempers, Oil Emulsion and Dry Type, Plastic Emulsion, Acrylic Exterior Emulsion
(a) Berger (b) J&N
(c) Nerolac (d) Shalimar (e) Asian
19. Cement based paint (IS-5410) :-
(a) Super-Snow Cem (b) Durocem
(c) Johnson & Nicholson (d) Asian Paints- Gutucem
(e) Berger Extrcem-76 .
20. Wall Care Putty :-
(a) JK Cement (b) Birla (c) Asian
(d) Shalimar (f) J&N
21. Oil Putty :

(a) GOLD MAHAR (b) SHALIMAR (c) BERGER

22. LIME :

(a) SURYACEM (b) LOVELYCEM (c) INDOCEM

23. Water Proofing Compound (IS-2645) :-


(a) CICO (b) IMPERMO
(c) AQUA PROOF (d) PIDILITE
(e) FOSROC (f) M/S ROFF CHEMICALS
(g) MC BOUCHAMIE, MUMBAI

24. RCC repair items :-

(a) FOSROC (b) PIDILITE


(c) M/S ROFF CHEMICALS (d) CICO
(e) MC BOUCHAMIE, MUMBAI

Garrison Engineer
SIGNATURE OF CONTRACTOR Accepting Officer
CA NO : GE (A)/ABD/ OF 2017-2018 SER PAGE NO 103
SCHEDULE OF CREDIT
1. The qty given under Col 4 of schedule of credit are provisional. The qty may vary as per site
condition.
2. Rates of old unserviceable items under Col 5 have been fixed by the department. The
contractor shall have no claim whatsoever on rates fixed by MES
3. The contractor shall have deemed to be visit at the site and inspected the work site to
assess nature and quality of materials.
4. All materials obtained from dismantling which are not shown in the schedule of Credit shall
become the property of the Government and same shall be returned to the MES store yard
Sl Description of item of work Unit Qty Rate Amount Remarks
No
1. Old UNSV iron scrap of any description Kg 100 16.00 1600.00
as obtained from dismantling
2. Old UNSV Aluminium scrap of any Kg 40 200.00 8000.00
description as obtained from
dismantling
3. Old UNSV AC corrugated roofing sheet Sqm 395 15.00 5925.00
6mm thick as obtained from
dismantling
4. Old UNSV Ac plain sheet 6mm thick as Sqm 82 10.00 820.00
obtained from dismantling
5. Old UNSV Wooden door chowkhats/ Each 13 200.00 2600.00
frame with shutter including builders
hardware of any description n.exc 1.5
Sqm each as obtained from
dismantling
6. Old UNSV Wooden door chowkhats/ Each 10 300.00 3000.00
frame with shutter including builders
hardware of any description exc
1.5sqm but n.exc 4.0 Sqm each as
obtained from dismantling
7. Old UNSV Stainless steel sinks with Each 5 400.00 2000.00
drainage board
8. Bricks obtained from demolition Cum 2 200.00 400.00

9. Old tiles Sqm 138 5.00 690.00

10. Old UNSV Wooden Scantling Cum 1 600.00 600.00

11. Old UNSV PVC Scrap Kg 50 5.00 250.00

12. Old unserviceable wall panelling Sqm 30 30.00 900.00


13. Old unserviceable partitions Sqm 10 30.00 300.00
Total amount ` 27,085.00
GENERAL SUMMARY

(a) Total amount brought forward from end of BOQ = `


(b) Deduct Schedule of credit from above = (-) ` 27,085.00
(c) Total Contract Sum (a-b) = `

Garrison Engineer
SIGNATURE OF CONTRACTOR ACCEPTING OFFICER

You might also like