TENDER8302

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 73

CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO.

MILITARY ENGINEER SERVICES


NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG) VIZAG

INDEX

Srl Particulars Page No.


No. From To

1. Contents Sheet/Index 01 01

2. Tender forwarding letter with instructions 02 05

3. Notice of tender including Appendix ‘A’ 06 14

4. Tender and item rate contract for works by measurement IAFW-1779-A 15 26


(Revised 1955) including Schedule ‘A’, ‘B’, `C’, ‘D’ and General Summary
and Tender etc.

5*. General Conditions of contracts IAFW-2249 (1989 Print) 27 59

6*. Errata and amendments to IAFW-2249 (1989 Print) 60 87

7*. Schedule of minimum fair wages 88 94

8. Special Conditions 95 103

9. Particular Specifications 104 151

10 Errata/Amendments to tender documents.

11. Relevant correspondence.

12. Acceptance letter.

Total No. of Pages

* Not enclosed with the tender documents. These can be seen in the office of AGE (I) (CG) VISAKHAPATNAM during
working hours.

JE [QS&C]
SIGNATURE OF CONTRACTOR For ACCEPTING OFFICER
Dated:
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 02

Tele: 0891- 2743118 AGE (I) (CG) VIZAG


Military Engineer Services,
CGWO Building,
C/o Fleet Mail Office,
Visakhapatnam – 530 014,
ageicgvizag4-mes@gov.in

8302 / /E8 Jun 2024

Shri/ M/s __________________________


__________________________________
__________________________________
_______________________________
NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG) VIZAG
Dear Sir(s),
1. Tender documents in respect of above work are uploaded on the site www.defproc.gov.in. The tender is on single stage two cover e-
tendering system. The opening of technical bid and financial bid etc. will be done as per critical dates shown on the portal. In case of failure in
submission of hard copy of DD obtained towards cost of tender documents which was scanned & uploaded in the web site along with the cover 1
documents as per critical dates shown on the portal, the tenderer shall be disqualified and his/their financial bid will not be allowed for opening
and his / their firm will be barred to tender during period of next 06 months in all MES formations commencing from date of opening of financial
bid. The financial bids i.e., Cover 2, will be opened only in case of qualified bidders of ‘T’ bid after verification of prerequisite details of cover-1
documents including hard copy of DD in Office of TIA/AGE (I) (CG) Vizag, Military Engineer Services, CGWO Building, C/o Fleet Mail
Office, Visakhapatnam 530014.
2. Bids will be received online by ACCEPTING OFFICER up to the date and time mentioned in the portal/(NIT). No tender/bid will be
received in physical form and any tender/bid received in such manner will be treated as non bonafide tender/bid.
3. Bid will be opened on due date and time fixed for opening in the presence of tenderers/bidders or their authorized representatives, who
have uploaded their quotation bid and who wish to be present at the time of opening the bids.
4. Your attention is also drawn to instruction on filling and submission of tender attached herewith. You may forward your points on
tender documents and/or depute your technical representative for discussion on tender/drawings and to clarify doubts, if any, on or three days
before the bid submission start date. You are requested not to write piece meal points and forward your points duly consolidated three days
before the bid submission start date.
5. Un-enlisted Contractors are required to submit the scanned copies (in pdf file) of documents required as per eligibility criteria
mentioned in instructions for filling the tender documents and Appendix ‘A’ to NIT along with EARNEST MONEY (EMD) and tender fee on e-
procurement portal and submit the physical documents in the office of TIA/AGE (I) (CG) Vizag within time limit specified in NIT.
Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in disqualification for opening of finance bid.
6. Contractor having not executed Standing Security Bond and Standing Security Deposit in any MES formation shall upload scanned
copy of EARNEST MONEY DEPOSIT (EMD) mentioned in Notice of Tender(NIT) and shall ensure receipt of hard copy of EMD in the office
of Tender Issuing Authority before date & time fixed for this purpose. In case of failure to abide by any of these two requirements the finance
bid will not be opened.
7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter, tender fee and such other documents as
mentioned in Appx ‘A’ to NIT on e-procurement portal and submit physical documents in the office of TIA/AGE (I) (CG) Vizag before date &
time fixed for this purpose.
8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as the Accepting Officer will take no cognizance
of any quotations/offer received in any other electronic or physical form like email/fax/by hand/through post from tenderer/bidder even if they
are received in time.
9. In view of delays due to system failure or other communication related failures, it is suggested that the tender/bid be uploaded, if
necessary, sufficiently in advance of the last due date and time fixed.
10. General conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments thereto, schedule of minimum fair wages and
MES SSR (Part I & II) are not enclosed with these documents. These are available for perusal in the office of GE concerned and this office.
11. ANY TENDERER, WHICH PROPOSES ALTERATIONS TO ANY OF THE CONDITION, SPECIFICATIONS LAID DOWN IN
THE TENDER DOCUMENTS OR ANY NEW CONDITION, WHATSOEVER IS LIABLE TO BE REJECTED.

Encls: As above Yours faithfully,

JE (QS&C)
SIGNATURE OF CONTRACTOR for ACCEPTING OFFICER
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 03

INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER


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

NOTES: Earnest Money Deposit (EMD) in the form of cheque/Bank Guarantee etc. will not be accepted. NON-
SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy along with technical bid & hard copy before
the date & time fixed for opening of bid) WILL RENDER THE BID DISQULIFIED FOR OPENING OF COVER II
(FINANCE BID).
2. PERFORMACE SECURITY (Refer Condition 19 of IAFW 2249): -

2.1 Within 28 days of receipt of the letter of Acceptance, the successful contractor shall deliver to the Accepting
officer a Performance Security in any of the forms given below for an amount equivalent to 5 % of the contract
sum.
(a) A Bank Guarantee in the prescribed form.
(b) Government Securities, FDR or any other Government instruments stipulated by the Accepting Officer.

2.2 Failure of the successful contractor to comply with the requirements of sub-clause 2.1 here-in-before shall
constitute sufficient grounds for cancellation of the award of work and forfeiture of the Earnest Money. In case of
MES enlisted contractors, the amount equal to the Earnest Money stipulated in the Notice of Tender shall be notified to
the tenderer /bidder for depositing the amount through MRO. Issue of tender to such tenderers shall remain suspended
till the aforesaid amount equal to the Earnest Money is deposited in Government Treasury.
2.3 All compensation or other sums of money payable by the contractor to the Government under the terms of this contract
or under any other contract with Government may be deducted from, or paid by the sale of a sufficient part of the
Performance Security or from the interest arising there from or from any sums which may be due or become due to the
contractor by the Government on any account whatsoever and in the event of his Performance Security being reduced by
reason of any such deduction, or sale as aforesaid, the contractor shall within ten days thereafter make good in cash or
securities, endorsed as aforesaid, any sum or sums which may have been deducted from or realized by the sale of his
Performance Security or any part thereof. Government shall not be responsible for any loss of securities or any
depreciation in the value of securities while in their charge nor for loss of interest thereon.
2.4 In the event of contract being cancelled, under Condition 52, 53 & 54 of General Conditions of Contract, the
Performance Security shall be forfeited in full and shall be credited into Consolidated Fund of India.
2.5. The Performance Security shall be in favour of Accepting Officer and shall be in any of the forms mentioned above.
Work Order No 1 shall be placed only after submission of Performance Security of adequate value by the
contractor. In case a fixed deposit receipt of any bank is furnished by the contractor to the Government as part of the
Performance Guarantee and the Bank is unable to make payment against the said fixed deposit receipt, the loss caused
thereby shall fall on the contractor and the contractor shall forthwith on demand furnish additional security to the
Government to make good the deficit.
2.6 PERIOD OF VALIDITY OF PERFORMANCE SECURITY: - The period of validity of the Bank Guarantee Bond
or any other instruments as mentioned above against Performance Security shall be initially valid up to the stipulated
date of expiry of Defects Liability Period plus minimum 60 days beyond that. In case final bill is not paid during
this period, the contractor shall get the validity of Performance Guarantee extended to cover such enlarged time
required for payment of final bill.
2.7 Accepting Officer shall ensure to issue notice to the contractor to get the validity of Performance Security instrument
extended suitably two months before the expiry of the validity. In case extension is not received four weeks before the
expiry of validity of financial instrument, necessary encashment notice shall be served by Accepting Officer.

2.8 Bank Guarantee Bond in lieu of Performance Security is due for discharge on expiry of Defect Liability period
provided always that the contractor has been paid the final bill and contractor has rendered the No demand Certificate
(IAFW-451). Immediately after expiry of Defects Liability Period, GE concerned shall check and ascertain the
position of final bill.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 04
INSTRUCTIONS ON FILLING AND SUBMISSION OF TENDER(Contd…./-)
2.9 If any recovery is outstanding against the contractor, release of Bank Guarantee will be subject to compliance of the
procedure for effecting the recovery /withholding the due amount as stipulated in condition 67 (as amended) of General
Conditions of Contracts (IAFW-2249).

3. BLANK

4, BLANK

5. GENERAL INSTRUCTIONS FOR COMPLIANCE

5.1 The bids received only in the electronic form will be considered. All bids shall be submitted on ‘www.defproc.gov.in’
portal. Documents should be scanned and forwarded/uploaded in ‘pdf’ form and ‘xls’ form as indicated.

5.2 Bids shall be uploaded on ‘www.defproc.gov.in’ portal on or before the bid closing date mentioned in the tender or portal.
No tender/bid in any other electronic or physical form like email/fax/by hand/through post will be considered/accepted.

5.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents corrections/alterations shall be
signed/initialed by the lowest bidder after acceptance.

5.4 Drawings, if issued in physical form, must be returned duly initialed by the tenderer/bidder in separate envelope indicating
his name and address

5.5 The tender shall be signed dated and witnessed at all places provided for in the documents after acceptance. All corrections
shall be initialed. The contractor shall initial every page of tender and shall sign all drawings forming part of the tender.
Any tender/bid which proposes alterations to any of the conditions whatsoever, is liable to be rejected.

5.6 In the technical bid, a scanned copy of power of attorney in favour of the person uploading the bid using his/her DSC shall be
uploaded. In case the digital signatory himself is the sole proprietor, scanned copy of an affidavit on stamp paper of
appropriate value to this effect stating that he has authority to bind the firm in all matters pertaining to contract including the
Arbitration Clause, shall be attached in ‘pdf’ form. In case of partnership concern or a limited company, digital signatory of
the bid/tender shall ensure that he is competent to bind the contractor (though partnership deed, general power of attorney or
Memorandum and articles of Association of the company) in all the matters pertaining to the contract with Union of India
including arbitration clause. A scanned copy of the documents confirming of such authority shall be attached with the
tender/bid in ‘pdf’ form, if not submitted earlier. The person uploading the bid on behalf of another partner(s) or on behalf of
a firm or company using his DSC shall upload with the tender/bid a scanned copy (in ‘pdf’ form) of power of attorney duly
executed in his favour by such other or all of the partner(s) or in accordance with constitution of the company in case of
company , stating that he has authority to bind such other person of the firm or the company as the case may be, in all
matters pertaining to the contract including the Arbitration Clause.

5.7 Even in case of Firms or Companies which have already given Power of Attorney to an individual authorizing him to sign
tender in pursuance of which bids are being uploaded by such person as a routine, fresh power of Attorney duly executed in
his favour stating specifically that the said person has authority to bind such partners of the Firm, or the Company as the
case may be including the condition relating to Arbitration clause, should be uploaded in ‘pdf’ form with the tender/bid:
unless such authority has already been given to him by the Firm or the Company. It shall be ensured that power of attorney
shall be executed in accordance with the constitution of the company as laid down in its Memorandum & Article of
Association.

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

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

5.10 The contractor shall employ Indian Nationals after verifying their antecedents and loyalty. Attention is also drawn to special
condition 3 referred here-in-after and also conditions 24 & 25 of IAFW 2249 (General conditions of contract).

5.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being present at the time of opening of the
tenders/bids may do so at the appointed time.

5.12 The tenderer/bidder shall quote his rate on the B.O.Q file only. No alteration to the format will be accepted, else the bid will
be disqualified and summarily rejected.
5.13 In case the tenderer/bidder has to revise/modify the rates quoted in the B.O.Q, (xls. sheet) he can do so only in the B.O.Q
through ‘www.defproc.gov.in’ in site only before the bid closing time and date shown in the portal.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 05

6 REVOKATION/REVISION OF OFFER UPWARD/OFFERING VOLUNTARY REDUCTION, AFTER OPENING


OF FINANCIAL BIDS BY LOWEST BIDDER

In the event of lowest tenderer/bidder revoking his offer or revising his rates upward/ offering voluntary reduction, after
closing of bid submission date & time, his offer will be treated as revoked and the Earnest Money Deposited by him shall be
forfeited. In case of MES enlisted contractors, the amount equal to the Earnest money stipulated in the Notice of tender, shall
be notified to the tenderer/bidder for depositing the amount through MRO. Bids of such Contracts/bidders shall not be
opened till the aforesaid amount equal to the earnest money is deposited by him in Govt Treasury. In addition, bids of such
tenderer/bidder and his related firm shall not be opened in second call or subsequent calls. Reduction offered by the
tenderer/bidder on the freak high rates referred for review shall not be treated as voluntary reduction.

7. C P M (Critical Path Method)

7.1 The project planning for work covered in the scope of tender is based on CPM.

7.2 The tenderer//bidder is expected to be fully conversant with the CPM technique and employ technical staff who can use the
technique in sufficient details. Sufficient books and other literature on the subject are widely available in the market which
the tenderer/bidder may make use of.

7.3 The tenderer’s/bidder’s attention is drawn to special condition of the tender regarding preparation of the detailed network
analysis and time schedule for the work and his liability for employing sufficient resources to adhere to this schedule. Any
inability on the part of the tenderer/bidder in using the technique will be taken as his technical inefficiency and will affect his
class of enlistment and future prospect/invitation to tenders for future works.

7.4 Department may issue amendments/errata in form of CORRIGENDUM to tender/revised B.O.Q to the tender documents.
The tenderer/bidder is requested to read the tender documents in conjunction with all the errata/amendments/corrigendum, if
any, issued by the department.

8. These instructions shall form part of the contract documents.

9. APPLICABLE TO DGNP ENLISTED CONTRACTORS ONLY: The tenderers who are enlisted with DGNP,
Visakhapatnam / Mumbai shall submit Earnest Money Deposit [EMD] for the amount as indicated in Appendix "A" to
Notice Inviting Tenders. Scanned copy of EMD shall be uploaded along with "T" Bid. Hard copy of EMD however be sent
by Speed Post / Registered Post along with other documents within the time specified in Appendix "A" to Notice Inviting
Tenders.

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

11. In view of delays due to system failure or other communication related failures, it is suggested that the tender / bid be
uploaded, if necessary, sufficiently in advance of the last due date and time fixed.

12. In case the BOQ is revised through Corrigendum to tender documents, bidders shall be required to quote their rates in the
Revised BOQ only. Tenderer is supposed to check if any revised BOQ has been uploaded by MES, before uploading their
BOQ. In case any bidder uploads pre-revised BOQ, it shall be considered as willful negligence by them and their bid shall be
considered as non-bonafide.

JE (QS&C)
SIGNATURE OF CONTRACTOR for ACCEPTING OFFICER
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 15

(In lieu of IAFW-1779 A Revised 1955)


TO BE READ IN CONJUNCTION WITH GENERAL CONDITIONS OF
CONTRACT IAFW-2249
MILITARY ENGINEER SERVICES

Tele: 0891- 2743118 AGE (I) (CG) VIZAG


Military Engineer Services,
CGWO Building,
C/o Fleet Mail Office,
Visakhapatnam – 530 014

8302/ /E8 Jun 2024

ITEM RATE CONTRACT OF WORK REQUIRED IN THE EXECUTION OF


NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG) VIZAG

S’Shri / Shri / M/s is/are hereby


authorized to tender for the above work. The tender is to be uploaded in the www.defproc.gov.in site. Any
correspondence concerning to this tender should be addressed quoting the reference Tender Id number as seen from site/portal
addressed to A S S I S T A N T G A R R I S I O N E N G I N E E R ( I ) ( Coast Guard) Vizag, CGWO Building, C/o Fleet Mail
Office, Visakhapatnam – 530 014 and marked as CA NO. AGE (I) (CG) / VIZ / TOKEN / 12 OF 2024-2025.

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

-----------------------------------------------
(SIGNATURE OF OFFICER
ISSUING THE DOCUMENTS)
APPOINTMENT: JE (QS&C)
for ACCEPTING OFFICER
SIGNATURE OF CONTRACTOR
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 16

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


SCHEDULE ‘A’

NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG) VIZAG


NOTES :-

1. The entire work under this contract shall be completed within 1 8 0 (One hundred eighty days) from
the date of handing over of site. Sites for all items of work shall be handed over simultaneously.
2. For Schedule of items refer B.O.Q sheet in Excel format.
3. The quantities shown in schedule (B.O.Q sheet) in column 3 of Sch ‘A’ are approximate and are
inserted as a guide only. They do not constitute any guarantee of the ultimate quantities which will be
ordered on the contractor. They shall not however be varied beyond t h e l i m i t l a i d d o w n i n
c o n d i t i o n 7 of IAFW- 2249 ( General c o n d i t i o n s o f contract).
4. The contractor shall enter the unit rate in column 5 of B.O.Q. The unit rates in figure shall be
entered only.
5. Unless otherwise specifically stated in the description of the items, the unit rates quoted in Col. 5 shall be
deemed to include for all Labour and Materials complete required for executing the respective items of
works.
6. (a) The unit rate quoted by the tenderer against respective items of schedule ‘A’ shall be deemed to
include minor details of construction of work, not specifically mentioned in description of schedule ‘A’
items and/or in the particular specifications/drawing and which are fairly and obviously
intended/essential to the execution of work in a workmen like manner and sound constructions.
(b) In case of difference of opinion between the contractor and the Engineer-in-charge as to,
whether or not certain items of work constitute “Minor constructions details’ which is deemed to have been
included in the contractor’s quoted rates, the decision of the Accepting Officer shall be final, conclusive
and binding.
7. The description of Schedule ‘A’ items in B.O.Q sheet (Excel format) are brief. These shall b e
read in conjunction with particular specifications, special conditions, method of measurements, preambles
contained in MES schedule and General Conditions of Contracts IAFW- 2249.

8. The final contract sum shall be arrived after deducting the amount of Schedule of credit (if taken) from the
amount quoted in B.O.Q as shown in General Summary of Serial Page No.

9. The tenderer’s quotation shall be deemed to include GST as levied by the Central Govt. Any other
conditions stipulated by the tenderer regarding GST on works contracts or any other taxes / duties will not be
considered and such tender shall be liable for rejection. The contractor shall note this point and any
condition to this effect will be treated as the CONDITIONAL TENDER and the tender thus quoted and
submitted shall be rejected.
10. DEFECT LIABILITY PERIOD: The defect liability period for subject work is 12 Calendar Months after
Certified date of Completion of the work as per amendment No. 49 issued to condition 46 of IAFW 2249 General
Conditions of Contracts (GCC).

11. Special Conditions in MES Schedule and preambles to items given in MES Schedule Part-II under respective
trades shall be applicable. If any provision in Sch ‘A’ and/or in particular specification is at variance with the
provisions in special conditions in MES Schedule Part-II and preambles to MES Schedule items, the
provisions in schedule ‘A’ and particular specifications shall take precedence. However for interpretation of
the contract, the order of the preference as given in relevant condition 6 A ofIAFW-2249 shall be followed.

Contd/….
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 17

12. Rates quoted for a particular item by contractor shall be deemed to include for all minor details/ items of
works and/or extra constructional details which are obviously and fairly intended and which may not have
been included in these documents but which are essential for the execution and entire completion of the
work. Decision of the Accepting Officer as to whether any minor details of work and / or construction is
obviously and fairly intended to be included in the contract or not shall be final, conclusive, and binding.

13. SAFETY MEASURES, PRECAUTIONS, RISKS, ETC.:-


13.1 The work shall be carried out with utmost care to ensure that no damage to Existing/ Adjoining work is done
failing which the damage, if any done shall be rectified by the contractor to match with the Existing/
Adjoining work to the entire satisfaction of Engineer-in-Charge under Contractor‘s own arrangement and at
his own expenses.
13.2 Suitable Tools, Plants, Equipments, Mechanism, etc., as considered necessary shall be adopted during
execution of the work. The Contractor shall take all Precautions, Safety Measures, etc., to avoid a Damage,
Miss-happening, Accident, etc., to the Workmen engaged by him to carry out the work. The UNIT RATES
quoted by Contractor/ bidder shall be deemed to have included the element of adopting of safety measures,
precautions and also the risks, etc. involved in work and nothing extra shall be admissible on this account.

14. The contractor should keep in mind while quoting tender, the fact that the site/ building where the repair/
work is to be carried out are under occupation and the building may or may not be vacant while carrying out
the work. The contractor will carry out the work in phased manner in consultation with Engineer-in-Charge.
It will be the responsibility of the contractor to submit in writing his planning program of work seven days in
advance to take over site/ commence the work or any other requirement. No compensation or anything extra
shall be admissible on this account.
15. All the code of practice, standards and specifications applicable shall be the latest editions with up to date
correction slip etc.
16. Method of measurement of all works shall be as described in MES Schedule, unless otherwise specified in
these documents.
17. No foreign exchange or import license facility will be arranged by the department for any material included
in the subject tender.
18. List of Make for items to be incorporated is given in the tender documents. Any other make approved by HQ
E-in-C’s Branch / HQ CEEC in the same Group before the bid submission end date can be incorporated in
the work subject to approval of this office.

19. Engineer & T&P, Machinery & Transport: Please note that you will be required to strictly ensure
engagement of engineers and deployment of ‘T&P, Machinery & Transport’ as stipulated in the contracts.
Inadequate engagement of engineers/deployment ‘T&P, Machinery & Transport’ as per contract conditions
shall be considered as serious lapse attracting ban/removal/downgrading/debarment of the Firm/Company. In
this connection General Condition of Contract (IAFW-2249) Condition 15, 16 & 25 shall be referred and
strictly followed.
20. Performance Security Deposit: Within 28 days of receipt of the letter of Acceptance, the successful
contractor shall deliver to the Accepting Officer a Performance Security in the form of Bank Guarantee
(Issued by Nationalized /Scheduled Bank as per Appx 2.1 to Manual of Contract 2020 with modifications
with respect to Performance Security in place of Security Deposit), Govt. Security, FDR for an amount
equivalent to 5% of the contract sum as amended by E-in-C’s Branch policy. Non-compliance of this
provision shall constitute sufficient grounds for cancellation of awarded contract and forfeiture of Earnest
Money. SSD deposited by registered contractor shall serve the purpose of exemption of Earnest money. If
the Performance Security is not deposited by the registered contractor, the contract shall be cancelled and
contractor shall deposit the amount equal to Earnest Money through MRO and issue of tender shall remain
suspended to such contractor till the aforesaid amount is deposited in Govt. Treasury.

