military engineer services · ca no: gek-41/2019-20 srl page no. 02 tele: 01792- 272107 speed post...

56
CA NO: GEK-41/2019-20 SRL PAGE NO. 01 MILITARY ENGINEER SERVICES NAME OF WORK: GEK-41/2019-20: TERM CONTRACT FOR ARTIFICER WORKS AT DAGSHAI STN UNDER GE KASAULI CONTENTS Srl No Description Pages From To 1. Contents Sheet 01 2. Tender forwarding letter 02 3. Instructions for completion of tender documents to be complied with by the tenderer(s). 03 to 07 4. Notice of tender (IAFW-2162) Including Appendix „A‟ & amendment thereto, if any 08 to 12 5. Tender and contract for artificer work on IAFW-1821(Revised 1947) Schedule „A‟, „B‟, `C‟, „D‟ and Summary etc. 13 to 22 6. Special Conditions 23 to 28 7. Particular Specifications (Specifications and workmanship for materials & works). 29 to 38 8* General Conditions of contracts IAFW-2249, 1989 Print together with errata & amendments thereto 39 to 84 9.* Schedule of minimum fair wages 85 to 94 10. List of material having ISI certification marking (Appendix „A- 1‟), List of Make of products to be incorporated in works (Appendix „B‟), Approve list of manufacturer / firms (Appx „C‟) Testing of materials (Appendix „D‟) & Cement supply and acceptance register (Appendix „E‟) Steel supply and acceptance form (Appendix „F‟) . 95 to 113 11. List of drawing - 12. Errata/Amendments to Tender documents. to 13. Relevant correspondence. to 14. Acceptance letter. to Total Pages * Not uploaded in website: - These documents may be seen in the office of Garrison Engineer, Kasauli during working hours. Drawing: ------------------ Sheet. AGE (Contracts) Signature of Contractor Date : _______________ For Accepting Officer

Upload: others

Post on 14-Oct-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 01 MILITARY ENGINEER SERVICES

NAME OF WORK: GEK-41/2019-20: TERM CONTRACT FOR ARTIFICER WORKS AT DAGSHAI STN UNDER GE

KASAULI

CONTENTS

Srl No

Description Pages From To

1. Contents Sheet

01

2. Tender forwarding letter 02

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

03 to 07

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

08 to 12

5. Tender and contract for artificer work on IAFW-1821(Revised 1947) Schedule „A‟, „B‟, `C‟, „D‟ and Summary etc.

13 to 22

6. Special Conditions

23 to 28

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

29 to 38

8* General Conditions of contracts IAFW-2249, 1989 Print together with errata & amendments thereto

39 to 84

9.* Schedule of minimum fair wages

85 to 94

10. List of material having ISI certification marking (Appendix „A-1‟), List of Make of products to be incorporated in works (Appendix „B‟), Approve list of manufacturer / firms (Appx „C‟) Testing of materials (Appendix „D‟) & Cement supply and acceptance register (Appendix „E‟) Steel supply and acceptance form (Appendix „F‟).

95 to 113

11. List of drawing

-

12. Errata/Amendments to Tender documents.

to

13. Relevant correspondence.

to

14. Acceptance letter. to

Total

Pages

* Not uploaded in website: - These documents may be seen in the office of Garrison Engineer, Kasauli during working hours.

Drawing: ------------------ Sheet.

AGE (Contracts)

Signature of Contractor Date : _______________

For Accepting Officer

Page 2: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services Kasauli -173204 No. 8093/GEK-41/2019-20/ /E8 Sep 2019 M/s…………………………………….. ………………………………………… …………………………………………

TENDER DOCUMENTS FOR GEK-41/2019-20: TERM CONTRACT FOR ARTIFICER WORKS AT DAGSHAI STN UNDER GE KASAULI

Dear Sir(s),

1. Tender documents for the above-mentioned work are forwarded/published herewith. Drawings forming part of the tender documents (where applicable) have also been enclosed. The following documents, which form part of tender documents, are not enclosed: -.

(a) IAFW-2249 (1989 Print) General Conditions of Contracts together with amendments and errata there to.

(b) Schedule of Minimum Fair Wages.

2. Documents at Serial 1(a) &1(b) above can be seen in any of the MES office during working hours on working days. The tenderers are deemed to have made themselves acquainted and fully conversant with contents of the above mentioned documents not enclosed herewith before submission of tender and no claims whatsoever on this account shall be entertained.

3. Critical date & time for publishing, downloading and submission of e-tender (cover 1 & cover 2) has been described in APPENDIX „A‟ TO NOTICE INVITING TO e-TENDER. Therefore tenderer is advised to download & submit his bid accordingly.

4. Instructions for completion of the tender documents are also given separately which shall be complied with.

5. The quoted cost of tender shall be deemed to be inclusive of Goods and service tax on works contracts and any other type of prevailing levies etc.

6. PERFORMANCE SECURITY (REFER CONDITION 19 OF IAFW - 2249 OF GENERAL CONDITIONS OF CONTRACTS).

6.1 Successful contractor within 28 days of the receipt of letter of Acceptance shall deliver to the Accepting Officer a performance security in any of the forms given below for an amount equivalent to 5% of the contract sum:-

(a) A bank guarantee in the prescribed form.

(b) Government Securities, FDR or any other Government instruments stipulated by the Accepting Officer.

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

6.3 The performance security shall be valid till expiry of the defects liability period as stipulated in the tender.

6.4 Failure of the successful contractor to comply with the requirements of para 14.1 above shall constitute sufficient grounds for cancellation of the award of work and forfeiture of the earnest money. In case of MES enlisted contractor, amount equal to the earnest money stipulated in the Notice Inviting Tender shall be notified to the tenderer for depositing the amount through MRO. Issue of tender to such tenderers shall remain suspended till the aforesaid amount equal to the earnest money is deposited in Government Treasury.

7. This letter and instructions mentioned in Para 4 above, shall form part of the tender documents. Encls: - As above Yours faithfully, ………………………….. AGE (Contracts) Signature of Contractor For Accepting officer

Page 3: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 03 INSTRUCTIONS FOR COMPLETION OF TENDER DOCUMENTS TO BE COMPLETED WITH BY THE TENDERER(S) 1. EARNEST MONEY: Refer para 6.2 of Notice of tender and condition 22 of IAFW-2249 (General conditions of

contracts). Contractors, who are not enlisted with MES/who are enlisted but have not executed the Standing Security Bond, shall submit “Earnest Money Deposit” as detailed in Appendix „A‟ to “Notice of Tender” in one of the following forms, along with their tender (Date of opening of 1st stage tender i.e. opening of online application and evaluation of application):-

(a) Deposit at Call Receipt from a Scheduled Bank in favour of GE KASAULI. (b) Receipted Treasury challan, the amount being credited to the Revenue Deposit of GE Kasauli. NOTE: - Earnest Money in the form of cheque/Bank Guarantee etc. will not be accepted.

NON-SUBMISSION OF EARNEST MONEY WILL RENDER THE TENDER AS NON-BONAFIDE AND CONSEQUENTLY LIABLE TO BE IGNORED.

2. SECURITY DEPOSIT 2.1 Blank 2.1.1 Blank 2.2 Blank 2.2.1 Blank 2.2.2 Blank 2.3 Blank 2.3.1 Blank 2.4 CONTRACTORS ENLISTED IN MES FORMATIONS OTHER THAN CHIEF ENGINEER WESTERN COMMAND (CLASS „D‟ TO „S‟) AND CLASS „E‟CONTRACTOR:- 2.4.1 Any Contractor, borne on the approved list of contractors of any MES formation and who has executed a Standing

Security Bond, may be permitted to tender for works under any other MES formation, without furnishing Earnest Money along with his tender. If the tender submitted by such a contractor is proposed to be accepted, the Contractor will be required to lodge with the Principal Controller or Controller of Defence Accounts concerned, the amount of “Individual Security Deposit”, calculated as per scale laid down hereinabove within 30 days of receipt by him of notification of acceptance of his tender failing which this sums shall be recovered from the first RAR payment or from the first final bill. In case of Term/Running Contracts, if the amount from the first final bill is not adequate, the remaining sum shall be recovered from the subsequent bill(s) of the Contractor in full. However, in cases, where any payment is made to the Contractor within thirty days of the receipt by him of notification of acceptance of tender, the amount of Security Deposit shall be recovered from such payment. The amount of “Individual Security Deposit” for the work, in case the tender is accepted indicate that the “ISD” would be the amount, calculated with reference to the Contract Sum, as per scale laid down for calculation of Earnest Money enhanced by 25% subject to a maximum of Rs. 18,75,000.00.

Contd.…

Page 4: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 04 3. PRICING OF TENDER:- 3.1 Please refer Para 3 of forwarding letter of tender. The tenderer shall calculate his own unit rates/ Lump sum amount.

Tenderers(s) particular attention is invited to the fact that rates are required to be filled in specifically in the documents enclosed and not to submit separate quotation in other form. However, if any additional information in your opinion is required to be furnished/taken, you may do so online before submission of tender but no document except as demanded shall be uploaded.

3.2 Your attention is invited to the “DEFINITION” and interpretation of the terms and various conditions in General

Conditions of Contracts IAFW-2249 together with errata and amendments mentioned thereto. 4. INCOME TAX DEDUCTION AT SOURCE:- Please Note that under Section 194-C of the Income Tax Act 1961, the

tax at 2% plus surcharge etc. as applicable or at other percent where exemption is granted subject to levy of additional cess (if any) will be deducted at source from the gross amounts of the Work payments claimed for the value of work done and materials laying at site under this contract including reimbursement/refund on account of variation in labour rates/price indices of materials and fuels (if applicable) etc. without making any adjustments on account of materials issued under Schedule “B” and for supply of water, tools and plants etc.

5. BANK GUANATEES:- On acceptance of tender, facilities for execution of Bank guarantee as applicable for certain

purposes are available to the contractors as detailed below:- (a) Additional Security Deposit for individual works (Refer condition 22 of IAFW- 2249) (as applicable) (b) Retention Money for payment of Running Account Receipts. (Refer Special conditions hereinafter) 5.1 The Bank Guarantee Bonds shall be from “State Bank of India” or any scheduled Bank on the form approved by

Government. 5.2 Bank Guarantee shall be executed for a period and on a form as directed by the Accepting Officer. Bank Guarantee

for security deposit should cover a period till expiry of defect liability period and Bank Guarantee for retention money should cover a period beyond six months after the completion date of the work.

6. PERIOD OF COMPLETION: - The period of completion for the entire work is as shown in Schedule “A” notes. 7. CRITICAL PATH METHOD:- 7.1 The tender is based on CPM. 7.2 The tenderer is expected to be fully conversant with the CPM technique and employ technical staff who can use the

technique in sufficient details. Sufficient books and other literature on the subject are widely available which the tenderer may make use of.

7.3 The tenderer‟s attention is drawn to Special conditions of the tender regarding preparation of the detailed network

and the time schedules for the work and his liability.

Contd... ..

Page 5: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 05 8. ERRATA/AMENDMENTS TO TENDER DOCUMENTS: - The department may issue amendments /errata to the

tender documents and BOQ through corrigendum on line before due date of submission of tenders. The tenderer is required to read the tender documents in conjunction with the amendments, if any, issued by the department.

9. EXECUTIVE AGENCY: - The executive agency of the above work is Garrison Engineer Kasauli who will be called

hereinafter as Garrison Engineer. Tenderer shall employ only Indian Nationals after verifying their antecedent and loyalty. Attention is also drawn to Condition 23, 24 & 25 of IAFW-2249.

10. FORWARDING OF TENDER:- 10.1. The tender documents shall be uploaded on line. 10.2. POWER OF ATTORNEY:- 10.2.1. No power attorney shall be accepted. 11. SUBMISSION OF TENDERS:- 11.1. Tender shall be submitted on line on or before the due date and the time specified (Please refer eprocuremes.gov.in) 11.2. Tenders will be opened in the presence of tenderers who have submitted priced tender on the due date and time

fixed for receipt of tender (1st and 2nd stage). Tenderers who submit their priced tenders and are desirous of being present at the time of opening of the tenders, may do so at the appointed time.

11.3. The tenderers are advised to quote their tender properly. Item rates are properly quoted against Each item of

Schedule “A”. Violation of this express instruction shall tantamount to submission of NON Bonafied tender at the discretion of Accepting Officer.

12. The tenderer shall quote his rates on the Schedule “A” and/or General summary (as applicable) only. 13. In case the tenderer has to revise/modify the rates quoted in the Schedule “A” and/or General Summary, he may do

so online in the Schedule “A” and/or General Summary (as applicable). 14. In the event of lowest tenderer revoking his offer after opening of tenders (1st stage and/or 2nd stage), the Earnest

Money deposited by him shall be forfeited. In case of MES enlisted contractors, the amount equal to the earnest money stipulated in the Notice of tender, shall be notified to the tenderer for depositing the amount through MRO, failing which the amount shall be recovered from payment due to such Contractor or shall be adjusted from his Standing Security Deposit. In addition, such tenderer and his related firm shall not be issued the tender in 2nd call or subsequent calls.

15. INSTRUCTIONS FOR ONLINE BID SUBMISSION 15.1. The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital

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

15.2. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocuremes.gov.in 15.3. REGISTRATION 15.3.1. Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal (URL:

https://defproc.gov.in/defence e-Procurement Portal/app) by clicking on the link “Online bidder Enrolment” on the CPP Portal which is free of charge.

15.3.2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

Contd…….

Page 6: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 06 15.3.3. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III

Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/TCS/nCode /eMudhra etc.), with their profile.

15.3.5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse. 15.3.6. Bidders should then login to the site through the secured log-in by entering their user ID/ password and the password of the DSC/e-Token. 15.4. SEARCHING FOR TENDER DOCUMENTS 15.4.1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal. 15.4.2. Once the bidders have selected the tenders they are interested in, they may download the required documents/tender schedules. These tenders can be moved to the respective “My Tenders” folder. This would enable the CPP Portal to intimate the bidders through SMS/e-mail in case there is any corrigendum issued to the tender document. 15.4.3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any Clarification/help from the Helpdesk. 15.5. PREPARATION OF BIDS

15.5.1. Bidder should take into account the corrigendum, if any published on the tender document before submitting their bids. 15.5.2. Bidder should go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 15.5.3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/ Schedule and generally, it can be in PDF / XLS / RAR /DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 15.5.4. To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‟Other Important Documents” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

15.6. SUBMISSION OF BIDS 15.6.1. Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

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

15.6.3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.

15.6.4. Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time otherwise the uploaded bid will be rejected.

15.6.5. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ CA

Page 7: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 07 file, open it and complete the coloured (unprotected) cells with their respective financial quotes and other details

(suchas name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the file name. If the BOQ file is found to be modified by the bidder, the bid will be rejected.

15.6.6. The server time (which is displayed on the bidder‟s dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 15.6.7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the

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

15.6.8. The uploaded tender documents shall become readable only after the tender opening by the authorized bid openers. 15.6.9. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 15.6.10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This

acknowledgement may be used as an entry pass for any bid opening meetings. 15.7. ASSISTANCE TO BIDDERS 15.7.1. Any queries relating to the tender document and the terms and conditions contained therein should be addressed to

the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 15.7.2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be

directed to the 24x7 CPP Portal Helpdesk. 16. (a) Any grievance concerning this contract agreement on which contractor is not satisfied with decision of Accepting

Officer shall be referred by him only to the Next Higher Engineer Authority(NHEA). The contractor shall under no circumstances communicate with any authority other than NHEA, unless he has exhausted the options to represent to all Engineer authorities upto NHEA. While representing his case to authorities above NEA, copies of correspondence exchanged with all authorities shall be enclosed clearly bringing out his grievance on them. Any breach of this stipulation shall be treated as default on the part of the contractor and his grievance will not be entertained. In addition he shall be liable for disciplinary action as deemed fit by Registering Authority.

(b) Any complaint against the contractor received from a third party like suppliers of contractor, other contractor, his

engineer, labour etc shall be referred to him by the GE. The contractor will be required to obtain settlement of the complaints from the originator and / or concerned authority and submit settlement letter to GE within 15 days of receipt of referral from GE. Any failure in this regard will invite disciplinary action against the contractor by the Registering Authority.

17. These instructions shall form part of the contract documents and shall be signed and returned with the tender

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

Page 8: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 08 MILITARY ENGINEER SERVICES

NOTICE INVITING e-TENDER

1 A tender of the type as mentioned in Appendix 'A' to this Notice of tender is invited for certain works as per particulars given there in.

2. The work is estimated to cost as indicated in the aforesaid Appendix 'A'. This estimate however is not a guarantee

and is merely given as a rough guide and if the work costs more or less tenderer will have no claim on that account. 3. The work is to be completed within the period as indicated in the aforesaid Appendix 'A'(In accordance with the

phasing if any, indicated in the tender) from the date of handing over site which will be about a week after the date of acceptance.

4. Application for tender alongwith copy of DD/bankers cheque shall be uploaded online and original to be submitted

offline before due date of opening of cover No 1 as mentioned in offer said appendix. Cost of tender documents shall be non-refundable. However DD/ Banker's cheque shall be returned to the applicants whose cover No: 2 is not opened. Please note that cover No 2 (price bid) will be opened only in respect of qualified and eligible contractors who fulfils the eligibility / criteria according to their tech bid submitted in cover No 1.(applications/ technical bid).

Note: - Uploading of bid does not constitute any guarantee for opening of price bid of tenderer. Opening of price-bid (cover No 2) of tender will be decided by the Accepting Officer based on interalia, past track record, financial position & experience of similar works executed by the applicant/contractor. The Accepting Officer shall receive applications (cover No 1 & price bid cover No 2) upto the last date & time of bid submission/extended date of bid submission as applicable and as mentioned below. The applicant/contractor will be informed regarding non opening of cover 2 (price bid).

The decision of Accepting Officer to open cover No. 1 & price bid cover No. 2 shall be final and binding. No applicant/contractor shall be entitled for any compensation whatsoever for rejection of his application/non opening of cover No 1 & price bid cover No. 2.

5. (a) The MES enlisted contractor who has deposited appropriate security deposit for the class enlisted mentioned in

offer said appendix required to upload scanned copies of enlistment letter, list of works in hand, balance works to be completed as on date of publication etc on an affidavit on non-judicial stamp paper of Rs 100/- duly signed and notarized.

(b) Unenlisted contractor applying for issue of tender shall meet enlistment criteria of MES for appropriate class with regard to having satisfactorily completed requisite value of works, Annual Turn Over, Working capital fixed assets etc as mentioned in aforesaid appendix `A‟.

6. In the case of Contractor who has not executed the standing security Bond, tender shall be accompanied by Earnest

Money (for amount refer aforesaid Appendix 'A') in the form of DD/Banker cheque in favour of GE by Scheduled Bank or Nationalized Bank as mentioned in Appendix `A‟ the amount being credited to the Revenue deposit of the GE as mentioned in Appendix 'A'.

7. Publishing date and time of tender document, starting date and time of tender documents downloading, clarification

start date and time, clarification in the date and time, pre-bid meeting date and time, starting date and time of bid submission ((cover No 1 & price bid cover No 2), bid document download in the date and time and closing date and time of bid submission (cover No 1 & price bid cover No 2) shall be as mentioned in aforesaid Appendix `A‟.

8. Date and time of bid opening (cover No 1) and date and time of bid opening (cover No 2) shall be as mentioned in

aforesaid Appendix `A‟. 9. The tender shall be based as mentioned in the aforesaid Appendix `A‟. 10. The GE KASAULI, will be Accepting Officer here-in-after referred to as such for the purpose of this contract.

Contd….

Page 9: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 09

NOTICE INVITING e-TENDER (CONTD……) 11. Normally contractors whose names are on the MES approved list for the area in which the work lies and within whose

financial categories the estimated amount would fall may tender. In border line cases where the tendered amount is in excess of the financial category of the Contractor, the accepting Officer reserves the right to accept tender, in which event the tenderer would be required to lodge additional security deposit to cover the excess referred to above as notified by Accepting Officer in terms of Conditions of Contract. Not more than one tender shall be submitted by the Contractor or the firm of contractors. Under no circumstances will a father or his sons or other close relations who have business dealing with one another be allowed to tender for the same contract as separate competitors. A brEach of this conditions will render the tenders of both the parties liable to rejection.

12. The GE will return the earnest money where applicable to all unsuccessful tenderers by endorsing an authority on

the deposit receipt for its refund. The GE will either return the earnest money to the successful tenderer by endorsing on the deposit receipt for its refund on receipt or an appropriate amount of security deposit or will retain the same in part or full on account of security deposit if such a transaction feasible.

13. Copies of the drawings and other documents pertaining to the work (signed for the purpose of identification by the

accepting Officer or his accredited representatives) and sample of materials and stores to be supplied by the Contractor will be open for inspection at the GE Offices during working hours.

14. The Accepting Officer reserves his right to accept tender submitted by a Public Undertaking giving a purchase

preference over other tender(s) which may be lower as are admissible under the Government Policy. No claim for any compensation or otherwise shall be admissible from such tenderers whose tenders may be rejected on account of the said policy.

15. The tenderers are advised to visit the site by making prior appointment with GE well in advance. 16. A tenderer shall be deemed to have full knowledge of all related documents, samples, site etc whether he has

inspected them or not. 17. The submission of a tender by a tenderer implies that he had read this notice and the conditions of contract and has

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

18. Tenderers must be in possession of a copy of MES STANDARD SCHEDULE OF RATES, PART –I (2009) & PART-

II (2010), including amendments thereto. 19. The accepting officer does not bind himself to accept the lowest or any tender or to give any reason for not doing so. 20. This notice of tender shall form part of the contract. (SIGNATURE OF CONTRACTOR) AGE (CONTRACTS) DATED : FOR ACCEPTING OFFICER

Page 10: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 10

APPENDIX „A‟ TO NOTICE INVITING e-TENDER (NIT)

1. Name of work TERM CONTRACT FOR ARTIFICER WORKS AT DAGSHAI STN UNDER GE KASAULI

2. Estimated Cost Rs. 15.00 Lakhs (At Par Market)

3. Period of completion 365 Days

4. Cost of tender documents Rs. 500/- in the shape of DD/Bankers cheque from any Scheduled Bank in favour of GE Kasauli Payable at Kasauli.

5. Website /portal address https://defproc.gov.in and www.mes.gov.in

6. Type of Contract The tender shall be based on IAFW-1779-A and IAFW-2249 and specifications with Schedule „A‟ (Lists of items of works, item rate to be quoted by the tenderers in BOQ).

7. Information & Details :

(a) Publishing date and time of tender documents

06 Sep 2019 at 1800 hrs

(b) Starting date and time of tender documents downloading

06 Sep 2019 at 1800 hrs onwards

(c) Bid submission start date and time

21 Sep 2019 upto 1000 hrs onwards

(d) Last date and time of bid submission

26 Sep2019 by 1800 hrs

(e) Date and time of bid opening 30 Sep 2019 by 1100 hrs onwards

8. Eligibility Criteria

(A) For MES enlisted contractors (i) Class „E‟ and above, Category a(i) (ii) The firm should not carry adverse remarks in WLR of competent engineer authority.

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

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

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

(C) For all Contractors Please refer note no. (e) here in after

9. Tender issuing and Accepting Officer Garrison Engineer, Kasauli

10. Earnest Money Rs. 30,000/- in favour of GE Kasauli

Page 11: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 11

APPENDIX „A‟ TO NOTICE INVITING TENDER (Contd….) NOTES: - (a) The contractor enlisted upto two class below the eligible class may also apply/bid.

(i) Application /bids from one class below eligible class applicants may be considered in the event of in adequate response/bids from the applicants of eligible class.

(ii) Application from two class below eligible class applicants may also be considered in the event of inadequate response from the applicants of eligible class and one class below eligible class.

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

(ii) Tenderers/bidders to note that they should ensure that their original DDs and earnest money (as applicable) are received within five days from the date of opening of finance bid.

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

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

(v) In case of applications/bids (enlisted contractor as well as unenlisted contractor) where scanned copies of requisite Earnest money (as applicable) were uploaded but the same are not received in physical form within stipulated time, such bids shall not qualify for opening of finance bid.

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

(i) Application for bid in Firm‟s letter head.

(ii) Enlistment letter.

(iii) Scanned copy of DD of cost of tender.

(iv) Uploading of GST Regn Number.

(v) Scanned Copy of EPFO No.

(d) Contractors not enlisted with MES will be required to upload necessary documents to prove their eligibility for enlistment in eligible class & category of work, including Affidavit for no recovery outstanding. List of documents required for enlistment in MES has been given in Para 1.5 of section 1 of Para I of MES Manual on Contracts 2007 (reprint 2012). Following documents shall also be uploaded amongst others:

(i) Details of three highest valued similar nature of works executed during last five years, financial year-wise in tabular form giving name of work, Accepting Officer‟s details, viz, Address, Telephone, Fax No, E-mail ID etc, date of acceptance of tender and actual date of completion. This shall be duly signed by proprietor/all partners/authorized Director of Pvt. /Public Ltd, as applicable. It should indicate whether extension was granted or compensation was levied. Attested copy of acceptance letter and completion certificate shall be enclosed of each work. In case performance report has been given by the client same shall also be submitted duly attested.

(ii) Solvency certificate and working Capital Certificate issued by Scheduled Bank.

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

(iv) 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.

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

(vi) Scanned copy of DD of cost of tender and earnest money. (vii) Uploading of GST Regn Number.

Page 12: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 12

APPENDIX „A‟ TO NOTICE INVITING TENDER (Contd...) (e) FOR ALL CONTRACTORS

(i) Contractor will not be allowed to execute the work by subletting or through power of attorney holder on his behalf to a third party/another firm except sons/daughters of proprietor/partner/Director and firm‟s own employees, Director, Project Manager. This shall be subject to certain conditions which will be prescribed in the NIT forming part of the tender documents. (ii) As per Section 6 of the EPF & MP Act, 1952, “the contribution which shall be paid by the employer to the Fund shall be ten per cent of the basic wages, dearness allowance and retaining allowance (if any) for the time being payable to Each of the employees whether employed by him directly or by or through a contractor, and the employees‟ contribution shall be equal to the contribution payable by the employer in respect of him.” Therefore, the onus will still lie with the Principal Employer to get compliance of contractors under the EPF & MP Act, 1952 if the total number of workers employed by him through various contractors is more than twenty.

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

(iv) If the contractor fail to upload their GST Registration Number alongwith „T‟ bid, he shall be disqualified in „T‟ bid evaluation and finance bid will not be opened.

(v) 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.

(f) In case of rejection of technical/prequalification bid, contractor may appeal to next higher Engineer authority i.e.

HQ CWE H/S Jutogh, Cantt Shimla on email [email protected] against rejection, whose decision shall be final and binding. However contractor/bidder shall no be entitled to any compensation whatsoever for rejection of technical/prequalification bid.

. . . . . . . . . . . . . . . . . . . . . . . . .

(Randhir Singh)

AE (QS&C)

AGE (Contracts)

For Accepting Officer

SIGNATURE OF CONTRACTOR DATED:

No. 8093/GEK-41/2019-20/ /E8, Dated: Sep 2019 Garrison Engineer Kasauli, Military Engineer Services, Kasauli -173204 Distributions:-

HQ CE WC Chandimandir

HQ CE CZ Chandigarh HQ CWE Hills Shimla Jutogh

HQ CWE Chandimandir, HQ CWE (AF) Chandigarh

HQ CWE Ambala Cantt

GE (S) Ambala

GE(N) Ambala GE(P) Ambala

HQ CWE (AF) Ambala GE(AF) Ambala

GE Chandimandir,

GE(U) Chandimandir AGE(I)(P) Chandimandir GE(P)(I) Chandigarh

GE(AF) Chandigarh

GE 3BRD Chandigarh

GE 863 EWS C/O 56 APO

Cantt Board Dagshai AGE B/R Kasauli MES Builders Association of GE S/Hill Kasauli-474-475 Subathu (REGISTERED), MES Builders Association of India, 807 Sayog, 58 Nehru Place, New Delhi-19. MES Builders Association of India, Chandigarh Branch, 3024, Sector -28, Chandigarh. Post Office Kasauli, PIN CODE NO 173204.

Page 13: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 13 IN LIEU OF IAFW-1779 –A

To be used in conjunction with General Conditions of Contracts IAFW-2249 (1989 Print).

MILITARY ENGINEER SERVICES

GARRISON ENGINEER KASAULI MILITARY ENGINEER SERVICES

KASAULI -173204 No. 8093/GEK-41/2019-20/ /E8 Sep 2019 ITEM RATE TENDER AND CONTRACT FOR WORKS REQUIRED IN EXECUTION OF GEK-41/2019-20: TERM CONTRACT FOR ARTIFICER WORKS AT DAGSHAI STN UNDER GE KASAULI Dear Sir (s) M/s………………………………………………….....…….......of............................are/is hereby authorized to tender for the above work. The tender is to be submitted on line (https://defproc.gov.in) by the time and date mentioned in NIT (Date of opening of 1st stage tender i.e. opening of online application and evaluation of application) by the Garrison Engineer, Kasauli. Any correspondence concerning this tender should be addressed as indicated at top of this sheet, quoting the reference online.

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

Yours faithfully,

(Signature of Contractor) AGE (Contracts) For Accepting Officer Date: _______________

Page 14: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 14

SCHEDULE “A” LIST OF WORKS AND PRICES

MAP OF TERM CONTRACT AREA CANTT PLAN OF DAGSHAI Cantt Plan of DAGSHAI is not enclosed with the tender documents. The same may please be seen in the office of Garrison Engineer Kasauli or in the office of AGE B/R Kasauli. The tenderers are deemed to have visited the area and no claim what-so-ever on this account shall be entertained at a later stage.

The area as marked on Zonal Cantt plan of DAGSHAI and covers all accommodations under AGE B/R Kasauli.

Notes :- Unless, otherwise specifically mentioned, the percentage quoted by the contractor shall be

inclusive of costs towards materials, labour, T&P, taxes/ duties i.e. GST on work contracts as applicable day by day, insurance charges, freight charges, transportation, loading, unloading, testing charges as applicable, fixing in position as described in the respective items and all other ancillaries items of work required for the satisfactory execution of the items of work as per description given in the Schedule „A‟(BOQ) and as specified in the particular specification.

Nothing extra will be admissible to the contractor.

(“Taxes, duties & levies etc (refer Special Condition for Reimbursement/ refund on variation in „Taxes directly related to contract value‟): The contractors quoted rates shall be deemed to be inclusive of all taxes/cesses viz GST, duties, royalties, octroi and other levies payable under respective statutes as applicable on the date of receipt of tender. It may be noted that any tender imposing any condition in this regard or on any other account shall be treated as a conditional tender and the same shall be liable to be rejected”.

DEFECTS LIAABILITY PERIOD:

The defects liability period for this work shall be 24 (Twenty four) months from the certified date of completion of entire work. In this connection please refer to condition 46 of IAFW-2249 General conditions of the contracts.

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

Page 15: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO. GEK-41/2019-20 SERIAL PAGE NO.17

SCHEDULE OF CREDIT

Notes: 1. Recovery shall be effected from RAR‟s for the gross Qty dismantled/demolished under Schedule „A‟ for the completed portion of work. 2. The quantities given here under are approximate. 3. In case of various items becoming contractor’s property are reduced/or increased, the amount of credit referred here-in-after will be subject to price adjustment at the rates given against each items for such adjustment. No separate approval and/or deviation order is required. 4. All the material obtained from dismantling shall be removed from site of works after obtaining the written approval of Engineer-in-Charge from time to time. 5. The materials which become contractor’s property shall not be incorporated in the work to be executed under this contract unless otherwise specified in schedule „A‟ here-in-before. The items found during demolition/dismantling, but not covered in Schedule of Credit, shall become Govt. Property and shall be removed and deposited by the contractor to MES Store Yard as directed without any extra cost to Govt. No claim of any nature regarding the rate of credit and quality of materials obtained and its suitability etc. shall be entertained at any stage. Also no lead will be measured and paid for stacking or subsequent removal of materials.

S No

Description Unit Rate (In RS.)

1 Old unserviceable brick/stone masonry Cum 400.00

2 Old Unserviceable timber scantling 40 sqcm and over in section Cum 5000.00

3 Old Unserviceable timber scantling under 40 sqcm in section RM 15.00

4 Old unserviceable materials chowkaht without shutter n. exc. 1.5 sqm with holdfast Each 40.00

5 Old unserviceable chowkhat without shutter exc. 1.5 sqm but n. exc. 4 sqm with hold fast

Each 80.00

6 Old unserviceable materials chowkaht with shutter n. exc. 1.5 sqm with any type of mongery

Each 250.00

7 Old unserviceable chowkhat with shutter exc. 1.5 sqm but n. exc. 4 sqm with any type of mongery

Each 300.00

8 Old unserviceable shutter n. exc. 1 sqm with any type of mongery Each Leaf

80.00

9 Old unserviceable shutter exc. 1Sqm but n. exc. 2 sqm with any type of mongery Each Leaf

200.00

10 Old unserviceable shutter exc. 2 sqm with any type of mongery Each Leaf

170.00

11 Old unserviceable MS wire cloth(any description) Sqm 20.00

12 Old unserviceable MS barrel towe bolt/butt hinge/handle of any size Each 2.00

13 Old unserviceable aluminium anodised barrel tower/butt hinges/handle of any size Each 2.50

14 Old unserviceable MS sliding door bolt any size Each 3.50

15 Old unserviceable aluminium sliding door bolt any size Each 5.00

16 Old unserviceable MS piano hinges any size RM 10.00

17 Old unserviceable MS ordinary rat tail rod any size Each 5.00

18 Old unserviceable Cast iron(MH Cover etc) obtain from dismantling old Kg 14.00

19 Old unserviceable Steel scrap Kg 14.00

20 Old unserviceable 0.63mm thick CGI sheet Sqm 95.00

21 Old unserviceable 0.63mm thick PGI sheet Sqm 80.00

22 Old unserviceable AC sheet of any thickness with fillets Sqm 10.00

23 Old unserviceable GI tubing of 15mm dia RM 17.00

24 Old unserviceable GI tubing of 20mm dia RM 22.00

25 Old unserviceable GI tubing of 25mm dia RM 34.00

26 Old unserviceable GI tubing of 40mm dia RM 50.00

27 Old unserviceable GI tubing of 50mm dia RM 70.00

28 Old unserviceable GI tubing of 80mm dia RM 118.00

29 Old unserviceable GI tubing of 100mm dia RM 169.00

30 Old unserviceable GI tubing of 150mm dia RM 269.00

31 Old Unserviceable PVC water tank of capacity exc. 250 litre n. exc. 500 litre Each 250.00

32 Old Unserviceable PVC water tank of capacity exc. 500 litre n. exc. 1000 litre Each 500.00

Page 16: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO. GEK-41/2019-20 SERIAL PAGE NO.18 SCHEDULE OF CREDIT (Contd…)

33 Old unserviceable 15mm dia bib tap/stop cock/ pillar tap of cast copper, CP Each 15.00

34 Old unserviceable 20mm dia bib tap/stop cock/pillar tap of cast copper CP Each 20.00

35 Old unserviceable 25mm dia bib tap/stop cock/pillar tap of cast copper CP Each 25.00

36 Old unserviceable 15mm dia bib tap/stop cock/pillar/flot ball of PTMT Each 2.00

37 Old unserviceable 20mm dia bib tap/stop cock/pillar/flot ball of PTMT Each 3.00

38 Old unserviceable waste fitting any description Each 10.00

39 Old unserviceable PVC connection of 15mm dia of any leanth Each 5.00

40 Old unserviceable flusing cistern of any capacity Each 50.00

41 Old unserviceable viterous china WC with all fitting (excluding flushing sistern) Each 30.00

42 Old unserviceable china urinal (any type) Each 20.00

43 Old unserviceable wash basin including bracket Each 50.00

44 Old unserviceable SS Sink Each 200.00

45 Old unserviceable Plate rack any description Each 150.00

46 Old unserviceable bevelled edge mirror Each 5.00

47 Old unserviceable soap dish Each 1.00

48 Old unserviceable CP Wall/WHB mixer Each 100.00

49 Old unserviceable towel rail any description each 5.00

50 Old unserviceable curtain rod including bracket RM 4.00

51 Old unserviceable PVC(SWR) of dia 75mm RM 6.00

52 Old unserviceable PVC(SWR) of dia 100mm RM 8.00

53 Old unserviceable CI pipe of dia 50mm RM 40.00

54 Old unserviceable CI pipe of dia 75mm RM 60.00

55 Old unserviceable CI Pipe of dia 100mm RM 80.00

56 Old unserviceable CI Floor trap of any size Each 25.00

57 Old unserviceable CI Cowl of 50mm Each 10.00

58 Old unserviceable CI Cowl of 75mm Each 15.00

59 Old unserviceable CI Cowl of 100mm Each 20.00

60 Old unserviceable PVC bend/tee/junction/trap of 75mm dia Each 7.00

61 Old unserviceable PVC bend/tee/junction/trap of 110mm dia Each 10.00

62 Old unserviceable PVC flooring any thickness Sqm 5.00

63 Old unserviceable brass float ball of 15mm dia Each 20.00

64 Old unserviceable brass float ball of 20mm dia Each 25.00

65 Old unserviceable wooden boarding / particle board / weather boarding / prelaminated PB of thickness upto 25mm

Sqm 20.00

66 Old unserviceable wooden boarding / particle board / weather boarding / prelaminated PB of of thickness 25mm-30mm

Sqm 40.00

67 Old unserviceable wooden boarding / particle board / weather boarding / prelaminated PB of of thickness over 30mm

Sqm 45.00

68 Old unserviceable glass any type and any thickness Sqm 5.00

69 Old unserviceable tiles any type and any size Sqm 5.00

70 Old unserviceable Sink other than SS Each 20.00

71 Old unserviceable aluminium / galvalume sheet any thickness any type Sqm 100.00

72 Old unserviceable aluminium scrap Kg 110.00

73 Old unserviceable brass scrap Kg 280.00

74 Old unserviceable shower rose CP Each 2.00

75 Old unserviceable EWC sheet with all fiting Each 80.00

76 Old unserviceable EWC sheet cover Each 5.00

77 Old unserviceable material retrieved from Gate valve 15 mm bore. Each 8.00

78 Old unserviceable Gate valve 20 mm bore. Each 12.00

Page 17: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO. GEK-41/2019-20 SERIAL PAGE NO.19 SCHEDULE OF CREDIT (Contd.…)

S No

Description Unit Rate (In RS.)