21. TAXES, DUTIES & LEVIES ETC. (REFER SPECIAL CONDITION FOR REIMBURSEMENT /
REFUND ON VARIATION IN TAXES DIRECTLY RELATED TO CONTRACT VALUE) :
Contractor‘s quoted rates shall be deemed to include for all statutory levies / duties / taxes including GST
applicable as on date of receipt of tender. It may be noted that conditional tender regarding this aspect and or
on any other account will not be considered and shall be liable to be “REJECTED”.
Contd…/
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 18

22. Refund of Performance Security: The Performance Security Deposit mentioned above (As amended vide
Amendment No 45 to Condition 68 of IAFW-2249) shall be refunded to contractor after expiration of Defect
Liability Period mention above. Recovery if outstanding against the contractor shall be effected from the
Performance Security as stipulated under Condition 67 of IAFW-2249 (as amended vide Amendment No
44).
23. HEALTH ADVISORY / PRECAUTIONS AGAINST COVID-19.
The contractor shall follow National directives for COVID-19 Management as per Govt. of India, Ministry of
Home Affairs directions issued time to time as prescribed in the Disaster Management Act 2005 along with
the following instructions: -
(a) All work places shall have adequate arrangements for temperature screening and provide sanitizers at
convenient places.
(b) Use of Arogya Setu shall be encouraged for all the employees.

(c) Wearing of face cover is compulsory and thermal scanning of the employee shall be done on daily basis
and report to Engr-in-Charge.

(d) The persons detailed for the work shall maintain social distancing except while rescuing individuals from
stranded lifts.

(e) Spitting is prohibited and shall be penalized as per Govt’s instructions.

(f) There shall be strict ban on consuming of liquor, gutka, tobacco and any other drugs to maintain the safe
health of self and surroundings.

(g) Frequent hand washing shall be advised and the materials required to be supplied by the contractor to the
lift attendants / rep of OEMs / or any other staff employed at work by the contractor.

(h) Intensive communication and training on good hygiene practices shall be given to the employees.

(j) In case any employee is found to be a victim of COVID-19, then the contractor shall immediately inform
the department and the employee to be directed to report to any government hospital. Also that individual shall
not be employed further till he gets clearance from the hospital.

(k) Also, the contractor shall not employ any individuals belonging to red zones as intimated by Govt. of
India / State Govt. / Local Administration.

(l) The cost for the above provisions shall be borne by the contractor and nothing extra is admissible on this
account.

24. Blank.

25. The description of each item of BOQ shall be deemed to include the following wording at the end “complete all
as specified and as directed by Engineer-in-Charge”.

26. This work is consisting one job:

SRL NO. NAME OF WORK JOB NO.


1. PROVISION OF PARKING SHED AT KAKINADA UNDER
AGE(I)(CG) VIZAG
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 19

27. SPECIAL (STAR) RATES

(a) In case of any deviation, mode of pricing shall be decided by Accepting Officer in terms of Condition 62 of
IAFW-2249.

(b) In the event of a deviation order involving fixation of Special (Star) Rate, Draft Rate shall be prepared by GE
(within a maximum period of 30 days) while initiating the proposal for deviation seeking approval of the
Accepting Officer and notified to contractor. While notifying the Draft Rate, it will be clearly stipulated that the
same is merely an estimated rate and firm rate shall be fixed based on actual and receipt of supporting documents
from contractor such as vouchers/literature of product/test certificates etc (as applicable) on completion of the
work involving Star Rate. Any objection to the method of fixing Star Rate will be dealt as per Condition 7 of
IAFW- 2249.

(c) Draft Star Rate shall be made based on market enquiry through telephonic enquiry/quotations/email/rate
lists/internet based sources, material & labour constants available in various publications and record available in
respect of Star Rates approved in the past for similar items of work etc. Contractor may also assist GEs office in
preparation of draft Star Rate.

(d) The Draft Star Rate shall be purely a draft rate and shall not be used for claiming final payment during
execution of work. However GE shall allow part payment to the tune of 80% during execution to avoid any
financial hardship to the contractor.

(e) After completion of the item of work involving Star Rate, the contractor shall submit the vouchers/literature of
product/test certificates (as applicable, decision of GE being final in case of any disagreement) for finalization of
Star Rate. The Star Rate shall be technically checked by DCWE (C)/Director (C) depending upon the financial
effect & approved by competent authority within a period of one month from submission of the relevant
documents by contractor as mentioned above.

(f) The star rate as approved by competent authority after technical check by DCWE (C)/Director (C) depending
upon the financial effect shall be referred as “the rate decided by GE” under Para 62 (G) of IAFW-2249.

28. Wherever GE/GE(I) is appearing in the tender document the same shall be deemed to be amended as AGE(I).

(SIGNATURE OF CONTRACTOR) JE (QS&C)


Dated : FOR ACCEPTING OFFICER
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 24

NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG) VIZAG


SCHEDULE ‘B’

ISSUE OF MATERIALS TO THE CONTRACTOR


SEE CONDITION 10 OF IAFW – 2249

Sl Particulars Rate at which materials will Place of issue Remarks


No be issued to contractor
Unit Rate

-NIL -

SCHEDULE ‘C’

LIST OF TOOLS AND PLANTS (OTHER THAN TRANSPORT) WILL BE ISSUED TO THE CONTRACTOR
(CONDITION –15, 34 AND 25 OF IAFW – 2249 (1989 PRINT)
Ser Quantity Particulars Details of Hire charges per Stand by charges per Place Remarks
No MES crew unit for working unit per off day of issue
supplied by name
1 2 3 4 5 6 7 8

_____ N I L _____

SCHEDULE ‘D’

TRANSPORT TO BE HELD IN THE (CONTRACTOR SEE CONDITION


16 AND 35 OF IAFW-2249-1989 PRINT)
Ser Quantity Particulars Rate per Per unit Place of Remarks
No day Working Issue (be name)

1 2 3 4 5 6 7

_____ N I L _____

JE(QS&C)
SIGNATURE OF CONTRACTOR for ACCEPTING OFFICE
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 25

(In lieu of IAFW – 1779A(REV -1955)

TENDER
To
The President of India
Having examined and perused the following documents: -
1. Specifications signed by the Officer issuing the tender documents.
2. NIL
3. Schedule ‘A’, ‘B’, ‘C’ and ‘D’ attached hereto.
4. MES Standard Schedule of Rates 2009 (Part-I) Specifications and 2020 (Part-II) Rates (here-in-after
and in IAFW-2249 referred to as the MES Schedule) alongwith amendment Nos 1 to 3 against Part-
I, 2009 and amendment Nos. 01 to 122 against SSR Part-II 2020.
5. General conditions of Contracts: IAFW – 2249 (1989 Print) together with amendment Nos. 1 to 49
and errata Nos. 1 to 20.
6. WATER: CONDITION 31 of IAFW-2249, General Conditions of Contract.

6.1 Water will be supplied by the MES and shall be charged at Rs. 3.75 per every Rs. 1000.00
worth of work done priced at the contract rates.

7. SHOULD THIS TENDER BE ACCEPTED


I/We agree
*(a) That the sum of Rs. 87,560.00/-(Rupees Eighty Seven Thousand Fiv Hundred Sixty
only) forwarded as Earnest Money shall either be retained as a part of Security Deposit or be
refunded by the Government on receipt of an appropriate amount of Security Deposit, as per
condition 22 of IAFW-2249.
(b) To execute all the works referred to in the said documents upon the terms and (c)To execute
all the works referred to in the said documents upon the terms and conditions contained or referred
to thereupon and at the items rates contained in the aforesaid Schedule ‘A’ or at such other rates as
may be fixed under condition 7 of IAFW – 2249 (GCC) up to a maximum of 10 % (Ten) percent
and further agree to refer as required by the condition 70 of IAFW-2249 that all disputes shall be
referred to the sole arbitrator viz serving officer not below the rank of Superintending Engineer
/Superintending Engineer (QS&C) having degree in Engineering or equivalent or having passed
final /direct final examination of Sub-Division II of Institution of Surveyors (India) recognized by
the Govt. of India to be appointed by ADG (P) Chennai or in his absence the officer officiating as
ADG(P) Chennai whose decision shall be final conclusive and binding.

* Delete whichever not applicable.


CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 26

TENDER (CONTD……)

Signature:____________________________ Name (In block capital letters) _______________________


in the capacity of ____________________________duly authorised to sign the tender for and on behalf of
____________________________________ (in block capital letters)

Witness_____________________ Date ___________________________

Address _________________________ Postal:___________________________


__________________________ Address__________________________
__________________________ __________________________
__________________________ __________________________
Telegraphic:______________________
Address__________________________
Telephone No. ____________________
ACCEPTANCE

________________ Alterations have been made in the documents as evidence that these alterations were
made before the execution of the contract agreement; they have been initialed by the contractor and
_____________________________________ for AGE (I) (CG) Vizag. The said officer is hereby
authorized to sign and initial on my behalf the documents forming part of this contract.

The above tender is/was accepted by me on behalf of the President of India at the item rates
contained in schedule 'A' of Rs...................……………………………………………………… (Rupees
……………….………………………………………………………………………………………………….
…........................................……………only)
on …………day of ………….2024.

Signature: _______________________

AGE (I) (CG) Vizag


Dated: this _____day of_____ 2024

APPOINTMENT: AGE (I) (CG) VIZAG


ACCEPTING OFFICER
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 27 TO 59
&
SERIAL PAGE NO. 60 TO 87

NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG)


VIZAG

GENERAL CONDITION OF CONTRACTS IAFW-2249 (1989 PRINT)


MEASUREMENT CONTRACTS (IAFW 1779-A)

1 A copy of the General conditions of Contracts (GCC) (IAFW-2249, 1989 Print) with errata 1 to 20
and amendment No.1 to 49 has been supplied to us and is in our possession. We have read and
understood the Provisions contained in the aforesaid General Condition of Contracts before
submission of the Tender and we agree that we shall abide by the terms and Condition thereof, as
modified, if any elsewhere in these tender documents.

2 It is hereby further agreed and declared by us that the General Conditions of Contracts (IAFW-2249,
1989 Print) including condidtion-70 thereof pertaining to settlement of disputes by Arbitration,
containing 33 pages (Serial page no. 29 to 59) and Errata 1 to 20 and amendment Nos.1 to 49
containing 27 pages (Serial page no. 60 to 87) form part of these tender documents.

3 The tender submitted by me/us* is subject to the aforesaid General conditions of contracts in IAFW–
2249, an amended copy of which has been supplied to me/us* and is in my/our* possession and
which I/We* have read and fully understood, before submission of this tender.

4 My/Our* signature hereunder is in token of my/our* having accepted the aforesaid General
Condition of Contracts together with Errata and amendments IAFW–2249 (1989 Print) and the
Clause relating to Arbitration forming an integral part of this tender.

5 It is agreed that in the event of any discrepancy in the English and Hindi version of
IAFW–2249, the contents in English will prevail.

* Delete as inapplicable

JE (QS&C) SIGNATURE OF CONTRACTOR


for ACCEPTING OFFICER
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 88 TO 94

NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG)


VIZAG

SCHEDULE OF MINIMUM WAGES/FAIR WAGES (CONDITION 58 OF IAFW – 2249)

1. It is hereby agreed that the Schedule of Minimum fair wages (SMFW) as published vide
Government of India Notification dated 14 Oct 1988 and as amended subsequently from time to time by the
orders of the competent Central / State Government / local authorities (comprising 06 pages) form part of
the tender documents.

2. Schedule of minimum fair wages is not enclosed along with tender but the contractor is deemed to
have full knowledge regarding the minimum wages payable to labourers as legally effective on date of
submission of tender and his tendered rates shall be deemed to have been based on this irrespective of the
fact that Gazette Notification may not have been published or that he was unaware of the increase in
minimum wages. The minimum wages legally effective on the date of receipt of tender shall be the basis.

3. The minimum wages legally effective referred to above be the minimum wages notified in
Gazette/Governed by any local regulations or by Central Government whichever is higher.

4. My / our signature hereunder amount to my/our having signed the aforesaid documents forming part
of this tender.

5. Schedule of Minimum Wages / Fair wages referred to Serial Page Nos. 88 to 94 shall form part of
tender documents.

NOTE: “Schedule of Minimum Fair Wages” referred to above


Available for reference in the office of the Accepting Officer.

JE (QS&C) SIGNATURE OF CONTRACTOR


for ACCEPTING OFFICER
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 95

SPECIAL CONDITION

NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG)


VIZAG

1. GENERAL

1.1 The following conditions shall be read in conjunction with the General Conditions of Contract.
IAFW –2249 (1989 Print) and IAFW–1779-A (Revised 1955) including Errata/Amendments there to. If any
provision in these special conditions are at variance with that of the aforesaid documents the former shall be
deemed to take precedence there over.

1.2 The work under this contract shall be carried out in accordance with Schedule ‘A’, the
specifications, drawings and other provisions in MES Schedule.

1.3 The term “General Specifications” Special Conditions and all preambles in the MES Schedule shall
be deemed to apply to the works under this contract. In case of any variance the provisions in these
documents shall take precedence over the aforesaid provisions in the MES Schedule.

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

2.1 The tenderers shall contact the concern GE 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 condition etc., which may effect the entire completion of work under this contract.

2.2 The tenderer shall be deemed to have visited the site(s) and made themselves familiar with the
working conditions accessibility of site(s), availability of materials and other cogent condition etc., which
may effect the entire completion of work under this contract, whether he actually inspect the site(s) or not.
No extra payment consequent on any mistake or misunderstanding or otherwise on this account will be
allowed.

2.3 Contractor shall make suitable approaches to work site if required to convey men, materials plants
and machinery required for the satisfactory completion of work. On completion of work the site shall be
cleared off all approaches. The tendered rates shall interalia be deemed to include for the aforesaid
contingencies.

3. SECURITY AND PASSES

3.1 Contractor’s attention is invited to condition 25 of IAFW –2249. He shall employ only Indian
Nationals, after verifying their antecedents and loyalty. The contractor shall on demand by the Engineer –in
–Charge submit list of his agents employees and working people concerned and shall satisfy the Engineer –
in –Charge as to the Bonafede of such people.

3.2 The Engineer-in-Charge shall at his discretion have the right to issue passes as per rules and regulation
of the installation area in force to control the admission of the contractor, his agents, and 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.

3.3 The contractor and his agents, employees and work people shall observe all the rules promulgated by the
authority controlling the installations/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 specific timing etc., Nothing extra shall be admissible for any man hours etc., lost on this
account.
Contd/…..
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 96

SPECIAL CONDITIONS [CONTD…]

4. CONDITIONS OF WORKING IN RESTRICTED AREA

4.1 The work lies in restricted area and the following are the conditions of working.
4.2 VISIT OF SITE IN THE RESTRICTED AREA

4.2.1 Permission to enter the restricted area at the time of submission of tenders can be obtained through
the concern AGE (I). Tenderers are advised to send prior intimation of their agents representatives
etc., if any dates and time of their proposed visit so that necessary arrangements may be made by
concern AGE (I) to ensure admission Whether tenderer visits the site or not, he shall be deemed to
have full knowledge of the restriction of entering into exit from and working within the restricted
area.

4.3 ENTRY /EXIT

4.3.1 The contractors, his agents, representative’s workman etc., and his materials, carts, trucks or other
means of transport, etc., will be allowed to enter through and leave from only such gates and at such
times as the concern AGE (I) or authorities in charge of the restricted areas may at their sole
discretion permit to be used. The contractor’s authorized representative is required to be present at
the place of entry and exist for the purpose of identifying his carts, trucks etc., to the personnel in
charge of the security of restricted area.

4.4 PASSESS OR IDENTITY CARDS

4.4.1 The contractor, his agents and representatives are required individually to be in possession of an
identity card or pass issued by the authorities through concern AGE (I) regarding workmen the
contractor shall submit to AGE (I) the list of workmen and other details for issuing passes through
the unit controlling authorities. These passes will be examined by the Security staff at the time of
entry into or exit from the restricted area and also any time or number of times inside the restricted
area, the tenderer shall have no claim on this account from the department.

4.4.2 Contractor shall be responsible for the conduct and action of his workmen, agents or
representatives.

4.5 SEARCH

4.5.1 Thorough search of all persons and transport shall be carried out at each gate and for as many times
as a gate is used for entry or exit and may also be carried out and any time or any number of times of the
work site within the Restricted area.

4.6 FEMALE SEARCHER

4.6.1 If the contractor desires to employ female labour on works to be carried out inside the area of
factory, depot, park etc., and female searcher is not borne on the authorized strength of the Factory , Depot,
Park etc. , at the time of submission of the tender, he shall be deemed to have allowed in his tender for pay
and allowances etc., for a female searcher (Class IV/Group ‘D’ Servant) calculated for the period female
labour is employed by him inside that area. If more than one contractor employs female labour in addition to
the authorized strength of the Factory , Depot, Park, etc. , the salary and allowances paid to the additional
female searcher shall be distributed on an equitable basis between the contractors employing female labour
taking into consideration the value and period of completion of their contracts. The GE decision in regard to
the amount recoverable on this account from any contractor shall be final and binding.

Contd/…..
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 97
SPECIAL CONDITIONS [CONTD…]
4.7 WORKING HOURS
4.7.1 The units controlling restricted area, usually, work during six days in the week and remain closed on
the 7th day. The working hours available to contractor’s labour and staff are however, appreciably reduced
because of the time taken in security checks observed at the time of entry, exit and during working hours.

4.7.2 The exact working hours, days and non-working days observed for the restricted area, where works
are to be carried out shall be deemed to have been ascertained by the contractor before submitting his tender.
The tenderers attention is invited to the fact that the total number of working hours for a unit are prescribed
in regulations and they cannot be increased by the Assistant Garrison Engineer (I)(CG) Vizag.

4.7.3. Contractor’s materials, transport etc. shall normally be permitted to come in/ go out of the area,
between 9 AM to 5 PM only and this time also may be reduced by the concerned unit authorities due to
security reasons and contractor shall not have any claim on this account.
4.7.4. Contractor may also be allowed to carry out the work beyond 6 PM and up to 6 AM (day and night)
with prior approval of AGE (I). No claim of contractor whatsoever shall be entertained if such permission is
not given by GE due to security reasons of the area. No movements of materials and transport to/out of site
of works shall be permitted during night, unless special permission is obtained from the factory/ unit
authorities.
4.8. WORKS ON HOLIDAYS
4.8.1 The contractor shall not carry out any work on gazette holiday, weekly holidays and other non
working days except when he is specially authorized in writing to do so by the AGE (I). The AGE (I) may
at his sole discretion declare any day as holiday or non-working day without assigning any reason for such
declaration.
4.9 ACCESS TO RESTRICTED AREA AFTER COMPLETION OF WORKS.
4.9.1. After the works are completed and surplus stores etc removed, the contractor, the contractor, his
agents, representatives, workmen etc may not be allowed to have access to the restricted area except for
attending any rectification of defects pointed out to his by the AGE (I).
4.10. FIRE PRECAUTIONS
4.10.1. The contractor, his agents, representative, workmen, etc. shall strictly observe the orders pertaining
to fire precautions prevailing within the restricted area. Motor transport vehicles, if any allowed by
authorities to enter the restricted area, must be fitted with serviceable fire extinguishers.

5. MINIMUM WAGES PAYABLE TO LABOUR

5.1 Refer condition 58 of IAFW –2249. The contractor shall not pay wages lower than minimum wages
for labour as fixed by Government of India/State Government/Union Territory whichever is higher.

5.2 Schedule of minimum fair wage is not enclosed along with the tender, but the contractor is deemed
to have full knowledge regarding the minimum fair wages payable to the labour as legally effective on the
day of submission of tender irrespective of the fact, the gazette notification may not have been published or
that he was unaware of the increase in the minimum wages. For the purpose of special condition, the
minimum wages legally effective on the date or receipt of tender shall be the basis for reimbursement,
refund on variation in prices. The minimum wages legally effective referred above are the minimum wages
notified in gazette or any local regulation whichever is higher.

5.3 The contractor shall have no claim whatsoever, if on account of local factor and regulations, he is
required to pay the wages in excess of minimum wages as described above during the execution of work.

Contd/…..
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 98
SPECIAL CONDITIONS [CONTD…]
6. ROYALTIES

6.1 Refer to condition 14 of General conditions of contracts ((IAFW –2249). No quarries on Defence
land are available. Contractor shall make his / their own arrangements for obtaining land for quarrying sand /
stones and obtaining other materials required for the work. Payment of royalties of such materials is to be
borne by the contractor.

7. LAND FOR TEMPORARY WORKSHOP STORES ETC

7.1 Delete the lines 5 to 9 of sub Para 1 of condition 24 of IAFW –2249 regarding in the event of the
areas of land allotted to him and insert as under:-

7.2 Contractor shall be allotted free of charge the area as marked on the layout plans for the purpose of
erection of temporary workshop, stores etc., No Ministry of Defence land is available for accommodation of
labour and canteen for which the contractor shall make his own arrangements at his own expense.
8. WATER
8.1. Refer Condition 31 of General Conditions of Contracts IAFW-2249 and Clause 1.13 of MES
Schedules Part-I. Water recovery will be at Rs. 3.75 per Rs. 1000 worth of work done.
8.2. As the water supply by MES is likely to be intermittent, the contractor shall make his own
arrangements for storing the water required for the works, labour and workmen, etc. at his own expense. In
the event of breakdown of MES supply of water or in the event of the said supply of water becoming
intermittent and during summer season there is likelihood of no supply of water, the contractor shall make
his own arrangements to bring water from his own source without stopping progress of work. The water so
arranged shall be got tested from Govt Engg. College/ Govt lab and got approved from GE before using in
the work. The contractor shall have no claim whatsoever on account of extra expenditure incurred in
bringing water from outside due to shortage of water with MES including testing of the same and his unit
rate shall be deemed to include this aspect.
9. CO-OPERATING WITH OTHER AGENCIES

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

10. ELECTRIC SUPPLY

10.1 Electric supply required for the work shall be made available by MES. The exact locations of the
Electric points will be shown by the AGE (I). KWH meters to register the electric energy supplied and main
switch shall be provided and installed by the MES. Contractor shall provide all necessary cables, fittings,
etc., from the tapping point in order to ensure a proper and suitable supply of electricity for execution of
work. All contractors installations shall confirm to and strictly in accordance with Indian Electricity Rules.

Moreover, the layout of cables etc., as proposed by him shall be as per plan approved by the
Engineer -in –charge. The contractor will be charged for the electric energy consumed for execution
of works at the following rates :-

(i) At 14.54 (Rupees Fourteen and paise fifty four) per Unit for lighting.

(ii) At 14.54 (Rupees Fourteen and paise fifty four) per Unit for lighting.

10.2 MES does not guarantee for continuity of supply and no compensation, whatsoever shall be allowed
for supply becoming intermittent or for breakdown in the system.

10.3 AGE (I) or his representative shall be free to inspect all the power consuming devices or any electric
lines provided by the contractor. Any devise or electric line provided by the contractor, which is not to the
satisfaction of AGE (I) shall be disconnected from supply if so directed by him.
Contd/…..
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 99
SPECIAL CONDITIONS [CONTD…]

11 BLANK

12. MOVEMENT OF CONTRACTOR VEHICLES:

12.1 Contractor shall see existing nearby and other locations which contractor would use for
conveyance/transport before submitting his tender for their suitability or otherwise. No extra payment /
time will be admissible on this account in case during currency any agency connected to above disallow the
movement. In case of any such eventuality, the contractor may have to unload his heavy load carriers at
other locations and any additional cost involved for shifting or any such head load carriage thus
necessitated would have to be done by the contractor without any additional payment. No claim whosoever
on this account shall be entertained.