79 Old unserviceable Gate valve 25 mm bore. Each 22.00

80 Old unserviceable Gate valve 40 mm bore. Each 35.00

81 Old unserviceable Gate valve 50 mm bore. Each 44.00

82 Old unserviceable Gate valve 80 mm bore. Each 71.00

83 Old unserviceable false ceiling other than AC board any description any type. Sqm 10.00

84 Old unserviceable mortice lock any type Each 5.00

85 Old unserviceable door closer any type Each 10.00

86 Old unserviceable granite, kota stone & marble any type and any thickness Sqm 8.00

87 Old unserviceable fibre glass reinforced translucent sheet any description Sqm 10.00

88 Old unserviceable 0.80mm sheet gutter RM 5.00

89 Old unserviceable drop end any description each 5.00

90 Old unserviceable cabinet mirror any description each 5.00

91 Old unserviceable PVC Flush pipe 32mm dia Each 5.00

92 Old unserviceable paper holder any description Each 10.00

93 Old unserviceable aluminium eye hook /door stoper any description Each 3.00

94 Old unserviceable hasp and staple any description Each 2.00

95 Old unserviceable rat tail rod any type & any description Each 10.00

96 Old unserviceable GI nipple /socket/union/elbow/reducer of any size and any description

Each 2.00

97 Old unserviceable float valve including fitting 15/20 mm Each 4.00

98 Old unserviceable coupling for WHB/sink any description Each 2.00

99 Old unserviceable salt glazed drain RM 5.00

100 Old unserviceable PVC Flush/waste pipe 32 to 40 mm dia any length Each 5.00

101 Old unserviceable paper holder any description Each 10.00

102 Old unserviceable aluminium eye hook /door stoper any description Each 3.00

103 Old unserviceable hasp and staple any description Each 2.00

104 Old unserviceable rat tail rod any type & any description Each 10.00

105 Old unserviceable GI nipple /socket/union/elbow/reducer of any size and any description

Each 2.00

106 Old unserviceable float valve including fitting 15/20 mm Each 4.00

107 Old unserviceable coupling for WHB/sink any description Each 2.00

108 Old unserviceable salt glazed drain RM 5.00

109 Old unserviceable CI Bend of any size Each 30.00

110 Old unserviceable PVC chowkaht without shutter n. exc. 1.5 Sqm but n. exc. 4 Sqm with hold fast

Each 30.00

111 Old unserviceable PVC chowkaht without shutter n. exc. 1.5 Sqm with any type of mongery

Each 50.00

112 Old unserviceable PVC chowkaht without shutter n. exc. 1.5 Sqm but n. exc. 4 Sqm with any type of mongery

Each 100.00

113 Old unserviceable PVC shutter n. exc. 1 Sqm with any type of mongery Each 30.00

114 Old unserviceable PVC shutter exc. 1 Sqm but n. exc. 2 Sqm with any type of mongery Each 50.00

115 Old unserviceable PVC shutter exc. 2 Sqm with any type of mongery Each Leaf

70.00

116 Old unserviceable CP grating Each 4.00

117 Old unserviceable PVC cover for water tank any type and any size Each 5.00

_____________ ________________ CONTRACTOR AGE (CONTRACTS) FOR ACCEPTING OFFICER

Page 18: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 20

SCHEDULE „B‟ LIST OF MATERIALS TO BE ISSUED TO THE CONTRACTOR (REFER CONDITION 10 OF 1AFW-2249)

Ser No.

Particulars Unit Rate at which materials etc. will be issued to Contractor Rate in Rs.

Place of issue by name

Remarks

-NIL- …………………………………………………………………………………………………………………………………… SCHEDULE „C‟ ISSUE OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WHICH WILL HIRED BY THE CONTRACTOR (REFER CONDITION 15, 34 AND 35 OF IAFW-2249)

Srl No.

Quantity Particulars Details of MES Crew supplied

Hire charges per unit per working day

Stand by charges per unit per day

Place of Issue

Remarks

- NIL – …………………………………………………………………………………………………………………………………… SCHEDULE „D‟

TRANSPORT TO BE HIRED BY THE CONTRACTOR (REFER CONDITION 16, AND 36 OF IAFW-2249)

Srl No.

Quantity Particulars Rate per unit per working day

Stand by charges per unit per day

Place of Issue By Name

Remarks

1 2 3 4 5 6 7

-NIL- …………………………………………………………………………………………………………………………………… ____________________ (Signature of Contractor) AGE (Contracts) For Accepting Officer Dated:

Page 19: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 21 TENDER

TO THE PRESIDENT OF INDIA

Having examined and perused the following: - 1. Specification signed by GE/ Assistant Garrison Engineer (Contracts). 2. Drawing detailed in the list of drawings. 3. Schedule `A', `B', `C' and `D' attached hereto. 4. MES Standard Schedule of Rate Part-I (Specification 2009 and Part-II (Rates) 2010 together with amendment 1 to 3

for Part-I and 1 to 59 for Part-II as applicable to above Schedule (Here-in-after and in IAFW-2249 referred to as the MES Schedule).

5. General conditions of contract IAFW-2249 (1989 Print) together with amendment No. 1 to 48 and errata No. 1 to 20. 6. WATER (Condition 31 of IAFW-2249: General Conditions of Contracts):- Water will be supplied by MES @ Rs. 3.75/- per every Rs. 1000/- worth of work done priced at contract rates. 7. Should this tender be accepted, I/We ** agree: -

(a) That the sum of Rs…………………….. (Rupees………………………………….……………………… ……………………………………………………….…only) forwarded as earnest money shall either be retained as part of security deposit or refunded by the Government in receipt of the appropriate amount as security deposit all as per condition 22 of IAFW-2249.

(b) To perform such services and execute such work upon the term and conditions contained or referred to in the aforesaid document and upon the condition herein after contained as may be demanded and as are enumerated in the aforesaid MES Schedule during period of 12 months commencing from the date of acceptance at the rates contained in the aforesaie MES Schedule, * ADDING there to/DEDUCTING there form ………….. % (……………………………………………………………………percent) At such other rates as may be fixed under the provisions of condition 62 and further agree to refer ali disputes to the sole arbitration of the arbitrator to be appointed by the Chief Engineer Chandigarh Zone or in his absence the officer offg as Chief Engineer as per conditions 70 of IAFW-2249, whose decision shall be final, conclusive and binding. The total estimate of any single work, job or service as defined in condition 4A shall not exceed Rs. 1,50,000/-. The number of civilian work people who may be employed by the GE under the provision of Condition. 4A (e) (ii) shall be any number to suit the quantum/nature of work. The work orders shall be placed by the Engineer-in-Charge from time to time indicating the date of commencement and date of completion of the work order.

* Delete where not applicable. ** Delete whichever is not applicable.

Page 20: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 22

TENDER (CONTD...)

Signature ……………………………… (Name……………………………………………………………………………………..…)

in the capacity of……………………………………………………… duly authorized to sign the tender for on behalf of

M/S…………………………….……………………………………………………… Index No. ……………………………...

Witness…………………………… (Signature)

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

ACCEPTANCE

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

execution of the Contract Agreement, these have been initialed by the contractor and GE/ AGE (Contracts) Sh. Randhir Singh,

AE (QS&C). The said officer is hereby authorised to sign and initial on my behalf the documents forming part of contract.

The above tender is/was accepted by me on behalf of the President of India, at the uniform percentage of

___%____________________________percentage) above/below the rates contained in the MES Schedule of rates 2010

(Part-II) on the ……….day of ………………………2019.

Signature ………………..dated this ………………..Day of ………………..2019. APPOINTMENT: ACCEPTING OFFICER GARRISON ENGINEER, KASAULI (FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)

Page 21: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 23 SPECIAL CONDITIONS

1. GENERAL

The following Special Conditions shall be read in conjunction with the General Conditions of Contracts, IAFW-2249 and IAFW-2159 including Errata/amendments thereto. If any provision in these Special Conditions is at variance with that of the aforesaid documents, the former shall be deemed to take precedence there over.

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

(a) The tenderers shall contact the Garrison Engineer for the purpose of inspection of site(s) and relevant documents other than those sent herewith, who will give reasonable facilities for this purpose. The tenderers shall also make themselves familiar with working conditions, accessibility of site(s) availability of materials and other cogent conditions which may affect the entire completion of work under this contract.

(b) The tenderers shall be deemed to have visited the site(s) and made themselves familiar with the working conditions, whether they actually inspect the site (s) or not. No claim, what so ever may be, shall be admissible to the contractor on this account.

2A. HANDING OVER OF SITE

Site for execution of work will be available as soon as the work is awarded. In case it is not possible to make the entire site available on the award of work, the contractor will have to arrange his working programme accordingly. No claim what so ever, for not giving the entire site on award of work and giving the site gradually, will be tenable.”

3. SECURITY AND PASSES 3.1 Refer Condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as his representatives, servants

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

3.2 The contractor shall, on demand by the Engineer-in-Charge, submit list of his agents, employees and work people concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people.

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

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

3.4 The contractor and his agents, employees and work people shall observe all the rules promulgated by the authority

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

4. CONDITIONS FOR WORKING 4.1 The work lies in UNRESTRICTED AREA. However, the contractor, his agents, employees, work people and vehicles

may pass through the unit lines in which case the Engineer-in-Charge shall, at his discretion have the right to issue passes, control their admission to the site of work or any part thereof. The contractor shall on demand by the Engineer-in-Charge submit a list of personnel, etc. concerned and shall satisfy the Engineer-in-Charge as to the bonafides of such people. Passes shall be returned at any time on demand by the Engineer-in-Charge and in any case on completion of work.

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

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

Page 22: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 24 SPECIAL CONDITIONS (Contd.….)

4.3 WORK ON HOLIDAYS:-

The contractor shall not carry out any work on gazetted holidays, weekly holidays and other non-working days except when he is specially authorised in writing to do so by the GE. The GE may at his sole discretion declare any day as holiday or non-working day without assigning any reason for such declaration. Nothing extra shall be admissible on this accounted for any man hours lost.

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

Notification dated 10 Mar 92 (revised upto date) forms part of the tender documents and is given at pages 109 to 118 of the tender documents. The contractor shall not pay wages lower than minimum wages for labour as fixed by the Govt. of India/State Govt. under Minimum Wages Act or Contract Labour (Abolition and Regulation Act), whichever is higher.

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

payable as referred to above. 5.3 The contractor shall have no claim whatsoever, if on account of local factors and or regulations, he is required to pay

the wages in excess of minimum wages as described above during the execution of work. 6. ROYALTIES

Reference Condition 14 of General Conditions of Contracts (IAFW-2249). No quarries on Defence land are available. 7. LAND FOR TEMPORARY WORKSHOPS, STORES ETC.

Delete the following from lines 5 to 9 of sub para 1 of condition 24 of IAFW-2249 reading “In the event of . . . . . . . . . . . . . . . . . . . . . allotted to him” and insert as under: -

“Separate land will be allotted to the contractor for the storage of materials, temporary workshop and offices, for which he shall pay the nominal rent of Rupee 1/- per year or part of a year as mentioned in condition 24 of IAFW 2249. The land/open space available within vicinity of site of work as directed by GE may also be used by the contractor for these purposes but free of charge. No land for accommodation of Labour will be allotted.”

8. WATER 8.1 Refer condition 31 of General Conditions of Contracts IAFW-2249 and 1.13 of MES Schedule Part-I. Water will be

supplied by MES @ Rs. 3.75/- per every Rs. 1000/- worth of work done priced at contract rates. 9. CO-OPERATION WITH OTHER AGENCIES

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

10. ELECTRIC SUPPLY 10.1 Electricity will not be supplied by MES; the contractor shall make his own arrangements form state electricity board. 11. BLANK 12. MATERIALS 12.1 Refer condition 10 of I.A.F.W. 2249 and clause 1.6 & 1.7 of MES Schedule, Part-I. 12.2 Unless specific makes/manufacturers are specified in the tender documents, all the materials to be procured by the

contractor for incorporation in the work under this contract (with the exception of local origin materials like bricks, stone aggregate, sand etc) shall be with ISI certifications mark. For materials of specific make/manufacturer‟s names, refer Para 12.3 here-in-below.

Page 23: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 25

SPECIAL CONDITIONS (Contd….)

12.3(a) If any specific makes/manufacturers names are specified in Sch „A‟ or Particular Specifications or in Appendix „B‟ or Appendix „C‟ to Particular Specifications, materials shall be of these specific makes/manufacturers only. ISI marking will not be mandatory for such items where makes/manufacturers have been specified unless the items of makes/manufacturers specified are available both with IS marking and without ISI marking. If any material is not manufactured with IS certifications mark in the country, it shall be conforming to relevant IS and other specifications specified elsewhere and shall also conform to samples displayed in CE‟s/CWE‟s/GE‟s office as applicable. However the materials/items listed in Appendix „C‟ shall be of makes specified in Appendix „C‟ to these particular specifications and conforming to relevant IS (IS marking is not mandatory).

12.3(b) In case of conflicting provisions regarding makes in schedule „A‟, particular specifications, Appendix „B‟ & „C‟, the following order of precedence shall be followed:-

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

12.4 Indian Standard (IS) of the year of publication/edition listed or specified in the SSR (Part-I) shall be applicable for the work under this contract unless specifically indicated otherwise elsewhere in these tender documents.

12.5 The tenderer is advised to inspect samples of certain local origin materials, which are displayed in the office of GE,

before submitting his tender. The tenderer shall be deemed to have inspected the samples and satisfied himself as to the nature and quality of materials he is required to incorporate in the work irrespective of whether he has actually inspected them or not. The materials to be incorporated in the work by the contractor shall be equal or superior in quality to sample displayed and shall comply with the specifications given in these tender documents.

12.6 The contractor shall not procure materials unless the Garrison Engineer has first approved the samples. 12.6.1 to 12.8:- BLANK 13. RECORD OF CONSUMPTION OF CEMENT 13.1 The contractor shall maintain a pucca bound register with serially numbered pages with all pages initialed by

Engineer-in-Charge against numbering showing quantities of cement received, used in work and balance at the end of each day. The form of record shall be as approved by Engineer-in-Charge. The register shall be signed daily by representatives of MES and the contractor in token of verification of its correctness and will be checked by Engineer-in-Charge, at least once a week and on the days cement is brought by the contractor.

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

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

Page 24: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 26 SPECIAL CONDITIONS (Contd.…..)

13.3 On completion of the work the contractor shall deposit the cement register with the Engineer-in-Charge for record. 14. BLANK 15. PERIOD FOR KEEPING THE TENDER OPEN

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

16. BLANK 17. SECURITY OF CLASSIFIED DOCUMENTS

Contractor's special attention is drawn to conditions 2-A and 3 of IAFW-2249 (General Conditions of Contracts). The contractor shall not communicate any classified information regarding the work either to subcontractors or others without the prior approval of the Engineer-in-Charge. The contractor shall also not make copies of the design/drawings and other documents furnished to him in respect of the work, and shall return all documents on completion of the works or earlier on determination of the contract. The contractor shall along-with the final bill, attach a receipt of his having returned the classified documents as per condition 3 of IAFW-2249 (General Conditions of Contracts).

18. OFFICIAL SECRETS ACT

The contractor shall be bound by the Official Secrets Act - 1923. 19. RECORD OF MATERIALS 19.1 The quantity of materials such as paints, water proofing compound, chemicals for antitermite treatment and the like,

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

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

measurement book shall be suitably marked for identification. 19.3 The contractor shall, on demand, produce to the GE, original receipted vouchers/ invoices in respect of the supplies.

The vouchers/invoices shall be defaced and stamped by Engineer-in-Charge indicating contract number, name of work, under his dated signature. The contractor shall ensure that the materials are brought to site, in original sealed containers/packing, bearing manufacturer‟s marking except in the case of the requirement of material(s) being less than smallest packing.

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

of the following materials, as applicable as a pre-requisite before submitting claims for payment for advances on account of the work done and/or materials collected in accordance with Condition 64 of General Conditions of Contracts - IAFW-2249. Production of vouchers by the contractor shall be his MANDATORY contractual obligation and shall be fully filled by him.

20. ACCEPTANCE QUALITY OF WORK AND FINISHES 20.1 To determine the acceptable standard of materials and workmanship, one room (to be decided by GE) shall be

completed by the contractor well in advance (minimum two stages ahead of remaining work) as directed by GE under close supervision of the Engineer-in-Charge and shall be got approved by the GE. The workmanship of various trades and finishes of this room shall serve as guiding sample for the work in remaining building.

20.2 Approval of the stages and workmanship of sample room shall be separately entered and approved in stage passing

register giving reference to building and name of buildings for easy identification even at a later date.

20.3 The above provisions shall however do not absolve the responsibility of the contractor for execution of work as per contract provisions.

21. BLANK 22. RELEASE OF ADDITIONAL SECURITY DEPOSIT 22.1 Refer Conditions 22 and 68 of IAFW-2249. 22.2 The contractor, in case he has to deposit additional security for the contract, is advised to deposit the additional

security in two equal parts so as to facilitate its release in accordance with condition 68 of IAFW-2249.

Page 25: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 27 SPECIAL CONDITIONS (Contd.….)

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

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

24. OUTPUT OF ROAD ROLLER (REFER CONDITION 15 OF IAFW - 2249) 24.1 The contactor shall arrange road roller(s) under his own arrangements and a logbook for each road roller shall be

maintained by the Department for recording hours of working of the road roller. Entries in the log book shall be signed by the Contractor or his authorised representative and by the Engineer-in-Charge.

24.2 To ensure proper consolidation, roller must work for at least the number of days assessed, on the basis of output given here-in-after. If the roller has not worked for the number of days so assessed, recovery shall be affected from the contractor for the number of days falling short of the days assessed on the basis of output stipulated. The recovery shall be affected @ Rupees 1,400/- per working day of 8 hours for 8 to 10 ton roller.

24.3 The above provision shall not, however, absolve the contractor of his responsibility of properly consolidating surfaces as required under the provisions of the contract.

24.4 OUTPUT OF ROAD ROLLER PER DAY OF EIGHT HOURS

(i) Consolidation of formation Surfaces/sub-grade. 1850 Sq. Metre

(ii) Consolidation of stone soling 23 cm thick (Spread thickness) with 8 to 10 tonne roller.

518 Sq. Metre

(iii) -Do- but 15 cm thick 800 Sq. Metre

(iv) -Do- but 10 cm thick 1200 Sq. Metre

(v) Consolidation of water-bound macadam (stone metal) 11 cm spread thickness including spreading and consolidation with binding material

248 Sq. Metre

(vi) -Do- but 7.5 cm 372 Sq. Metre

(vii) Consolidation of Mix Seal or premixed carpet including seal coat, 20 mm thick

744 Sq. Metre

(viii) Consolidation of Mix Seal or premixed carpet including seal coat, 25mm thick(Consolidated thickness) or Asphaltic dense concrete 25mm thick(Consolidated thickness)

595 Sq. Metre

(ix) Single Coat surface dressing 774 Sq. Metre

(x) 40 mm thick (consolidated thickness) Asphaltic Concrete 372 Sq. Metre

25. TESTING OF MATERIALS 25.1 DEFINITIONS:- 25.1.1 SITE LABOATORY (FOR „A‟ LEVEL TESTS):- A laboratory for material testing established by the contractor at site of

work for all the works costing more than Rs.1crore. However, for works costing less than Rs. one crore, it will be optional for the contractor to set up his site lab or he may carry out these tests in the Zonal lab or any other lab approved by GE (excluding private lab) for which recovery of charges shall be made as given in Appendix „D‟ to the tender documents.

25.1.2 ZONAL LABORATORY (FOR „B‟ LEVEL TESTS) :- The laboratory for material testing established by HQ CE Chandigarh Zone.

25.1.3 National Test House/Engineering College/SEMT Pune /Approved Govt Labs (excluding private lab but including any lab/private labs approved by NABL) (FOR „C‟ LEVEL TESTS): Any of the National Test House/Engg College/SEMT Pune /Approved Govt Labs nominated by the GE in writing for a particular contract and test.

25.2 Frequency of testing of materials and the charges for testing, if tested in Zonal Lab are given at Appendix „D‟. GE may order additional tests depending upon nature of work as required at site, for which no recovery shall be affected from the contractor‟s dues and only cost of materials, labour and their transportation shall be borne by the contractor.

25.3 No material will be incorporated in the work unless it has been tested, found fit and approved by the GE. 25.4 Levels „A‟ tests as described in Appendix „D‟ will be conducted in the site lab of contractor for which no charge will be

recovered as the same will be done at the cost of the contractor in his site lab. However, if the contractor does not carry out these tests, the tests shall be carried out in the Zonal lab or any other lab approved by the GE (excluding private lab but including any lab/private labs approved by NABL) and then charges for tests shall be recovered from contractor, in case these tests are carried out in Zonal Lab. Contractor shall employ a competent technical person for testing as approved by GE and asked such tests shall be carried out in the presence of Engineer-in-Charge by the technical person.

25.5 Level „B‟ tests as described in Appendix „D‟ will be conducted in Zonal Lab and charges for tests shall be recovered from contractor.

25.6 If any of the Level B tests cannot be conducted in Zonal Lab for whatsoever reason, the same will be got done under the arrangements of the contractor in a laboratory other than Zonal Lab approved by the GE (excluding private lab but including any lab/private labs approved by NABL) in writing and charges for the same shall be borne by the contractor. 25.7 The GE will lay down, in writing, the approved laboratory (excluding private lab but including any lab/private labs approved by NABL) for conduct of each of level „C‟ tests. The charges for „C‟ level tests (when tests have been carried out in SEMT Pune) shall be recovered from contractor as actual (where charges not given in Appx) or as given in Appendix „D‟, when these tests are carried out in SEMT Pune, recovery shall be made at the rates mentioned in Appendix „D‟ and when these tests are carried out in labs other than SEMT Pune, no recovery shall be made and charges as per actual shall be borne by the Contractor.

Page 26: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 28 SPECIAL CONDITIONS (Contd….)

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

conveyance of test cubes and other materials to be tested, to the laboratory directed by the GE. 25.9 The samples for the tests will be drawn by the GE in the presence of the contractor/his authorised representative. 25.9A Irrespective of whatever is mentioned here-in-before; private labs (but excluding any lab/private labs approved by NABL)

shall not be permitted even the lab approved by any Zonal Chief Engineer. 25.10 The lump sum amount quoted by the contractor shall also be deemed to include: -

[a] Expenses on account of testing in zonal lab and/or in pursuance of Para 25.1.1, 25.1.2, 25.4 & 25.5. [b] Expenses on account of testing in any laboratory approved by the GE in pursuance of paragraphs 25.1.3, 25.6,

25.7 & 25.8 above. 25.11 The Accepting officer may order independent testing for which expenditure will be borne by the Govt. The charges for the

independent testing will be borne by the contractor if test fails. 26. FORCE MAJEURE 26.1 Should any force majeure circumstances arise, each of the contracting party shall be excused for the non-fulfillment or for

the delayed fulfillment of any of its contractual obligations, if the affected party within 15 days of its occurrence informs the other party in writing.

26.2 Force majeure shall mean fires, floods, natural calamities or other acts such as war, turmoil, strikes (as not limited to

be establishment of the seller), sabotage, explosions, quarantine, restrictions beyond the control of either party. 26.3 It is under stood and agreed between the parties hereto that the rights and obligations of the parties shall be deemed to be

in suspension during the continuance of the force majeure event(s) as aforesaid and the said rights and obligations shall automatically revive upon the cessation of intervening force majeure event(s). The period within which the rights and obligations of the parties shall be in suspension due to the force majeure event(s) shall not be considered as a delay with respect to the period of delivery and/or acceptance of delivery under the contract or otherwise the determinant of either party.

27. Notwithstanding the provisions of the immediately foregoing clause(s), it is further understood and agreed between the parties hereto that in the event(s) of any force majeure persisting for an uninterrupted period exceeding 06 (six) months, either party hereto reserves the right to terminate this contract upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in this agreement of the goods received. 28. REIMBURSEMENT/REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO CONTRACT VALUE: (i) The rates quoted by the contractor shall be deemed to be inclusive of all taxes/cesses viz GST. Duties, Royalties, Cess & other levies payable under the respective Statutes, if any. No reimbursement /refund for variation in rates of taxes, duties, Royalties & other levies, and/or imposition/abolition of any new/existing taxes/cesses, duties, Royalties & other levies shall be made except as provided in sub Para (ii) here-in-after. (ii) (a) The taxes/cesses which are levied by Govt. at certain percentage rates of Contract Sum/Amount shall be termed as “taxes directly related to Contract value” such as GST, Labour Welfare Cess/tax and like as applicable but excluding Income Tax. The tendered rates shall be deemed to be inclusive of all “taxes directly related to Contract value” with existing percentage rates as prevailing on last due date for receipt of tenders. Any increase in percentage rates of “taxes directly related to Contract value” with reference to prevailing rates on last due date for receipt of tenders shall be reimbursed to the Contractor and any decrease in percentage rates of “taxes directly related to Contract value with reference to prevailing rates on last due date for receipt of tenders shall be refunded by the Contractor to the Govt. /deducted by the Govt. from any payments due to the Contractor. Similarly imposition of any new “taxes directly related to Contract value” after the last due date for receipt of tenders shall be reimbursed to the contractor and abolition of any “taxes directly related to Contract value” prevailing on last due date for receipt of tenders shall be refunded by the Contractor to the Govt. /deducted by the Govt. from the payments due to the Contractor. (b) 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 here to which he may be in a position to supply. The Contractors shall submit the other documentary proof/ information‟s as the GE may require. (c) The Contractor shall for the purpose of this condition keep such books of account and other documents as are necessary and shall allow inspections of the same by a duly, authorized representative of Govt. and shall further, at the request of the GE furnish, verified in such a manner as the GE may require, any documents so kept and such other information as the GE may require. (d) Reimbursement for increase in percentage rates/imposition of “taxes directly related to Contract value” shall be made only if the contractor necessarily & properly pays additional “taxes directly related to Contract value to the Govt. without getting the same adjusted against any tax liability or without getting the same refunded from the concerned Govt. Authority and submits documentary proof for the same as the GE may require. (SIGNATURE OF CONTRACTOR) AGE (CONTRACTS) DATED___________________ FOR ACCEPTING OFFICER

Page 27: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 29 PARTICULAR SPECIFICATIONS

1. GENERAL REQUIREMENTS 1.1 The General rules, special conditions and preambles to various parts given in MES Schedule Part-I (2009) & MES

Schedule of Rates Part-II (2010) shall be applicable to the works to be executed under this contract. Materials and workmanship required to be incorporated in these works and services shall be as given under “specifications and workmanship” in the various trade Sections of the MES Schedule 2009 duly modified by the particular specifications.

1.2 Particular specifications given hereinafter are only particularize, amendment or to emphasize the aforesaid specifications in the MES Schedule which are not repeated herein in these documents. 1.3 These particular specifications shall be read in conjunction with MES Schedule 2009 and relevant IS referred to therein. In case of any discrepancy, the provisions in these particular specifications shall take precedence. 1.4 Reference to some paragraphs of MES Schedule have been made in these particular specifications but other paragraphs and provisions as applicable are also to be followed i.e. reference to paras pertaining to general workmanship for brick work., iron and steel work etc. have not been made but provisions therein as required to the works shall be applicable and so on for other trade sections. 1.5 The term, “General specifications” referred to mentioned in IAFW-2249 and in other documents, means specifications including other provisions given in MES Schedule 2009. 1.6 Where specifications for any item of work are not given in MES Schedule or in these particular specifications. Specifications given in relevant Indian Standard Specifications or code of practice shall be followed. 1.7 Where specifications/provisions given in these particular specifications are at variance with the provisions/specifications given in MES Schedule, Specifications/ provisions given in these particular specifications shall be followed. 2. SCOPE OF WORK:- The works required to be carried out under this contract are broadly described in Schedule „A‟. 3 EARTH WORK 3.1. Blank. 3.2. EXCAVATION AND EARTH WORK 3.2.1. Excavation and earthwork involved under this contract shall be considered as excavation in hard / dense soil as

defined in MES Schedule. 3.2.2. In case timbering to excavation is required and specifically ordered by the GE in writing this shall be arranged by the

contractor without any extra cost to the department. 3.2.3. Bailing/pumping of water where required shall be carried out as described in Para 3.17 of MES Schedule 2009(Part-

I). The cost of such work as may be necessary shall be deemed to be included in the contractor's quoted rates. No additional payment as stipulated in Special Condition 3.11 of MES Schedule Part-II (2010) on this account will be admissible. In the event of deviation, no price adjustment shall be made for cost of bailing/pumping etc.

3.3. EARTH FILLING 3.3.1. Earth obtained from excavation and as approved by GE shall be used for filling around foundations, under floors and

other situations to make up levels and shall be watered and well rammed in layers not exceeding 25cm thick, use of vegetable soil/turf/peat in filling is prohibited.

3.3.2 Embankments and Traverses: Refer Sch „A‟ and Paras 3.22 of MES Schedule Part-I. 3.3.3. If any additional earth is required for filling, it shall be brought by the contractor from outside Ministry of Defence land

under his own arrangements. No payment will be admissible on this account. Earth brought from out side shall be got approved by the Engineer-in-charge.

3.4 REMOVAL OF SOIL 3.4.1 The surplus spoil obtained from excavation in respect of works under Schedule „A‟ shall be disposed off to a distance

as mentioned in respective part of schedule „A‟, from the site of excavation as directed by Engineer-in-charge, without any extra cost.

3.5 HARD CORE Unless otherwise specified, hard core shall be hard crushed stone / broken bricks and shall be of gauge not exceeding 63 mm all as specified under para 3.27 of MES Schedule –2009 (Part-I). Consolidation shall be done by well ramming and watering. The thickness of hard core shall be measured after consolidation. The thickness of hard core shown on drawing etc. shall be consolidated thickness.

3.5A BLANK 3.5B BLANK 3.A STONE MASONRY 3.A.1 Stone masonry shall be all as specified in Section 6 of SSR-2009 (Part-I) specifications. 4. CEMENT

(a) The cement shall not be issued under Schedule „B‟. Contractor shall procure the same under his own arrangement for the entire completion of the work. Provision of condition 10 of IAFW-2249 be read in conjunction with this clause. (b) The specifications and other provisions laid down vide section 4 Para 4.3 of MES Schedule, Part-I shall be read in conjunction with the provisions contained in the subsequent Paras here-in-after.

4.1.1 TYPE OF CEMENT: - The Cement shall be ordinary Portland cement grade 43 (IS-8112-1989) or Portland Pozzolana Cement [IS: 1489 – 1991). However for ready mixed concrete (RMC) as specified for reinforced cement concrete works here-in-after these tender documents, only ordinary Portland cement of grade 43 and 53 cement shall be used. Mixing of OPC & PPC shall not be allowed in a particular member of the structure or of any work. While using the PPC, following precautions/conditions shall be met with by the contractors at site:-

Page 28: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 30 PARTICULAR SPECIFICATIONS (Contd…)

[a] PPC shall meet the strength criteria of 43 Grade OPC as laid down in IS 8112 – 1989.

[b] The contractor shall submit following test certificate from the manufacturer of the cement for every batch of cement:-

[i] The quality of fly ash is strictly as per IS 1489 [Part – I] – 2002. [ii] Fly ash is inter-ground will clinker and not mixed with clinker.

[iii] Dry fly ash is transported in closed containers and stored in silos. Only pneumatic pumping shall be used. [iv] The fly ash is received from thermal power plant using high temperature combustion above 1000ºC should be used.

[v] The fly ash content in PPC shall not exceed 25% to ensure consistency. 4.1.2 SOURCE OF PROCUREMENT :- Cement shall be procured by the contractor under his own arrangement and at his

own cost from any of the main producers of cement .The list of main producer of cement is mentioned in Appendix „B‟. However where estimated requirements of cement is less than 1200 bags and in all term contracts, contractor can procure cement from the authorized distributors/ dealers of the approved firms but the contractor will have to submit test certificates of the batch issued by the main producers. The particulars of manufacturer of cement alongwith the date of manufacture shall be submitted by the contractor separately for every consignment of cement procured. Each consignment of cement procured by the contractor shall be recorded in the measurement book as “Not to be abstracted” and shall be supported with authentic original purchase vouchers highlighting the makes, batch Nos., quantity etc.

. 4.1.3 IDENTIFICATION: - Marking of each cement bag shall be as per relevant IS code. 4.1.4 SCHEDULE OF SUPPLY: - Schedule of supply of cement shall be finalized by Contractor with the GE and shall be

incorporated in CPM chart so that supply of cement is monitored in a way to avoid any delay in completion of the work. The complete requirement of cement will be worked out before making any RAR payment. Procurement of cement by the Contractor shall be completed sufficiently in advance of the date of completion. No extension of time will be considered for non-availability of cement. Every Cement godown shall be provided with two locks on each door. The key of one lock of each door shall remain with the Engineer-in-Charge or his representative and that of other lock with the Contractor or his authorized agent at site of work so that cement is removed from the godown only accordingly to the daily requirement with the knowledge of both the parties. Cement for purpose of accounting shall be on the basis of no. of bags. Minor variations in cement not more than 2% by weight of cement in a bag will be permissible for purpose of accounting of cement bags. However cement shall be incorporated in the work on actual weight basis where specified without any additional cost.

4.1.5 TESTING OF CEMENT: - The contractor shall submit the manufacturer‟s test certificate in Original along with the test sheet giving the result of each physical test as applicable and the chemical composition of the cement or authenticated copy thereof, duly signed by the manufacturer with each consignment. The Engineer-in-charge shall record these details in the Cement Acceptance Register as given at Appendix „E‟ after due verification. The GE shall also organize independent testing at random samples of every 250 MT of cement (if batch changes within 250 MT then testing of each batch has to be carried out from the labs ) as indicated under special condition No. 20 : TESTING OF MATERIALS as per IS: 3535-1986 (Method of Sampling Hydraulic Cement), IS: 4019 (Method of Physical test for Hydraulic Cement) and IS:4032-1985 (Method of chemical analysis of hydraulic Cement). In case cement test result does not fall with-in the acceptable limits, respective consignment of cement shall be rejected and shall be removed by the contractor within 24 hours from the site. The cost of tests shall be borne by the contractor irrespective of status of the results and no claim shall be/to be entertained on this account and clause of IAFW-2249 and provisions in this regard in Para 4.3 of SSR-2009 of MES Sch Part-I (Specifications) shall be deemed to be amended accordingly. Sample of cement from each consignment should be collected by the Engineer-In-Charge and GE in accordance with IS: 3535-1986.

4.1.6 STORAGE OF CEMENT: - The cement shall be stored over dry platform at least 20cm high and in such a manner as to prevent deterioration due to moisture or intrusion of foreign matter. In case of store rooms, the stack should be at least 20cm away from floors and walls. The stacking of cement shall not be more than 10 bags high. Inspection shall be carried out one a day by rep pf GE associated cement shall be segregated and stored separately with distinct identification. Not more than three months requirement should be procured and held in stock to avoid its deterioration.

4.1.7 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. Any consignment received at the work site shall be inspected by the GE along with relevant documents before acceptance. The Original Vouchers and the Test Certificate shall be defaced by the Engineer-in-Charge showing CA No., Year and dated signature and kept on record in the office of GE duly authenticated and with cross-reference to the Control number recorded in the Cement acceptance register. The cement acceptance register will be signed by JE (Civil), Engineer-in-Charge, GE and the Contractor or his rep. The Accepting Officer may order Board of officers for random check of cement and verification of connected documents. The entire quantity of all type of cement shall be suitably recorded in the measurement Book (Not to be abstracted) for record purposes before incorporation in the work and shall be signed by the Engineer-in-Charge and the Contractor.

Page 29: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 31 PARTICULAR SPECIFICATIONS (Contd…)

4.1.8 RECORD OF CONSUMPTION OF CEMENT :- For the purpose of keeping a record of cement used, the contractor

shall maintain a properly bound register serially numbered (all pages initialed against the numbering by the Engineer-In-charge) in the form approved by the Engineer-In-Charge showing daily quantity used in the work and balance in hand at the end of each day. The register shall be maintained with daily entries duly authenticated by the contractor or his authorized representative and the Engineer-In-Charge. Separate register shall be maintned for OPC & PPC indicating locations where the cement was used.

4.1.9 The register shall be kept at site in the safe custody of the contractor‟s rep and Engineer-In-Charge during the progress of the work and shall on demand be produced for verification to the inspecting officer.

4.1.10 On completion of the work, the contractor shall deposit the cement register with the Engineer-In-Charge for record. NOTES : 1. In case of any dispute relating to the interpretations arising out of the above-referred provisions, the decision of the

Accepting Officer shall be final, conclusive and binding. 2. The specifications and provisions here in before for cement shall be applicable for all works indicated in the scope of

this contract. 5. CEMENT CONCRETE 5.1 CEMENT: - Refer clause 4 and other sub clauses of Particular Specifications hereinbefore. 5.2 COARSE AND FINE AGGREGATE FOR CEMENT CONCRETE (PCC & RCC):- Refer Paras 4.4.1 to 4.4.7 of MES Schedule Part-I. 5.3 Unless otherwise specified coarse and fine aggregate for lime concrete shall be broken bricks as per Paras 4.5,

4.5.1, 4.5.2 & 4.5.3 of MES Schedule Part-I. The fine aggregate shall be natural sand as for cement concrete.