13. SAMPLES OF MATERIALS

13.1 Refer condition 10 of IAFW –2249

13.2 Materials and articles shall bear IS certification marks and only these shall be incorporated in the
work except for the materials for which specific makes are specified in tender.

13.3 The tenderer is advised to inspect other materials which are displayed in the office of AGE (I) 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 required to be incorporated in the work irrespective of whether he has
actually inspected them or not. The materials to be incorporated in the work by the contractor shall be ISI
marked or shall be superior specifications given hereinafter. The contractor shall not procure materials
unless the samples are first got approved by the AGE (I) Vizag.

14. AVAILABILITY OF DEFENCE LAND

Refer Condition – 24 of IAFW – 2249. Delete lines 5 to 9of Para–1 of Condition– 24 of General conditions
of Contract i.e. from "In the event of land allotted to him". And insert as under.

"Minimum of Defence land is available for the purpose of storage of materials including erection
of temporary sheds accommodation of labour, canteen, fabricating workshop and the like for which the
contractor shall make his own arrangements at his own expenses"

15. TAXES

15.1. The rate quoted by the contractor shall be deemed to be included for all the taxes including GST as
levied by the Central Govt. No claim what so ever shall be entertained on this aspect. Any conditions put
forth by the contractor in his tender regarding applicability of taxes the same shall be deemed to be as
conditional tender and the tender shall be treated as non bonafide.
16. GOODS AND SERVICE TAX :
[INTRODUCED BY CENTRAL GOVT. W.E.F. 01 JULY 2017]
16.1. The tenderers unit rate / amount shall be deemed to include GST levied by the Central Government
as fixed from time to time. Tender will be considered non-bonafide if any stipulation is made by
the tenderers in this regard and tender will be liable for rejection. Contractor’s unit rate / amount
shall be deemed to include this aspect and nothing extra shall be payable to contractor on this
account.

17. LABOUR WELFARE TAX:

17.1 The rates quoted by the tenderer shall be deemed to include Labour welfare tax if applicable as fixed
by the Government. The tenderer shall ascertain the applicability of Labour Welfare Tax as on date of
submission of tender.
Contd/…..
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 100
SPECIAL CONDITIONS [CONTD…]
18. REIMBURSEMENT / REFUND IN THE VARIATION IN "TAXES DIRECTLY RELATED
TO THE CONTRACT VALUE”:
18.1 The rate quoted by the contractor shall be deemed to be inclusive of GST. No reimbursement /
refund for variation on rates of taxes shall be made except as provided below:-
[a] The taxes which are levied by the Govt. at certain percentage rates of the Contract Sum /
Amount shall be termed as "Taxes directly related to the Contract Value" such as GST on works
contract and the like but excluding the income tax. The tendered rates shall be deemed to be
inclusive of all the "Taxes directly related to the Contract Value" with existing percentage rates as
prevailing on last due date for receipt of the tenders. Any increase in percentage rates of "Taxes
directly related to the 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 the Contract Value" with reference to prevailing rates on last due date for receipt
of tenders shall be refunded by the contractor to the Government / deducted by the Government
from any payment due to the contractor.
Similarly, imposition of any new "Taxes directly related to the 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 the Contract Value" prevailing on last due date for receipt of tenders shall be refunded by
the contractor to the Government / deducted by the Government 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 the contract value" give written
notice thereof to the AGE (I) stating that the same is given pursuant to this Special Condition,
together with all information relating thereto which he may be in a position to supply. The
contractors shall submit the other documentary proof / information as the AGE (I) 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 inspection of the same by a duly authorized
representative of Govt. and shall further, at the request of the AGE (I), furnish, verified in such a
manner as the AGE (I) may require, any documents so kept and such other information as the AGE
(I) may require.

[d] Reimbursement for increase in percentage rates / imposition of "Taxes directly related to the
Contract Value” shall be made only if the contractor necessarily and properly pays additional taxes
directly related to the contract value to the Government without getting the same adjusted against
another tax liability or without getting the same refunded from the concerned Govt. authority and
submits documentary proof for the same as the AGE (I) may require.
19. BLANK
20. SIGNING OF TENDER
20.1 The persons sign the tender on behalf of another or on behalf of a firm should attach with the tender
proper power of attorney duly executed in his favour by such other persons or by all the partners, stating that
he has authority to bind such other partners/persons if the firm as the case may be in all the matters
pertaining to the contract including the Arbitration clause.

21. CONTRACOR’S REPRESENTATIVES AND WORKMEN

21.1 Refer General condition 25 of IAFW-2249. The contractor shall employ only Indian Nationals as
his representatives, servants and workman and verify their antecedents and loyalty before employment of
them for the works. He shall ensure that no persons of doubtful antecedents and nationality in any manner
shall be associated with work. If for the reason 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.
Contd/…..
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 101
SPECIAL CONDITIONS [CONTD…]
22. SECURITY OF CLASSIFIED DOCUMENTS

22.1. Contractor’s special attention is drawn to conditions 2A and 3 of IAFW-2249 (General Conditions
of Contractors).The contractor shall not communicate any classified information regarding the work either to
sub contractor or other without 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 work or earlier on termination of the contract.
22.2 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 contract).
23. RECORD OF MATERIALS

23.1 The quantity of materials such as paints, bitumen, bituminous felt, water proofing compound, chemicals
for anti-termite treatment lead 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.

23.2 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.
• As per items in B.O.Q
23.3 The contractor shall, on demand, produce to the GE original receipted vouchers / invoice in respect of
the supplies vouchers/ invoice so produced and verified shall be stamped by Engineer-in-charge indicating
contract number. The contractor shall ensure that the materials are brought to site, in original sealed
containers / packing bearing manufacturer’s marking except in the case of the requirement of materials being
less than smallest packing.

23.4 Contractor shall produce vouchers / invoices from the manufacturers or their authorized agents for the
full quantity of the materials as applicable as prerequisite before submitting claims for payment of advances
on account of the work done and or materials collected in accordance with condition 64 of General
Conditions of contracts IAFW-2249.
24. SECURITY AGAINST LOSS OR DAMAGE
24..1 The contractor shall furnish to the Engineer –in–charge every morning distribution /return of his
plants/ equipment on the site of work stating the following particulars:-
(i) Particulars of plants/equipment, their make, manufacturers model number if any,
registration number if any, capacity, year of manufacturing and year of purchasing etc.,
(ii) Total number (quantity) on site of work.
(iii) Location, indication number, quantity at each location of site of work.

(iv) Purchase value on the date of purchase. For the purpose of the condition, plant/equipment shall
be given vehicle number i.e., trucks but neither the workman tools nor any manually operated
tools/equipment. The Engineer–in-charge shall record the particulars supplied by the contractor in the works
diary and send the return to the AGE(I) for record in his office.

25. OFFICIAL SECRET ACT


25.1 The contractor shall be bound by the Official Secret Act 1951.
26. CLEANING DOWN
26.1 Refer condition 49of IAFW –2249 General Conditions of contracts.
26.2 The contractors 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 there with and leave the whole premises clean and tidy before handing over the building.
Contd/…..
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 102
SPECIAL CONDITIONS [CONTD…]
27. VALIDITY OF TENDER
27.1. The tender shall remain open for acceptance for a period of 60 (SIXTY) days from next date
subsequent to bid submission end date.
28. SAFETY
28.1 The contractor shall strictly follow, at all stages of work, the stipulations contained in the Indian
Standard Safety Code or its equivalent British Standard and the Provisions of the safety code and the
provisions of the safety rules as specified at Annexure "B" to IAFW-2249 [General Conditions of
Contracts] forming part of the contract for ensuring safety of men and materials.
29. TESTING OF MATERIALS [REFER CONDITION – 10A OF IAFW – 2249]
29.1 Sampling and testing of materials shall be done as per BIS stipulations and as specified / modified
in tender documents. The cost of samples of materials and other expenses required to be incurred for taking
the samples, packing, conveyance, preservation for future reference and testing charges shall be borne by
the contractor. Tests stipulated as "Independent “and by "Board of officers" shall also be carried out without
any extra cost to the Government.
30. DAMAGE TO OTHER STRUCTURES / BUILDINGS
31.1 Any damage caused to the existing structure [s] during the execution of the work or at any time
during the currency of the contract shall be made good by the contractor at his cost to the entire satisfaction
of the concerned authority and the site of work left clean and tidy on completion. Rectification/making
good shall confirm to the standard of workmanship originally used in the work and finished work shall
match the existing work in all respects to the entire satisfaction of the Engineer –in–Charge. In case of any
dispute on this account the matter shall be referred to the Accepting Officer, whose decision in writing shall
be final, conclusive, and binding.
31. MAKING CHASES, HOLES ETC. IN WALLS AND OTHER SITUATIONS

31.1 Chases / holes etc. shall be left in concrete, brickwork, stone masonry, floors and in any other
situations for carrying out various items of work as required or as directed by the Engineer-in-Charge, as far
as possible during the progress of work in the particular situations and shall be made good in the same
mortar / concrete and as specified for the portion of the work. Where the same are not left during the
progress of work, chases/holes shall be cut with the minimum disturbance to the structure.
Forming/making/cutting chases and making good the same shall be deemed to have been included in the
rates quoted in “Schedule A”.

32. CONCILIATION
32.1 SCOPE OF CONCILIATION
32.1.1 The scope of conciliation shall be restricted to the following types of disputes with
financial limits as indicated there in :-
(a) Disputes relating to levy of compensation for delay in completion - Actual amount of
Compensation.
(b) Disputes relating to technical examination of works.
(c) Disputes relating to interpretation of the provisions of the contract with reference to their
application to parties.
(d) Any other disputes having fair chances of being resolved by conciliation and
considered fit to be referred to conciliation by the parties.

For item (b), (c) & (d) each as stated above the financial limit shall be Rs. 2.00 Lakh or
one percent of the contract amount whichever is less.
Contd/…..
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 103
SPECIAL CONDITIONS [CONTD…]

32.2 COMMENCEMENT OF CONCILIATION PROCEEDINGS

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

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

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

32.3 NUMBER OF CONCILIATORS:

32.3.1 There shall be a Sole conciliator.

32.4 APPOINTMENT OF CONCILIATOR:

32.4.1 As required by the condition 70 of IAFW-2249, that all disputes as brought out in para
32.1.1 (a) to (d) above shall be referred to the sole arbitrator viz serving officer not below the rank of
Superintending Engineer / Superintending Engineer (QS&C) having degree in Engineering or equivalent
or having passed final /direct final examination of Sub-Division II of Institution of Surveyors (India)
recognized by the Govt. of India to be appointed by Chief Engineer (Coast Guard) Visakhapatnam his
absence the officer officiating as ADG(P) Chennai, Chennai whose decision shall be final conclusive and
binding.
.
32.5 STATUS OF EFFECT OF SETTLEMENT AGREEMENT

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

33. DEFECT LIABILITY PERIOD:


33.1 The defect liability period for subject work is 12 Calendar Months after Certified date of Completion
of the work as per amendment No. 49 issued to condition 46 of IAFW 2249 General Conditions of
Contracts.

JE [QS&C]
SIGNATURE OF CONTRACTOR For ACCEPTING OFFICER
Dated:
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 104
PARTICULAR SPECIFICATIONS (SECTION-I&II)
NAME OF WORK: PROVISION OF PARKING SHED AT KAKINADA UNDER AGE(I)(CG)
VIZAG
1. GENERAL:
1.1 The work under this contract shall be carried out in accordance with the description in Schedule "A", Particular
Specifications, drawings forming part of the contract, General Specifications and other provisions in the MES
Schedule read in conjunction with each other.
1.2 The term General Specifications, referred to in clause 1.1 above and in IAFW–2249 shall mean the specifications
contained in the MES Standard Schedule of Rates, Part–I [2009] [Specifications] and MES Standard Schedule of
Rates, Part – II [2020] [Rates] including errata and amendments thereto.
1.3 General rules, Specifications, Special Conditions, method of measurements and all preambles in the MES
Schedule shall be deemed to apply to the works under this contract unless otherwise mentioned in these tender
documents.
1.4 Particular Specifications given hereinafter shall be applicable to all the works covered in
Schedule "A" and these are brief and only particularize and emphasize the specifications given in MES Schedule
which are not repeated.
1.5 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.
1.6 In case no specifications are given in these Particular Specifications for any item of work then the work shall be
executed to the specification given in the MES Schedule in preference to the local trade practice.

1.7 Where specification for any item of work is not given in these Particular Specifications or in MES Schedule in
that case specifications given in relevant Indian standard specifications or code of practice shall be followed.

1.8 In the event of any discrepancy between various documents forming Part of the tender, the following order of
precedence shall be observed:

1.9 [a] Description of Schedule "A" including notes therein


[b] Particular Specifications [Sections I & II]
[c] Drawings including notes thereon
[d] MES Schedule [SSR-I and II].
[e] Indian Standard specifications/Code of practice
NOTES: In case no provision is made in [a] to [d] above, Indian Standard Specification/Code of Practice shall be
followed.
2. SCOPE OF WORK: The scope of work under this contract is as described in Schedule "A", as specified in
Particular Specifications [Section–I & II] and as directed by the Engineer–in–Charge. Accepting Officer may, at
his absolute discretion change the site during currency of contract. In the event of his decision to change the site,
the contractor shall not be entitled to any extra payment.
3. STORES & MATERIALS:
3.1 In case specification of any material needed for incorporation in the work is not contained in any of the contract
documents mentioned in Clause 1.1 above, the specification of such materials proposed to be incorporated in the
work shall be got approved in writing from the AGE (I) before their incorporation in the work.
3.2 All manufactured materials/articles other than those manufactured in contractor's workshop at site shall bear IS
certifications mark.
3.3 Items conforming to ISS will be accepted only when ISI marked materials are not manufactured in the country.
However, materials which are superior to ISI specifications such as particular type of paints, may be used without
any extra cost to the Government but before incorporating such materials/items in the work, the contractor shall
produce necessary test certificate as required by the AGE (I) (CG), VIZAG as a proof that the materials/items to
be incorporated in the work conform to relevant ISS or superior to ISS.

3.4 If the contractor, at his own discretion, intends to provide materials/items conforming to IS specifications and
bearing IS certification mark from any other manufacturer's other than those listed in the tender, such materials
shall be allowed to be incorporated with prior approval of AGE(I)(CG) Vizag and without any price adjustment.
However, this option shall only be exercised when none of the manufacturers mentioned in these tender
documents produce the materials with IS certification mark.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 105

PARTICULAR SPECIFICATIONS (CONTD…..)

3.5 SAMPLES: The contractor shall produce samples of all building materials and fittings before making
arrangements for bulk supplies for prior approval of the AGE (I) (CG) Vizag.The materials to be provided by the
contractor shall conform to or shall be superior to the samples approved. Please also refer clause 1.6 at Serial
Page No. 1– 3 of MES Schedule [Part-I].

4. STORAGE OF MATERIALS: Materials shall be stored and protected all as specified in Clause 1.9 at Serial
Page No. 1 – 4 of MES schedule [Part – I].

5. MATERIALS AND SAMPLES [REFER CONDITION 10 OF IAFW – 2249]:

5.1 Materials and articles shall bear IS certification marks and only those shall be incorporated in the work except for
the materials for which specific makes are specified in the tender. The tenderer is advised to inspect the samples
of other materials displayed in the office of the AGE(I), 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 required to
incorporate in the work once he submits his quoted tender irrespective of whether he has actually inspected them
or not. The materials to be incorporated in the work by the contractor shall be ISI marked or shall be superior to
the quality of samples displayed in the office of the AGE(I), and shall comply with the specification given herein
after.

5.2 The contractor shall not procure materials unless the Assistant Garrison Engineer (I) (CG), Vizag first approves
the samples in writing. The materials, articles etc. approved shall be labeled as such and shall be signed by the
Assistant Garrison Engineer (I) (CG), Vizag and contractor’s representative. These samples shall be kept in the
custody of the Assistant Garrison Engineer(I) (CG),Vizag/Engineer–in–Charge till the completion of the work or
as directed by the Assistant Garrison Engineer (I)(CG) Vizag. The brand of all materials, articles, fittings etc
approved together with the names of the manufacturers and firms from which supplies have been arranged shall
be recorded.

5.3 With reference to condition 10 of IAFW–2249 in respect of materials, if specific name of firm or make is inserted
in this document for materials to be supplied, the materials only of that firm or make will be supplied by the
contractor. In no case the materials of any other firm or make will be accepted. This will also apply to cases
where more than one firm or make is specified in this document, in that case, the choice of make or firms so
specified rests with the contractor.

5.4 Materials provided by the contractor for incorporation in the work shall, unless otherwise specified in the
particular specifications comply with the requirement of the relevant Indian Standards [IS] and bear IS
certification mark. IS means Indian Standards as issued by the Bureau of Indian Standards. Wherever in the
specifications of "IS" are referred, it means the latest addition of Indian standards with all amendments, current on
the due date of receipt of the tender documents.

5.5 Samples of all the materials required from completion of for entire contract shall be produced by the contractor to
AGE(I) in stages for approval within a period of one month from the date of commencement of work as per work
order No.1. Accordingly, CPM chart shall reflect the target date by which samples are to be produced by the
contractor.

5.6 The contractor shall submit a list of various materials/equipment to the AGE (I) within 02 weeks of acceptance of
tender, for which samples are required to be got approved from AGE (I) in this work and the list shall be returned
to contractor duly approved by AGE (I) immediately but not later than 07 days of receipt of the same with a copy
to Accepting Officer. The list so approved by AGE (I) shall not be final but will serve as a guide only. It is
contractor’s responsibility to produce samples of all the materials for approval of AGE (I) before incorporation of
the materials in the work. If it is found that any material has been incorporated in the work by the contractor
without getting the sample approved from AGE (I), AGE (I) shall be at liberty to reject the same at any time
without assigning any reason. Contractor shall have to remove/demolish the same without any extra cost. No
claim of contractor shall be entertained on this account.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 106

PARTICULAR SPECIFICATIONS (CONTD…..)

6. PROPRIETARY MATERIALS:

6.1 The quantity of materials such as paints, Bitumen, Bituminous felt, WPC, chemicals, and the like as applicable
and as directed by the Engineer–in–Charge [The quantity of which cannot be checked after incorporation in the
work] shall be recorded in measurement book and signed by the contractor and the Engineer–in–Charge as a
check to ensure that the required quantity had been brought to site for incorporation in the work. Materials
brought to site shall be stored as directed by the Engineer–in–Charge and those already recorded in measurement
books shall be suitably marked for identification.
6.2 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. The contractor shall ensure that the materials are
brought to site, in original sealed container/packing bearing manufacturers marking except in the case of the
procurement of material[s] being less than smallest packing. Sealed containers shall be opened in the presence of
Engineer–in–Charge as and when required and empty containers should be kept in contractors store till the
completion of the work for inspection by AGE (I)/Other Inspecting Officers.

6.3 Contractor shall produce original receipted vouchers/invoices from manufacturers and/or their authorized dealers
and test certificates where applicable for the full quantity of the materials as required for respective items of the
work under this contract before submitting claims for payment of advances on account of the work done and / or
materials collected in accordance with Condition–64 IAFW–2249, General Condition of contracts.
Vouchers/invoices so produced shall be defaced by Engineer– in–Charge as a token of verification.

7. SCOPE OF WORK: The scope of work under this contract is as described in BOQ Schedule "A", as specified in
Particular Specifications [Section – I & II] and as directed by the Engineer – in – Charge. Accepting Officer may,
at his absolute discretion change the site during currency of contract. In the event of his decision to change the
site, the contractor shall not be entitled to any extra payment.

8. EXCAVATION AND EARTH WORK: Excavation and earth work shall be carried out as described in Schedule "A"
and as specified in respective items referred in Schedule "A". Excavation shall be carried out to the shape and
dimension as directed and as specified in the MES Schedule Part - I.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 107

PARTICULAR SPECIFICATIONS (CONTD…..)

9. CEMENT:
9.1. GENERAL: Cement required for the work under the contract shall be procured, supplied and incorporated in the
works by the contractor under his own arrangement. Cement shall be of tested quality and shall comply with the
requirements mentioned in the drawings, SSR, IS specifications as amended and particular specifications given
hereinafter.
9.2. Type of cement for the subject work shall be Ordinary Portland Cement Grade 43 [Forty-Three] in accordance
with IS – 8112 or Portland Slag cement conforming to IS – 455 or Portland Pozzolana Cement [PPC] as per IS –
1489 [subject to conditions mentioned here-in-after] at the option of contractor without any price adjustment
unless otherwise mentioned in structural drawings forming part of the tender documents. However, one type of
cement shall only be used in the entire work.

9.3. When the contractor opts for using PPC in the work, AGE (I) can allow incorporation of PPC subject to
following:
[a] AGE (I) is required to ensure that PPC meets the strength criteria of 43 Grade OPC as laid down in
IS – 1812.
[b] The minimum period before striking formwork given in clause 11.3.1 of IS – 456 is to be suitably
modified at sites by the AGE(I).
[c] The contractor shall give an undertaking that he shall not claim anything extra whatsoever on
account of extra time for stripping form work etc while using PPC in lieu of OPC.
[d] In cold climate regions where temperature is lower than 15˚C and important structures like Over
Head Reservoirs, Under Ground Sumps and Buildings with spans 10m or more only OPC shall be
used.

[e] Mixing of OPC and PPC shall not be allowed in work except for plaster and mortar.
[f] While procuring PPC the following requirements are to be ensured and certificate to that effect shall
be obtained for each batch from the manufacturers.
[i] The quality of fly ash is strictly as per IS – 1489 [Part – I].
[ii] Fly ash is inter-ground with clinker not mixed with clinker.
[iii] Dry fly ash is transported in closed containers and stored in silos.
[iv] Only pneumatic pumping has been used.
[v]
The fly ash received from thermal power plants using high temperature combustion above
1000˚C has been used.
+
9.4. SOURCES OF PROCUREMENT:
9.4.1. Cement shall be procured by the contractor from any of the following main producers of cement:
[a] Tee Associates Cement Co. Ltd. [l] Lafarge Cement
[b] M/s Ramco Cements Ltd [m] Shree Cement
[c] Ultra Tech Cement [n] J K Cement
[d] The India Cement [o] JK Lakshmi Cement
[e] Dalmia Cement [p] Jaypee Rewa Cement
[f] Andhra Cement Ltd [q] Ambuja Cement Ltd
[g] Century Cements. [r] Binani Cement
[h] Saurashtra Cement [s] Madras Cement
[j] Birla Corp Ltd. [Cement Division] [t] Mangalam Cement
[k] Orient Cement [u] Toshali Cement [Gajapati brand]
[v] Dhruv Industrial company Ltd. [w] Parasakthi Cements Ltd.
9.4.2. Where total estimated requirement of cement in the work is less than 1200 bags, contractor can procure cement
from the authorized dealers of the main producers as mentioned in Clause 5.4.1 hereinbefore.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 108

PARTICULAR SPECIFICATIONS (CONTD…..)