5.3.1 Grading of coarse aggregate (Broken/crushed stone) unless otherwise specified shall be as follows: - (i) For all reinforced/plain cement concrete of thickness up to 25 mm. or under

-12.5mm graded

(ii) For all reinforced cement concrete work over 25 mm thick -20 mm graded

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

-20 mm graded

(iv) -do- but 75 mm thick & over -40 mm graded 5.3.2 Grading of coarse aggregate for plain and reinforced cement concrete i.e., broken/crushed stone aggregate shall be

as per Para 4.4.7.1 of MES Schedule Part-I. Grading of broken brick aggregate for lime concrete shall be as per Para 4.5.3 of MES Schedule, Part-I.

5.3.3 Grading of fine aggregate (sand) shall be as per Para 4.4.7.2 of MES Schedule Part-I for grading Zone-III. Coarse aggregate up to 40 mm shall be machine-crushed stone and aggregate of size above 40 mm shall be manually broken or machine crushed at the option of contractor. Fine aggregate (sand) shall be obtained from natural source.

5.4 WATER PROOFING COMPOUND :- Refer clause 4.8 of MES Schedule Part-I. 5.5 WATER :- Refer clause 4.9, 4.9.2 of MES Schedule Part-I. 5.6 MIX OR GRADE OF CEMENT CONCRETE :- Mix or grade of concrete in various locations shall be as specified

under relevant items of Sch „A‟. In case the same is not specified in Sch „A‟ or in these particular specifications, the same shall be M-25 (Design mix) for RCC and PCC 1:2:4 (using graded stone aggregate) for plane cement concrete.

5.7 WORKABILITY OF CONCRETE :- Refer to Para 4.11.4 of MES Schedule Part-I. 5.8 MIXING OF CONCRETE :- Refer to Para 4.11.5 and 4.11.5.1 of MES Schedule Part-I. For design mix concrete,

contractor shall arrange weigh batches digital type and hopper type mixer. The capacity of automatic weigh batching plant shall not be less than 04 cubic metre per hour.

5.9 FORM WORK 5.9.1 Refer to Paras 4.11.6.1 to 4.11.6.5 and 7.15 of MES Schedule Part-I. Unless otherwise specified, the form work for

the concrete surfaces specified to be finished with rendering shall be for rough finished surfaces and for other surfaces, the form work shall be for fair finished surfaces.

5.9.2 Form work shall be of steel, timber or plywood of adequate strength, at the option of the contractor. In case of any deviation involving form work to surfaces exposed to view, the pricing shall be done at the rate of timber form work for fair finish and in case unexposed concrete surfaces, the pricing shall be at the rates of timber form work, for rough finish.

5.10 IMPORTANT REQUIREMENTS OF RCC 5.10.1 Contractor shall provide all facilities such as material and labour, tools/equipment‟s for molding, casting and

conveyance of test cubes of concrete of grade M-25 (Design Mix) for testing in site lab as per details given in appendix „D‟. Testing charges shall be recovered as per details given in Appendix „D‟ and as clarified in special conditions.

5.10.2 The minimum quantity of cement for RCC M-25 (Design Mix) and PCC M-25 (Design Mix) shall be 365 Kg/Cum. It shall be noted that no price adjustment shall be made if the cement content for the design mix works out to more than minimum quantity of cement specified here-in-above.

Page 30: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 32 PARTICULAR SPECIFICATIONS (Contd.…)

5.10.3 The contractor shall get the design mix carried out from any of the testing agency mentioned for „C‟ level tests as mentioned in special conditions hereinbefore and cost thereof shall be deemed to be included in the unit rates quoted by the contractor against relevant items/Schedule. The design mix calculation shall be got approved form GE before incorporation in the work.

5.11 BLANK 5.12 TRANSPORTATION OF CONCRETE: - Refer Para 4.11.9 of MES Schedule, Part-I. 5.13 PLACING OF CONCRETE: - Refer Para 4.11.10 to 4.11.10.3 of SSR, Part-I. 5.14 COMPACTION OF CONCRETE: - Refer to Para 4.11.11 & 4.11.11.1 of MES Schedule Part-I.

Consolidation/compaction of concrete shall be done with approved mechanical vibrators except in locations where rodding and tamping is permitted by Engineer-in-charge.

5.15 CURING OF CONCRETE: Refer Para 4.11.13 of MES Schedule, Part-I. 5.16 PROTECTION, INSPECTION & FINISHING TO EXPOSED SURFACES OF CONCRETE: - Refer Para 4.11.14,

4.11.15 & 4.11.16 of MES Schedule Part-I. 5.16.1 Unless otherwise specified, exposed soffits of RCC floors/RCC slabs, soffits and sides of slab/beam, parapet and

staircase, soffits and sides of shelves, RCC fascia, RCC parapet, chajja and cantilevers etc. which are not continuous with adjoining plastered surface will be finished with a thin layer of 5 mm thick plaster in cement mortar (1:3) and finished fair and even without using extra cement after removal of form work.

5.16.2 Exposed surface of columns, beams, lintels, bands and similar items which are continuous with plastered surfaces of walls shall be plastered in the manner as that for adjoining walls plastering.

5.16.3 Unless otherwise specified, exposed surface of columns, beams, lintels, bands and similar items which are not covered under clause 4.15.1 & 4.15.2 above shall be finished with a thin layer of 5 mm thick plaster in cement mortar (1:3) and finished fair and even without using extra cement after removal of form work.

5.16.4 Exposed surface of concrete shall be roughened with wire brushes and hacked cut closely for making key for plaster

before the application as described above. 5.16.5 If thickness of plaster in cement mortar (1:3) as specified above is required to be increased in excess of 5 mm to

achieve fair and even surfaces, it shall be provided by the contractor without any extra cost to Government and the same shall be deemed to have been included in the unit rates amount quoted by the contractor against relevant items.

5.17. SAMPLING AND STRENGTH TEST :- Refer clause 15 on page 29 of IS: 456-2000. Tests on cubes for „Compressive Strength Test‟ at 7 days shall also be carried out.

5.18 ACCEPTANCE CRITERIA :- Refer clause 16 on page 29 of IS: 456-2000. 5.19 INSPECTION AND TESTING OF STRUCTURES :- Refer Clause 17 on page 16 & 19 of IS:456-2000. 5.20 CONCRETE COVER TO REINFORCEMENT: - Concrete cover to reinforcement shall be provided as per IS-456-

2000. Irrespective of whatever is mentioned on drawings and elsewhere in tender documents 5.21 THROATING WEATHERING 5.21.1 Throating of projection of RCC/PCC beyond external faces of the walls and where chajjas are not provided with down

ward fascia shall be provided while casting the concrete by planting fillet/bar of 12 mm diameter in the form work and of smooth finish. The surface of throating shall be of smooth finished without any plaster. Unit rates quoted shall be deemed to include for the above.

5.22 CONCRETE PADDING :- Where the required height of walls, opening is not obtained with adequate size of bricks, the same shall be obtained by providing PCC (1:3:6) Type C-1 at no extra cost to the Govt.

6. BRICK WORK 6.1 BRICKS : Refer clause 5.6.1 to 5.6.8 of MES Schedule Part-I. 6.1.1 ClASS DESIGNATION : Irrespective of whatever is mentioned elsewhere in the tender documents and indicated on

the drawings, bricks shall be of class designation 10 all as per IS-1077-1922. The contractor may use non modular bricks irrespective of what is given in forward Note No. 5 of IS-1077-1992 regarding relaxation of four years for use of non modular bricks. For the purpose of pricing of the brick work including deviations related to the brick work, rates given in MES Schedule Part II for “sub class „B‟ old size bricks of class designation 100 (i.e. sub class „B‟ old size bricks of minimum compressive strength 100Kg/sq.cm)” shall be applicable for bricks of class designation 10 as per IS-1077-1992.

NOTE : For pricing the deviation related to the brick work, the percentage specified for pricing deviations or contractor‟s

quoted percentage (as applicable) against the relevant section/part of Sch „A‟ shal also be applicable all as per the provisions contained condition 62 of IAFW-2249

6.1.2 TESTING : Testing of bricks shall be carried out as per IS-3495 (Para 1 to 4) of 1992. 6.1.3 GENERAL QUALITY: Bricks shall be free from cracks, flaws and nodules of free lime, uniform in colour, smooth

rectangular faces with sharp corners. 6.1.4 DIMEMSIONS AND TOLERANCE : Dimensions and tolerance shall be as specified in clause 5.6.4 of MES

Sch Part I. The permissible tolerance on the dimensions of the bricks shall be as per IS: 1077-1992. 6.1.5 COMPRESSIVE STRENGTH : Minimum compressive strength of any one brick shall not be less than

100 kg / sq.cm 6.1.6 WATER ABSORPTION : Not more that 20% by weight. 6.1.7 EFFLORESCENCE : Not more than moderate.

Page 31: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 33 PARTICULAR SPECIFICATIONS (Contd.…)

7. STEEL, IRON & ALUMINIUM WORK 7.1 Entire steel required for use in the work shall be arranged by the contractor and shall comply with the requirements of

following specifications (Test certificate shall be produced as „specified‟ in succeeding Paras) :-

(i) Structural Steel : Standard quality Fe-410-S Conforming to IS:2062/STANDARD QUALITY Fe 410-W conforming to IS:2062. [ However for pricing of deviations, rates given in SSR for Fe-410-S grade shall be followed]

(ii) MS round Bars for reinforcement : IS:432 (Part-I) (1982) Grade-I for bars

(iii) Hold Fasts, grills, guard bars, fencing posts, railing, gates etc which do not constitute structural members

: Fe-310-0 (Steel conforming to IS:1977) unless otherwise specified or shown on the drawings.

(iv) High strength deformed steel bars produced by TMT process

: Fe-500 Conforming to IS : 1786-1985

NOTE : Where-ever in the drawings, for the reinforcement HYSD-415 grade bars/deformed bars/twisted bars/high strength deformed bars/TMT bars Fe-415 grade/mild steel round bars 8mm dia and above are shown, in lieu of above type of bars, high strength deformed steel bars produced by TMT process Fe-500 conforming to IS-1786-1985 (equal to diameter shown on drawings) shall be provided.

7.2 GALVANISED STEEL SHEETS : Galvanised steel sheets (plain or corrugated) shall be conforming to IS:277 and

fabric reinforcement shall be conforming to IS : 1566. 7.3 FABRIC REINFORCEMENT: - Hard drawn steel wire fabric where shown as reinforcement shall conform to IS: 1566.

Wire fabric for general use such as fencing, window grills etc. shall conform to IS: 4948 all as per MES Schedule Part-I clause 10.33. The weight of expanded metal shall be 4-kg/square metre.

7.4 STRUCTURAL STEEL WORK : Structural steel work in various sections shall be all as specified. 7.5 PROCUREMENT, TESTING, DOCUMENTATION, STORAGE & SUPPLY ETC STEEL AND IRON WORK 7.5.1 GENERAL 7.5.1.1 Steel shall not be issued under Schedule “B”. Contractor shall purchase the same from any of sources mentioned

hereinafter for entire completion of work. 7.5.1.2 Reinforcement steel shall be high strength deformed steel bars produced by Thermo Mechanical Treatment Process [TMT steel bars of grade Fe-500] meeting all other requirements of IS: 1786. 7.5.1.3 The ordinary quality or standard quality of steel shall be used at places as defined in Para 10.4.1, 10.4.2, 10.4.3,

10.4.4 & 10.4.5 of MES Schedule Part-I, unless otherwise shown on the drawings. 7.6 PROCUREMENT 7.6.1 TMT Steel bar manufactured by SAIL/RINL/TISCO/Other primary producer approved by E-in-C‟s Branch shall be

procured directly from the manufacture of the work. The list of primary producer of TMT Steel bar is enclosed as per Appx „B‟.

7.6.2 Structural steel, section shall be procured from SAIL/RINL/TISCO/other primary producers as approved by E-in-C‟s Branch. In case of non availability of structural steel, can be procured from approved secondary producer with a 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 procured from approved secondary producers.

NOTE: Reinforcement steel of grade Fe-500/Fe-500d/Fe-550/Fe-550d only manufactured by SAIL/RINL/TISCO/other approved primary producers shall be permited for use in work and steel shall be procured from main producer of steel.

7.6.3 BLANK

Page 32: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 34 PARTICULAR SPECIFICATIONS (Contd.…)

7.6.4 GALVANISED IRON SHEETS & FABRIC REINFORCEMENT FOR CONCRETE: These shall be procured directly

from main producers/BIS marked manufacturers without any price adjustment. 7.6.5 Steel sections for railings, gates, fencing, guard bars, grills, steel chowkats, holdfasts etc which do not constitute

structural members can be procured from main producers/approved secondary producers/BIS marked manufacturer or their authorized dealers without any price adjustment.

7.6.6 Reinforcement steel, structural steel and galvanized sheets and fabric reinforcement for concrete can be procured from authorized dealers of main producers in case the total requirement of steel is less than 5 tonnes. 7.6.7 BLANK 7.6.8 All finished steel shall be well and clearly rolled to the dimensions, sections, and weight specified. The finished

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

7.6.9 Tolerance in size and weight of reinforcement bars shall not be more than specified in clauses 10.17.4 & 10.17.5 of SSR Part-I.

7.6.7 TESTING OF MATERIALS 7.6.7.1 The contractor shall submit the manufacturers test certificate in original along with the test sheet giving the result of

each mechanical test as applicable and the chemical composition of the steel or authenticated copy there of duly signed by the manufacturer with each consignment. The Engineer-in-Charge shall record these details in the Steel Acceptance Register, as given in appendix „F‟ after due verification. The GE shall also organize independent testing of random samples of steel drawn from each and every lot from a National Test House, SEMT CME, Regional Research Labs, Government approved Labs, Zonal Labs, with following frequency :-

NOTES:- 1. For various tests acceptance criteria, tolerance etc refer to appendix „F‟ and relevant BIS Codes. 2. Testing by the GE as per above frequency is mandatory before payment is released to the contractor or steel is

incorporated in the work. However, tests will not be insisted upon for the steel required for guard bars, holdfasts, grills, and such other allied items. Any items of steel, not meeting the requirements, shall be rejected and the particular consignment removed from the site by the contractor at his own cost. The contractor shall have no claim on this account. Cost of tests and test samples, transportation and other overheads as per above frequency shall be borne by the contractor irrespective of test results.

3. The GE may also increase frequency and number of samples/tests for his satisfaction. The cost of these additional tests shall be governed as per condition 10(A) of IAFW-2249. However cost of samples, transportation and other overheads shall be borne by the contractor irrespective of the test results.

7.6.8 DOCUMENTATION: - Steel Acceptance Register and Measurement Book for steel (for record purposes and not to

be abstracted) shall be maintained by the Engineer-in-Charge. The contractor shall submit original machine numbered receipted paid vouchers from the manufacturer for the total quantity of steel supplied under each consignment to be incorporated in the work.. GE shall inspect all consignments received at the work site along with

Srl No.

Nominal Size Steel for Concrete Reinforcement

Quantity

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

2. Bars size10 mm to 16 mm 1 sample (3 specimens) for each test for every 35 tonne of steel or part thereof.

3. Bars size over16 mm 1 sample (3 specimens) for each test for every 45 tonne of steel or part thereof.

STRUCTURAL STEEL

4. Tensile Test 1 test for every 25 tonne of steel or part thereof.

5. Bend Test 1 test for every 10 tonne of steel or part thereof.

Page 33: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 35 PARTICULAR SPECIFICATIONS (Contd.…)

the relevant documents before acceptance. The original vouchers and the Test Certificates shall be defaced by the Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross-reference to the Control No. recorded in the steel Acceptance Register. JE (Civil)/SUPDT B/R Gde-I, Engineer-in-charge, GE and contractor, will sign the steel acceptance register. The entire quantity of all steel items shall also be suitably recorded in the measurement book for record purpose as „Not be abstracted‟, before incorporation in the work and shall be signed by the Engineer-in-Charge. The accepting officer may order a board of officers for random check of steel and verification of connected documents.

7.7 STEEL IN COILS ETC. 7.7.1 Any bar of any diameter for reinforcement may be procured in round bundles or rolls and the cost of straightening the same shall be borne by the contractor. When bars are procured in bundles the lengths of each bundle shall be worked out on the basis of unit weight predetermined by the GE by getting suitable length (not less than 3 metre) out of each consignment(s) received getting it straightened length measured and weighed in presence of contractor‟s accredited representative. The length and the weight(s) shall be recorded from which unit weight (of bars worked out on the basis of unit weight determined as above shall form the basis for the purposes of calculating quantity of steel used/to be used in the work and taking payment of material lying at site. However if the unit weight works out more than the unit weight given in MES Schedule then unit weight given in MES Schedule shall be followed for computing weight of steel for the purpose of making payment of steel lying at site.

7.8 STORAGE 7.8.1 Steel of different sizes shall be stacked separately. For each classification of steel, separate areas shall be marked. Steel shall be marked with distinct painting. 7.8.2 All steel shall be stored in such a manner so that it is always at least 15 cm above the GL. Steel shall be stored in a

manner so as to prevent distortion and corrosion. Any section that have deteriorated and corroded or if considered defective by Engineer-in-Charge shall not be used in the work and shall be removed from site by contractor without any extra cost. It will be the responsibility of the contractor to make sure that all possible arrangements are made for the safe custody of the steel. In case of any loss of steel only contractor will be responsible and the loss will/shall be made good without any delay or claim whatsoever.

7.9 SCHEDULING OF SUPPLY 7.9.1 Schedule of supply of steel shall be finalized by contractor with GE and shall be incorporated in CPM chart so that

supply of steel is monitored in a way to avoid any delay in completion of the work. 7.9.2 The complete requirement of steel of various sizes will be worked out before making any RAR payment and

procurement of steel by the contractor will be completed sufficiently in advance of the date of completion. No extension of time will be considered for non-availability of any section of steel.

7.10 WELDING : GENERAL :- Welding wherever shown on drawings shall be done by metal arc process in accordance

with IS-816 and IS:823, unless specifically indicated otherwise on drawings. Running welding shall be done unless otherwise specified.

7.11 Frame/chowkats of doors shall be as specified in Sch „A‟, factory made as approved by Engineer-in-Charge. Also refer paras 10.27.1 to 10.27.3 of SSR 2009(Part-I). These shall be procured from the sources mentioned in Appx „C‟.

7.12 STEEL WINDOWS/VENTILATOR 7.12.1 It shall be factory made, all as specified in Sch „A‟ & shown on drawings. These shall be of approved make as per

Appendix „C‟. The contractor shall get the sample approved from the GE before placing the order. These shall be painted with two coats of synthetic enamel paint over a coat of red oxide primer.

8.& 9. Blank 10. BUILDER‟S HARD WARE 10.1 Unless otherwise specified in Schedule „A‟, all articles of builder‟s hardware(other than for steel windows and

vents) except butt hinges shall be of mild steel stove enameled black or of aluminium anodized as specified in Sch „A‟, sizes shall be as given in Schedule „A‟.

10.2 All articles of iron mongary shall be of approved manufactures conforming to the samples kept in the office of the GE and relevant IS and as specified in SSR 2009 (Part-I).

10.3 Refer para 9.7.2 of MES Schedule Part I. Butt hinges shall bear IS-1341 and shall be cold rolled mild steel of medium weight.

10.3.1 Barrel tower bolts:- refer para 9.3 of MES Schedule Part I. 10.3.2 Bow handle: Refer Para 9.11 & 9.11.1 of MES Schedule Part-I. 10.3.3 Sliding door bolts:- Refer Para 9.5 of MES Schedule Part I. Diameter of bolt shall not be less than 12mm 10.3.4 Wire cloth: Refer Para 9.25 of MES Schedule Part-I 11 ROOF COVERING & WATER PROOFING TO ROOF : Refer Section 11 of MES SSR Part 1. 12. FLOORING12.1 Generally:- Floors of various type shall be provided as described in Schedule „A‟ and as described in respective clauses of Section 13 of SSR part I.

Page 34: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 36 PARTICULAR SPECIFICATIONS (Contd.…)

12.2 Finishing (wearing coat) layer of the floor shall be extended over dwarf walls, doors and other openings. 13.3 Cement concrete shall be laid in accordance with relevant IS specifications to ensure that there is maximum bond

between the topping and base to avoid warping of finished surfaces. 12.4 Exposed surface of floor shall be finished even and smooth or fair or even as described in Schedule „A‟. 12.5 PCC floor shall be divided into bays each not exceeding 2.0 meter in length and width and also the length shall not

be 1.5 times the width. 12.6 Exposed edges of floor shall be finished to match the top. 12.7 NON SKID CERAMIC TILES AS IN FLOORS & SKIRTING AND GLAZED CERAMIC TILE IN DADO 12.7.1 Non skid ceramic tiles shall conform to IS: 13712-1993 and glazed ceramic tiles shall be conforming to relevant I.S.

Tiles shall be coloured and of shade as approved by the GE. The tiles shall be of 1st quality and of makes as mentioned in Schedule „A‟.

12.7.2 The tiles shall be laid over screed/bedding as mentioned in Schedule „A‟. The tiles shall be laid as specified in clause 13.40.1 to 13.40.2 of MES Schedule Part-I.

12.8 KOTA STONE FLOORING 12.8.1 Quality of Kota green stone shall be as per clause 13.47.1 of MES Standard Schedule Part-I. Dressing of stone shall

be done as per clause 13.47.2. 12.8.2 Kota stone green stone shall be laid in clause 13.47.3 of MES Schedule Part-I. 12.8.3 CURING, POLISHING AND FINISHING :- Refer clause 13.47.4 of MES Schedule Part-I. However the

finishing/polishing of the floor shall be to achieve granite finish. 12.8.4 GRANITE POLISH TO KOTA STONE AND MARBLE FLOORING Thel specifications for granite finish of Marble/Kota stone flooring shall be as under :-

To have a granite type finish of Marble/Kota stone flooring 7 cutting method is to be used. Grit blocks of 0.1,2,2 ½, 3,4,5 and 6 number shall be used for this finish. Water shall be used as lubricant during cutting operations. The first four operations known as cutting and grinding while the next three operations are for polishing of floors. After the first cutting, wash the surface thoroughly and cover it with cement grout of appropriate colour to fill pinholes appearing after first cutting. Cure it for three days and then allow second cutting. Apply the repair again after the second cutting. Further cutting shall be done if pinholes are still noticed.The qouted rates in Schedule‟A‟ shall deem to include these aspects and nothing extra shall be admissible on this account.

12A. TERRAZZO TILES / CHEQUERED AND PLAIN CEMENT CONCRETE TILES Refer clauses 13.16, 13.16.1 of MES Schedule Part-I. These shall be factory made, as per IS-1237-1980, ISI marked of make mentioned in Appendix.

12.9 MARBLE FLOORING 12.9.1 Marble stone shall be as per clause 13.39.6 of MES Schedule Part-I and shall be laid as described in Schedule „A‟ &

clause 13.47.3 of SSR Part-I. Curing, polishing and finishing shall be carried out as specified in clause 13.47.4 of SSR Part-I. The polishing shall be carried out to achieve mirror finish.

13. PLASTERING AND POINTING: 13.1 The external and internal plaster shall be returned in jambs of the opening upto frame and taken around the

projection. Mix of mortar shall be as specified in Schedule „A‟. 14. FINISHES 14.1 White washing:- All lime wash shall be in three coats unless otherwise specified in Schedule „A‟. 14.2. Material and workmanship:- Refer Para 15.2, 15.12.1, 15.12.3 and 15.12.5. of MES Schedule Part-I. 14.3 OIL EMULSION DISTEMPERING :- For material and workmanship : Refer Paras 15.6, 15.14, 15.14.1 to 15.14.5.3

of MES Schedule Part-I. 14.4 CEMENT BASE PAINTING 14.4.1 Refer clauses 15.7 and 15.15 of SSR Part-I 15 GLAZING 15.1 Refer section 16 of MES Schedule Part I for material and workmanship. Also refer Paras16.9 and 16.10 of MES

Schedule Part I for glazing with oil putty in wood and steel surrounds respectively. 16 PAINTING: 16.1 Paints and allied material:- Refer para 17.2 of MES Schedule Part I. 16.2 Painting work generally:- Refer para 17.3 of MES Schedule part I. 16.3 Painting to steel and iron surfaces and to wood and wood surfaces: Refer para 17.6 and 17.8 of MES Schedule Part

I. 16.4 Paints:- (a) All paints unless otherwise specified shall be synthetic enamel paint and shall be of following brands:-

(a) Dulux of ICI Ltd. (ii) Apcolite of Asian paints. (iii) Superlac of Shalimar paint (iv) Nerolac of goodloss Nerolac paints Ltd.

Page 35: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 37

PARTICULAR SPECIFICATIONS (Contd.…) (v) Brolac of Johnson and Nicolson Paints Ltd. (b) The contractor shall inform the GE within three weeks from acceptance of the tender, the name of

manufacturer of paint proposed to be used in the works and submit samples thereof to obtain prior written approval of GE before their use in work.

(a) Paints used in the work shall be of Ist quality. (b) The GE shall ensure that that paints used are actually those that have been approved by him. (c) Paints for priming coat and other two coats shall be of the same manufacturer. (d) Tint of paint shall be as approved by the GE.

16.5 Coal tar painting- Iron and steel surfaces in contact with or embedded in masonary shall be treated with two coats of coal tar paint confirming to IS 290 of 1961.

17. SANITARY APPLIANCES AND FITTINGS, PLUMBING WORK AND INTERNAL WATER SUPPLY WORK 17.1 GENERAL : Refer Para 18.32.1 and 18.32.1.1 of MES Schedule Part I. All sanitary appliances shall be vitreous china

first quality and shall confirm to IS-2556 for General requirements and specific requirements as mentioned in relevant clause of MES Schedule. The sanitary fittings shall be of white colour unless otherwise machined in Sch „A‟.

17.2 Flush pipe and socket of flushing rim of WC shall be jointed with white and read lead cement (white and red lead in equal portion by weight) and linseed oil added to form paste.

17.3 „P‟ or „S‟ trap shall be jointed to WC pan with cement joints as specified in clause 18.48.5 of MES Schedule 17.4 WATER CLOSET PEDESTAL PATTERN: Shall be consisting of the following : -

(i) Water closet wash down pattern of height 41 cm (Pattern II) with vitreous china with „S‟ trap in ground floor and „P‟ trap in intermediate floors all as per IS-2556 (Part-II 1981). (ii) Plastic seat and cover with flat underside solid moulding closed form pattern with cover shall be as per IS:2548 (Part-I). Seat and cover shall be provided with chromium-plated hinges and nuts.

17.5 TOILET PAPER HOLDER: The toilet paper holder shall be 150mm 50mm recessed roll type as per catalogue No. 42.008 of Hindustan Sanitary ware and fixed all as directed with brass screws chromium plated.

17.6 FLUSHING CISTERN - Refer Para 18.34 of MES Schedule Part-I. 17.7 WASH HAND BASIN - Refer Paras 18.32.5, 18.89 and 18.89.1 of MES Schedule Part-I and as indicated in

relevant items of Sch „A‟. 17.8 STEEL TUBING/PIPE 17.8.1 All steel water tubing shall be galvanized (screwed and socketed), medium grade and of make JINDAL/

SURYA/TATA. 17.8.2 All water supply fittings such as unions, sockets, tee, elbows, bends etc shall be GI medium grade ISI marked. 17.8.3 Stop valves, bib cocks, ball valves shall be as specified in Sch „A”. 17.8.4 All shower roses shall be swivel type heavy duty. 17.9 WORKMANSHIP FOR STEEL TUBING/PIPE 17.9.1 The Contractor shall use proper bends/elbows/tees at turning/ corners. Bending of pipe is not permitted 17.9.2 Pipe shall not run diagonally. 17.9.3 Unions shall be provided at appropriate places as directed by the Engineer-in-Charge so that in repairs etc, long

lengths of pipes are not to be taken down out 17.9.4 Contractor shall provide screwed plugs to all open ends of pipes on completion of day- work without any extra

cost to the deptt. 17.9.5 The run of pipes shall be straight. All the pipes where specified in Sch „A‟ and directed inside the buildings shall be

embedded in walls/floors. Pipes fixed in chases shall be secured with approved hooks at about 1.50 metres intervals. However in the case of pipe embedded in the floor etc, the pipe hooks need not be provided.

17.9.6 As far as possible, pipes shall be fixed in shafts (where applicable) in such a way so that they do not give any ugly appearance.

17.9.7 Proper union‟s sockets shall be provided in rising/delivery main to and from service tank before or after the stop valve without any extra cost to the department.

17.9.8 All concealed water tubing shall be coated with bituminous paint before filling the chases and the rates quoted shall be deemed to have been included for this provision.

17.10. PIPES AND FITTINGS (PLUMBING WORK) 17.10.1 Detailed layout shall be marked on the walls in colour chalk and approved by the GE, before execution of work. 17.10.2 All soil waste vents and anti syphonage pipe shall be cast iron spigot and socket sand cast pipes shall bear ISI

certification mark with IS 1729. Fitting & accessories shall also conform to IS 1729. All joints except in vent pipe shall be with lead caulked joints. The pipes and fittings shall either without ears. All other specifications regarding materials and workmanship shall be as per clause 18.23 of MES Sch 2009 (Part I. All the pipes shall be at least 25mm away from external face of wall.

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

17.10.4 Soil pipes shall be taken 15cm below ground level and embedded with duck foot bend.

Page 36: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 38

PARTICULAR SPECIFICATIONS (Contd.…) 17.10.5 Soil drainpipes from duck foot bend shall be of cast iron upto first manhole and waste pipe from gully traps shall be

glazed stoneware pipes grade „A‟ 150mm dia conforming to IS upto first manhole. 17.10.6 The waste pipe shall be taken upto 15cm below plinth protection level and provided with duck foot bend in gully trap. 17.11 FLOOR TRAP Floor Trap shall bear ISI certification mark with IS-3989 and shall be of cast iron with chromium

plated steel grating, round shape, 125mm dia (without hinge )and outlet with normal dia metre of 75mm and shall be provided at the situations in lieu of Nahani trap where ever shown/specified on drawings. To avoid any joint in the external walls floor Trap with long neck shall be provided.

17.11.1 Weight of jointing materials of cast iron pipes shall be as under:-

Srl No Dia (bore of pipe/fittings) Spun Yarn/jute per joint Pig lead per joint

(i) 100mm 0.04 Kg 1.30 Kg

(ii) 75mm 0.03 Kg 1.00 Kg

In case quantity of lead and spun yarn/jute mentioned above is insufficient or it cannot be accommodated in joints, the variation of a quantity of lead specified above and actually provided in joint shall be regularized through deviation order.

18. BLANK 19. DEMOLITION/DISMANTLING : Where applicable Demolition/Dismantling shall be carried out carefully as described

under section 21 of MES Schedule Part-I ( 2009 ) to the extent ordered by Engineer-in-Charge. All precautions shall be taken prior to and during dismantling and demolition as described in clause 21.5 & 21.6 of MES Schedule. Unserviceable materials shall be disposed off as directed by Engineer-in-Charge. Debris shall be removed at the earliest to ensure safe and adequate working space. Any damage caused to the structure being dismantled/demolished in part and/or adjacent structure due to carelessness and negligence of contractor‟s workmen shall be made good by him at his own expense.

20. The workmanship and other specifications of the work not covered above shall be as specified in the relevant Para of

MES Schedule or otherwise if the same is not available in SSR, then the same shall be at par with the relevant latest Indian standards and as described in Sch „A‟ and to the entire satisfaction of Engineer-in-Charge / GE.

____________________________ SIGNATURE OF CONTRACTOR AGE (CONTRACTS) FOR ACCEPTING OFFICER

Page 37: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 39 to 84

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

MEASUREMENT CONTRACTS (IAFW-1779 & 1779A)/ LUMP SUM CONTRACTS (IAFW-2159)

A copy of the MES GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: PRINT-1989) with Errata and Amendments has been supplied to me/us and is in my/our possession. I/We have read and understood the provisions contained in the aforesaid GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree that I/We shall abide by the terms and conditions thereof. It is hereby further agreed and declared by me/us that the MES General Conditions of contracts (IAFW-2249: Print-1989) including Condition 70 thereof pertaining to settlement of disputes by Arbitration, containing 33 pages (Serial page Nos. 39 to 71) with errata 1 to 20 and amendment Nos. 1 to 48 (Serial Page Nos. 72 to 84) form part of these tender documents. ……………………………….. AGE (Contracts) (Signature of the Contractor) For Accepting Officer Note: “MES GENERAL CONDITIONS OF CONTRACTS (IAFW-2249: PRINT-1989) with Errata and Amendments” referred to above is available for reference in the Office of Accepting Officer. _________________________________________________________________________________________ CA NO: GEK-41/2019-20 SRL PAGE NO. 85 to 94

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the “Schedule of Minimum Fair Wages” (SMFW) as published vide Government of India Notification dated 10 Mar 1992 (Revised upto date) forms part of these tender documents. My/Our signature hereunder amounts to my/our having read and understood the provisions contained therein and I/We agree that I/We shall abide by the same and that aforesaid documents form part of this tender. ……………………………….. AGE (Contracts) (Signature of the Contractor) For Accepting Officer Note: “Schedule of Minimum Fair Wages” referred to above is available for reference in the Office of Accepting Officer.

Page 38: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 95

APPENDIX „A-1‟ LIST OF MATERIALS HAVING ISI CERTIFICATION MARKING

Ser No.

NAME OF MATERIALS RELEVANT IS

1 2 3

1. CONCRETE (a) Integral cement water proofing compound.

(b) Plywood for concrete shuttering work. 2645 4990

2. JOINERY

(a) Wooden flush door shutters, solid core type, ply wood face panels (Sixth Revision) (b) Wooden flush door shutters, solid core type, ply wood face panels and hard board panels (Third Revision)

2202 (Part-1) 2202 (Part-2)

3. BUILDERS HARD WARE

(a) Steel butt hinges. (b) Non–ferrous metal butt hinges. (c) Ferrous tower bolts. (d) Non-ferrous tower bolts. (e) Door handles. (f) Parliament hinges. (g) Hydraulically operated door closures. (h) Continuous (piano) hinges. (i) Non-Ferrous metal sliding door bolts. (j) Tee and strap hinges. (k) Mild steel sliding door bolts.

1341 205 204 (Part-1) 204 (Part-2) 208 362 3564 3818 2681 206 281

4. ROOF COVERINGS

Bitumen felts for water proofing and damp proofing 1322

5. CEILING AND LINING

(a) Ply wood for general purpose. (b) Block boards. (c) Veneered decorative plywood. (d) Marine plywood. (e) Fiber hard boards. (f) Veneered Particle Board (Exterior Grade) (g) Decorative thermo setting synthetic resin bonded laminated sheets

373 1659 1328 710 1658 3097 2046

6. FLOORING

(a) White Portland cement (b) Cement Concrete flooring tiles

8042 1237

7. WATER SUPPLY, PLUMBING, DRAINS & SANITARY APPLIANCES

(a) Concrete pipes (with and without reinforcement) 458 (b) Flushing Cistern for WC and urinals. (c) PVC flushing cistern. (d) Cast copper alloy screw down bib tap and stop valves for water services. (e) Galvanized mild steel tube (f) Galvanized mild steel tube fittings (g) Centrifugally cast (Spun) Iron spigot and socket; soil, waste and vent pipes, fittings and accessories. (h) Ball valves (Horizontal plunger type) including floats for water supply purposes. (j) Cast iron manhole covers and frames. (k) AC pressure pipes. (l) Automatic flushing cistern.

774 7231 781 1239(Part-1) 1239(Part-2) 3989 1703 1726 1592 2326

Page 39: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 96 APPENDIX „A-1‟

LIST OF MATERIALS HAVING ISI CERTIFICATION MARKING (Contd…) (m) Vitreous China ware appliances:-

(i) General requirements. (ii) Wash down water closet. (iii) Squatting pans. (iv) Wash hand basin. (v) Laboratory sinks. (vi) Urinals and partition plates

(vii) Specific requirements of accessories for Sanitary Appliances (Third Revision)

(n) Plastic WC seats and covers. (o) Pillar taps. (p) Centrifugally cast (spun) iron pressure pipes for water, gas and sewage. (q) Rubber sealing rings for gas mains, water mains and sewers. (r) Cast iron fittings for pressure pipes for water, gas and sewage.

2556 (Part-1) 2556 (Part-2) 2556 (Part-3) 2556 (Part-4) 2556 (Part-5) 2556 (Part-6) 2556 (Part-7) 2548 1795 1536 5382 1538 (First Revision)

8. ELECTRICAL WORKS

(a) Ceiling roses. (b) Rigid steel conduit. (c) Rigid non-metallic conduit. (d) Starters for fluorescent lamps. (e) Aluminium conductor for overhead transmission purposes. (f) Porcelain insulators for overhead power lines.

371 9537 (Part-2) 3419 2215 398 731

Contractor For A.O. Contd..

Page 40: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO 97

APPENDIX ‘B’

MAKES OF PRODUCTS TO BE INCORPORATED IN WORK

Ser. No.

DESCRIPTION OF ITEM

NAME OF FIRMS BRAND

1 2 3 4

1. Chemical for ATT (i) M/S KANORIYA CHEMICALS

KANODANE (LINDENE 20% )

(ii) M/S INDIA PESTICIDES LTD GRAMMAX (LINDENE 20%)

(iii) M/S AMVAC AGRI RASAYAN PVT. LTD, DELHI PIRAMID (Chloropyriphos 20%)

(iv) M/S GHARDA CHEMICALS, BOMBAY CHLOROGUARD (Chloropyriphos 20%)

2. Main Producer of Cement

(i) The Associated Cement Companies Ltd. (ii) Grasim Industries Ltd. (iii) Ultra Tech Cement (iv) The India Cement (v) Dalmia Cement (vi) Andhra Cement Ltd. (vii) Century Cements (viii) Saurashtra Cement (ix) Binani Cement (x) Ramco Cements Ltd. (xi) Mangalam Cement (xii) Birla Corp Ltd. (xiii) Orient Cement (xiv) Lafarge Cement (xv) JK Cement (xvi) Lakshmi Cement (xvii) Jaypee Rewa cement (xviii) Ambuja Cement (xix)

(xx) Dhurav Industrial Company Ltd. “Konark Cement” manufactured by M/S OCL (I) Ltd Orissa.