9.4.3. The contractor shall furnish the particulars of the manufacturer/supplier of cement along with the date of
manufacture to the AGE(I)for every lot of cement separately. The cement so brought shall be fresh and in no
case older than 60 days from the date of manufacture. The document in support of the purchases of cement
shall be verified by the AGE(I). Before placing the order for supply of cement by the contractor, he shall
obtain written approval from the AGE(I) regarding name of manufacturer, quality of cement, etc. Cement
shall be procured for minimum requirement of one month and not exceeding the requirement of the same for
more than two months at a time. The cement shall be consumed in the work within three months. Cement
shall conform to these requirements of Indian Standard Specification and each bag of cement shall bear
relevant ISI mark. The weight of each consignment shall be verified by the AGE(I) and recorded. The content
of cement shall be checked at random to verify the actual weight of cement per bag. However, the content of
cement per bag shall be 50 Kg only, subject to tolerance given in IS – 455.

9.4.4. If due to some unforeseen circumstances which are beyond the control of the contractor, cement is not used
within 03 months, the same shall be retested and shall be used in the work only after taking prior approval of
Accepting Officer. Permission to use cement more than 03 months old shall be given only in exceptional cases
where Accepting Officer is satisfied with the grounds put up by the contractor and cement still meets all the
requirements of IS. No claim whatsoever shall be entertained if permission to use cement more than 3 months
old is not given to contractor.

9.5. TESTING OF CEMENT:


9.5.1. The contractor shall submit the manufacturer’s test certificate in original along with test sheets giving the
results of each physical test as applicable in accordance with relevant IS provision and the chemical
composition of cement or authenticated copy thereof duly signed by the manufacturer with each consignment,
as per the following IS provision: -

[a] Method of sampling hydraulic cement as per IS – 3535.


[b] Methods of physical test for hydraulic cements as per IS – 4031.
[c] Method of chemical analysis of hydraulic cement as per IS – 4032.
9.5.2. The test certificate and test sheet shall be furnished with each batch of manufacture. The Engineer-in-Charge
shall record these details in cement acceptance register to be maintained by him which will be signed by JE
[Civil], Engineer-in-Charge, AGE(I) and the Contractor as given in the format hereinafter for verification.

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

9.5.4. The AGE(I) shall carryout independent testing as per the tests mentioned in the "CEMENT SUPPLY /
ACCEPTANCE FORM" of random samples of cement drawn from various lots, if sample fails in 7 days
compressive strength. The testing shall be carried out through National Test House, SEMT, CME, Regional
Research Laboratories, IITs, National Institute of Technologies, Government Engineering Colleges,
Government Approved Laboratories, Zonal Laboratories as per IS – 3535 [Method of sampling Hydraulic
Cement], IS – 4031 [Method of Physical Test for Hydraulic Cement] and IS – 4032 [Method of Chemical
Analysis of Hydraulic Cement] referred to above. The decision as to where the testing of cement is to be done
shall be taken by AGE(I). In case the cement is not of requisite standard despite manufacturer’s test certificate,
the contractor shall remove the total consignment from the site at his own cost after written rejection order of
the consignment by the AGE(I). The cost of test shall be borne by the contractor irrespective of the results of
testing.
9.5.5. The random samples as per relevant IS shall be selected by AGE(I) before carrying out testing. The record of
such samples selected by the AGE(I) for testing shall be properly maintained in the `Cement Testing Register’
giving cross reference to relevant consignment of cement and quantity received etc.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 109
PARTICULAR SPECIFICATIONS (CONTD…..)
9.5.6. Cost of transportation of samples to the approved laboratory / test house and all testing charges including cost
of sample shall be borne by the contractor.

9.5.7. The contractor shall be required to set up adequate testing facilities at site to the entire satisfaction of Garrison
Engineer for conducting setting time test and compressive strength test as per IS codes referred to hereinbefore
for the samples collected from the lot brought at site. These tests shall be carried out within 7 days of receipt
of cement at site. The tests can alternatively be carried out at the Zonal Laboratory, or any other recognized
laboratory so designated by AGE(I).

9.5.8. The contractor shall submit original purchase vouchers for the total quantity of cement supplied under each
consignment to be incorporated in the work. All consignments received at the work site shall be inspected by
the AGE(I) along with the relevant documents to ensure the requirements as mentioned herein before, before
acceptance. The original purchase vouchers and the test certificates shall be verified for subject contract and
defaced by the Engineer-in-Charge and kept on record in the office of the AGE(I) duly authenticated and with
cross reference to the consignment/control number recorded in the Cement Acceptance Register. The cement
acceptance register shall be signed by the JE [Civil], Engineer-in-Charge, AGE(I) and the Contractor. The
contractor shall maintain schedule of supply of cement for each consignment.

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

9.6. STORAGE/ACCOUNTING/PRESERVATION OF CEMENT:


Cement shall be stored in covered godown over dry platform at least 20 cm high in such a manner as to prevent
deterioration due to moisture or intrusion of foreign matter. In case of store room, the stack should be at least
20 cm away from floors and walls. The stacking of cement shall be done as specified in relevant IS. The
storage accounting and preservation of cement supplied by the contractor shall be done as per standard
engineer practice till the same is incorporated in the work and the cost of the same shall be deemed to be
included in the unit rate/amount quoted by the tenderer. The Engineer-in-Charge shall inspect once a day to
verify that cement lying at site is stored, accounted, preserved and maintained as per the norms. The cement
shall be stored so as to differentiate each tested and untested consignment separately with distinct storage /
preservation of cement, he may order for any test[s] of cement as applicable for that consignment to ensure its
conformity to the quality mentioned in the manufacturer’s test certificate. The contractor shall bear the cost of
necessary testing[s] in this regard and no claim whatsoever shall be entertained.

9.6.2. Stacking of cement shall be done as per relevant IS and as under:


[a] Each cement consignment shall be stacked separately and removal shall be made on the basis of "First in
First Out".
[b] Adequate top cover will be provided.
9.6.3. Cement godown shall be provided with two locks on each door. The key of one lock at each door shall remain
with the Engineer-in-Charge or his representative and that of the other lock with the contractor’s authorized
agent at site of works so that cement is removed from the godown only according to daily requirement with the
knowledge of both the parties. During the period of storage, if any cement bag [s] found to be in damaged
condition due to whatsoever reason, the same shall be removed from the cement godown on written orders of
the AGE (I) and suitable replacement for the cement bag [s] so removed shall be made and no claim
whatsoever shall be admissible on this account.

9.6.4. Cement shall be removed from the store only according to daily requirement with the knowledge of both the
parties and daily consumption of cement shall be recorded in cement consumption register which shall be
signed by the Engineer-in-Charge and the contractor. Cement constants given in Appendix “A” to E-in-C’s
Branch letter No. 19280 / E8 dated 03 May 1976 shall form the basis of consumption of cement for various
items of works unless specifically indicated otherwise.

9.6.5. In case the consumption of cement as per cement consumption register is found to be more than the estimated
quantity of cement due to whatsoever reason, the contractor shall not have any claim whatsoever for such
excess consumption of cement.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 110

PARTICULAR SPECIFICATIONS (CONTD…..)

9.7. SCHEDULE OF SUPPLY:


9.7.1. The contractor shall procure the cement timely as required in accordance with CPM chart agreed between GE
and the contractor. The contractor will forfeit his right to demand extension of time if the supply of cement got
delayed due to his failure in placing order in time to the manufacturer.

9.8. MEASUREMENT AND PAYMENT OF CEMENT:


9.8.1. The entire quantity of cement shall also be suitably recorded in the Measurement Book for record purposes as
“Not to be Abstracted” before incorporation in the work and shall be signed by the Engineer-in-Charge and the
contractor.

9.8.2. The payment shall only be allowed after production of original purchase vouchers, certified copies of test
certificates from manufacturer for each consignment and results of testing carried out in laboratory on receipt
of cement [7 Days Compressive Test] are found satisfactory after testing as specified herein before. Cement
shall be paid as material lying at site as per Condition 64 of IAFW – 2249. Rate of cement given in SSR shall
be applicable for cement irrespective of grade of cement specified for use in the work.

9.9. DOCUMENTATION:
9.9.1. The following documents will be maintained by the Engineer-in-Charge / AGE (I) for cement supplied by the
contractor in addition to the documents specified in the contract:
[a] Original vouchers of cement shall be kept in the concerned file of the contract in AGE (I) Office, serially
numbered on each page.
[b] Original test certificates and test sheet should also be kept in the concerned file of the contract duly
numbered.

[c] Cement acceptance register as per Annexure "A" & Annexure "B".
[d] In / Out Register for cement as per Annexure "C".
[e] Register containing results of independent and additional testing by AGE (I)
[f] Register containing records of surprise checks and BOO.
[g] Inspection Register.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 111

PARTICULAR SPECIFICATIONS (CONTD…..)

10. CONCRETE :
10.1. TYPE OF CONCRETE: The type of concrete and the size of coarse aggregate required to be used for works
in various situations shall be as specified in Schedule “A”.

10.2. COARSE AGGREGATE: Coarse aggregate for all cement concrete works shall be graded crushed granite
stone all as specified and shall conform to the grading given in clause 4.4.7 [I] of MES Schedule Part – I
[2009]. Stone for coarse aggregate shall be obtained from quarries approved by the Garrison Engineer.
Mixture of two types shall however, not be used. Nominal sizes of graded stone aggregate in various
situations shall be as specified in Schedule "A". Size and grading of aggregate for reinforced concrete shall be
as specified in IS – 456 but in no case more than 20 mm graded aggregate.

10.3. FINE AGGREGATE: Fine aggregate shall be natural river sand. Fine aggregate for concrete shall generally
conform to the requirements of clause 4.4.7 [2] of MES Schedule Part – I [2009] and conforming to Zone II
grading of IS – 383 except for finer finishes. Sand shall be obtained from the riverbeds approved by the AGE
(I). The sand shall be stored at site in dumps. The contractor shall take necessary precaution to avoid
contamination or risk of shoveling of earth or other impurities by keeping sand over firm level ground as
stipulated in IS – 4082.

10.4. WATER: Water used in the work shall be clean, fresh, potable and non-saline all as specified in IS – 456 and
in clause 4.9 of MES Schedule Part – I [2009].

10.5. WATER PROOFING COMPOUND: Water proofing compound shall conform to the requirement of IS -
2645 and shall be used as per its manufacturer’s instructions. The WPC shall be of the make "Scott No. 1" or
equivalent as approved by the Accepting Officer.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 22OF 2023-2024 SERIAL PAGE NO. 112

PARTICULAR SPECIFICATIONS (CONTD…..)

10.6 DESIGN MIX CONCRETE [CONTROLLED CONCRETE]:

10.6.1. Grade of design mix concrete shall be as specified hereinbefore and shall be as referred to in
IS – 456 and as specified hereinafter. Design mix concrete may also be referred to as controlled
concrete. Mix design shall be done as per IS - 10262 [Recommended Guidelines for Design Mix
Concrete] and as described in SP – 23 [An IS Publication].

10.6.2. The requirement of cement per cubic meter of controlled concrete of Grade M30 shall be as
per IS - 456. The actual requirement of cement for the controlled concrete shall be ascertained by
the tests as specified hereinafter. The design mix shall be carried out for SEVERE environment
conditions and good quality control. The tenderer shall ascertain the quantity of cement required and
quote the lump sum accordingly. No claim whatsoever arising on account of quantity of actual
cement incorporate in the work on account of design mix is admissible.

10.6.3 [a] Contractor shall use liquid admixtures [Super plasticizers] to achieve the work-ability and
to reduce the water content in design mix. Admixtures shall confirm to IS – 9103 shall be from
approved manufacturers as given below:

[i] FOSROC Chemicals [India] Ltd.


[ii] Roffe Construction Chemicals Pvt. Ltd.
[iii] STP Speciality Chemicals Ltd.
[iv] CICO Technologies Ltd [b] Para 5.5 of IS – 456 be also referred for quality of admixtures.

[c] For maximum dose of admixtures, please refer para 10.3.3 of IS – 456. [d] Various tests as
specified in IS – 9103 shall be carried out for each batch of Admixtures at contractor’s cost.

[e] Contractor shall submit original purchase voucher and test certificate of manufacturer for
complete quantity of admixtures used in the work before claiming payment for the same.

[f] Complete quantity of admixtures including name of manufacturer, its brand name, date of
manufacturing, date of expiry, voucher No. and details of test certificates shall be entered in MB as
“Not to be Abstracted” duly signed by JE, Engineer-in-Charge, GE and representative of contractor
before making payment in RAR.

10.6.4 As soon as possible after receiving the work order to commence the work, the contractor
shall submit samples of the materials required for preparing design mix concrete viz. cement, coarse
aggregate, fine aggregate and admixtures for approval of GE and intimate the place out of the
following where they propose to carryout the design mix and preliminary tests RCC M30 grade
concrete:

[i] College of Engineering, Andhra University


[ii] College of Engineering, GITAM University
[iii] Material Testing House [India] Ltd., Visakhapatnam.
[iv] Regional Research Laboratory
[v] Government Approved Laboratory
[vi] NABL Accredited Laboratory

10.6.5 The cement used in the work shall be as specified here in before. Coarse aggregate shall be
crushed stone aggregate. The gradation shall be followed as per clause 4.2 table 2 of IS – 383 to
obtain maximum density.

10.6.6. After the samples of all the materials are approved by GE in writing sufficient quantities of
these materials shall be forwarded by GE at contractor’s expense for carrying out design mixes.

10.7. PRELIMINARY TESTS:


CA NO. AGE [I] [CG] / VIZ / TOKEN / 22OF 2023-2024 SERIAL PAGE NO. 113
PARTICULAR SPECIFICATIONS (CONTD…..)
10.7.1. Preliminary tests are tests conducted on the trial mixes of concrete produced in the
laboratory with the object of:
[i] Designing concrete mixes before the actual concreting operation starts.
[ii] Determining the adjustments required in the design, when there is change in the materials used
during execution of work.
[iii] Verifying the strength of concrete mix at 28 day
10.7.2. The preliminary tests shall consist of 3 separate sets of tests covering possible variation of
gradation of aggregates and each set of test using a minimum 9 Cubes of size 150 mm x 150 mm x
150 mm and one slump test. Three cubes shall be tested at 7 days to get indication of minimum
strength of 28 days. Other 3 Cubes shall be tested at 28 days and 3 Cubes shall be preserved for
Government use for subsequent testing. The compressive strength tests of cubes shall be performed
as per IS – 516. Casting of cubes and testing of these cubes shall be carried out in the presence of
contractor’s representative, GE / GE’s representative and representative of Accepting Officer. It will
be contractor’s responsibility to ensure that design mix is carried out at the earliest. Contractor shall
ensure that design mix calculations, supporting trail mix [03 Nos] details and test results of trial
mixes along with recommended trial mix are submitted to GE at the earliest for his further action.
Based on test results, the GE shall approve the design mix in writing. Copy of approved design mix
shall be submitted to Accepting Officer within 10 days of approval by GE. The testing charges for
the design mix and the tests conducted shall be borne by the contractor. The cost of materials,
labour and transport shall also be borne by the contractor.

10.8. WORK TEST:


10.8.1. The work tests shall be carried out at Site Lab / Command Testing Lab situated in the
premises of Chief Engineer [Navy], Visakhapatnam Zone.
10.8.2. Work test shall be conducted as per Clause 15 of IS – 456. At the commencement of the
concreting, samples of concrete shall be taken on each day as specified in Clause 15 of IS – 456 and
specimens made at the work site out of the concrete being used in the works, for the purpose of
testing compressive strength.
10.8.3. From each of these samples, 9 Test Cubes of size 150 x 150 x 150 mm shall be taken to test
3 Specimens at 7 days and 3 Specimens at 28 days in Command Testing Lab. C. A. No., date of
casting and location where concrete is being used shall be marked on each concrete cube. 3 Test
Cubes of preliminary and work test shall be preserved duly marking the date of casting and C.A.
No. for verification / subsequent testing, if required. The cube shall be preserved by the GE /
Engineer-in-Charge until the defects liability period of the work is over.

10.8.4. The testing charges for the work tests conducted in the Command Testing Lab shall be at the
rate mentioned hereinafter in Particular specifications and the same shall be effected from the
payments due to the contractor in RAR / Final bill whichever is earlier. The cost of materials, labour
and transport shall be borne by the contractor. The Lumpsum quoted shall include the cost of testing
the concrete cubes both for design mix / volumetric mix.

10.8.5. In the event of contractor setting up the laboratory at site as specified here in before in
Special Conditions, the contractor shall carry out cube testing in site lab, in presence of Engineer-in-
Charge and as specified here in before. However, random testing up to 5 percent of total tests to
check the compressive strength of cube shall be carried out in Command Testing Lab for which
testing charges shall be recovered from the contractor at the rate mentioned hereinafter. Contractor
shall include this aspect in his Lumpsum while quoting his rates.

10.8.6. The Engineer-in-Charge shall maintain the record for all the tests carried out in Site Lab /
Command Testing Lab separately. The cost of testing including material, labour etc., incurred shall
be borne by the contractor and the Lumpsum quoted shall be deemed to include this.

10.9. MIXING: 10.9.1. The mix design and also execution of work shall be carried out by weigh
batching. The quantum of cement for execution of work by weigh batching shall be as per mix
design. 10.9.2. It shall be ensured that the grading characteristics as adopted in the mix design are
followed throughout. Wherever the type and/or batch of cement/aggregate is changed, a fresh mix
design shall be carried out. Nothing extra is payable on this account.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 22OF 2023-2024 SERIAL PAGE NO. 114
PARTICULAR SPECIFICATIONS (CONTD…..)

10.9.3. The contractor during the progress of work shall not change the mix design without the prior
approval of the GE.

10.9.4. Engineer-in-Charge shall maintain a record of actual consumption of cement in proper


register [other than the cement register mentioned in special conditions] and initial the entry for
every day of quantity of materials issued to contractor. The register shall be got checked and signed
by GE. In case the consumption of cement as per cement consumption register is found to be more
than the estimated quantity of cement due to whatsoever reason, the contractor shall not have any
claim, whatsoever for such excess consumption of cement.

10.9.5. The contractor shall engage any of the following manufacturers for manufacture and supply
of RMC. It is the responsibility of the contractor to make payments to the RMC supplier
independently and the department is not responsible for any disputes between contractor and RMC
manufacturer for nonpayment or delayed payment or on account of any other reasons. The
contractor may alternatively establish Ready Mixed Concrete [RMC] plant of required capacity at
site without any extra cost to Government.
[i] M/s. RMC Ready Mix India Pvt. Ltd.
[ii] M/s. Associated Cement Co Ltd
[iii] M/s. Birla Ltd
[iv] M/s. Aparna Ready mix concrete
[v] M/s. Ultratec Concrete / Lafarge A & C
[vi] M/s. M/s. Shoora RMC, Kakinada
[vii] M/s. Priyanka Minerals and Projects LLP Kakinada

10.9.6. SELECTION OF RMC MANUFACTURER: Immediately on commencement of the work,


the contractor shall intimate the name of manufacturer of RMC whom he proposes to engage.

10.9.2 Even though the firm for manufacturing and supply of RMC to site of work is approved by
the CWE / GE, the responsibility to maintain quality and grade of concrete fully rests with the
contractor.

10.9.3. Mix design shall be got carried out by the contractor from the approved RMC manufacturer
incorporating materials complying with the requirements given hereinbefore. The mix design shall
be properly bound in booklet form and submitted in triplicate for approval by the Garrison Engineer.
The RMC incorporated in the work shall be in accordance with the approved mix design. The CWE
/ GE / Engineer-in-Charge / JE [Civil] who are connected with administration and execution and
other operations connected with the execution of this work shall have access to inspect /check the
quality of materials used for manufacturer of RMC in RMC manufacturer’s yard as well as the
quality / grade of RMC supplied by the manufacturer. The contractor shall make all arrangements
for the aforesaid inspections and checks as required.

10.9.4. Contractor shall obtain a certificate from RMC manufacturer for the RMC supplied for each
day to the effect that materials used for manufacturing of RMC complies strictly as per mix design
requirements and the materials incorporated are conforming to the specifications given herein
before. In addition, the contractor shall collect samples of materials for each days concreting in the
presence of Engineerin-Charge which shall be tested in approved lab as specified herein before to
ensure that materials used are as per requirement as specified. Such tests for each material shall be
made as per relevant BIS requirements and shall be entered in register of test results. Register shall
be signed by the contractor, GE, Engineer-in-Charge & JE.

10.9.5. ACCEPTANCE OF CONCRETE: Acceptance criteria for the RMC shall be as per IS – 456.
In case the RMC supplied and incorporated fails to meet the strength requirements as per IS – 456,
work done shall be rejected by GE and contractor shall demolish the rejected work and re-do the
same with-out extra payments so as to produce the work complying with the strength requirements
as per IS – 456. The contractor will have no claim whatsoever on this account.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 22OF 2023-2024 SERIAL PAGE NO. 115
PARTICULAR SPECIFICATIONS (CONTD…..)

10.10. DESIGN, MANUFACTURE, TRANSPORTATION, PLACEMENT & TESTING:

[a] The design mix shall be carried out as per the durability condition stipulated in the contract.
Concrete mix information shall be supplied by the Contractor to the RMC manufacturer on the
format as per Annexure "D" of IS – 4926, which shall form the basis of mix design.

[b] RMC supplier will ensure that the concrete is transported in truck mixers conforming to IS –
5892 to the point of placing as rapidly as possible by methods that will maintain the required
workability and will prevent segregation, loss of any constituents or ingress of foreign matter or
water. [

c] RMC shall be used in the work only after design mix has been approved by GE in writing.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 116

PARTICULAR SPECIFICATIONS (CONTD…..)

11. FLY ASH BRICK WORK:

Fly ash Bricks shall be of locally available best quality brick, as approved by GE. Fly ash bricks (Solid) shall be of size
400 x 200 x 200mm / 400 x x200 x 100mm / 400 x 200 x 150mm / 230 x 110 x 70mm as per site requirement and as
approved by GE with 28days average wet compressive strength not less than 50Kg/Cm2 when tested as per procedure laid
down in IS-3495-1992 (Part – I) and water absorption not more than 15% by mass when tested as per procedure laid
down in IS-3495 (Part-II) after immersion in cold water for 24hours. Average drying shrinkage of blocks will not be more
than 0.15% when tested as IS- 4139. However the contractor will be allowed to use fly ash bricks of smaller size as per
site conditions with prior approval of GE with out any extra cost on plus side. The fly ash used in the process of making
blocks should confirm to grade II of IS-3812-1981. The tolerance on dimension of the bricks will be taken as per clause
5.2 of IS-12894:2002. The fly ash bricks / blocks shall conform to IS-12894-2002.

200/300/400mm thick ( as applicable ), brick wall shall be built in CM 1:6 and 100mm thick brick wall shall be built in
CM 1:4. The entire workmanship shall conform to relevant clauses as applicable for work in section 5 of MES Schedule
Part – I. The thickness of joint in Fly Ash brick work shall not be more than 6mm. The brick shall be procured from any of
the manufacturers enlisted as a member of FLY ASH BUILDING MATERIALS MANUFACTURING
ASSOCIATION (FABMAS) and as approved by AGE (I).

12. STEEL AND IRON WORK:

12.1 GENERAL: Steel and ironwork in various situations shall be carried out as specified in MES Schedule
Part – I, Section – 10 and as shown in drawings. However, TMT bars shall be used in lieu of CTD bars in
case shown in any drawing. All steel required for the work under the contract shall be procured, supplied
and incorporated in the works by the contractor under his own arrangement.
12.2 GRADES AND QUALITY: Steel supplied by the contractor shall conform to the following grades and
quality:

[a] Steel for Concrete Reinforcement:

[i] High strength deformed steel bars produced by Thermo Mechanical Treatment process
[TMT] steel bars of grades Fe-500D, meeting all other requirements of IS – 1786.
Minimum elongation shall be 18%. Please note that the steel bars of grade Fe-415 stand
discontinued for use.

[ii] Mild steel bars shall conform to IS – 432 [Part-I] and Grade – I.

[b] Structural Steel [Refer Clause 10.4 of MES Schedule Part – I [2009]]:

[i] Standard quality structural steel of Grade E 250 [Fe-410W Quality A] conforming to IS –
2062 shall be used for all types of steel structures including those subject to Dynamic
Loading.

[ii] Ordinary quality structural steel wherever mentioned shall be conforming to IS – 2062 of
Grade E 165 [Fe-290].Thisshall be used for doors, windows, guard bars, grills, steel
gates, hand railing, fencing posts etc.

[c] Galvanised Steel Sheets [Plain and Corrugated]: Galvanized steel sheets [Plain and
Corrugated] shall conform to IS – 277. Unless otherwise specified the sheet shall be of Galvanized
Class – 4. Grade of zinc coating shall be as per clause 10.29.1 of MES Schedule Part – I.

[d] Hard drawn Steel Wire Fabric for Concrete Reinforcement: Fabric reinforcement shall
conform to IS – 1566.

[e] Steel Tubes for Structural Purposes: Steel tubes for structural purposes shall conform to IS –
1161 and shall be of grade YST-240
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 117

PARTICULAR SPECIFICATIONS (CONTD…..)

12.3 SOURCES OF PROCUREMENT:

[a] High strength corrosion resistant deformed TMT Steel Bars of Grade Fe-500D & Structural Steel
of all sizes supplied by the contractor shall be procured directly from Steel Authority of India Limited
[SAIL] / Rashtriya Ispat Nigam Ltd [RINL] / Tata Iron & Steel Company [TISCO or Tata steel] / or
from the following approved primary producers:

[i] M/s. Jai Balaji Industries Ltd. [For Fe 500 & Fe 500 D] , Brand : Balaji Shakti

[ii] M/s. Shyam Steel Industries Ltd. [For Fe 500, Fe 500 D & CRS] , Brand : “Shyam”

[iii] M/s. Steel Exchange India Ltd. [For Fe 500, Fe 500 D & HSCRM] , Brand : “Simhadri
TMT”

[iv] M/s. Jindal Steel & Power Ltd. [For Fe 500, Fe 500 D, Fe 550, Fe 550D and CRS with sizes
(8-40 mm)] , Brand : “Jindal Panther”

[v] M/s. SRMB Srijan Ltd. [For Fe 500, Fe 500 D, Fe 550 & Fe 550D] , Brand : “SRMB” (8-
32mm)

[vi] M/s. Shri Bajarang Power & Ispat Ltd. [For Fe 500 & Fe 500 D] , Brand : “GOEL TMT” (8-
36mm)

[vii] M/s. JSW Steel Ltd. [For Fe 500, Fe 500 D, Fe 550D & CRS] , Brand : “Neosteel” (8-
40mm)

[viii]M/s. Shyam Metalics & Energy Ltd [For Fe 500 & Fe 500 D] , Brand : “SEL” (8-32mm)

[ix] M/s. Kamachi Industries Ltd [For Fe 500, Fe 500 D, Fe 550, Fe 550D & HSCRM] , Brand :
“Kamachi” (8-40mm)

[x] M/s. Gallantt Metal Ltd [For Fe 500, Fe 500 D & CRS] , Brand : “Gallantt TMX” (8-32mm)

[xi] M/s. Rashmi Metaliks Ltd [For Fe 500 (8-32mm), Fe 500 D & Fe 550D (8-25mm)] , Brand :
“Rashmi TMT” (8-25mm)

[xii] M/s. Real Ispat & Power Ltd [For Fe 500 & Fe 500 D] , Brand : “GK TMT” (8-36mm)

[xiii] M/s. Super Smelters Ltd [For Fe 500, Fe 500 D & Fe 550D] , Brand : “Super Shakti” (8-
32mm)

[xiv] M/s. Electrotherm (India) Ltd [For Fe 500, Fe 500 D & CRS ] Brand name “ET TMT” (8-
32mm)

[xv] M/s. Adhunik Industries Ltd., [For Fe 500 D] Brand name “ADHUNIK Fe 500 SD” (8-
32mm)

[xvi]M/s Jindal Steels and Power Ltd, Gurgaon-122001 Haryana Brand “JINDAL”(For Structural
Steel)

[b] In no case TMT Steel bars of any size shall be procured from other than the above
mentioned main producers.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 118

PARTICULAR SPECIFICATIONS (CONTD…..)

[c] Galvanized sheets and fabric reinforcement for concrete shall be procured directly from Main
manufacturers like SAIL, RINL, IISCO and TISCO or BIS marked manufacturers at the option
of contractor without any minus price adjustment.

12.3.1 All finished steel shall be well and clearly rolled to the dimensions, sections and weights specified. The
finished material shall be reasonably free from cracks, surface flaws, laminations, rough jagged and
imperfect edges and any other harmful defects and shall be finished in a proper manner. Tolerance on size
and weight of reinforcement bars shall not be more than as specified in Clause 10.17.4 and 10.17.5 of SSR
Part – I and as specified in IS – 1786 and IS – 2062 and as per relevant IS codes.

12.4 TESTING OF STEEL:

[a] The manufacturers of steel are to carry out inspection and testing of steel in accordance with the
relevant BIS provisions. The contractor shall submit manufacturer’s test certificate in original or
authenticated attested true copy by the manufacturers only along with the test sheet giving the result of
each mechanical test as applicable in accordance with relevant IS provision and the chemical composition
of the steel or authenticated copy with each consignment. The Engineer-in-Charge shall record these
details in a Steel Acceptance Register which will be signed by the Junior Engineer, Engineer-in-Charge,
GE and Contractor as given in the format as Annexure “D” & Annexure “E” hereinafter, after due
verification and Engineer-in-Charge shall send a certified true copy of test sheet to GE for his records.

[b] Independent testing of steel / structural steel / GI Sheets and fabric reinforcement for concrete by
the GE shall be optional at the discretion of the GE in case of procurement of steel from main producers
and testing charges shall be borne in accordance with Condition 10A of IAFW 2249 i.e. testing charges
shall be borne by the Department if the test results are found in order otherwise these shall be borne by the
Contractor.

[c] Independent testing of structural steel/GI sheets and fabric reinforcement by the GE
shall be mandatory in case of procurement of steel from secondary producers and testing charges shall be
borne by the Contractor irrespective of the outcome of test results.

[d] For independent testing ,random samples of steel drawn from various lots and shall
be got tested from a National Test House, SEMT CME, Regional Research Labs or Government approved
Labs, Zonal Labs, etc as per the minimum frequency given below. Samples from each lot shall be also
tested for quality and elongation.

[e] In all cases mentioned above contractor at his cost shall provide all facilities required for the
testing. Cost of materials consumed in tests shall also be borne by contractor.

12.4.1 Ultimate tensile strength elongation, bend and re bend test for reinforcement steel bars shall be carried out
as per clause 9 and test specimen shall be as per clause 11 and delivery inspection shall be as per Clause
12 of IS – 1786. Bend tests and tensile tests for structural steel shall be carried out as per IS – 2062 and
recorded as per Annexure “F”.

12.4.2 FREQUENCY OF SAMPLING FOR INDEPENDENT TESTING BY GE/AGE:


Frequency for nominal mass, tensile strength, bend and re-bend tests of steel for checking nominal mass,
tensile strength, bend, re-bend test, test specimen at random shall be selected by the GE at following
frequency:
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 119
PARTICULAR SPECIFICATIONS (CONTD…..)

Ser
Nominal Size Frequency
No.
[a] STEEL FOR CONCRETE REINFORCEMENT:
1 Sample [3 specimens] for each test for every 25 tonnes or part
1 Bars size less than 10 mm
thereof
1 Sample [3 specimens] for each test for every 35 tonnes or part
2 Bar size 10mm to 16 mm
thereof
1 Sample [3 specimens] for each test for every 45 tonnes or part
3 Bar size over 16 mm
thereof
[b] STRUCTURAL STEEL:
4 Tensile Test 1 Test for every 25 tonnes of steel or part thereof
5 Bend Test 1 Test for every 10 tonnes of steel or part thereof

12.4.3 The testing by GE as per above frequency is mandatory before payment is released to the contractor in
case of structural steel from secondary producers. The GE may also increase the 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 test results.Test shall not be insisted upon for the steel required for guard bars,
holdfasts, grills and such other allied items. In case test results of testing pursuant to clause 10.5.1 are not
within the acceptable limits, then that consignment of steel shall stand rejected and contractor shall remove
the same from site at his own cost. The rejected material shall not be incorporated in the work. The
contractor shall have no claim on this account. Cost of test samples as per frequency given in clause 10.5.1
above shall be borne by the contractor irrespective of test results.

12.4.4 DOCUMENTATION: Original purchase vouchers from the manufacturer, and original or authenticated
test certificates of the manufacturers for the total quantity of steel supplied under each consignment to be
incorporated in the work shall be produced to the Engineer-in-Charge of the work by the contractor. All
consignments received at the work site shall be inspected by the GE along with the relevant documents
before acceptance. The original vouchers and the test certificates shall be defaced and signed by the
Engineer-in-Charge and kept on record in the office of the GE duly authenticated and with cross reference
to the control number recorded in the steel acceptance register. The steel acceptance register shall be
signed by JE, Engineer-in-Charge, GE and contractor. The entire quantity of all consignments shall also be
suitably recorded in the measurements book for record purposes as “NOT TO BE ABSTRACTED” before
incorporation in the work and shall be signed by the Engineer-in-Charge and contractor. The following
provisions shall also be complied:

[a] All original vouchers will be kept in a file serially numbered and to be kept in
GE’s office
[b] Test certificates of each steel consignment will be kept in a file, serially numbered
and shall be kept in GE’s office.
[c] Steel Acceptance Register as per Annexure “D” will be maintained by the GE
[d] In/Out Register for details of receipt, acceptance/rejection and consumption of
steel will be maintained as per Annexure “G”.
[e] Register containing results of independent and additional testing by GE
[f] Inspection registers

12.4.5 AGE[I] will check the documents personally, connected with the steel, at least once a month and record of
these check will be kept in the Inspection Register [Para 10.5.1 [f] above].
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 120
PARTICULAR SPECIFICATIONS (CONTD…..)
12.4.6 STORAGE ACCEPTANCE/PRESERVATION OF STEEL:
The steel procured by the contractor shall be stored in the site of work as directed by Engineer-in-Charge /
GE neatly in separate stacks at least 15 cm above GL for various grades / quality / sizes / consignments
with distinct paint marks for identification. The steel so stacked shall be removed for incorporation in the
work only in the presence of departmental representative. The quantity of steel of various sizes received at
site and recommended for incorporation in the work shall be entered in a separate register and signed by
the contractor and the Engineer-in-Charge daily.

12.4.7 Steel will be stored in a manner so as to prevent distortion and corrosion till it is consumed in the work.
Any section that has deteriorated and corroded or if, considered defective for any other reason, the same
shall be removed from site by contractor at his cost. The contractor will keep a separate stack of steel
brought at site for inspection, away from the accepted stack of steel. In case, the consignment does not
meet any of the requirements of the relevant IS codes, the steel will be rejected by the GE and it will be
removed from the site within 24 hours at the cost of the contractor.

12.5 CONVERSION WEIGHT OF STEEL:


The weight of steel shall be calculated as per the conversion factors specified in the SSR. For sections not
listed in SSR, ISI conversion table shall be followed or manufacturer’s certificate if the weights are not
available in SSR/ISI tables. Normal waste and off-cuts shall be stacked neatly which shall be the property
of contractor. Contractor shall be allowed to remove such cut pieces after inspection and certification by
the Engineer-in-Charge.

12.5.1 Advance on account of payment made towards these cut pieces shall be adjusted from advance on account
of payment immediately falling due and before removal of such cut pieces from site.

12.6 PAYMENT IN RAR: Payment of the steel brought by the contractor should only be released by the GE
after taking action on points enumerated in para 10.6 hereinbefore and after completing the documentation
mentioned hereinbefore in this regard. Before procurement of steel, contract and structural drawing shall be
read thoroughly and various grades/types of steel to be incorporated in the work shall be identified by
contractor and got approved by the GE. Steel shall be procured sufficiently in advance as mentioned
hereinafter under clause 10.10

12.7 SAFETY OF STEEL: It will be responsibility of contractor to make sure that all possible arrangement
are made for safe custody of the steel. In case of any loss of steel, only contractor will be responsible and
the loss will be made good by contractor without any delay or claim what so ever.

12.8 SCHEDULE OF SUPPLY: Contractor shall work out complete requirement of steel size wise and phase
the same as per the activities planned to be executed in terms of CPM networking. The contractor shall
procure all the steel sections in accordance with this CPM chart. Schedule of supply of steel will be
finalized by GE in consultation with contractor and same will be incorporated in CPM chart so that supply
of steel is monitored in a way to avoid any delay in completion of the work. The schedule of supply of
steel will be vetted by CWE from time to time.

12.9 BENDING OF BARS BY BAR BENDING MACHINE: TMT bars used for reinforced concrete works
shall only be bent using bar bending machine driven by motor powered by not less than 5 HP suitable for
bars of dia up to 32 mm as approved by GE. Bending of bars shall in no case be allowed to be done
manually. The number of bar bending machines to be provided at site shall be adequate enough to execute
the works at all sites simultaneously as per the CPM. No claim whatsoever arising out on this account shall
be admissible.

12.10 WELDING: The welding work shall be executed all as specified in Clause No. 10.15 & 10.16 of MES
Schedule Part – I as applicable. All Welding shall be carried out by metal arc welding process conforming
to the requirements of IS – 1024. The welding electrodes shall conform to IS – 814. Filler wire & flux
shall conform to IS – 3613. Before welding process is commenced the assembly of structural members to
be welded shall be made with proper jigs and fixtures to ensure correct positioning of members. Sharp
edges, rust, cut edges, hatchels, irregularities and fissure due to fault cutting shall be chipped or ground or
field over the lengths of the affected area deep enough to remove faults completely. Edge preparation of
welding shall be carefully and accurately made so as facilitate a good joint, the edges to be
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 121
PARTICULAR SPECIFICATIONS (CONTD…..)

welded as well as adjacent areas extending members proper care shall be taken of welding shrinkage and
distortions as the drawing dimensions cover finished dimension of the structure. The elements shall be got
checked and approved by the Engineer-in-Charge before assembling / welding. After the assembly has
been checked temporary tack welding in position shall be done by electric welding keeping in view
finished dimensions of the structure. The process of welding shall however be as specified in MES
Schedule and as directed by the Engineer-in- Charge All Welding other than shop connections shall be
carried out by metal arc welding process conforming to the requirements of IS – 1024. The welding
electrodes shall conform to IS – 814. Filler wire & flux shall conform to IS – 3613. The inspection of
welds shall be carried out all as specified in IS – 822 and IS – 9595. The inspection of welds shall be
carried out in 3 [Three] stages, viz.

[a] Preliminary stage : Before commencement of fabrication


[b] In Process stage : During fabrication of welding
[c] Final stage : After welding

The contractor shall provide all the facilities for performing all the tests required on the job and at times
shall arrange for the facilities of an outside agency or testing establishment as and when required and as
directed by the GE. The lump sum quoted shall be deemed to include this aspect. The final stage of
welding shall include the following:

[a] Visual Inspection : 100%


[b] Inspection of Welded Dimensions : 100%
[c] Mechanical Testing:
[i] Non-Destructive Testing.
[aa] Liquid Penetrant Flow Detection : 100%
[bb] Radiographic Examination : As directed by GE [Minimum
10%]

The exact location of Radiographic examination shall be indicated in the printed test results, duly signed
by the Contractor, JE, Engineer-in-Charge and GE. The test result shall be kept on record.

12.11 DESTRUCTIVE TESTING

Load test, proof test and over load test, will be carried out at contractor’s expense, if considered necessary
to verify the quality and strength of the weld as directed by GE.The inspection and testing of weld shall be
as directed by the GE. The contractor shall have no claim whatsoever arising on this account and the lump
sum quoted shall be deemed to include this aspect. Evaluation of weld quality, quality control, testing and
acceptance of welds shall conform to clause 8 and 9 of IS – 822. All the test result shall be recorded,
signed by the contractor and Engineer-in-Charge and kept on record.

13 RENDERING:
13.1 Sand shall be fine and conform to the requirement of IS-1342 free from deleterious materials.
13.2 The mix and thickness of plastering shall be as indicated in relevant items of Schedule "A". The workmanship shall be
as specified in clause 14.28 of MES Schedule Part I.
13.3 In one coat plaster the mortar shall be firmly well pressed into the joints and in to depressions of masonry walls for
obtaining permanent bond and shall be laid little more than the required and the surfaces shall be levelled with wooden
float. On concrete walls rendering shall be dashed on roughened surfaces to ensure adequate bond using strong whipping
motion at right angle to face of wall.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 122
PARTICULAR SPECIFICATIONS (CONTD…..)

13.4 Each coat of rendering shall be kept damp continuously for 2 days, moistening shall commence after plaster is
sufficiently hardened.
13.1 KEYED POINTING: Keyed or ruled pointing shall be done by first finishing the joints as for flush pointing and then
ruling off the horizontal and vertical joints with a round edged tool to form narrow semi circular grooves in proper
alignment.

13.2. RAISED POINTING [MASONS V JOINTS AND BASTARD TUCK]: Raised pointing shall project from the wall
facing with its edges cut parallel so as to have a uniformly raised band about 6 mm in depth. The pointing shall be
finished to a smooth but hard surface.

13.1 BROKEN GLASS COPING: Top of walls, where so indicated shall be rendered with 25mm layer of cement mortar in
[1:3] with rounded or weathered finish and before the mortar has set, glass [of bottle or thick glass] broken to
approximately 63mm gauge, shall be firmly embedded at the rate of 10kg of glass per square metre of rendered surface,
jagged edges of the glass being left projecting.

14 WHITE [LIME] / COLOUR WASHING: Lime used for white washing shall be freshly burnt fat lime [Class "C"]
white in colour, conforming to IS - 712. White washing shall be carried out all as specified in Clause 15.12 of MES
Schedule Part - I. Preparation of surface shall be carried out as per clause 15.12 of MES Schedule Part - I. Specified
number of coats of white or colour wash shall be provided as indicated in Schedule "A" and all as specified in clause
15.12 of MES Schedule Part – I. Skirting and dado are not to be white/colour washed. The preparation and
application of Colour wash shall be carried out all as specified in clauses 15.12.4 and 15.12.6 of MES Schedule Part –
I respectively. The ochres for making colour wash shall conform to IS - 44. The solid lump shall be crushed to
powder.
15. CEMENT BASED PAINT: Cement based paint shall conform to IS – 5410. Prepare plastered surfaces of walls to be
treated with cement based paint as specified in clause 15.15.2 of MES Schedule Part – I. Cement based paint in two
coats over a coat of primer to locations indicated in Schedule of finishes drawings shall be provided in the manner as
specified in clause 15.15 of MES Schedule Part – I.

Cement based paint shall be of first quality of makes of M/s. Killic & Nixon with brand name "Snowcem" / M/s.
Berger Paints India Ltd. with brand name "Durocem Extra" / M/s Jenson & Nicholson with brand name "Robiacem"
and as approved by AGE (I). The colour / shade of paint shall be decided by AGE (I).

16. SYNTHETIC ENEMEL PAINT:

16.1. Painting shall be executed all as per manufacturer's instructions. Members specified to be painted shall first be
passed by the Engineer-in-Charge and marked as such before commencement of painting work. Each coat of paint
shall be passed by the Engineer-in-Charge before next coat is applied.

16.2 If the under coat of paint is not executed within six months after applying the priming coat, the priming coat shall
be redone by the contractor at his cost.

16.3 The exact tint of paint shall be decided by the AGE(I).

16.4 Surfaces which become inaccessible for painting after execution, shall be painted before execution.

16.5 The paint shall be of Ist quality and shall be procured from any of the following manufacturers (Brands)

[a] M/s. Asian Paints [Apcolite]

[b] M/s. Berger Paints [Luxol]

[c] M/s. Jenson & [Brolac]


Nicholson
[d] M/s. Shalimar Paints [Superlac]

16.6 PROTECTIVE MEASURES: Surfaces of doors, windows, floors, articles of furniture etc., and such other parts
of buildings not to be treated shall be protected from being splashed upon. Such surfaces shall be cleared off
splashes of white wash/ colour wash/ distemper etc., The contractor shall be responsible for any damage to the
fittings, fixtures and furniture.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 123
PARTICULAR SPECIFICATIONS (CONTD…..)

16.7 MEASUREMENTS: The measurements for various items of work described in Schedule "A" shall be directly
extracted for recording in the measurement books from duly Audited Periodical Services Measurement Books.
Wherever there are no audited PSMBs for any buildings, full measurements shall be recorded in the MB.

16.8 OIL BOUND DISTEMPER: Distemper of required colour and shade as approved by the GE shall be obtained
ready mixed conforming to IS - 428. The material shall be in form of a homogeneous paste free from odour of
putrefaction as such and when mixed with water. The distempering shall be provided all as per relevant clauses
specified in 15.14 of MES Schedule Part – I. The Oil bound distemper shall be of first quality of makes of Asian /
Berger / Shalimar / Nerolac / Jenson & Nicholson and as approved by AGE(I). Tint shall be as approved by
the AGE(I).

26 PLASTIC BIB TAPS: PVC bib taps shall be screwed down type and shall conform to IS - 9763. The
spindle/glands, crutches[handles] should be of plastic. The handle be crutch or butterfly type as directed. The
control devices for taps shall be identified by colour preferably blue for cold water and red for hot water. The
thickness in any portion of the body and bonnet shall not be less than 2.5mm for all sizes. The make shall be
Prayag / Polytuf as aproved by AGE(I)

27 BALL VALVES: Ball valves shall be of brass or bronze, high pressure type, and shall conform to IS - 1703
and shall be all as specified in clause No. 18.19 of MES Schedule Part - I.

28 WATER STORAGE TANKS :


28.1 PVC water tanks shall be "Rotational moulded polyethylene water storage tanks" as per IS - 12701. The tanks
shall be ISI marked and shall be of double layered. Hoisting and fixing in position connecting up pipes etc shall
be executed as per manufacturer's instructions. PVC water tanks shall be of Make Sintex / Rolex / Polycon /
Polywell as approved by Accepting Officer.

28.2 Hoisting of tanks into position shall be carried out with proper tackle, care being taken that no part of the tank
or of the structure is damaged in the operation. The tanks shall be installed to position truly level, unless
otherwise directed. The joints or connection to pipes shall be made with boiler screws, unions, tee etc., as
directed. Supports for tanks shall be provided as indicated.