3. Ready Mix Concrete (RMC)

(i) L & T. (ii) ACC (iii) RMC India Ltd. (iv) Ultratech India Ltd. (v) Any other manufacturer approved by the Accepting Officer 4. Adhesive (i) M/s Parkash Marketing Ltd. Delhi Fevicol DDL (ii) Any other brand ISI Marked

5. (a) Aluminium Fittings

SHIVALAK, NU-LITE, ASHISH, VENUS,CROWN

(b) Iron Mongry AGGARWAL, SRI KRISHNA, CROWN (c) Locks GODREJ, HARRISON, LINK

6. Main Producer of

steel (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix)

SAIL RINL TISCO M/S Shayam steel industries Ltd, Durgarpur, West Bengal M/S SPS steel rolling mills, Durgarpur, West Bengal M/S Jai balaji industries Ltd, Durgarpur, West Bengal M/S Steel exchange india ltd. Hydrabad M/S Jindal steel and power ltd. , Gurgaon M/S SRMB srijan Ltd Kolkata

Page 41: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 98

APPENDIX ‘B’ MAKES OF PRODUCTS TO BE INCORPORATED IN WORK (Contd.…)

7. Secondary producers of Structural Steel

(i) M/s K L Steel Pvt Ltd, Post Box No. 61, Lal Kuan, Bulandshahar Road, Ghaziabad (U.P) (Tele: 0120-2867911, 2867915, Fax : 0120-2867917)

(ii) M/s Shri Badrinarain Alloys & Steels Ltd, 95, Stephen House, 4 BBD Bag, Kolkata – 700 001 (Tele: 033-2220 5381/2248 1601, Fax: 033-2248 8664)

(iii) M/s Pushpak Steel Industries Pvt Ltd, Gate No 119, Alandi Markal Road, Dhanore, Tah Khed, Pune (Tele-Fax: 020-26444700/070)

(iv) M/s Supreme Alloys Pvt Ltd, AN-28 to AN-33 & CN-132, Masoori Gulaoti Roat, Ghaziabad, UP (Ph:0120-3244225-27, 3244429, 3291349, Fax: 0120-2800077)

(v) SRMB Udyog Ltd, 46, BB Ganguli Street, Kolkata – 700 007 (Tele 2236 9999)

(vi) M/s Shree Parashnath Re-Rolling Mills Ltd, 4 C Maharshi Dvendre Road, 3rd Floor, Kolkata 700 007 (Ph: 033-2274 0045/4475, Fax: 033-2274 0039)

(vii) M/s Tata Steel Structure, Tata Steel-Tube Division, Jeevan Tara building, 1st Floor, 5, Sansad Marg, New Delhi-110001 (Tele:991112334, 264601734, 309983, 309986)

(viii) M/s K L Concast Pvt Ltd, Z-18, Naraina, New Delhi.

(ix) M/s Karam Steel Corp, Nasrali Road, PO Box No. 56, Mandi Gobindgarh – 147 301

8. Aluminum door, window and fixed glazing

JINDAL, HIDALCO, FENESTA, INDAL

9. EPDM gasket for Aluminum sections

(i) Mahavir Aluminium Limited of Delhi.

(ii) Hydro Aluminium Extrusion Building System India Limited (HAEBSIL) of Delhi.

(iii) Superior Enterprises of Gurgaon.

10. WATER PROOFING MATERIAL

(i) Hindustan Engineering Ltd. Chandigarh

(ii) Aquolac Paint, 694, Phase-I, Industrial Area, Chandigarh AQUOLAC

(iii) Shivam Tar Products, 1177, Sector 7, Urban Estate Karnal Shivam Tar Poly Meric

(iv) IWL India ltd. C&D, Lakshmi Bhawan, 609 Anna Salai Chennai.

(v)

DWI, Derma bit Waterproofing, Industries Co. Ltd. Delhi Builders Stores, 5253-54, Shraddhanand Marg Delhi

(vi) Apex Encon Projects Pvt Ltd, Plot No. 29, Sector 12, Dwarka, New Delhi

APEX

(vii) Hydro Tech Ltd., 17, Shiv Bagh Ameer pet, Hydrabad Hydro Flame

(viii) Polymeric Water Proofing Membrane APP Modified Bitumen

(ix) Polymeric Tuffshied & Chemical,Water Proofing & Construction Chemicals.

(x) Polygel Industries Pvt Ltd., Construction Chemicals.

(xi) Polygel Technologies (India) Pvt Ltd., Construction Chemicals.

POLYGEL

(xii) MK Petro Products (India) Pvt Ltd APP

(xiii) Sikka construction Chemical 7 Industries floors.

11. AC Sheets CHARMINAR, EVEREST, RAMCO, UPAL

12. BPG-700, Crack seal,- RTV (A) and Primer „P‟

(i) Neelam Bldg Protection System Ltd, SCO 15, Swastik Vihar, MDC, Sector 5, Panchkula, Ph 2558801-03

(ii) Sudon‟s Son, 267, Industrial area, Phase-I Chandigarh Ph 2656351(Auth Disributors of Anabond Pvt Ltd, Chennai

13. FRP SHEET (i) Ekroop Monlders and fabricators, Mohali.

(ii) SS&G, C-92, Indurstrial area, Phase IX, Mohali.

14. Galvanised corrugated and plain sheet

TATA, JINDAL, SAIL, RINL

Page 42: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 99

APPENDIX ‘B’ MAKES OF PRODUCTS TO BE INCORPORATED IN WORK (Contd.…)

15. North Light (i) CRIL color roof (India) Ltd, B-1/1 Mayor Ma-Kaupa CHS, Shimpoil road Borivali (W), Mumbai – 400092.

(ii) National Steel & Agro Industries Ltd. 401, Mahakosh House, Nath Mandir Road, 7/5, South Tukoganj, Indore.

16. Pre Engineered Sheet

(i) CRIL color roof (India) Ltd, B-1/1 Mayor Ma-Kaupa CHS, Shimpoil road Borivali (W), Mumbai – 400092.

(ii) KOLORMETAL

17. Polycarbonate Sheet

(i) Shah Polymers,1, M S Ramaiah Industrial Estate Gokula, Bangalore- 560054.Ph: +91 (80) 23608924. E-mail: [email protected].

(ii) DURATUFF / LEXAN / VMT PLASTE LTD.

18. PVC Rain Water Pipes with fittings

: SUPREME, DIPLAST, KISAN, PRINCE

19. Sealing compound for pipe joints and sanitary items

MC BOUCHMIE, ROOFEX, FORRE, CHOSKY CHEMICALS LTD., DR BECK & COY, FOSROC.

20. Pre-laminated Particle Board

(i) M/s Bakelite Hylam Ltd. Chandigarh DECO Board

(ii) M/s ECO BOARD INDUSTRIES LTD. Chandigarh ECOBOARD

(iii) M/S Mysore Chip Board Limited, Pahar Ganj New Delhi-110055

ARCHID- LAM

(iv) Kitply Industries Ltd., 136-140/79, Industrial Area, Phase-I, Chandigarh.

KITLAM

(v) NOVAPAN

(vi) Nepal Board Nepal Board

(vii) Shirdi Industries Ltd., Pune. ASIS

(viii Bhutan Board

21. Plain Particle Board

(i) M/S Mysore Chip Board Limited, Pahar Ganj New Delhi-110055 ARCHID Panart

(ii) M/s Bakelite Hylam Ltd. Chandigarh BAKELITE HYLAM

(iii) NOVAPAN

(iv) Shirdi Industries Ltd., Pune. ASIS

(v) M/S ECO BOARD INDUSTRIES LTD. Chandigarh ECO BOARD

(vi) Nepal Board Nepal Board

(vii) M/S Janardan Ply Board Industries LTD.

22. Veneered Particle Board

(i) M/S Mysore Chip Board Limited, Pahar Ganj New Delhi-110055 ARCHID Vee Lam

(ii) M/s Bakelite Hylam Ltd. Chandigarh BAKELITE HYLAM

(iii) NOVAPAN

(iv) Any other Brand ISI Marked approved by AO.

23. Pre Fab Panel Boards/Wall lining/ ceiling Tiles, IS: 12823.

(i) M/s Endura Modular Systems,

(ii) M/s BPB India Gypsum Ltd., Tolystoy House (8th Floor), 15-17 Tolstoy Marg, New Delhi

Gyp Board

(iii) M/s Boral Gypsum Board Pvt Ltd. India.

(iv) M/s Reliance Bldgs system, New delhi.

(v) M/s Shri Nepal Boards Ltd, D-17, 1st floor Baraswati gardenm, New delhi.

Nepal Boards

(vi) M/s Lafarge

(vii) Any other Brand ISI Marked approved by AO.

Page 43: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 100

APPENDIX ‘B’ MAKES OF PRODUCTS TO BE INCORPORATED IN WORK (Contd.…)

24. Plywood (i) DURAPLY / BHUTAN BOARD / ARCHID BOARD / CENTURY -

(ii) M/S Mysore Chip Board Limited, Pahar Ganj New Delhi-55

ARCHID PLY

(iii) M/s Rama Wood & General Industries Ltd. Patna

(iv) Kitply Industries Ltd., 136-140/79, Industrial Area, Phase-I, Chandigarh.

KITPLY

(v) M/S Janardan Ply Board Industries LTD.

(vi) M/S National Ply

(Vii) M/S JAYNA PLYWOOD

(viii) M/s BLJ Plyam Marketing Pvt. Ltd. Calcutta-700020

25. PVC Ply

M/S Rajshri or equivalent

26. PVC TILES /SHEET (i) Primer polyfilm ltd./ Wonder floor /Armstrong. (ii) RikvinFloot Ltd. New Delhi (iii) Krishna tiles (iv) Polyfin

27. MDF Board (i) Shirdi Industries Ltd., Pune. (ii) NOVAPAN /BHUTAN BOARD/ KITPLY / GREEN PLY.

ASIS

28. Bitumen Products (i) Bitumen industrial Grade Shiva Bitumen

(ii) Bitumen Emulsion Shiva Bitumen

29. False Ceiling (i) Ceiling Armstrong

(ii) Saint Gobain Ecophon ECOPHON

30. CERAMIC WALL/FLOOR TILES

(i) M/S Madhusudan Ceramics Chandigarh.

SOMANY

(ii) M/S SPL Limited, P.O. KASSAR, Haryana.

(iii) M/S Oriental Ceramics & Industries Ltd., Nangal Raya, New Delhi-110046.

ORIENT BELL

(iv) M/S Spertek SPERTEK

(v) M/S Kajaria KAJARIA

(vii) M/S Johnson JOHNSON

(vii) M/S Sogo Ceramics Pvt Ltd., 1308 Pragati Tower, Plot No.26, Rajendra Palace, New Delhi.

SOGO

(viii) M/S Regency Ceramics Ltd., N.H. House, Chirag Ali lane, Abidas, Hydrabad.

Regency

(ix) M/S Unistone Products Ltd., New Delhi. Unistone

31. VITRIFIED TILES (i) Rak

(ii) JHONSON JHONSON

(iii) KAJARIA KAJARIA

(iv) NITCO NITCO

(v) Naveen Murdeshwar Diamond Tile

(vi) M/S Oriental Ceramics & Industries Ltd., Nangal Raya, New Delhi-110046.

ORIENT BELL

(vii) M/S Unistone Products Ltd., New Delhi. Unistone

(viii) M/S Manchanda Enterprises Faridabad. FERROBVS

32. Terrazzo Tiles/ Chequered /Plain Cement Concrete Tiles/ Paving Blocks

(i) REDSUN Tiles & Pavers (P) Limited, Panchkula REDSUN

(ii) Golden India Tiles Co. Pvt. Ltd., 124, Ind Area, Ph-I, Chandigarh GICO

(iii) National Tiles Corporation, 36, Industrial Area Phase-I, Panchkula.

NTC

(iv) M/S Unistone Products Ltd., New Delhi. Unistone

Page 44: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 101

APPENDIX ‘B’ MAKES OF PRODUCTS TO BE INCORPORATED IN WORK (Contd.….)

33. Tile Adhesive Manchanda Enterprises Faridabad Bal Endura

34. Polymer Based grout for tiles

By Bal Endura or equivalent approved by GE

35. Adhesive (i) M/s Parkash Marketing Ltd. Delhi Fevicol DDL

(ii) Any other Brand ISI Marked.

36. Wall Cladding M/S Unistone Products Ltd., New Delhi. Unistone

37. Wall Putty (i) M/S Unistone Products Ltd., New Delhi. Unistone

(ii) Manchanda Enterprises Faridabad FERROBVS

(iii) Birla white wall care

38. Oil Bound Distemper/Dry distemper

(i) M/S Shalimar Paints, 13 Camac street, Calcutta-700017 No. 1 OBD

(ii) M/S Asian Paints, Nariman point, PB No. 11801, Bombay TRACTOR

(iii) M/S Goodlass Nerolac Paint Ltd., Nerolac House, Bombay-400013.

NEROLAC

(iv) M/S Johnson & Nicholson

JENSANLIEN ACRYLIC

(v) M/S BERGER

SUPRA ACRSILK

39. Cement Base Paint (i) Asian Paints, Nariman Point, PB no. 11801 Bombay GUTUCEM

(ii) KILCK AND NIXON INDIA LTD SUPERSNOWCEM

(iii) ACQUA PAINTS AQUACEM

(iv) Johnson & Nicholson Paint Ltd., Lower Parel, Bombay-400013.

ROBBIACEM

(v) Berger Paints Indl Ltd., 32, Chowringhee Road, Calcutta-700071.

XTRCEM 76 SUPERIOR CEMENT PAINT

(vi) M/s Classic Paints & Chemicals, XXXII/ 767B, Cochin-682028

TRUECEM PLUS

40. Exterior Acrylic Emulsion/Weather Proof Paint

(i) Asian Paints, Nariman Point, PB no. 11801 Bombay APEX

(ii) Berger Paints Indl Ltd., 32, Chowringhee Road, Calcutta.

WEATHER COAT

(iii) ICI Ltd. Division, ICI House, 34 Chowringhee Road, Calcutta.

WEATHER SHIELD

(iv) Goodlass Nerolac Paint Ltd., Nerolac House, Bombay-400013.

EXCEL

41.

Synthetic enamel paint

(i) M/S Asian Paints, Nariman point, PB no. 11801 Bombay. APCOLITE

(ii) M/S Shalimar Paints, 13 Camac street Calcutta-700017. SUPERLAC

(iii) M/S Goodlass Nerolac Paint Ltd., PB NO. 163322, Nerolac House, Power Parel, Bombay-400013.

NEROLAC

(iv) M/S Jhonson & Nichelson Paint Ltd., PB NO. 163322, Lower Parel, Bombay-400013.

BOROLAC

(v) M/S Berger Paints Indl Ltd., 32, Chowringhee Road, Calcutta -700071

SUPRA GLOSYNNTHETIC PAINT

(vi) M/S ICI Ltd. Division, ICI House, 34 Chowringhee Rd, Calcutta.

DULUX

(vii) M/S Acro Paints Ltd., Acro House, 5/3, Kirti Nagar, Ind. Area, New Delhi

ACRO PAINTS

(viii) M/S M/s Aquolac Paints, 694, Phase-1, Industrial Area, Chandigarh

AQUOLAC

Page 45: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 102

APPENDIX ‘B’ MAKES OF PRODUCTS TO BE INCORPORATED IN WORK (Contd.…..)

42. LOOKING MIRROR MODIGUARD, SAINT GOBBAIN, ATUL

43. Sanitary Appliances

(i) Madhusudan Ceramics Chandigarh PARRYWARE

(ii) Hindustan Sanitary ware HINDWARE

(iii) Cera CERA

(iv) Neycer NEYCER

(v) Sona Ceramic, Morbi, Gujrat SONA

44. SWR PIPES (i) Diplast Plastic Ltd.

(ii) Uniplus

45. UPVC PIPES/FITTINGS

(i) Diplast Plastic Ltd.

(ii) Kriti Industries (India) Ltd., Chetak Chambers, 4th Floor, 14 R.N.T. Marg Indore (MP) India.

46. PVC Flushing Cisterns

(i) PHENOWELD POLYMER PRIVATE LIMITED Commander (CHAMPION)

(ii) HINDUSTAN SANITARY WARE (HINDWARE)

SLEEK

(iii) ORIENT SANITARY WARE

CORAL

(iv) PARRY WARE

SLIMLINE

47. CP Bath Fittings

(i) M/S Prayag Polymers (P) Ltd. 2468, Prayag House Malwa Street Paharganj, New Delhi-110053

PRAYAG

(ii) Zim Aqua Faucet Pvt. Ltd. 485, FIE Patparganj Ind Area Delhi ZIM

(iii) Reagal Bathroom Fitting Pvt. Ltd.,E-115, Phase –II, Ind Area Mohali

(iv) Vardhman Enterprises, 34L Ind Estate Digiana ,Jammu

JAINCO

(v) Gem/ Kingston/ Jaquar/ Ess Ess/Kingston/Prima

48. Bib taps and stop Taps (CP) fancy fitting

(i) (ii)

JAQUAR / PARKO / GEM /MARC / ESS ESS ELITE /ZIM/ PRIMA/ESSCO/JAINKO/ PRAYAG

49. PTMT Bath Room Fittings

(i) RS Industries Polytuff POLYTUFF

(ii) Prayag / Shakti

50. CI Flushing Cisterns

(i) (ii)

Anupam Industries Mujaffnarnagar Hindustan sanitary ware / Parryware / Orient Sanitary ware

51. Stainless Steel Kitchen Sinks with or without drainage board, Plate Rack

(i) M/S Phoenix Appliance Pvt Ltd. Ashirwad building, Ahemdabad

DIAMOND

(ii) M/S Shekri Builders, B-57/4, Mayapuri Industrial Area, Phase-I, New Delhi.

NEEL KANTH

(iii) M/S Franke India Pvt Ltd., 4 & 5, turf Estate opposite Shakti Mills, Off E, Moses road, Mumbai.

FRANKE

(iv) M/S Kodar Industries, 53 Industrial, GT Karnal Road, New Delhi.

NIRALI

(v) M/S Jyoti (India) Metal Industries Pvt Ltd.,Vill:Shelwali, Palghar-minor Road, Palghar (East) Thane.

JAYNA

(vi) M/S Anupam Industries Mujaffnarnagar

(vi) Bluestar /Kobra

(vii) Pheonix /Diamond / AMC / Prestige /Neel / Prayag Polymers / Vardhman Enterprises / Prakash Sanitary appliance. (For Group-II)

Page 46: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 103

APPENDIX ‘B’ MAKES OF PRODUCTS TO BE INCORPORATED IN WORK (Contd.…)

52. Light weight GI Pipes (thin walled flexible coupling)

(i) NIDHI Pipe Ltd., SCO-44, Madhya Marg, Sector- 26, Chandigarh

NIDHI PIPES

(ii) M/s KITEC Industries Ltd., J-701, Mayurdhwaj Appartments, 60, IP Extention, Delhi

KITECK

(iii) M/s Khanna Malleable, 242, Dada Colony, Industrial Area, Jallandhar

KM BOARD GI PIPE FITTINGS

(iv) M/s Jayaswals NECO Ltd., F-8, MIDC, Industrial Area, Hingana Road, Nagpur

NECO

(v) TATA TATA

(vi) JINDAL JINDAL

(vii) M/s Bihar Tubes Ltd., 37 Hargobind Enclave, Vikas Marg , New Delhi.

NTIL Brand

(viii) Surya Parkash SURYA

53. HDPE Storage water tank

(i) (ii)

Sintex / Polycon /Sheetal (for Group I) Rotex / Fusion / SPL /Diplast plastic / Aqua Polymers /Uniplus (Group II &III)

54. Hydraulic Door closer

(i) (ii)

Everest / Everest / Godrej. (Group I) Amar / Sandhu /Priya. (Group II & III)

55. CI Pipe (i) (ii)

Electrosteel / Lanco / Jindal / Rashmi /Tata Jai BalaJee / Kejriwal / Neco / Bengal iron copn

56. GI Tubing (medium grade)

(i) Jindal /TATA / BST / Prakash tube / Oswal.

57. Salt glazed drain pipe

(i) Devraj industrial /Supreme pipe and fitting / Hind ceramics / shri kamakshi / kiran potteries

58. Welded wire mesh / febric

Multiweld wire co. Ltd / Jainsons Sales Corp

Contractor For A.O. Contd..

Page 47: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 104

APPENDIX-„C‟ APPROVED LIST OF MANUFACTURERS/FIRMS

Ser No.

DESCRIPTION OF ITEM

NAME OF MANUFACTURER/FIRM

1 2 3

1. Factory made panelled, wire gauge, glazed shutters for doors/ window :IS-1003 (PT-I, IS-1003 (PT-II), IS-2202 (PT-I).

(a) M/S Rajindra Industrial Area, B-38, Industrial Area Phase-III, SAS Nagar, Mohali, Distt. Ropar .

(b) M/S Goyal Industrial Corporation, 8748, DB Gupta Road, New-Delhi-110055.

(c) M/S Sri Associated, 244, „C‟ Block, Sirsa (Hr)

(d) M/S Satish Kumar & Co., Khajuri road, Yamuna Nagar (Hr)

(e) M/S Delhi Construction Equipment‟s (Wood Works), 1/200 Sadar Bazar, Delhi Cantt-110010.

(f) M/S New Jagdamba Doors, Plot No. 17, Industrial Estate, Rajpura-140401(Pb)

(g) M/S Shri Krishna Industriess, D-44, Industrial Focal Point, Derabassi- 140507 (Distt: Mohali). Phone No. 01762284377.

(h) M/S Shakti Industries, Barnala Road, Manapindi, Dhanaula-145105

(j) M/S Hanu Wood World Industry, Khojkipur, Near Tangri Bridge, Jagadhri Road, Ambala Cantt.

(k) M/S Surbhi Metals Pvt. Ltd., Basthind House, Shikargarh Chowk, Army Area, Jodhpur-342006.

(l) M/S Jain Timber Industries, Near Water Works, Murthal Road Murthal.

(m) M/S Laxmi Doors, 121- Model Town, Ambala City.

(n) M/S Neha Industries Ambala.

(o) M/S AB Composites Pvt Ltd 1/IB/18, Ramkrishan Naskar Lane, Kolkata.

(p) (q)

M/S Shri Krishna Industries , Panchkula M/S Pioneer timber product, Chandigarh

2. Steel Window and ventilators (With „Z‟ Section)/ Box Type windows & ventilators IS:1038

(a) M/S S.K. FABRICATION (India), 4KM, Mansa Road, Bathinda.

(b) M/S Steel Man Industries (Regd.), Old Adda Kapurthala.

(c) M/S Ganpati Doors, 18 Industrial Estate, Rajpura.

(d) M/S Mohindera Fabricators, Focal Point, Vill & PO Haryal, Pathankot.

(e) M/S Bharat Steel Fabricators & Engineers 1, RB, Dhuni road Amritsar.

(f) M/S Shri Krishna Associates, 304 Indl. Area, Phase-II, Panchkula.

(g) M/S Ashwani Kumar & Sons, 1246/2, Meerut road Ghaziabad.

(h) M/S Chandni Industries, 1133, Morta Meerut Road.

(j) M/S Gurjeet industries, RZ 68 Nar Singh Garden Khyala, Delhi.

(k) M/S GR Kalsi and Co., Plot No. 7B, Parbhat Indl. Area, Rohtak Road Delhi.

(l) M/S SKS steel Industries, 487, Peer Garhi, New Delhi.

(m) M/S metal Windows Corporation, New Delhi..

(n) M/S Steel Plast Machines, Plot No. 175/3, GIDC Industrial Estate, Noida.

(o) M/S Surbhi Metals (India) Pvt Ltd., C-173, Mandore Industrial Area Jaipur.

(p) M/S Jangid Engineering Works, Dungar Industrial Area Jaipur.

(q) M/S Shri Krishna Industriess, D-44, Industrial Focal Point, Derabassi- 140507 (Distt: Mohali). Phone No. 01762284377.

3. Pressed Steel Chowkats as per IS:4351

(a) AR Industries 109, Navyug Market Gaziabad

(b) M/S Shri Krishna Industriess, D-44, Industrial Focal Point, Derabassi- 140507 (Distt: Mohali). Phone No. 01762284377.

(c) Dahiya Industries, 308, Industrial Area, Phase-I, Panchkula.

(d) S S Engg. Industries, Patel Nagar-11, Gaziabad (UP)

(e) (f) (g) (h)

Ganpati Doors, 18 Industrial Estate, Rajpura. Shri Krishna associate, panchkula SK steel fabricaters, Ludhiana Steel master industries, Panchkula

Page 48: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 105

APPENDIX-„C‟ (Contd.…) APPROVED LIST OF MANUFACTURERS/FIRMS (Contd.…)

1 2 3

4. Rolling Shutters (a) Him Steel Industries, 615, Industrial Area, Ph-2, Chandigarh-02, Ph No.-2653566

(b) Tehal Singh Mattaru, 23 MW-Industrial Area, Phase-I, Chandigarh. Ph.-2650054

(c) Kalwant Industries, 21 MW-Industrial Area, Phase-I, Chandigarh. Ph.-2650486

(d) (e) (f)

CIK Industries, 32 MW-Industrial Area, Phase-I, Chandigarh. Ph.-2650356 Shri Krishna Associates, Panchkula Dahiya industries, Panchkula

5. PVC Door /windows : IS: 4020 (PT-I TO 16)

(a) M/S Fanesta Building System, Cabin No. 305, 3rd Floor, SCO 60-62, Sec 17C, Chandigarh.

(b) M/S Poly windows, P.O. box No. 267, GPO Pune-411001.

(c) M/S Rajshree Plastiwood Indore

(d) M/S Sintex Industries, New Delhi.

(e) M/S Durga Plast Extraction Pvt Ltd., Plot No. 41-42, Phase-II, Kasba Industries estate E-M, Kolkata.

6. NCL Seccolor Windows & Ventilators

NCL Altec & Seccolor Ltd., 7th floor, Raghva Ratna Towers, Abids, Hyderabad-5000001 or equivalent as approved by Accepting Officer.

7. Water Proofing Treatment With Acrylic Based Polymer Compound

(a) Overseas Water Proofing Corporation, A-45, Haus Khas New Delhi.

(b) LIK Proof Water Proofing Cecil Cout, Bhagat Singh Road, Mumbai-39.

(c) India Water Proofing Co., The Llassan Chambers, 5 A, Brelvi Road, Mumbai-01.

8. Factory made flush shutter

(a) Greenply industries (b) Century ply (c) Duraply (d) Mysore chip board (e) Archid (f) Swastic plywood (g) Jainwood industries (h) Merino flush door, Faridabad (i) Goyal industries, Faridabad

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

Page 49: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 106

1 Bricks (i) Compressive Strength IS:3495 (Part-II)

AS PER IS:5454-1978 „A‟ 180.00 Checks for 4 visual and dimensional characteristics shall also be carried out as per IS-5454

Lot Size Sample Size Permissible No. of defective bricks

1001 to 10000

5 0

10001 to 35000

10 0

35001 to 50000

15 1

(ii) Water Absorption IS:3495 (Part-II)

-Do- -Do- -Do- „A‟ 150.00

(iii) Efflorescence IS:3495 (Part-I)

-Do- -Do- -Do- „A‟ 180.00

2 Coarse aggregate

(i) Particle size and shape (Sieve analysis)

IS:2386-1963 (Part-I)

One test for every 15 Cum of aggregate or part thereof ,brought at site

„A‟ 120.00

(ii) Flakiness Index

-Do- -Do- „A‟ 90.00

(iii) Estimation of deleterious materials

IS:2386-1963 (Part-I)

One test for every 100 cum of aggregate or part thereof brought to site.

„A‟ 120.00

(iv) Organic impurities -Do- One test per source of supply „C‟ 120.00

(v) Moisture Contents

-Do- (Part-II)

Regularly as required „A‟ 120.00

(vi) Specific gravity

-Do- One test per each source of supply „B‟ 120.00

APPENDIX „D‟ TESTING OF MATERIALS

Ser. No.

MATERIALS TEST METHOD OF TESTING

FREQUENCY OF TEST LEVEL OF TESTS

RATE PER TEST (Rs.)

REMARKS

1 2 3 4 5 6 7 8

Page 50: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 107

APPENDIX „D‟ (Contd...) TESTING OF MATERIALS

1 2 3 4 5 6 7 8

3 Fine Aggregate

(i) Particle size and shape (Sieve analysis)

IS: 2386-1963 (Part - I)

One test for every 15 Cum of fine aggregate or part when brought at site

„A‟ 180.00

(ii) Estimation of deleterious materials (Test for clay, silt & impurities)

-Do- (Part-II)

-Do- „A‟ 90.00

(iii) Specific Gravity -Do- (Part-II)

One for each source of supply. „B‟ 180.00

(iv) Moisture Contents -Do-

Regularly as required subject to 2 tests for each source of supply

„A‟ 180.00

(v) Organic impurities -Do- (Part-II)

„C‟ 180.00

4 Cement (i) Setting time IS: 4031-63 Affirmed 1980

One for each consignment as and when required „B‟ 180.00

(ii) Soundness -Do-

-Do- „B‟ 120.00

(iii) Compressive strength -Do- -Do- „B‟ 360.00

(iv) Fineness (By Blaine Air Permeability Method)

-Do-

-Do- „B‟ 120.00

5 Structural Concrete (M-15 Grade & above)

(i) Slump test or compacting factor test or vee-bee time

IS:1199-1959 The minimum frequency of sampling of concrete of each grade shall be as under:-

Qty of concrete in the work

No. of Samples „A‟ 180.00 (i) Random sampling shall be carried out to cover all mix units.

(ii) Refer IS 456-2000 clause 14 for frequency of sampling

1 to 5 cum

1

6 to 15 cum

2

16 to 30 cum

3

Page 51: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 108

APPENDIX „D‟ (Contd...) TESTING OF MATERIALS

1 2 3 4 5 6 7 8

31 to 50 cum

4

51 cum & above

4 plus 1 additional sample for each 50 cum or part thereof.

* Clause 15.2 of IS-456-2000

(ii) Compressive Strength

IS: 516-1959

-Do- „A‟ 120.00 -Do-

6 (a) PCC block for walling (Hollow blocks)

(i) Compressive strength IS:2156-1984 ( Appendix ‟B‟ )

8 block out of 14 „A‟ 60.00 Samples:14 blocks for consignment of every 5,000 blocks or part thereof. 3 blocks shall be reserved for retest as per IS: 2185 – 1979

(ii) Water absorption

IS:2156-1984 ( Appendix ‟E‟ )

3 blocks out of 14 „B‟ 120.00

(iii) Density IS:2156-1984 (Appendix „A‟ )

3 blocks out of 14

„B‟ 90.00

(b) PCC solid block for walling

(i) Compressive strength IS: 2185-1979 (Part II)

12 blocks out of 18 „A‟ 60.00 Sample :18 blocks from each Consignment of every 1,000 blocks or part thereof.

(ii) Water absorption

-Do- 3 blocks out of 18 „B‟ 120.00 These blocks to be checked for dimension and weight

(iii) Density -Do- 3 blocks out of 18 „B‟

120.00

Page 52: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 109

APPENDIX „D‟ (Contd...) TESTING OF MATERIALS

7 Cement Flooring tiles/ Terrazzo tiles

(i) Water absorption

IS:1237-1980 (Appendix „D‟ )

6 tiles out of 18 „A‟ - Samples of 18 tiles from each source of supply selected at random.

(ii) Wet transverse strength

-Do- (Appendix „E‟ )

-Do-

„B‟

180.00

(iii) Resistance to wear -Do-(Appendix „F‟ )

-Do-

„B‟

144.00

8 Timber (i) Specific gravity and weight IS:1708-1986 (Part II)

Minimum 3 samples from lot of 4 Cum or 250 pieces of seasoned timber.

„B‟ 120.00

(ii) Moisture content

-Do- (Part I)

-Do-

„A‟ 120.00

9 Water for construction purposes

(i) Test for Acidity IS:456, 3015 Once at the stage of approval of source of water. „B‟ 240.00 Also refer clause 4.3 of IS:456 and its subsequent sub clauses regarding suitability of water

(ii) Test for Alkalinity

-Do-

-Do-

„B‟ 240.00

(iii) Test for solid contents -Do-

-Do- „C‟ 300.00

10 Welding of steel work

Visual inspection test IS-822-1970 Clause 7.1

100% by visual inspection Work site 360.00 Specialised tests their method & frequency to be decided on consideration of their importance by the Accepting Officer.

Page 53: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 110

APPENDIX „D‟ (Contd...) TESTING OF MATERIALS

1 2 3 4 5 6 7 8

11 Timber panelled and glazed door/ window and shutters

(a) Dimensions ,sizes, workmanship and finish

IS:1003 (Part-I) Lot Size Sample Size „A‟ 180.00

26 to 50

5

51 to 100

8

101 to 150

13

151 to 300

20

301 to 500

32

501 and 1000

50

1001 and above 80

As per Table 1 of IS: 4020-1998

(b) STRENGTH TEST (i)Slamming (ii) Impact indentation (iii) Shock resistance (iv) Edge loading

IS:1303

From each lot, 5% of the factory made shutters shall be manufacturer tested for strength tests

„C‟ As per actual rate

12 Plywood (IS:303)

(i) Moisture Content IS:1734-1983 (Part-I)

Six test pieces cut from each of the boards selected as per table shall be subject to tests.

„C‟ -

Page 54: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 111

APPENDIX „D‟ (Contd...) TESTING OF MATERIALS

1 2 3 4 5 6 7 8

13 Wood Particle Board (Medium density IS: 303)

(i) Density IS:2360 (Part-III) Three test specimen from each sample (size 150mm x 75 mm)

„A‟ 60.00 Sampling shall be as per IS: 3487 with moisture meter

(ii) Moisture content -Do- -Do- „A‟& „B‟ 60.00

(iii) Water absorption

-Do- (Part-16)

-Do- (Size 300 mm x 300 mm)

„A‟ 60.00

(iv) Swelling due to surface absorption

-Do- (Part-17)

-Do- (Size 125 mm x 100 mm)

„A‟ 60.00

(v) Swelling in water

-Do- -Do- (Size 200 mm x 100 mm)

„A‟ 60.00

(vi) Modulus of rupture

-Do- (Part-4)

Three tests specimen as per IS-2380

„B‟ 90.00

(vii) Screw and nail withdrawal strength

-Do- (Part-4)

As per IS-2385 „C‟ 120.00

Notes: - 1. Please refer Clause 25 of Special Condition. . . . . . . . . . . . . . . . . . . . . . . . . . . . SIGNATURE OF CONTRACTOR DATED: ACCEPTING OFFICER

Page 55: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 112 APPENDIX „E‟

CEMENT SUPPLY & ACCEPTANCE REGISTER 1. CA NO & Name of work: 2. Control No*: 3. Name of Manufacturer/Brand/Gde of Cement (A) Manufacturer _______ (B) Brand ______ (C) Grade: 4. Qty of cement & Lot No/Week No (in bags): (A) (Qty ________) (B) Lot No/Week No ________ 5. Manufacturer‟s test certificates no ______________ 6. Random Test details (a) Physical test report from __________ vide their letter No _________ (Name of approved Lab/Engg College)

(b) Chemical test report from _________ vide their letter No _________ (Name of approved Lab/Engg College) 7. Details of Physical & Chemical properties:

Spe

cific

Sur

face

Are

a (m

2

per

Kg

Sou

ndne

ss b

y Le

Cha

tella

r

Sou

ndne

ss b

y A

uto

Cla

ve

Initi

al S

ettin

g T

ime

(Min

utes

)

Fin

al S

ettin

g T

ime

(Min

utes

)

Compressive strengths

Tem

p du

ring

test

ing

0 C

Sta

ndar

d co

nsis

tenc

y (%

)

Lim

e S

atur

atio

n (R

atio

)

Acl

umin

a Ir

on R

atio

Inso

lubl

e ra

tio (

%)

Mag

nesi

um (

%)

Sul

phur

ic A

nhyd

ride

(%)

Loss

on

igni

tion

(%)

Alk

alie

s (%

)

Chl

orid

es (

%)

03 d

ays

07 d

ays

28 d

ays

As per relevant IS

As per manufacturer‟s test certificate

As per random test certificate

Remarks with Signature: Accepted/Rejected Contractor Junior Engineer Engineer-in-Charge Garrison Engineer Remarks of BOO/Inspecting Officer/CWE.

Page 56: MILITARY ENGINEER SERVICES · CA NO: GEK-41/2019-20 SRL PAGE NO. 02 TELE: 01792- 272107 SPEED POST Garrison Engineer Kasauli Military Engineer Services

CA NO: GEK-41/2019-20 SRL PAGE NO. 113

APPENDIX „F‟

STEEL SUPPLY AND ACCEPTANCE FORM

1. Contract No. and Name of Work: 2. Name of manufacturer‟s T.C. No. : 3. Manufacturer: 4. Random Test Details (a) Physical test report from . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . vide their letter no. . . . . . . . . . . . . . . . . (Name of approved Lab/Engg College) (b) Chemical test report from . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . vide their letter no. . . . . . . . . . . . . . . . . (Name of approved Lab/Engg College) 5. Type pf Steel, dia and Quantity: (a) Type : TMT/CRS (b) Dia : mm (c) Actual wt. : MT (d) Conversion Wt.: MT

Chemical Test

Mechanical Test

Carbon % Sulphur % Phosphorous % Manganese % Silicon % Corrosion resistant element

Wt per metre

Stress (N/mm²) 0.2% proof

Tensile Strength (N/mm²)

Elongation % Bend Test Rebend Test

Remarks

As per IS 1786

As per manufacturer‟s test certificate

As per independent test

Remarks with Signature: Accepted/Rejected Contractor Junior Engineer Engineer-in-Charge Garrison Engineer Remarks of BOO/Inspecting Officer/CWE * To be allotted serially by GE consignment wise