29. FLOORING:

29.1. GENERAL: Provision contained in clause 13.25, 13.27, 13.28, 13.32, 13.34, 13.38, 13.39, 13.40,
13.43, 13.44, 13.45 and 13.47 of MES Schedule Part – I are to be adopted for laying, jointing of floors.
Floors shall be laid to levels or to falls as shown on drawings and as directed by Engineer – in –
Charge. Floor finish shall be extended over dwarf walls, door openings and other openings. The
dividing lines between the floors of different types wherever they so meet between adjoining rooms
shall be determined of the basis of the finish visible when the doors are closed and the applicable finish
shall accordingly be provided. Floor finish over RCC slabs shall be laid all as specified in clause
13.32.5 of MES Schedule Part – I. Sub floor may not be laid in panels.

29.2 Floors of types and composition as indicated in the Schedule "A" and shall be laid as specified in
Section - 13 of MES Schedule Part – I and as directed by Engineer – in – Charge.

29.3. CEMENT CONCRETE SUB FLOORS / BASE / SUB BASE: Cement concrete of specified mix in
sub floor / base / sub base shall be mixed all as specified in Section - 4 [Concrete] of MES Schedule
Part – I and shall be laid, compacted and finished as specified in clauses 13.27, 13.32 to 13.32.10 of
Section 13 of MES Schedule Part – I. The top surface of sub base shall be broomed to have adequate
bond with topping. Flooring shall be commenced within 48 hours of laying the concrete sub base,
failing which the surface of sub base shall be roughened with steel wire brushes, wetted by sprinkling
water and smeared with a coat of cement slurry at 3 KG / Sq.m.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 124
PARTICULAR SPECIFICATIONS (CONTD…..)

29.4. FLOOR FINISH LAID SEPARATELY ON HARDENED CONCRETE BASE:

29.4.1 LAYING THE BASE CONCRETE: The base concrete may be deposited in the whole area at a
stretch. Before placing the concrete, the sub-base shall be properly wetted and rammed. The concrete
shall then be deposited between the forms, where provided, thoroughly tamped and the surface finished
level with the top edges of the forms. The surface of base concrete shall be left rough to provide
adequate bond for the topping. Two or three hours after the concrete has been laid in position, the
surface shall be brushed with a hard brush to remove any scum or laitance and swept clean so that the
coarse aggregate is exposed.

29.4.2 LAYING THE TOPPING: The surface of base concrete shall be thoroughly cleaned of all dirt, loose
particles, caked mortar dropping and laitance, if any, by scrubbing with coir or steel wire brush. Where
the concrete has hardened so much that roughening of surface by wire brush is not possible, the entire
surface shall be roughened by chipping or hacking. Before laying the topping, the surface shall be
soaked with water, at least for twelve hours and surplus water shall be removed by mopping
immediately before the topping is laid in position. The forms shall be fixed over the base concrete
dividing it into suitable panels. Before placing the concrete mix for topping, neat cement slurry at the
rate of 3 KG/Sq.m shall be thoroughly brushed into the prepared surface of the base concrete just ahead
of the finish. The topping shall then be laid, thoroughly tamped or vibrated, the surface floated with a
wooden float to a fair and even surface.

29.4.3 FINISHING THE SURFACE FAIR SMOOTH: Where an even smooth surface is indicated, the
surface, after being floated with a wooden or steel float, shall be finished with a steel trowel. Finishing
operations shall start shortly after the compaction of concrete and shall be spread over the period of one
to six hours depending upon the temperature and atmospheric condition. The surface shall be trowelled
three times at intervals so as to produce uniform, hard and closed knit surface. Immediately after
laying, only just sufficient trowelling shall be done to give a level surface. Excessive trowelling in the
earlier stages shall be avoided as this tends to work a layer rich in cement to the surface. Sometime
after the first trowelling and after a duration depending upon the temperature and atmospheric
condition, the surface shall be re-trowelled to close any pores in the surface, and to bring to surface and
scrap off any excess water in concrete laitance [it shall not be trowelled back into the topping].

29.4.4 The final trowelling shall be done well before the concrete has become too hard but at such a time that
considerable pressure is required to make any impression on the surface. Spreading and trowelling of a
rich mix of dry cement and fine aggregate on to the surface shall not be permitted.

29.4.5 SPIKE ROLLING: Spike rolling to concrete surface where indicated shall be executed with a suitable
roller to produce indentations, whilst the concrete is green. Expanded metal impressions, where
indicated, shall be made on the floor surface while green by pressing expanded metal of the mesh as
directed to a depth of 3mm and removing the same carefully.

29.5 CURING: Immediately after the flooring surface is finished, it shall be protected from rapid drying
and strong sunlight. As soon as the surface has hardened sufficiently to prevent damage to it, it shall be
kept continuously moist for at least fifteen days by means of wet gunny bags or 50mm thick layers of
damp sand spread over the surface or pooling water on the surface. During this period the flooring shall
not be exposed to any traffic. Regular traffic on the floor shall be allowed only after 28 days.

29.6 NON SKID GLAZED CERAMIC TILE FLOORING: The size of the tile shall be as indicated in
BOQ. The tiles shall be plain, first quality, Grade B II A with water absorption 3 to 6% and shall
conform to relevant IS. The shade shall be as indicated in the schedule of finishes drawing/as approved
by GE. The screed for laying the tiles shall be as specified in BOQ. The tiles shall be laid as per
pattern described by GE, set, jointed in cement slurry. Joints shall be pointed flush in white cement
mixed with pigment to match the colour of tile wherever applicable. The workmanship shall be all as
specified in clause No.13.40.2 of MES Schedule Part I.
Make : Kajaria Ceramics Ltd / Asian Granito India Ltd / Somany Ceramics Limited / Varmora Granito
Pvt Ltd / H & R Johnson India Ltd / Nitco / Orient Bell Ltd/ Oasis Vitrified Pvt Ltd (Premium Quality)
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 125
PARTICULAR SPECIFICATIONS (CONTD…..)

29.7 GALZED CERAMIC TILE SKIRTING: Provide non skid ceramic tile skirting 100 mm high.
Screed shall be as specified in BOQ. Tiles shall be all as specified hereinbefore for non skid ceramic
tile flooring. Tiles shall be set and jointed in cement slurry. Joints shall be pointed flush with white
cement mixed with pigment to match the color of tile.
Make : Kajaria Ceramics Ltd / Asian Granito India Ltd / Somany Ceramics Limited / Varmora Granito
Pvt Ltd / H & R Johnson India Ltd / Nitco / Orient Bell Ltd/ Oasis Vitrified Pvt Ltd (Premium Quality)

29.8 VITRIFIED TILE FLOORING: Vitrified tiles shall be of homogenous body, first quality, Mohr
hardness not less than 7 [Make : Kajaria Ceramics Ltd / Asian Granito India Ltd / Somany Ceramics
Limited / Varmora Granito Pvt Ltd / H & R Johnson India Ltd / Nitco / Orient Bell Ltd/ Oasis Vitrified
Pvt Ltd (Premium Quality)] conforming to relevant IS. Tiles shall be laid over screed as specified in
BOQ and as per manufacturer’s instructions. The shade and the size shall be as specified in Schedule
"A". The tiles shall be laid as directed by the Engineer in charge. Joints shall be pointed flush using
polymer based cementatious tiling joint filler to match the shade of the tile.

30. EXTERNAL WEATHER PROOF PAINT:

30.1 GENERAL: Unless samples of all materials are approved, the contractor will not be allowed to
commence the work. Brushing for painting etc., shall be got approved by Engineer-in-Charge based on
manufacturer’s recommendations. No improvised brushes or sub standard brushes shall be brought to
site and used.

30.2 MATERIALS: Paint shall be weather proof Acrylic emulsion, exterior grade [100% acrylic]
premium quality. Shade of the paint shall be as approved by GE. Paint shall be of any of the
following make :
[a] Apex from Asian Paints
[b] Weather Coat Smooth from Berger Paints
[c] Weather Shield Max Exterior Acrylic from ICI Dulux
[d] Out Smart by NITCO Paints
[e] Nerolac Excel 100% Exterior Emulsion by Goodlass Nerolac

30.3 Primer shall be water based acrylic suitable for exteriors as per manufacturer’s instructions.
Primer shall be of same make as of paint.

30.4 The paint and primer shall be brought in manufacturer’s sealed containers only by the contractor
duly marked with batch number from the manufacturer.

30.5 The contractor shall produce manufacturers test certificate along with purchase voucher in original for
the paint and primer brought to site before claiming payment for the same. Purchase voucher of paint
and primer shall contain the complete description of material, batch No., net weight, test certification
No., quantity in each package, No. of packages etc.,

30.6 The quantity of material brought at site indicating No. of packages, quantity in each package, batch
No., purchase voucher number, test certification number, date of manufacturing, date of expiry etc.,
shall be entered in MB as “Not to be Abstracted” and shall be signed by the JE, Engineer–in–Charge,
GE and contractor.

30.7 Each container of paint and primer shall bear the following particulars:
[a] Manufacturer’s trade mark [f] Batch No.
[b] Reference to Indian Standard to which they comply [g] Storage requirement
[c] Name of product [h] Storage life
[d] Net weight [i] Date of expiry
[e] Date of manufacturing

30.8 Each lot of paint and primer shall be checked by Engineer-in-Charge and approved by him after
verifying from invoices, package, batch No. and test certificate. Materials shall be incorporated in the
work only after written approval from Engineer – in – Charge.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 126

PARTICULAR SPECIFICATIONS (CONTD…..)

30.9 WORKMANSHIP:

30.9.1 All brushes, tools, pots, kettles etc., used in carrying out the work shall be free from foreign matter
and shall be thoroughly cleaned with hot water and solutions at the end of a day’s work or before use
for a different type of material. No finish shall be executed until a sample of the finish to the required
colour and shade has been approved by the GE. Where more than one finish is indicated, each coat
shall be approved by the GE before the subsequent coat is applied.

30.9.2 The colour shall be even shade over the whole surface, if it is patchy or otherwise bad, the work shall
be redone by the contractor at his own expense.

30.9.3 PREPARATION OF NEW SURFACES: The surface shall be thoroughly cleaned of loose particles,
dust, dirt, efflorescence, chalking, grease, mortar drops and other foreign matter. The surface shall be
sand papered with grade I abrasive paper and dusted off to achieve an even and smooth surface free
from all dust particles. The contractor will use electric blowers for this purpose. If surface so obtained
is uneven, it shall be brought to a perfectly even surface by applying putty and allowing it to dry
completely land then it shall be rubbed with the abrasive paper and dusted off and finally area cleaned
by use of electric blower.

30.9.4. PRIMING COAT: After preparing the surface as approved by GE, one coat of exterior water based
acrylic primer as approved by manufacturer, thinned with water in 1:1 ratio shall be applied with brush
as per manufacturer’s instructions and as directed by Engineer – in – Charge.

30.9.5 APPLICATION OF PAINT: The acrylic emulsion weather proof paint shall be applied by brush or
roller. No strainer or colorants shall be used. The paint shall be stirred well before use. The primer coat
shall not be left without application of top coats for a long period time.

30.9.6 Two coats of 100% Acrylic emulsion weatherproof paint thinned with 400 ml water per litre of paint
shall be applied. The drying period between two coats shall be minimum 4 hours or as per
Manufacturer’s instructions. The shade shall be as approved by GE. The finish of Acrylic emulsion
weather paint shall be smooth matt finish.

30.9.7 The paint shall be as per Manufacturer’s original colour as available or shade card. No mix of tint shall
be made into original shade.

30.9.8 The contractor shall employ skilled / semi-skilled tradesmen to execute the works of their respective
trade. If the tradesmen are found to have inadequate skill to execute the work of their trades, leading to
un-satisfactory workmanship, the contractor shall remove such tradesman immediately after written
notice to this effect by the GE and shall engage other qualified tradesmen after prior approval of GE.
GE's decision whether a particular tradesmen possesses requisite qualification, skill and expertise
commensurate with nature of work, shall be final and binding. No compensation / extra claim,
whatsoever, on this account shall be admissible.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 127

PARTICULAR SPECIFICATIONS (CONTD…..)

30.10 GUARANTEE:

30.10.1 The work of applying primer and paint shall be got carried out under the supervision and guidance of
accredited representative of the manufacturer. A certificate from their representative shall be obtained
by the contractor to the effect that work of painting and primer has been carried out under their strict
supervision and as per manufacturer’s instructions. The same shall be submitted by the contractor to
AGE(I). The contractor shall also obtain a written guarantee for effectiveness of paint against fading
out, peeling off, cracking, dust / algae accumulation etc for 5 [Five] Years from the certified date of
completion of entire work from the manufacturer and submit the same to AGE(I) before completion of
work.
.
30.10.2. Should the AGE(I) at any time during construction or reconstruction or prior to the expiry of the
Guarantee period, finds defective performance of the paint, the contractor shall, on demand in writing
from the AGE(I) specifying the locations complained of, notwithstanding that the same may have been
inadvertently passed / certified and paid for, under take to carry out such treatment as may be
necessary forthwith to rectify the defects to the full satisfaction of AGE(I). In the event of his failure to
do so, within the specified period to be specified by the AGE(I) in his demand aforesaid, the AGE(I)
may undertake such defective work at the risk and expense of the contractor. The liability of the
contractor under this condition shall not extend beyond the period of five years from the certified date
of completion, unless the GE had previously given notice to the contractor to rectify the defects.

30.10.3 5% of the cost of Weather Proof Painting shall be retained from the final bill amount towards
Guarantee for Acrylic Emulsion paint which will be released after satisfactory expiry of 05 [Five]
Years Guarantee period. If contractor fails to rectify the defects noticed in the treatment or found in the
material, the aforesaid amount so retained shall be utilised for rectification of defects and contractor

shall have no claim whatsoever on this account. The contractor may submit Bank guarantee Bond or
Fixed Deposit Receipt from any Nationalised Bank pledged in favour of the Accepting Officer for the
said sum valid for the period of 05 [Five] Years from the date of completion of work in which event no
further amount will be recovered from the final bill on this account. This amount shall be released after
successful expiry of the guarantee period provided there are no defects in the performance of the paint
and the contractor shall first have been paid final bill and have rendered a "No demand Certificate"
[IAFW – 451].

30.10.4 The security deposit referred to in Condition – 22 of General Conditions of contracts [IAFW – 2249] is
independent of the guarantee amount referred hereinbefore. Conditions 10, 46 and 68 of General
Conditions of contracts [IAFW – 2249] shall be deemed to be amended to the extent mentioned above.
Defect liability period under Condition – 46 under General Conditions of Contracts IAFW – 2249 shall
be deemed to be amended to the extent mentioned above for Acrylic emulsion paint.

30.11 SCAFFOLDING:

30.11.1 The exterior painting work shall be carried out by using scaffolding. No zoola is permitted for the
work under any circumstances. Suitable scaffolds shall be provided for workmen.

30.11.2. Scaffolding or staging more than 3.5 m above the ground or floor, swung or suspended from any
overhead support or erected with stationary support shall have a guard rail properly attached, braced
and otherwise secured at least 1 m high above the floor or platform of such scaffolding or staging and
extending along the entire length of the outside and ends thereof with only such openings as may be
necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to pervert it
from swaying from the building or structure.

30.11.3 Every opening in the floor of a building or in a working platform be provided with suitable
means to prevent the fall of persons or materials by providing suitable fencing or railing whose
minimum height shall be 1 Metre.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 128

PARTICULAR SPECIFICATIONS (CONTD…..)

30.11.4 Safe means of access shall be provided to all working platforms and other working places.

30.11.4 The rates quoted are deemed to include the above provision of scaffolding and no extra will be
payable to contractor on this account. The scaffoldings shall be removed only after obtaining clearance
of Engineer – in – Charge / Garrison Engineer after considering the quality of the work undertaken on
completion of the painting.

30.12 SAFETY PRECAUTIONS:

30.12.1 Contractor shall provide all safety precautions for the Labour engaged for this work. All the labours
shall be provided with safety belts, helmets, Nose screens etc and the contractor shall adhere to all
safety precautions as per Labour Welfare Act.

30.12.2 It is also advised, contractor to have insurance cover for his workmen working at heights against any
eventuality from any reputed insurance agencies. Department will not be responsible for any untoward
incident happening due to lack of safety precautions taken by contractor. No claim whatsoever will be
entertained in this regard.

30.12.3 STAGE PASSING: The work shall be executed in a workman like manner and to the entire satisfaction
of the GE. Contractor shall obtain the approval of GE stage wise as indicated below. The contractor
shall give due notice in writing with sufficient time in advance to the Engineer – in – Charge and the
GE, when each stage is about to be completed. The contractor shall start the work of subsequent stage
only after obtaining written approval of the GE for previous stage. In default of such notice being
received from the contractor, if he commences the work of subsequent stage without approval of the
GE, then the GE shall have all the rights reserved to reject the work and ask the contractorto demolish
the said portion executed. The contractor shall have no claim on this account or otherwise. The
decision of the GE in this regard shall be final and binding.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 129
PARTICULAR SPECIFICATIONS (CONTD…..)
30.13 STAGES:
[a] Extent of area to be painted
[b] Sample of painting work [Area to be decided by GE]
[c] After preparation of surface and before applying priming coat
[d] After applying priming coat
[e] After applying first coat of Acrylic emulsion paint
[f] After applying second coat of Acrylic emulsion paint

30.14 CLEANING: Before commencement of plastering / painting work all doors / windows / ventilators,
Balcony railings etc shall be covered properly for protecting from the drips of paint / primer while
painting, to the entire satisfaction of Engineer-in-Charge. Covering shall be done with tarpaulin or ply
wood. After completion, the surrounding area, glass panes, flooring shall be cleaned and all the paint
marks on it shall be removed. A certificate to this effect from users shall be obtained without which no
completion certificate will be issued by the department.

30.15 While carrying out the Acrylic painting, tarpaulin shall be laid on the ground to avoid any
painting marks on the ground.

30.16 Contractor’s quoted rates shall be deemed included of the above said provision and nothing extra shall
be admissible on this ground.

30.17 GLAZING: All glazing shall be with plain ordinary sheet glass or frosted glass as detailed in Schedule
"A". Glass shall be free from defects viz bubbles, waviness etc and shall be homogeneous thickness.
All glass panes in wooden members shall be neatly back puttied and carefully secured with rounded
hard wooden beads mitred angle fixed with steel panel pins, beads, beads of appropriate size shall be of
the same specifications as used in shutters. Priming coat of paint shall be applied to rebates of joinery
before glazing. Glazing shall be of Make Saint Gobain / Modi Guard / Asahi and as approved by GE.

31.0 GRANITE SLAB FLOORING / DADO / WALL CLADDING:

31.1 The granite slabs shall be of best quality and of colour and size as approved by the GE or as specified
in BOQ. The thickness of the slabs shall be as specified in BOQ with permissible tolerance of +/-3%.
The stone shall be hard, durable, sound, tough, regular in shape, uniform in colour and free from soft
veins, cracks, flaws, decay and weathering. The contractor shall get samples of granite slabs/ tiles
approved by the GE for their colour. Every slab/core shall be machine cut to the required size and
shape. Laying and polishing shall be carried out all as specified in clauses 6.20.5 to 6.20.8 of MES
Schedule Part – I.

32. DEMOLITION/DISMANTLING/TAKING DOWN

32.1 Demolition /Dismantling/taking down etc shall be carried out with outmost care so that no
undue
damage is caused in the existing structure.

32.2 The demolished/dismantling/taking down unserviceable materials other than sold to the
contractor shall either be taken on charge by the department and contractor shall deposit
such materials to MES store yard as directed by the Engr-in-Charge without any extra cost
or shall be disposed off as directed by the Engr-in-Charge.

33. SITE CLEARANCE

33.1 Contractor’s tender rates shall be interalia, deemed to include the cost of disposal of
dismantled/
Demolished and taken down materials from the site and cleaning the site of work on
completion and leave the premises neat and tidy.

34. LIST OF MAKE : Unless otherwise specified in Sch ‘A’ and in PS, following makes shall
be followed as per the list of materials in Appendix ‘A’ attached (All materials shall be ISI
Marked) :-
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 130
PARTICULAR SPECIFICATIONS (CONTD…..)
35. GENERAL

35.1 The contractors are required to submit bills / vouchers / test certificates wherever necessary for all the items
executed being a maintenance contract before claiming payment for the complete quantity as per standard
Engineering practice.

35.2 All repairs which are carried out by the contractor in this work shall be entered in the register duly mentioning the
name and Identity card No. of the employ and obtain the signature of the employee for the items repaired in the
residential quarters and obtain the signature of the person / officer in charge if the repairs carried out in other than
residential buildings and shall be submitted by Engineer-in-Charge along with RAR's and Final Bill and as and
when required on demand by Accepting Officer.

35.3 PRODUCTION OF VOUCHERS: Contractor shall produce original purchase vouchers in respect all items as
applicable as pre-requisite before submitting claims for payment of advance on account of the work done and
contractor shall produce original paid vouchers for all items for which payment is claimed in RAR as “Material
Lying at site” in accordance with condition 64 of General Condition of Contract IAFW-2249.

36. PRECAST INTERLOCKING PAVER BLOCKS: Precast concrete Paver blocks shall conform to IS
15658:2006, Specification for Precast concrete blocks for paving. Paver blocks shall be sound and free
from cracks or other visual defects. The tolerance on length or breadth of paver blocks shall be +2mm
and tolerance on thickness of tiles shall be +3mm. Water absorption shall not be more than 6 percent by
mass. Shapes shall be triangular, Zigzag, Haxagon or other shape as indicated. Colour of paver blocks
shall be as indicated or as decided by AGE(I). Thickness and grade of concrete of paver blocks is
decided based on intensity of traffic, which is as under (Refer Table 1 of IS 15658 ):-

Traffic Category Paver block Thickness Grade of concrete


Light Traffic 60MM M-35
Medium Traffic 80MM M-40
Heavy Traffic 100MM M-50

37. PRECAST PLAIN CHEQUERED CEMENT CONCRETE TILE : Refer clauses 13.16, 13.16.1 of
MES Schedule Part-I. Plain Chequered cement concrete tiles shall be factory made, conform to IS-
1237-1980 obtained from any one of the manufacturers given here-in-after. Unless otherwise
mentioned in or elsewhere in tender documents, the tiles shall be made in grey cement. Terrazzo tile
and Chequered Cement Concrete tile shall be of size as given in respective item of Sch ‘A’,

38. STONE MASONRY:


38.1. Stone for stone masonry shall be from the approved quarry and shall conform to or superior to
the samples kept in the office of the Garrison Engineer.

38.2. Stone masonry where indicated in drawings shall be of random rubble un-coursed masonry
built in cement mortar [1:6] and levelled at top. Mortar joints on buried faces shall be finished
flush as the work proceeds.

38.3. The undulations from the straight edge held against the face of wall shall not be more that
40mm on pointed surfaces and 20mm on surfaces to be plastered.

38.4. For provisions of bond / through stones, hearting and jointing etc., Para 6.10.1 of MES
Schedule Part – I shall be referred to. However, PCC bond stones of size 20 cm X 20 cm X full
thickness of wall with mix PCC 1:3:6 type C1 may be provided in lieu of bond / through
stones at the discretion of contractor at no extra cost.
38.5. The thickness of mortar in beds and joints upto 30mm will be permitted without any price
adjustment.
38.6. Quoins and jambs shall be provided all as described in clause 6.10.1.6 of MES Schedule Part – I.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 131
PARTICULAR SPECIFICATIONS (CONTD…..)

39. PRE-STRESSED SPECIAL ARCH MEMBRANE ROOFING STRUCTURE WITH MS


TUBULAR FRAME

39.1 FABRIC TECHNICAL PROPERTIES:

1. YARN T100DTEX
2. TOTAL WEIGHT 900GSM2
3. WIDTH 250CM-105INCH
4. TENSILE STRENGTH 3000/300N
5. BREAKING STRENGTH 3000/3000/N/5CM
6. ADHESION 120N/5CM
7. LIGHT FASTNESS 7-8%
8. FLAME RETARDANCY M2/B1
9. TEMPERATURE RESISTANCE -300C/+700C
10. WARRANTY 10 YEARS

39.2 TECHNICAL SPECIFICATION OF STRUCTURE AND ACCESSORIES:

39.2.1 Designing of membrane as per approved design.


39.2.2. Making of basic steel structure as per approved design.
39.2.3. 3D model with structural elements & member numbers.
39.2.4. Detailing of fabrication of structural members.
39.2.5 Details of all connections between membrane & structure.
39.2.6 Development of membrane's initial shape & form as submitted to you so as to withstand
wind pressure.
39.2.7 Analyze static reactions on steel & fabric membrane.
39.2.8 Structural steel- MILD STEEL, ERW C.H.S/S.H.S/R.H.S, as per Indian standards.
39.2.9 Cutting of MS material by using Flame Torch Tools & BOSCH Cutter.
39.2.10 Fixing of BASE PLATES, C.H.S/S.H.S/R.H.S, L-ANGLES are full welded & grinding
of overall structure.
39.2.11 Cutting of membranes patterns in "hi-tech world class cutting machine.
39.2.12 Welding of patterns on SP15LKB seaming machine as per seams of membrane with
patterns width.
39.2.13 finishing/ painting of structure is done by using roller paper, sand paper& emery paper.
Paint of structure in zinc oxide and later as per mentioned clause.

39.3 The contractor will submit the warranty certificate of the ‘PRE-STRESSED SPECIAL
ARCH MEMBRANE ROOFING STRUCTURE WITH MS TUBULAR FRAME’ for 10
years as submitted by the manufacturer otherwise submit guarantee FDR @ 2.50% of
executed amount of the said item for 10 years.

40.00 BLANK
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 132
PARTICULAR SPECIFICATIONS (CONTD…..)
41. MATERIALS AND TESTS:

41.1. If facility for testing of building materials for any particular test in not available in the Site / Command
Testing Lab, the same will be got tested in National Test House / SEMT Wing / Government Approved
Laboratories / NABL Accredited Laboratories / Regional Research Laboratories / IIT / National
Institute of Technology at the discretion of Garrison Engineer, All expenses for testing shall be borne
by the contractor.

41.2. The materials listed hereinafter shall be tested as per the frequency indicated therein.

41.3 Level of testing shown in legend as A, B & C are defined as under:

41.4. LEVEL "A": "Site Lab" means own site lab established by Contractor at the work site for such tests.
This lab shall house all the facilities including T & P, machinery, equipment, and manpower etc.,
required for conducting tests. Competent technical representative as approved by the GE shall be
employed by the contractor to man the laboratory. This lab shall be operative for the entire duration of
the contract till its completion. Tests shall be carried out in the presence of Engineer-in-Charge to be
nominated by GE or any other departmental official to be nominated by the GE. Random check of
compliance of frequency of testing shall be done by GE. Setting up site laboratory is mandatory for all
works costing Rs. 1.00 Crore and above. The contractor may at his option set up site laboratory for
works costing less than Rs. 1.00 Crore also without any extra cost to Government.

[a] Record shall be maintained at work site. These test results shall be signed by contractor or his
authorized representative and aforesaid departmental official. Random check shall be done by
GE also and GE shall also sign the same in token of the check.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 133
PARTICULAR SPECIFICATIONS (CONTD…..)

[b] Within 15 days of placement of Work Order No. 1, site lab shall be established and fact
reported by the contractor to GE in writing who will verify the fact and satisfy himself of the
facilities provided. Thereafter, GE shall issue a certificate to this effect in writing listing out
equipment particulars etc., of each material test. Only after issue of this certificate by GE, the
tests shall be carried out and materials so approved shall be incorporated in the work.
[c] Manpower, material and infrastructure like electricity, water etc., required for conducting these
tests shall be provided by the contractor. Tenderer is deemed to cater for above provisions in
his quoted Lumpsum.
[e] Remedial measures, if any, required to achieve/obtain desired results for each test shall be
taken promptly by contractor. Lumpsum is deemed to include for this eventuality and nothing
extra shall be payable to the contractor. No extension of time shall be admissible on this
account.
[f] Rate per test given is applicable for recovery in case of unavoidable circumstances where some
tests as laid down could not be done and in the opinion of the GE nonperformance of tests does
not affect quality control. However, in case, GE in his opinion considers that contractor is
purposely not adhering to laid down frequencies of tests, he shall reserve the right to get it
tested in Command Testing Labor any other lab as deemed fit and make penal recovery from
RAR which shall be double the rate of testing charges indicated or testing charges actually paid
to lab whichever is higher. GE’s decision, in this regard, shall be final and binding.

41.5. LEVEL "B": "Command Testing Lab" means any lab of MES.
[a] The tests shall be conducted as per frequencies laid down for these tests in these labs for which
contractor shall provide all requisite facilities like samples, cubes, material etc., transportation
to these labs for testing purpose. It will be contractor’s responsibility to adhere to the laid down
frequency of testing. Test results shall be sent by lab to the GE whose copies can be made by
contractor at his own expense. Testing charges for the tests so conducted shall be recovered at
the rates indicated from the running payments. The contractor’s quoted Lumpsum is deemed to
include for above provision.

[b] Provision of Para [f] above of Level "A" shall be applicable to Level "B" also

41.6. LEVEL "C": Level "C" lab stands for National Test House / SEMT Wing / Government Approved
Laboratories / NABL Accredited Laboratories / Regional Research Laboratories / IIT / National
Institute of Technology where such facilities exist.
[a] Test provision contained in Para [a] of Level "B" above shall be applicable here except that
contractor shall make necessary arrangement for transportation etc., to hand over the samples to
these labs. Test results shall be forwarded to GE by these labs directly. The testing charges
payable to these labs for conducting these tests shall be borne by the contractor and his quoted
Lumpsum is deemed to include this provision.

[b] Provision of Para [f] above of Level "A" shall be applicable to Level "C" also.

41.7. In case the contractor has not set up the site laboratory and the tests are carried out in Command
Testing Labor any other laboratory, the recovery shall be made at the applicable rates indicated
hereinafter.

41.8. In case non-availability of testing facilities in MES Lab, the tests shall be conducted in any outside
approved labs. Testing charges of materials/cubes carried out in approved laboratory shall be as per
actual and shall be directly borne by the contractor.

41.9. The contractor is to provide the following tentative list of equipment at site lab with all the equipment,
as per relevant IS all as mentioned in the list of material and their tests as per PS. However, the list of
equipment is not exhaustive. The actual equipment to be provided shall be all as approved by GE. The
cost of the same is deemed to be inclusive of the rates quoted against Schedule "A".
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 134

PARTICULAR SPECIFICATIONS (CONTD…..)

MATERIAL TESTS AND THEIR RECOVERY RATES OF TESTING CHARGES

LEGEND
A : Site Lab
B : Command Testing Lab
C : National Test House / SEMT Wing / Government Approved Laboratories / NABL Accredited
Laboratories / Regional Research Laboratories / IIT / National Institute of Technology

Note: List of tests given hereunder is not final. Other tests required as per MES Schedule / BIS to satisfy the quality
requirement will also be got done by the GE and necessary expenditure for the same shall be borne by the
contractor.

Leve Rate
Ser Materia Method of
Test Frequency of Tests l of per Remarks
No ls Testing
Test Test
Compressive IS – 3495
As per IS – 5454 as given under: A 180.00
Strength [Part – II]
Checks for
Permissible Nos
Sample visual and
Lot Size of defective
Water IS – 3495 Size Dimensional
bricks A 150.00
Absorption [Part – II] characteristic
1. Brick 1001 to
5 0 s shall also
10000
be carried
10001 to
10 0 out as per IS
IS – 3495 35000
Efflorescence A 180.00 - 5454
[Part – I] 35001 to
15 1
50000
One test for every 15 Cu.m of
Sieve IS – 2386
aggregates or part thereof brought to A 120.00
Analysis [Part – I]
site.
One test for every 15 Cu.m of
Flakiness IS – 2386
aggregates or part thereof brought to A 90.00
Index [Part – I]
site.
Coarse Estimation of
IS – 2386 One test for every 100 Cu.m of
2. Aggrega Deleterious A 120.00
[Part – I] aggregate or part thereof
te Materials
Organic IS – 2386
One test per source of supply C 120.00
Impurities [Part – I]
Moisture IS – 2386
Regularly as Required A 120.00
Content [Part – II]
Specific IS – 2386
One test for each source of supply B 120.00
Gravity [Part – II]
Sieve IS – 2386 One test for every 15 cum of FA or part
A 180.00
Analysis [Part – I] thereof when brought to site
Test For
IS – 2386 One test for every 15 cum of FA or part
Clay, Silt and A 90.00
[Part – I] thereof when brought to site
Impurities
Fine
Specific IS – 2386
3. Aggrega One for each source of supply B 180.00
Gravity [Part – II]
te
Test For
IS – 2386
Organic One test for each source of supply C 180.00
[Part – II]
Impurities
Moisture IS – 2386 Regularly as required subject to 2 tests/
A 180.00
Content [Part – II] per day when being used.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 135

PARTICULAR SPECIFICATIONS (CONTD…..)

MATERIAL TESTS AND THEIR RECOVERY RATES OF TESTING CHARGES [Continued]

Leve Rate
Ser Materia Method of
Test Frequency of Tests l of per Remarks
No ls Testing
Test Test
IS – 4031 – 63
Once for each consignment or as and
Setting Time Reaffirmed B 180.00
when Required
1980
IS – 4031 – 63
Once for each consignment or as and
Soundness Reaffirmed B 120.00
when Required
1980
4. Cement
IS – 4031 – 63
Compressive Once for each consignment or as and
Reaffirmed B 360.00
Strength when Required
1980
IS – 4031 – 63
Once for each consignment or as and
Fineness Reaffirmed B 120.00
when Required.
1980
Slump Test
Or
The Min frequency of sampling of
Compacting
IS – 1119 concrete of each grade shall be as A 180.00
Factor Test
under:
Or Vee–Bee Random
Time sample shall
Structur
Quantity of be carried
al
Concrete in the No of samples out to cover
Concret
work [Cu.m] mixing units.
5. e
1 – 5 1 As per IS –
[M – 15
456 – 2000
Grade & 6 – 15 2
Compressive Clause. 14
above] IS – 516 A 120.00
Strength 16 – 30 3 for frequency
of sampling.
31 – 50 4
4+1 for each
51 and above Additional 50 Cu.m
or part thereof
IS – 1237
Water
[Appendix 6 Tiles out of 18 B 180.00 Samples: 18
Cement Absorption
“D”] Tiles from
Flooring
Wet each source
6. Tiles / IS – 1237
Transverse 6 Tiles out of 18 B 144.00 of supply
Terrazz [Appendix “E”]
Strength selected at
o Tiles
Resistance IS – 1237 Random.
6 Tiles out of 18 C 540.00
To Wear [Appendix “F”]
Specific
IS – 1708 –
Gravity& B 120.00
1960 Minimum 3 samples from a lot of 4
7. Timber Weight
Cum or 250 pieces of seasoned timber
Moisture IS – 1708 –
A 120.00
Content 1960
Test For IS – 456 &
B 240.00 Also refer
Acidity IS – 3015
clause 4.3 of
Test For IS – 456 &
Water B 240.00 IS – 456 and
Alkalinity IS – 3015
For its
Once at the stage of approval of
8. Constru subsequent
source of water
ction sub clauses
Test For IS – 456 &
Purpose C 300.00 regarding
Solid Content IS – 3015
suitability of
water
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 136

PARTICULAR SPECIFICATIONS (CONTD…..)

MATERIAL TESTS AND THEIR RECOVERY RATES OF TESTING CHARGES [Continued]

Level
Ser Method of Rate per
No
Materials Test
Testing
Frequency of Tests of
Test
Remarks
Test
Specialised
tests, their
method and
frequency
to be
Welding of Visual IS –822 – 1970 Work decided on
9. 100% by visual inspection 360.00
Steel Work Inspection Test. Clause – 7.1 site consideratio
n of their
importance
by the
Accepting
Officer
Frequency of sampling from each lot
shall be as under:
Lot size Sample Size
26 to 50 5
Dimensions, 51 to 100 8
Sizes IS – 1003
Timber 101 to 150 13 A 180.00
Workmanship [Part – I]
Panelled & & Finish 151 to 300 20
Glazed
Door/ 301 to 500 32
Window
10. 501 to 1000 50
Shutters
[Including
1001 and above 80
Factory
Made Strength Test
Shutter]
Slamming
From each lot 5% of the factory made
Impact IS – 1003
shutter shall be Manufacture tested for
Indentation [Part – I]
strength tests.
Shock
Resistance
Edge Loading
Sampling
Six test pieces cut from each of the shall be as
Ply Wood Moisture IS – 1734 –
11.
[IS–303] Content 1983 [Part – I]
boards selected as per table – I shall be C 240.00 per IS –
subjected to tests. 7835 Table
–2
IS – 635 Three test specimen from each sample
Density A 60.00
[Part – I] [Size 150mm x 75mm]
Moisture IS – 2360 Three test specimen from each sample A&
60.00
Content [Part – 3] [Size 150mm x 75mm] B
Water IS – 2360 Three test specimen from each sample Sampling
Veneered A 60.00 shall be
Absorption [Part – 16] [Size 300mm x 300mm]
Wood done as per
Swelling Due
Particle IS – 2360 Three test specimen from each sample
To Surface A 60.00 IS – 3487
12. Board [Part – 17] [Size 125mm x 100mm]
[Medium
Absorption Clause 2
Swelling In IS – 2360 Three test specimen from each sample with
Density] A 60.00
Water [Part – 17] [Size 200mm x 100mm] moisture
IS – 3097
Modules Of IS – 2360 Three test specimens as per meter.
B 90.00
Rupture [Part – IV] IS – 2380– 1977
Screw
IS – 2360 Three test specimens
Withdrawal C 120.00
[Part – IV] as per IS – 2385
Strength
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 137

PARTICULAR SPECIFICATIONS (CONTD…..)

MATERIAL TESTS AND THEIR RECOVERY RATES OF TESTING CHARGES [Continued]

Level Rate
Ser Method of
Materials Test Frequency of Tests of per Remarks
No Testing
Test Test
Compressive IS – 2156 Sample: 14
8 Blocks out of 14 A 60.00
Strength [Appendix “B”] blocks from
PCC Hollow
Water IS – 2156 consignment
Blocks for 3 Blocks out of 14 B 120.00
Absorption [Appendix “E”] of every 5000
Walling
IS – 2156 blocks or part
Density 3 Blocks out of 14 B 90.00
[Appendix “A”] thereof.
Sample: 18
Comprehens blocks from
13 IS – 2185 12 Blocks out of 18 A 60.00
ive Strength consignment
of every 1000
PCC Solid
Water blocks or part
Block for IS – 2185 3 Blocks out of 18 B 120.00
Absorption thereof.
Walling
These blocks
to be checked
Density IS – 2185 3 Blocks out of 18 B 120.00 for dimension
and weight
Samples: 18
tiles from each
Water
Ceramic Tiles source of
14 Absorption – 6 Tiles out of 18 B 180.00
/ Glazed Tiles supply
Test
selected at
random

Burnt Clay
Roofing Tiles Water
IS – 3495
[Hand Made] Absorption B 216.00
[Part – II] Sample: 12
As per IS –
tiles from each
2690 Part – II
source of
15 Length 150 to 6 Tiles out of 12
supply
250 mm,
selected at
width 100 to
Compressive IS – 3495 random.
200 mm and A 180.00
thickness 35 Strength [Part – I]
to 50 mm

Sample:
Water 32tiles from
IS – 654 each
Absorption B 180.00
Appendix “A” consignment
Mangalore of 3000 tiles
16 Pattern 6 Tiles out of 32 or part thereof.
Roofing Tiles These tiles
shall be
Breaking IS – 654
B 120.00 checked for
Load Appendix “C”
dimensions
and weight.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 138

PARTICULAR SPECIFICATIONS (CONTD…..)

Annexure – "A"
CEMENT SUPPLY & ACCEPTANCE REGISTER

1. C. A. No. & Name of Work :


2. Control No. :
3. Name of Manufacturer/Brand Name/Grade of Cement :
[A] Manufacture :
[B] Brand :
[C] Grade :
4. Quantity of cement & Lot No. / Week No. [In Bags] :
[a] Quantity :
[b] Lot No./Week No. :
5. Manufacturer’s test certificates No. :
6. Random test Details:
[a] Physical test report from________ vide their letter No. :
[b] Chemical test report form_______ vide their letter No. :

7. Details of Physical & Chemical properties : Refer Annexure "B"


As per

Remarks of BOO / Inspecting Officer / CE Zone :

Garrison Engineer

Accepted/Rejected

Contractor

Engineer – in – Charge

Junior Engineer [Civil]

Remarks with signature

CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025


As per
manufacturer As per
random test
’s test Relevant IS
certificate
certificate
Specific Surface [Sq.m/Gram]
Soundness by Le Chatlier
Expansion [%]
Soundness by Auto Clave
Expansion

PARTICULAR SPECIFICATIONS (CONTD…..)


Physical Requirements
Initial setting time [Minutes]

[As per IS – 4031]


Final setting time [Minutes]

:
03 Days [Mpa]
Compressive
07 Days [Mpa] Strength
:

28 Days [Mpa]

Temp during testing 0C

Standard Consistency [%]

Lime saturation Factor [Ratio]

Alumina Ion Ratio [Ratio]

SERIAL PAGE NO. 139


Chemical Requirements
[As per IS – 4032]
Insoluble Residue [%]

Sulphuric Anhydride [%]

Loss on ignition [%]

Annexure – "B"
Alkalis [%]

Chlorides [%]

Magnesium [%]
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 140

PARTICULAR SPECIFICATIONS (CONTD…..)

Annexure – "C"

IN/OUT CEMENT REGISTER

Cement IN Cement OUT Signature

Quantity Balance

Remarks
[in bags]
Ser No

Control No

Contractor

AGE / GE
Date

Reasons*
[in bags]

[in bags]
Quantity

Quantity

Cement
Age of
[a] [b] [c] [d] [e] [f] [g] [h] [j] [k] [l]

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

For testing purpose :


For use in work :
Rejected cement taken out of site :
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 141

PARTICULAR SPECIFICATIONS (CONTD…..)


Annexure – "D"

STEEL SUPPLY / ACCEPTANCE FORM

Contract No. :
Name of Work :
Control No. :
Details of Purchase :
[i] Particulars of Manufacturers :
[ii] Details of Suppliers, if any :
Details of Test Certificate :
[i] No. and Date :
[ii] Particulars of Issuing Authority :

Quantity
Physical properties
Nomenclature and

[Tons]
IS Reference
size of steel
Serial No.

UTS [N/Sq.mm] Elongation [%]

Remarks
Conversion
Actual

Bend
IS Test Random IS Test Random Test
Sheet Test* Sheet Test*

1 2 3 4 5 6 7 8 9 10 11

* As per frequency of testing given vide clause above

Remarks with signature :

Junior Engineer [Civil] :

Engineer – in – Charge :

Contractor :

Accepted/Rejected :

Garrison Engineer :

Remarks of BOO / Inspecting Officer / CWE :


CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 142

PARTICULAR SPECIFICATIONS (CONTD…..)

Annexure – "E"
TEST CERTIFICATE

No. of Test :

Name of Articles[s] :

Samples submitted by :

Reference to the letter No / Date :

Test No.
Manganèse [Mn%]

Aluminium [Al%]

Proof Stress MPa


Chromium [Cr%]
Phosphores [P%]

Copper [Cu%]

Ferrous [Fe%]
Nickel [Ni%]

% Elongation
Sulphur [S%]

Silicon [Si%]
Carbon [C%]

Impurities %
Lead [Pb%]

Zinc [Za%]
Sample [s]

Tin [Sn%]
Serial No

Wt of Za

UTS
Remarks with signature :

Junior Engineer [Civil] :

Engineer – in – Charge :

Contractor :

Accepted/Rejected :

Garrison Engineer :

Remarks of BOO / Inspecting Officer / CE Zone :


CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 143

PARTICULAR SPECIFICATIONS (CONTD…..)

Annexure – "F"
TEST REPORT

Name of Article material :

Particulars Identification Mark :

Name of the firm manufacturer :

This is to certify that the article, the particulars of which are given has been tested in this centre another test
results are as follows:

Chemical tests on metal [Percentage by Weight]


C S P Mn Si Ni Cu Mo
Ferrous

Sn Pb Cu Fe Zn Others
Non Ferrous
Weight / Metric
Weight / Metre

Miscellaneous
Re-Bend Test
Mechanical / Physical Tests
Elongation

Bend Test
Serial No.

Remarks
Yield / Proof Stress Tensile Strength
[N/Sq.mm] [N/Sq.mm]

Remarks with signature :

Junior Engineer [Civil] :

Engineer – in – Charge :

Contractor :

Accepted/Rejected :

Garrison Engineer :

Remarks of BOO / Inspecting Officer / CE Zone :


CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 144

PARTICULAR SPECIFICATIONS (CONTD…..)

Annexure – "G"
IN / OUT STEEL REGISTER

Steel IN Steel OUT


Ser. Quantity
Date
No. Quantity Control Quantity Balance
Section Section Reasons*
[Tons] No. [Tons]

*Note: The following reasons may be mentioned for taking out Steel from storage:

[a] For testing purpose

[b] For use in work

[c] Rejected Steel taken out of site

SIGNATURE OF CONTRACTOR JE (QS&C)


Date FOR ACCEPTING OFFICER
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 145

PARTICULAR SPECIFICATIONS (CONTD…..)

Appendix ‘A’

APPROVED NAMES FOR PRODUCTS TO BE INCORPORATED IN WORKS: The makes of products given
hereinafter are expected to confirm IS specifications/bear ISI marking. In case, they do not confirm to IS, they
automatically deemed to be deleted from this list. The Tenderer therefore, shall make market enquiry about the same
and no claim whatsoever on this account shall be entertained. In such cases, the make shall be as approved by the
Garrison Engineer. The makes if given in Schedule “A” shall take precedence over this list of makes.

MATERIALS
SER MAKE/NAME OF FIRMS
NO.
BERGER [JADOO] / NEROLAC / BRITISH PAINT / JOTUN INDIA PVT LTD / VELVET
1. ACRYLIC WASHABLE ACRYLIC DISTEMPER [CRIMSON PAINTS PVT LTD.]
DISTEMPER
BERGER [SILK] / ICI [DULUX VELVET TOUCH] / SHALIMAR PAINTS / ASIAN PAINT
2 PLASTIC EMULSION PAINT LTD. /NEROLAC PAINTS LTD. / JOTUN INDIA PVT LTD
SYNTHETIC ENAMEL PAINT / SHALIMAR PAINTS LTD. [SUPERLAC] / ASIAN [APCOLITE] / BERGER [LUXOL] /
3 ACRYLICPAINT JENSON &NICHOLSON PAINTS LTD [BROLAC] / JOTUN INDIA PVT LTD
SNOWCEM PLUS / BERGER / ASIAN PAINTS [GUTUCAM] / JOTUN INDIA PVT
4 CEMENT BASED PAINT LTD /CRIMOCEM SUPER CEMENT PAINTS
5 EXTERIOR ACRYLIC
APEX ULTIMA [ASIAN] / EXTRA MAXIUM ULTRA [SHALIMAR] / WEATHER COAT
[BERGERPAINTS LTD.] / DULAX / ROYAL ACRYLIC [CRIMSON PAINTS PVT LTD.] /
EMULSIONWEATHER COAT JOTUN INDIA PVTLTD
PAINT

6 FRENCH POLISH BERGER / JENSON & NICHOLSON PAINTS LTD / ASIAN / JOTUN INDIA PVT LTD

THERMOPLASTIC ROAD ASIAN APCOMARK / STP / SHALIMAR PAINTS LTD. / BERGER PAINTS LTD. /
7 MARKING PAINT / RETRO- JENSON & NICHOLSON PAINTS LTD / JOTUN INDIA PVT LTD
REFLECTIVE PAINT
WATER BASED ROAD
8 MARKING PAINT JOTUN INDIA PVT LTD / BERGER / ASIAN APCOTRAK

9 ACID RESISTANT PAINT ASIAN / BERGER / JOTUN INDIA PVT LTD

EPOXY PAINT /
10 POLYURETHANE PAINT FOSROC / PIDILITE / ASIAN / BERGER / JOHNSON & NICHOLSON / JOTUN INDIA PVT
LTD

11 BLACK BITUMINOUS PAINT ASIAN / BERGER

12 WHITE CEMENT / WALL PUTTY BIRLA LAVAL PLAST / BERGER / J & N / SHALIMAR PAINTS / ASIAN PAINTS

13 PLY WOOD/ PRELAMINATED


PLY WOOD/ MARINE PLY GREENPLY INDUSTRIES [PLY & BOARD DIVISION] / KITPLY / CENTURY / NATIONAL
WOOD/VENEERED PLYWOOD INDUSTRIES PVT. LTD./ARCHID PLY/ SYLVAN PLY/ SYLNAN
DECORATIVE PLYWOOD/ POLYBOARD(INDIA) PVT LTD
STRUCTURAL PLYWOOD/
FIRERETARDANT PLYWOOD
VENEERED PLAIN PARTICLE GREENPLY INDUSTRIES [PLY & BOARD DIVISION] / KITPLY / ANCHOR / BHUTAN
14 BOARD /PRELAMINATED BOARD /NOVAPAN / ASSOCIATE DÉCOR
PARTICLE BOARD

15 FIRE INSULATION BOARD EVEREST

16 GLAZED VITRIFIED FLOOR


TILES, POLISHED VITRIFIED KAJARIA CERAMICS LTD / ASIAN GRANITO INDIA LTD / SOMANY CERAMICS
FLOOR TILES, CERAMIC LIMITED / VARMORA GRANITO PVT LTD / H & R JOHNSON INDIA LTD / NITCO /
GLAZED WALL TILES, CERAMIC ORIENT BELL LTD/ OASIS VITRIFIED PVT LTD (PREMIUM QUALITY)
GLAZED FLOOR TILES, WALL
TILES, FLOOR AND WALL TILES
OF ANY SIZE AND TYPE /
NONSKIDCERAMIC TILES
PRECAST CONCRETE
17 INTERLOCKING ANJALI TILES / ULTRA TILES PVT LTD / TERRA FIRMA / ECCO SCOPE / MEHTAB TILES
PAVING BLOCKS
PRECAST PLAIN /
18 CHEQUERED CEMENT TILES ULTRA / BANSAL / NITCO / ANJALI / MULTIWYN
FOR FLOORING
PRECAST TERRAZZO TILES FOR
19 JOHNSON / ULTRA TILES PVT LTD / NITCO
FLOORING
WOODEN LAMINATED FLOOR
20 TILES / PARQUET TILES VISTA / PERGO / HARO
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 146
PARTICULAR SPECIFICATIONS (CONTD…..)
SER MATERIALS MAKE/NAME OF FIRMS
NO.
ALUMINIUM DOORS / JINDAL / HINDALCO / BALCO / MODERN FABRICATOR / ALUMILITE PVT LTD. / AJIT
21 WINDOWS[SOLID / GLAZED INDIAPVT LTD
PANEL]
22 FRAMELESS GLASS DOOR KESAR / SUPER ALUMINIUM / HARESH ALUMINIUM

23 METAL ROLLING
BA ENTERPRISES / MULTIWYN INDUSTRIAL CORPORATION / DOORWYN
INDUSTRIES /MODERN FABRICATOR
SHUTTERS ANDROLLING
GRILLS / COLLAPSIBLE GATES
PLAIN SHEET GLASS / FLOAT SAINT GOBAIN GLASS / MODIGUARD FLOAT GLASS / ASAHI INDIA / HINDUSTAN
24 GLASS /FROSTED GLASS PILKINGTON GLASS / TRIVENI FLOAT GLASS / IAG
TOUGHENED GLASS / SAFEX / SAINT GOBAIN GLASS / MODIGUARD FLOAT GLASS / KESAR / ASAHI INDIA /
25 LAMINATED GLASS ATULTUF / HINDUSTAN PILKINGTON GLASS / TRIVENI FLOAT GLASS
SOLAR CONTROL
26 & THERMAL SGG EVO / EVOLITE / ENVISION
INSULATION GLASS
SAINT GOBAIN GLASS / MODIGUARD FLOAT GLASS / TRIVENI / SAFEX / ATUL
27 WIRED GLASS TUF /HINDUSTAN PILKINGTON GLASS / KESAR
KESAR / MARVEL / DREAMWALLS COLOR GLASS / PALADIO / ITALIA / MRIDUL /
28 BLACK PAINTED GLASS TILES MEHTABTILES

29 TINTED / COLOURED GLASS SAINT GOBAIN / MODIGUARD

30 GLASS TOP SHELVES KESAR / OZONE / SPARKLE GLASS

HDPE / LDPE WATER TANKS /


31 SINTEX / POLYCON / ORIPLAST / JINDAL
LOFTTANKS
UPVC / PPR / HDPE PIPE JAIN IRRIGATION / KISAN / PRINCE / SUPREME / ORIPLAST / FINOLEX /
32 DIPLAST/ SAVOIR-FIRE MANUFACTURING COMPANY PVT LTD
FORSEWAGE

33 RCC PIPES [NP2] ANY ISI MARKED MAKES

CI / DI CENTRIFUGALLY CAST TATA/JINDAL/SAW PIPES/NECO CENTRI / BIC / ELECTRO STEEL CASTING LTD. /
34 [SPUN] PIPES & FITTINGS AIC /PIC / JAI BALAJI INDUSTRIES / SRI KALAHASTI PIPES LTD.
PVC SOIL / WASTE / RAIN
35 WATER [SWR] PIPES AND JAIN IRRIGATION / KISAN / SUPREME / PRINCE / ANANT / ORIPLAST
FITTINGS
36 CPVC / UPVC PIPES AND
FITTINGS[WATER & ASTRAL / ASHIRWAD FLOWGUARD / KISAN / RELIANCE / SUPREME / PRINCE
SEWAGE]

37 HDPE PIPES AND FITTINGS KISAN / JAIN IRRIGATION / SUPREME / PRINCE / ORIPLAST / AJAY FLOW
[WATER]

38 BRASS BALL [FLOAT] VALVE LEADER / KIRLOSKAR / ZOLOTO

39 PVC PIPES & FITTINGS ORI-PLAST / SUPREME / PRINCE / FINOLEX / KISAN MOULDINGS LTD.

40 UPVC / CPVC / RWP PIPES ORI-PLAST / SUPREME / PRINCE / FINOLEX

UPVC / PPR / HDPE PIPES AND


41 FITTINGS
KISAN MOULDINGS LIMITED

42 PVC SWR PIPES KISAN MOULDINGS LIMITED / SUPREME / PRINCE

Notes:-
1. The makes have been given trade wise only for the purpose of easily locating the items and otherwise
makes given are applicable to the entire contract.
2. Wherever the word ‘equivalent make’ has been specified the option of equivalent make shall only be
considered in case of products of brand/manufacturer specified here-in-before are not available (non-
availability being certified by the authorized representative of the manufacturer) and after taking
approval of the Accepting Officer.
3. In case make of any item/material is not specified, then ISI marked product shall be incorporated in the
work. In case ISI marked product is also not available, then product confirming to IS shall be
incorporated in the work as per decision of AGE(I).

SIGNATURE OF CONTRACTOR JE (QS&C)


Date For ACCEPTING OFFICER
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 147
PARTICULAR SPECIFICATIONS (CONTD…..)

42. MATERIALS AND TESTS:


42.1. If facility for testing of building materials for any particular test in not available in the Site / Command Testing Lab, the same
will be got tested in National Test House / SEMT Wing / Government Approved Laboratories / NABL Accredited
Laboratories / Regional Research Laboratories / IIT / National Institute of Technology at the discretion of Garrison Engineer,
All expenses for testing shall be borne by the contractor.
42.2. The materials listed hereinafter shall be tested as per the frequency indicated therein.

42.3 Level of testing shown in legend as A, B & C are defined as under:


42.4. LEVEL "A": "Site Lab" means own site lab established by Contractor at the work site for such tests. This lab shall house all
the facilities including T & P, machinery, equipment, and manpower etc., required for conducting tests. Competent technical
representative as approved by the AGE (I) shall be employed by the contractor to man the laboratory. This lab shall be
operative for the entire duration of the contract till its completion. Tests shall be carried out in the presence of Engineer-in-
Charge to be nominated by AGE (I) or any other departmental official to be nominated by the AGE (I). Random check of
compliance of frequency of testing shall be done by AGE (I). Setting up site laboratory is mandatory for all works costing Rs.
1.00 Crore and above. The contractor may at his option set up site laboratory for works costing less than Rs. 1.00 Crore also
without any extra cost to Government.
[a] Record shall be maintained at work site. These test results shall be signed by contractor or his authorized
representative and aforesaid departmental official. Random check shall be done by AGE (I) also and AGE (I) shall
also sign the same in token of the check.
[b] Within 15 days of placement of Work Order No. 1, site lab shall be established and fact reported by the contractor to
AGE (I) in writing who will verify the fact and satisfy himself of the facilities provided. Thereafter, AGE (I) shall
issue a certificate to this effect in writing listing out equipment particulars etc., of each material test. Only after issue
of this certificate by AGE (I), the tests shall be carried out and materials so approved shall be incorporated in the
work.
[c] Manpower, material and infrastructure like electricity, water etc., required for conducting these tests shall be
provided by the contractor. Tenderer is deemed to cater for above provisions in his quoted Lumpsum.
[e] Remedial measures, if any, required to achieve/obtain desired results for each test shall be taken promptly by
contractor. Lumpsum is deemed to include for this eventuality and nothing extra shall be payable to the contractor.
No extension of time shall be admissible on this account.
[f] Rate per test given is applicable for recovery in case of unavoidable circumstances where some tests as laid down
could not be done and in the opinion of the AGE (I) nonperformance of tests does not affect quality control.
However, in case, AGE (I) in his opinion considers that contractor is purposely not adhering to laid down
frequencies of tests, he shall reserve the right to get it tested in Command Testing Labor any other lab as deemed fit
and make penal recovery from RAR which shall be double the rate of testing charges indicated or testing charges
actually paid to lab whichever is higher. AGE (I)’s decision, in this regard, shall be final and binding.
42.5. LEVEL "B": "Command Testing Lab" means any lab of MES.
[a] The tests shall be conducted as per frequencies laid down for these tests in these labs for which contractor shall
provide all requisite facilities like samples, cubes, material etc., transportation to these labs for testing purpose. It
will be contractor’s responsibility to adhere to the laid down frequency of testing. Test results shall be sent by lab to
the AGE (I) whose copies can be made by contractor at his own expense. Testing charges for the tests so conducted
shall be recovered at the rates indicated from the running payments. The contractor’s quoted Lumpsum is deemed to
include for above provision.

[b] Provision of Para [f] above of Level "A" shall be applicable to Level "B" also

42.6. LEVEL "C": Level "C" lab stands for National Test House / SEMT Wing / Government Approved Laboratories / NABL
Accredited Laboratories / Regional Research Laboratories / IIT / National Institute of Technology where such facilities exist.
[a] Test provision contained in Para [a] of Level "B" above shall be applicable here except that contractor shall make
necessary arrangement for transportation etc., to hand over the samples to these labs. Test results shall be forwarded
to AGE (I) by these labs directly. The testing charges payable to these labs for conducting these tests shall be borne
by the contractor and his quoted Lumpsum is deemed to include this provision.

[b] Provision of Para [f] above of Level "A" shall be applicable to Level "C" also.

42.7. In case the contractor has not set up the site laboratory and the tests are carried out in Command Testing Labor any other
laboratory, the recovery shall be made at the applicable rates indicated hereinafter.

42.8. In case non availability of testing facilities in MES Lab, the tests shall be conducted in any outside approved labs. Testing
charges of materials/cubes carried out in approved laboratory shall be as per actual and shall be directly borne by the
contractor.

42.9. The contractor is to provide the following tentative list of equipment at site lab with all the equipment, as per relevant IS all as
mentioned in the list of material and their tests as per PS. However, the list of equipment is not exhaustive. The actual
equipment to be provided shall be all as approved by AGE (I). The cost of the same is deemed to be inclusive of the rates
quoted against Schedule "A".
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 148
PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIAL TESTS AND THEIR RECOVERY RATES OF TESTING CHARGES

LEGEND
A : Site Lab
B : Command Testing Lab
C : National Test House / SEMT Wing / Government Approved Laboratories / NABL Accredited Laboratories /
Regional Research Laboratories / IIT / National Institute of Technology

Note: List of tests given hereunder is not final. Other tests required as per MES Schedule / BIS to satisfy the quality requirement
will also be got done by the AGE (I) and necessary expenditure for the same shall be borne by the contractor.

Level
Ser Material Method of Rate per
Test Frequency of Tests of Remarks
No s Testing Test
Test
Compressive IS – 3495
As per IS – 5454 as given under: A 180.00
Strength [Part – II]
Checks for
Sample Permissible Nos of
Lot Size visual and
Water IS – 3495 Size defective bricks
A 150.00 Dimensional
Absorption [Part – II] 1001 to
1. Brick 5 0 characteristics
10000
shall also be
10001 to
10 0 carried out as
IS – 3495 35000
Efflorescence A 180.00 per IS - 5454
[Part – I] 35001 to
15 1
50000
IS – 2386 One test for every 15 Cu.m of aggregates or
Sieve Analysis A 120.00
[Part – I] part thereof brought to site.
Flakiness IS – 2386 One test for every 15 Cu.m of aggregates or
A 90.00
Index [Part – I] part thereof brought to site.
Estimation of
IS – 2386 One test for every 100 Cu.m of aggregate or
Coarse Deleterious A 120.00
[Part – I] part thereof
2. Aggregat Materials
e Organic IS – 2386
One test per source of supply C 120.00
Impurities [Part – I]
Moisture IS – 2386
Regularly as Required A 120.00
Content [Part – II]
Specific IS – 2386
One test for each source of supply B 120.00
Gravity [Part – II]
IS – 2386 One test for every 15 cum of FA or part
Sieve Analysis A 180.00
[Part – I] thereof when brought to site
Test For Clay,
IS – 2386 One test for every 15 cum of FA or part
Silt and A 90.00
[Part – I] thereof when brought to site
Impurities
Fine
Specific IS – 2386
3. Aggregat One for each source of supply B 180.00
Gravity [Part – II]
e
Test For
IS – 2386
Organic One test for each source of supply C 180.00
[Part – II]
Impurities
Moisture IS – 2386 Regularly as required subject to 2 tests/ per
A 180.00
Content [Part – II] day when being used.
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 149
PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIAL TESTS AND THEIR RECOVERY RATES OF TESTING CHARGES [Continued]

Level
Ser Material Method of Rate
Test Frequency of Tests of Remarks
No s Testing per Test
Test
IS – 4031 – 63 Once for each consignment or as and when
Setting Time B 180.00
Reaffirmed 1980 Required
IS – 4031 – 63 Once for each consignment or as and when
Soundness B 120.00
Reaffirmed 1980 Required
4. Cement
Compressive IS – 4031 – 63 Once for each consignment or as and when
B 360.00
Strength Reaffirmed 1980 Required
IS – 4031 – 63 Once for each consignment or as and when
Fineness B 120.00
Reaffirmed 1980 Required.
Slump Test Or
Compacting The Min frequency of sampling of
IS – 1119 A 180.00
Factor Test Or concrete of each grade shall be as under:
Vee–Bee Time Random
Quantity of sample shall
Concrete in the No of samples be carried out
Structural work [Cu.m] to cover
Concrete
1 – 5 1 mixing units.
5. [M – 15
As per IS –
Grade & 6 – 15 2
Compressive 456 – 2000
above] IS – 516 A 120.00
Strength 16 – 30 3 Clause. 14 for
frequency of
31 – 50 4 sampling.
4+1 for each
51 and above Additional 50 Cu.m or
part thereof
Water IS – 1237
6 Tiles out of 18 B 180.00 Samples: 18
Cement Absorption [Appendix “D”]
Tiles from
Flooring Wet
IS – 1237 each source of
6. Tiles / Transverse 6 Tiles out of 18 B 144.00
[Appendix “E”] supply
Terrazzo Strength
selected at
Tiles Resistance To IS – 1237
6 Tiles out of 18 C 540.00 Random.
Wear [Appendix “F”]
Specific
Gravity& IS – 1708 – 1960 B 120.00
Minimum 3 samples from a lot of 4 Cum
7. Timber Weight
or 250 pieces of seasoned timber
Moisture
IS – 1708 – 1960 A 120.00
Content
Test For IS – 456 &
B 240.00
Acidity IS – 3015 Also refer
Test For IS – 456 & clause 4.3 of
Water B 240.00
Alkalinity IS – 3015 IS – 456 and
For
Once at the stage of approval of source of its subsequent
8. Construct
water sub clauses
ion
Test For Solid IS – 456 & regarding
Purpose C 300.00
Content IS – 3015 suitability of
water
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 150
PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIAL TESTS AND THEIR RECOVERY RATES OF TESTING CHARGES [Continued]

Level
Ser Method of Rate per
Materials Test Frequency of Tests of Remarks
No Testing Test
Test
Specialised
tests, their
method and
frequency to
be decided
Welding of Visual IS –822 – 1970 Work on
9. 100% by visual inspection 360.00
Steel Work Inspection Test. Clause – 7.1 site consideration
of their
importance
by the
Accepting
Officer
Frequency of sampling from each lot
shall be as under:
Lot size Sample Size
26 to 50 5
Dimensions, 51 to 100 8
Sizes IS – 1003
Timber 101 to 150 13 A 180.00
Workmanship [Part – I]
Panelled & & Finish 151 to 300 20
Glazed
Door/ 301 to 500 32
Window
10. 501 to 1000 50
Shutters
[Including
1001 and above 80
Factory
Made Strength Test
Shutter]
Slamming
From each lot 5% of the factory made
Impact IS – 1003
shutter shall be Manufacture tested for
Indentation [Part – I]
strength tests.
Shock
Resistance
Edge Loading
Sampling
Six test pieces cut from each of the
Ply Wood Moisture IS – 1734 – shall be as
11. boards selected as per table – I shall be C 240.00
[IS–303] Content 1983 [Part – I] per IS – 7835
subjected to tests.
Table – 2
IS – 635 Three test specimen from each sample
Density A 60.00
[Part – I] [Size 150mm x 75mm]
Moisture IS – 2360 Three test specimen from each sample A &
60.00
Content [Part – 3] [Size 150mm x 75mm] B
Water IS – 2360 Three test specimen from each sample
Veneered A 60.00 Sampling
Absorption [Part – 16] [Size 300mm x 300mm]
Wood shall be done
Swelling Due
Particle IS – 2360 Three test specimen from each sample as per IS –
To Surface A 60.00
12. Board [Part – 17] [Size 125mm x 100mm] 3487 Clause
Absorption
[Medium 2 with
Swelling In IS – 2360 Three test specimen from each sample
Density] A 60.00 moisture
Water [Part – 17] [Size 200mm x 100mm]
IS – 3097 meter.
Modules Of IS – 2360 Three test specimens as per
B 90.00
Rupture [Part – IV] IS – 2380– 1977
Screw
IS – 2360 Three test specimens
Withdrawal C 120.00
[Part – IV] as per IS – 2385
Strength
CA NO. AGE [I] [CG] / VIZ / TOKEN / 12 OF 2024-2025 SERIAL PAGE NO. 151
PARTICULAR SPECIFICATIONS (CONTD…..)
MATERIAL TESTS AND THEIR RECOVERY RATES OF TESTING CHARGES [Continued]

Level
Ser Method of Rate
Materials Test Frequency of Tests of Remarks
No Testing per Test
Test
Compressive IS – 2156 Sample: 14
8 Blocks out of 14 A 60.00
Strength [Appendix “B”] blocks from
PCC Hollow
Water IS – 2156 consignment of
Blocks for 3 Blocks out of 14 B 120.00
Absorption [Appendix “E”] every 5000
Walling
IS – 2156 blocks or part
Density 3 Blocks out of 14 B 90.00
[Appendix “A”] thereof.
Sample: 18
Comprehensiv blocks from
13 IS – 2185 12 Blocks out of 18 A 60.00
e Strength consignment of
every 1000
PCC Solid
blocks or part
Block for Water
IS – 2185 3 Blocks out of 18 B 120.00 thereof.
Walling Absorption These blocks to
be checked for
Density IS – 2185 3 Blocks out of 18 B 120.00 dimension and
weight

Samples: 18
Water tiles from each
Ceramic Tiles /
14 Absorption – 6 Tiles out of 18 B 180.00 source of supply
Glazed Tiles
Test selected at
random

Burnt Clay Water


IS – 3495
Roofing Tiles Absorption B 216.00
[Part – II]
[Hand Made]
Sample: 12 tiles
As per IS –
from each
2690 Part – II
15 6 Tiles out of 12 source of supply
Length 150 to
selected at
250 mm, width
random.
100 to 200 mm
and thickness Compressive IS – 3495
A 180.00
35 to 50 mm Strength [Part – I]

Water Sample: 32tiles


IS – 654
Absorption B 180.00 from each
Appendix “A”
consignment of
Mangalore 3000 tiles or
16 Pattern 6 Tiles out of 32 part thereof.
Roofing Tiles These tiles shall
be checked for
Breaking IS – 654 dimensions and
B 120.00
Load Appendix “C” weight.

SIGNATURE OF CONTRACTOR JE (QS&C)


Date For ACCEPTING OFFICER

You might also like